325
CITY OF WAPATO YAKIMA COUNTY WASHINGTON CONTRACT PROVISIONS for FRENCH LANE IMPROVEMENTS TIB #: 8-4-946(003)-1 G&O #19037 APRIL 2021

CITY OF WAPATO

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

Page 1: CITY OF WAPATO

CITY OF WAPATO YAKIMA COUNTY WASHINGTON

CONTRACT PROVISIONS

for

FRENCH LANE IMPROVEMENTS TIB #: 8-4-946(003)-1

G&O #19037

APRIL 2021

Page 2: CITY OF WAPATO

CITY OF WAPATO YAKIMA COUNTY WASHINGTON

CONTRACT PROVISIONS

for

FRENCH LANE IMPROVEMENTS TIB #: 8-4-946(003)-1

G&O #19037

APRIL 2021

mmeskimen
New Stamp_1
mmeskimen
Stamp
Page 3: CITY OF WAPATO

CB-1

CALL FOR BIDS

CITY OF WAPATO

FRENCH LANE IMPROVEMENTS

ENGINEER’S ESTIMATE $950,000 TO $1,000,000

Sealed Proposals will be received by the undersigned at the City of Wapato Community

Center, 1109 South Camas Avenue, Wapato, Washington 98951, starting at 1:00 p.m. up

to 1:30 p.m.; local time on Thursday, May 6, 2021, for furnishing the necessary labor,

materials, equipment, tools, and guarantees thereof to construct the French Lane

Improvements. Alternatively, the Contractor may mail the bid package to 205 East 3rd

Street, Wapato, Washington 98951. The City makes no guarantee that bid packages

submitted by mail or other parcel service will arrive prior to the bid deadline.

This Contract provides for four schedules of work:

Schedule A includes construction of approximately 1,300 LF of new roadway from the

intersection of 9th Street and South Camas Avenue to the end of the roadway, including,

but not limited to, excavation, grading, subgrade preparation, crushed surfacing materials,

hot mix asphalt, storm drainage improvements, cement concrete curb and gutter,

sidewalk, illumination, permanent signing and pavement markings, miscellaneous surface

restoration, utility adjustments.

Schedule B includes improvements to the intersection of South Camas Avenue and

French Lane. It is funded by the Transportation Improvement Board and will be tracked

separately from Schedule A.

Schedule C includes construction of approximately 1,640 LF of new water main from the

intersection of 9th Street and South Camas Avenue to the water main in Kateri Lane,

water service connections, and fire hydrants.

Schedule D includes construction of approximately 1,520 LF of new sewer main and side

sewers from the existing sewer main in Kateri Lane to approximately 200 feet east of the

intersection of 9th Street and South Camas Avenue.

The Work shall be substantially complete within 75 working days after the

commencement date stated in the Notice to Proceed. All bidding and construction is to

be performed in compliance with the Contract Provisions and Contract Plans for this

project and any addenda issued thereto that are on file at the office of the City Clerk, City

Hall, Wapato, Washington.

The Proposals will be publicly opened and read aloud shortly after the time and date

stated above. Proposals are to be submitted only on the form provided with the Bid

Page 4: CITY OF WAPATO

CB-2

Documents. All Proposals must be accompanied by a certified check, postal money

order, cashiers check, or Proposal bond payable to the “City of Wapato” and in an

amount of not less than five percent (5%) of the total Proposal amount.

Bid Documents for this project are available free-of-charge at the following website:

http://gobids.grayandosborne.com. Bidders are encouraged to register in order to receive

automatic email notification of future addenda and to be placed on the Bidders List. For

assistance, please call (509) 453-4833. Contract questions shall be directed only to the

office of the Project Engineer.

Financing of the Project has been provided by City of Wapato, Washington, the

Transportation Improvement Board, and the Washington State Community Development

Block Grant program with federal funds from the U.S. Department of Housing and Urban

Development. The City of Wapato expressly reserves the right to reject any or all

Proposals and to waive minor irregularities or informalities in any Proposal.

All work performed on this project will be subject to the higher of the prevailing state or

federal wage rates.

The City of Wapato is an Equal Opportunity and Affirmative Action Employer. Small,

Minority- and Women-owned firms are encouraged to submit bids.

(Signed) KIMBERLY GRIMM

CITY CLERK

Page 5: CITY OF WAPATO

TC-1

CONTRACT PROVISIONS

TABLE OF CONTENTS

CITY OF WAPATO

FRENCH LANE IMPROVEMENTS

PAGE NO.

CALL FOR BIDS PART 1. BID DOCUMENTS

BIDDER’S CHECKLIST.........................................................................BC-1 PROPOSAL .................................................................................... P-1 – P-11 PROPOSAL BOND ................................................................................. PB-1

PART 2. AGREEMENT AND BONDS

AGREEMENT ................................................................................. A-1 – A-3 PERFORMANCE BOND .......................................................................... B-1 PUBLIC WORKS PAYMENT BOND ...................................................... B-2

PART 3. CDBG FORMS AND CONDITIONS

PART 4. SPECIAL PROVISIONS

DIVISION 1 – GENERAL REQUIREMENTS ............................ 1-1 TO 1-72 DIVISION 2 – EARTHWORK .................................................... 2-1 TO 2-12 DIVISION 3 – AGGREGATE PRODUCTION AND

ACCEPTANCE .................................................................. 3-1 DIVISION 4 – BASES ............................................................................... 4-1 DIVISION 5 – SURFACE TREATMENTS AND

PAVEMENTS ...................................................... 5-1 TO 5-33 DIVISION 7 – DRAINAGE STRUCTURES, STORM SEWERS,

SANITARY SEWERS, WATER MAINS, AND CONDUITS ......................................................... 7-1 TO 7-26

DIVISION 8 – MISCELLANEOUS CONSTRUCTION .............. 8-1 TO 8-17 DIVISION 9 – MATERIALS .........................................................9-1 TO 9-3

Page 6: CITY OF WAPATO

TC-2

PART 5. WAGE RATES

WASHINGTON STATE PREVAILING WAGE RATES FEDERAL WAGE RATES

PART 6. APPENDIX

Appendix A – Supplemental Bidder Responsibility Criteria Forms Appendix B – Property Release Appendix C – Boring Logs (For Information Only)

Page 7: CITY OF WAPATO

PART 1

BID DOCUMENTS

Page 8: CITY OF WAPATO

BC-1

BIDDER’S CHECKLIST

1. REQUIRED FORMS

The Bidder shall submit the following forms, which must be executed in full and

submitted with the Proposal.

a. Proposal (including Statement of Bidder’s Qualifications)

b. Bid Deposit or Proposal Bond

(Pages P-1 - P-11)

(PB-1)

2. SUPPLEMENTAL BIDDER CRITERIA

The Apparent two lowest bidders shall submit to the Contracting Agency the completed

Supplemental Bidder Criteria forms in the Appendix by noon of the second business day

following the bid submittal deadline.

3. AGREEMENT FORMS

The following forms (a., b., and c.) are to be executed and the Certificates of Insurance

(d. and e.) are to be provided after the Contract is awarded and prior to Contract

execution.

a. Agreement (Pages A-1 - A-3)

b. Performance Bond (Page B-1)

c. Public Works Payment Bond (Page B-2)

d. Certificate of Insurance

e. Certificate of Builders Risk Insurance

Page 9: CITY OF WAPATO

P-1

FRENCH LANE IMPROVEMENTS

PROPOSAL

City of Wapato

205 East 3rd Street

Wapato, Washington 98951

The undersigned has examined the Work site(s), local conditions, the Contract, and all applicable

laws and regulations covering the Work. The following unit and lump sum prices are tendered

as an offer to perform the Work in accordance with all of the requirements set forth in the

Contract and all applicable laws and regulations.

As required by the Contract, a postal money order, certified check, cashier’s check or Proposal

bond made payable to the Owner is attached hereto. If this Proposal is accepted and the

undersigned fail(s) or refuse(s) to enter into a contract and furnish the required performance

bond, labor and material payment bond, special guarantee bonds (if required), required insurance

and all other required documentation, the undersigned will forfeit to the Owner an amount equal

to five percent of the Proposal amount.

After the date and hour set for submitting the Proposals, no bidder may withdraw its Proposal,

unless the Award of the contract is delayed for a period exceeding 60 consecutive calendar days.

The undersigned agrees that in the event it is Awarded the contract for the Work, it shall employ

only Contractors and Subcontractors that are duly licensed by the State of Washington and

remain so at all times they are in any way involved with the Work.

The undersigned agrees that the Owner reserves the right to reject any or all Proposals and to

waive any minor irregularities and informalities in any Proposal.

The undersigned agrees that the Owner will Award the Contract to the lowest responsible,

responsive bidder whose Proposal is in the best interest of the Owner.

Page 10: CITY OF WAPATO

PROPOSAL - Continued

P-2

SCHEDULE A: ROADWAY IMPROVEMENTS

NO. ITEM QUANTITY UNIT PRICE AMOUNT

1. Mobilization, Cleanup and

Demobilization

1

LS

$___________

$___________

2. Minor Change 1 CALC $15,000.00 $15,000.00

3. Project Temporary Traffic

Control

1

LS

$___________

$___________

4. Clearing and Grubbing 1 LS $___________ $___________

5. Removal of Structure 1 LS $___________ $___________

6. Excavation, Embankment and

Grading, Incl. Haul

900

CY

$___________

$___________

7. Locate Existing Utilities 16 EA $___________ $___________

8. Controlled Density Fill 20 CY $___________ $___________

9. Crushed Surfacing Top Course 540 TN $___________ $___________

10. Crushed Surfacing Base Course 1,300 TN $___________ $___________

11. Crushed Surface Repair 1,890 SY $___________ $___________

12. Commercial HMA Cl. 1/2"

PG 64H-28

590

TN

$___________

$___________

13. Commercial HMA Pavement

Repair

180

SY

$___________

$___________

14. Storm Sewer Pipe, 12 In. Diam.,

Incl. Bedding

130

LF

$___________

$___________

15. Catch Basin, Type 1 8 EA $___________ $___________

16. Catch Basin, Type 2, 48 In.

Diam.

4

EA

$___________

$___________

17. Infiltration Trench 80 LF $___________ $___________

18. Trench Excavation Safety

Systems

1

LS

$___________

$___________

Page 11: CITY OF WAPATO

PROPOSAL - Continued

P-3

NO. ITEM QUANTITY UNIT PRICE AMOUNT

19. Adjust Valve Box 1 EA $___________ $___________

20. Erosion Control and Water

Pollution Prevention

1

LS

$___________

$___________

21. Cement Conc. Traffic Curb and

Gutter

2,450

LF

$___________

$___________

22. Cement Conc. Driveway

Entrance

360

SY

$___________

$___________

23. Remove and Relocate Fence 30 LF $___________ $___________

24. Monument Case and Cover 3 EA $___________ $___________

25. Cement Conc. Sidewalk 340 SY $___________ $___________

26. Illumination System 1 LS $___________ $___________

27. Permanent Signing 1 LS $___________ $___________

28. Paint Line 1,200 LF $___________ $___________

Subtotal (Schedule A): ..................................................................... $______________________

Washington State Sales Tax (0% Per W.S. Revenue Rule 171): ....... $ 0.00

TOTAL CONSTRUCTION COST (SCHEDULE A): ...................... $______________________

Page 12: CITY OF WAPATO

PROPOSAL - Continued

P-4

SCHEDULE B: TIB FUNDED INTERSECTION IMPROVEMENTS

NO. ITEM QUANTITY UNIT PRICE AMOUNT

1. Mobilization, Cleanup and

Demobilization

1

LS

$___________

$___________

2. Project Temporary Traffic

Control

1

LS

$___________

$___________

3. Excavation, Embankment and

Grading, Inc. Haul

100

CY

$___________

$___________

4. Crushed Surfacing Top Course 30 TN $___________ $___________

5. Crushed Surfacing Base Course 60 TN $___________ $___________

6. Crushed Surfacing Repair 30 SY $___________ $___________

7. Commercial HMA Cl. 1/2"

PG 64H-28

40

TN

$___________

$___________

8. Catch Basin Type 2, 48-In. Diam 2 EA $___________ $___________

9. Infiltration Trench 40 LF $___________ $___________

10. Trench Excavation Safety

Systems

1

LS

$___________

$___________

11. Cement Conc. Traffic Curb and

Gutter

100

LF

$___________

$___________

12. Cement Conc. Sidewalk 100 SY $___________ $___________

13. Cement Conc. Curb Ramp 3 EA $___________ $___________

14. Painted Stop Line 10 LF $___________ $___________

15. Painted Crosswalk Line 240 SF $___________ $___________

Subtotal (Schedule B): ..................................................................... $______________________

Washington State Sales Tax (0% Per W.S. Revenue Rule 171): ....... $ 0.00

TOTAL CONSTRUCTION COST (SCHEDULE B): ...................... $______________________

Page 13: CITY OF WAPATO

PROPOSAL - Continued

P-5

SCHEDULE C: WATER MAIN IMPROVEMENTS

NO. ITEM QUANTITY UNIT PRICE AMOUNT

1. Mobilization, Cleanup and

Demobilization

1

LS

$___________

$___________

2. Minor Change 1 CALC $5,000.00 $5,000.00

3. Controlled Density Fill 20 CY $___________ $___________

4. Trench Excavation Safety

Systems

1

LS

$___________

$___________

5. Bank Run Gravel for Trench

Backfill

140

TN

$___________

$___________

6. C900 PVC Pipe for Water Main,

8-In. Diam.

1,640

LF

$___________

$___________

7. DI Pipe for Fire Hydrant, 6 In.

Diam.

60

LF

$___________

$___________

8. Connection to Existing Water

Main

3

EA

$___________

$___________

9. Blowoff Assembly 2 EA $___________ $___________

10. Gate Valve, 4 In. 1 EA $___________ $___________

11. Gate Valve, 8 In. 6 EA $___________ $___________

12. Gate Valve, 12 In. 1 EA $___________ $___________

13. Fire Hydrant Assembly 3 EA $___________ $___________

14. Service Reconnection, 1 In.

Diam.

2

EA

$___________

$___________

15. Service Reconnection, 4 In.

Diam.

1

EA

$___________

$___________

16. Service Connection, 1 In. Diam. 23 EA $___________ $___________

17. Service Pipe, 1 In. Diam. 660 LF $___________ $___________

Page 14: CITY OF WAPATO

PROPOSAL - Continued

P-6

NO. ITEM QUANTITY UNIT PRICE AMOUNT

18. Service Pipe, 4 In. Diam. 30 LF $___________ $___________

Subtotal (Schedule C): ..................................................................... $______________________

Washington State Sales Tax (8.0%): ................................................. $______________________

TOTAL CONSTRUCTION COST (SCHEDULE C): ...................... $______________________

SCHEDULE D: SEWER MAIN IMPROVEMENTS

NO. ITEM QUANTITY UNIT PRICE AMOUNT

1. Mobilization, Cleanup and

Demobilization

1

LS

$___________

$___________

2. Minor Change 1 CALC $5,000.00 $5,000.00

3. Controlled Density Fill 20 CY $___________ $___________

4. Manhole, 48 In. Diam. 6 EA $___________ $___________

5. Trench Excavation Safety

Systems

1

LS

$___________

$___________

6. Bank Run Gravel for Trench

Backfill

130

TN

$___________

$___________

7. PVC Sanitary Sewer Pipe, 8 In.

Diam.

1,520

LF

$___________

$___________

8. PVC Side Sewer Pipe, 4 In.

Diam.

350

LF

$___________

$___________

Subtotal (Schedule D): ..................................................................... $______________________

Washington State Sales Tax (8.0%): ................................................. $______________________

TOTAL CONSTRUCTION COST (SCHEDULE D): ...................... $______________________

Page 15: CITY OF WAPATO

PROPOSAL - Continued

P-7

BID SUMMARY

1. TOTAL CONSTRUCTION COST

(SCHEDULE A forwarded from page P-3): .............................. $____________________

2. TOTAL CONSTRUCTION COST

(SCHEDULE B forwarded from page P-4): .............................. $____________________

3. TOTAL CONSTRUCTION COST

(SCHEDULE C forwarded from page P-6): .............................. $____________________

4. TOTAL CONSTRUCTION COST

(SCHEDULE D forwarded from page P-6): .............................. $____________________

5. TOTAL CONSTRUCTION COST

(SCHEDULES A, B, C AND D) .............................................. $____________________

Note: A bid must be received on all items.

Page 16: CITY OF WAPATO

PROPOSAL - Continued

P-8

STATEMENT OF BIDDER'S QUALIFICATIONS

Name of Firm:

Address:

Telephone No. Fax No.

Contact Person for this Project:

E-mail:

Number of years the Contractor has been engaged in the construction business under the present

firm name, as indicated above:

WORK TO BE COMPLETED BY BIDDER

List the Work and the dollar amount thereof that the Bidder will complete with its forces, if

awarded the contract.

Work to be Performed Dollar Amount

Page 17: CITY OF WAPATO

PROPOSAL - Continued

P-9

PROPOSED SUBCONTRACTORS (Per RCW 39.30.060)

For Proposals exceeding one million dollars, indicate who (either the Contractor submitting this

bid or a subcontractor) will be completing the work for each of the five categories listed below.

Information shall include their Washington State Department of Licensing Contractor's

Registration No. This information shall be provided with the Proposal or within one hour after

the published Proposal submittal time in accordance with RCW 39.30.060.

Work to be Performed

Subcontractor or Prime

(Name and Registration Number)

Heating, Ventilation and Air Conditioning

Plumbing

Electrical

Structural Steel Installation

Rebar Installation

ADDENDA RECEIVED

Addendum No. Date Received Name of Recipient

NOTE: Bidder shall acknowledge receipt of all addenda. Bidder is responsible for

verifying the actual number of addenda issued prior to submitting a Proposal.

Subject to any extensions of the Contract time granted under the Contract, the undersigned

agrees to substantially complete the Work required under this Contract within 75 working days

(the Substantial Completion Date) and to physically complete the Work required under this

contract within 85 working days (the Physical Completion Date) from when Contract Time

begins.

The undersigned has reviewed and fully understands the provisions in the Contract regarding

liquidated damages and agrees that liquidated damages shall be $1,000.00 per day for each and

every working day beyond the Contract time allowed for substantial completion until the

Page 18: CITY OF WAPATO

PROPOSAL - Continued

P-10

Substantial Completion Date is achieved and $500.00 for each and every working day required

beyond the Contract Time for physical completion until the Physical Completion Date is

achieved.

The undersigned is, and will remain in, full compliance with all Washington State administrative

agency requirements including, but not limited to registration requirements of Washington State

Department of Labor & Industries for contractors, including but not limited to requirements for

bond, proof of insurance and annual registration fee. The undersigned's Washington State:

Dept. of Labor and Industries Workman's Compensation Account No. is ___________________;

Dept. of Licensing Contractor's Registration No. is ______________________________;

Unified Business Identifier Number is ________________________________;

Excise Tax Registration Number is ______________________________; and

Employment Security Account Number is _____________________________.

The undersigned has reviewed all insurance requirements contained in the Contract and has

verified the availability of and the undersigned’s eligibility for all required insurance. The

undersigned verifies that the cost for all required insurance, has been included in this Proposal.

In relation to claims related in whole or in part to workplace injuries to employees, the

undersigned waives any immunity granted under the State Industrial Insurance Law, RCW Title

51. This waiver has been specially negotiated by the parties, which is acknowledged by the

undersigned in signing this Proposal.

By signing the proposal, the undersigned declares, under penalty of perjury under the laws of the

United States and the State of Washington, that the following statements are true and correct:

1. That the undersigned person(s) or entity(ies) 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. The bidder hereby certifies that, within the three-year period immediately

preceding the bid solicitation date (April 15, 2021), that the bidder is not a

“willful” violator, as defined in RCW 49.48.082, of any provision of chapters

49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and

notice of assessment issued by the Department of Labor and Industries or through

a civil judgment entered by a court of limited or general jurisdiction.

Page 19: CITY OF WAPATO

PROPOSAL - Continued

P-11

The undersigned agrees that the Owner is authorized to obtain information from all references

included herein.

Sincerely,

Sign Name Date

By:

Print Name, Title Location Executed (City, State or County)

Print Company Name

Amount of Proposal deposit: $ Check No. ,

or Proposal bond in the amount of $

, issued through

Name of Bank/Bonding Company

located at

Mailing Address

Telephone Number of Bank/Bonding Company

Page 20: CITY OF WAPATO

PB-1

PROPOSAL BOND

KNOW ALL MEN BY THESE PRESENTS, That we

of as principal, and the

a corporation duly organized under the laws of the state of ,

and authorized to do business in the State of

Washington, as surety, are held and firmly bound unto the CITY OF WAPATO in the full and

penal sum of five percent of the total amount of the bid proposal of said principal for the work

hereinafter described, for the payment of which, well and truly to be made, we bind our heirs,

executors, administrators and assigns, and successors and assigns, firmly by these presents.

The condition of this bond is such, that whereas the principal herein is herewith

submitting his or its sealed proposal for the following construction project, to wit:

FRENCH LANE IMPROVEMENTS

said bid and proposal, by reference thereto, being made a part hereof.

NOW, THEREFORE, If the said proposal bid by said principal be accepted, and the

contract be awarded to said principal, and if said principal shall duly make and enter into and

execute said Contract and shall furnish bond as required by the CITY OF WAPATO within a

period of 10 days from and after said award, exclusive of the day of such award, then this

obligation shall be null and void, otherwise it shall remain and be in full force and effect.

IN TESTIMONY WHEREOF, The principal and surety have caused these presents to be

signed and sealed this day of , __________.

(Principal)

(Surety)

(Attorney-in-fact)

Page 21: CITY OF WAPATO

PART 2

AGREEMENT AND BONDS

Page 22: CITY OF WAPATO

A-1

AGREEMENT

THIS AGREEMENT is entered into by and between the CITY OF WAPATO

(hereinafter called the Owner) and __________________________________________

(hereinafter called the Contractor).

The Owner and the Contractor agree as follows:

ARTICLE 1. WORK.

[Include description of all schedules awarded]

ARTICLE 2. CONTRACT TIME.

The Contractor shall substantially complete the Work required by the Contract within

________ working days (the Substantial Completion Date) and physically complete the

Work within _____working days (the Physical Completion Date).

ARTICLE 3. LIQUIDATED DAMAGES.

The Owner and the Contractor recognize that time is of the essence and that the Owner

will suffer financial loss if the Work is not completed within the time, plus any

extensions thereof, allowed in accordance with the Contract. They also recognize the

inconvenience, expense, and difficulties involved in a legal proceeding to prove the

actual loss suffered by the Owner if the Work is not completed within the time allowed in

the Contract. Accordingly, the Owner and the Contractor agree that as liquidated

damages for delay, and not as a penalty, the Contractor shall pay the Owner

($_____________) per day for each working day beyond the Substantial Completion

Date that the Contractor achieves substantial completion of the Work and

($____________) for each working day beyond the Physical Completion Date that the

Contractor achieves physical completion of the Work.

ARTICLE 4. CONTRACT PRICE.

The Owner shall pay the Contractor the amount(s) set forth in the Proposal (in United

States dollars) for completion of the Work in accordance with the Contract.

Page 23: CITY OF WAPATO

AGREEMENT – Continued

A-2

ARTICLE 5. CONTRACT.

The Contract, which comprises the entire agreement between the Owner and the

Contractor concerning the Work, consists of the following:

• This Agreement;

• The Contractor’s Proposal including the bid, bid schedule(s), information

required of bidder, Proposal bond, and all required certificates and

affidavits;

• The Performance Bond and the Public Works Payment Bond;

• The Contract Provisions;

• The Plans (or drawings) consisting of __________ sheets, as listed in the

index on sheet ________ of the Plans;

• Addenda numbers ________, inclusive; and

• Change Orders issued after the effective date of this Agreement.

There are no Contract Documents other than those listed in this Article 5. The Contract

may be amended only in writing by Change Order as provided in the Contract.

ARTICLE 6. MISCELLANEOUS.

For purpose of indemnifying and defending any work place injury claims by employees

of the Contractor and Subcontractors, the Contractor waives any immunity granted under

the State Industrial Insurance Law, RCW Title 51. This waiver has been specifically

negotiated between the parties and is hereby acknowledged by the Contractor.

________________________(Contractor’s initials)

The Contractor shall not assign any rights under or interests in the Contract, including but

not limited to rights to payment, without the prior written consent of the Owner. Unless

specifically stated in a written consent to an assignment, no assignment will release or

discharge the Contractor-assignor from any duty or responsibility under the Contract.

The Contract is binding upon the Owner and the Contractor, and their respective partners,

successors, assigns and legal representatives.

Page 24: CITY OF WAPATO

AGREEMENT – Continued

A-3

IN WITNESS WHEREOF, Owner and Contractor have caused this Agreement to be

executed the day and year indicated below.

CITY OF WAPATO CONTRACTOR

License No.

By By

Date Title

Attest

Name and Address for giving notices (print)

Page 25: CITY OF WAPATO

DOT Form 272-002A

12/2019 B-1

PUBLIC WORKS PERFORMANCE BOND to CITY OF WAPATO, WA

Bond No. _____________

The CITY OF WAPATO, Washington, (City) has awarded to __________________________ (Principal), a contract

for the construction of the project designated as French Lane Improvements in Wapato, Washington (Contract), and

said Principal is required under the terms of that Contract to furnish a bond for performance of all obligations under

the Contract.

The Principal, and ___________________________________ (Surety), a corporation organized under the laws of the

State of ___________________ and licensed to do business in the State of Washington as surety and named in the

current list of “Surety Companies Acceptable in Federal Bonds” as published in the Federal Register by the Audit

Staff Bureau of Accounts, U.S. Treasury Dept., are jointly and severally held and firmly bound to the City, in the sum

of _______________________________________________ US Dollars ($________________ amount to include

sales tax) Total Contract Amount, subject to the provisions herein.

This statutory performance bond shall become null and void, if and when the Principal, its heirs, executors,

administrators, successors, or assigns shall well and faithfully perform all of the Principal’s obligations under the

Contract and fulfill all the terms and conditions of all duly authorized modifications, additions, and changes to said

Contract that may hereafter be made, at the time and in the manner therein specified; and if such performance

obligations have not been fulfilled, this bond shall remain in full force and effect.

The Surety agrees to indemnify, defend, and protect the City against any claim of direct or indirect loss resulting from

the failure of the Principal, its heirs, executors, administrators, successors, or assigns (or any of the employees,

subcontractors, or lower tier subcontractors of the Principal) to faithfully perform the Contract.

The Surety for value received agrees that no change, extension of time, alteration or addition to the terms of the

Contract, the specifications accompanying the Contract, or to the work to be performed under the Contract shall in

any way affect its obligation on this bond, and waives notice of any change, extension of time, alteration or addition

to the terms of the Contract or the work performed. The Surety agrees that modifications and changes to the terms and

conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the

obligation of the Surety on this bond and notice to Surety is not required for such increased obligation.

This bond may be executed in two (2) original counterparts, and shall be signed by the parties’ duly authorized officers.

This bond will only be accepted if it is accompanied by a fully executed and original power of attorney for the officer

executing on behalf of the surety.

The Surety agrees to be bound by the laws of the state of Washington and subjected to the jurisdiction of the state of

Washington.

PRINCIPAL SURETY

Principal Signature Date Surety Signature Date

Printed Name Printed Name

Title Title

Local office/agent of Surety Company:

Name _____________________________________ Telephone _________________________________

Address _________________________________________________________________________________

Page 26: CITY OF WAPATO

DOT Form 272-003A EF

12/2019 B-2

PUBLIC WORKS PAYMENT BOND to CITY OF WAPATO, WA

Bond No. _____________

The CITY OF WAPATO, Washington, (City) has awarded to __________________________ (Principal), a contract

for the construction of the project designated as French Lane Improvements in Wapato, Washington (Contract), and

said Principal is required under the terms of that Contract to furnish a payment bond in accord with Title 39.08 Revised

Code of Washington (RCW) and (where applicable) 60.28 RCW.

The Principal, and ___________________________________ (Surety), a corporation organized under the laws of the

State of ___________________ and licensed to do business in the State of Washington as surety and named in the

current list of “Surety Companies Acceptable in Federal Bonds” as published in the Federal Register by the Audit

Staff Bureau of Accounts, U.S. Treasury Dept., are jointly and severally held and firmly bound to the City, in the sum

of _______________________________________________ US Dollars ($________________ amount to include

sales tax) Total Contract Amount, subject to the provisions herein.

This statutory payment bond shall become null and void, if and when the Principal, its heirs, executors, administrators,

successors, or assigns shall pay all persons in accordance with RCW Titles 60.28, 39.08, and 39.12 including all

workers, laborers, mechanics, subcontractors, lower tier subcontractors, and material suppliers, and all persons who

shall supply such contractor or subcontractor with provisions and supplies for the carrying on of such work, and all

taxes incurred on said Contract under Title 50 and 51 RCW and all taxes imposed on the Principal under Title 82

RCW; and if such payment obligations have not been fulfilled, this bond shall remain in full force and effect. The Surety agrees to indemnify, defend, and protect the City against any claim of direct or indirect loss resulting from

the failure of the Principal, its heirs, executors, administrators, successors, or assigns, (or the subcontractors or lower

tier subcontractors of the Principal) to pay all laborers, mechanics, subcontractors, lower tier subcontractors

materialpersons, and all persons who shall supply such contractor or subcontractors with provisions and supplies for

the carrying on of such work. The Surety for value received agrees that no change, extension of time, alteration or addition to the terms of the

Contract, the specifications accompanying the Contract, or to the work to be performed under the Contract shall in

any way affect its obligation on this bond, except as provided herein, and waives notice of any change, extension of

time, alteration or addition to the terms of the Contract or the work performed. The Surety agrees that modifications

and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall

automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such increased

obligation.

This bond may be executed in two (2) original counterparts, and shall be signed by the parties’ duly authorized officers.

This bond will only be accepted if it is accompanied by a fully executed and original power of attorney for the officer

executing on behalf of the surety. The Surety agrees to be bound by the laws of the state of Washington and subjected to the jurisdiction of the state of

Washington.

PRINCIPAL SURETY

______________________________________ Principal Signature Date Surety Signature Date

Printed Name Printed Name

Title Title

Local office/agent of Surety Company:

Name _____________________________________ Telephone _________________________________

Address _________________________________________________________________________________

Page 27: CITY OF WAPATO

PART 3

CDBG FORMS AND CONDITIONS

Page 28: CITY OF WAPATO

Note:

The prime contractor shall complete Attachments 7-B, and 7-D through F forms and

submit them to the grantee at the pre-construction conference or with the executed

construction contract. While the form depicted in Attachment 7-C must be completed by

subcontractors, it is not required until after a contract between the prime contractor and

subcontractor has actually been signed.

Attachments 7-D through F are required of prime and sub contracts over $100,000.

Attachment 7-C is only required of subcontractors over $10,000.

Page 29: CITY OF WAPATO

ATTACHMENT 7-B

BIDDER CERTIFICATION REQUIRED BY EXECUTIVE ORDER 11246

U.S. Department of Housing and Urban Development

CERTIFICATION OF BIDDER REGARDING EQUAL EMPLOYMENT OPPORTUNITY

INSTRUCTIONS

This certification is required pursuant to Executive Order 11246 (30 F.R. 12319-25). The implementing rules and regulations provide that any bidder or prospective contractor, or any of their proposed subcontractors, shall state as in initial part of the bid or negotiations of the contract whether it has participated in any previous contract or subcontract subject to the equal opportunity clause; and, if so, whether it has filed all compliance reports due under applicable instructions. Where the certification indicates that the bidder has not filed a compliance report due under applicable instructions, such bidder shall be required to submit a compliance report within seven (7) calendar days after bid opening. No contract shall be awarded unless such report is submitted.

CERTIFICATION BY BIDDER

Name and Address of Bidder (include zip code):

1. Bidder has participated in a previous contract or subcontract subject to the Equal Opportunity Clause

YES NO 2. Compliance Reports were required to be filed in connection with such contract or subcontract.

YES NO

3. Bidder has filed all compliance reports due under applicable instructions, including SF-100.

YES NO NOT REQUIRED

4. Have you ever been or are you being considered for sanction due to violation of Executive Order 11246, as amended?

YES NO

Name and Title of Signer (please type)

Signature

Date

Page 30: CITY OF WAPATO

ATTACHMENT 7-C

SUBCONTRACTOR CERTIFICATION REQUIRED BY EXECUTIVE ORDER 11246

U.S. Department of Housing and Urban Development

CERTIFICATION OF PROPOSED SUBCONTRACTOR REGARDING EQUAL EMPLOYMENT OPPORTUNITY

Name of Prime Contractor

Project Number

INSTRUCTIONS

This certification is required pursuant to Executive Order 11246 (30 F.R. 12319-25). The implementing rules and regulations provide that any bidder or prospective contractor, or any of their proposed subcontractors, shall state as in initial part of the bid or negotiations of the contract whether it has participated in any previous contract or subcontract subject to the equal opportunity clause; and, if so, whether it has filed all compliance reports due under applicable instructions.

Where the certification indicates that the bidder has not filed a compliance report due under applicable instructions, such subcontractor shall be required to submit a compliance report before the owner approves the subcontract or permits work to begin under the subcontract.

SUBCONTRACTOR’S CERTIFICATION

Name and Address of Subcontractor (include zip code):

1. Bidder has participated in a previous contract or subcontract subject to the Equal Opportunity Clause

YES NO 2. Compliance Reports were required to be filed in connection with such contract or subcontract.

YES NO

3. Bidder has filed all compliance reports due under applicable instructions, including SF-100.

YES NO NOT REQUIRED

4. Have you ever been or are you being considered for sanction due to violation of Executive Order 11246, as amended?

YES NO

Name and Title of Signer (please type)

Signature

Date

NOTE: If a subcontract is under $10,000, this form is not required.

Page 31: CITY OF WAPATO

ATTACHMENT 7-D

CONTRACTOR SECTION 3 PLAN Housing and Urban Development Act of 1968

(Contractor) agrees to implement the following specific affirmative actions directed at increasing the

utilization of lower income residents and businesses within the project area. A. To ascertain from the locality’s CDBG program official the exact boundaries of the Section 3

covered project area and where advantageous, seek the assistance of local officials in preparing and implementing the affirmative action plan.

B. To attempt to recruit from within the county the necessary number of lower income residents

through: Local advertising media, signs placed at the proposed site for the project, and community organization and public or private institutions operating within or serving the project area such as the U.S. Employment Service.

C. To maintain a list of all lower income area residents who have applied either on their own or on

referral from any source, and to employ such persons if otherwise eligible and if a vacancy exists. D. To insert this Section 3 plan in all bid documents, and to require all bidders on subcontracts to

submit a Section 3 affirmative action plan, including utilization goals and the specific steps planned to accomplish these goals.

E. To ensure that subcontracts, which are typically let on negotiated rather than a bid basis in areas

other than Section 3 covered project areas, are also let on a negotiated basis, whenever feasible, when let in a Section 3 covered project area.

F. To formally contact unions, subcontractors and trade associations to secure their cooperation for

this program. G. To insure that all appropriate project area business concerns are notified of pending

subcontractural opportunities. H. To maintain records, including copies of correspondence, memoranda, etc., which document that

all of the above affirmative action steps have been taken. I. To appoint or recruit an executive official of the company or agency as Equal Opportunity Officer

to coordinate the implement-action of this Section 3 plan. J. To list on 7-E information related to subcontracts to be awarded. K. To list on 7-F all projected workforce needs for all phases of this project by occupation, trade, skill

level and number of positions.

NOTE: If a prime or subcontract is under $100,000, this form is not required.

Page 32: CITY OF WAPATO

ATTACHMENT 7-D

As officers and representatives of __________________________________________ We the undersigned have read and fully agree to this Affirmative Action Plan, and become a part of the full implementation of this program. ______________________________________________ Signature ______________________________________________ Title ______________________________________________ Date ______________________________________________ Signature ______________________________________________ Title ______________________________________________ Date

Page 33: CITY OF WAPATO

ATTACHMENT 7-E

PROPOSED SUBCONTRACTS BREAKDOWN

FOR THE PERIOD COVERING _______________, 20___ through _____________, 20 ___

(Duration of the CDBG-Assisted Project)

Column 1 Column 2 Column 3 Column 4 Column 5

Type of Contract (Business or Profession)

Total Number of Contracts

Total Approximate

Dollar Amount

Estimated Number of

Contracts to Project Area Businesses*

Estimated Dollar Amount to Project Area Businesses*

*The Project Area is coextensive with the _______________________________________boundaries. ___________________________________________________ Company ___________________________________________________ _________________________ Project Name Project Number ___________________________________________________ _________________________ Equal Employment Opportunity Officer (Signature) Date

Page 34: CITY OF WAPATO

ATTACHMENT 7-F

CONTRACTOR ESTIMATED PROJECT WORKFORCE BREAKDOWN Complete only if contract is over $100,000.

Column 1 Column 2 Column 3 Column 4 Column 5

Job Category Total Estimated Positions

No. of Positions Currently Occupied

by Permanent Employee

No. of Positions Not Currently Occupied

No. of Positions to be Filled with

L.I.P.A.R*

Officers/Supervisors

Professionals

Technicians

Housing Sales/Rental Management

Office Clerical

Service Workers

Others

TRADE:

Journeymen

Helpers

Apprentices

Maximum # Trainees

Others

TRADE:

Journeymen

Helpers

Apprentices

Maximum # Trainees

Others

TOTAL

*Lower Income Project Area Residents. Individuals residing within the _________________whose family income does not exceed 80% of the median income in the Project Area.

______________________________________________ Company

Page 35: CITY OF WAPATO

ATTACHMENT 7-I (1)

Washington State Department of Commerce Community Development Block Grant Program

GENERAL CONDITIONS Contents

Section Subject Section Subject

1. Contract and Contract Documents Note: Items 2 – 5 are omitted. 6. Contractor’s Title of Materials Note: Items 7 – 11 are omitted. 12. Weather Conditions 13. Protection of Work and Property--

Emergency 14. Inspection 15. Access to Records Note: Items 16 – 29 are omitted. 30. Contract Security 31. Additional or Substitute Bond 32. Assignments 33. Mutual Responsibility of Contractors 34. Separate Contracts Note: Items 35 – 39 are omitted. 40. Lands and Right-of-Way Note: Items 41 – 42 are omitted. 43. Notice and Service Thereof 44. Required Provisions Deemed Inserted 45. Protection of Lives and Health 46. Subcontracts 47. Interest of Member of Congress 48. Other Prohibited Interests Note: Item 49 is omitted. 50. Photographs of the Project Note: Items 51 – 66 are omitted. 67. Ineligible Subcontractors 68. Provisions to be Included 69. Breach of Labor Standards 70. Employment Practices 71. Contract Termination; Debarment 72. Federal Labor Standards Provisions 73. Compliance with State Wage Requirements 74. Title VI of the Civil Rights Act

75. Section 109 of Housing & Community Development Act of 1974 76. Age Discrimination Act of 1975 77. Section 504 of Rehabilitation Act 78. Section 3 of Housing & Community Development Act of 1968 79. EO 11246 Equal Opportunity Clause

80. EO 11246 Segregated Facilities 81. EO 11246 Notice, Requirement for Affirmative Action 82. EO 11246, Standard Federal Equal Employment Opportunity 83. State Nondiscrimination Clause 84. Americans with Disabilities Act of 1990

Page 36: CITY OF WAPATO

ATTACHMENT 7-I (2)

Index of Contents Subject Section Subject Section

Age Discrimination Act of 1975 ...................... 76 Guaranty, General ......................................... 41

Access to Records ........................................... 15 Ineligible Subcontractors ............................... 67 Accident Prevention ....................................... 45 Inspection ...................................................... 14 Additional or Substitute Bond ........................ 31 Inspection of Materials ................................... 7 Additional Instructions .................................... 3 Insurance ....................................................... 29 Affirmation Action Requirements .................. 81 Labor Standards, Breach of .......................... 69 Allowances ..................................................... 36 Lands and Rights-of-Way ............................... 40 Americans with Disabilities Act of 1990 ......... 84 Legal Provisions, Implied ............................... 44 Architect’s Authority ...................................... 36 Liquidated Damages ...................................... 20 Assignments ................................................... 32 Lower Income Resident Employment ........... 83 Bond, Security ................................................ 30 Materials, Services and Facilities..................... 5 Bond, Additional or Substitute ....................... 31 Member of Congress Interest ....................... 47 Breach in Labor Standards ............................. 69 Non-discrimination in Employment ........ 75-77, 83 Changes in Work ............................................ 18 Notice and Service Thereof ........................... 43 Claims for Extra Cost ...................................... 23 Obligations of Contractor .............................. 11 Completion Time ............................................ 20 “Or Equal” Clause ............................................ 8 Condition, Subsurface .................................... 22 Owner’s Right to Terminate .......................... 24 Conflicting Conditions .................................... 42 Patents ............................................................. 9 Construction Schedule ................................... 25 Payments by Contractor ................................ 28 Contract Documents ........................................ 1 Payments to Contractor ................................ 26 Contract Security ............................................ 30 Periodic Estimates ......................................... 25 Contract Termination ..................................... 71 Permits, Surveys and Regulations ................. 10 Contractor’s Insurance ................................... 29 Photographs of the Projects .......................... 50 Contractor’s Mutual Responsibility ............... 33 Prohibited Interests ....................................... 48 Contractor’s Obligations ................................ 11 Protection of Lives and Health ...................... 45 Contractor’s Title to Materials ......................... 6 Protection of Work and Property .................. 13 Correction of Work......................................... 21 Provisions Required by Law........................... 44 Damages, Liquidated ...................................... 20 Provisions to be Included in Subcontracts .... 68 Data, Reports and Records ............................. 16 Quantities of Estimate ................................... 39 Debarment ..................................................... 71 Rehabilitation Act, Section 504 ..................... 77 Debris Removal .............................................. 38 Release of Contractor .................................... 27 Definitions ........................................................ 2 Removal of Debris ......................................... 38 Detail Drawings ................................................ 3 Reports, Records and Data ............................ 16 Different Subsurface ...................................... 22 Responsibility of Contractor .......................... 33 Discrimination, Employment ............... 75-77,82 Right of Owner to Terminate ........................ 24 Drawings, Detail ............................................... 3 Rights-of-Way ................................................ 40 Emergencies ................................................... 13 Schedule of Construction .............................. 25 Employment of Lower Income Residents ..... 76 Section 3 of HCD Act of 1968 ........................ 78 Employment Practices................................... 70 Section 109 of HCD Act of 1974 .................... 75 Equal Employment Opportunities ........... 75-77, 82 Section 504 of Rehabilitation Act .................. 77 Equal Opportunity Clause, EO 11246 ............ 79 Security, Contract .......................................... 30 Estimated Quantities ..................................... 39 Segregated Facilities, EO 11246 .................... 80 Extras ............................................................. 19 Separate Contracts ........................................ 34 Federal Labor Standards Provisions .............. 72 Services, Materials and Facilities..................... 5

Page 37: CITY OF WAPATO

ATTACHMENT 7-I (3)

Subject Section Subject Section

Final Payment Acceptance ............................ 27 State Nondiscrimination Clause .................... 83

Shop Drawings .................................................... 4 Termination of Contract ............................. 24, 71

State Prevailing Wages, Compliance with ..... 73 Testing of Materials ......................................... 7 Stated Allowances ......................................... 37 Time for Completion ..................................... 20 Subcontracting ............................................ 35, 46 Title VI Civil Rights Act ................................... 74 Subcontractors, Ineligible .............................. 67 Title VI Nondiscrimination Clause ................. 74 Subcontractor’s Insurance ............................. 29 Title to Materials, Contractors ........................ 6 Substitute Bond ............................................. 31 Use and Occupancy ....................................... 49 Subsurface Conditions ................................... 22 Use of Premises ............................................. 38 Superintendence by Contractor .................... 17 Use Prior to Owner’s Acceptance ................. 49 Surveys, Permits and Regulations .................. 10 Weather Conditions ...................................... 12 Suspension of Work ....................................... 51

Page 38: CITY OF WAPATO

ATTACHMENT 7-I (4)

1. Contract and Contract Numbers

The project to be constructed pursuant to this contract will be financed with assistance from the Department of Housing and Urban Development, as administered through the Washington State Department of Commerce (Commerce), and is subject to all applicable federal and state laws and regulations.

The Plans, Specifications and Addenda, hereinafter enumerated in this section, “General Conditions,” shall form part of this contract and the provisions thereof shall be as binding upon the parties hereto as if they were herein fully set forth. The table of contents, titles, headings, running headlines and marginal notes contained herein and in said documents are solely to facilitate reference to various provisions of the contract documents and in no way affect, limit or cast light on the interpretation of the provisions to which they refer.

Note: Items 2 – 5 are omitted.

6. Contractor’s Title to Materials

No materials or supplies for the work shall be purchased by the Contractor or by any Subcontractor subject to any chattel mortgage or under a conditional sale contract or other agreement by which an interest is retained by the seller. The Contractor warrants that he has good title to all materials and supplies used by him in the work, free from all liens, claims or encumbrances.

Note: Items 7 – 11 are omitted.

12. Weather Conditions

In the event of temporary suspension of work, or during inclement weather, or whenever the Architect/Engineer shall direct, the Contractor will, and will cause his subcontractors to protect carefully his and their work and materials against damage or injury from the weather. If, in the opinion of the Architect/Engineer, any work or materials shall have been damaged or injured by reason of failure on the part of the Contractor or any of his subcontractors so to protect his work, such materials shall be removed and replaced at the expense of the Contractor.

13. Protection of Work and Property—Emergency

The Contractor shall at all times safely guard the Owner’s property from injury or loss in connection with this contract. He shall at all times safely guard and protect his own work, and that of adjacent property from damage. The Contractor shall replace or make good any such damage, loss or injury unless such is caused directly by errors contained in the contract or by the Owner, or his duly authorized representatives.

In case of an emergency, which threatens loss or injury of property, and/or safety of life, the Contractor will be allowed to act, without previous instructions from the Architect/Engineer, in a diligent manner. He shall notify the Architect/Engineer immediately thereafter. Any claim for compensation by the Contractor due to such extra work shall be promptly submitted to the Architect/Engineer for approval. Where the Contractor has not taken action but has notified the Architect/Engineer of an emergency threatening injury to persons or damage to the work or any adjoining property, he shall act as instructed or authorized by the Architect/Engineer.

The amount of reimbursement claimed by the Contractor on account of any emergency action shall be determined in the manner provided in Paragraph 18 of the General Conditions.

Page 39: CITY OF WAPATO

ATTACHMENT 7-I (5)

14. Inspection

The authorized representatives and agents of the Department of Housing and Urban Development shall be permitted to inspect all work, materials, payrolls, records of personnel, invoices or materials, and other relevant data and records.

15. Access to Records

The Contractor agrees to keep such records as the Owner may require. All such records shall be available to the Owner and duly authorized officials of the state for examination. All records pertinent to this project shall be retained by the Contractor for a period of three (3) years after the final audit.

Note: Items 16 – 29 are omitted.

30. Contract Security

For contracts in excess of $100,000, the Contractor shall furnish a performance bond in an amount at least equal to one hundred percent (100%) of the contract prices as security for the faithful performance of this contract and also a payment bond in an amount not less than one hundred percent (100%) of the contract price or in a penal sum not less than that prescribed by State, territorial or local law, as security for the payment of all persons performing labor on the project under this contract and furnishing materials in connection with this contract. The performance bond and the payment bond may be in one or in separate instruments in accordance with local law. For construction contracts under $100,000, the Local Public Body must require, consistent with RCW 39.08, a combined performance and payment bond of not less than 25% of the contract’s price or more than 100% of the contract price to secure fulfillment of all of the Contractor’s obligations under the contract and to assure payment of all persons supplying labor and materials to the Contractor. The amount of the bond, within these limits, may be fixed by general ordinance of the Local Public Body.

31. Additional or Substitute Bond

If at any time the Owner, for justifiable cause, shall be or become dissatisfied with any surety or sureties, then upon the Performance or Payment Bonds, the Contractor shall within five (5) days after notice from the Owner to do so, substitute an acceptable bond (or bonds) in such form and sum and signed by such other surety or sureties as may be satisfactory to the Owner. The premiums on such bonds shall be paid by the Contractor. No further payments shall be deemed due nor shall be made until the new surety or sureties shall have furnished such an acceptable bond to the Owner.

32. Assignments

The Contractor shall not assign the whole or any part of this contract or any moneys due or to become due hereunder without written consent of the Owner. In case the Contractor assigns all or any part of any moneys due or to become due under this contract, the instrument of assignment shall contain a clause substantially to the effect that it is agreed that the right of the assignee in and to any moneys due or to become due to the Contractor shall be subject to prior claims of all persons, firms and corporations of services rendered or materials supplied for the performance of the work called for in this contract.

Page 40: CITY OF WAPATO

ATTACHMENT 7-I (6)

33. Mutual Responsibility of Contractors

If, through acts of neglect on the part of the Contractor, any other Contractor or any subcontractor shall suffer loss or damage on the work, the Contractor agrees to settle with such other Contractor or subcontractor by agreement or arbitration if such other Contractor or subcontractors will so settle. If such other Contractor or subcontractor shall assert any claim against the Owner on account of any damage alleged to have been sustained, the Owner shall notify the Contractor, who shall indemnify and save harmless the Owner against any such claim.

34. Separate Contracts

The Contractor shall coordinate his operations with those of other Contractors. Cooperation will be required in the arrangement for the storage of materials and in the detailed execution of the work. The Contractor, including his subcontractors, shall keep informed of the progress and the detail work of other Contractors and shall notify the Architect/Engineer immediately of lack of progress or defective workmanship on the part of other Contractors. Failure of a Contractor to keep informed of the work progressing on the site and failure to give notice of lack of progress or defective workmanship by others shall be construed as acceptance by him/her of the status of the work as being satisfactory for proper coordination with his own work.

Note: Items 35 – 39 are omitted.

40. Lands and Rights-of-Way

Prior to the start of construction, the Owner shall obtain all lands and rights-of-way necessary for the carrying out and completion of work to be performed under this contract. Any property acquisition shall comply with Title II and III of the Uniform Relocation Assistance and Real Property Acquisition Policies of 1970 (42 U.S.C. 4630).

Note: Items 41 – 42 are omitted.

43. Notice and Service Thereof

Any notice to any Contractor from the Owner relative to any part of this contract shall be in writing and considered delivered and the service thereof completed, when said notice is posted, by certified or registered mail, to the said Contractor at his last given address, or delivered in person to the said Contractor or his authorized representative on the work.

44. Provisions Required by Law Deemed Inserted

Each and every provision of law and clause required by law to be inserted in this contract shall be deemed to be inserted herein and the contract shall be read and enforced as though it were included herein, and if through mistake or otherwise any such provision is not inserted, or is not correctly inserted, then upon the application of either party the contract shall forthwith be physically amended to make such insertion or correction.

45. Protection of Lives and Health

The Contractor shall exercise proper precaution at all times for the protection of persons and property and shall be responsible for all damages to persons or property, either on or off the site, which occur as a result of his prosecution of the work. The safety provisions of applicable laws and building and construction codes, in addition to specific safety and health regulations described by Chapter XIII, Bureau of Labor Standards, Department of Labor, Part 1518, Safety and Health Regulations for Construction, as outlined in the Federal Register, Volume 36, No. 75, Saturday, April

Page 41: CITY OF WAPATO

ATTACHMENT 7-I (7)

17, 1971. Title 29 – LABOR, shall be observed and the Contractor shall take or cause to be taken, such additional safety and health measures as the Contracting Authority may determine to be reasonably necessary.

46. Subcontracts

The Contractor will insert in any subcontracts the Federal Labor Standards Provisions contained herein and such other clauses as the Department of Housing and Urban Development or COMMERCE may, by instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts which they may enter into, together with a clause requiring this insertion in any further subcontracts that may in turn be made.

47. Interest of Member of or Delegate to Congress

No member of or Delegate to Congress, or Resident Commissioner, shall be admitted to any share or part of this contract or to any benefit that may arise therefrom, but this provision shall not be construed to extend to this contract if made with a corporation for its general benefit.

48. Other Prohibited Interests

No official of the Owner who is authorized in such capacity and on behalf of the Owner to negotiate, make, accept or approve, or to take part in negotiating, making, accepting, or approving any architectural, engineering, inspection, construction or material supply become directly or indirectly interested personally in this contract or in any part hereof. No officer, employee, architect, attorney, engineer or inspector of or for the Owner who is authorized in such capacity and on behalf of the Owner to exercise any legislative, executive, supervisory or other similar functions in connection with the construction of the project, shall become directly or indirectly interested personally in this contract or in any part thereof, any material supply contract, subcontract, insurance contract, or any other contract pertaining to the project. No officer or employee of the Washington State Department of COMMERCE or the Owner shall receive any personal or pecuniary gain or interest, direct or indirect, in any contract or subcontract, or the proceeds thereof, for work to be performed in connection with this project.

Note: Item 49 is omitted.

50. Photographs of the Project

If required by the Owner, the Contractor shall furnish photographs of the project.

Note: Items 51 – 66 are omitted.

67. Ineligible Subcontractors

The Contractor shall not subcontract any part of the work covered by this Contract or permit subcontracted work to be further subcontracted without the Local Public Agency’s or Public Body’s prior written approval of the subcontractor. The Local Public Agency or Public Body will not approve any subcontractor for work covered by this contract who is at the time ineligible under the provisions of any applicable regulations issued by the Secretary of Labor, U. S. Department of Labor or the Secretary of Housing and Urban Development, to receive and award of such subcontract. Verifications of Subcontractors need to be obtained by the Contractor from www.sam.gov, and maintained in a file accessible by COMMERCE or the Grant Recipient for audit purposes.

68. Provisions to be Included in Certain Subcontracts

Page 42: CITY OF WAPATO

ATTACHMENT 7-I (8)

The Contractor shall include or cause to be included in each subcontract covering any of the work covered by this Contract, provisions which are consistent with these Federal Labor Standards Provisions and also a clause requiring the subcontractors to include such provisions in any lower tier requiring such insertion in any further subcontracts that may in turn be made.

69. Breach of Foregoing Federal Labor Standards Provision

In addition to the causes for termination of this Contract as herein elsewhere set forth, the Local Public Agency or Public Body reserves the right to terminate this Contract if the Contractor or any subcontractor whose subcontract covers any of the work covered by this Contract shall breach any of these Federal Labor Standards Provisions. A breach of these Federal Labor Standards Provisions may also be grounds for debarment as provided by the applicable regulations issued by the Secretary of Labor, U. S. Department of Labor.

70. Employment Practices

The Contractor (1) shall, to the greatest extent practicable, follow hiring and employment practices for work on the project which will provide new job opportunities for the unemployed and under-employed, and (2) shall insert or cause to be inserted the same provision in each construction subcontract.

71. Contract Termination; Debarment

A breach of the Federal Labor Standards Provisions may be grounds for termination of the Contract, and for debarment as provided in 29 CFR 5.6.

72. Federal Labor Standards Provisions Federal Labor Standards Provisions Form HUD-4010 (06/2009) Applicability The Project or Program to which the construction work covered by this contract pertains is being assisted by the United States of America and the following Federal Labor Standards Provisions are included in this Contract pursuant to the provisions applicable to such Federal assistance. A. 1. (i) Minimum Wages. All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR Part 3), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under Section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of 29 CFR-5.5(a)(1)(iv); also regular contributions made or costs incurred for more than a weekly period (but not less of 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 29 CFR Part 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, that the employer’s payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under 29 CFR Part 5.5(a)(1)(ii) and the Davis-Bacon poster (WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible, place where it can be easily seen by the workers. (ii)(a) Any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. HUD shall approve an additional classification wage rate and fringe benefits therefor only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (b) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and HUD or its designee agree on the

Page 43: CITY OF WAPATO

ATTACHMENT 7-I (9)

classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by HUD or its designee to the Administrator of the Wage and Hour Division, Employment Standards Administration, U. S. Department of Labor, Washington, D. C. 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise HUD or its designee within or will notify HUD or its designee the 30-day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB control number 1215-0140.) (c) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and HUD or its designee do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), HUD or its designee shall refer the questions, including the views of all interested parties and the recommendation of HUD or its designee, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise HUD or its designee or will notify HUD or its designee within the 30-day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140.) (d) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (1)(ii)(b) or (c) of this paragraph, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140.) 2. Withholding. HUD or its designee shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other Federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime contractor so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract In the event of failure to pay any laborer or mechanic, including any apprentice, trainee or

helper, employed or working on the site of the work, all or part of the wages required by the contract, HUD or its designee may, after written notice to the contractor, sponsor, applicant, or owner, 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. HUD or its designee may, after written notice to the contractor, disburse such amounts withheld for and on account of the contractor or subcontractor to the respective employees to whom they are due. The Comptroller General shall make such disbursements in the case of direct Davis-Bacon Act contracts. 3. (i) Payrolls and basic records. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in Section l(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section 1(b)(2)(B) of the Davis-Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (Approved by the Office of Management and Budget under OMB Control Numbers 1215-0140 and 1215-0017.) (ii) (a) The contractor shall submit weekly for each week in which an contract work is performed a copy of all payrolls to HUD or its designee if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit the payrolls to the applicant, sponsor, or owner, as the case may be, for transmission to HUD or its designee. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR Part 5.5(a)(3)(i) except that full social security numbers and home addresses shall not be include on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee (e.g., the last four digits of the employee’s social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH-347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.gov/esa/whd/forms/wh347instr.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social

Page 44: CITY OF WAPATO

ATTACHMENT 7-I (10)

security number and current address of each covered worker, and shall provide them upon request to HUD or its designee if the agency is a party to the contract will submit the payrolls to the applicant sponsor, or owner, as the case may be, for transmission to HUD or its designee, the contractor, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this subparagraph for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to HUD or its designee. (Approved by the Office of Management and Budget under OMB Control Number 1215-0149.) (b) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays of 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 29 CFR 5.5 (a)(3)(ii), the appropriate information is being maintained under 29 CFR5.5(a)(3)(i), and that such information is correct and complete; (2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in 29 CFR Part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (c) 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 A.3(ii)(b). (d) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. (iii) The contractor or subcontractor shall make the records required under paragraph A.3(i) available for inspection, copying , or transcription by authorized representatives of HUD or its designee or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, HUD or its designee may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 4. Apprentices and Trainees. (i) Apprentices. Apprentices will be permitted to work less than the predetermined rate for the work they performed

when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U. S. Department of Labor, Employment and Training Administration, Office of Apprenticeship and Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship and Training, Employer and Labor Services, or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen's hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship and Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees. 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 U. S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall

Page 45: CITY OF WAPATO

ATTACHMENT 7-I (11)

be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and-participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal employment opportunity. The utilization of apprentices, trainees and journeymen under 29CFR Part 5 shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. 5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR Part 3 which are incorporated by reference in this contract. 6. Subcontracts. The contractor or subcontractor will insert in any subcontracts the clauses contained in subparagraphs 1 through 11 in this paragraph A and such other clauses as HUD or its designee may be appropriate instructions require, and a copy of the applicable prevailing wage decision, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in this paragraph. 7. Contract termination; debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 8. Compliance with Davis-Bacon and Related Act Requirements. All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference in this contract. 9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6, 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and HUD or its designee, the U. S. Department of Labor, or the employees or their representatives. 10. (i) Certification of Eligibility. By entering into this contract the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government

contracts by virtue of Section 3(a) of the Davis-Bacon Act or 29 CFR Part 5.12(a)(1) or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CFR Part 24 (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of Government contract by virtue of Section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1) or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CFR Part 24. (iii) The penalty for making false statements is prescribed in the U. S. Criminal Code, 18 U.S.C. 1001. Additionally, U. S. Criminal Code, Section 1 01 0, Title 18, U.S.C., "Federal Housing Administration transactions", provides in part: "Whoever, for the purpose of ... influencing in any way the action of such Administration ... makes, utters or publishes any statement, knowing the same to be false….shall be fined not more than $5,000 or imprisoned not more than two years, or both.” 11. Complaints, Proceedings, or Testimony by Employees. No laborer or mechanic to whom the wage, salary, or other labor standards provisions of this Contract are applicable shall be discharged or in any other manner discriminated against by the Contractor or any subcontractor because such employee has filed any complaint or instituted or caused to be instituted any proceeding or has testified or is about to testify in any proceeding under or relating to the labor standards applicable under this Contract to his employer. B. Contract Work Hours and Safety Standards Act. The provisions of this paragraph B are applicable where the amount of the prim contract exceeds $100,000. As used in this paragraph, the terms “laborers” and “mechanics” include watchmen and guards. (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which the individual is employed on such work to work in excess of 40 hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of 40 hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in subparagraph (1) of this paragraph, the contractor and any subcontractor responsible therefore shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under, contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in subparagraph (1) of this paragraph, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of 40 hours without payment of the overtime wages required by the clause set forth in subparagraph (1) of this paragraph. (3) Withholding for unpaid wages and liquidated damages. HUD or its designee shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys

Page 46: CITY OF WAPATO

ATTACHMENT 7-I (12)

payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contract, 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 subparagraph (2) of this paragraph. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in subparagraph (1) through (4) of this paragraph and also a clause requiring the subcontractors to include there clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in subparagraphs (1) through (4) of this paragraph.

C. Health and Safety. The provisions of this paragraph C are applicable where the amount of the prime contract exceeds $100,000. (1) No laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health and safety as determined under construction safety and health standards promulgated by the Secretary of Labor by regulation. (2) The Contractor shall comply with all regulations issued by the Secretary of Labor pursuant to Title 29 Part 1926 and failure to comply may result in imposition of sanctions pursuant to the Contract Work Hours and Safety Standards Act, (Public Law 91-54, 83 Stat. 96). 40 USC 3701 et seq. (3) The Contractor shall include the provisions of this paragraph in every subcontract so that such provisions will be binding on each subcontractor. The contractor shall take such action with respect to any subcontractor as the Secretary of Housing and Urban Development or the Secretary of Labor shall direct as a means of enforcing such provisions.

73. Compliance With State Prevailing Wage Requirements (RCW 39.12)

Before any payment is made of any sums due under this Contract, the Local Government Body must receive from the Contractor and each subcontractor a copy of the “Statement of Intent to Pay Prevailing Wages” approved by the Washington State Department of Labor and Industries. Also following the acceptance of the project, the Local Government Body must receive from the Contractor and each subcontractor a copy of the “Affidavit of Wages Paid” approved by the State Department of Labor and Industries. Forms may be obtained from the Department of Labor and Industries. The Contractor and each subcontractor shall pay all fees associated with and make all applications directly to the Department of Labor and Industries. These affidavits will be required before any funds retained, according to the provisions of RCW 60.28.010, are released to the Contractor. Payment by the Contractor or subcontractor of any fees shall be considered incidental to the construction and all costs shall be included in other pay items of the project.

74. Title VI of the Civil Rights Act of 1964

No person shall, on the grounds of race, color or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. (Public Law 88-352, Title VI of the Civil Rights Act of 1964, 42 U.S.C. 2000d et. seq.)

75. Section 109 of the Housing and Community Development Act of 1974, as Amended

No person in the United States shall on the grounds of race, color, national origin, sex or religion be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity funded in whole or in part with funds made available under this title.

76. Age Discrimination Act of 1975, as Amended

No person shall be excluded from participation, denied program benefits, or subjected to discrimination on the basis of age under any program or activity receiving federal funding assistance. (42 U.S.C. 610 et. seq.)

Page 47: CITY OF WAPATO

ATTACHMENT 7-I (13)

77. Section 504 of the Rehabilitation Act of 1973, as Amended

No otherwise qualified individual shall, solely by reason of his or her handicap, be excluded from participation (including employment), denied program benefits, or subjected to discrimination under any program or activity receiving Federal funds. (29 U.S.C. 794)

78. Section 3 of the Housing and Community Development Act of 1968

Section 3 clause:

(a) The work to be performed under this contract is subject to the requirements of section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u (section 3). The purpose of section 3 is to ensure that employment and other economic opportunities generated by HUD assistance or HUD-assisted projects covered by section 3, shall, to the greatest extent feasible, be directed to low- and very low-income persons, particularly persons who are recipients of HUD assistance for housing.

(b) The parties to this contract agree to comply with HUD's regulations in 24 CFR part 135, which implement section 3. As evidenced by their execution of this contract, the parties to this contract certify that they are under no contractual or other impediment that would prevent them from complying with the part 135 regulations.

(c) The contractor agrees to send to each labor organization or representative of workers with which the contractor has a collective bargaining agreement or other understanding, if any, a notice advising the labor organization or workers' representative of the contractor's commitments under this section 3 clause, and will post copies of the notice in conspicuous places at the work site where both employees and applicants for training and employment positions can see the notice. The notice shall describe the section 3 preference, shall set forth minimum number and job titles subject to hire, availability of apprenticeship and training positions, the qualifications for each; and the name and location of the person(s) taking applications for each of the positions; and the anticipated date the work shall begin.

(d) The contractor agrees to include this section 3 clause in every subcontract subject to compliance with regulations in 24 CFR part 135, and agrees to take appropriate action, as provided in an applicable provision of the subcontract or in this section 3 clause, upon a finding that the subcontractor is in violation of the regulations in 24 CFR part 135. The contractor will not subcontract with any subcontractor where the contractor has notice or knowledge that the subcontractor has been found in violation of the regulations in 24 CFR part 135.

(e) The contractor will certify that any vacant employment positions, including training positions, that are filled (1) after the contractor is selected but before the contract is executed, and (2) with persons other than those to whom the regulations of 24 CFR part 135 require employment opportunities to be directed, were not filled to circumvent the contractor's obligations under 24 CFR part 135.

(f) Noncompliance with HUD's regulations in 24 CFR part 135 may result in sanctions, termination of this contract for default, and debarment or suspension from future HUD assisted contracts.

(g) With respect to work performed in connection with section 3 covered Indian housing assistance, section 7(b) of the Indian Self-Determination and Education Assistance Act (25 U.S.C. 450e) also applies to the work to be performed under this contract. Section 7(b) requires that to the greatest extent feasible (i) preference and opportunities for training and

Page 48: CITY OF WAPATO

ATTACHMENT 7-I (14)

employment shall be given to Indians, and (ii) preference in the award of contracts and subcontracts shall be given to Indian organizations and Indian-owned Economic Enterprises. Parties to this contract that are subject to the provisions of section 3 and section 7(b) agree to comply with section 3 to the maximum extent feasible, but not in derogation of compliance with section 7(b).

79. Executive Order 11246. Equal Opportunity Clause.

During the performance of this Contract, the Contractor agrees as follows:

(a) The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex or national origin. The Contractor will take affirmative action to ensure that applicants are employed and that employees are treated during employment, without regard to their race, color, religion, sex or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination, rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provision of this nondiscrimination clause;

(b) The Contractor will, in all solicitations or advertisement for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration without regard to race, color, religion, sex or national origin;

(c) The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided by the Contract Compliance Officer advising the said labor union or workers’ representatives of the Contractor’s commitment under this Section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment;

(d) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations and relevant orders of the Secretary of Labor;

(e) The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records and accounts by the Department and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations and orders;

(f) In the event of the Contractor’s noncompliance with the nondiscrimination clauses of this Contract or with any of the said rules, regulations or orders, this Contract may be canceled, terminated or suspended in whole or in part and the Contractor may be declared ineligible for further government contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965 or by rule, regulation or order of the Secretary of Labor, or as otherwise provided by law; and

(g) In the event of the Contractor’s noncompliance with the nondiscrimination clauses of this Contract or with any of the said rules, regulations or orders, this Contract may be canceled, terminated or suspended in whole or in part and the Contractor may be declared ineligible for further government contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase

Page 49: CITY OF WAPATO

ATTACHMENT 7-I (15)

order as the Department may direct as a means of enforcing such provisions, including sanctions for noncompliance. Provided, however, that in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the Department, the Contractor may request the United States to enter into such litigation to protect the interest of the United States (Section 202 Equal Opportunity Clause).

80. Executive Order 11246. Segregated facilities.

A prime Contractor or subcontractor must ensure that facilities provided for employees are provided in such a manner that segregation on the basis of race, color, religion or national origin cannot result.

81. Executive Order 11246. Notice Requirement for Affirmative Action.

(a) The Offeror’s or Bidder’s attention is called to the “Equal Opportunity Clause” and the “Standard Federal Equal Employment Opportunity Construction Contract Specifications” set forth herein.

(b) The Goals and timetables for minority and female participation, expressed in percentage terms for the Contractor’s aggregate work force in each trade on all construction work in the covered area, are as follows:

• A goal for female participation in each trade is 6.9 percent for every county in Washington State.

• Refer to attachment 7-L for minority participation percentages.

These goals are applicable to all the Contractor’s construction work (whether or not it is federal or federally assisted) performed in the covered area.

The Contractor’s compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR Part 60-4.3(a), and its efforts to meet the goals established for the geographical area where the contract resulting from this solicitation is to be performed. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract 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 goals shall be a violation of 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.

(c) The Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs within ten (10) working days of award of any construction subcontract in excess of $10,000 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; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed.

(a) As used in this Notice, and in the contract resulting from this solicitation, the “covered area” is (insert description of the geographical areas where the contract is to be performed giving the state, county and city, if any).

Page 50: CITY OF WAPATO

ATTACHMENT 7-I (16)

82. Executive Order 11246. Standard Federal Equal Employment Opportunity Construction Contract Specifications.

(a) As used in these specifications:

(1) “Covered area” means the geographical area described in the solicitation from which this Contract resulted;

(2) “Director” means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority;

(3) “Employer identification number” means the Federal Social Security number used on the Employer’s Quarterly Federal Tax Return, U. S. Treasury Department Form 941; and

(4) “Minority” includes:

- Black (all persons having origins in any of the Black African racial groups not of Hispanic origin);

- Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American or other Spanish Culture or origin, regardless of race);

- Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia and Indian Subcontinent, or the Pacific Islands); and

- American Indian or Alaskan Native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal afflictions through membership and participation or community identification).

(b) 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 solicitation from which this Contract resulted.

(c) If the Contractor is participating (pursuant to 41 CFR Part 60-4.5) in a Hometown Plan approved by the U. S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the plan area (including goals and timetables) shall be in accordance with that plan for those trades which have unions participating in the plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or subcontractor participating in an approved plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the plan in each trade in which it has employees. The overall good faith performance by other contractors or subcontractors toward a goal in an approved plan does not excuse any covered Contractor’s or subcontractor’s failure to take good faith efforts to achieve the plan goals and timetables.

(d) The Contractor shall implement the specific affirmative action standards provided in paragraphs 82 (g) (1) through (16) of these specifications. 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. The Contractor is expected to make substantially uniform progress toward its

Page 51: CITY OF WAPATO

ATTACHMENT 7-I (17)

goals in each craft during the period specified. Covered construction contractors performing contracts 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 geographic area where the Contract is being performed. Goals are published periodically in the Federal Register in notice form and such notices may be obtained from any Federal Contract Compliance Programs office or from Federal procurement contracting officers. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified.

(e) Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor’s obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto.

(f) 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.

(g) The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor’s compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following:

(1) 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 site or in such facilities;

(2) 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;

(3) Maintain a current file of the names, addresses and telephone numbers of each minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor, this shall be documented in the file with the reason therefore, along with whatever additional actions the Contractor may have taken;

(4) 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

Page 52: CITY OF WAPATO

ATTACHMENT 7-I (18)

has other information that the union referral process has impeded the Contractor’s efforts to meet its obligations;

(5) Develop on-the-job training opportunities 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 Department of Labor. The Contractor shall provide notice of these programs to the sources complied under 7b above;

(6) 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;

(7) 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;

(8) 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;

(9) 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;

(10) 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;

(11) Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3;

Page 53: CITY OF WAPATO

ATTACHMENT 7-I (19)

(12) Conduct, at least annually, an inventory and evaluation at least 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;

(13) 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;

(14) Ensure that all facilities and company activities are non-segregated except that separate or single-user toilet and necessary changing facilities shall be provided to assure privacy between the sexes;

(15) 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 obligations; and

(16) Conduct a review, at least annually, of all supervisors’ adherence to and performance under the Contractor’s EEO policies and affirmative action obligations.

(h) Contractors are encouraged to participate in voluntary associations, which assist in fulfilling one or more of their affirmative action obligations (g1 through g16). The efforts of a contractor association, joint contractor-union, contractor-community, or other similar groups of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under (g1 through g16) of these specifications 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, ensures 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 demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation shall not be a defense for the Contractor’s noncompliance.

(i) A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunities 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 a 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 of women is under utilized).

(j) 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.

(k) The Contractor shall not enter into any subcontract with any person or firm debarred from government contracts pursuant to Executive Order 11246.

(l) The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive

Page 54: CITY OF WAPATO

ATTACHMENT 7-I (20)

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.

(m) 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 these specifications, 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 Part 60-4.8.

(n) The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company’s 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 the 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, Contractors shall not be required to maintain separate records.

(o) 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).

83. State Nondiscrimination Clause

The Contractor shall comply with the provisions of Chapter 49.60 RCW, the state law regarding discrimination, in all activities relating to this project.

84. Americans with Disabilities Act of 1990

Subject to the provisions of this title, no qualified individual with a disability shall, by reason of such disability, be excluded from participation in or be denied the benefits of the services, programs or activities of a public entity, or be subjected to discrimination by any such entity.

Page 55: CITY OF WAPATO

ATTACHMENT 7-L

UNITED STATES DEPARTMENT OF LABOR

EQUAL EMPLOYMENT OPPORTUNITY CONTRACT COMPLIANCE NOTICES

The following notices shall be included in all solicitations for offers and bids on all federal and

federally-assisted construction contracts or subcontracts in excess of $10,000 pursuant to the

Department of Labor’s Office of Federal Contract Compliance Programs’ (OFCCP) regulations

41 CFR, Part 604.

NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL

EMPLOYMENT OPPORTUNITY (EXECUTIVE ORDER 11246)

1. The Offerors or Bidder'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, expressed in percentage

terms for the Contractor's aggregate workforce in each trade on all construction work in the

covered area, are as follows:

• The following goals apply to all solicitations for offers and bids made after October 3,

1980.

• A goal for female participation in each trade is 6.9 percent for every county in

Washington State.

• Goals for minority participation for each trade:

County Percentage County Percentage

Adams 3.0 Lewis 6.1

Asotin 3.0 Lincoln 3.0

Benton 5.4 Mason 6.1

Chelan 7.2 Okanogan 7.2

Clallam 6.1 Pacific 6.1

Clark 4.5 Pend Oreille 3.0

Columbia 3.0 Pierce 6.2

Cowlitz 2.9 San Juan 6.1

Douglas 7.2 Skagit 6.1

Ferry 3.0 Skamania 2.9

Franklin 5.4 Snohomish 7.2

Garfield 3.0 Spokane 2.8

Grant 7.2 Stevens 3.0

Grays Harbor 6.1 Thurston 6.1

Island 6.1 Wahkiakum 2.9

Jefferson 6.1 Walla Walla 3.8

King 7.2 Whatcom 6.1

Kitsap 6.1 Whitman 3.0

Kittitas 7.2 Yakima 9.7

Klickitat 2.9

Page 56: CITY OF WAPATO

ATTACHMENT 7-L

These goals are applicable to all Contractors’ construction work (whether or it is federal or

federally assisted) performed in the covered area. If the contractor performs construction

work in a geographical area located outside of the covered area, it shall apply the goals

established for such geographical area where work is actually performed. With regard to

this second area, the Contractor also is subject to the goals for both its federally involved

and non-federally involved construction.

The Contractor’s compliance with the Executive Order and the regulations in 41 CFR Part

60-4 shall be based on its implementation of the Equal Opportunity Clause, specific

affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a),

and its efforts to meet the goals. The hours of minority and female employment and

training must be substantially uniform throughout the length of the contract 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 goals 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 Director of the Office of Federal

Contract Compliance Programs within ten (10) working days of award of any construction

subcontract in excess of $10,000 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, estimated dollar mount 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 the geographical area where the contract work is to be performed.

Page 57: CITY OF WAPATO

PART 4

SPECIAL PROVISIONS

Page 58: CITY OF WAPATO

City of Wapato French Lane Improvements G&O #19037

INTRODUCTION TO THE SPECIAL PROVISIONS 1

2

(June 30, 2020 G&O GSP) 3

4

The work on this project shall be accomplished in accordance with the Standard 5

Specifications for Road, Bridge and Municipal Construction, 2020 edition, as 6

issued by the Washington State Department of Transportation (WSDOT) and the 7

American Public Works Association (APWA), Washington State Chapter (hereafter 8

“Standard Specifications”). The Standard Specifications, as modified or 9

supplemented by these Special Provisions, all of which are made a part of the 10

Contract Documents, shall govern all of the Work. 11

12

These Special Provisions are made up of both General Special Provisions (GSPs) 13

from various sources, which may have project-specific fill-ins; and project-specific 14

Special Provisions. Each Provision either supplements, modifies, or replaces the 15

comparable Standard Specification, or is a new Provision. The deletion, 16

amendment, alteration, or addition to any subsection or portion of the Standard 17

Specifications is meant to pertain only to that particular portion of the section, and 18

in no way should it be interpreted that the balance of the section does not apply. 19

20

The project-specific Special Provisions are not labeled as such. The GSPs are 21

labeled under the headers of each GSP, with the effective date of the GSP and its 22

source. For example: 23

24

(March 8, 2013 APWA GSP) 25

(April 1, 2013 WSDOT GSP) 26

(May 1, 2013 G&O GSP) 27

28

Also incorporated into the Contract Documents by reference are: 29

30

• Manual on Uniform Traffic Control Devices for Streets and Highways, 31

currently adopted edition, with Washington State modifications, if any 32

• Standard Plans for Road, Bridge and Municipal Construction, 33

WSDOT/APWA, current edition 34

35

Contractor shall obtain copies of these publications, at Contractor’s own expense. 36

Page 59: CITY OF WAPATO

DIVISION 1

GENERAL REQUIREMENTS

Page 60: CITY OF WAPATO

City of Wapato

French Lane Improvements

G&O #19037 1-1

DIVISION 1 1

2

GENERAL REQUIREMENTS 3

4

DESCRIPTION OF WORK 5

(March 13, 1995 WSDOT GSP) 6

This Contract provides for three schedules of work: 7

8

Schedule A includes construction of approximately 1,300 LF of new roadway from 9

the intersection of 9th Street and South Camas Avenue to the end of the roadway, 10

including, but not limited to, excavation, grading, subgrade preparation, crushed 11

surfacing materials, hot mix asphalt, storm drainage improvements, cement 12

concrete curb and gutter, sidewalk, illumination, permanent signing and pavement 13

markings, miscellaneous surface restoration, utility adjustments. 14

15

Schedule B includes improvements to the intersection of South Camas Avenue 16

and French Lane. It is funded by the Transportation Improvement Board and will 17

be tracked separately from Schedule A. 18

19

Schedule C includes construction of approximately 1,640 LF of new water main 20

from the intersection of 9th Street and South Camas Avenue to the water main in 21

Kateri Lane, water service connections, and fire hydrants. 22

23

Schedule D includes construction of approximately 1,520 LF of new sewer main 24

and side sewers from the existing sewer main in Kateri Lane to approximately 200 25

feet east of the intersection of 9th Street and South Camas Avenue. 26

27

1-01 DEFINITIONS AND TERMS 28

29

1-01.3 Definitions 30

(June 29, 2020 G&O GSP) 31

32

Delete the definition of “Bid Documents,” “Completion Dates,” “Contract” and 33

“Contracting Agency.” 34

35

This Section is supplemented with the following: 36

37

All references in the Standard Specifications and WSDOT General Special 38

Provisions to the terms “Department of Transportation,” “Washington State 39

Transportation Commission,” “Commission,” “Secretary of Transportation,” 40

“Secretary,” “Headquarters,” and “State Treasurer” shall be revised to read 41

“Contracting Agency.” 42

43

All references to the terms “State” or “state” shall be revised to read 44

“Contracting Agency” unless the reference is to an administrative agency of 45

Page 61: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-2

the State of Washington, a State statute or regulation, or the context 1

reasonably indicates otherwise. 2

3

All references to “State Materials Laboratory” shall be revised to read 4

“Contracting Agency designated location.” 5

6

All references to “final contract voucher certification” shall be interpreted to 7

mean the Contracting Agency form(s) by which final payment is authorized, 8

and final completion and acceptance granted. 9

10

Additive 11

A supplemental unit of work or group of bid items, identified separately in 12

the Proposal, which may, at the discretion of the Contracting Agency, be 13

awarded in addition to the base bid. 14

15

Alternate 16

One of two or more units of work or groups of bid items, identified separately 17

in the Proposal, from which the Contracting Agency may make a choice 18

between different methods or material of construction for performing the 19

same work. 20

21

Bid Documents 22

The component parts of the proposed Contract which may include, but not 23

limited to, the Proposal form, the proposed Contract Provisions, the 24

proposed Contract Plans, Addenda, and Subsurface Boring Logs (if any). 25

26

Business Day 27

A business day is any day from Monday through Friday, except holidays as 28

listed in Section 1-08.5. 29

30

Contract 31

The written agreement between the Contracting Agency and the Contractor. 32

It describes, among other things: 33

34

1. What work will be done, and by when; 35

2. Who provides labor and materials; and 36

3. How Contractor will be paid. 37

38

The Contract includes the Contract (Agreement) form, bidder’s completed 39

Proposal Form, all required certificates and affidavits, performance and 40

payment bonds, Standard Specifications for Road, Bridge and Municipal 41

Construction, Contract Provisions, Contract Plans, Standard Plans, 42

addenda and change orders. 43

44

Contract Bond 45

Page 62: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-3

The definition in the Standard Specifications for “Contract Bond” applies to 1

whatever bond form(s) are required by the Contract Documents, which may 2

be a combination of a Payment Bond and a Performance Bond. 3

4

Contract Documents 5

See definition for “Contract.” 6

7

Contract Time 8

The period of time established by the terms and conditions of the contract 9

within which the work must be completed. 10

11

Contracting Agency (Owner) 12

Agency of Government that is responsible for the execution and 13

administration of the Contract. 14

15

Dates 16

17

Bid Opening Date 18

The date on which the Contracting Agency publicly opens and reads 19

the bids. 20

21

Award Date 22

The date of the formal decision of the Contracting Agency to accept 23

the lowest responsible and responsive bidder for the Work. 24

25

Contract Execution Date 26

The date when both the Contractor and the Contracting Agency have 27

signed the Agreement, binding themselves to the Contract. 28

29

Notice to Proceed Date 30

The date stated in the Notice to Proceed on which the Contract time 31

begins. 32

33

Substantial Completion Date 34

The day the Engineer determines the Contracting Agency has full and 35

unrestricted use and benefit of the facilities, both from the operational 36

and safety standpoint, any remaining traffic disruptions will be rare 37

and brief, and only minor incidental work, replacement of temporary 38

substitute facilities, plant establishment periods or correction or repair 39

remains for the Physical Completion of the total Contract. 40

41

Physical Completion Date 42

The day all of the Work is physically completed on the project. The 43

Engineer has received from the Contractor record drawings, operation 44

Page 63: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-4

and maintenance manuals, manufacturers’ affidavits, and software 1

and programming. 2

3

Completion Date 4

The day all the Work specified in the Contract is completed and all the 5

obligations of the Contractor under the Contract are fulfilled by the 6

Contractor. All documentation required by the Contract and required 7

by law must be furnished by the Contractor before establishment of 8

this date. 9

10

Final Acceptance Date 11

The date on which the Contracting Agency accepts the Work as 12

complete. 13

14

Notice of Award 15

The written notice from the Contracting Agency to the successful bidder 16

signifying the Contracting Agency’s acceptance of the Bid Proposal. 17

18

Notice to Proceed 19

The written notice from the Contracting Agency or Engineer to the 20

Contractor authorizing and directing the Contractor to proceed with the 21

Work and establishing the date on which the Contract time begins. 22

23

Traffic 24

Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, 25

wheelchairs, and equestrian traffic. 26

27

1-02 BID PROCEDURES AND CONDITIONS 28

29

1-02.1 Prequalification of Bidders 30

31

Delete this Section and replace it with the following: 32

33

1-02.1 Qualifications of Bidder 34

(January 24, 2011 APWA GSP) 35

36

Before award of a public works contract, a bidder must meet at least the 37

minimum qualifications of RCW 39.04.350(1) to be considered a 38

responsible bidder and qualified to be awarded a public works project. 39

40

41

Page 64: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-5

1-02.1(1) Supplemental Qualifications Criteria 1

(April 6, 2018 G&O GSP) 2

3

In addition, the Contracting Agency has established Contracting Agency-specific 4

and/or project-specific supplemental criteria, in accordance with RCW 5

39.04.350(3), for determining Bidder responsibility, including the basis for 6

evaluation and the deadline for appealing a determination that a Bidder is not 7

responsible. These criteria are contained in Section 1-02.14. 8

9

1-02.2 Plans and Specifications 10

(June 27, 2011 G&O GSP) 11

12

Delete this Section and replace it with the following: 13

14

Information as to where Bid Documents can be obtained or reviewed is 15

contained in the Call for Bids (Advertisement for Bids) for the work. 16

17

After Award of the Contract, Plans and Contract Provisions will be issued to 18

the Contractor at as stated below: 19

20

To Prime Contractor No. of Sets Basis of Distribution 21

22

Large Plans (22" x 34") 1 Furnished automatically 23

24

Contract Provisions 3 Furnished automatically 25

26

Reduced Plans (11" x 17") 3 Furnished automatically 27

28

Additional Plans and other Contract Provisions may be purchased by the 29

Contractor. 30

31

1-02.4 Examination of Plans, Specifications, and Site of Work 32

33

1-02.4(1) General 34

(June 16, 2006 G&O GSP) 35

36

This Section is supplemented with the following: 37

38

Contractor shall review the entire Contract to ensure that the completeness 39

of their Proposal includes all items of Work regardless of where shown in 40

the Contract. Bidders are cautioned that alternate sources of information 41

(copies of the Contract obtained from third parties) are not necessarily an 42

accurate or complete representation of the Contract. Bidders shall use such 43

information at their own risk. 44

45

Page 65: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-6

Soil log information is included in the Appendix and is referenced 1

information. 2

3

The soils information used for study and design of this project is available 4

for review by the bidder at the following address: 5

6

Gray & Osborne, Incl. 7

180 Iron Horse Court 8

Yakima, Washington 98901 9

10

1-02.4(2) Subsurface Information 11

(June 16, 2006 G&O GSP) 12

13

Delete this Section and replace it with the following: 14

15

If the Contracting Agency has made a subsurface investigation of the site 16

of the proposed Work, the boring log data and soil sample test data 17

accumulated by the Contracting Agency will be made available for 18

inspection by the Bidders. However, the Contracting Agency makes no 19

representation or warranty, expressed or implied, that: 20

21

a. The Bidders’ interpretations from the boring logs may be 22

correct; 23

24

b. Moisture conditions and indicated water tables will not vary 25

from those found at the time the borings were made; 26

27

c. The ground at the location of the borings has not been 28

physically disturbed or altered after the boring was made; and 29

30

d. Conditions below the surface of the ground are consistent 31

throughout the site with the information made available 32

hereunder, or that conditions to be encountered on the site 33

are uniform or consistent with geological conditions usually 34

encountered in the area. 35

36

The Contracting Agency makes no representations, guarantees, or 37

warranties as to the condition, materials, or proportions of the materials 38

between the specific borings, regardless of any subsurface information the 39

Contracting Agency may make available to the prospective Bidders. 40

Bidders are solely responsible for making the necessary investigations to 41

support and/or verify any conclusions or assumptions used in preparation 42

of their bids. 43

44

Page 66: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-7

Any subsurface investigations and analysis were carried out for design 1

purposes only. Contractor may not rely upon or make any claim against 2

Contracting Agency, Engineer, or any of their subconsultants, with respect 3

to: 4

5

1. The completeness of such reports for Contractor’s purposes, 6

including, but not limited to, any aspects of the means, methods, 7

techniques, sequences, and procedures of construction to be 8

employed by Contractor, and safety precautions and programs 9

incident thereto; or 10

11

2. Other conclusions, interpretations, opinions, representations, and 12

information contained in such reports; or 13

14

3. Any Contractor interpretation of or conclusion drawn from any 15

“technical data” or any such other data, conclusions, interpretations, 16

opinions or information. 17

18

1-02.5 Proposal Forms 19

(June 27, 2011 G&O GSP) 20

21

Delete this Section and replace it with the following: 22

23

Proposals shall be submitted on the Proposal Form, which is included with 24

the Contract. All Proposals shall be completed, signed and dated. 25

26

The Proposal Form will identify the project and its location and describe the 27

Work. It will also list estimated quantities, units of measurement, the items 28

of work, and the materials to be furnished at the lump sum and/or unit bid 29

prices. The Bidder shall complete spaces on the Proposal Form that call for, 30

but are not limited to, unit prices; extensions; summations; the total bid 31

amount; signatures; date; and, where applicable, retail sales taxes and 32

acknowledgment of addenda; the bidder’s name, address, telephone 33

number, and signature; the Bidder’s D/M/WBE commitment, if applicable; a 34

State of Washington Contractor’s Registration Number; and a Business 35

License Number, if applicable. Bids shall be completed by typing or shall 36

be printed in ink by hand, preferably in black ink. Required certifications are 37

included as part of the Proposal Form. 38

39

The Contracting Agency reserves the right to arrange the proposal forms 40

with alternates and additives, if such be to the advantage of the Contracting 41

Agency. The Bidder shall bid on all alternates and additives set forth in the 42

Proposal form unless otherwise specified. 43

44

Page 67: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-8

1-02.6 Preparation of Proposal 1

(April 6, 2018 G&O GSP) 2

3

Supplement the second paragraph with the following: 4

5

4. If a minimum bid amount has been established for any item, the unit 6

or lump sum price must equal or exceed the minimum amount stated. 7

8

5. Any correction to a bid made by interlineation, alteration, or erasure, 9

shall be initialed by the signer of the bid. 10

11

Delete the fourth paragraph. 12

13

Item number 1 in the fifth paragraph of Section 1-02.6 is revised to read: 14

15

1. Subcontractors who will perform the work of structural steel 16

installation, rebar installation, heating, ventilation, air conditioning 17

and plumbing as described in RCW 18.106 and electrical as 18

described in RCW 19.28, and 19

20

Delete the last two paragraphs, and replace it with the following: 21

22

The Bidder shall certify compliance with Contractor Certification Wage Law. 23

The certification is included in the Proposal form. 24

25

The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in 26

any manner. 27

28

A bid by a corporation shall be executed in the corporate name, by the 29

president or a vice president (or other corporate officer accompanied by 30

evidence of authority to sign). 31

32

A bid by a partnership shall be executed in the partnership name, and 33

signed by a partner. A copy of the partnership agreement shall be submitted 34

with the Bid Form if any UDBE requirements are to be satisfied through 35

such an agreement. 36

37

A bid by a joint venture shall be executed in the joint venture name and 38

signed by a member of the joint venture. A copy of the joint venture 39

agreement shall be submitted with the Bid Form if any UDBE requirements 40

are to be satisfied through such an agreement. 41

42

All Proposals submitted shall, on their face, remain valid for a period of 60 43

days following the date of Bid opening. In the event of a conflict in this 44

Page 68: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-9

duration, which may appear elsewhere in the Contract Provisions, the 1

longest duration shall apply. 2

3

1-02.7 Bid Deposit 4

(March 8, 2013 G&O GSP) 5

6

Supplement this Section with the following: 7

8

Bid bonds shall contain the following: 9

1. The name of the project; 10

11

2. The name of the Contracting Agency, named as the obligee; 12

13

3. The amount of the bid bond stated either as a dollar figure or 14

as a percentage which represents five percent of the 15

maximum bid amount that could be awarded; 16

17

4. The signature of the bidder’s officer empowered to sign official 18

statements. The signature of the person authorized to submit 19

the Proposal should agree with the signature on the bond, and 20

the title of the person must accompany the said signature; 21

22

5. The signature of the surety’s officer empowered to sign the 23

bond, and the power of attorney. 24

25

The Bidder must use the bond form included in the Contract. 26

27

1-02.9 Delivery of Proposal 28

(January 3, 2012 G&O GSP) 29

30

Delete this section in its entirety and replace with the following: 31

32

The Proposal, bid bond, and all other certificates, forms or other documents 33

required by any Contract Provisions to be executed and delivered with said 34

Proposal shall be submitted, in a sealed package, addressed to the 35

Contracting Agency, and plainly marked “Proposal for ______________ 36

(insert name of project as shown on the Proposal) to be opened on the 37

______ day of ____________, 20___,” (said day, month and year to be 38

used as shown in the published Call for Bids). 39

40

The Contracting Agency will not consider any Proposal or any supplement 41

to a Proposal that is received after the time specified for receipt of 42

Proposals, or received in a location other than that specified for receipt of 43

Proposal. Emailed or faxed Proposals or supplement to a Proposal are not 44

acceptable. 45

Page 69: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-10

1

1-02.10 Withdrawing, Revising, or Supplementary Proposal 2

(July 23, 2015 APWA GSP) 3

4

Delete this Section and replace it with the following: 5

6

After submitting a physical Bid Proposal to the Contracting Agency, the 7

Bidder may withdraw, revise, or supplement it if: 8

9

1. The Bidder submits a written request signed by an authorized person 10

and physically delivers it to the place designated for receipt of Bid 11

Proposals, and 12

13

2. The Contracting Agency receives the request before the time set for 14

receipt of Bid Proposals, and 15

16

3. The revised or supplemented Bid Proposal (if any) is received by the 17

Contracting Agency before the time set for receipt of Bid Proposals. 18

19

If the Bidder’s request to withdraw, revise, or supplement its Bid Proposal 20

is received before the time set for receipt of Bid Proposals, the Contracting 21

Agency will return the unopened Proposal package to the Bidder. The 22

Bidder must then submit the revised or supplemented package in its 23

entirety. If the Bidder does not submit a revised or supplemented package, 24

then its bid shall be considered withdrawn. 25

26

Late revised or supplemented Bid Proposals or late withdrawal requests will 27

be date recorded by the Contracting Agency and returned unopened. 28

Mailed, emailed, or faxed requests to withdraw, revise, or supplement a Bid 29

Proposal are not acceptable. 30

31

1-02.11 Combination and Multiple Proposals 32

(June 16, 2006 G&O GSP) 33

34

Delete this Section in its entirety. 35

36

1-02.13 Irregular Proposals 37

(March 29, 2018 G&O GSP) 38

39

Delete this Section and replace it with the following: 40

41

1. A proposal will be considered irregular and will be rejected if: 42

43

a. The Bidder is not prequalified when so required; 44

45

Page 70: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-11

b. The authorized proposal form furnished by the Contracting 1

Agency is not used or is altered; 2

3

c. The completed proposal form contains any unauthorized 4

additions, deletions, alternate Bids, or conditions; 5

6

d. The Bidder adds provisions reserving the right to reject or 7

accept the award, or enter into the Contract; 8

9

e. A price per unit cannot be determined from the Bid Proposal; 10

11

f. The Proposal form is not properly executed; 12

13

g. The Bidder fails to submit or properly complete a 14

Subcontractor list, if applicable, as required in Section 1-02.6; 15

16

h. The Bidder fails to submit or properly complete a 17

Disadvantaged Business Enterprise Certification, if 18

applicable, as required in Section 1-02.6; 19

20

i. The Bid Proposal does not constitute a definite and 21

unqualified offer to meet the material terms of the Bid 22

invitation; or 23

24

j. More than one proposal is submitted for the same project from 25

a Bidder under the same or different names. 26

27

2. A Proposal may be considered irregular and may be rejected if: 28

29

a. The Proposal does not include a unit price for every Bid item; 30

31

b. Any of the unit prices are excessively unbalanced (either 32

above or below the amount of a reasonable Bid) to the 33

potential detriment of the Contracting Agency; 34

35

c. Receipt of Addenda is not acknowledged; 36

37

d. A member of a joint venture or partnership and the joint 38

venture or partnership submit Proposals for the same project 39

(in such an instance, both Bids may be rejected); or 40

41

e. If Proposal form entries are not made in ink. 42

43

Page 71: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-12

1-02.14 Disqualification of Bidders 1

(April 6, 2018 G&O GSP) 2

3

Delete this section and replace it with the following: 4

5

A Bidder will be deemed not responsible if the Bidder does not meet the 6

mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended; 7

or does not meet Supplemental Criteria 1 through 8 in this Section: 8

9

The Contracting Agency will verify that the Bidder meets the mandatory 10

bidder responsibility criteria in RCW 39.04.350(1), and Supplemental 11

Criteria 1. Evidence that the Bidder meets Supplemental Criteria 2 through 12

8 shall be provided by the Bidder as stated later in this Section. 13

14

1. Federal Debarment 15

16

A. Criterion: The Bidder shall not currently be debarred or 17

suspended by the Federal government. 18

19

B. Documentation: The Bidder shall not be listed as having an 20

“active exclusion” on the U.S. government’s “System for 21

Award Management” database (www.sam.gov). 22

23

2. Delinquent State Taxes 24

25

A. Criterion: The Bidder shall not owe delinquent taxes to the 26

Washington State Department of Revenue without a payment 27

plan approved by the Department of Revenue. 28

29

B. Documentation: The Bidder shall, if and when required as 30

detailed below, sign a statement (on a form to be provided by 31

the Contracting Agency) that the Bidder does not owe 32

delinquent taxes to the Department of Revenue. If the Bidder 33

owes delinquent taxes, they must submit a written payment 34

plan approved by the Department of Revenue, to the 35

Contracting Agency by the deadline listed below. 36

37

3. Claims Against Retainage and Bonds 38

39

A. Criterion: The Bidder shall not have a record of excessive 40

claims filed against the retainage or payment bonds for public 41

works projects in the 3 years prior to the bid submittal date, 42

that demonstrate a lack of effective management by the 43

Bidder of making timely and appropriate payments to its 44

subcontractors, suppliers, and workers, unless there are 45

Page 72: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-13

extenuating circumstances and such circumstances are 1

deemed acceptable to the Contracting Agency. 2

3

B. Documentation: The Bidder shall, if and when required as 4

detailed below, sign a statement (on a form to be provided by 5

the Contracting Agency) that the Bidder has not had claims 6

against retainage and bonds in the 3 years prior to the bid 7

submittal date. If the Bidder has had claims against retainage 8

and bonds in the 3 years prior to the bid submittal date, they 9

shall submit a list of the public works projects completed in the 10

3 years prior to the bid submittal date that have had claims 11

against retainage and bonds and include for each project the 12

following information: 13

14

• Name of project 15

• The owner and contact information for the owner; 16

• A list of claims filed against the retainage and/or 17

payment bond for any of the projects listed; 18

• A written explanation of the circumstances 19

surrounding each claim and the ultimate resolution of 20

the claim. 21

22

4. Public Bidding Crime 23

24

A. Criterion: The Bidder and/or its owners shall not have been 25

convicted of a crime involving bidding on a public works 26

contract in the 5 years prior to the bid submittal date. 27

28

B. Documentation: The Bidder, if and when required as detailed 29

below, shall sign a statement (on a form to be provided by the 30

Contracting Agency) that the Bidder and/or its owners have 31

not been convicted of a crime involving bidding on a public 32

works contract. 33

34

5. Termination for Cause / Termination for Default 35

36

A. Criterion: The Bidder shall not have had any public works 37

contract terminated for cause or terminated for default by a 38

government agency in the 5 years prior to the bid submittal 39

date, unless there are extenuating circumstances and such 40

circumstances are deemed acceptable to the Contracting 41

Agency. 42

43

B. Documentation: The Bidder, if and when required as detailed 44

below, shall sign a statement (on a form to be provided by the 45

Page 73: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-14

Contracting Agency) that the Bidder has not had any public 1

works contract terminated for cause or terminated for default 2

by a government agency in the 5 years prior to the bid 3

submittal date; or if Bidder was terminated, describe the 4

circumstances. 5

6

6. Lawsuits 7

8

A. Criterion: The Bidder shall not have lawsuits with judgments 9

entered against the Bidder in the 5 years prior to the bid 10

submittal date that demonstrate a pattern of failing to meet the 11

terms of contracts, unless there are extenuating 12

circumstances and such circumstances are deemed 13

acceptable to the Contracting Agency. 14

15

B. Documentation: The Bidder, if and when required as detailed 16

below, shall sign a statement (on a form to be provided by the 17

Contracting Agency) that the Bidder has not had any lawsuits 18

with judgments entered against the Bidder in the 5 years prior 19

to the bid submittal date that demonstrate a pattern of failing 20

to meet the terms of contracts, or shall submit a list of all 21

lawsuits with judgments entered against the Bidder in the five 22

years prior to the bid submittal date, along with a written 23

explanation of the circumstances surrounding each such 24

lawsuit. The Contracting Agency shall evaluate these 25

explanations to determine whether the lawsuits demonstrate 26

a pattern of failing to meet of terms of construction related 27

contracts. 28

29

7. Contract Time (Liquidated Damages) 30

31

A. Criterion: The Bidder shall not have had liquidated damages 32

assessed on any projects it has completed 5 years prior to the 33

bid submittal date that demonstrate a pattern of failing to meet 34

contract time, unless there are extenuating circumstances 35

and such circumstances are deemed acceptable to the 36

Contracting Agency. 37

38

B. Documentation: The Bidder, if and when required as detailed 39

below, shall sign a statement (on a form to be provided by the 40

Contracting Agency) that the Bidder has not had liquidated 41

damages assessed on any projects it has completed within 42

the five years prior to the bid submittal date, or shall submit a 43

list of Projects with assessed liquidated damages along with 44

Page 74: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-15

Owner contact information, and number of days assessed 1

liquidated damages. 2

3

8. Capacity and Experience 4

5

A. Criterion: The Bidder shall have sufficient current capacity 6

and the project superintendent assigned to the project shall 7

have experience to meet the requirements of this Project. The 8

Bidder and the project superintendent shall have successfully 9

completed at least two projects as prime contractor, of a 10

similar size and scope, during the 5-year period immediately 11

preceding the bid submittal deadline for this project. Similar 12

size is defined as a minimum of 70 percent of the bid amount 13

submitted by the Bidder. 14

15

B. Documentation: The Bidder shall, if and when required as 16

detailed below, on a form to be provided by the Contracting 17

Agency, provide the Bidder’s gross dollar amount of work 18

currently under contract, the Bidder’s gross dollar amount of 19

contracts currently not completed, five major pieces of 20

equipment anticipated to be on the project and whether the 21

equipment is leased or owned, name of superintendent 22

assigned to this project and their number of years of 23

experience, and two project references of similar size and 24

scope during the five year period immediately preceding the 25

bid submittal deadline for this project. The Contracting 26

Agency may check owner references for the previous projects 27

and may evaluate the owner’s assessment of the Bidder 28

performance. 29

30

As evidence that the Bidder meets Supplemental Responsibility Criteria 2 31

through 8 stated above, the apparent two lowest Bidders must submit to the 32

Contracting Agency by 12:00 P.M. (noon) of the second business day 33

following the bid submittal deadline, a written statement verifying that the 34

Bidder meets Supplemental Criteria 2 through 8 together with supporting 35

documentation (sufficient in the sole judgment of the Contracting Agency) 36

demonstrating compliance with Supplemental Responsibility Criteria 2 37

through 8. The Contracting Agency reserves the right to request further 38

documentation as needed from the low bidder and documentation from 39

other Bidders as well to assess Bidder responsibility and compliance with 40

all bidder responsibility criteria. The Contracting Agency also reserves the 41

right to obtain information from third-parties and independent sources of 42

information concerning a Bidder’s compliance with the mandatory and 43

supplemental criteria, and to use that information in their evaluation. The 44

Page 75: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-16

Contracting Agency may consider mitigating factors in determining whether 1

the Bidder complies with the requirements of the Supplemental Criteria. 2

3

The basis for evaluation of Bidder compliance with these mandatory and 4

Supplemental Criteria shall include any documents or facts obtained by 5

Contracting Agency (whether from the Bidder or third parties) including but 6

not limited to: (i) financial, historical, or operational data from the Bidder; 7

(ii) information obtained directly by the Contracting Agency from others for 8

whom the Bidder has worked, or other public agencies or private 9

enterprises; and (iii) any additional information obtained by the Contracting 10

Agency which is believed to be relevant to the matter. 11

12

If the Contracting Agency determines the Bidder does not meet the bidder 13

responsibility criteria above and is therefore not a responsible Bidder, the 14

Contracting Agency shall notify the Bidder in writing, with the reasons for its 15

determination. If the Bidder disagrees with this determination, it may appeal 16

the determination within 2 business days of the Contracting Agency’s 17

determination by presenting its appeal and any additional information to the 18

Contracting Agency. The Contracting Agency will consider the appeal and 19

any additional information before issuing its final determination. If the final 20

determination affirms that the Bidder is not responsible, the Contracting 21

Agency will not execute a contract with any other Bidder until at least 22

2 business days after the Bidder determined to be not responsible has 23

received the Contracting Agency’s final determination. 24

25

Request to Change Supplemental Bidder Responsibility Criteria Prior To 26

Bid: Bidders with concerns about the relevancy or restrictiveness of the 27

Supplemental Bidder Responsibility Criteria may make or submit requests 28

to the Contracting Agency to modify the criteria. Such requests shall be in 29

writing, describe the nature of the concerns, and propose specific 30

modifications to the criteria. Bidders shall submit such requests to the 31

Contracting Agency no later than 5 business days prior to the bid submittal 32

deadline and address the request to the Project Engineer or such other 33

person designated by the Contracting Agency in the Bid Documents. 34

35

1-02.15 Pre-Award Information 36

(August 14, 2013 APWA GSP) 37

38

Delete this Section and replace it with the following: 39

40

Before awarding any Contract, the Contracting Agency may require one or 41

more of these items or actions of the apparent lowest responsible bidder: 42

43

1. A complete statement of the origin, composition, and 44

manufacture of any or all materials to be used, 45

Page 76: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-17

1

2. Samples of these materials for quality and fitness tests, 2

3

3. A progress schedule (in a form the Contracting Agency 4

requires) showing the order of and time required for the 5

various phases of the work, 6

7

4. A breakdown of costs assigned to any bid item, 8

9

5. Attendance at a conference with the Engineer or 10

representatives of the Engineer, 11

12

6. Obtain, and furnish a copy of, a business license to do 13

business in the city or county where the work is located, 14

15

7. Any other information or action taken that is deemed 16

necessary to ensure that the Bidder is the lowest responsible 17

bidder. 18

19

1-03 AWARD AND EXECUTION OF CONTRACT 20

21

1-03.1 Consideration of Bids 22

(January 23, 2006 APWA GSP) 23

24

Revise the first paragraph to read: 25

26

After opening and reading proposals, the Contracting Agency will check 27

them for correctness of extensions of the prices per unit and the total price. 28

If a discrepancy exists between the price per unit and the extended amount 29

of any bid item, the price per unit will control. If a minimum bid amount has 30

been established for any item and the bidder’s unit or lump sum price is less 31

than the minimum specified amount, the Contracting Agency will unilaterally 32

revise the unit or lump sum price, to the minimum specified amount and 33

recalculate the extension. The total of extensions, corrected where 34

necessary, including sales taxes where applicable and such additives 35

and/or alternates as selected by the Contracting Agency, will be used by the 36

Contracting Agency for award purposes and to fix the Awarded Contract 37

Price amount and the amount of the contract bond. 38

39

40

Page 77: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-18

1-03.2 Award of Contract 1

(June 16, 2006 G&O GSP) 2

3

Delete this Section and replace it with the following: 4

5

Normally, Contract Award or bid rejection will occur within 60 calendar days 6

after bid opening. If the lowest responsible Bidder and the Contracting 7

Agency agree, this deadline may be extended. If they cannot agree on an 8

extension by the 60th calendar day deadline, the Contracting Agency 9

reserves the right to award the Contract to the next lowest responsible 10

Bidder or reject all bids. The Contracting Agency will notify the successful 11

Bidder of the Contract Award in writing. 12

13

1-03.3 Execution of Contract 14

(June 16, 2006 G&O GSP) 15

16

Delete this Section and replace it with the following: 17

18

Within 10 calendar days after the Award date, the successful Bidder shall 19

return the signed Contracting Agency-prepared Contract, an insurance 20

certification as required by Section 1-07.18, and satisfactory bonds as 21

required by law and Section 1-03.4. Before execution of the Contract by 22

the Contracting Agency, the successful Bidder shall provide any pre-Award 23

information the Contracting Agency may require under Section 1-02.15. 24

25

Until the Contracting Agency executes a Contract, no Proposal shall bind 26

the Contracting Agency nor shall any work begin within the project limits or 27

within Contracting Agency-furnished sites. The Contractor shall bear all 28

risks for any work begun outside such areas and for any materials ordered 29

before the Contract is executed by the Contracting Agency. 30

31

A written Notice to Proceed will be issued after the Contract has been 32

executed by the Contractor and the Contracting Agency, and the 33

performance and labor and material payment bonds, other required 34

certificates and documents and insurance certificates are approved by the 35

Contracting Agency or, where applicable, by State or Federal agencies 36

responsible for funding any portion of the project. 37

38

1-03.4 Contract Bond 39

(July 21, 2020, G&O GSP) 40

41

Revise the first paragraph to read: 42

43

The successful bidder shall provide an executed performance and public 44

works payment bonds for the full contract amount. These bonds shall: 45

Page 78: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-19

1

1. Be on Contracting Agency-furnished forms; 2

3

2. Be signed by an approved surety (or sureties) that: 4

5

a. Is registered with the Washington State Insurance 6

Commissioner; and 7

8

b. Appears on the current Authorized Insurance List in the State 9

of Washington published by the Office of the Insurance 10

Commissioner. 11

12

3. Be conditioned upon the faithful performance of the contract by the 13

Contractor within the prescribed time; 14

15

4. Guarantee that the Contractor will perform and comply with all 16

obligations, duties, and conditions under the Contract including, but 17

not limited to, the duty and obligation to indemnify, defend, and 18

protect the Contracting Agency against all losses and claims related 19

directly or indirectly from any failure: 20

21

a. Of the Contractor (or any of the employees, subcontractors, 22

or lower tier subcontractors of the Contractor) to faithfully 23

perform and comply with the contract; or 24

25

b. Of the Contractor (or the subcontractors or lower tier 26

subcontractors of the Contractor) to pay all laborers, 27

mechanics, subcontractors, lower tier subcontractors, 28

materialperson, or any other person who provides supplies or 29

provisions for carrying out the work. 30

31

5. Be conditioned upon payment of taxes, increases, and penalties 32

incurred on the project under Titles 50, 51, and 82 RCW; and 33

34

6. Be accompanied by a power of attorney for the Surety’s officer 35

empowered to sign the bond; and 36

37

7. Be signed by an officer of the Contractor empowered to sign official 38

statements (sole proprietor or partner). If the Contractor is a 39

corporation, the bond must be signed by the president or vice-40

president, unless accompanied by written proof of the authority of the 41

individual signing the bond to bind the corporation (i.e., corporate 42

Page 79: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-20

resolution, power of attorney or a letter to such effect by the president 1

or vice-president). 2

3

1-03.7 Judicial Review 4

(November 30, 2018 APWA GSP) 5

6

Revise this Section to read: 7

8

Any decision made by the Contracting Agency regarding the Award and 9

execution of the Contract or Bid rejection shall be conclusive subject to the 10

scope of judicial review permitted under Washington Law. Such review, if 11

any, shall be timely filed in the Superior Court of the county where the 12

Contracting Agency headquarters is located, provided that where an action 13

is asserted against a county, RCW 36.01.050 shall control venue and 14

jurisdiction. 15

16

1-04 SCOPE OF THE WORK 17

18

1-04.2 Coordination of Contract Documents, Plans, Special Provisions, 19

Specifications, and Addenda 20

(June 29, 2020 G&O GSP) 21

22

Delete the first two paragraphs of this Section and replace them with the following: 23

24

The complete Contract includes these parts: Contract (Agreement) form, 25

bidder’s completed Proposal Form, Contract Plans, Contract Provisions, 26

Standard Specifications, Standard Plans, addenda, all required certificates 27

and affidavits, performance and labor and material payment bonds, and 28

change orders. These parts complement each other in describing a 29

complete Work. Any requirement in one part binds as if stated in all parts. 30

The Contractor shall provide any work or materials clearly implied in the 31

Contract even if the Contract does not mention it specifically. 32

33

Any inconsistency in the parts of the Contract shall be resolved by following 34

this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so 35

forth): 36

37

1. Addenda, 38

2. Proposal Form and Agreement, 39

3. Special Provisions, 40

4. Contract Plans, 41

5. Standard Specifications, 42

6. Contracting Agency’s Standard Plans (if any), and 43

7. WSDOT/APWA Standard Plans for Road, Bridge, and 44

Municipal Construction 45

Page 80: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-21

1

1-04.4 Changes 2

3

1-04.4(1) Minor Changes 4

(June 7, 2019 G&O GSP) 5

6

This Section is revised to read as follows: 7

8

Payments or credits for changes may be made under the Bid item “Minor 9

Change.” At the discretion of the Contracting Agency, this procedure for 10

Minor Changes may be used in lieu of the more formal procedure as 11

outlined in Section 1-04.4, Changes. 12

13

The Contractor will be provided a copy of the completed order for Minor 14

Changes. The agreement for the Minor Changes will be documented by 15

signature of the Contractor, or notation of verbal agreement. If the 16

Contractor is in disagreement with anything required by the order for Minor 17

Changes, the Contractor may protest the order as provided in 18

Section 1-04.5. 19

20

Payments will be determined in accordance with Section 1-09.4. For the 21

purpose of providing a common Proposal for all Bidders, the Contracting 22

Agency has entered an amount for “Minor Change” in the Proposal to 23

become a part of the total Bid by the Contractor. The Contractor/Bidder is 24

cautioned that payment of any portion of this bid item is not guaranteed 25

unless such need arises during the performance of this project. Where 26

references are made herein to consider some work incidental to the 27

Contract and as such to merge the cost of incidental work into the various 28

items bid, no such costs shall be merged into this bid item. 29

30

All “Minor Change” work will be within the scope of the Contract Work and 31

will not change Contract Time. 32

33

1-04.6 Variation in Estimated Quantities 34

(July 23, 2015 APWA GSP) 35

36

Delete the first paragraph of this Section and replace it with the following: 37

38

Payment to the Contractor will be made only for the actual quantities of 39

Work performed and accepted in conformance with the Contract. When the 40

accepted quantity of Work performed under a unit item varies from the 41

original Proposal quantity, payment will be at the unit Contract price for all 42

Work unless the total accepted quantity of any Contract item, adjusted to 43

exclude added or deleted amounts included in change orders accepted by 44

both parties, increases or decreases by more than 25 percent from the 45

Page 81: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-22

original Proposal quantity, and if the total extended bid price for that item at 1

the time of award is equal to or greater than 10 percent of the total Contract 2

price at time of Award. In that case, payment for Contract Work may be 3

adjusted as described herein. 4

5

1-05 CONTROL OF WORK 6

7

1-05.1 Authority of the Engineer 8

(July 21, 2020 G&O GSP) 9

10

This Section is supplemented with the following: 11

12

The Engineer does not purport to be a safety expert, is not engaged in that 13

capacity under this Contract or the Engineer’s contract with the Contracting 14

Agency. The Engineer does not have either the authority or the 15

responsibility to enforce construction safety laws, rules, regulations or 16

procedures, or to order the stoppage of Work for claimed violations thereof. 17

From time to time, the Engineer may inform the Contractor of conditions that 18

may constitute safety issues or violations. Such information will be provided 19

solely to cooperate with and assist the Contractor and shall not make the 20

Engineer or Inspector responsible for the enforcement of safety laws, rules, 21

regulations or procedures. After receiving information relating to safety 22

issues from the Engineer, the Contractor shall make its own examination 23

and analysis of the situation reported and take such action, if any, that the 24

Contractor determines to be appropriate. The Engineer’s performance of 25

project representation and observation services for the Contracting Agency 26

shall not make the Engineer responsible for the enforcement of safety laws, 27

rules, regulations or procedures. The Engineer also shall not be 28

responsible for construction means, methods, techniques, sequences, or 29

procedures or for the Contractor’s failure to properly perform the Work, all 30

of which are entirely the responsibility of the Contractor. 31

32

The Engineer shall have no liability whatsoever to, or contractual 33

relationship with, the Contractor in any way relating to this Contract. The 34

Contracting Agency and the Contractor must look solely to each other for 35

the enforcement with respect to any rights, obligations, claims or liabilities 36

arising under or in any way relating to the Contract. Neither the authority 37

given to the Engineer herein, nor any action or service provided by the 38

Engineer or its subconsultants with regard to the Project, shall create any 39

duty owed by the Engineer or its subconsultants to the Contractor or a 40

cause of action against the Engineer or its subconsultants by Contractor. 41

42

Neither the Engineer nor any of its assistants or agents shall have any 43

power to waive any obligation of the Contract. The Engineer’s failure to 44

reject Work that is defective or otherwise does not comply with the 45

Page 82: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-23

requirements of the Contract shall not constitute approval or acceptance of 1

the Work or relieve the Contractor of its obligations under the Contract, 2

notwithstanding that such Work has been estimated for payment or that 3

payments have been made for that Work. Neither shall such failure to reject 4

Work, nor any acceptance by the Engineer or by the Contracting Agency of 5

any part of or the whole of the Work bar a claim by the Contracting Agency 6

at any subsequent time for recovery of damages for the cost of removal and 7

replacement of any portions of the Work that do not comply with the 8

Contract. 9

10

1-05.2 Authority of Assistants and Inspectors 11

(June 16, 2006 G&O GSP) 12

13

This Section is supplemented with the following: 14

15

The presence or absence of an Inspector at the Work site will be at the sole 16

discretion of the Contracting Agency and will not in any way relieve the 17

Contractor of its responsibility to properly perform the Work as required by 18

the Contract Provisions. 19

20

The Inspector does not purport to be a safety expert, and is not engaged in 21

that capacity under this Contract or the Engineer’s contract with the 22

Contracting Agency. The Inspector does not have the authority or the 23

responsibility to enforce construction safety laws, rules, regulations or 24

procedures, or to order the stoppage of Work for claimed violations thereof. 25

From time to time, the Inspector may inform the Contractor of conditions 26

that may constitute safety issues or violations. Such information will be 27

provided solely to cooperate with and assist the Contractor and shall not 28

make the Inspector or the Engineer responsible for the enforcement of 29

safety laws, rules, regulations or procedures. After receiving information 30

relating to safety issues from the Resident Engineer, the Contractor shall 31

make its own examination and analysis of the situation reported and take 32

such action, if any, that the Contractor determines to be appropriate. The 33

Inspector’s performance of project representation and observation services 34

shall not make the Inspector responsible for the enforcement of safety laws, 35

rules, regulations or procedures; nor shall it make the Inspector responsible 36

for construction means, methods, techniques, sequences, or procedures, 37

or for the Contractor’s failure to properly perform the Work, all of which are 38

entirely the responsibility of the Contractor. 39

40

41

Page 83: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-24

1-05.4 Conformity With and Deviation from Plans and Stakes 1

(February 15, 2008 G&O GSP) 2

3

Delete this Section and replace it with the following: 4

5

1-05.4(1) Description 6

7

The Contracting Agency will provide construction survey for this project as 8

specifically listed herein. The Contractor shall furnish all additional survey 9

he deems necessary beyond that stated below. All costs of Contractor 10

provided survey to include any additional calculations, surveying, and 11

measuring required for utilizing and maintaining the necessary lines and 12

grades provided by the Contracting Agency shall be the Contractor’s 13

responsibility and shall be considered incidental to the project, and as such, 14

merged in the various prices bid. The Contractor shall be responsible for 15

maintaining and the cost of resetting all Contracting Agency-provided 16

stakes, hubs, lath, nails, etc. All construction staking provided by the 17

Contracting Agency is on a “One-Time Basis” only. Any restaking required 18

due to stakes being removed, lost, damaged, or displaced by the 19

Contractor, Contractor’s subcontractor, Contractor’s material suppliers, or 20

others working directly or indirectly for the Contractor shall be replaced at 21

the Contractor’s expense. As such, the Contracting Agency’s surveyors will 22

be employed for this restaking. The Contractor shall be charged by the 23

Contracting Agency at $200.00 per hour including travel time and the cost 24

of this work shall be deleted from money due the Contractor. 25

26

The meaning of words and terms used in this provision shall be as listed in 27

“Definitions of Surveying and Associated Terms” current edition, published 28

by the American Congress on Surveying and Mapping, and the American 29

Society of Civil Engineers. 30

31

Contracting Agency provided survey shall include one set of the following: 32

33

1. Contracting Agency will establish the centerlines of all 34

alignments, by placing hubs, stakes, nails, or marks on 35

centerline or on offsets to centerline, including the beginning 36

and end points of horizontal and vertical curves. Centerline 37

alignment points will be set at intervals of approximately 100 38

feet. 39

40

2. Contracting Agency will establish clearing limits, placing 41

stakes at all major angle points and at intermediate points at 42

approximately 100-foot intervals. 43

44

Page 84: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-25

3. Contracting Agency will establish grading limits, placing slope 1

stakes at centerline increments of approximately 50 feet. 2

Contracting Agency will establish offset reference to all slope 3

stakes. 4

5

4. Contracting Agency will establish the horizontal and vertical 6

location of all major sanitary, storm, and water structures, 7

placing offset stakes to all sanitary, storm, and water 8

structures. An offset line will be staked for the horizontal 9

sanitary and storm pipe alignment as follows: one stake at 10

25 foot and one stake at 100-foot stations, as measured 11

upstream from structures. Water mains will be staked at tees, 12

angle points, and at approximate 200-foot intervals. 13

14

5. Contracting Agency will establish centerline subgrade 15

roadbed elevations by placing cut/fill stakes. Contracting 16

Agency will establish centerline final surfacing grades by 17

placing grade stakes to top of gravel elevations. Subgrade 18

and top of gravel stakes will be set at horizontal intervals not 19

greater than 50 feet in tangent sections and 25 feet in more 20

severe vertical curve transitions. 21

22

6. Contracting Agency will establish intermediate elevation 23

benchmarks, and/or control points, as needed to check work 24

throughout the project. 25

26

7. Contracting Agency will place offset stakes for “TBC” top back 27

of curb in curb at horizontal intervals not greater than 50 feet 28

in tangent sections and 25 feet in vertical curve transitions, 29

including curb returns, mid-point in curb returns and radius 30

point. 31

32

8. Contracting Agency will provide one-time staking and layout, 33

to adequately locate, construct, and check the specific 34

construction activity as follows: 35

36

• Block or modular block walls will be staked with a 37

single offset line to the bottom face of wall, placing 38

stakes at beginning and end of walls, horizontal angle 39

points/curves and at approximately 50-foot intervals. 40

• Illumination poles, signal poles, junction boxes, and 41

sign posts will be staked with a single offset point. 42

• Channelization striping will NOT be staked by the 43

Contracting Agency. Rather it shall be staked/located 44

Page 85: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-26

by the Contractor and reviewed in the field by the 1

Engineer prior to its installation. 2

3

9. Contracting Agency will establish horizontal locations of 4

additional project items only if such locations cannot be 5

readily determined from other project features and details in 6

the Contract Documents, including but not limited to the 7

following: 8

9

• Fencing and railings (including gates), guardrail, 10

centerline of ADA ramps, centerline of driveway 11

approaches, concrete stairs, traffic signal loops, control 12

cabinets/service cabinets, landscaping, irrigation 13

facilities and sawcuts. 14

15

The Contractor shall provide the Contracting Agency copies of any 16

calculations and staking data performed by the Contractor when requested 17

by the Engineer. 18

19

Stakes shall be marked in accordance with the Plans. When stakes are 20

needed that are not described in the Plans, those stakes shall be marked 21

as directed by the Engineer. 22

23

The Contracting Agency is responsible for locating and referencing those 24

monuments shown on the Plans, of being removed or destroyed during 25

construction, and preparing the state forms for those monuments only. The 26

Contractor shall protect all survey markers and monuments unless shown 27

otherwise on the Plans. It is anticipated that some survey markers, 28

monuments, and property corners will be disturbed or destroyed by 29

construction operations. In the event the Contractor disturbs or destroys 30

any survey marker during the course of construction, not indicated to be 31

removed/replaced on the Plans, the Contractor shall bear all costs of 32

survey, resetting, legal claims, filing state forms, and any and all costs 33

associated with this item. 34

35

All survey markers, property corners, or monuments, not shown on the 36

plans to be replaced, shall be protected and preserved as specified herein. 37

The Contractor shall employ a land surveyor registered in the State of 38

Washington and acceptable to the Contracting Agency and submit name, 39

address, and telephone number of surveyor before starting construction. 40

41

The Contractor shall maintain a complete and accurate reference record of 42

all survey markers, monuments, property corners, etc., on this project. No 43

such marker, monument, pin, or point shall be removed or disturbed prior to 44

“reference” points being established by said land surveyor. Any and all 45

Page 86: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-27

State forms required for temporary removal of such a marker, monument, 1

or property corner/stake shall be procured and processed by the 2

contractor’s licensed land surveyor. A copy of this form(s) shall be given to 3

the Contracting Agency. 4

5

The Contractor shall provide traffic control sufficient to permit the Engineer 6

to set those points and elevations that are the responsibility of the 7

Contracting Agency and to perform random checks of the surveying 8

performed by the Contractor. 9

10

The Contractor shall keep the Engineer informed of staking requirements to 11

provide the Engineer with adequate time to set the stakes for which the 12

Contracting Agency is responsible. Contractor requests for stakes shall be 13

made, in writing on the form provided by the Engineer, at least 3 full working 14

days before the Engineer is required to begin the staking operation. 15

16

1-05.4(2) Payment 17

18

All costs to prepare and implement any additional survey work as required 19

by the Contractor to complete the Work, including maintaining, resetting, 20

referencing, resurveying, checking, replacement of missing or damaged 21

stakes, and coordination efforts shall be included in the bid prices for the 22

various items associated with the survey work. 23

24

1-05.7 Removal of Defective and Unauthorized Work 25

(June 16, 2006 G&O GSP) 26

27

This Section is supplemented with the following: 28

29

If the Contractor fails to remedy defective or unauthorized work within the 30

time specified in a written notice from the Contracting Agency, or fails to 31

perform any part of the Work required by the Contract, the Engineer may 32

correct and remedy such work as may be identified in the written notice with 33

Contracting Agency forces or by such other means as the Contracting 34

Agency may deem necessary. 35

36

If the Contractor fails to comply with a written order to remedy what the 37

Engineer determines to be an emergency or urgent situation, the 38

Contracting Agency may have the defective work corrected immediately, 39

have the rejected work removed and replaced, or have work that the 40

Contractor refuses or fails to perform completed by others. An emergency 41

or urgent situation is any situation when, in the opinion of the Engineer, a 42

delay in taking remedial action could be potentially unsafe and may cause 43

risk of personal injury, property damage, or economic loss to the public, the 44

Work, or the Contracting Agency. 45

Page 87: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-28

1

Direct or indirect costs incurred by the Contracting Agency attributable to 2

correcting and remedying defective or unauthorized work, or work the 3

Contractor failed or refused to perform, shall be paid by the Contractor. 4

Payment will be deducted by the Contracting Agency from monies due, or 5

to become due, the Contractor. Such direct and indirect costs shall include, 6

without limitation, compensation for additional professional services 7

required, and costs for repair and replacement of work of others destroyed 8

or damaged by correction, removal, or replacement of the Contractor’s 9

defective or unauthorized work. 10

11

No extension of the Contract time or additional compensation will be 12

allowed because of any delay in the performance of the Work attributable 13

to the Contracting Agency’s exercise of its rights provided by this Section. 14

15

The rights provided to the Contracting Agency by this Section shall not 16

diminish the Contracting Agency’s right to pursue any other or additional 17

remedy with respect to the Contractor’s failure to perform the Work as 18

required. 19

20

1-05.11 Final Inspection 21

(June 16, 2006 G&O GSP) 22

23

Delete this Section and replace it with the following: 24

25

1-05.11 Final Inspections and Operational Testing (New Section) 26

(June 16, 2006 G&O GSP) 27

28

1-05.11(1) Substantial Completion Date 29

30

When the Contractor considers the Work to be substantially complete, the 31

Contractor shall notify the Engineer in writing and request that the Engineer 32

establish the Substantial Completion Date. The Contractor’s notice shall 33

list the specific items of the Work that remain to be completed in order to 34

achieve physical completion. The Engineer will schedule an inspection of 35

the Work with the Contractor to determine the status of completion. The 36

Engineer may also establish the Substantial Completion Date unilaterally. 37

38

If, after inspection, the Engineer concurs with the Contractor that the Work 39

is substantially complete and ready for its intended use, the Engineer, by 40

written notice to the Contractor, will establish the Substantial Completion 41

Date. If, after inspection, the Engineer does not consider the Work to be 42

substantially complete and ready for its intended use, the Engineer will 43

notify the Contractor in writing and provide the reasons therefore. 44

45

Page 88: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-29

Upon receipt of written notice either establishing the Substantial Completion 1

Date or informing the Contractor that the Work is not substantially complete, 2

whichever is applicable, the Contractor shall pursue vigorously, diligently 3

and without unauthorized interruption, the work necessary to reach 4

substantial completion and physical completion of the Work. The 5

Contractor shall provide the Engineer with a revised schedule indicating 6

when the Contractor expects to reach substantial and physical completion 7

of the Work. 8

9

The above process shall be repeated until the Engineer establishes the 10

Substantial Completion Date and the Contractor considers the Work 11

physically complete and ready for final inspection. 12

13

1-05.11(2) Final Inspection and Physical Completion Date 14

15

When the Contractor considers the Work to be physically complete and 16

ready for final inspection, the Contractor shall provide written notice to the 17

Engineer requesting a final inspection. The Engineer will then schedule a 18

date for final inspection. The Engineer and the Contractor will then make a 19

final inspection, and the Engineer will notify the Contractor in writing of all 20

particulars in which the final inspection reveals the Work to be incomplete 21

or unacceptable. The Contractor shall immediately take such corrective 22

measures as are necessary to remedy the listed deficiencies. Corrective 23

work shall be pursued vigorously, diligently, and without interruption until 24

the listed deficiencies have been completed. This process will continue until 25

the Contracting Agency is satisfied the listed deficiencies have been 26

corrected and the Work is physically complete. 27

28

If action to correct the listed deficiencies is not initiated within seven days 29

after receipt of the written notice listing the deficiencies, the Contracting 30

Agency may, upon written notice to the Contractor, take whatever steps are 31

necessary to correct those deficiencies pursuant to Section 1-05.7. The 32

Contractor will not be allowed any extension of the Contract time or 33

additional compensation because of a delay in the performance of the Work 34

attributable to the exercise of the Contracting Agency’s rights hereunder. 35

36

Upon correction of all deficiencies, the Engineer will notify the Contractor 37

and the Contracting Agency, in writing, of the date upon which the Work was 38

considered physically complete. That date shall constitute the Physical 39

Completion Date of the Contract, but shall not constitute acceptance of the 40

Work or imply that all the obligations of the Contractor under the Contract 41

have been fulfilled. 42

43

44

Page 89: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-30

1-05.11(3) Operational Testing 1

2

It is the intent of the Contract to provide a complete and operable system to 3

the Contracting Agency on the Physical Completion Date. When the Work 4

involves the installation of machinery or other mechanical equipment; street 5

lighting; electrical distribution or signal systems; irrigation systems; 6

buildings; or other similar work, the Engineer may require the Contractor to 7

operate and test the Work for a period of time after final inspection but prior 8

to the Physical Completion Date. When items of Work are listed in the 9

Contract Provisions for operational testing, they shall be fully tested under 10

operating conditions for the time period specified to ensure their 11

acceptability prior to the Physical Completion Date. During and following 12

the test period, the Contractor shall correct any items of workmanship, 13

materials, or equipment which prove faulty, that are not in first-class 14

operating condition, or that otherwise fail to meet specified testing 15

standards. Equipment, electrical controls, meters, or other devices and 16

equipment to be tested during this period shall be tested under the 17

observation of the Engineer. The Physical Completion Date cannot be 18

established until all required testing and corrections have been completed 19

to the satisfaction of the Engineer. 20

21

The cost of power, gas, labor, material, supplies, and everything else 22

needed to successfully complete operational testing shall be included in the 23

unit Contract prices related to the system being tested, unless specifically 24

set forth otherwise in the Proposal. 25

26

Operational and test periods, when required by the Engineer, shall not affect 27

a manufacturer’s guaranties or warranties furnished under the terms of the 28

Contract. 29

30

Add the following new section: 31

32

1-05.12(1) 2-Year Guarantee Period 33

(March 8, 2013 G&O GSP) 34

35

The Contractor shall return to the project and repair or replace all defects in 36

workmanship and material discovered within two years after Final 37

Acceptance of the Work. The Contractor shall start work to remedy any 38

such defects within 7 calendar days of receiving Contracting Agency’s 39

written notice of a defect, and shall complete such work within the time 40

stated in the Contracting Agency’s notice. In case of an emergency, where 41

damage may result from delay or where loss of services may result, such 42

corrections may be made by the Contracting Agency’s own forces or 43

another contractor, in which case the cost of corrections shall be paid by the 44

Contractor. In the event the Contractor does not accomplish corrections 45

Page 90: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-31

within the time specified, the work will be otherwise accomplished and the 1

cost of same shall be paid by the Contractor. 2

3

When corrections of defects are made, the Contractor shall then be 4

responsible for correcting all defects in workmanship and materials in the 5

corrected work for two years after acceptance of the corrections by 6

Contracting Agency. 7

8

This guarantee is supplemental to and does not limit or affect the 9

requirements that the Contractor’s work comply with the requirements of the 10

Contract or any other legal rights or remedies of the Contracting Agency. 11

12

1-05.13 Superintendents, Labor and Equipment of Contractor 13

(August 14, 2013 APWA GSP) 14

15

Delete the sixth and seventh paragraph of this Section. 16

17

1-05.14 Cooperation With Other Contractors 18

(March 13, 1995 WSDOT GSP) 19

20

This Section is supplemented with the following: 21

22

Other Contracts or Other Work 23

It is anticipated that the following work adjacent to or within the limits of this 24

project will be performed by others during the course of this project and will 25

require coordination of the work: 26

27

Catholic Charities Housing Services plans to construct 22 new 28

homes along the project site. It is estimated that this work will begin 29

in August 2021. 30

31

1-05.15 Method of Serving Notices 32

(March 25, 2009 APWA GSP) 33

Revise the second paragraph to read: 34

35

All correspondence from the Contractor shall be directed to the Project 36

Engineer. All correspondence from the Contractor constituting any 37

notification, notice of protest, notice of dispute, or other correspondence 38

constituting notification required to be furnished under the Contract, must 39

be in paper format, hand delivered or sent via mail delivery service to the 40

Project Engineer's office. Electronic formats such as e-mails or 41

electronically delivered copies of correspondence will not constitute such 42

notice and will not comply with the requirements of the Contract. 43

44

Page 91: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-32

Add the following new section: 1

2

1-05.16 Water and Power (New Section) 3

(October 1, 2005 APWA GSP) 4

5

The Contractor shall make necessary arrangements, and shall bear the 6

costs for power and water necessary for the performance of the work, 7

unless the Contract includes power and water as a pay item. 8

9

The Contractor may utilize City water free of charge. The Contractor shall 10

obtain and install a backflow preventer and meter prior to connecting to the 11

City's water system. All water used on the job shall be metered and the date 12

and time of withdrawal recorded. The Contractor shall bear all costs for 13

power necessary for performance of work. 14

15

1-06 CONTROL OF MATERIAL 16

17

1-06.1 Approval of Materials Prior to Use 18

(January 3, 2012 G&O GSP) 19

20

This Section is supplemented with the following: 21

22

The Contractor shall be responsible for the accuracy and completeness of 23

the information contained in each QPL and RAM submittal and shall ensure 24

that all material, equipment or method of work shall be as described in the 25

QPL and approved RAM. The Contractor shall verify that all features of all 26

products conform to the requirements of the Contract and Plans. The 27

Contractor shall ensure that there is no conflict with other submittals and 28

specifically notify the Contracting Agency in each case where the 29

Contractor’s submittal may affect the work of another contractor or the 30

Contracting Agency. The Contractor shall ensure coordination of submittals 31

among the related crafts and subcontractors. If the Contractor proposes to 32

provide material, equipment, or a method of work, which deviates from the 33

Contract, the Contractor shall indicate so on the transmittal form 34

accompanying the QPL and/or RAM submittals and submit a written request 35

to the Engineer for approval of the proposed substitution. 36

37

Submittals required for the Work shall include any or all of the following, as 38

required by the Contract: 39

40

a. Manufacturer's literature 41

b. Shop drawings 42

c. Material samples 43

d. Test reports 44

45

Page 92: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-33

Timing of Product Submittals 1

2

All submittal information shall be sent to the Engineer through the 3

Contractor. 4

5

All submittals shall be provided far enough in advance of installation to allow 6

sufficient time for reviews and necessary approvals. 7

8

The Contractor shall allow at least 14 calendar days for the Engineer's 9

review of all submittals. 10

11

Number of Submittals 12

13

The Contractor shall submit QPLs and RAMs submittals electronically via 14

email. 15

16

Resubmittals 17

18

When a submittal is resubmitted for any reason, it shall be resubmitted 19

referencing the previous RAM # and the number of times it has been 20

resubmitted (RAM # - times resubmitted). 21

22

Delays 23

24

All costs of delays caused by the failure of the Contractor to provide 25

submittals in a timely manner will be borne by the Contractor. 26

27

Payment 28

29

The cost to prepare and submit submittals, equipment manuals, testing, and 30

materials samples shall be included in the bid prices for various items 31

associated with the required submittals. 32

33

1-06.1(2) Request for Approval of Material (RAM) 34

(June 16, 2006 G&O GSP) 35

36

This Section is supplemented with the following: 37

38

Submittal Information 39

Shop, catalog, and other appropriate drawings shall be submitted to the 40

Engineer for review prior to fabrication or ordering of all equipment or 41

materials specified. Submittal documents shall be clearly edited to indicate 42

only those items, models, or series of materials or equipment which are 43

being submitted for review. All extraneous materials shall be crossed out or 44

otherwise obliterated. 45

Page 93: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-34

1

Shop drawings shall be submitted in the form of blue-line or black-line prints 2

of each sheet. Blueprint submittals will not be acceptable. 3

4

All shop drawings shall be accurately drawn to a scale sufficiently large 5

enough to show pertinent features and methods of connection or jointing. 6

Figure dimensions shall be used on all shop drawings, as opposed to scaled 7

dimensions. 8

9

All shop drawings shall bear the Contractor's certification that the Contractor 10

has reviewed, checked, and approved the shop drawings. 11

12

1-06.2(1) Samples and Test for Acceptance 13

(January 3, 2012 G&O GSP) 14

15

This Section is supplemented with the following: 16

17

The Contractor shall be responsible for all materials testing specified in the 18

Contract Provisions. The materials testing laboratory shall be accredited 19

for performing the various testing methods either by AASHTO R18, 20

AASHTO 150/IEC 17025, or the American Association for Laboratory 21

Accreditation and further approved by the Contracting Agency. Test 22

methods shall be completed in accordance with the current WSDOT 23

Standard Specifications and Construction Manual. The Engineer or the 24

Inspector shall specify the items or areas to be tested. The materials testing 25

laboratory shall send test results directly to the Contracting Agency. Any 26

area that does not meet the material gradation and/or compaction test 27

requirements shall be repaired/replaced at the Contractor’s expense. Areas 28

that do not meet compaction test requirements shall be retested at the 29

Contractor’s expense. Locations for testing and retesting shall be selected 30

and marked by the Engineer. 31

32

The maximum density and optimum moisture content methods shall be in 33

accordance with the Contract Provisions. The frequency and type of testing 34

the Contractor shall provide is listed below: 35

36

Earthwork 37

38

Item Location Test Testing Frequency

Undisturbed Native Soil

Structures In Place Density(3)

Two random tests in building footings and two tests on subgrade within building line.

39

40

Page 94: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-35

Item Location Test Testing Frequency

Moisture Density Relationship (Modified Proctor)

One test and any time material type changes.

Fills and Backfills

Structures (adjacent to)

In Place Density(3)

One test per structure Backfills per 2,000 sq. ft. taken 12 inches below finished Grade.

Moisture Density Relationship (Modified Proctor)

One test and any time material type changes.

Subgrades Site In Place Density(3)

One test per lift per 2,500 sq. ft.

Moisture Density Relationship (Modified Proctor)

One test and any time material type changes.

Embankments or Borrow

Any In Place Density(3)

One test per lift per 500 cubic yards placed.

1

Trenching 2

3

Item Test Testing Frequency

Pipe Bedding Gradation(1) One for each material source.

Moisture Density Relationship (Modified Proctor)

One test and any time material changes

Trench Backfill Gradation(1) One for each material source.

In-Place Density(1)(2)(3)(4) One every 100 feet of trench and every 2 feet in depth of backfill material.

Moisture Density Relationship (Modified Proctor)(3)

One prior to start of backfilling operations, one every 20 densities and any time material type changes.

4

Page 95: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-36

Aggregate Materials 1

2

Item Test Testing Frequency

Crushed Surfacing Base Course

Gradation, SE and Fracture 1 – 2,000 TN.

Density(1) One test on every lift on material placed at a frequency of 250 square yards of completed area.

Moisture Density Relationship (Modified Proctor)

One test and any time material changes

Crushed Surfacing Top Course

Gradation, SE and Fracture 1 – 2,000 TN.

Density(1) One test on every lift on material placed at a frequency of 250 square yards of completed area.

Moisture Density Relationship (Modified Proctor)

One test and any time material changes

3

Hot Mix Asphalt and Asphalt Treated Base 4

5

Item Test Testing Frequency

Commercial HMA and ATB

Rice Density 1 – project.

Commercial HMA, HMA Cl. ___ PG ____, ATB

Compaction(1) 1 – 100 TN.

6

Hot Mix Asphalt Aggregate(8) 7

8

Item Test Testing Frequency

Aggregate SE, Fracture 1 – 2,000 TN.

Blend Sand SE 1 – Project.

Mineral Filler Sp. G and Pl Certificate.

9

10

Page 96: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-37

PCC Structures (All PCC except PCC Paving) 1

2

Item Test Testing Frequency

Course Aggregate(6)(7) Gradation 1 – 1,000 CY.

Fine Aggregate(6)(7) Gradation 1 – 1,000 CY.

Combined Aggregate(6)(7)

Gradation 1 – 1,000 CY.

Consistency(9) Slump Each Day; First truck and each load until two successive loads meet specification.

Air Content(9) Air Each Day; First truck and each load until two successive loads meet specification.

Cylinders (28 Day)(7) Compressive Strength 1 – 50 CY.

Cement(5)(7) Chemical and Physical Certification

Grout Compressive Strength 1 set/day. (1) All acceptance tests shall be conducted from in-place samples. 3 (2) Additional tests shall be conducted when variations occur due to the Contractor’s 4

operations, weather conditions, site conditions, etc. 5 (3) All compaction shall be in accordance with the Compaction Control Test of Section 6

2-03.3(14)D. The nuclear densometer, if properly calibrated, may be used for the 7 required testing frequency and procedures. The densometer shall be calibrated 8 and is recommended for use when the time for complete results becomes critical. 9

(4) Depending on soil conditions, it is anticipated that compaction tests will be required 10 at depths of two feet above the pipe and at each additional two feet to the existing 11 surface plus a test at the surface. 12

(5) Cement may be accepted by the Engineer based on the Manufacturer’s Mill Test 13 Report number indicating full conformance to the Specification. 14

(6) The frequency for fine, course, and combined concrete aggregate samples for 15 PCC Paving and PCC Structures shall be based on the cubic yard (CY) of 16 concrete. 17

(7) Commercial concrete will be accepted with Certificate of Compliance. 18 (8) Hot mix asphalt aggregate tests are not required for Commercial HMA or for HMA 19

Cl. ____ PG ___ that has a project quantity of < 400 tons. 20 (9) Agency representative to witness each test. 21

22

Payment 23

24

All costs to prepare and implement the sample and testing program shall be 25

included in the bid prices for the various items associated with the sample 26

and testing program. 27

28

29

Page 97: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-38

1-06.2(2)B Financial Incentive 1

(February 15, 2008 G&O GSP) 2

3

Delete the first sentence of the first paragraph of this Section. 4

5

1-06.4 Handling and Storing Materials 6

(June 16, 2006 G&O GSP) 7

8

This Section is supplemented with the following: 9

10

The Contractor may be required to provide off-site storage of equipment 11

and materials to enable construction to occur at the construction site. The 12

Contractor has full responsibility to secure all off-site storage areas, if 13

needed, and shall include the costs for providing such storage areas in the 14

Proposal for the individual equipment and material bid items requiring off-15

site storage. All off-site storage areas shall be fenced, secure and have 16

access restricted or withheld from the general public. 17

18

1-06.6 Recycled Materials 19

(January 4, 2016 APWA GSP) 20

21

Delete this Section, including its subsections, and replace it with the following: 22

23

The Contractor shall make their best effort to utilize recycled materials in 24

the construction of the project. Approval of such material use shall be as 25

detailed elsewhere in the Standard Specifications. 26

27

Prior to Physical Completion the Contractor shall report the quantity of 28

recycled materials that were utilized in the construction of the project for 29

each of the items listed in Section 9-03.21. The report shall include hot mix 30

asphalt, recycled concrete aggregate, recycled glass, steel furnace slag 31

and other recycled materials (e.g. utilization of on-site material and 32

aggregates from concrete returned to the supplier). The Contractor’s report 33

shall be provided on DOT form 350-075 Recycled Materials Reporting. 34

35

1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 36

37

1-07.1 Laws to be Observed 38

39

(May 13, 2020, WSDOT GSP) 40

41

This Section is supplemented with the following: 42

43

In response to COVID-19, the Contractor shall prepare a project specific 44

COVID-19 Health and Safety Plan (CHSP) in conformance with 45

Page 98: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-39

Section 1-07.4(2) as supplemented in these specifications, COVID-19 1

Health and Safety Plan (CHSP). 2

3

(June 16, 2006 G&O GSP) 4

This Section is supplemented with the following: 5

6

In cases of conflict between different safety regulations, the more stringent 7

regulation shall apply. 8

9

The Washington State Department of Labor and Industries shall be the sole 10

and paramount administrative agency responsible for the administration of 11

the provisions of the Washington Industrial Safety and Health Act of 1973 12

(WISHA). 13

14

All Work under this Contract shall be performed in a safe manner. The 15

Contractor and all Subcontractors shall observe all rules and regulations of 16

the Washington State Department of Labor and Industries, rules and 17

regulations of OSHA, WISHA or any other jurisdiction, and all other 18

applicable safety standards. The Contractor shall be solely and completely 19

responsible for conditions of the job site, including safety of all persons and 20

property during performance of the Work. This requirement shall apply 21

continuously and not be limited to normal working hours. 22

23

The Engineer’s review of the Contractor’s work plan, safety plan, 24

construction sequence, schedule or performance does not and is not 25

intended to include review or approval of the adequacy of the Contractor’s 26

safety measures in, on, or near the construction site. The Engineer does 27

not purport to be a safety expert, is not engaged in that capacity under this 28

Contract, and has neither the authority nor the responsibility to enforce 29

construction safety laws, rules, regulations, or procedures, or to order the 30

stoppage of Work for claimed violations thereof. 31

32

The Contractor shall exercise every precaution at all times for the 33

prevention of accidents and the protection of persons (including employees) 34

and property. All exposed moving parts of equipment capable of inflicting 35

injury by accidental contact shall be protected with sturdy removable guards 36

in accordance with applicable safety regulations. 37

38

Page 99: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-40

(April 3, 2006 WSDOT GSP) 1

This Section is supplemented with the following: 2

3

Confined Space 4

5

Confined spaces are known to exist at the following locations: 6

7

All manholes and buried structures within the project limits. 8

9

The Contractor shall be fully responsible for the safety and health of all on-10

site workers and compliant with Washington Administrative Code (WAC 11

296-809). 12

13

The Contractor shall prepare and implement a confined space program for 14

the work. No work shall be performed in or adjacent to the confined space 15

until the Contractor has prepared and implemented the confined space 16

program. 17

18

All costs to prepare and implement the confined space program shall be 19

included in the bid prices for the various items associated with the confined 20

space work. 21

22

1-07.2 Sales Tax 23

24

Delete this section, including its subsections, in its entirety and replace it with the 25

following: 26

27

1-07.2 Sales Tax 28

(June 27, 2011 APWA GSP) 29

30

The Washington State Department of Revenue has issued special rules 31

on the State sales tax. Sections 1-07.2(1) through 1-07.2(3) are meant to 32

clarify those rules. The Contractor should contact the Washington State 33

Department of Revenue for answers to questions in this area. The 34

Contracting Agency will not adjust its payment if the Contractor bases a 35

bid on a misunderstood tax liability. 36

37

The Contractor shall include all Contractor-paid taxes in the unit bid prices 38

or other contract amounts. In some cases, however, state retail sales tax 39

will not be included. Section 1-07.2(2) describes this exception. 40

41

The Contracting Agency will pay the retained percentage (or release the 42

Contract Bond if a FHWA funded project) only if the Contractor has 43

obtained from the Washington State Department of Revenue a certificate 44

showing that all contract-related taxes have been paid (RCW 60.28.051). 45

Page 100: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-41

The Contracting Agency may deduct from its payments to the Contractor 1

any amount the Contractor may owe the Washington State Department of 2

Revenue, whether the amount owed relates to this contract or not. Any 3

amount so deducted will be paid into the proper State fund. 4

5

1-07.2(1) State Sales Tax — Rule 171 6

7

WAC 458-20-171, and its related rules, apply to building, repairing, or 8

improving streets, roads, etc., which are owned by a municipal 9

corporation, or political subdivision of the state, or by the United States, 10

and which are used primarily for foot or vehicular traffic. This includes 11

storm or combined sewer systems within and included as a part of the 12

street or road drainage system and power lines when such are part of the 13

roadway lighting system. For work performed in such cases, the 14

Contractor shall include Washington State Retail Sales Taxes in the 15

various unit bid item prices, or other contract amounts, including those that 16

the Contractor pays on the purchase of the materials, equipment, or 17

supplies used or consumed in doing the work. 18

19

1-07.2(2) State Sales Tax — Rule 170 20

21

WAC 458-20-170, and its related rules, apply to the constructing and 22

repairing of new or existing buildings, or other structures, upon real 23

property. This includes, but is not limited to, the construction of streets, 24

roads, highways, etc., owned by the state of Washington; water mains and 25

their appurtenances; sanitary sewers and sewage disposal systems 26

unless such sewers and disposal systems are within, and a part of, a 27

street or road drainage system; telephone, telegraph, electrical power 28

distribution lines, or other conduits or lines in or above streets or roads, 29

unless such power lines become a part of a street or road lighting system; 30

and installing or attaching of any article of tangible personal property in or 31

to real property, whether or not such personal property becomes a part of 32

the realty by virtue of installation. 33

34

For work performed in such cases, the Contractor shall collect from the 35

Contracting Agency, retail sales tax on the full contract price. The 36

Contracting Agency will automatically add this sales tax to each payment 37

to the Contractor. For this reason, the Contractor shall not include the 38

retail sales tax in the unit bid item prices, or in any other contract amount 39

subject to Rule 170, with the following exception. 40

41

Exception: The Contracting Agency will not add in sales tax for a payment 42

the Contractor or a subcontractor makes on the purchase or rental of 43

tools, machinery, equipment, or consumable supplies not integrated into 44

Page 101: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-42

the project. Such sales taxes shall be included in the unit bid item prices 1

or in any other contract amount. 2

3

1-07.2(3) Services 4

5

The Contractor shall not collect retail sales tax from the Contracting 6

Agency on any contract wholly for professional or other services (as 7

defined in Washington State Department of Revenue Rules 138 and 244). 8

9

1-07.4 Sanitation 10

11

1-07.4(2) Health Hazards 12

(May 13, 2020 G&O GSP) 13

14

This Section is supplemented with the following: 15

16

COVID-19 Health and Safety Plan (CHSP) 17

The Contractor shall prepare a project specific COVID-19 Health and Safety 18

Plan (CHSP). The CHSP shall be prepared and submitted as a Type 2 19

Working Drawing prior to beginning physical Work. The CHSP shall be 20

based on the most current State and Federal requirements. If the State and 21

Federal requirements are revised, the CHSP shall be updated as necessary 22

to conform to the current requirements. 23

24

The Contractor shall update and resubmit the CHSP as the work progresses 25

and new activities appear on the look ahead schedule required under 26

Section 1-08.3(2)D. If the conditions change on the project, or a particular 27

activity, the Contractor shall update and resubmit the CHSP. Work on any 28

activity shall cease if conditions prevent full compliance with the CHSP. 29

30

The CHSP shall address the health and safety of all people associated with 31

the project including Contracting Agency workers in the field, Contractor 32

personnel, consultants, project staff, subcontractors, suppliers and anyone 33

on the project site, staging areas, or yards. 34

35

The cost for development and implementation of the CHSP shall be 36

incidental to associated items of the Contract Work. 37

38

39

Page 102: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-43

1-07.7 Load Limits 1

(March 13, 1995 WSDOT GSP) 2

3

This Section is supplemented with the following: 4

5

If the sources of materials provided by the Contractor necessitate hauling 6

over roads other than Contracting Agency roads, the Contractor shall, at the 7

Contractor’s expense, make all arrangements for the use of the haul routes. 8

9

1-07.9(5) Required Documents 10

(June 29, 2020 G&O GSP) 11

12

Delete this Section and replace it with the following: 13

14

General 15

All “Statements of Intent to Pay Prevailing Wages”, “Affidavits of Wages 16

Paid” and Certified Payrolls, including a signed Statement of Compliance 17

for Federal-aid projects, shall be submitted to the State L&I online Prevailing 18

Wage Intent & Affidavit (PWIA) system. "Statements of Intent to Pay 19

Prevailing Wages”, and “Affidavits of Wages Paid” shall also be submitted 20

to the Engineer. When requested by the Engineer, Certified Payrolls shall 21

also be submitted to the Engineer. 22

23

Intents and Affidavits 24

On forms provided by the Industrial Statistician of State L&I, the Contractor 25

shall submit to the Engineer the following for themselves and for each firm 26

covered under RCW 39.12 that will or has provided Work and materials for 27

the Contract: 28

29

1. The approved “Statement of Intent to Pay Prevailing Wages” State 30

L&I’s form number F700-029-000. The Contracting Agency will 31

make no payment under this Contract until this statement has been 32

approved by State L&I and reviewed by the Engineer. 33

34

2. The approved “Affidavit of Prevailing Wages Paid”, State L&I’s form 35

number F700-007-000. The Contracting Agency will not grant 36

Completion until all approved Affidavit of Wages paid for the 37

Contractor and all Subcontractors have been received by the 38

Engineer. The Contracting Agency will not release to the Contractor 39

any funds retained under RCW 60.28.011 until “Affidavit of 40

Prevailing Wages Paid” forms have been approved by State L&I 41

and all of the approved forms have been submitted to the Engineer 42

for every firm that worked on the Contract. 43

44

Page 103: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-44

The Contractor is responsible for requesting these forms from State L&I and 1

for paying any fees required by State L&I. 2

3

Certified Payrolls 4

Certified payrolls are required to be submitted by the Contractor for 5

themselves, all Subcontractors and all lower tier subcontractors. The 6

payrolls shall be submitted weekly on all Federal-aid projects and no less 7

than monthly on State funded projects. 8

9

Penalties for Noncompliance 10

The Contractor is advised, if these payrolls are not supplied within the 11

prescribed deadlines, any or all payments may be withheld until compliance 12

is achieved. In addition, failure to provide these payrolls may result in other 13

sanctions as provided by State laws (RCW 39.12.050) and/or Federal 14

regulations (29 CFR 5.12). 15

16

1-07.12 Federal Agency Inspection 17

18

This section is supplemented with the following: 19

20

Indian Preference and Tribal Ordinances 21

22

(******) 23

All of this project is located within the Yakama Nation. Tribal Employment 24

Rights Ordinances (TEROs) fees apply to this project and will be paid 25

directly to TERO by the City of Wapato. 26

27

TEROs may utilize a variety of tools to encourage Indian employment. 28

These tools may include, but are not limited to, TERO fees, Indian hiring 29

preference, Indian-owned business subcontracting preference and/or an 30

Indian training requirement. Other requirements may be a Tribal business 31

license, a required compliance plan and/or employee registration 32

requirements. It is the Contractor’s responsibility to contact the person 33

and/or office listed below to determine whether any tribal laws apply. 34

35

Yakama Nation TERO Office: (509) 314-6701 36

37

The state recognizes the sovereign authority of the tribe and supports the 38

tribe's efforts to enforce its rightful and legal ordinances and expects the 39

Contractor to comply and cooperate with the tribe. The costs related to such 40

compliance shall be borne solely by the Contractor, who is advised to 41

contact the tribal representative listed above, prior to submitting a bid, to 42

assess the impact of compliance on the project. 43

44

Page 104: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-45

Although Indian preference cannot be compelled or mandated by the 1

Contracting Agency, there is no limitation on voluntary Contractor or 2

Subcontractor initiated preferences if otherwise lawful. 41 CFR 60-1.5(a)7 3

provides as follows: 4

5

Work on or near Indian reservations --- It shall not be a violation of 6

the equal opportunity clause for a construction or non-construction 7

Contractor to extend a publicly announced preference in 8

employment to Indians living on or near an Indian reservation in 9

connection with employment opportunities on or near an Indian 10

reservation. The use of the word near would include all that area 11

where a person seeking employment could reasonably be expected 12

to commute to and from in the course of a work day. Contractors or 13

Subcontractors extending such a preference shall not, however, 14

discriminate among Indians on the basis of religion, sex, or tribal 15

affiliation, and the use of such a preference shall not excuse a 16

Contractor from complying with the other requirements as contained 17

in the August 25, 1981 Department of Labor, Office of Federal 18

Contract Compliance Programs, Government Contractors 19

Affirmative Actions Requirements. 20

21

1-07.13 Contractor’s Responsibility for Work 22

(March 31, 2010 G&O GSP) 23

24

1-07.13(1) General 25

26

Delete this Section in its entirety and replace it with the following: 27

28

All work and material for the contract, including any change order work, shall 29

be at the sole risk of the Contractor until the entire improvement has been 30

completed as determined by the Engineer, except as provided in this 31

Section. 32

33

The Contractor shall rebuild, repair, restore, and make good all damages to 34

any portion of the permanent or temporary work occurring before the 35

physical completion date and shall bear all the expense to do so. 36

37

If the performance of the work is delayed as a result of damage by others, 38

an extension of time will be evaluated in accordance with Section 1-08.8. 39

40

Nothing contained in this Section shall be construed as relieving the 41

Contractor of responsibility for, or damage resulting from, the Contractor’s 42

operations or negligence, nor shall the Contractor be relieved from full 43

responsibility for making good any defective work or materials as provided 44

for under Section 1-05. 45

Page 105: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-46

1

1-07.15 Temporary Water Pollution Prevention 2

(******) 3

4

1-07.15(1) Spill Prevention, Control, and Countermeasures Plan 5

6

Payment 7

8

This Section is supplemented with the following: 9

10

If no bid item for SPCC Plan is included in the Proposal, it shall be 11

considered incidental to the lump sum item "Mobilization, Cleanup, and 12

Demobilization." 13

14

1-07.16(1) Private/Public Property 15

(August 1, 2009 G&O GSP) 16

17

This Section is supplemented with the following: 18

19

The Contractor shall keep the Work site, staging areas, and Contractor’s 20

facilities clean and free from rubbish and debris. Materials and equipment 21

shall be removed from the site when they are no longer necessary. 22

23

Damage and Claims 24

25

Along the street to be improved there are privately owned improvements on 26

the properties abutting the right-of-way. Even though all reasonable 27

precaution is to be taken by the Contractor, these improvements may in 28

some instances be damaged. In the event such occurs, and claims for 29

damages are filed by the property owners, the Contracting Agency will 30

request the Contractor to provide evidence that the Contractor has 31

requested its insurance company to contact the claimant. Any settlement 32

for claims for damage to private property shall be by and between the 33

claimant, the Contractor, and the Contractor’s insurance company. 34

35

1-07.17 Utilities and Similar Facilities 36

(April 2, 2007 WSDOT GSP) 37

38

This Section is supplemented with the following: 39

40

Locations and dimensions shown in the Plans for existing facilities are in 41

accordance with available information obtained without uncovering, 42

measuring, or other verification. 43

44

45

Page 106: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-47

Utility Locations 1

2

The following addresses and telephone numbers of utility companies known 3

or suspected of having facilities within the project limits are supplied for the 4

Contractor’s convenience. 5

6

Electrical Benton REA (509) 786-7305

Electrical Pacific Power (425) 392-6412

Communications CenturyLink (509) 786-7305

Communications Charter Communications (800) 788-9140

Water City of Wapato (509) 877-2334

Sewer City of Wapato (509) 877-2334

Gas Cascade Natural Gas (509) 457-8176

Electrical Yakama Power (509) 865-7697

7

8

1-07.17(2) Utility Construction, Removal, or Relocation by Others 9

(July 20, 2020 G&O GSP) 10

11

Delete this Section in its entirety and replace with the following: 12

13

Any authorized agent of the Contracting Agency or utility owners may enter 14

the right-of-way to repair, rearrange, alter, or connect their equipment. The 15

Contractor shall cooperate with such effort and shall avoid creating delays 16

or hindrances to those doing the work. As needed, the Contractor shall 17

arrange to coordinate work schedules. 18

19

The Contractor shall carry out the Work in a way that will minimize 20

interference and delay for all forces involved. Any costs incurred prior to 21

the utility owners anticipated completion (or if no completion is specified, 22

within a reasonable period of time) that results from the coordination and 23

prosecution of the Work regarding utility adjustment, relocation, 24

replacement, or construction shall be at the Contractor’s expense as 25

provided in Section 1-05.14. 26

27

The Contractor shall coordinate all work with the various utility companies 28

and their Contractors. The Contractor, when scheduling his work crews, 29

shall use production rates that anticipate the need to provide block-outs 30

and/or gaps in the driveways, curb and gutter, and/or pavement sections 31

where existing utility structures currently exist, and then come back at a 32

later time to construct the missing sections after the utility has been 33

Page 107: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-48

relocated or adjusted by the applicable utility. The Contractor shall assume 1

that the utilities will not be relocated prior to construction of this project nor 2

at his convenience during the course of construction. As such, the 3

Contractor shall assume such, and schedule his crews and his 4

subcontractors to remobilize to the various sites and temporarily relocate 5

his or his subcontractor’s crews to other areas of the project and complete 6

other unaffected portions of the project in order to coordinate the relocation 7

of the utilities with the various utility companies. There shall be no additional 8

money or time due the Contractor for leaving gaps or for block-out 9

construction, remobilization, demobilization, out of sequence construction, 10

relocation of work crews, and construction of curb, gutter, or driveway 11

patches after the utility has been relocated. It is the intent of these 12

Specifications that the Contractor diligently pursue other work on the site 13

when such conflicts occur and recognize and plan for the inherent 14

inefficiencies and impaired production rates. 15

16

Payment 17

18

All costs to comply with this Section and repair specified in this Section, 19

unless otherwise stated, are incidental to the Contract and are the 20

responsibility of the Contractor. The Contractor shall include all related 21

costs in the bid prices of the Contract. 22

23

1-07.18 Public Liability and Property Damage Insurance 24

(January 4, 2016 G&O GSP) 25

26

Delete this Section and replace it with the following: 27

28

1-07.18(1) General Requirements 29

30

A. The Contractor shall procure and maintain insurance described in all 31

subsections of 1-07.18 of these Special Provisions, from insurers 32

with a current A.M. Best rating not less than A – VII and licensed to 33

do business in the state of Washington. The Contracting Agency 34

reserves the right to approve or reject the insurance provided, based 35

on the insurer (including financial condition), terms and coverage, the 36

Certificate of Insurance, and/or endorsements. 37

38

B. The Contractor shall keep this insurance in force during the term of 39

the Contract and for thirty (30) days after the Physical Completion 40

Date, unless otherwise indicated. 41

42

C. All insurance coverage required by this section shall be written and 43

provided by “occurrence-based” policy forms rather than by “claims 44

made” forms. 45

Page 108: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-49

1

D. The insurance policies shall contain a “cross liability” provision. 2

3

E. The Contractor’s and all subcontractors’ insurance coverage shall be 4

primary and non-contributory insurance as respects the Contracting 5

Agency’s insurance, self-insurance, or insurance pool coverage. 6

Any insurance, self-insurance or self-insured pool coverage 7

maintained by the Contracting Agency shall be excess of the 8

Contractor’s insurance and shall not contribute with it. 9

10

F. The Contractor shall provide the Contracting Agency and all 11

Additional Insured with written notice of any policy cancellation and 12

the date of effective cancellation within 2 business days of receipt. 13

14

G. The Contractor shall not begin work under the Contract until the 15

required insurance has been obtained and approved by the 16

Contracting Agency. 17

18

H. Failure on the part of the Contractor to maintain the insurance as 19

required shall constitute a material breach of Contract, upon which 20

the Contracting Agency may, after giving five business days notice to 21

the Contractor to correct the breach, immediately terminate the 22

Contract or, at its discretion, procure or renew such insurance and 23

pay any and all premiums in connection therewith, with any sums so 24

expended to be repaid to the Contracting Agency on demand, or at 25

the sole discretion of the Contracting Agency, offset against funds 26

due the Contractor from the Contracting Agency. 27

28

I. All costs for insurance shall be incidental to and included in the unit 29

or lump sum prices of the Contract and no additional payment will be 30

made. 31

32

1-07.18(2) Additional Insured 33

34

All insurance policies, with the exception of Workers Compensation, shall 35

name the following listed entities as additional insured(s) using the forms or 36

endorsements required herein: 37

38

• The Contracting Agency and its officers, elected officials, 39

employees, agents, and volunteers; 40

• Gray & Osborne, Inc. 41

42

The above-listed entities shall be additional insured(s) for the full available 43

limits of liability maintained by the Contractor, irrespective of whether such 44

limits maintained by the Contractor are greater than those required by this 45

Page 109: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-50

Contract, and irrespective of whether the Certificate of Insurance provided 1

by the Contractor pursuant to 1-07.18(4) describes limits lower than those 2

maintained by the Contractor. 3

4

1-07.18(3) Subcontractors 5

6

Contractor shall ensure that each subcontractor of every tier obtains and 7

maintains at a minimum the insurance coverages listed in 1-07.18(5)A and 8

1-07.18(5)B. Upon request of the Contracting Agency, the Contractor shall 9

provide evidence of such insurance. 10

11

1-07.18(4) Verification of Coverage 12

13

The Contractor shall deliver to the Contracting Agency a Certificate(s) of 14

Insurance and endorsements for each policy of insurance meeting the 15

requirements set forth herein when the Contractor delivers the signed 16

Contract for the work. The certificate and endorsements must conform to 17

the following requirements: 18

19

1. An ACORD certificate or a form determined by the Contracting 20

Agency to be equivalent. The certificate or an endorsement 21

form shall indicate the Contractor’s insurance is primary and 22

non-contributory. 23

24

2. The Contractor shall obtain endorsement forms CG 2010 10 25

01, CG 2032 07 04 and CG 2037 10 01 or the equivalent of 26

each, naming the Contracting Agency and all other entities 27

listed in 1-07.18(2) as Additional Insured(s) and showing the 28

policy number. If the Contractor is unsuccessful in securing 29

these endorsements after exerting commercially reasonable 30

efforts, the Contractor shall obtain other endorsements 31

providing equivalent protection to the Additional Insured. 32

Commercially reasonable efforts shall be evidenced by a 33

signed statement by the Contractor’s insurance broker 34

indicating that endorsement forms CG 2010 10 01, CG 2032 35

07 04 and CG 2037 10 01 are not available and the 36

endorsements submitted provide equivalent protection to the 37

Additional Insured. 38

39

3. Any other amendatory endorsements to show the coverage 40

required herein. 41

42

4. A notation of coverage enhancements on the Certificate of 43

Insurance shall not satisfy these requirements; actual 44

endorsements must be submitted. 45

Page 110: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-51

1

Upon request, the Contractor shall forward to the Contracting Agency 2

a full and certified copy of the insurance policy(s). If Builders Risk 3

Insurance is required on this Project, a full and certified copy of that 4

policy is required when the Contractor delivers the signed Contract 5

for the Work. 6

7

1-07.18(5) Coverages and Limits 8

9

The insurance shall provide the minimum coverages and limits set forth 10

below. Providing coverage in these stated minimum limits shall not be 11

construed to relieve the Contractor from liability in excess of such limits. All 12

deductibles and self-insured retentions must be disclosed and are subject 13

to approval by the Contracting Agency. The cost of any claim payments 14

falling within the deductible shall be the responsibility of the Contractor. 15

16

1-07.18(5)A Commercial General Liability 17

18

Commercial General Liability insurance shall be written on coverage forms 19

at least as broad as ISO occurrence form CG 00 01, including but not limited 20

to liability arising from premises, operations, stop gap liability, independent 21

contractors, products-completed operations, personal and advertising 22

injury, and liability assumed under an insured contract. There shall be no 23

exclusion for liability arising from explosion, collapse or underground 24

property damage. 25

26

The Commercial General Liability insurance shall be endorsed to provide a 27

per project general aggregate limit, using ISO form CG 25 03 05 09 or an 28

equivalent endorsement. 29 30

Contractor shall maintain Commercial General Liability Insurance arising 31

out of the Contractor’s completed operations for at least three years 32

following Substantial Completion of the Work. 33

34

Such policy must provide the following minimum limits: 35

36

$1,000,000 Each Occurrence $2,000,000 General Aggregate $2,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury, each offence $1,000,000 Stop Gap/Employers’ Liability

37

38

Page 111: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-52

1-07.18(5)B Automobile Liability 1

2

Automobile Liability for owned, non-owned, hired, and leased vehicles, with 3

an MCS 90 endorsement and a CA 9948 endorsement attached if 4

“pollutants” are to be transported. Such policy(ies) must provide the 5

following minimum limit: 6

7

$1,000,000 combined single limit each accident 8

1-07.18(5)C Workers’ Compensation 9

10

The Contractor shall comply with Workers’ Compensation coverage as 11

required by the Industrial Insurance laws of the state of Washington. 12

13

1-07.18(5)D Excess or Umbrella Liability 14

15

The Contractor shall provide Excess or Umbrella Liability coverage with 16

limits not less than $2 million per occurrence and annual aggregate. This 17

excess or umbrella liability coverage shall be excess over and at least as 18

broad in coverage as the Contractor’s Commercial General and Auto 19

Liability insurance. 20

21

This requirement may be satisfied instead through the Contractor’s primary 22

Commercial General and Automobile Liability coverage, or any combination 23

thereof. 24

25

1-07.18(5)E Builders Risk Insurance 26

27

The Contractor shall purchase and maintain Builders Risk insurance 28

covering interests of the Contracting Agency, the Contractor, 29

Subcontractors, and Sub-subcontractors in the work. Builders Risk shall be 30

required for all structures on the project. A structure is any equipment, 31

facility, building, bridge, retaining wall, or tank extending four feet or more 32

above adjacent grade; or any facility less than four feet above adjacent 33

grade, and containing more than $50,000 worth of electrical or mechanical 34

equipment. Poles, light standards, or antenna less than 50 feet in height 35

and less than two feet in diameter shall not be considered structures. 36

Builders Risk insurance, when required, shall be on an all-risk policy form 37

and shall insure against the perils of fire and extended coverage and 38

physical loss or damage including flood, earthquake, theft, vandalism, 39

malicious mischief and collapse. The Builders Risk insurance, when 40

required, shall include coverage for temporary buildings, debris removal, 41

and damage to materials in transit or stored off-site. Such insurance shall 42

cover “soft costs” including but not limited to design costs, licensing fees, 43

and architect’s and engineer’s fees. Builders Risk insurance shall be written 44

Page 112: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-53

in the amount of the completed value of the applicable portions of the 1

project, with no coinsurance provisions. 2

3

The Builders Risk insurance covering the Work shall have a deductible of 4

$5,000 for each occurrence, which will be the responsibility of the 5

Contractor. Higher deductibles for flood, earthquake and all other perils 6

may be accepted by the Contracting Agency upon written request by the 7

Contractor and written acceptance by the Contracting Agency. Any 8

increased deductibles accepted by the Contracting Agency will remain the 9

responsibility of the Contractor. 10

11

The Builders Risk insurance shall be maintained until the Physical 12

Completion Date. 13

14

The Contractor and the Contracting Agency waive all rights against each 15

other and any of their Subcontractors, Sub-subcontractors, agents and 16

employees, each of the other, for damages caused by fire or other perils to 17

the extent covered by Builders Risk insurance or other property insurance 18

applicable to the work. The policies shall provide such waivers by 19

endorsement or otherwise. 20

21

Liability for facilities not covered by Builders Risk shall remain the 22

responsibility of the contractor. 23

24

1-07.23 Public Convenience and Safety 25

26

1-07.23(1) Construction Under Traffic 27

(May 7, 2007 G&O GSP) 28

29

Delete the second paragraph of this Section and replace it with the following: 30

31

To disrupt public traffic as little as possible, the Contractor shall permit traffic 32

to pass through the Work with the least possible inconvenience or delay. 33

The Contractor shall maintain existing roads, streets, sidewalks, and paths 34

within the project limits, keeping them open, and in good, clean, safe 35

condition at all times. Deficiencies caused by the Contractor’s operations 36

shall be repaired at the Contractor’s expense. Deficiencies not caused by 37

the Contractor’s operations shall be repaired by the Contractor when 38

directed in writing by the Engineer, at the Contracting Agency’s expense. 39

The Contractor shall also maintain roads, streets, sidewalks, and paths 40

adjacent to the project limits when affected by the Contractor’s operations. 41

Snow and ice control will be performed by the Contracting Agency or the 42

Project will be shutdown at the Contracting Agency’s discretion. The 43

Contractor shall perform the following: 44

45

Page 113: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-54

1. Remove or repair any condition resulting from the Work that 1

might impede traffic or create a hazard. 2

3

2. Keep existing traffic signal and street lighting systems in 4

operation as the Work proceeds. 5

6

3. Maintain the striping on the roadway. 7

8

4. Maintain existing permanent signing. 9

10

5. Keep drainage systems clean and allow for unobstructed flow 11

of water. 12

13

(February 3, 2020 WSDOT GSP) 14

This Section is supplemented with the following: 15

16

Work Zone Clear Zone 17

The Work Zone Clear Zone (WZCZ) applies during working and 18

nonworking hours. The WZCZ applies only to temporary roadside 19

objects introduced by the Contractor’s operations and does not apply 20

to preexisting conditions or permanent Work. Those work operations 21

that are actively in progress shall be in accordance with adopted and 22

approved Traffic Control Plans, and other contract requirements. 23

24

During nonworking hours equipment or materials shall not be within 25

the WZCZ unless they are protected by permanent guardrail or 26

temporary concrete barrier. The use of temporary concrete barrier 27

shall be permitted only if the Engineer approves the installation and 28

location. 29

30

During actual hours of work, unless protected as described above, 31

only materials absolutely necessary to construction shall be within the 32

WZCZ and only construction vehicles absolutely necessary to 33

construction shall be allowed within the WZCZ or allowed to stop or 34

park on the shoulder of the roadway. 35

36

The Contractor's nonessential vehicles and employees private 37

vehicles shall not be permitted to park within the WZCZ at any time 38

unless protected as described above. 39

40

Deviation from the above requirements shall not occur unless the 41

Contractor has requested the deviation in writing and the Engineer 42

has provided written approval. 43

44

Page 114: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-55

Minimum WZCZ distances are measured from the edge of traveled 1

way and will be determined as follows: 2

3

Regulatory Posted Speed

Distance From Traveled Way

(Feet)

35 mph or less 10

40 mph 15

45 to 50 mph 20

55 to 60 mph 30

65 mph or greater 35

4

Minimum Work Zone Clear Zone Distance 5

6

(January 5, 2015 WSDOT GSP) 7

This Section is supplemented with the following: 8

9

Lane closures are subject to the following restrictions: 10

11

French Lane currently serves only the public works shop and a few 12

homes. The road may remain closed to the general public for the 13

duration of the construction, but the Contractor shall maintain access 14

to the public works shop and these homes. 15

16

Lane or shoulder closures along South Camas Avenue shall only be 17

allowed for short durations of active work in the vicinity of the 18

intersection. 19

20

For short duration work associated with utility extensions in Kateri 21

Lane, the Contractor shall maintain access to the Kateri Lane multi-22

family housing development. 23

24

If the Engineer determines the permitted closure hours adversely affect 25

traffic, the Engineer may adjust the hours accordingly. The Engineer will 26

notify the Contractor in writing of any change in the closure hours. 27

28

1-07.24 Rights of Way 29

(July 20, 2020 G&O GSP) 30

31

Delete this section in its entirety, and replace it with the following: 32

33

Street right of way lines, limits of easements, and limits of construction 34

permits are indicated in the Plans. The Contractor’s construction activities 35

shall be confined within these limits, unless arrangements for use of private 36

property are made. 37

Page 115: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-56

1

Generally, the Contracting Agency will have obtained, prior to bid opening, 2

all rights of way and easements, both permanent and temporary, necessary 3

for carrying out the work. Exceptions to this are noted in the Bid Documents 4

or will be brought to the Contractor’s attention by a duly issued Addendum. 5

6

Whenever any of the work is accomplished on or through property other 7

than public right of way, the Contractor shall meet and fulfill all covenants 8

and stipulations of any easement agreement obtained by the Contracting 9

Agency from the owner of the private property. Copies of the easement 10

agreements may be included in the Contract Provisions or made available 11

to the Contractor as soon as practical after they have been obtained by the 12

Engineer. 13

14

The Contractor shall not proceed with any portion of the work in areas where 15

right of way, easements or rights of entry have not been acquired until the 16

Engineer certifies to the Contractor that the right of way or easement is 17

available or that the right of entry has been received. 18

19

The Contractor shall be responsible for providing, without expense or 20

liability to the Contracting Agency, any additional land and access thereto 21

that the Contractor may desire for temporary construction facilities, storage 22

of materials, or other Contractor needs. However, before using any private 23

property, whether adjoining the work or not, the Contractor shall file with the 24

Engineer a written permission of the private property owner, and, upon 25

vacating the premises, a written release from the property owner of each 26

property disturbed or otherwise interfered with by reasons of construction 27

pursued under this contract. The statement shall be signed by the private 28

property owner, or proper authority acting for the owner of the private 29

property affected, stating that permission has been granted to use the 30

property and all necessary permits have been obtained or, in the case of a 31

release, that the restoration of the property has been satisfactorily 32

accomplished. The statement shall include the parcel number, address, 33

and date of signature. Written releases must be filed with the Engineer 34

before the Completion Date will be established. 35

36

PUBLIC NOTIFICATION 37

38

Each property owner shall be given a minimum of 2 working days notice 39

prior to entry upon the owner’s property by the Contractor. This includes 40

entry onto easements and private property where private improvements 41

must be adjusted. 42

43

The Contractor shall notify all residents and businesses within 300 feet from 44

the edge of the Work area prior to performing any Work under this Contract. 45

Page 116: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-57

1

Notification shall be made to ensure that: 2

3

1. Parked vehicles are moved; 4

5

2. The public is aware that access may be temporarily impeded; 6

7

3. The public is aware that private improvements within the Work 8

area may be impacted. 9

10

Notification shall be as follows: 11

12

A. Pre-notification to residents, and businesses shall be provided 13

indicating the Contractor’s intended construction schedule. 14

This notification shall precede the work by a minimum of 10 15

calendar days. Wording shall be approved by the Contracting 16

Agency prior to the performance of any Work. 17

18

B. Final notification shall state the exact construction start date, 19

after which any private improvements that remain within the 20

right-of-way and/or easements will be subject to removal or 21

relocation by the Contractor as indicated on the Plans and 22

Section 1-07.16. This notification shall be made a minimum 23

of 2 working days in advance of the construction start date. 24

25

Any delay or shut down in the continuous prosecution of the Work, as 26

specified, shall require another notification as described herein. 27

28

Payment 29

30

All costs to comply with this Section are incidental to the Contract and are 31

the responsibility of the Contractor. The Contractor shall include all related 32

costs in the bid prices of the Contract. 33

34

35

Page 117: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-58

1-08 PROSECUTION AND PROGRESS 1

2

Add the following new section: 3

4

1-08.0 Preliminary Matters (New Section) 5

(May 25, 2006 APWA GSP) 6

7

1-08.0(1) Preconstruction Conference 8

(October 10, 2008 G&O GSP) 9

10

Prior to the Contractor beginning the Work, a preconstruction conference 11

will be held between the Contractor, the Contracting Agency, the Engineer 12

and such other persons as may be invited. The purpose of the 13

preconstruction conference will be: 14

15

1. To review the initial progress schedule; 16

17

2. To establish a working understanding among the various 18

persons associated with or affected by the Work; 19

20

3. To establish and review procedures for progress payment, 21

notifications, approvals, submittals, etc.; 22

23

4. To establish normal working hours for the Work; 24

25

5. To review traffic control; and 26

27

6. To discuss such other related items as may be pertinent to the 28

Work. 29

30

The Contractor shall prepare and submit the following to the Engineer at the 31

preconstruction meeting: 32

33

1. Breakdown of all lump sum items in the Proposal; 34

35

2. A preliminary schedule for working drawing submittals; and 36

37

3. A list of material sources for approval, if applicable. 38

39

40

Page 118: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-59

Add the following new section: 1

2

1-08.0(2) Hours of Work 3

(December 8, 2014 APWA GSP) 4

5

Except in the case of emergency or unless otherwise approved by the 6

Engineer, the normal working hours for the Contract shall be any 7

consecutive 8-hour period between 7:00 a.m. and 6:00 p.m. Monday 8

through Friday, exclusive of a lunch break. If the Contractor desires different 9

than the normal working hours stated above, the request must be submitted 10

in writing prior to the preconstruction conference, subject to the provisions 11

below. The working hours for the Contract shall be established at or prior 12

to the preconstruction conference. 13

14

All working hours and days are also subject to local permit and ordinance 15

conditions (such as noise ordinances). 16

17

If the Contractor wishes to deviate from the established working hours, the 18

Contractor shall submit a written request to the Engineer for consideration. 19

This request shall state what hours are being requested, and why. 20

Requests shall be submitted for review no later than 48 hours prior to the 21

day(s) the Contractor is requesting to change the hours. 22

23

If the Contracting Agency approves such a deviation, such approval may be 24

subject to certain other conditions, which will be detailed in writing. For 25

example: 26

27

1. On non-Federal aid projects, requiring the Contractor to reimburse 28

the Contracting Agency for the costs in excess of straight-time costs 29

for Contracting Agency representatives who worked during such 30

times. (The Engineer may require designated representatives to be 31

present during the work. Representatives who may be deemed 32

necessary by the Engineer include, but are not limited to: survey 33

crews; personnel from the Contracting Agency’s material testing lab; 34

inspectors; and other Contracting Agency employees or third party 35

consultants when, in the opinion of the Engineer, such work 36

necessitates their presence.) 37

38

2. Considering the work performed on Saturdays, Sundays, and 39

holidays as working days with regard to the contract time. 40

41

3. Considering multiple work shifts as multiple working days with 42

respect to contract time even though the multiple shifts occur in a 43

single 24-hour period. 44

45

Page 119: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-60

4. If a 4-10 work schedule is requested and approved the non working 1

day for the week will be charged as a working day. 2

3

5. If Davis Bacon wage rates apply to this Contract, all requirements 4

must be met and recorded properly on certified payroll 5

6

1-08.1 Subcontracting 7

(May 30, 2019 APWA GSP, Option B) 8

9

Delete the ninth paragraph, beginning with “On all projects, the Contractor shall 10

certify…”. 11

12

1-08.3(2)A Type A Progress Schedule 13

(March 13, 2012 APWA GSP) 14

15

Revise this section to read: 16

17

The Contractor shall submit five copies of a Type A Progress Schedule no 18

later than at the preconstruction conference, or some other mutually agreed 19

upon submittal time. The schedule may be a critical path method (CPM) 20

schedule, bar chart, or other standard schedule format. Regardless of which 21

format used, the schedule shall identify the critical path. The Engineer will 22

evaluate the Type A Progress Schedule and approve or return the schedule 23

for corrections within 15 calendar days of receiving the submittal. 24

25

1-08.3(2)D Weekly Look Ahead Schedule 26

(August 2009 G&O GSP) 27

28

This Section is supplemented with the following: 29

30

The Contractor shall attend a weekly construction meeting with the 31

Contracting Agency. The meeting will include discussion of the weekly look 32

ahead schedule, status of the work, utility coordination, and traffic control. 33

The Contractor’s superintendent/foreman shall attend and participate in the 34

weekly construction meeting. 35

36

1-08.4 Prosecution of Work 37

(April 8, 2020 G&O GSP) 38

Delete the first sentence of this Section and replace with the following: 39

40

The Contract time shall begin on the first working day following the 10th 41

calendar day after the issuance of the written notice to proceed or the first day 42

on which the Contractor begins to perform Work on the site, whichever first 43

occurs. No work on site shall be performed until the Contracting Agency has 44

accepted the Contractor's COVID-19 Health and Safety Plan. 45

Page 120: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-61

1

1-08.5 Time for Completion 2

(June 30, 2020 G&O GSP) 3

4

Delete this Section in its entirety and replace with the following: 5

6

The Contractor shall complete all Contract Work within the number of 7

working days stated in the Contract Provisions or as extended by the 8

Engineer in accordance with Section 1-08.8. Every day will be counted as 9

a working day unless it is a nonworking day or an Engineer determined 10

unworkable day. A nonworking day is defined as a Saturday, a Sunday, a 11

day on which the Contract specifically suspends Work, or one of these 12

holidays: January 1, the third Monday of January, the third Monday of 13

February, Memorial Day, July 4, Labor Day, November 11, Thanksgiving, 14

the day after Thanksgiving, and Christmas Day. When any of these 15

holidays fall on a Sunday, the following Monday shall be counted a 16

nonworking day. When the holiday falls on a Saturday, the preceding Friday 17

shall be counted a nonworking day. The days between December 25 and 18

January 1 will be classified as nonworking days, provided the Contractor 19

actually suspends performance of the Work. 20

21

Any unworkable day is defined as a half or whole day the Engineer declares 22

to be unworkable because of weather or conditions caused by the weather 23

that prevents satisfactory and timely performance of the Work. If the 24

Contractor works, regardless of the weather, that day shall be counted as a 25

working day. Other conditions beyond the control of the Contractor may 26

qualify for an extension of time in accordance with Section 1-08.8. 27

28

The Contract time shall begin on the first working day following the 10th 29

calendar day after the issuance of the written notice to proceed or the first 30

day on which the Contractor begins to perform Work on the site, whichever 31

first occurs. The Contract Provisions may specify another starting date for 32

the Contract time, in which case time will begin on the starting date 33

specified. 34

35

Each working day shall be charged to the Contract as it occurs until the 36

Work is physically complete. If requested by the Contractor in writing, the 37

Engineer will provide the Contractor with a weekly statement that shows the 38

number of working days: (1) charged to the Contract the week before; (2) 39

specified for the substantial and physical completion of the Contract; and 40

(3) remaining for the substantial and physical completion of the Contract. 41

The statement will also show the nonworking days and any partial or whole 42

days that the Engineer determines to be unworkable. If the Contractor 43

disagrees with any statement issued by the Engineer, the Contractor shall 44

submit a written protest within 10 calendar days after the date of the 45

Page 121: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-62

statement. The protest shall be sufficiently detailed to enable the Engineer 1

to ascertain the basis for the dispute and the amount of time disputed. Any 2

statement that is not protested by the Contractor as required in this Section 3

shall be deemed as having been accepted. If the Contractor elects to work 4

10 hours a day for four days a week (a 4-10 schedule), the fifth day of the 5

week of that week will be charged as a working day if that day would be 6

chargeable as a working day if the Contractor had not elected to utilize the 7

4-10 schedule. 8

9

The Engineer will give the Contractor written notice of the Completion Date 10

of the Contract after all of the Contractor’s obligations under the Contract 11

have been performed by the Contractor. The following events must occur 12

before the Completion Date will be established: 13

14

1. The physical Work on the project must be complete; and 15

16

2. The Contractor must furnish all documentation required by the 17

Contract and required by law, to allow the Contracting Agency 18

to process final acceptance of the Contract. The following 19

documents must be received by the Project Engineer prior to 20

establishing a Completion Date: 21

22

a. Certified payrolls (per Section 1-07.9(5)); 23

24

b. Material acceptance certification documents; 25

26

c. Final Contract Voucher certification; 27

28

d. Property owner releases required by Section 1-07.24. 29

30

e. Affidavits of Wages Paid for the Contractor and all 31

subcontractors must be submitted to the Contracting 32

Agency. 33

34

f. A copy of the Notice of Termination sent to the 35

Washington State Department of Ecology (Ecology); 36

the elapse of 30 calendar days from the date of receipt 37

of the Notice of Termination by Ecology; and no 38

rejection of the Notice of Termination by Ecology. This 39

requirement will not apply if the Construction 40

Stormwater General Permit is transferred back to the 41

Contracting Agency in accordance with 42

Section 8-01.3(16). 43

44

45

Page 122: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-63

1-08.8 Extension of Time 1

(February 15, 2008 G&O GSP) 2

3

Delete Item 6 of the third paragraph and replace it with the following: 4

5

6. If the actual quantity of Work performed for a bid item was more than 6

the original Plan quantity and increased the duration of a critical 7

activity, and if the total extended bid price for that item at time of 8

award was equal to or greater than 10 percent of the total Contract 9

price at time of award. Extensions of time will be limited to only those 10

bid items where the quantity exceeded the original Plan quantity by 11

25 percent or more. 12

13

1-08.9 Liquidated Damages 14

(June 16, 2006 G&O GSP) 15

16

Delete this Section and replace it with the following: 17

18

Time is of the essence of this Contract. All of the Work shall be completed 19

within the time limits set forth in the Contract, and the Contractor’s 20

unexcused failure to do so shall result in liquidated damages being 21

assessed as provided in the Contract Provisions. 22

23

a. The Contractor acknowledges that the Contracting Agency 24

will suffer monetary damages in the event of an unexcused 25

delay in the substantial completion and physical completion of 26

the Work. If the Contractor fails, without excuse under the 27

Contract, or otherwise refuses to complete the Work within the 28

Contract time, or any extension thereof granted by the 29

Contracting Agency, the Contractor agrees to pay to the 30

Contracting Agency the amount specified in the Contract 31

Provisions, not as a penalty, but as liquidated damages for 32

such breach of the Contract, for each day that the Contractor 33

shall be in default after the time stipulated in the Contract for 34

substantial completion and physical completion of the Work. 35

36

b. The amount of liquidated damages is fixed and agreed upon 37

by and between the Contractor and the Contracting Agency 38

because of the impracticability and extreme difficulty of 39

determining the actual damages that the Contracting Agency 40

would sustain. The amount of liquidated damages is 41

specifically agreed to be a reasonable approximation of the 42

damages which the Contracting Agency would sustain as a 43

result of an unexcused delay in the substantial completion and 44

the physical completion of the Work. The Contracting Agency 45

Page 123: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-64

may retain liquidated damages from progress payments that 1

otherwise would be due to the Contractor. 2

3

1-09 MEASUREMENT AND PAYMENT 4

5

1-09.2(1) General Requirements for Weighing Equipment 6

(July 23, 2015 APWA GSP, Option 2) 7

8

Revise item 4 of the fifth paragraph to read: 9

10

4. Test results and scale weight records for each day’s hauling 11

operations are provided to the Engineer daily. Reporting shall utilize 12

WSDOT form 422-027, Scaleman’s Daily Report, unless the printed 13

ticket contains the same information that is on the Scaleman’s Daily 14

Report Form. The scale operator must provide AM and/or PM tare 15

weights for each truck on the printed ticket. 16

17

1-09.2(5) Measurement 18

(May 2, 2017 APWA GSP) 19

20

Revise the first paragraph to read: 21

22

Scale Verification Checks – At the Engineer’s discretion, the Engineer 23

may perform verification checks on the accuracy of each batch, hopper, or 24

platform scale used in weighing contract items of Work. 25

26

1-09.6 Force Account 27

(June 16, 2006 G&O GSP) 28

29

Delete this Section and replace it with the following: 30

31

The cost to be included in the equitable adjustment for any changes directed 32

or approved in accordance with Section 1-04.4, will be determined by one 33

or more of the following methods: 34

35

a. Contract unit bid prices previously approved; or 36

37

b. If there are no unit bid prices, an agreed lump sum; or 38

39

c. If the amount of the adjustment cannot be agreed upon in 40

advance or in the manner provided in subparagraph a. or b. 41

above, the cost will be determined by the actual cost of: 42

43

1. Labor including working foremen. Labor rates will 44

include the basic wage and fringe benefits, current 45

Page 124: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-65

rates for Federal Insurance Compensation Act (FICA), 1

Federal Unemployment Tax Act (FUTA) and State 2

Unemployment Tax Act (SUTA), and the company’s 3

present rates for medical aid and industrial insurance 4

premiums; 5

6

2. Materials and equipment incorporated permanently 7

into the Work; 8

9

3. The ownership or rental cost of equipment during the 10

time of use on the extra Work. Equipment rates shall 11

be as set forth in the then current AGC/WSDOT 12

Equipment Rental Agreement. These rates shall be full 13

compensation for all costs incidental to furnishing and 14

operating the equipment. The Contractor shall submit 15

copies of applicable portions of the AGC/WSDOT 16

Equipment Rental Agreement to the Engineer; plus 17

18

4. Overhead and Profit as follows: 19

20

For Work performed by the Contractor, an amount to 21

be agreed upon but not to exceed 15 percent of the 22

labor, material, and equipment cost agreed to by the 23

Engineer as compensation for supervision, small tools, 24

provisions for safety, home office and field overhead, 25

profit and other general conditions expenses, 26

including, but not limited to, insurance, bonds and 27

business & occupation taxes. 28

29

For Subcontractor work, the Subcontractor will be 30

allowed an amount to be agreed upon but not to 31

exceed 15 percent of the labor, material, and 32

equipment cost agreed to by the Engineer as 33

compensation for supervision, small tools, provisions 34

for safety, home office and field overhead, profit and 35

other general conditions expenses, including, but not 36

limited to, insurance, bonds and business & occupation 37

taxes. The Contractor will be allowed an additional 38

markup of 10 percent to compensate the Contractor for 39

all administrative costs, including home office and field 40

overhead, profit, bonds, insurance, business & 41

occupation taxes and any other costs incurred. 42

43

In no case will the total fixed fee for the Contractor, all 44

Subcontractors of all tiers exceed 30 percent. 45

Page 125: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-66

1

(October 10, 2008 APWA GSP) 2

The Contracting Agency has estimated and included in the Proposal, dollar 3

amounts for all items to be paid per force account, only to provide a common 4

proposal for Bidders. All such dollar amounts are to become a part of 5

Contractor's total bid. However, the Contracting Agency does not warrant 6

expressly or by implication, that the actual amount of work will correspond 7

with those estimates. Payment will be made on the basis of the amount of 8

work actually authorized by Engineer. 9

10

1-09.7 Mobilization 11

(June 6, 2006, G&O GSP) 12

13

Delete the second and third paragraph of this Section. This Section is 14

supplemented with the following: 15

16

Throughout construction and until the Physical Completion Date, the 17

Contractor shall thoroughly comb and search the Work site and surrounding 18

area and remove any waste construction material, empty containers, litter 19

and other debris, whether or not deposited by the Contractor, and tidy up 20

the surrounding general area to make it neat in appearance. 21

22

ROUTINE CLEANING 23

24

A. General: 25

26

1. Maintain all stored materials and equipment in an orderly 27

fashion allowing maximum access, not impeding drainage, 28

pedestrian or vehicle traffic. 29

30

2. Do not allow the accumulation of scrap, waste material, used 31

containers, debris and other items not required for the Work. 32

33

3. At least once a week, and more often if necessary, completely 34

remove all scrap, debris, and waste material from the Work 35

site. 36

37

4. Provide adequate storage for all materials awaiting removal 38

from the Work site, observing all requirements for fire 39

protection and protection of the environment. 40

41

B. Site: 42

43

1. Daily, and more often if necessary, inspect the Work site and 44

pick up all scrap, debris, and waste material. Remove all such 45

Page 126: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-67

items to the place designated for their storage until they can 1

be disposed of. 2

3

2. Weekly, and more often if necessary, inspect the arrangement 4

of all materials and equipment stored on the Work site, re-5

stack, tidy or otherwise rearrange them to meet the 6

requirements above. 7

8

3. Maintain the Work site at all times in a neat and orderly 9

condition meeting the approval of the Contracting Agency. 10

11

FINAL CLEANING 12

13

A. General: 14

15

Prior to final inspection, remove from the Work site all tools, surplus 16

materials, equipment, scrap, debris and waste. The Contractor shall 17

thoroughly comb and search the surrounding area and remove any 18

debris of any kind and tidy up the general area to make it neat in 19

appearance, including removal of debris not deposited by the 20

Contractor’s operations. 21

22

Payment 23

24

“Mobilization, Cleanup, and Demobilization,” lump sum. 25

26

The lump sum contract payment shall be full compensation for all costs 27

incurred by the Contractor in performing the Contract Work defined in this 28

Section. Payment for this item shall be made as follows: 29

30

1. Fifty percent of this item will be included in the first monthly 31

pay estimate after the Contractor is in full operation and 32

construction of the Work has began; 33

34

2. Forty percent of this item will be proportioned equally (based 35

on the number of working days in the Contract) and included 36

in each monthly pay estimate submitted by the Contractor. 37

The Contractor shall provide regular and ongoing cleanup. 38

Failure of the Contractor to provide regular ongoing cleanup 39

will be cause for permanent forfeiture of the monthly payment 40

for each month that the cleanup is not performed as required. 41

If cleanup is not performed during a monthly pay period, it 42

shall not be subject to reimbursement under any following 43

monthly pay estimate, and the lump sum amount due will be 44

adjusted accordingly. 45

Page 127: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-68

1

3. Ten percent of this item will be included in the estimate issued 2

when the Physical Completion Date is achieved, including the 3

removal of all equipment from the Work site. 4

5

1-09.8 Payment for Material on Hand 6

(June 16, 2006 G&O GSP) 7

8

Delete the first paragraph of this Section and replace it with the following: 9

10

The Contracting Agency may reimburse the Contractor for 90 percent of the 11

invoice amount of the material and equipment purchased before their 12

incorporation into the Work if they: 13

14

1. Meet the requirements of the Plans and Specifications; 15

16

2. Are delivered to or stockpiled near the Work site or to another 17

Engineer-approved storage site; and 18

19

3. Consist of: piping material, reinforcing steel, bronze plates, 20

structural steel; machinery; piling, timber and lumber (not 21

including forms and falsework), large signs unique to the 22

Work, prestressed concrete beams or girders, or other 23

material the Engineer may approve. 24

25

1-09.9 Payments 26

(June 27, 2011 G&O GSP) 27

28

Delete the fourth paragraph and replace it with the following: 29

30

Progress payments for completed work and material on hand will be 31

based upon progress estimates prepared by the Engineer. A progress 32

estimate cutoff date will be established at the preconstruction conference. 33

34

The initial progress estimate will be made not later than 30 days after the 35

Contractor commences the work, and successive progress estimates will 36

be made every month thereafter until the Completion Date. Progress 37

estimates made during progress of the work are tentative, and made only 38

for the purpose of determining progress payment. The progress estimates 39

are subject to change at any time prior to the calculation of the Final 40

Payment. 41

42

43

Page 128: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-69

The value of the progress estimate will be the sum of the following: 1

2

1. Unit Price Items in the Bid Form — the approximate quantity of 3

acceptable units of work completed multiplied by the unit price. 4

5

2. Lump Sum Items in the Bid Form — based on the approved 6

Contractor’s lump sum breakdown for that item, or absent such a 7

breakdown, based on the Engineer’s determination. 8

9

3. Materials on Hand — 90 percent of invoiced cost of material 10

delivered to Job site or other storage area approved by the 11

Engineer. 12

13

4. Change Orders — entitlement for approved extra cost or completed 14

extra work as determined by the Engineer. 15

16

Progress payments will be made in accordance with the progress estimate 17

less: 18

19

1. Retainage per Section 1-09.9(1), on non “FHWA funded” projects; 20

21

2. The amount of Progress Payments previously made; and 22

23

3. Funds withheld by the Contracting Agency for disbursement in 24

accordance with the Contract Documents. 25

26

Progress payments for work performed shall not be evidence of 27

acceptable performance or an admission by the Contracting Agency that 28

any work has been satisfactorily completed. The determination of 29

payments under the contract will be final in accordance with 30

Section 1-05.1. 31

32

1-09.11(3) Time Limitation and Jurisdiction 33

(November 30, 2018 APWA GSP) 34

35

Revise this section to read: 36

37

For the convenience of the parties to the Contract it is mutually agreed by 38

the parties that any claims or causes of action which the Contractor has 39

against the Contracting Agency arising from the Contract shall be brought 40

within 180 calendar days from the date of final acceptance (Section 1-05.12) 41

of the Contract by the Contracting Agency; and it is further agreed that any 42

such claims or causes of action shall be brought only in the Superior Court 43

of the county where the Contracting Agency headquarters is located, 44

provided that where an action is asserted against a county, RCW 36.01.050 45

Page 129: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-70

shall control venue and jurisdiction. The parties understand and agree that 1

the Contractor’s failure to bring suit within the time period provided, shall be 2

a complete bar to any such claims or causes of action. It is further mutually 3

agreed by the parties that when any claims or causes of action which the 4

Contractor asserts against the Contracting Agency arising from the Contract 5

are filed with the Contracting Agency or initiated in court, the Contractor 6

shall permit the Contracting Agency to have timely access to any records 7

deemed necessary by the Contracting Agency to assist in evaluating the 8

claims or action. 9

10

1-10 TEMPORARY TRAFFIC CONTROL 11

12

1-10.2(1) General 13

(January 3, 2017 WSDOT GSP) 14

15

This Section is supplemented with the following: 16

17

Only training with WSDOT TCS card and WSDOT training curriculum is 18

recognized in the State of Washington. The Traffic Control Supervisor shall 19

be certified by one of the following: 20

21

The Northwest Laborers-Employers Training Trust 22

27055 Ohio Ave. 23

Kingston, WA 98346 24

(360) 297-3035 25

26

Evergreen Safety Council 27

12545 135th Ave. NE 28

Kirkland, WA 98034-8709 29

1-800-521-0778 30

31

The American Traffic Safety Services Association 32

15 Riverside Parkway, Suite 100 33

Fredericksburg, Virginia 22406-1022 34

Training Dept. Toll Free (877) 642-4637 35

Phone: (540) 368-1701 36

37

1-10.2(2) Traffic Control Plans 38

(March 31, 2016 G&O GSP) 39

40

This Section is supplemented with the following: 41

42

If traffic control plans are not included in the Contract Documents, the 43

Contractor shall submit traffic control plans for the Engineer’s review and 44

approval. 45

Page 130: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-71

1

1-10.2(3) Conformance to Established Standards 2

(February 3, 2020, WSDOT GSP) 3

4

This Section is revised to read: 5

6

Flagging, signs, and all other traffic control devices and procedures 7

furnished or provided shall conform to the standards established in the 8

latest WSDOT adopted edition (in accordance with WAC 468-95) of the 9

MUTCD, published by the U.S. Department of Transportation, and the 2005 10

draft version of the Public Rights-of-Way Accessibility Guidelines 11

(PROWAG): https://www.access-board.gov/guidelines-and-12

standards/streets-sidewalks/public-rights-of-way/background/revised-draft-13

guidelines. Judgment of the quality of devices furnished will be based upon 14

Quality Guidelines for Temporary Traffic Control Devices, published by the 15

American Traffic Safety Services Association. Copies of the MUTCD and 16

Quality Guidelines for Temporary Control Devices may be purchased from 17

the American Traffic Safety Services Association, 15 Riverside Parkway, 18

Suite 100, Fredericksburg, VA 22406-1022. 19

20

In addition to the standards of the MUTCD described above, the Contracting 21

Agency enforces crashworthiness requirements for most work zone 22

devices. The AASHTO Manual for Assessing Safety Hardware (MASH) has 23

superseded the National Cooperative Highway Research Project (NCHRP) 24

Report 350 as the established requirements for crash testing. Temporary 25

traffic control devices manufactured after December 31, 2019 shall be 26

compliant with the 2016 edition of the Manual for Assessing Safety 27

Hardware (MASH 16) crash test requirements, as determined by the 28

Contracting Agency, except as follows: 29

30

1. In situations where a MASH 16 compliant traffic control device does 31

not exist and there are no available traffic control devices that were 32

manufactured on or before December 31, 2019, then a traffic control 33

device manufactured after December 31, 2019 that is compliant with 34

either NCHRP 350 or the 2009 edition of the Manual for Assessing 35

Safety Hardware (MASH 09) is allowed for use with approval of the 36

Engineer. 37

38

2. Temporary traffic control devices that were manufactured on or 39

before December 31, 2019, and were successfully tested to National 40

Cooperative Highway Research Program (NCHRP) Report 350 or 41

MASH 09 may continue to be used on WSDOT projects throughout 42

their normal service life. 43

44

Page 131: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato

French Lane Improvements

G&O #19037 1-72

3. Small and lightweight channelizing and delineating devices, 1

including cones, tubular markers, flexible delineator posts, and 2

plastic drums, shall meet the requirements of either NCHRP 350, 3

MASH 09, or MASH 16, as determined by the manufacturer of the 4

device. 5

6

4. A determination of crashworthiness for acceptance of trailer-7

mounted devices such as arrow displays, temporary traffic signals, 8

area lighting supports, and portable changeable message signs is 9

currently not required. 10

11

The condition of signs and traffic control devices shall be acceptable or 12

marginal as defined in the book Quality Guidelines for Temporary Traffic 13

Control Devices, and will be accepted based on a visual inspection by the 14

Engineer. The Engineer’s decision on the condition of a sign or traffic control 15

device shall be final. A sign or traffic control device determined to be 16

unacceptable shall be removed from the project and replaced within 17

12 hours of notification. 18

19

1-10.4(1) Lump Sum Bid for Project (No Unit Items) 20

(August 2, 2004 WSDOT GSP) 21

22

This Section is supplemented with the following: 23

24

The proposal contains the item “Project Temporary Traffic Control,” lump 25

sum. The provisions of Section 1-10.4(1) shall apply. 26

Page 132: CITY OF WAPATO

DIVISION 2

EARTHWORK

Page 133: CITY OF WAPATO

City of Wapato French Lane Improvements

G&O #19037 2-1

2-01 CLEARING, GRUBBING AND ROADSIDE CLEANUP 1 2 2-01.1 Description 3 (December 7, 2006 G&O GSP) 4 5 This Section is supplemented with the following: 6 7

Clearing and grubbing on this project shall be performed within the 8 following limits: 9 10 Within the construction area noted in the plans. The area to be cleared 11 and grubbed shall extend to 1 foot beyond the improvements (i.e., toe of 12 fill, top of cut slope, fence, sidewalk, pavement removal area, pavement, 13 curb, etc.) unless indicated otherwise on the Plans. The Contractor shall 14 coordinate with the Engineer to protect and leave in place those trees, 15 landscaping, or other items specifically identified to be saved. Where 16 such is required, the Contractor shall flag those trees, shrubs, etc., to 17 identify to his workforce their need to be saved. 18 19 Existing landscaping, including but not limited to, rockeries, beauty bark, 20 decorative gravel or rock, bushes, trees, and shrubbery within and/or 21 adjacent to the work areas shall be protected from damage and/or 22 removed and/or relocated as indicated on the Plans. The Contractor shall 23 provide protection, removal, temporary or permanent relocation, watering, 24 staking, etc., as directed by the Engineer. 25 26 Unless indicated otherwise on the Plans, the property owners shall be 27 allowed to remove and/or relocate trees, shrubs, irrigation, wood headers, 28 ornamental plants, and any other decorative landscaping materials within 29 the work areas that they wish to save. The Contractor shall notify both 30 verbally and in writing (by certified mail) all abutting property owners and 31 allow them a minimum of two weeks from the date the property owner is 32 notified for the property owner to remove landscaping within the work 33 area. The Contractor shall submit a checklist to the Contracting Agency 34 verifying notification of property owners of landscaping relocation 35 requirements. The Contractor shall remove and wastehaul all such items 36 not removed by the property owner. Prior to the removal of the 37 landscaping materials, the Contractor must receive approval from the 38 Engineer to begin this work. 39 40 If the Contractor removes or damages any existing vegetation, 41 landscaping item or private irrigation system not designated for removal 42 because of any act, omission, neglect or misconduct in the execution of 43 the work, such items shall be restored or replaced in kind by the 44

Page 134: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 2-2

Contractor to a condition similar or equal to that existing before such 1 damage or removal occurred. 2

3 2-01.2 Disposal of Usable Material and Debris 4 (December 7, 2006 G&O GSP) 5 6 Delete the third paragraph of this Section and replace with the following: 7 8

Refuse and debris shall be loaded and hauled to a waste site secured by 9 the Contractor and shall be disposed of in such a manner as to meet all 10 requirements of state, county, and municipal regulations regarding health, 11 safety and public welfare. 12

13 2-01.5 Payment 14 (March 6, 2016 G&O GSP) 15 16 This Section is supplemented with the following: 17 18

The lump sum contract price for “Clearing and Grubbing” shall include all 19 costs associated with furnishing all labor, materials, tools, and equipment 20 for completion of clearing and grubbing as indicated on the Plans and 21 specified herein including, but not limited to, clearing and grubbing, 22 wastehaul, notification/coordination with property owners and Contracting 23 Agency, protecting landscaping to remain, restoration/replacement of 24 those items identified to be saved that are damaged by the Contractor, 25 and landscaping relocations as indicated on the Plans and specified 26 herein. 27

28 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 29 30 2-02.1 Description 31 (November 24, 2010 G&O GSP) 32 33 This Section is supplemented with the following: 34 35

This work also consists of removing, handling and disposing of deleterious 36 material or debris encountered during roadway, sidewalk, and trench 37 excavation or other work as indicated on the Plans within the Project site, 38 including, but not limited to, existing pipes, utility structures or 39 appurtenances, riprap, buried concrete including thrust blocks, concrete 40 footings and/or slabs, buried logs or debris, asphalt pavement, cement 41 concrete pavement, sidewalks, fences, landscaping items, rock walls, 42 guardrail, signs and any and all other structures and obstructions (unless 43 a separate bid item has been provided for this work). All salvageable 44

Page 135: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 2-3

items shall be removed and delivered to the Contracting Agency unless 1 indicated otherwise on the Plans. 2

3 2-02.3 Construction Requirements 4 (January 7, 2013 G&O GSP) 5 6 This Section is supplemented with the following: 7 8

The removal of any existing improvements shall be conducted in such a 9 manner as not to damage utilities and any portion of the infrastructure that 10 is to remain in place. Any deviation in this matter will obligate the 11 Contractor at his own expense, to repair, replace or otherwise make 12 proper restoration to the satisfaction of the Contracting Agency. 13 14 When sawing of concrete or combinations of materials is required, the 15 depth of cut shall be as required to accomplish the intended purpose, 16 without damaging surfaces to be left in place and will be determined in the 17 field to the satisfaction of the Engineer. 18

19 Unless otherwise indicated on the Plans or in the Special Provisions, all 20 structures, castings, pipe and other material of recoverable value removed 21 from the Project site shall be carefully salvaged and delivered to the 22 Owner of said utility items in good condition and in such order of salvage 23 as the Engineer may direct. Materials and other items deemed of no 24 value by the Engineer shall be promptly removed, loaded and 25 wastehauled by the Contractor and becomes his property, to be disposed 26 of at his discretion, in compliance with regulatory requirements. 27

28 Waste materials shall be loaded and hauled to a waste site secured by the 29 Contractor and shall be disposed of in such a manner as to meet all 30 requirements of state, county and municipal regulations regarding health, 31 safety and public welfare. 32

33 2-02.3(3) Removal of Pavement, Sidewalks, Curbs and Gutters 34 (January 4, 2010 G&O GSP) 35 36 This Section is supplemented with the following: 37 38

Existing cement concrete sidewalks, roadway slabs, curbs, and curbs and 39 gutters shall be removed at the nearest construction joint where possible, 40 and removed and wastehauled as required for the construction of this 41 Project. Where directed by the Engineer, cement concrete curbs or curb 42 and gutter shall be saw-cut prior to removal. Existing pavement shall be 43 precut before commencing excavation and shall be removed as required 44 for the construction. 45

Page 136: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 2-4

1 Where shown on the Plans or where directed in the field by the Engineer, 2 the Contractor shall make a neat vertical saw-cut at the boundaries of the 3 area to be removed. Care shall be taken during sawcutting so as to 4 prevent damage to the existing asphalt concrete, or concrete, to remain in 5 place. Any pavement or concrete damaged by the Contractor outside the 6 area scheduled for removal due to the Contractor’s operations or 7 negligence shall be repaired or replaced to the Contracting Agency’s 8 satisfaction by the Contractor at no additional cost to the Contracting 9 Agency. 10 11 All cuts shall be continuous, full depth, and shall be made with saws 12 specifically equipped for this purpose. No skip cutting or jack hammering 13 will be allowed unless specifically approved otherwise in writing by the 14 Engineer. 15 16 Wheel cutting or jack hammering shall not be considered an acceptable 17 means of pavement “cutting,” unless pre-approved in writing by the 18 Engineer. However, even if pre-approved as a method of cutting, no 19 payment will be made for this type of work, and it shall be included in the 20 various unit contract and lump sum prices listed in the Proposal. 21 22 The location of all pavement cuts shall be pre-approved by the Engineer in 23 the field before cutting commences. 24 25 All water and slurry material resulting from sawcutting operations shall not 26 be allowed to enter the storm drainage or sanitary sewer system and shall 27 be removed from the site and disposed of in accordance with the 28 Washington State Department of Ecology regulations. 29

30 2-02.5 Payment 31 (November 24, 2010 G&O GSP) 32 33 This Section is supplemented with the following: 34

35 All costs for sawcutting as indicated in the Plans and as may be 36 additionally necessary to construct the Project shall be included in the unit 37 contract and lump sum prices as listed in the Proposal. No additional or 38 separate payment will be made for sawcutting. 39 40 The lump sum contract price for “Removal of Structure and Obstruction” 41 shall be full compensation for furnishing all tools, labor, equipment, 42 materials, and incidentals necessary for removing, loading, hauling, 43 relocating, disposing of, and/or delivering items as noted herein and 44

Page 137: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 2-5

directed in the field by the Resident Inspector, to include but not limited to, 1 fees and permits related to disposal. 2

3 2-03 ROADWAY EXCAVATION AND EMBANKMENT 4 5 2-03.1 Description 6 (March 17, 2016 G&O GSP) 7 8 This Section is supplemented with the following: 9 10

This work also includes wet weather and wet condition earthwork 11 measures. 12

13 2-03.3 Construction Requirements 14 (January 7, 2013 G&O GSP) 15 16 This Section is supplemented with the following: 17 18

The following items shall be followed if earthwork is to be performed in wet 19 weather or in wet conditions: 20

21 1. Earthwork shall be performed in small sections to minimize 22

exposure to wet weather. Excavation or the removal of unsuitable 23 soil shall be followed immediately by the placement and 24 compaction of a suitable thickness (generally eight inches or less) 25 of clean structural fill. The size and/or type of construction 26 equipment shall be selected as required to prevent soil disturbance. 27 In some instances, it may be necessary to limit equipment size to 28 minimize subgrade disturbance caused by equipment traffic. 29 30

2. During wet weather conditions, the allowable fines content of the 31 gravel borrow shall be reduced to no more than 5 percent by weight 32 based on the portion passing the 3/4-inch sieve. The sand 33 equivalent shall be 50 percent minimum. 34 35

3. The ground surface in the construction area shall be graded to 36 promote the rapid runoff of surface water and to prevent ponding of 37 water. 38 39

4. No soil should be left uncompacted and exposed to moisture. A 40 smooth drum vibratory roller, or equivalent, shall be used to seal 41 the ground surface. 42 43

Page 138: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 2-6

5. Excavation and placement of fill or backfill material will be observed 1 by the Engineer, to determine that all work is being accomplished in 2 accordance with the project specifications. 3 4

2-03.3(7)B Haul 5 (January 7, 2013 G&O GSP) 6 7 Delete this Section and replace it with the following: 8 9

There shall be no separate payment for haul of excess or unsuitable 10 excavated material, or debris to the Contractor provided disposal site. 11 The Contracting Agency is not providing a disposal site for this Project. All 12 costs for haul shall be included in the bid prices for other work. 13

14 2-03.3(7)C Contractor-Provided Disposal Site 15 (January 7, 2013 G&O GSP) 16 17 Delete the first paragraph and replace it with the following: 18 19

The Contractor shall arrange for the disposal of the excess or unsuitable 20 excavated material, or other materials at no expense to the Contracting 21 Agency. 22 23 As directed by Catholic Charities Housing Services, clean excavated 24 material free of cobbles and concrete debris and suitable for backfill may 25 be spread along the CCHS property. 26

27 Alternatively, as directed by the City's public works director, clean 28 excavated material free of cobbles and concrete debris and suitable for 29 backfill may be spread along the City's property located approximately 30 1,000 feet to the east of the southeast portion of this project. The 31 Contractor shall spread the soil across the site and shall not leave the 32 excavated materials in piles. 33

34 2-03.3(10) Selected Material 35 (May 5, 2016 G&O GSP) 36 37 Delete the second paragraph and insert the following in its place: 38 39

Direct Hauling. If it is practical, the Contractor shall haul selected 40 material immediately from the excavation to its final place on the 41 Roadbed. The Contracting Agency will pay for such Work at the unit 42 Contract price for “Excavation, Embankment and Grading, Incl. Haul.” 43

44 Delete the fifth paragraph and insert the following in its place: 45

Page 139: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 2-7

1 There will be not additional payment for hauling, handling and stockpiling 2 selected materials. 3

4 2-03.3(12) Overbreak 5 6 Delete the last sentence in this Section. 7 8 2-03.4 Measurement 9 (May 5, 2016 G&O GSP) 10 11 Delete all paragraphs under this Section and replace with the following: 12 13

Only one determination of the original ground elevation will be made on 14 this project. Measurement for Excavation, Embankment and Grading, 15 Incl. Haul will be based on the original ground elevations recorded 16 previous to the award of this contract. 17 18 If discrepancies are discovered in the ground elevations, which will 19 materially affect the quantities of earthwork, the original computations of 20 earthwork quantities will be adjusted accordingly. 21 22 Earthwork quantities will be computed, either manually or by means of 23 electronic data processing equipment, by use of the average end area 24 method or by the finite element analysis method utilizing digital terrain 25 modeling techniques. 26 27 Copies of the original survey notes will be made available for the 28 successful bidder’s inspection if the Contract is awarded. 29 30 Measurement for Excavation, Embankment and Grading, Incl. Haul will be 31 per cubic yard of excavation to the “neat lines” shown on the Plans. 32 33

2-03.5 Payment 34 (October 25, 2019 G&O GSP) 35 36 Delete all paragraphs under this Section and replace with the following: 37 38

Payment will be made in accordance with Section 1-04.1 for each of the 39 following bid items that are included in the Proposal: 40 41 “Excavation, Embankment and Grading, Incl. Haul,” per cubic yard. 42 43 The unit contract price per cubic yard for “Excavation, Embankment and 44 Grading, Incl. Haul” shall be full pay for all materials, tools, labor, and 45

Page 140: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 2-8

equipment necessary for excavation to the grade lines shown including, 1 but not limited to, haul, stockpiling, embankment construction with suitable 2 excavated material, placing, shaping, and grading per Section 2-03, 3 Subgrade Preparation per Section 2-06, Watering per Section 2-07, 4 compacting, testing, loading, hauling to waste and disposing of all excess 5 or unsuitable material, including logs, rocks, cobbles, etc. The unit 6 contract price shall also include all costs required to uniformly grade and 7 clean existing and/or new ditches to drain to existing and/or proposed 8 drainage structures and the earthwork required for construction of 9 driveways. 10 11 The unit contract price shall also include all costs required to remove and 12 wastehaul existing asphalt and/or concrete pavement, sidewalks, curbs 13 and gutters located within the “neat lines” shown. All other existing 14 pavement, sidewalks, curb and gutter, storm drainage structures, 15 abandoned utilities, and other such structures intended to be removed for 16 the installation of the proposed improvements shall be paid under the 17 contract item “Removal of Structure and Obstruction.” 18 19 In the event the Contractor overcuts a street, due to his oversight or error, 20 the structural fill material (as approved by Contracting Agency) and 21 compaction required to bring the roadway section back to subgrade 22 elevation shall be furnished and accomplished at his sole expense, as no 23 additional payment will be due the Contractor for this work. 24 25 Should solid rock be encountered, the excavation, removal and wastehaul 26 will be paid by change order per Section 1-04.4. Boulders or broken rock 27 less than 2 cubic yards in volume will not be classified as solid rock, nor 28 will so called “hard-pan” or cemented gravel, even though it may be 29 advantageous to use explosives in its removal. 30 31

2-04 HAUL 32 33 2-04.1 Description 34 (June 16, 2006 G&O GSP) 35 36 This Section is supplemented with the following: 37 38

If the sources of materials provided by the Contractor necessitates hauling 39 over any public roads, the Contractor shall, at the Contractor’s expense, 40 make all arrangements for the use of the haul routes. No separate monies 41 will be due the Contractor for this work. 42

43

Page 141: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 2-9

2-06 SUBGRADE PREPARATION 1 2 2-06.3(1) Subgrade for Surfacing 3 (June 16, 2006 G&O GSP) 4 5 This Section is supplemented with the following: 6 7

9. The grading shall be completed at least 300 feet ahead of the 8 placing of gravel borrow or crushed surfacing base material. 9

10 2-07 WATERING 11 12 2-07.3 Construction Requirements 13 (November 24, 2010 G&O GSP) 14 15 This Section is supplemented with the following: 16 17

During construction, the Contractor shall have dedicated to the Project a 18 suitable water truck that shall be operated as necessary to control dust. 19 Failure to have a water truck immediately accessible to the job and failure 20 to use a water truck for dust control shall be adequate reason for the 21 Engineer to issue a suspension of work. 22 23 A hydrant permit will be required to be secured by the Contractor for any 24 necessary water. Water will be provided at the convenience of the 25 Contracting Agency which reserves the right to control the location and 26 use of water based on the Contracting Agency’s own needs. 27

28 2-07.5 Payment 29 (May 5, 2016 G&O GSP) 30 31 This Section is supplemented with the following: 32 33

The cost for all water permit(s), and furnishing and placing water shall be 34 included in the unit contract price for “Excavation, Embankment and 35 Grading, Incl. Haul.” 36

37 38

Page 142: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 2-10

2-09 STRUCTURE EXCAVATION 1 2 2-09.3(1) General Requirements 3 (August 1, 2009 G&O GSP) 4 5 This Section is supplemented with the following: 6 7

When any Work is being considered by the Contractor in the vicinity of an 8 existing utility, the Contractor shall so inform an authority of the particular 9 utility in ample time so that the utility involved and the Contractor may take 10 any precautions necessary to facilitate construction in the vicinity of the 11 utility, and thereby protect that particular utility from damage. 12 13 Protecting and Maintaining Utility Service 14 15 The Contractor shall protect and maintain the operational service of 16 existing utility systems in a continuous manner as possible. The 17 Contractor shall have the approval from the Engineer and notification shall 18 be given to the Contracting Agency before any disruptions of service in 19 existing utilities will be allowed. The Contractor shall comply with all the 20 conditions established by the Engineer and the Contracting Agency. The 21 Contractor shall give the utility owner a minimum notice of 48 hours before 22 disrupting any planned service interruption. No planned interruption to an 23 existing system shall be allowed on Fridays, weekends, or holidays, 24 unless specifically agreed to in writing by the Contracting Agency. Where 25 services are to be shut down, affected parties shall be notified in writing by 26 the Contractor (i.e., door hangers) at least 48 hours and not more than 27 72 hours in advance of the time and period of shut down. The Contractor 28 shall make every effort to keep shut down schedules to periods of 29 anticipated minimum usage and for the least period of time. 30 31 Where the construction crosses or is adjacent to existing utilities, the 32 Contractor shall exercise extreme care to protect such utilities from 33 damage. Additionally, the Contractor shall review the Plans, the project 34 site and familiarize himself with the various utilities and plan his 35 construction activities in recognition that the very close proximity of 36 existing utilities to the proposed work will adversely affect production rates 37 of installation of the various planned improvements. The Contractor is 38 hereby advised and cautioned that the location of existing utilities will be 39 cause for considerable and extreme care and due diligence on the part of 40 the Contractor. As such, work production rates are anticipated to be 41 significantly impacted by their presence and normal production rates 42 should not be anticipated, during construction by the Contractor for work in 43 these areas. The Contractor shall anticipate minor alignment adjustments 44 will also be required to accommodate the installation of utilities. 45

Page 143: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 2-11

1 2-09.3(1)E Backfilling 2 (February 17, 2009 G&O GSP) 3 4 This Section is supplemented with the following: 5 6

Where existing and/or proposed ground contours prevent a minimum of 7 24 inches of cover above “flexible” storm pipe or where utility crossings 8 necessitate, the Contracting Agency may direct the Contractor to install a 9 controlled density fill encasement for the pipe. The encasement shall be 10 constructed in accordance with the Plans and/or as directed in the field by 11 the Contracting Agency. Material for encasement shall be controlled 12 density fill per Section 2-09.3(1)E of the Standard Specifications. The 13 pipe shall be securely held in place until the material has “set.” Trenches 14 located within roadways/drives shall be protected with H-20 steel plates, 15 or Contracting Agency-approved equal, while the material sets. 16

17 2-09.3(5) Locating Utilities (New Section) 18 (March 3, 2011 G&O GSP) 19 20 A reasonable attempt has been made to locate known existing utilities; however, 21 the exact location, and/or depth is unknown in most instances. It shall be the 22 responsibility of the Contractor to locate existing utilities, to include their 23 respective depths. 24 25 The Contractor shall provide field exploration through vacuum excavation, 26 potholing or other suitable means to locate more precisely existing underground 27 utilities as to location and depth. The Contractor shall decide on the difficulties to 28 be encountered in constructing the project, and determine therefrom the extent of 29 exploration required to expedite the construction to first prevent damage to those 30 utilities, and secondly to determine if the new construction is to go around, over 31 or under the existing utility. Where underground utilities are found to be in the 32 way of construction, such condition shall not be deemed to be a changed or 33 differing site condition, and if necessary, minor pipe alignment or grade will be 34 modified at no additional cost to the Contracting Agency. At a minimum, 35 potholing will be required at all utility interties prior to trench excavation for 36 connections and at all major utility crossings, and potential conflicts noted by 37 underground location notification as may be directed by the Engineer. See 38 Contract Plans for additional specific locations. 39 40

41

Page 144: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 2-12

2-09.4 Measurement 1 (******) 2 3 This Section is supplemented with the following: 4

5 Measurement for locate existing utility will be per each. 6 7 Measurement for controlled density fill will be per cubic yard, measured in 8 place. 9

10 2-09.5 Payment 11 (******) 12 13 Delete all paragraphs under this Section and replace with the following: 14 15

Payment will be made in accordance with Section 1-04.1 for each of the 16 following bid items that are included in the Proposal. 17 18 “Locate Existing Utilities,” per each. 19 20 The unit contract price per each for “Locate Existing Utility” shall be full 21 compensation for all costs incurred by the Contractor in excavating, 22 vactoring, measuring, recording depth of cover, type of material, diameter 23 of pipe/conduit, recording the station and offset of the pothole and 24 submitting this information to the Contracting Agency, and backfilling 25 pothole locations where shown on the Plans or directed by the Contracting 26 Agency. Each locate shall consist of a pothole that is plus or minus 5 feet 27 from the one call utility location mark and to the depth of 2 feet below the 28 proposed bottom of the crossing utility. 29 30 “Controlled Density Fill,” per cubic yard. 31 32 The unit contract price per cubic yard for “Controlled Density Fill” shall be 33 full pay for furnishing all labor, tools, equipment, and materials to furnish 34 and install the placement of the controlled density fill as indicated on the 35 Plans and specified herein including, but not limited to, pipe encasements, 36 pipe plugging or trench backfill. 37

Page 145: CITY OF WAPATO

DIVISION 3

AGGREGATE PRODUCTION AND ACCEPTANCE

Page 146: CITY OF WAPATO

City of Wapato French Lane Improvements

G&O #19037 3-1

3-01 PRODUCTION FROM QUARRY AND PIT SITES 1 2 3-01.2 Material Sources, General Requirement 3 4 3-01.2(1) Approval of Source 5 (August 16, 2012 G&O GSP) 6 7 This Section is supplemented with the following: 8 9

The Contractor is responsible for all costs associated with approval of the 10 material source. 11

Page 147: CITY OF WAPATO

DIVISION 4

BASES

Page 148: CITY OF WAPATO

City of Wapato French Lane Improvements

G&O #19037 4-1

4-04 BALLAST AND CRUSHED SURFACING 1 2 4-04.4 Measurement 3 (March 17, 2016 G&O GSP) 4 5 Delete the last sentence in this Section and replace with the following: 6 7

No measurement will be made for water used in placing and compacting 8 surfacing materials. 9

10 4-04.5 Payment 11 (March 17, 2016 G&O GSP) 12 13 This Section is supplemented with the following: 14 15

The unit contract prices for the various types of ballast, structural fill, 16 crushed surfacing base course, and crushed surfacing top course materials 17 shall include all costs for obtaining the materials, hauling the materials to 18 the site, stockpiling, spreading, grading, shaping, moisture conditioning, 19 compacting, material and compaction testing, and all other incidentals, 20 complete, in place. Asphalt grindings are not subject to reimbursement 21 under any of these bid items. 22

23 “Crushed Surfacing Top Course,” per ton. 24 25 “Crushed Surfacing Base Course,” per ton. 26 27

The unit contract price per ton for “Crushed Surfacing Top Course” and 28 “Crushed Surfacing Base Course” shall include the cost for all labor, 29 materials, equipment and tools necessary for the installation of this item, 30 including, but not limited to, grading, placing and compacting the subgrade; 31 furnishing, placing, grading and compacting crushed surfacing material to 32 the compacted depth shown on the Plans, and testing. 33

34 “Crushed Surfacing Repair,” per square yard. 35 36

The unit contract price per square yard for “Crushed Surfacing Repair” shall 37 include the cost for all labor, materials, equipment and tools necessary for 38 the installation of this item, including, but not limited to, grading, placing and 39 compacting the subgrade, furnishing, placing, grading and compacting 40 crushed surfacing top course to the compacted depth shown on the Plans, 41 and testing. 42

Page 149: CITY OF WAPATO

DIVISION 5

SURFACE TREATMENTS AND PAVEMENTS

Page 150: CITY OF WAPATO

City of Wapato French Lane Improvements

G&O #19037 5-1

5-04 HOT MIX ASPHALT 1 (March 21, 2018 G&O GSP) 2 3 Delete this entire section with the exception of 5-04.2(1), and replace it with the 4 following: 5 6

5-04.1 Description 7 8 This Work shall consist of providing and placing one or more layers of plant-9 mixed hot mix asphalt (HMA) on a prepared foundation or base in 10 accordance with these Specifications and the lines, grades, thicknesses, 11 and typical cross-sections shown in the Plans. The manufacture of HMA 12 may include warm mix asphalt (WMA) processes in accordance with these 13 Specifications. WMA processes include organic additives, chemical 14 additives, and foaming. 15 16 This work also consists of adjusting castings to grade per the details in the 17 Contract Plans. 18 19 HMA shall be composed of asphalt binder and mineral materials as may 20 be required, mixed in the proportions specified to provide a homogeneous, 21 stable, and workable mixture. 22

23 5-04.2 Materials 24

25 Materials shall meet the requirements of the following sections: 26 27 Asphalt Binder 9-02.1(4) 28 Cationic Emulsified Asphalt 9-02.1(6) 29 Anti-Stripping Additive 9-02.4 30 HMA Additive 9-02.5 31 Aggregates 9-03.8 32 Recycled Asphalt Pavement 9-03.8(3)B 33 Mineral Filler 9-03.8(5) 34 Recycled Material 9-03.21 35 Portland Cement 9-01 36 Sand 9-03.1(2). 37 (As noted in 5-04.3(5)C for crack sealing) 38 Joint Sealant 9-04.2 39 Foam Backer Rod 9-04.2(3)A 40

41 The Contract documents may establish that the various mineral materials 42 required for the manufacture of HMA will be furnished in whole or in part by 43 the Contracting Agency. If the documents do not establish the furnishing of 44 any of these mineral materials by the Contracting Agency, the Contractor 45

Page 151: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 5-2

shall be required to furnish such materials in the amounts required for the 1 designated mix. Mineral materials include coarse and fine aggregates, and 2 mineral filler. 3 4 The Contractor may choose to utilize recycled asphalt pavement (RAP) in 5 the production of HMA. The RAP may be from pavements removed under 6 the Contract, if any, or pavement material from an existing stockpile. 7 8 The Contractor may use up to 20 percent RAP by total weight of HMA with 9 no additional sampling or testing of the RAP. The RAP shall be sampled 10 and tested at a frequency of one sample for every 1,000 tons produced and 11 not less than ten samples per project. The asphalt content and gradation 12 test data shall be reported to the Contracting Agency when submitting the 13 mix design for approval on the QPL. The Contractor shall include the RAP 14 as part of the mix design as defined in these Specifications. 15 16 The grade of asphalt binder shall be as required by the Contract. Blending 17 of asphalt binder from different sources is not permitted. 18 19 The Contractor may only use warm mix asphalt (WMA) processes in the 20 production of HMA with 20 percent or less RAP by total weight of HMA. The 21 Contractor shall submit to the Engineer for approval the process that is 22 proposed and how it will be used in the manufacture of HMA. 23 24 Production of aggregates shall comply with the requirements of 25 Section 3-01. 26 27 Preparation of stockpile site, the stockpiling of aggregates, and the removal 28 of aggregates from stockpiles shall comply with the requirements of 29 Section 3-02. 30

31 5-04.2(2) Mix Design – Obtaining Project Approval 32

33 ESALs 34 35 The number of ESALs for the design and acceptance of the HMA shall be 36 ***<0.3*** million. 37

38 Commercial HMA shall be an HMA Cl. 1/2" PG 64H-28 design mix. 39

40 No paving shall begin prior to the approval of the mix design by the 41 Engineer. 42 43 Nonstatistical evaluation will be used for all HMA not designated as 44 Commercial HMA in the contract documents. 45

Page 152: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 5-3

1 Commercial evaluation will be used for Commercial HMA and for other 2 classes of HMA in the following applications: sidewalks, road approaches, 3 ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other 4 nonstructural applications of HMA accepted by commercial evaluation shall 5 be as approved by the Project Engineer. Sampling and testing of HMA 6 accepted by commercial evaluation will be at the option of the Project 7 Engineer. The Proposal quantity of HMA that is accepted by commercial 8 evaluation will be excluded from the quantities used in the determination of 9 nonstatistical evaluation. 10 11 Nonstatistical Mix Design. Fifteen days prior to the first day of 12 paving the contractor shall provide one of the following mix design 13 verification certifications for Contracting Agency review: 14 15

• The WSDOT Mix Design Evaluation Report from the current WSDOT 16 QPL, or one of the mix design verification certifications listed below. 17 18

• The proposed HMA mix design on WSDOT Form 350-042 with the 19 seal and certification (stamp & signature) of a valid licensed 20 Washington State Professional Engineer. 21

22

• The Mix Design Report for the proposed HMA mix design developed 23 by a qualified City or County laboratory that is within one year of the 24 approval date.** 25

26 The mix design shall be performed by a lab accredited by a national 27 authority such as Laboratory Accreditation Bureau, L-A-B for Construction 28 Materials Testing, The Construction Materials Engineering Council 29 (CMEC’s) ISO 17025 or AASHTO Accreditation Program (AAP) and shall 30 supply evidence of participation in the AASHTO resource proficiency 31 sample program. 32

33 Mix designs for HMA accepted by Nonstatistical evaluation shall: 34 35

• Have the aggregate structure and asphalt binder content determined 36 in accordance with WSDOT Standard Operating Procedure 732 and 37 meet the requirements of Sections 9-03.8(2), except that Hamburg 38 testing for ruts and stripping are at the discretion of the Engineer, and 39 9-03.8(6). 40 41

• Have anti-strip requirements, if any, for the proposed mix design 42 determined in accordance with AASHTO T 283 or T 324, or based 43 on historic anti-strip and aggregate source compatibility from 44 previous WSDOT lab testing. 45

Page 153: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 5-4

1 At the discretion of the Engineer, agencies may accept verified mix designs 2 older than 12 months from the original verification date with a certification 3 from the Contractor that the materials and sources are the same as those 4 shown on the original mix design. 5 6 Commercial Evaluation Approval of a mix design for “Commercial 7 Evaluation” will be based on a review of the Contractor’s submittal of 8 WSDOT Form 350-042 (For commercial mixes, AASHTO T 324 evaluation 9 is not required) or a Mix Design from the current WSDOT QPL or from one 10 of the processes allowed by this section. Testing of the HMA by the 11 Contracting Agency for mix design approval is not required. 12 13 5-04.2(2)B Using Warm Mix Asphalt Processes 14

15 The Contractor may elect to use additives that reduce the optimum mixing 16 temperature or serve as a compaction aid for producing HMA. Additives 17 include organic additives, chemical additives and foaming processes. The 18 use of Additives is subject to the following: 19

20

• Do not use additives that reduce the mixing temperature more than 21 allowed in Section 5-04.3(6) in the production of mixtures. 22 23

• Before using additives, obtain the Engineer’s approval using 24 WSDOT Form 350-076 to describe the proposed additive and 25 process. 26

27 5-04.3 Construction Requirements 28

29 5-04.3(1) Weather Limitations 30 31 Do not place HMA for wearing course on any Traveled Way beginning 32 October 1st through March 31st of the following year without written 33 concurrence from the Engineer. 34 35 Do not place HMA on any wet surface, or when the average surface 36 temperatures are less than those specified below, or when weather 37 conditions otherwise prevent the proper handling or finishing of the HMA. 38 39

40

Page 154: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 5-5

Minimum Surface Temperature for Paving 1 2

Compacted Thickness (Feet) Wearing Course Other Courses

Less than 0.10 55 degrees F 45 degrees F

0.10 to .20 45 degrees F 35 degrees F More than 0.20 35 degrees F 35 degrees F

3 5-04.3(2) Paving Under Traffic 4 5 When the Roadway being paved is open to traffic, the requirements of this 6 Section shall apply. 7 8 The Contractor shall keep intersections open to traffic at all times except 9 when paving the intersection or paving across the intersection. During such 10 time, and provided that there has been an advance warning to the public, 11 the intersection may be closed for the minimum time required to place and 12 compact the mixture. In hot weather, the Engineer may require the 13 application of water to the pavement to accelerate the finish rolling of the 14 pavement and to shorten the time required before reopening to traffic. 15 16 Before closing an intersection, advance warning signs shall be placed and 17 signs shall also be placed marking the detour or alternate route. 18 19 During paving operations, temporary pavement markings shall be 20 maintained throughout the project. Temporary pavement markings shall be 21 installed on the Roadway prior to opening to traffic. Temporary pavement 22 markings shall be in accordance with Section 8-23. 23 24 All costs in connection with performing the Work in accordance with these 25 requirements shall be included in the unit Contract prices for the various Bid 26 items involved in the Contract. 27 28 5-04.3(3) Equipment 29 30 5-04.3(3)A Mixing Plant 31 32 Plants used for the preparation of HMA shall conform to the following 33 requirements: 34 35 1. Equipment for Preparation of Asphalt Binder – Tanks for the 36

storage of asphalt binder shall be equipped to heat and hold the 37 material at the required temperatures. The heating shall be 38 accomplished by steam coils, electricity, or other approved means 39 so that no flame shall be in contact with the storage tank. The 40

Page 155: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 5-6

circulating system for the asphalt binder shall be designed to ensure 1 proper and continuous circulation during the operating period. A 2 valve for the purpose of sampling the asphalt binder shall be placed 3 in either the storage tank or in the supply line to the mixer. 4

5 2. Thermometric Equipment – An armored thermometer, capable of 6

detecting temperature ranges expected in the HMA mix, shall be 7 fixed in the asphalt binder feed line at a location near the charging 8 valve at the mixer unit. The thermometer location shall be convenient 9 and safe for access by Inspectors. The plant shall also be equipped 10 with an approved dial-scale thermometer, a mercury actuated 11 thermometer, an electric pyrometer, or another approved 12 thermometric instrument placed at the discharge chute of the drier to 13 automatically register or indicate the temperature of the heated 14 aggregates. This device shall be in full view of the plant operator. 15

16 3. Heating of Asphalt Binder – The temperature of the asphalt binder 17

shall not exceed the maximum recommended by the asphalt binder 18 manufacturer nor shall it be below the minimum temperature 19 required to maintain the asphalt binder in a homogeneous state. The 20 asphalt binder shall be heated in a manner that will avoid local 21 variations in heating. The heating method shall provide a continuous 22 supply of asphalt binder to the mixer at a uniform average 23 temperature with no individual variations exceeding 25 degrees F. 24 Also, when a WMA additive is included in the asphalt binder, the 25 temperature of the asphalt binder shall not exceed the maximum 26 recommended by the manufacturer of the WMA additive. 27

28 4. Sampling and Testing of Mineral Materials – The HMA plant shall 29

be equipped with a mechanical sampler for the sampling of the 30 mineral materials. The mechanical sampler shall meet the 31 requirements of Section 1-05.6 for the crushing and screening 32 operation. The Contractor shall provide for the setup and operation 33 of the field testing facilities of the Contracting Agency as provided for 34 in Section 3-01.2(2). 35

36 5. Sampling HMA – The HMA plant shall provide for sampling HMA by 37

one of the following methods: 38 39

a. A mechanical sampling device attached to the HMA plant. 40 41 b. Platforms or devices to enable sampling from the hauling 42

vehicle without entering the hauling vehicle. 43 44

45

Page 156: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 5-7

5-04.3(3)B Hauling Equipment 1 2 Trucks used for hauling HMA shall have tight, clean, smooth metal beds 3 and shall have a cover of canvas or other suitable material of sufficient size 4 to protect the mixture from adverse weather. Whenever the weather 5 conditions during the work shift include, or are forecast to include, 6 precipitation or an air temperature less than 45 degrees F or when time from 7 loading to unloading exceeds 30 minutes, the cover shall be securely 8 attached to protect the HMA. 9 10 The Contractor shall provide an environmentally benign means to prevent 11 the HMA mixture from adhering to the hauling equipment. Excess release 12 agent shall be drained prior to filling hauling equipment with HMA. 13 Petroleum derivatives or other coating material that contaminate or alter the 14 characteristics of the HMA shall not be used. For live bed trucks, the 15 conveyer shall be in operation during the process of applying the release 16 agent. 17 18 5-04.3(3)C Pavers 19 20 HMA pavers shall be self-contained, power-propelled units, provided with 21 an internally heated vibratory screed and shall be capable of spreading and 22 finishing courses of HMA plant mix material in lane widths required by the 23 paving section shown in the Plans. 24 25 The HMA paver shall be in good condition and shall have the most current 26 equipment available from the manufacturer for the prevention of 27 segregation of the HMA mixture installed, in good condition, and in working 28 order. The equipment certification shall list the make, model, and year of 29 the paver and any equipment that has been retrofitted. 30 31 The screed shall be operated in accordance with the manufacturer’s 32 recommendations and shall effectively produce a finished surface of the 33 required evenness and texture without tearing, shoving, segregating, or 34 gouging the mixture. A copy of the manufacturer’s recommendations shall 35 be provided upon request by the Contracting Agency. Extensions will be 36 allowed provided they produce the same results, including ride, density, and 37 surface texture as obtained by the primary screed. Extensions without 38 augers and an internally heated vibratory screed shall not be used in the 39 Traveled Way. 40 41 When specified in the Contract, reference lines for vertical control will be 42 required. Lines shall be placed on both outer edges of the Traveled Way of 43 each Roadway. Horizontal control utilizing the reference line will be 44 permitted. The grade and slope for intermediate lanes shall be controlled 45

Page 157: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 5-8

automatically from reference lines or by means of a mat referencing device 1 and a slope control device. When the finish of the grade prepared for paving 2 is superior to the established tolerances and when, in the opinion of the 3 Engineer, further improvement to the line, grade, cross-section, and 4 smoothness can best be achieved without the use of the reference line, a 5 mat referencing device may be substituted for the reference line. 6 Substitution of the device will be subject to the continued approval of the 7 Engineer. A joint matcher may be used subject to the approval of the 8 Engineer. The reference line may be removed after the completion of the 9 first course of HMA when approved by the Engineer. Whenever the 10 Engineer determines that any of these methods are failing to provide the 11 necessary vertical control, the reference lines will be reinstalled by the 12 Contractor. 13 14 The Contractor shall furnish and install all pins, brackets, tensioning 15 devices, wire, and accessories necessary for satisfactory operation of the 16 automatic control equipment. 17 18 If the paving machine in use is not providing the required finish, the 19 Engineer may suspend Work as allowed by Section 1-08.6. Any cleaning or 20 solvent type liquids spilled on the pavement shall be thoroughly removed 21 before paving proceeds. 22 23 5-04.3(3)D Material Transfer Device or Material Transfer Vehicle 24 25 A Material Transfer Device/Vehicle (MTD/V) shall only be used with the 26 Engineer’s approval, unless otherwise required by the contract. 27 28 Where an MTD/V is required by the contract, the Engineer may approve 29 paving without an MTD/V, at the request of the Contractor. The Engineer 30 will determine if an equitable adjustment in cost or time is due. 31 32 When used, the MTD/V shall mix the HMA after delivery by the hauling 33 equipment and prior to laydown by the paving machine. Mixing of the HMA 34 shall be sufficient to obtain a uniform temperature throughout the mixture. 35 If a windrow elevator is used, the length of the windrow may be limited in 36 urban areas or through intersections, at the discretion of the Engineer. 37 38 To be approved for use, an MTV: 39 40 1. Shall be self-propelled vehicle, separate from the hauling vehicle or 41

paver. 42 43

2. Shall not be connected to the hauling vehicle or paver. 44 45

Page 158: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 5-9

3. May accept HMA directly from the haul vehicle or pick up HMA from 1 a windrow. 2 3

4. Shall mix the HMA after delivery by the hauling equipment and prior 4 to placement into the paving machine. 5 6

5. Shall mix the HMA sufficiently to obtain a uniform temperature 7 throughout the mixture. 8

9 To be approved for use, an MTD: 10 11 1. Shall be positively connected to the paver. 12

13 2. May accept HMA directly from the haul vehicle or pick up HMA from 14

a windrow. 15 16

3. Shall mix the HMA after delivery by the hauling equipment and prior 17 to placement into the paving machine. 18 19

4. Shall mix the HMA sufficiently to obtain a uniform temperature 20 throughout the mixture. 21

22 5-04.3(3)E Rollers 23 24 Rollers shall be of the steel wheel, vibratory, oscillatory, or pneumatic tire 25 type, in good condition and capable of reversing without backlash. 26 Operation of the roller shall be in accordance with the manufacturer’s 27 recommendations. When ordered by the Engineer for any roller planned for 28 use on the project, the Contractor shall provide a copy of the manufacturer’s 29 recommendation for the use of that roller for compaction of HMA. The 30 number and weight of rollers shall be sufficient to compact the mixture in 31 compliance with the requirements of Section 5-04.3(10). The use of 32 equipment that results in crushing of the aggregate will not be permitted. 33 Rollers producing pickup, washboard, uneven compaction of the surface, 34 displacement of the mixture or other undesirable results shall not be used. 35 36 5-04.3(4) Preparation of Existing Paved Surfaces 37 38 When the surface of the existing pavement or old base is irregular, the 39 Contractor shall bring it to a uniform grade and cross-section as shown on 40 the Plans or approved by the Engineer. 41 42 Preleveling of uneven or broken surfaces over which HMA is to be placed 43 may be accomplished by using an asphalt paver, a motor patrol grader, or 44 by hand raking, as approved by the Engineer. 45

Page 159: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 5-10

1 Compaction of preleveling HMA shall be to the satisfaction of the Engineer 2 and may require the use of small steel wheel rollers, plate compactors, or 3 pneumatic rollers to avoid bridging across preleveled areas by the 4 compaction equipment. Equipment used for the compaction of preleveling 5 HMA shall be approved by the Engineer. 6 7 Before construction of HMA on an existing paved surface, the entire surface 8 of the pavement shall be clean. All fatty asphalt patches, grease drippings, 9 and other objectionable matter shall be entirely removed from the existing 10 pavement. All pavements or bituminous surfaces shall be thoroughly 11 cleaned of dust, soil, pavement grindings, and other foreign matter. All holes 12 and small depressions shall be filled with an appropriate class of HMA. 13 The surface of the patched area shall be leveled and compacted thoroughly. 14 Prior to the application of tack coat, or paving, the condition of the surface 15 shall be approved by the Engineer. 16 17 A tack coat of asphalt shall be applied to all paved surfaces on which any 18 course of HMA is to be placed or abutted. Tack coat shall be uniformly 19 applied to cover the existing pavement with a thin film of residual asphalt 20 free of streaks and bare spots at a rate between 0.02 and 0.10 gallons per 21 square yard of retained asphalt. The rate of application shall be approved 22 by the Engineer. A heavy application of tack coat shall be applied to all 23 joints. For Roadways open to traffic, the application of tack coat shall be 24 limited to surfaces that will be paved during the same working shift. The 25 spreading equipment shall be equipped with a thermometer to indicate the 26 temperature of the tack coat material. 27 28 Equipment shall not operate on tacked surfaces until the tack has broken 29 and cured. If the Contractor’s operation damages the tack coat it shall be 30 repaired prior to placement of the HMA. 31 32 The tack coat shall be CSS-1, or CSS-1h emulsified asphalt. The CSS-1 33 and CSS-1h emulsified asphalt may be diluted once with water at a rate not 34 to exceed one part water to one part emulsified asphalt. The tack coat shall 35 have sufficient temperature such that it may be applied uniformly at the 36 specified rate of application and shall not exceed the maximum temperature 37 recommended by the emulsified asphalt manufacturer. 38

39 5-04.3(4)B Vacant 40 41 5-04.3(4)C Pavement Repair 42 43 The Contractor shall excavate pavement repair areas and shall backfill 44 these with HMA in accordance with the details shown in the Plans and as 45

Page 160: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 5-11

marked in the field. The Contractor shall conduct the excavation operations 1 in a manner that will protect the pavement that is to remain. Pavement not 2 designated to be removed that is damaged as a result of the Contractor’s 3 operations shall be repaired by the Contractor to the satisfaction of the 4 Engineer at no cost to the Contracting Agency. The Contractor shall 5 excavate only within one lane at a time unless approved otherwise by the 6 Engineer. The Contractor shall not excavate more area than can be 7 completely finished during the same shift, unless approved by the Engineer. 8 9 Unless otherwise shown in the Plans or determined by the Engineer, 10 excavate to a depth of 1.0 feet. The Engineer will make the final 11 determination of the excavation depth required. The minimum width of any 12 pavement repair area shall be 40 inches unless shown otherwise in the 13 Plans. Before any excavation, the existing pavement shall be sawcut or 14 shall be removed by a pavement grinder. Excavated materials will become 15 the property of the Contractor and shall be disposed of in a Contractor-16 provided site off the Right of Way or used in accordance with 17 Sections 2-02.3(3) or 9-03.21. 18 19 Asphalt for tack coat shall be required as specified in Section 5-04.3(4). A 20 heavy application of tack coat shall be applied to all surfaces of existing 21 pavement in the pavement repair area. 22 23 Placement of the HMA backfill shall be accomplished in lifts not to exceed 24 0.35-foot compacted depth. Lifts that exceed 0.35 foot of compacted depth 25 may be accomplished with the approval of the Engineer. Each lift shall be 26 thoroughly compacted by a mechanical tamper or a roller. 27 28 5-04.3(5) Producing/Stockpiling Aggregates and RAP 29 30 Aggregates and RAP shall be stockpiled according to the requirements of 31 Section 3-02. Sufficient storage space shall be provided for each size of 32 aggregate and RAP. Materials shall be removed from stockpile(s) in a 33 manner to ensure minimal segregation when being moved to the HMA plant 34 for processing into the final mixture. Different aggregate sizes shall be kept 35 separated until they have been delivered to the HMA plant. 36 37 5-04.3(5)A Vacant 38 39 5-04.3(6) Mixing 40 41 After the required amount of mineral materials, asphalt binder, recycling 42 agent and anti-stripping additives have been introduced into the mixer the 43 HMA shall be mixed until complete and uniform coating of the particles and 44

Page 161: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 5-12

thorough distribution of the asphalt binder throughout the mineral materials 1 is ensured. 2 3 When discharged, the temperature of the HMA shall not exceed the 4 optimum mixing temperature by more than 25 degrees F as shown on the 5 reference mix design report or as approved by the Engineer. Also, when a 6 WMA additive is included in the manufacture of HMA, the discharge 7 temperature of the HMA shall not exceed the maximum recommended 8 by the manufacturer of the WMA additive. A maximum water content of 9 2 percent in the mix, at discharge, will be allowed providing the water 10 causes no problems with handling, stripping, or flushing. If the water in the 11 HMA causes any of these problems, the moisture content shall be reduced 12 as directed by the Engineer. 13 14 Storing or holding of the HMA in approved storage facilities will be permitted 15 with approval of the Engineer, but in no event shall the HMA be held for 16 more than 24 hours. HMA held for more than 24 hours after mixing shall be 17 rejected. Rejected HMA shall be disposed of by the Contractor at no 18 expense to the Contracting Agency. The storage facility shall have an 19 accessible device located at the top of the cone or about the third point. The 20 device shall indicate the amount of material in storage. No HMA shall be 21 accepted from the storage facility when the HMA in storage is below the top 22 of the cone of the storage facility, except as the storage facility is being 23 emptied at the end of the working shift. 24 25 Recycled asphalt pavement (RAP) utilized in the production of HMA shall 26 be sized prior to entering the mixer so that a uniform and thoroughly mixed 27 HMA is produced. If there is evidence of the recycled asphalt pavement not 28 breaking down during the heating and mixing of the HMA, the Contractor 29 shall immediately suspend the use of the RAP until changes have been 30 approved by the Engineer. After the required amount of mineral materials, 31 RAP, new asphalt binder and asphalt rejuvenator have been introduced into 32 the mixer the HMA shall be mixed until complete and uniform coating of the 33 particles and thorough distribution of the asphalt binder throughout the 34 mineral materials, and RAP is ensured. 35 36 5-04.3(7) Spreading and Finishing 37 38 The mixture shall be laid upon an approved surface, spread, and struck off 39 to the grade and elevation established. HMA pavers complying with 40 Section 5-04.3(3) shall be used to distribute the mixture. Unless otherwise 41 directed by the Engineer, the nominal compacted depth of any layer of any 42 course shall not exceed the following: 43 44

HMA Class 1" 0.35 feet 45

Page 162: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 5-13

HMA Class 3/4" and HMA Class 1/2" wearing course 0.30 feet 1 other courses 0.35 feet 2 HMA Class 3/8" 0.15 feet 3

4 On areas where irregularities or unavoidable obstacles make the use of 5 mechanical spreading and finishing equipment impractical, the paving may 6 be done with other equipment or by hand. 7 8 When more than one job mix formula (JMF) is being utilized to produce 9 HMA, the material produced for each JMF shall be placed by separate 10 spreading and compacting equipment. The intermingling of HMA produced 11 from more than one JMF is prohibited. Each strip of HMA placed during a 12 work shift shall conform to a single JMF established for the class of HMA 13 specified unless there is a need to make an adjustment in the JMF. 14 15 5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA 16 17 For HMA accepted by nonstatistical evaluation the aggregate properties of 18 sand equivalent, uncompacted void content and fracture will be evaluated 19 in accordance with Section 3-04. Sampling and testing of aggregates for 20 HMA accepted by commercial evaluation will be at the option of the 21 Engineer. 22 23 5-04.3(9) HMA Mixture Acceptance 24 25 Acceptance of HMA shall be as provided under nonstatistical, or 26 commercial evaluation. 27 28 Nonstatistical evaluation will be used for the acceptance of HMA unless 29 Commercial Evaluation is specified. 30 31 Commercial evaluation will be used for Commercial HMA and for other 32 classes of HMA in the following applications: sidewalks, road approaches, 33 ditches, slopes, paths, trails, gores, prelevel, temporary pavement, and 34 pavement repair. Other nonstructural applications of HMA accepted by 35 commercial evaluation shall be as approved by the Engineer. Sampling and 36 testing of HMA accepted by commercial evaluation will be at the option of 37 the Engineer. 38 39 The mix design will be the initial JMF for the class of HMA. The Contractor 40 may request a change in the JMF. Any adjustments to the JMF will require 41 the approval of the Engineer and may be made in accordance with this 42 section. 43 44

45

Page 163: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 5-14

HMA Tolerances and Adjustments 1 2 1. Job Mix Formula Tolerances – The constituents of the mixture at 3

the time of acceptance shall conform to the following tolerances: 4 5

Aggregate Percent Passing Non-Statistical Evaluation

Commercial Evaluation

1", 3/4", 1/2", and 3/8" sieves +/- 6% +/- 8% No. 4 sieve +/-6% +/- 8%

No. 8 Sieve +/- 6% +/-8% No. 200 sieve +/- 2.0% +/- 3.0%

Asphalt Binder +/- 0.5% +/- 0.7% Air Voids, Va 2.5% min. and 5.5% max N/A

6 These tolerance limits constitute the allowable limits as described in 7 Section 1-06.2. The tolerance limit for aggregate shall not exceed the limits 8 of the control points, except the tolerance limits for sieves designated as 9 100 percent passing will be 99-100. 10 11 1. Job Mix Formula Adjustments – An adjustment to the aggregate 12

gradation or asphalt binder content of the JMF requires approval of 13 the Engineer. Adjustments to the JMF will only be considered if the 14 change produces material of equal or better quality and may require 15 the development of a new mix design if the adjustment exceeds the 16 amounts listed below. 17

18 a. Aggregates – 2 percent for the aggregate passing the 1-1/2", 19

1", 3/4", 1/2", 3/8", and the No. 4 sieves, 1 percent for 20 aggregate passing the No. 8 sieve, and 0.5 percent for the 21 aggregate passing the No. 200 sieve. The adjusted JMF shall 22 be within the range of the control points in Section 9-03.8(6). 23 24

b. Asphalt Binder Content – The Engineer may order or 25 approve changes to asphalt binder content. The maximum 26 adjustment from the approved mix design for the asphalt 27 binder content shall be 0.3 percent 28

29 5-04.3(9)A Vacant 30 31 5-04.3(9)B Vacant 32 33 5-04.3(9)C Mixture Acceptance – Nonstatistical Evaluation 34 35 HMA mixture which is accepted by Nonstatistical Evaluation will be 36 evaluated by the Contracting Agency by dividing the HMA tonnage into lots. 37

Page 164: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 5-15

1 The Contractor will furnish the Engineer with a copy of the results of all 2 acceptance testing performed in the field. The Engineer will provide the 3 Composite Pay Factor (CPF) of the completed sublots after three sublots 4 have been tested. Sublot sample test results (gradation and asphalt binder 5 content) may be challenged by the Contractor. 6 7 5-04.3(9)C1 Mixture Nonstatistical Evaluation – Lots and Sublots 8 9 A lot is represented by randomly selected samples of the same mix design 10 that will be tested for acceptance. A lot is defined as the total quantity of 11 material or work produced for each JMF placed. Only one lot per JMF is 12 expected. A sublot shall be equal to one day’s production or 800 tons, 13 whichever is less except that the final sublot will be a minimum of 400 tons 14 and may be increased to 1,200 tons. 15 16 All of the test results obtained from the acceptance samples from a given 17 lot shall be evaluated collectively. If the Contractor requests a change to the 18 JMF that is approved, the material produced after the change will be 19 evaluated on the basis of the new JMF for the remaining sublots in the 20 current lot and for acceptance of subsequent lots. For a lot in progress with 21 a CPF less than 0.75, a new lot will begin at the Contractor’s request after 22 the Engineer is satisfied that material conforming to the Specifications can 23 be produced. 24 25 Sampling and testing for evaluation shall be performed on the frequency of 26 one sample per sublot. 27

28 5-04.3(9)C2 Mixture Nonstatistical Evaluation Sampling 29 30 Samples for acceptance testing shall be obtained by the Contractor when 31 ordered by the Engineer. The Contractor shall sample the HMA mixture in 32 the presence of the Engineer and in accordance with AASHTO T 168. A 33 minimum of three samples should be taken for each class of HMA placed 34 on a project. If used in a structural application, at least one of the three 35 samples shall to be tested. 36 37 Sampling and testing HMA in a Structural application where quantities are 38 less than 400 tons is at the discretion of the Engineer. 39 40 For HMA used in a structural application and with a total project quantity 41 less than 800 tons but more than 400 tons, a minimum of one acceptance 42 test shall be performed. In all cases, a minimum of 3 samples will be 43 obtained at the point of acceptance, a minimum of one of the three samples 44 will be tested for conformance to the JMF: 45

Page 165: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 5-16

1

• If the test results are found to be within specification requirements, 2 additional testing will be at the Engineer’s discretion. 3 4

• If test results are found not to be within specification requirements, 5 additional testing of the remaining samples to determine a 6 Composite Pay Factor (CPF) shall be performed. 7

8 5-04.3(9)C3 Mixture Nonstatistical Evaluation – Acceptance Testing 9 10 Testing of HMA for compliance of Va will at the option of the Contracting 11 Agency. If tested, compliance of Va will use WSDOT SOP 731. 12 13 Testing for compliance of asphalt binder content will be by WSDOT FOP for 14 AASHTO T 308. 15 16 Testing for compliance of gradation will be by FOP for WAQTC T 27/T 11. 17 18 The Contractor will furnish the Engineer with a copy of the results of all 19 acceptance testing performed in the field. 20

21 5-04.3(9)C4 Mixture Nonstatistical Evaluation – Pay Factors 22 23 For each lot of material falling outside the tolerance limits in 5-04.3(9), the 24 Contracting Agency will determine a Composite Pay Factor (CPF) using the 25 following price adjustment factors: 26

27

Table of Price Adjustment Factors

Constituent Factor “f”

All aggregate passing: 1-1/2", 1", 3/4", 1/2", 3/8" and No. 4 sieves

2

All aggregate passing No. 8 sieve 15

All aggregate passing No. 200 sieve 20

Asphalt binder 40

Air Voids (Va) (where applicable) 20

28 Each lot of HMA produced under Nonstatistical Evaluation and having all 29 constituents falling within the tolerance limits of the job mix formula shall be 30 accepted at the unit Contract price with no further evaluation. When one or 31 more constituents fall outside the nonstatistical tolerance limits in the Job 32 Mix Formula shown in Table of Price Adjustment Factors, the lot shall be 33 evaluated in accordance with Section 1-06.2 to determine the appropriate 34 CPF. The nonstatistical tolerance limits will be used in the calculation of the 35 CPF and the maximum CPF shall be 1.00. When less than three sublots 36

Page 166: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 5-17

exist, backup samples of the existing sublots or samples from the Roadway 1 shall be tested to provide a minimum of three sets of results for evaluation. 2 3 5-04.3(9)C5 Vacant 4 5 5-04.3(9)C6 Mixture Nonstatistical Evaluation – Price Adjustments 6 7 For each lot of HMA mix produced under Nonstatistical Evaluation when the 8 calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will 9 be determined. The NCMF equals the algebraic difference of CPF minus 10 1.00 multiplied by 60 percent. The total job mix compliance price adjustment 11 will be calculated as the product of the NCMF, the quantity of HMA in the 12 lot in tons, and the unit Contract price per ton of mix. 13 14 If a constituent is not measured in accordance with these Specifications, 15 its individual pay factor will be considered 1.00 in calculating the Composite 16 Pay Factor (CPF). 17 18 5-04.3(9)C7 Mixture Nonstatistical Evaluation – Retests 19 20 The Contractor may request a sublot be retested. To request a retest, the 21 Contractor shall submit a written request within 7 calendar days after the 22 specific test results have been received. A split of the original acceptance 23 sample will be retested. The split of the sample will not be tested with the 24 same tester that ran the original acceptance test. The sample will be tested 25 for a complete gradation analysis, asphalt binder content, and, at the option 26 of the agency, Va. The results of the retest will be used for the acceptance 27 of the HMA in place of the original sublot sample test results. The cost of 28 testing will be deducted from any monies due or that may come due the 29 Contractor under the Contract at the rate of $500 per sample. 30 31 5-04.3 (9)D Mixture Acceptance – Commercial Evaluation 32 33 If sampled and tested, HMA produced under Commercial Evaluation and 34 having all constituents falling within the tolerance limits of the job mix 35 formula shall be accepted at the unit Contract price with no further 36 evaluation. When one or more constituents fall outside the commercial 37 tolerance limits in the Job Mix Formula shown in 5-04.3(9), the lot shall be 38 evaluated in accordance with Section 1-06.2 to determine the appropriate 39 CPF. The commercial tolerance limits will be used in the calculation of the 40 CPF and the maximum CPF shall be 1.00. When less than three sublots 41 exist, backup samples of the existing sublots or samples from the street 42 shall be tested to provide a minimum of three sets of results for evaluation. 43 44

Page 167: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 5-18

For each lot of HMA mix produced and tested under Commercial Evaluation 1 when the calculated CPF is less than 1.00, a Nonconforming Mix Factor 2 (NCMF) will be determined. The NCMF equals the algebraic difference of 3 CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price 4 Adjustment will be calculated as the product of the NCMF, the quantity of 5 HMA in the lot in tons, and the unit Contract price per ton of mix. 6 7 If a constituent is not measured in accordance with these Specifications, 8 its individual pay factor will be considered 1.00 in calculating the Composite 9 Pay Factor (CPF). 10 11 5-04.3(10) HMA Compaction Acceptance 12 13 HMA mixture accepted by nonstatistical evaluation that is used in traffic 14 lanes, including lanes for intersections, ramps, truck climbing, weaving, and 15 speed change, and having a specified compacted course thickness greater 16 than 0.10-foot, shall be compacted to a specified level of relative density. 17 The specified level of relative density shall be a Composite Pay Factor 18 (CPF) of not less than 0.75 when evaluated in accordance with 19 Section 1-06.2, using a minimum of 92 percent of the maximum density. 20 The maximum density shall be determined by WSDOT FOP for AASHTO 21 T 729. The specified level of density attained will be determined by the 22 evaluation of the density of the pavement. The density of the pavement shall 23 be determined in accordance with WSDOT FOP for WAQTC TM 8, except 24 that gauge correlation will be at the discretion of the Engineer, when using 25 the nuclear density gauge and WSDOT SOP 736 when using cores to 26 determine density. 27 28 Tests for the determination of the pavement density will be taken in 29 accordance with the required procedures for measurement by a nuclear 30 density gauge or roadway cores after completion of the finish rolling. 31 If the Contracting Agency uses a nuclear density gauge to determine 32 density the test procedures FOP for WAQTC TM 8 and WSDOT SOP T 729 33 will be used on the day the mix is placed and prior to opening to traffic. 34 35 Roadway cores for density may be obtained by either the Contracting 36 Agency or the Contractor in accordance with WSDOT SOP 734. The core 37 diameter shall be 4-inches minimum, unless otherwise approved by the 38 Engineer. Roadway cores will be tested by the Contracting Agency in 39 accordance with WSDOT FOP for AASHTO T 166. 40 41 If the Contract includes the Bid item “Roadway Core” the cores shall be 42 obtained by the Contractor in the presence of the Engineer on the same day 43 the mix is placed and at locations designated by the Engineer. If the 44

Page 168: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 5-19

Contract does not include the Bid item “Roadway Core” the Contracting 1 Agency will obtain the cores. 2 3 For a lot in progress with a CPF less than 0.75, a new lot will begin at the 4 Contractor’s request after the Engineer is satisfied that material conforming 5 to the Specifications can be produced. 6 7 A lot is represented by randomly selected samples of the same mix design 8 that will be tested for acceptance. A lot is defined as the total quantity of 9 material or work produced for each Job Mix Formula placed. Only one lot 10 per JMF is expected. A sublot shall be equal to one day’s production or 400 11 tons, whichever is less except that the final sublot will be a minimum of 200 12 tons and may be increased to 800 tons. Testing for compaction will be at 13 the rate of 5 tests per sublot per WSDOT T 738. 14 15 HMA mixture accepted by commercial evaluation and HMA constructed 16 under conditions other than those listed above shall be compacted on the 17 basis of a test point evaluation of the compaction train. The test point 18 evaluation shall be performed in accordance with instructions from the 19 Engineer. The number of passes with an approved compaction train, 20 required to attain the maximum test point density, shall be used on all 21 subsequent paving. 22 23 HMA for preleveling shall be thoroughly compacted. HMA that is used for 24 preleveling wheel rutting shall be compacted with a pneumatic tire roller 25 unless otherwise approved by the Engineer. 26 27 Test Results 28 29 For a sublot that has been tested with a nuclear density gauge that did not 30 meet the minimum of 92 percent of the reference maximum density in a 31 compaction lot with a CPF below 1.00 and thus subject to a price reduction 32 or rejection, the Contractor may request that a core be used for 33 determination of the relative density of the sublot. The relative density of the 34 core will replace the relative density determined by the nuclear density 35 gauge for the sublot and will be used for calculation of the CPF and 36 acceptance of HMA compaction lot. 37 38 When cores are taken by the Contracting Agency at the request of the 39 Contractor, they shall be requested by noon of the next workday after the 40 test results for the sublot have been provided or made available to the 41 Contractor. Core locations shall be outside of wheel paths and as 42 determined by the Engineer. Traffic control shall be provided by the 43 Contractor as requested by the Engineer. Failure by the Contractor to 44 provide the requested traffic control will result in forfeiture of the request for 45

Page 169: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 5-20

cores. When the CPF for the lot based on the results of the HMA cores is 1 less than 1.00, the cost for the coring will be deducted from any monies due 2 or that may become due the Contractor under the Contract at the rate of 3 $200 per core and the Contractor shall pay for the cost of the traffic control. 4 5 5-04.3(10)A HMA Compaction – General Compaction Requirements 6 7 Compaction shall take place when the mixture is in the proper condition so 8 that no undue displacement, cracking, or shoving occurs. Areas 9 inaccessible to large compaction equipment shall be compacted by other 10 mechanical means. Any HMA that becomes loose, broken, contaminated, 11 shows an excess or deficiency of asphalt, or is in any way defective, shall 12 be removed and replaced with new hot mix that shall be immediately 13 compacted to conform to the surrounding area. 14 15 The type of rollers to be used and their relative position in the compaction 16 sequence shall generally be the Contractor’s option, provided the specified 17 densities are attained. Unless the Engineer has approved otherwise, rollers 18 shall only be operated in the static mode when the internal temperature of 19 the mix is less than 175 degrees F. Regardless of mix temperature, a roller 20 shall not be operated in a mode that results in checking or cracking of the 21 mat. Rollers shall only be operated in static mode on bridge decks. 22 23 5-04.3(10)B HMA Compaction – Cyclic Density 24 25 Low cyclic density areas are defined as spots or streaks in the pavement 26 that are less than 90 percent of the theoretical maximum density. At the 27 Engineer’s discretion, the Engineer may evaluate the HMA pavement for 28 low cyclic density, and when doing so will follow WSDOT SOP 733. A $500 29 Cyclic Density Price Adjustment will be assessed for any 500-foot section 30 with two or more density readings below 90 percent of the theoretical 31 maximum density. 32

33 5-04.3(10)C Vacant 34 35 5-04.3(10)D HMA Nonstatistical Compaction 36 37 5-04.3(10)D1 HMA Nonstatistical Compaction – Lots and Sublots 38 39 HMA compaction which is accepted by nonstatistical evaluation will be 40 based on acceptance testing performed by the Contracting Agency dividing 41 the project into compaction lots. 42 43 A lot is represented by randomly selected samples of the same mix design 44 that will be tested for acceptance, with a maximum of 15 sublots per lot; the 45

Page 170: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 5-21

final lot for a mix design may be increased to 25 sublots. Sublots will be 1 uniform in size with a maximum sublot size based on original Plan quantity 2 tons of HMA as specified in the table below. The sublot locations within each 3 density lot will be determined by the Engineer. For a lot in progress with a 4 CPF less than 0.75, a new lot will begin at the Contractor’s request after the 5 Engineer is satisfied that material conforming to the Specifications can be 6 produced. 7 8

HMA Original Plan Quantity (tons)

Sublot Size (tons)

<20,000 100

20,000 to 30,000 150

>30,000 200

9 HMA mixture accepted by commercial evaluation and HMA constructed 10 under conditions other than those listed above shall be compacted on the 11 basis of a test point evaluation of the compaction train. The test point 12 evaluation shall be performed in accordance with instructions from the 13 Engineer. The number of passes with an approved compaction train, 14 required to attain the maximum test point density, shall be used on all 15 subsequent paving. 16 17 HMA for preleveling shall be thoroughly compacted. HMA that is used to 18 prelevel wheel ruts shall be compacted with a pneumatic tire roller unless 19 otherwise approved by the Engineer. 20 21 5-04.3(10)D2 HMA Compaction Nonstatistical Evaluation – 22 Acceptance Testing 23 24 The location of the HMA compaction acceptance tests will be randomly 25 selected by the Engineer from within each sublot, with one test per sublot. 26

27 5-04.3(10)D3 HMA Nonstatistical Compaction – Price Adjustments 28 29 For each compaction lot with one or two sublots, having all sublots attain a 30 relative density that is 92 percent of the reference maximum density the 31 HMA shall be accepted at the unit Contract price with no further evaluation. 32 When a sublot does not attain a relative density that is 92 percent of the 33 reference maximum density, the lot shall be evaluated in accordance with 34 Section 1-06.2 to determine the appropriate CPF. The maximum CPF shall 35 be 1.00, however, lots with a calculated CPF in excess of 1.00 will be used 36 to offset lots with CPF values below 1.00 but greater than 0.90. Lots with 37 CPF lower than 0.90 will be evaluated for compliance per 5-04.3(11). 38 Additional testing by either a nuclear moisture-density gauge or cores will 39 be completed as required to provide a minimum of three tests for evaluation. 40

Page 171: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 5-22

1 For compaction below the required 92% a Non-Conforming Compaction 2 Factor (NCCF) will be determined. The NCCF equals the algebraic 3 difference of CPF minus 1.00 multiplied by 40 percent. The Compaction 4 Price Adjustment will be calculated as the product of CPF, the quantity of 5 HMA in the compaction control lot in tons, and the unit Contract price per 6 ton of mix. 7 8 5-04.3(11) Reject Work 9 10 5-04.3(11)A Reject Work General 11 12 Work that is defective or does not conform to Contract requirements shall 13 be rejected. The Contractor may propose, in writing, alternatives to removal 14 and replacement of rejected material. Acceptability of such alternative 15 proposals will be determined at the sole discretion of the Engineer. HMA 16 that has been rejected is subject to the requirements in Section 1-06.2(2) 17 and this specification, and the Contractor shall submit a corrective action 18 proposal to the Engineer for approval. 19 20 5-04.3(11)B Rejection by Contractor 21 22 The Contractor may, prior to sampling, elect to remove any defective 23 material and replace it with new material. Any such new material will be 24 sampled, tested, and evaluated for acceptance. 25 26 5-04.3(11)C Rejection Without Testing (Mixture or Compaction) 27 28 The Engineer may, without sampling, reject any batch, load, or section of 29 Roadway that appears defective. Material rejected before placement shall 30 not be incorporated into the pavement. Any rejected section of Roadway 31 shall be removed. 32 33 No payment will be made for the rejected materials or the removal of the 34 materials unless the Contractor requests that the rejected material be 35 tested. If the Contractor elects to have the rejected material tested, a 36 minimum of three representative samples will be obtained and tested. 37 Acceptance of rejected material will be based on conformance with the 38 nonstatistical acceptance Specification. If the CPF for the rejected material 39 is less than 0.75, no payment will be made for the rejected material; in 40 addition, the cost of sampling and testing shall be borne by the Contractor. 41 If the CPF is greater than or equal to 0.75, the cost of sampling and testing 42 will be borne by the Contracting Agency. If the material is rejected before 43 placement and the CPF is greater than or equal to 0.75, compensation for 44 the rejected material will be at a CPF of 0.75. If rejection occurs after 45

Page 172: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 5-23

placement and the CPF is greater than or equal to 0.75, compensation for 1 the rejected material will be at the calculated CPF with an addition 2 of 25 percent of the unit Contract price added for the cost of removal and 3 disposal. 4 5 5-04.3(11)D Rejection – A Partial Sublot 6 7 In addition to the random acceptance sampling and testing, the Engineer 8 may also isolate from a normal sublot any material that is suspected of 9 being defective in relative density, gradation or asphalt binder content. Such 10 isolated material will not include an original sample location. A minimum of 11 three random samples of the suspect material will be obtained and tested. 12 The material will then be non-statistically evaluated as an independent lot 13 in accordance with Section 5-04.3(9)C4. 14 15 5-04.3(11)E Rejection – An Entire Sublot 16 17 An entire sublot that is suspected of being defective may be rejected. When 18 a sublot is rejected a minimum of two additional random samples from this 19 sublot will be obtained. These additional samples and the original sublot will 20 be evaluated as an independent lot in accordance with 21 Section 5-04.3(9)C4. 22 23 5-04.3(11)F Rejection – A Lot in Progress 24 25 The Contractor shall shut down operations and shall not resume HMA 26 placement until such time as the Engineer is satisfied that material 27 conforming to the Specifications can be produced: 28 29 1. When the Composite Pay Factor (CPF) of a lot in progress drops 30

below 1.00 and the Contractor is taking no corrective action; or 31 32

2. When the Pay Factor (PF) for any constituent of a lot in progress 33 drops below 0.95 and the Contractor is taking no corrective action; 34 or 35 36

3. When either the PF for any constituent or the CPF of a lot in progress 37 is less than 0.75. 38 39

5-04.3(11)G Rejection – An Entire Lot (Mixture or Compaction) 40 41 An entire lot with a CPF of less than 0.75 will be rejected. 42 43

44

Page 173: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 5-24

5-04.3(12) Joints 1 2 5-04.3(12)A HMA Joints 3 4 5-04.3(12)A1 Transverse Joints 5 6 The Contractor shall conduct operations such that the placing of the top or 7 wearing course is a continuous operation or as close to continuous as 8 possible. Unscheduled transverse joints will be allowed and the roller may 9 pass over the unprotected end of the freshly laid mixture only when the 10 placement of the course must be discontinued for such a length of time that 11 the mixture will cool below compaction temperature. When the Work is 12 resumed, the previously compacted mixture shall be cut back to produce a 13 slightly beveled edge for the full thickness of the course. 14 15 A temporary wedge of HMA constructed on a 20H:1V shall be constructed 16 where a transverse joint as a result of paving or planing is open to traffic. 17 The HMA in the temporary wedge shall be separated from the permanent 18 HMA by strips of heavy wrapping paper or other methods approved by the 19 Engineer. The wrapping paper shall be removed and the joint trimmed to a 20 slightly beveled edge for the full thickness of the course prior to resumption 21 of paving. 22 23 The material that is cut away shall be wasted and new mix shall be laid 24 against the cut. Rollers or tamping irons shall be used to seal the joint. 25 26 5-04.3(12)A2 Longitudinal Joints 27 28 The longitudinal joint in any one course shall be offset from the course 29 immediately below by not more than 6 inches nor less than 2 inches. All 30 longitudinal joints constructed in the wearing course shall be located at a 31 lane line or an edge line of the Traveled Way. A notched wedge joint shall 32 be constructed along all longitudinal joints in the wearing surface of new 33 HMA unless otherwise approved by the Engineer. The notched wedge joint 34 shall have a vertical edge of not less than the maximum aggregate size or 35 more than ½ of the compacted lift thickness and then taper down on a slope 36 not steeper than 4H:1V. The sloped portion of the HMA notched wedge joint 37 shall be uniformly compacted. 38

39 5-04.3(12)B Bridge Paving Joint Seals 40 41 5-04.3(12)B1 HMA Sawcut and Seal 42 43 Prior to placing HMA on the bridge deck, establish sawcut alignment points 44 at both ends of the bridge paving joint seals to be placed at the bridge ends, 45

Page 174: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 5-25

and at interior joints within the bridge deck when and where shown in the 1 Plans. Establish the sawcut alignment points in a manner that they remain 2 functional for use in aligning the sawcut after placing the overlay. 3 4 Submit a Type 1 Working Drawing consisting of the sealant manufacturer’s 5 application procedure. 6 7 Construct the bridge paving joint seal as specified ion the Plans and in 8 accordance with the detail shown in the Standard Plans. Construct the 9 sawcut in accordance with the detail shown in the Standard Plan. Construct 10 the sawcut in accordance with Section 5-05.3(8)B and the manufacturer’s 11 application procedure. 12 13 5-04.3(12)B2 Paved Panel Joint Seal 14 15 Construct the paved panel joint seal in accordance with the requirements 16 specified in section 5-04.3(12)B1 and the following requirement: 17 18 1. Clean and seal the existing joint between concrete panels in 19

accordance with Section 5-01.3(8) and the details shown in the 20 Standard Plans. 21

22 5-04.3(13) Surface Smoothness 23 24 The completed surface of all courses shall be of uniform texture, smooth, 25 uniform as to crown and grade, and free from defects of all kinds. The 26 completed surface of the wearing course of the following sections of 27 Roadway shall not vary more than 1/4 inch from the lower edge of a 10-foot 28 straightedge placed on the surface parallel to centerline: 29 30 1. roads less than 45 mph 31 32 The completed surface of the wearing course of all other sections of 33 Roadway shall not vary more than 1/8 inch from the lower edge of a 10-foot 34 straightedge placed on the surface parallel to centerline. 35 36 The transverse slope of the completed surface of the wearing course shall 37 vary not more than 1/4 inch in 10 feet from the rate of transverse slope 38 shown in the Plans. 39 40 When deviations in excess of the above tolerances are found that result 41 from a high place in the HMA, the pavement surface shall be corrected by 42 one of the following methods: 43 44

Page 175: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 5-26

1. Removal of material from high places by grinding with an approved 1 grinding machine; or 2 3

2. Removal and replacement of the wearing course of HMA; or 4 5

3. By other method approved by the Engineer. 6 7

Correction of defects shall be carried out until there are no deviations 8 anywhere greater than the allowable tolerances. 9 10 Deviations in excess of the above tolerances that result from a low place in 11 the HMA and deviations resulting from a high place where corrective action, 12 in the opinion of the Engineer, will not produce satisfactory results will be 13 accepted with a price adjustment. The Engineer shall deduct from monies 14 due or that may become due to the Contractor the sum of $500.00 for each 15 and every section of single traffic lane 100 feet in length in which any 16 excessive deviations described above are found. 17 18 All utility castings and monuments within the existing and/or new pavement 19 area shall be referenced by the Contractor prior to any pavement removal 20 or planing. The Contractor shall keep a record of such references, and 21 submit a copy to the Contracting Agency. 22 23 Existing structures and new structures shall be adjusted to the finished 24 grade as shown on the Plans and as further specified herein. Existing 25 boxes, rings, grates, covers, and lids shall be reset in a careful and 26 workmanlike manner to conform to the required grades. 27 28 The new and existing utility castings and monuments shall be adjusted to 29 grade in the following manner: 30 31 As soon as the street has been paved past each structure or casting, the 32 asphalt concrete mat shall be scored around the location of the structure or 33 casting. After rolling has been completed and the mat has cooled, it shall 34 be cut along the scored lines. The structure or casting shall then be raised 35 to finished pavement grade and the annular spaces filled as indicated on 36 the Plans. The Contractor shall install the pavement to give a smooth 37 finished appearance. All covers, lids, frames, and grates shall be 38 thoroughly cleaned. 39 40 After pavement is in place, all new pavement joints shall be sealed with a 41 6-inch-wide strip of hot asphalt sealer. A sand blanket shall be applied to 42 the surface of the hot asphalt sealer immediately after the placement of the 43 sealer to help alleviate the tracking of the asphalt. The sealer shall meet 44 the requirements of Section 9-04.2(1) of the Standard Specifications. 45

Page 176: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 5-27

1 5-04.3(14)A Pre-Planing Metal Detection Check 2 3 Before starting planing of pavements, and before any additional depth 4 planing required by the Engineer, the Contractor must conduct a physical 5 survey of existing pavement to be planed with equipment that can identify 6 hidden metal objects. 7 8 Should such metal be identified, promptly notify the Engineer. 9 10 See Section 1-07.16(1) regarding the protection of survey monumentation 11 that may be hidden in pavement. 12 13 The Contractor is solely responsible for any damage to equipment resulting 14 from the Contractor’s failure to conduct a pre-planing metal detection 15 survey, or from the Contractor’s failure to notify the Engineer of any hidden 16 metal that is detected. 17 18 5-04.3(14)B Paving and Planing Under Traffic 19 20 5-04.3(14)B1 General 21 22 In addition, the requirements of Section 1-07.23 and the traffic controls 23 required in Section 1-10, and unless the Contract specifies otherwise or 24 the Engineer approves, the Contractor must comply with the following: 25 26 1. Intersections 27

28 a. Keep intersections open to traffic at all times, except when 29

paving or planing operations through an intersection 30 requires closure. Such closure must be kept to the 31 minimum time required to place and compact the HMA 32 mixture, or plane as appropriate. For paving, schedule such 33 closure to individual lanes or portions thereof that allows 34 the traffic volumes and schedule of traffic volumes required 35 in the approved traffic control plan. Schedule work so that 36 adjacent intersections are not impacted at the same time 37 and comply with the traffic control restrictions required by 38 the Traffic Engineer. Each individual intersection closure or 39 partial closure, must be addressed in the traffic control 40 plan, which must be submitted to and accepted by the 41 Engineer, see Section 1-10.2(2). 42 43

b. When planing or paving and related construction must occur 44 in an intersection, consider scheduling and sequencing 45

Page 177: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 5-28

such work into quarters of the intersection, or half or more 1 of an intersection with side street detours. Be prepared to 2 sequence the work to individual lanes or portions thereof. 3 4

c. Should closure of the intersection in its entirety be 5 necessary, and no trolley service is impacted, keep such 6 closure to the minimum time required to place and compact 7 the HMA mixture, plane, remove asphalt, tack coat, and as 8 needed. 9 10

d. Any work in an intersection requires advance warning in 11 both signage and a number of Working Days advance 12 notice as determined by the Engineer, to alert traffic and 13 emergency services of the intersection closure or partial 14 closure. 15 16

e. Allow new compacted HMA asphalt to cool to ambient 17 temperature before any traffic is allowed on it. Traffic is not 18 allowed on newly placed asphalt until approval has been 19 obtained from the Engineer. 20 21

2. Temporary centerline marking, post-paving temporary marking, 22 temporary stop bars, and maintaining temporary pavement marking 23 must comply with Section 8-23. 24 25

3. Permanent pavement marking must comply with Section 8-22. 26 27

4. Roadways Open to Traffic 28 29 When the roadway being paved is open to traffic, the following 30 requirements shall apply: 31 32 The Contractor shall keep roadways open to traffic at all times except 33 where paving is in progress. During such time, and provided that 34 there has been an advance warning to the public, only that specified 35 section of road being paved may be closed for the minimum time 36 required to place and compact the HMA. Adjacent travel lanes and 37 shoulder shall be left open for traffic during these times. In hot 38 weather, the Engineer may require the application of water to the 39 pavement to accelerate the finish rolling of the pavement and to 40 shorten the time required before reopening to traffic. 41 42 Before temporarily closing a portion of the road, advance-warning 43 signs shall be placed and signs shall also be placed clearly alerting 44 the driver of temporary lane closures. 45

Page 178: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 5-29

1 During paving operations, temporary pavement markings shall be 2 maintained throughout the project. Temporary pavement markings 3 shall be installed on the roadway prior to opening to traffic and shall 4 be in accordance with Section 8-23. 5 6 All costs in connection with performing the Work in accordance with 7 these requirements shall be included in the unit contract prices for 8 the various bid items involved in the Contract. 9

10 5-04.3(14)B2 Submittals – Planing Plan and HMA Paving Plan 11 12 The Contractor must submit a separate planing plan and a separate paving 13 plan to the Engineer at least 5 Working Days in advance of each operation’s 14 activity start date. These plans must show how the moving operation and 15 traffic control are coordinated, as they will be discussed at the pre-planing 16 briefing and pre-paving briefing. When requested by the Engineer, the 17 Contractor must provide each operation’s traffic control plan on 24 x 36 inch 18 or larger size Shop Drawings with a scale showing both the area of 19 operation and sufficient detail of traffic beyond the area of operation where 20 detour traffic may be required. The scale on the Shop Drawings is 1 inch = 21 20 feet, which may be changed if the Engineer agrees sufficient detail is 22 shown. 23 24 The planing operation and the paving operation include, but are not limited 25 to, metal detection, removal of asphalt and temporary asphalt of any kind, 26 tack coat and drying, staging of supply trucks, paving trains, rolling, 27 scheduling, and as may be discussed at the briefing. 28 29 When intersections will be partially blocked or when allowed to be totally 30 blocked, provide adequately sized and noticeable signage alerting traffic of 31 closures to come, a minimum 2 Working Days in advance. The traffic control 32 plan must show where police officers will be stationed when signalization is 33 or may be, countermanded, and show areas where flaggers are proposed. 34 35 At a minimum, the planing and the paving plan must include: 36 37 1. A copy of the accepted traffic control plan, see Section 1-10.2(2), 38

detailing each day’s traffic control as it relates to the specific 39 requirements of that day’s planing and paving. Briefly describe the 40 sequencing of traffic control consistent with the proposed planing 41 and paving sequence, and scheduling of placement of temporary 42 pavement markings and channelizing devices after each day’s 43 planing, and paving. 44 45

Page 179: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 5-30

2. A copy of each intersection’s traffic control plan. 1 2

3. Haul routes from Supplier facilities, and locations of temporary 3 parking and staging areas, including return routes. Describe 4 the complete round trip as it relates to the sequencing of 5 paving operations. 6 7

4. Names and locations of HMA Supplier facilities to be used. 8 9

5. List of all equipment to be used for paving. 10 11

6. List of personnel and associated job classification assigned to each 12 piece of paving equipment. 13 14

7. Description (geometric or narrative) of the scheduled sequence of 15 planing and of paving, and intended area of planing and of paving 16 for each day’s work, must include the directions of proposed 17 planing and of proposed paving, sequence of adjacent lane 18 paving, sequence of skipped lane paving, intersection planing and 19 paving scheduling and sequencing, and proposed notifications 20 and coordinations to be timely made. The plan must show HMA 21 joints relative to the final pavement marking lane lines. 22 23

8. Names, job titles, and contact information for field, office, and plant 24 supervisory personnel. 25 26

9. A copy of the approved Mix Designs. 27 28

10. Tonnage of HMA to be placed each day. 29 30

11. Approximate times and days for starting and ending daily 31 operations. 32 33

5-04.3(14)B3 Pre-Paving and Pre-Planing Briefing 34 35 At least 2 Working Days before the first paving operation and the first 36 planing operation, or as scheduled by the Engineer for future paving and 37 planing operations to ensure the Contractor has adequately prepared for 38 notifying and coordinating as required in the Contract, the Contractor must 39 be prepared to discuss that day’s operations as they relate to other entities 40 and to public safety and convenience, including driveway and business 41 access, garbage truck operations, transit operations and working around 42 energized overhead wires, school and nursing home and hospital and other 43 accesses, other contractors who may be operating in the area, pedestrian 44 and bicycle traffic, and emergency services. The Contractor, and 45

Page 180: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 5-31

Subcontractors that may be part of that day’s operations, must meet with 1 the Engineer and discuss the proposed operation as it relates to the 2 submitted planing plan and paving plan, approved traffic control plan, and 3 public convenience and safety. Such discussion includes, but is not limited 4 to: 5 6 1. General for both Paving Plan and for Planing Plan: 7

8 a. The actual times of starting and ending daily 9

operations. 10 11

b. In intersections, how to break up the intersection, and 12 address traffic control and signalization for that 13 operation, including use of peace officers. 14 15

c. The sequencing and scheduling of paving operations 16 and of planing operations, as applicable, as it relates to 17 traffic control, to public convenience and safety, and to 18 other contractors who may operate in the Project Site. 19 20

d. Notifications required of Contractor activities, and 21 coordinating with other entities and the public as 22 necessary. 23 24

e. Description of the sequencing of installation and types 25 of temporary pavement markings as it relates to 26 planning and to paving. 27 28

f. Description of the sequencing of installation of, and the 29 removal of, temporary pavement patch material around 30 exposed castings and as may be needed. 31 32

g. Description of procedures and equipment to identify 33 hidden metal in the pavement, such as survey 34 monumentation, monitoring wells, street car rail, and 35 castings, before planning, see Section 5-04.3(14)B2. 36 37

h. Description of how flaggers will be coordinated with the 38 planing, paving, and related operations. 39 40

i. Description of sequencing of traffic controls for the process of 41 rigid pavement base repairs. 42 43

j. Other items the Engineer deems necessary to address. 44 45

Page 181: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 5-32

2. Paving – additional topics: 1 2

a. When to start applying tack and coordinating with paving. 3 4

b. Types of equipment and numbers of each type equipment to 5 be used. If more pieces of equipment than personnel are 6 proposed, describe the sequencing of the personnel 7 operating the types of equipment. Discuss the continuance 8 of operator personnel for each type equipment as it relates to 9 meeting Specification requirements. 10 11

c. Number of JMFs to be placed, and if more than one JMF 12 how the Contractor will ensure different JMFs are 13 distinguished, how pavers and MTVs are distinguished if 14 more than one JMF is being placed at the time, and how 15 pavers and MTVs are cleaned so that one JMF does not 16 adversely influence the other JMF. 17 18

d. Description of contingency plans for that day’s operations 19 such as equipment breakdown, rain out, and Supplier 20 shutdown of operations. 21 22

e. Number of sublots to be placed, sequencing of density testing, 23 and other sampling and testing. 24

25 5-04.3(16) HMA Road Approaches 26 27 HMA approaches shall be constructed at the locations shown in the Plans 28 or where staked by the Engineer. The Work shall be performed in 29 accordance with Section 5-04. 30 31 5-04.4 Measurement 32 33 Commercial HMA will be measured by the ton in accordance with Section 34 1-09.2, with no deduction being made for the weight of asphalt binder, 35 mineral filler, or any other component of the mixture. If the Contractor elects 36 to remove and replace mix as allowed by Section 5-04.3(11), the material 37 removed will not be measured. 38 39 Commercial HMA Pavement Repair will be measured by the square yard. 40 41

42

Page 182: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 5-33

5-04.5 Payment 1 2 Payment will be made for each of the following Bid items that are included 3 in the Proposal: 4 5 “Commercial HMA Cl. ____ PG ____” per ton. 6 7 The unit contract price per ton for “Commercial HMA Cl. ____ PG ____” 8 shall include the cost for all labor, materials, equipment and tools for 9 furnishing, placing, compacting and constructing asphalt pavement 10 including mix design, anti-strip determination, mix design verification, 11 preparation of untreated roadway, anti-stripping additive, soil residual 12 herbicide, asphalt for tack coat, HMA pavement, spreading and finishing, 13 water, compaction, sealing all cold joints with asphalt sealant (and sand 14 blanket to alleviate tracking), material and compaction testing, and all other 15 incidentals necessary for a complete paving system to the lines, cross 16 section and grades in accordance with the Plans. It shall also include the 17 cost of adjusting all existing and new Contracting Agency owned castings 18 including, but not limited to, manholes, catch basins, junction boxes, 19 monuments, and valve boxes to grade unless a specific bid item has been 20 listed in the proposal for this work. 21 22 The unit contract price per ton for “Commercial HMA Cl. ____ PG ____” 23 shall be full compensation for all costs incurred to carry out the requirements 24 of Section 5-04 except for those costs which are included in other items 25 which are included in this Subsection and which are included in the 26 Proposal. 27

28 “Commercial HMA Pavement Repair”, per square yard. 29 30

The unit price per square yard for “Commercial HMA Pavement Repair” 31 shall include all costs for excavation; removal and disposal of surplus 32 excavated materials; shaping and compacting subgrade materials; 33 furnishing, placing and compacting crushed surfacing materials; 34 furnishing, placing and compacting commercial hot mix asphalt; sand 35 sealing all joints, and testing. 36

Page 183: CITY OF WAPATO

DIVISION 7

DRAINAGE STRUCTURES, STORM SEWERS, SANITARY

SEWERS, WATER MAINS, AND CONDUITS

Page 184: CITY OF WAPATO

City of Wapato French Lane Improvements

G&O #19037 7-1

7-04 STORM SEWERS 1 2 7-04.2 Materials 3 (******) 4 5 Delete the sixth paragraph under this Section and replace it with the following: 6 7

The Contractor shall provide the diameter and type of pipe specified on 8 the Plans. If no specific type is shown in the plans, storm sewer pipe shall 9 meet the requirements in this section for solid wall PVC storm sewer pipe 10 or corrugated polyethylene storm sewer pipe. 11

12 7-04.3(1)A General 13 (January 20, 2009 G&O GSP) 14 15 This Section is supplemented with the following: 16 17

All lines shall be flushed clean of all debris prior to acceptance. The 18 debris shall be intercepted and collected at the nearest downstream point 19 of access. The material shall then be loaded and wastehauled to a 20 Contracting Agency approved dumpsite. 21

22 7-04.5 Payment 23 (January 7, 2013 G&O GSP) 24 25 Delete all paragraphs under this section and replace with the following: 26 27

Payment will be made in accordance with Section 1-04.1, for each of the 28 following bid items that are included in the Proposal: 29 30 “____ Storm Sewer Pipe, ____ In. Diam., Incl. Bedding,” per linear foot. 31 32 The unit contract price per linear foot of “____ Storm Sewer Pipe, ____ In. 33 Diam., Incl. Bedding” shall constitute full compensation for all labor, 34 materials, tools, equipment, transportation, supplies, and incidentals 35 required to complete all work to furnish and install this item to include, but 36 not limited to, excavation, pipe bedding, backfill with suitable native 37 material, compaction, removal and wastehaul of excess or unsuitable 38 trench excavation material, connections to new systems, flushing and 39 cleaning, detectable marking tape and material and compaction testing of 40 suitable native backfill. 41

Page 185: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 7-2

7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 1 2 7-05.3 Construction Requirements 3 (January 20, 2009 G&O GSP) 4 5 This Section is supplemented with the following: 6 7

The Contractor shall construct all manholes and catch basins from precast 8 concrete bases and risers. Cast-in-place concrete bases shall only be 9 used for “straddle” of existing systems and shall be watertight. 10 11 In areas of new and existing pavement, the grate rim elevation shall be set 12 to promote drainage flow. In unimproved areas, the rim elevations shall 13 be set 2 inches above finished grade unless otherwise shown on the 14 Plans. 15 16 Dewatering shall be per Section 7-08.3(1). 17 18 Unless specifically noted herein or shown differently on the Plans, the 19 Contractor shall connect to the manhole and catch basin as follows: 20 21

Pipe Connection System DI Kor-N-Seal*

HDPE Kor-N-Seal* PVC Kor-N-Seal*

Corrugated Polyethylene Per Manufacturer’s Recommendation

*Or Contracting Agency approved equal. 22 23 7-05.3(3) Connections to Existing Manholes 24 (June 16, 2006 G&O GSP) 25 26 This Section is supplemented with the following: 27 28

The locations, type and size of the existing structures and lines have been 29 determined from available records, and are approximate; however, it is 30 anticipated that connections to these existing facilities may be made, in 31 general, as shown on the Plans. 32 33 It shall be the responsibility of the Contractor to determine the exact 34 location and ascertain the type and size of the existing facilities prior to 35 starting work on each connection, and to provide any minor alterations, as 36 required, at no additional cost to the Contracting Agency. 37 38

Page 186: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 7-3

Where piping is to be connected to existing structures, the opening(s) 1 shall be core-drilled in the structure. The use of jackhammers and/or 2 sledgehammers to knock out the hole shall not be allowed. 3

4 7-05.4 Measurement 5 (November 1, 2011 G&O GSP) 6 7 This Section is supplemented with the following: 8 9

Manholes will be measured per each. 10 11 Infiltration Trench will be measured per linear foot. 12

13 7-05.5 Payment 14 (January 7, 2013 G&O GSP) 15 16 Delete all paragraphs under this Section and replace with the following: 17 18

Payment will be made in accordance with Section 1-04.1, for each of the 19 following bid items that are included in the Proposal: 20 21 “Manhole, ____ In. Diam.,” per each. 22 23 The unit contract price per each for “Manhole, ____ In. Diam.” shall 24 constitute full compensation for all labor, materials, tools, equipment, 25 transportation, supplies, and incidentals required to complete all work to 26 furnish and install this item to include, but not limited to, structure 27 excavation, foundation gravel, backfill with suitable native material, 28 compaction, removal and wastehaul of excess or unsuitable excavated 29 material, pipe connection, channelizing, adjusting to finished grade, and 30 material and compaction testing of suitable native backfill. 31 32 “Catch Basin, Type 1,” per each. 33 34 “Catch Basin, Type 2, ____ In. Diam.,” per each. 35 36 The unit contract price per each for “Catch Basin, Type 1” or “Catch Basin, 37 Type 2, ____ In. Diam.” shall constitute full compensation for all labor, 38 materials, tools, equipment, transportation, supplies, and incidentals 39 required to complete all work to furnish and install this item to include, but 40 not limited to, lids, frames and grates, structure excavation, foundation 41 gravel, backfill with suitable native material, compaction, removal and 42 wastehaul of excess or unsuitable excavated material, pipe connection, 43 adjusting to finished grade, and material and compaction testing of 44 suitable native backfill. 45

Page 187: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 7-4

1 “Infiltration Trench,” per linear foot. 2 3 The unit contract price per linear foot for “Infiltration Trench” shall 4 constitute full compensation for all labor, materials, tools, equipment, 5 transportation, supplies, and incidentals required to complete all work to 6 furnish and install this item, to include but not limited to furnishing and 7 installing perforated storm pipe, end caps, inspection ports, drainage 8 geotextile, structure excavation, gravel backfill for drains, backfill, 9 compaction, removal and wastehaul of excess or unsuitable excavated 10 material, pipe connections, adjusting to finished grade, and material 11 compaction testing. 12

13 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 14 15 7-08.2 Materials 16 (January 4, 2010 G&O GSP) 17 18 This Section is supplemented with the following: 19 20

The pipe used on this project shall be the type and size specified on the 21 Plans. 22 23 Bank run gravel for trench backfill shall meet the requirements of 24 Section 9-03.19. 25 26 Controlled density fill for pipe abandonment shall be the following mix or 27 approved equal: 28

29

Material Weight (lbs. per cubic yard)

(Saturated, Surface Dry) Yield, (cubic feet)

Portland Cement Type I – II 100 0.51 Fly Ash (Class F) 400 2.85 CDF Sand 2,419 14.80 Water 225 (27.0 Gal-US) 3.61 Total Air (20.0%) 5.44

Total = 27.21

30 Water/Cement Ratio, 0.45 Lbs/Lb 31 Slump, 10.00 inches 32 Concrete unit Weight, 115.6 PCF 33 34 Plus one Darafill CDF Performance Additive Capsule (Grace Construction 35 Products) per Cubic Yard. 36

37

Page 188: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 7-5

7-08.3(1)A Trenches 1 (November 24, 2010 G&O GSP) 2 3 Delete the first three paragraphs under this Section and replace them with the 4 following: 5 6

The length of trench excavation in advance of pipe laying shall be kept to 7 a maximum of 100 feet. Excavation shall either be closed up at the end of 8 the day or protected per Section 1.07.23(1). 9 10 The Contractor shall limit his excavation to the limits of the maximum 11 payment width and depth shown on the Plans. If the Contractor purposely 12 or neglectfully excavates trenches to a width or depth beyond the neat line 13 payment limit of the trench as shown on the Plans, the expenses 14 associated with any additional trenching, wastehaul, trench backfill, 15 compaction and testing, and surface restoration as a result of excavating 16 beyond the neat line payment limits shall be borne by the Contractor. 17 18 It is not anticipated that solid rock will be encountered. Should such 19 material be encountered, the excavation, removal and wastehaul will be 20 paid for by change order per Section 1-04.4. Boulders or broken rock less 21 than 2 cubic yards in volume, shall not be classified as rock, nor will so-22 called “hard-pan” or cemented gravel, even though it may be 23 advantageous to use special equipment in its removal. 24 25 Trench excavation shall also include wastehauling all excess and/or 26 unsuitable material encountered, including but not limited to, abandoned 27 pipelines, concrete, asphalt, tree stumps, trees, logs, abandoned rail ties, 28 piling, and riprap. 29 30 The Contractor shall furnish all equipment necessary to dewater the 31 excavation. Before operations begin, the Contractor shall have sufficient 32 pumping equipment and/or other machinery available on site to assure 33 that the operation of any dewatering system can be maintained. 34 35 The Contractor shall dispose of the water in such a manner as not to 36 cause a nuisance or menace to the public, and comply with all codes, 37 regulations, and ordinances of applicable governing authorities with regard 38 to drilling, dewatering, and erosion control. 39 40 The release of groundwater to its static level shall be performed in such a 41 manner as to maintain the undisturbed state of the natural foundation soil, 42 prevent disturbance of backfill and prevent movement of structures and 43 pipelines. 44 45

Page 189: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 7-6

The dewatering system shall be installed and operated by the Contractor 1 so that the groundwater level outside the excavation is not reduced to the 2 extent that would damage or endanger adjacent structures or property. 3 Should settlement of the surrounding area and/or structures be observed, 4 the Contractor shall cease dewatering operations and implement 5 contingency plans. The cost of repairing any damage to adjacent 6 structures, underground facilities or utilities and satisfactory restoration of 7 above ground facilities to include fences, paving, concrete, etc., shall be 8 the responsibility of the Contractor. 9 10 The Contractor shall be required to comply with all conditions and 11 requirements mandated by the Department of Ecology for the 12 construction, operation, and decommissioning of dewatering facilities. 13 14 The Contractor shall obtain approved grading and filling permits for all 15 spoils material sites, from the Contracting Agency, County, or both as 16 required. These permits shall be secured and paid for by the Contractor. 17

18 7-08.3(2)B Pipe Laying – General 19 (January 4, 2010 G&O GSP) 20 21 This Section is supplemented with the following: 22 23

All pipe shall be unloaded from delivery vehicles with mechanical 24 equipment. Dropping of pipe onto the ground or mats will not be 25 permitted. All pipe and fittings shall be carefully lowered into the trench in 26 such a way as to prevent damage to pipe materials and protective 27 coatings and linings. Under no circumstances shall materials be dropped 28 or dumped into the trench. 29 30 All pipe shall be laid in straight lines and at uniform rate for grade between 31 structures. Variation in the invert elevation between adjoining ends of pipe 32 due to non-concentricity of joining surface and pipe interior surfaces shall 33 not exceed 1/64 inch per inch of pipe diameter, or 1/2-inch maximum. 34 35 Every precaution shall be taken to prevent foreign material from entering 36 the pipe while it is being laid. After placing a length of pipe in the trench, 37 the spigot end shall be centered in the bell and pipe forced home and 38 brought to correct line and grade. The pipe shall be secured in place with 39 pipe bedding tamped under it. Precaution shall be taken to prevent dirt 40 from entering the joint space. At times when pipe laying is not in progress, 41 the open ends of pipe shall be closed by a watertight plug or other means 42 approved by the Contracting Agency. If water is in the trench when work 43 resumes, the seal shall remain in place until the trench is dewatered as 44

Page 190: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 7-7

specified for groundwater control. Tee branches shall be blocked and 1 sealed with the same joint and pipe material as used for pipes. 2 3 Care shall be taken to properly align, clean and lubricate the spigot and 4 socket area of the pipes before joining. The pipe spigot shall be forced 5 into the socket until the reference mark on the spigot is flush with the bell 6 end. 7 8 All connections to existing pipe of differing materials shall be made with 9 adapters which are specifically manufactured for this purpose. If the band 10 type adapters are used, then only stainless steel bands will be allowed. 11 12 The Contractor shall obtain approved grading and filling permits for all 13 spoils material sites, from the Contracting Agency, County, or both as 14 required. These permits shall be secured and paid for by the Contractor. 15

16 7-08.3(3) Backfilling 17 (January 4, 2010 G&O GSP) 18 19 Delete the second paragraph under this Section and replace with the following: 20 21

Pipe zone backfill shall be gravel backfill for pipe zone bedding conforming 22 to the requirements of Section 9-03.12(3). 23

24 This Section is supplemented with the following: 25 26

It is the intent of these Specifications to utilize suitable excavated material 27 for trench backfill where available. The Contractor shall provide evidence 28 from a testing laboratory that any native material deemed suitable by the 29 Contractor meets the intent of these Specifications and can be compacted 30 to minimum requirements. Excavated material suitable for trench backfill 31 shall conform to the requirements of Section 9-03.15. However, the 32 presence and location of suitable material is not guaranteed and will be as 33 discovered in the field. Import material will be required and shall be 34 utilized when necessary, and as called out on the Plans and further 35 preapproved by the Contracting Agency. 36

37 7-08.4 Measurement 38 (January 7, 2013 G&O GSP) 39 40 Delete all paragraphs under this Section and replace with the following: 41 42

Measurement of Bank Run Gravel for Trench Backfill will be per ton. The 43 measurement shall be calculated in accordance with the trench detail 44 shown on the Plans and using a conversion factor for cubic yards to tons 45

Page 191: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 7-8

of 1.8 tons/cy. The Contractor shall provide the Contracting Agency with 1 truckload tickets at the end of each day to be used to support the 2 calculated quantities. 3 4 No specific unit of measurement will apply to the lump sum item Trench 5 Excavation Safety System. 6

7 7-08.5 Payment 8 (January 7, 2013 G&O GSP) 9 10 Delete all paragraphs under this Section and replace with the following: 11 12

Payment will be made in accordance with Section 1-04.1, for each of the 13 following bid items that are included in the Proposal: 14 15 “Trench Excavation Safety Systems,” lump sum. 16 17 The lump sum contract price for “Trench Excavation Safety Systems” shall 18 include all costs of furnishing, installing, maintaining, and removing those 19 items necessary to provide adequate safety systems for trench 20 excavation, as specified in Section 2 09.3(4). This item shall be paid 21 proportionate to the satisfactory installation of all facilities that require 22 trench excavation safety systems including pipeline, conduits, walls, 23 embankments, and structures as noted in the Proposal, or otherwise 24 required for the performance of this work. 25 26 “Bank Run Gravel for Trench Backfill,” per ton. 27

28 The unit contract price per ton for “Bank Run Gravel for Trench Backfill” 29 shall constitute full compensation for all labor, materials, tools, equipment, 30 transportation, supplies, and incidentals required to complete all work to 31 furnish and install the imported trench backfill to include, but not limited to, 32 backfilling trenches, placing, shaping, compacting, wastehaul and disposal 33 of excess native material, and material and compaction testing of the bank 34 run gravel backfill material. This item shall not be subject to price 35 adjustment for increased or decreased quantities per Section 1-04.6. 36 37 All costs associated with furnishing and installing pipe bedding for 38 culverts, storm sewer, and sanitary sewer piping systems shall be 39 included into the unit contract price for the type and size of pipe installed. 40 41 All costs associated with excavation, stockpiling, backfilling, compacting, 42 and wastehauling of excavated native material shall be included in the unit 43 contract price for the type and size of pipe installed. 44 45

Page 192: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 7-9

7-09 WATER MAINS 1 2 7-09.3(5) Grade and Alignment 3 (June 16, 2006 G&O GSP) 4 5 Delete the first sentence of the third paragraph under this Section and replace it 6 with the following: 7 8

The depth of trenching for water mains shall be such as to give a minimum 9 cover of 48 inches over the top of the pipe unless otherwise specified on 10 the Plans. 11

12 This Section is supplemented with the following: 13 14

Except where necessary, in making connections with other lines and 15 unless authorized by the Contracting Agency, pipes shall be laid with bells 16 facing in the direction of laying. Bells shall be placed on the uphill side for 17 lines installed on an appreciable slope. 18 19 Water mains shall be laid on a continuous positive grade as shown on the 20 Plans to minimize the number of high or low points in the pipeline profile 21 unless approved by the Contracting Agency. The Contractor shall, based 22 on his review of the site and the Plans, note areas where additional depth 23 beyond the minimum pipe cover is required to avoid certain utility conflicts 24 and provide adequate bury at ditches, and adjust the pipeline profile 25 accordingly to maintain a continuous grade. 26

27 7-09.3(6) Existing Utilities 28 (April 24, 2009 G&O GSP) 29 30 This Section is supplemented with the following: 31 32

Where shown on the Plans or where designated by the engineer, existing 33 pipes shall be plugged at all inlets for a distance of 2 diameters with 34 commercial concrete. In addition, the Contractor shall anticipate that all 35 inlets of existing pipes to be abandoned in place shall be plugged. Care 36 shall be used in placing the concrete in the pipe to see that the opening of 37 the pipe is completely filled and thoroughly plugged. 38

39 40

Page 193: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 7-10

7-09.3(7) Trench Excavation 1 (January 4, 2010 G&O GSP) 2 3 Delete the third paragraph under this Section and replace it with the following: 4 5

The length of trench excavation in advance of pipe laying shall be kept to 6 a maximum of 100 feet. Excavation shall either be closed up at the end of 7 the day or protected per Section 1.07.23(1). 8

9 This Section is supplemented with the following: 10 11

The Contractor shall limit his excavation to the limits of the maximum 12 payment width and depth shown on the Plans. If the Contractor purposely 13 or neglectfully excavates to a width or depth beyond the maximum 14 payment limit of the trench, as shown on the Plans, all expenses 15 associated with any additional trenching, wastehaul, trench backfill, 16 compaction, testing and surface restoration as a result of excavating 17 beyond the neat line payment limits shall be borne by the Contractor. 18 19 Trench excavation shall also include wastehauling to a Contracting 20 Agency approved site all excess and/or unsuitable material encountered 21 including, but not limited to, abandoned pipelines, concrete, asphalt, tree 22 stumps, trees, logs, abandoned rail ties, piling, and riprap. 23 24 The Contractor shall obtain approved grading and filling permits for all 25 spoils material sites, from the Contracting Agency, County, or both as 26 required. These permits shall be secured and paid for by the Contractor. 27

28 7-09.3(7)A Dewatering of Trench 29 (January 4, 2010 G&O GSP) 30 31 This Section is supplemented with the following: 32 33

The Contractor shall furnish all equipment necessary to dewater the 34 excavation. Before operations begin, the Contractor shall have sufficient 35 pumping equipment and/or other machinery available on site to assure 36 that the operation of any dewatering system can be maintained. 37 38 The Contractor shall dispose of the water in such a manner as not to 39 cause a nuisance or menace to the public, and comply with all codes, 40 regulations, and ordinances of applicable governing authorities with regard 41 to drilling, dewatering, and erosion control. 42 43 The release of groundwater to its static level shall be performed in such a 44 manner as to maintain the undisturbed state of the natural foundation soil, 45

Page 194: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 7-11

prevent disturbance of backfill and prevent movement of structures and 1 pipelines. 2 3 The dewatering system shall be installed and operated by the Contractor 4 so that the groundwater level outside the excavation is not reduced to the 5 extent that would damage or endanger adjacent structures or property. 6 Should settlement of the surrounding area and/or structures be observed, 7 the Contractor shall cease dewatering operations and implement 8 contingency plans. The cost of repairing any damage to adjacent 9 structures, underground facilities or utilities and satisfactory restoration of 10 above ground facilities to include fences, paving, concrete, etc., shall be 11 the responsibility of the Contractor. 12 13 The Contractor shall be required to comply with all conditions and 14 requirements mandated by the Department of Ecology for the 15 construction, operation, and decommissioning of dewatering facilities. 16

17 7-09.3(7)B Rock Excavation 18 (November 24, 2010 G&O GSP) 19 20 This Section is supplemented with the following: 21 22

It is not anticipated that solid rock will be encountered. Should such 23 material be encountered, however, the excavation, removal and wastehaul 24 will be paid at a negotiated price per Section 1-04.4. Boulders or broken 25 rock less than 2 cubic yards in volume, shall not be classified as rock, nor 26 will so-called “hard-pan” or cemented gravel, even though it may be 27 advantageous to use special equipment in its removal. 28

29 7-09.3(10) Backfilling Trenches 30 (January 4, 2010 G&O GSP) 31 32 This Section is supplemented with the following: 33 34

It is the intent of these Specifications to utilize suitable excavated material 35 for trench backfill where available. The Contractor shall provide evidence 36 from a testing laboratory that any native material deemed suitable by the 37 Contractor meets the intent of these Specifications and can be compacted 38 to minimum requirements. Excavated material suitable for trench backfill 39 shall conform to the requirements of Section 9-03.15. However, the 40 presence and location of suitable backfill material is not guaranteed and 41 will be as discovered in the field. Import material will be required and shall 42 be utilized when necessary, and as called out on the Plans and further 43 preapproved by the Contracting Agency. 44

45

Page 195: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 7-12

7-09.3(11) Compaction of Backfill 1 (June 16, 2006 G&O GSP) 2 3 This Section is supplemented with the following: 4 5

The Contractor shall provide the services of a Contracting Agency 6 approved soils testing laboratory to conduct materials testing to determine 7 the maximum compaction values and in-situ density tests of the 8 compacted materials used for backfilling trenches to ensure their 9 placement is in compliance with the Contract Documents. 10 11 An advance copy of any and all results obtained by the independent 12 testing laboratory onsite shall be given to the Contracting Agency prior to 13 the laboratory representative leaving the site. 14 15 This random testing is not intended to, nor shall it relieve the Contractor 16 from obtaining the necessary compaction results throughout the project, or 17 from providing continuous testing at his own expense for use in 18 compaction process control. Copies of all random and process control 19 test reports obtained by the Contractor shall be sent to the Contracting 20 Agency, at no additional cost to the Contracting Agency. 21 22 Retesting and reinspection required because of defective work and testing 23 performed for the convenience of the Contractor shall be the responsibility 24 of the Contractor at no additional cost to the Contracting Agency. Testing 25 shall not be cause for claims for delay by the Contractor. 26 27 Original test reports shall be sent to the Contracting Agency. 28

29 7-09.3(13) Handling of Pipe 30 (June 16, 2006 G&O GSP) 31 32 This Section is supplemented with the following: 33 34

Pipe shall be stacked in such a manner as to prevent damage to the pipe, 35 to prevent dirt and debris from entering the pipe, and to prevent any 36 movement of the pipe. Stacking layers shall be limited to the 37 recommendations in the DIP Installation Guide. 38 39 Pipe shall not be strung across driveways, in ditches, or within 10 feet of 40 the edge of the travel lane. 41

42

Page 196: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 7-13

7-09.3(16) Cleaning and Assembling Joints 1 (June 16, 2006 G&O GSP) 2 3 This Section is supplemented with the following: 4 5

All joints in the pipe, fittings, valves, flexible couplings, ductile iron sleeves, 6 etc., shall be fully seated with small clearances allowed for pipe 7 expansion. Where flexible couplings and ductile iron sleeves are called 8 for, the space between pipe ends shall not exceed 1/4 inch, to prevent 9 pipe movement such as would possibly be caused by the resultant thrust 10 of a nearby closed valve. 11 12 When the space between pipe ends is excessive, a short section (1" to 2") 13 of pipe may be inserted as a spacer ring to limit such pipe movement 14 within the coupling (or sleeve), to obtain the 1/4 inch limitation stipulated 15 herein. 16

17 7-09.3(19)A Connections to Existing Mains 18 (June 16, 2006 G&O GSP) 19 20 This Section is supplemented with the following: 21 22

The location, type, and size of existing facilities have been determined 23 from available records and are approximate. It is anticipated that 24 connections can be made, in general, as shown on the Plans. It shall be 25 the responsibility of the Contractor to determine the exact location and to 26 ascertain the type and size of the existing facilities prior to starting work on 27 each connection and to provide minor alteration as may be required at no 28 additional cost to the Contracting Agency. 29 30 If the connection to the existing system involves turning off the water, the 31 Contractor shall provide a minimum notice of 5 working days to the 32 Inspector, the Contracting Agency, and Fire Marshal, prior to scheduling 33 shutoff. The Contractor shall notify (i.e., by distributing door hangers) all 34 water customers affected by a scheduled shutdown. The notices shall be 35 hand delivered not less than 48 hours nor more than 72 hours before the 36 scheduled shutdown. The Contracting Agency will advise the Contractor 37 which property owners are to be notified, and provide door hangers that 38 the Contractor will be required to hang on each residential or commercial 39 service location. No service shall be shut down for more than 4 hours per 40 day without prior approval of the Contracting Agency. 41 42 The Contractor shall maintain service in the existing facilities at each 43 connection until such time that the connection is actually made. Final 44 connection will be permitted under the supervision of the Contracting 45

Page 197: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 7-14

Agency after receiving satisfactory water quality tests, and a continuous 1 safe supply of water is available through the new facilities. 2 3 The Contractor shall furnish, install and remove all temporary plugs, caps, 4 blowoffs, temporary blocking, and all other items of a temporary nature 5 required to construct the proposed facilities up to the point of connection 6 for the pressure and purity tests. 7

8 7-09.3(19)B Maintaining Service 9 (June 16, 2006 G&O GSP) 10 11 This Section is supplemented with the following: 12 13

Unless otherwise noted, no Contracting Agency owned utility service will 14 be allowed to be shutdown for more than 4 hours per day without prior 15 approval. 16

17 7-09.3(22) Blowoff Assemblies 18 (June 16, 2006 G&O GSP) 19 20 Delete all paragraphs under this Section and replace with the following: 21 22

Blowoff Assemblies shall be constructed at the locations shown on the 23 Plans and in accordance with the detail provided on the Plans. 24

25 7-09.3(21) Concrete Thrust Blocking 26 (June 16, 2006 G&O GSP) 27 28 This Section is supplemented with the following: 29 30

All fittings requiring a thrust or anchor concrete block shall first be covered 31 with 4-mil Visqueen plastic sheets, before concrete is poured. At no time 32 shall the concrete be allowed to cover pipe joints, bolt heads, or nuts. 33 34 The poured in place concrete thrust and/or anchor blocks shall be in place 35 at least 24 hours before beginning the pressure test, to allow the concrete 36 to set. Longer durations may be required to ensure adequate curing has 37 been established to conduct the necessary testing. 38

39 40

Page 198: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 7-15

7-09.3(23) Hydrostatic Pressure Test 1 (June 16, 2006 G&O GSP) 2 3 This Section is supplemented with the following: 4 5

Testing pressure against closed butterfly valves shall not exceed 150 psi 6 differential between upstream and downstream pressures. 7 8 All water services lines shall be installed prior to testing the main lines. 9

10 Delete the ninth paragraph and replace it with the following: 11 12

There shall not be an appreciable or abrupt loss in pressure during the 13 2-hour test period. 14

15 7-09.3(24)A Flushing 16 (June 16, 2006 G&O GSP) 17 18 This Section is supplemented with the following: 19 20

The Contractor shall check the downstream capacity of the drainage 21 system proposed to facilitate disposal of flushing water prior to starting the 22 flushing process. The Contractor may dispose of flushing water 23 appropriately on the adjacent Kateri property or CCHS property with 24 advance notice of 1 week. 25 26 The Contracting Agency will furnish the water necessary to fill and flush 27 the pipelines for testing purposes at a time of day when sufficient 28 quantities of water are available for normal system operation. 29 30 The Contractor shall monitor the rate of disposal to prevent flooding of any 31 areas downstream of the Contractor flushing operations. 32 33 All service lines shall be flushed prior to connecting the meters. 34

35 7-09.3(24)J Preventing Reverse Flow 36 (June 16, 2006 G&O GSP) 37 38 This Section is supplemented with the following: 39 40

The configuration of the installation of an approved backflow prevention 41 device shall be submitted to the Contracting Agency for review and 42 approval prior to the installation and use of the device and making the 43 connection. 44

45

Page 199: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 7-16

7-09.3(24)N Final Flushing and Testing 1 (June 16, 2006 G&O GSP) 2 3 Delete the third paragraph under this Section and replace with the following: 4 5

Before placing the line into service, a satisfactory report shall be received 6 on samples collected from representative points in the new system. 7 Samples will be collected and bacteriological tests obtained by the 8 Contractor. 9

10 This Section is supplemented with the following: 11 12

All water mains shall be flushed within 48 hours of chlorination. No 13 flushing will be allowed on weekends or on holidays. The Contracting 14 Agency shall be notified by the Contractor a minimum of 48 hours in 15 advance of any flushing or flow testing. 16

17 7-09.3(24)O Repetition of Flushing and Testing 18 (May 1, 2006 G&O GSP) 19 20 This Section is supplemented with the following: 21 22

The Contractor shall be responsible for payment of all repeat 23 bacteriological testing. Testing shall not be cause for claims for delay by 24 the Contractor and all expenses accruing there from shall be borne by the 25 Contractor. Retesting and reinspection required because of defective 26 work and testing performed for the convenience of the Contractor shall be 27 paid by the Contractor. 28

29 7-09.3(25) Temporary Blowoff Assemblies (New Section) 30 (June 16, 2006 G&O GSP) 31 32 Any temporary blowoff assemblies required for the Project shall be furnished and 33 installed by the Contractor at no expense to the Contracting Agency. Blowoffs 34 shall be sized to provide a minimum pipe flow (scouring velocity) of 2.5 feet per 35 second. Only brass plugs will be allowed to be utilized to plug pipelines where 36 these temporary facilities were installed. 37 38 7-09.3(26) Plugging Existing Pipe (New Section) 39 40 Where shown in the Plans or where designated by the Engineer, existing pipes 41 shall be plugged on the inlet end for a distance of 2 diameters with commercial 42 concrete. Care shall be used in placing the concrete in the pipe to see that the 43 opening of the pipe is completely filled and thoroughly plugged. 44 45

Page 200: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 7-17

7-09.3(27) Pipe Abandonment (New Section) 1 2 This Section is supplemented with the following: 3 4

Where shown on the Plans or where designated by the Engineer, existing 5 pipes shall be abandoned in place and completely backfilled with 6 controlled density fill. 7 8 A minimum of 10 working days prior to beginning abandonment work, the 9 Contractor shall submit to the Engineer a detailed, written plan for CDF fill 10 and abandonment of existing mains. 11 12 The Contractor shall fill all existing pipes to be abandoned, as specified on 13 the Plans, with CDF after the new pipe has been accepted by the 14 Contracting Agency. The Contractor shall strive to leave the existing AC 15 main in place rather than removing the line. 16 17 Existing surface appurtenances to the abandoned water main, including 18 but not limited to valve boxes, valve box covers, and angle stops, shall be 19 removed and disposed of by the Contractor in a legal and safe manner at 20 an appropriate disposal site. Excavations resulting from appurtenance 21 removal shall be filled with crushed surfacing and any surfacing restored. 22

23 7-09.4 Measurement 24 (January 7, 2013 G&O GSP) 25 26 Delete all paragraphs under this Section and replace with the following: 27 28

Measurement for payment of pipe for water mains will be by the linear foot 29 of pipe laid and tested and shall be measured along the pipe through 30 fittings, valves and couplings at grade. 31 32 No measurement shall be made for extra trench excavation as defined in 33 Section 7-09.3(7)C. 34

35 Measurement for connection to the existing water main will be per each. 36 37 Measurement for payment of blowoff assembly will be per each. 38

39 40

Page 201: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 7-18

7-09.5 Payment 1 (January 7, 2013 G&O GSP) 2 3 Delete all paragraphs under this Section and replace with the following: 4 5

Payment will be made in accordance with Section 1-04.1, for each of the 6 following bid items that are included in the Proposal: 7 8 “____ Pipe for Water Main, ____ In. Diam.,” per linear foot. 9 10 “____ Pipe for Fire Hydrant, ____ In. Diam.,” per linear foot. 11 12 The unit contract price per linear foot for the respective diameters of 13 “____ Pipe for Water Main, ____ In. Diam.” and “____ Pipe for Fire 14 Hydrant, ____ In. Diam.,” shall constitute full compensation for all labor, 15 materials, tools, equipment, transportation, supplies, and incidentals 16 required to complete all work to furnish and install this item to include, but 17 not limited to, trench excavation, bedding, laying and jointing pipe and 18 fittings, bedding, laying and jointing pipe and fittings, backfill with suitable 19 native material, compaction, and removal and wastehaul of excess or 20 unsuitable trench excavation material, fittings, connections, marker tape, 21 copper tracer wire, restrained joint systems, Megalugs, concrete blocking, 22 installation and removal of temporary blowoff assemblies, material and 23 compaction testing of suitable native backfill, pressure testing, flushing, 24 disinfection and disposal of hypochlorinated water. 25 26 “Connection to Existing Water Main,” per each. 27 28 The unit contract price per each for “Connection to Existing Water Main” 29 shall constitute full compensation for all labor, materials, tools, equipment, 30 transportation, supplies, and incidentals required to complete all work to 31 furnish and install this item to include, but not limited to, pumps, hoses, 32 temporary blocking (and waste hauling of same), plugs, locating the 33 existing main line, cutting into the main line, dewatering, waste hauling 34 existing pipe, miscellaneous fittings and appurtenances as shown on the 35 Plans, all temporary materials, including temporary blowoffs, 36 miscellaneous fittings and pipe, testing, flushing, disinfection and all work 37 associated with making a complete connection. Service connections or fire 38 hydrant connections or reconnections shall not be subject to payment 39 under this bid item. 40 41 “Blowoff Assembly,” per each. 42 43 The unit contract price for per each “Blowoff Assembly” shall constitute full 44 compensation for all labor, materials, tools, equipment, transportation, 45

Page 202: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 7-19

supplies, and incidentals required to complete all work to furnish and 1 install this item to include, but not limited to, excavation, backfill, 2 compaction, remove and wastehaul of surplus excavated material, 3 dewatering, testing, flushing, disinfection and accessories to furnish and 4 install a complete blowoff assembly as shown on the Plans. 5 6

7-12 VALVES FOR WATER MAINS 7 8 7-12.3 Construction Requirements 9 (June 16, 2006 G&O GSP) 10 11 This Section is supplemented with the following: 12 13

The required field inspection shall include operating the valve over the full 14 range of opening to closed to ensure the valve firmly seals and fully clears 15 the flow path. 16 17 The ears of the valve box cover shall be aligned along the pipe centerline. 18

19 7-12.5 Payment 20 (January 7, 2013 G&O GSP) 21 22 Delete all paragraphs under this Section and replace with the following: 23 24

Payment will be made in accordance with Section 1-04.1, for each of the 25 following bid items that are included in the Proposal: 26 27 “Gate Valve, ____ In.,” per each. 28 29 The unit contract price per each for “Gate Valve, ____ In.” shall constitute 30 full compensation for all labor, materials, tools, equipment, transportation, 31 supplies, and incidentals required to complete all work to furnish and 32 install this item to include, but not limited to, excavation, backfill with 33 suitable native material, compaction, removal and wastehaul of excess or 34 unsuitable trench excavation material, valve box, valve stem extension, 35 testing, flushing, disinfection and final adjustment of the valve box to 36 finished grade. 37 38 “Adjust Valve Box,” per each. 39 40 The unit contract price per each for “Adjust Valve Box” shall constitute full 41 compensation for all labor, materials, tools, equipment, transportation, 42 supplies, and incidentals required to adjust existing valve boxes to the 43 finished surfaces, as noted and detailed on the Plans. 44

45

Page 203: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 7-20

7-14 HYDRANTS 1 2 7-14.3(1) Setting Hydrants 3 (June 16, 2006 G&O GSP) 4 5 Delete the first paragraph under this Section and replace it with the following: 6 7

Where shown in the Plans, hydrants shall be installed in accordance with 8 the detail provided on the Plans. In addition, a minimum 3-foot radius 9 unobstructed working area shall be provided around all hydrants. The 10 safety flange shall be set 2 inches above finished grade. 11

12 This Section is supplemented with the following: 13 14

The Contractor shall furnish fire hydrants with the correct bury depth 15 (trench depth), in accordance with the specified pipe depth and special 16 conditions of the Project. The fire hydrants shall be installed to provide 17 the mounting height above finished grade as shown on the Plans. The 18 hydrant shall be installed plumb on the vertical axis. 19 20 Hydrants shall be equipped with one Storz pumper nozzle. The pumper 21 port shall be turned to face the street. 22 23 After installation, each hydrant shall receive two field coats of paint. The 24 first coat shall be thoroughly dried before applying the second coat. The 25 exact colors shall be per Contracting Agency’s current standards. 26 27

7-14.3(2) Hydrant Connections 28 (June 16, 2006 G&O GSP) 29 30 Delete all paragraphs under this Section and replace with the following: 31 32

Hydrant laterals shall consist of one continuous section of 6-inch Class 52 33 ductile iron pipe from the main to the hydrant and shall include as auxiliary 34 gate valve set vertically and placed in accordance with the detail provided 35 on the Plans. 36

37 7-14.3(2)A Hydrant Restraints 38 (June 16, 2006 G&O GSP) 39 40 Delete the first sentence of the first paragraph under this Section and replace 41 with the following: 42 43

The thrust created in the hydrant lateral shall be restrained as shown on 44 the detail provided on the Plans. 45

Page 204: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 7-21

1 7-14.4 Measurement 2 (November 24, 2010 G&O GSP) 3 4 Delete all paragraphs under this Section and replace with the following: 5 6

Measurement of fire hydrant assembly will be made per each. 7 8

7-14.5 Payment 9 (January 7, 2013 G&O GSP) 10 11 Delete all paragraphs in this Section and replace it with the following: 12 13

Payment will be made in accordance with Section 1-04.1, for each of the 14 following bid items that are included in the Proposal: 15 16 “Fire Hydrant Assembly,” per each. 17 18 The unit contract price per each for “Fire Hydrant Assembly” shall 19 constitute full compensation for all labor, materials, tools, equipment, 20 transportation, supplies, and incidentals required to complete all work to 21 furnish and install this item to include, but not limited to, excavation, 22 backfill with suitable native material, compaction, removal and wastehaul 23 of excess or unsuitable trench excavation material, painting, blocking, 24 restraint systems, gate valve, main line tee, valve box, hydrant extensions, 25 Storz adaptors, fittings, gravel drywell, concrete pads, the 6-inch hydrant 26 stub, hillside barrier, turning the pumper port to face the street, material 27 and compaction testing of suitable native backfill, testing, flushing, and 28 disinfection. 29 30

7-15 SERVICE CONNECTIONS 31 32 7-15.3 Construction Requirements 33 (June 16, 2006 G&O GSP) 34 35 Delete the first paragraph in this Section and replace with the following: 36 37

Service connections shall be constructed at the locations shown on the 38 Plans and in accordance with the detail provided on the Plans. 39 40 All piping and fittings shall be left exposed until they have been inspected 41 by the Contracting Agency and approval is given for backfilling. 42

43

Page 205: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 7-22

7-15.4 Measurement 1 (November 24, 2010 G&O GSP) 2 3 Delete all paragraphs under this Section and replace with the following: 4 5

Service connections will be measured per each for each size of water 6 service connection installed. 7 8 Measurement for payment of service pipe will be by the linear foot of 9 service pipe laid, tested, and connected will be measured along the pipe 10 through fittings and couplings. 11

12 Measurement of “Adjust Meter Box” will be per each existing meter box 13 adjusted to grade. 14

15 7-15.5 Payment 16 (******) 17 18 Delete all paragraphs paragraph in this Section and replace with the following: 19 20

Payment will be made in accordance with Section 1-04.1, for each of the 21 following bid items that are included in the Proposal: 22 23 “Service Reconnection, ____ In. Diam.,” per each. 24 25 The unit contract price per each for “Service Reconnection, ____ In. 26 Diam.” shall constitute full compensation for all labor, materials, tools, 27 equipment, transportation, supplies, and incidentals required to complete 28 all work to furnish and install this item to include, but not limited to, 29 excavation, backfill with suitable native material, compaction, removal and 30 wastehaul of excess or unsuitable trench excavation material, tapping the 31 main, corp. stop, meter setter and spacer, meter box, material and 32 compaction testing of suitable native backfill, testing, flushing, and 33 disinfection. 34

35 “Service Connection, ____ In. Diam.,” per each. 36 37 The unit contract price per each for “Service Connection, ____ In. Diam.” 38 shall constitute full compensation for all labor, materials, tools, equipment, 39 transportation, supplies, and incidentals required to complete all work to 40 furnish and install this item to include, but not limited to, excavation, 41 backfill with suitable native material, compaction, removal and wastehaul 42 of excess or unsuitable trench excavation material, tapping the main, corp. 43 stop, meter setter and spacer, meter box, material and compaction testing 44 of suitable native backfill, testing, flushing, and disinfection. 45

Page 206: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 7-23

1 “Service Pipe, ____ In. Diam.,” per linear foot. 2 3 The unit contract price per linear foot for “Service Pipe, ____ In. Diam.” 4 shall constitute full compensation for all labor, materials, tools, equipment, 5 transportation, supplies, and incidentals required to complete all work to 6 furnish and install this item to include, but not limited to, excavation, 7 backfill with suitable native material, compaction, removal and wastehaul 8 of excess or unsuitable trench excavation material, material and 9 compaction testing of suitable excavated native backfill, casing pipe where 10 required, testing, flushing, and disinfection. 11

12 7-17 SANITARY SEWERS 13 14 7-17.3(2) Cleaning and Testing 15 16 7-17.3(2)A General 17 (June 16, 2006 G&O GSP) 18 19 This Section is supplemented with the following: 20 21

All lines shall be flushed clean of all debris prior to acceptance. Water for 22 this purpose shall be furnished by the Contracting Agency. Disposal of 23 the flushing water will be to a point approved by the Contracting Agency. 24

25 7-17.3(2)B Exfiltration Test 26 (June 16, 2006 G&O GSP) 27 28 Delete this Section in its entirety and replace with the following: 29 30

The exfiltration test method shall not be used for testing on this Project. 31 32 7-17.3(2)F Low Pressure Test for Sanitary Sewers Constructed of Non 33

Air-Permeable Materials 34 (June 16, 2006 G&O GSP) 35 36 This Section is supplemented with the following: 37 38

The pipe installation shall be tested with low pressure air immediately 39 following cleaning and flushing. Air shall be slowly supplied to the plugged 40 pipe installation until the internal air pressure reaches 4.0 psi greater than 41 the average back pressure of any ground water that may submerge the 42 pipe. At least two minutes shall be allowed for temperature stabilization 43 before proceeding further. After the internal air temperature stabilizes, the 44 pressure in the pipe shall be bled down to 3-1/2 psi above the average 45

Page 207: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 7-24

back pressure of groundwater above the centerline of the pipe. The 1 Contractor shall be responsible for coordinating and providing for rerouting 2 existing sewage flow around the test area as necessary. 3

4 7-17.3(2)H Television Inspection 5 (June 16 2006, G&O GSP) 6 7 Delete this Section in its entirety and replace with the following. 8 9

The new sanitary sewer shall be inspected by use of a television camera 10 prior to installation of the roadway base. Inspections will be conducted at 11 times agreed upon by the Contracting Agency and the Contractor and will 12 be scheduled to coordinate with the progress schedule. The Contractor 13 shall be responsible for flushing and cleaning the pipelines in preparation 14 for the inspection, plugging upstream manholes and managing wastewater 15 flows in order to complete the inspection. The Contracting Agency will 16 perform the video inspection on the day that the Contractor flushes the 17 pipelines. The Contractor shall provide advance notice of seven calendar 18 days prior to requesting the video inspection. 19

20 The Contractor shall bear all costs incurred in correcting any deficiencies 21 that developed between the initial inspection and final inspection including 22 any costs of any additional television inspection that may be required by 23 the Engineer to verify the correction of said deficiency. The repair method 24 of any deficiencies shall be submitted to and approved by the Contracting 25 Agency prior to being implemented. The results of the television 26 inspection shall be satisfactory to the Contracting Agency before the final 27 acceptance of the Project. 28 29 The Contractor shall receive signed approval of sewer system from the 30 Contracting Agency prior to placement of any permanent roadway base 31 above the sewer. 32

33 7-17.4 Measurement 34 (June 16, 2006 G&O GSP) 35 36 Delete all paragraphs under this Section and replace with the following: 37 38

The length of sewer pipe will be the number of linear feet of completed 39 installation measured along grade and will include the length through 40 elbows, tees and fittings. The number of linear feet will measured from 41 the center of manhole to the center of manhole. 42 43 No measurement shall be made for the testing of sewer pipe. 44

45

Page 208: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 7-25

7-17.5 Payment 1 (January 7, 2013 G&O GSP) 2 3 Delete all paragraphs under this Section and replace with the following: 4 5

Payment will be made in accordance with Section 1-04.1, for each of the 6 following bid items that are included in the Proposal: 7 8 “____ Sanitary Sewer Pipe, ____ In. Diam.,” per linear foot. 9 10 The unit contract price per linear foot of material “____ Sanitary Sewer 11 Pipe, ____ In. Diam.” shall constitute full compensation for all labor, 12 materials, tools, equipment, transportation, supplies, and incidentals 13 required to complete all work to furnish and install this item to include, but 14 not limited to, excavation, pipe bedding, backfill with suitable excavated 15 native material, compaction, removal and wastehaul of excess or 16 unsuitable trench excavation material, connections to existing and new 17 systems, flushing and cleaning, material and compaction testing of 18 suitable native backfill, low pressure air testing, and detectable marking 19 tape. 20

21 7-18 SIDE SEWERS 22 23 7-18.3 Construction Requirements 24 (March 3, 2011 G&O GSP) 25 26 This Section is supplemented with the following: 27 28

All side sewers shall be constructed in accordance with the detail included 29 on the Plans. 30

31 7-18.5 Payment 32 (January 7, 2013 G&O GSP) 33 34 Delete all paragraphs under this Section and replace with the following: 35 36

Payment will be made in accordance with Section 1-04.1, for each of the 37 following bid items that are included in the Proposal: 38 39 “____ Side Sewer Pipe, ____ In. Diam.,” per linear foot. 40 41 The unit contract price per linear foot for material “____ Side Sewer Pipe, 42 ____ In. Diam.” shall constitute full compensation for all labor, materials, 43 tools, equipment, transportation, supplies, and incidentals required to 44 complete all work to furnish and install this item to include, but not limited 45

Page 209: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 7-26

to, excavation, pipe bedding, backfill with suitable native material, 1 compaction, removal and wastehaul of excess or unsuitable trench 2 excavation material, connections to existing and new systems, location 3 markers, flushing and cleaning, material and compaction testing of 4 suitable native backfill, low pressure air testing and detectable marking 5 tape. 6

Page 210: CITY OF WAPATO

DIVISION 8

MISCELLANEOUS CONSTRUCTION

Page 211: CITY OF WAPATO

City of Wapato French Lane Improvements

G&O #19037 8-1

8-01 EROSION CONTROL AND WATER POLLUTION CONTROL 1 2 8-01.3 Construction Requirements 3 (May 4, 2020 G&O GSP) 4 5 This Section is supplemented with the following: 6 7

The Contractor shall take all necessary precautions and utilize the 8 Department of Ecology’s (ECY) Best Management Practices to prevent 9 sediment and fugitive dust from construction activities from entering into 10 storm water systems, natural waterways, or environmentally sensitive 11 areas and from otherwise being carried away from the construction area 12 by stormwater or air. 13 14 Temporary erosion protection shall be furnished, installed, and maintained 15 for the duration of this Project to protect environmentally sensitive areas, 16 sloped surfaces, adjacent areas and/or water bodies or conveyance 17 systems. Temporary erosion protection may include the use of straw, jute 18 matting, wattles, heavy plastic sheeting, or other forms of ground cover on 19 areas disturbed by construction. Sloped surfaces shall be restored and 20 protected in such a manner that surface runoff does not erode the 21 embankments, slopes, or ground surfaces, nor create surface channels, or 22 ruts. 23 24 Any damage caused by the Contractor’s failure to keep the erosion 25 materials maintained shall be borne by the Contractor alone. 26 27

8-01.3(1)A Submittals 28 (May 4, 2020 G&O GSP) 29 30 This Section is supplemented with the following: 31

32 The Contractor shall be required to prepare, maintain, and update the 33 TESC plan, as may be required during the course of the Project. The 34 TESC plan and details included are provided solely for the establishment 35 of basic erosion control measures and are not intended to be a complete 36 plan. 37

38 8-01.3(9)D Inlet Protection 39 (May 4, 2020 G&O GSP) 40 41 This Section is supplemented with the following: 42

43 All catch basins grates within the project limits and adjacent areas shall 44 have inlet protection installed to prevent sedimentation from entering the 45

Page 212: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 8-2

storm system. The inlet protection shall be routinely cleaned of sediment 1 to prevent plugging. This sediment shall be regularly removed, loaded, 2 and hauled to waste whenever it presents a potential surface 3 accumulation problem or concern to the Contracting Agency. 4

5 8-01.4 Measurement 6 (May 4, 2020 G&O GSP) 7 8 This Section is supplemented with the following: 9 10

No specific unit of measure will apply to erosion and pollution prevention. 11 12 8-01.5 Payment 13 (May 4, 2020 G&O GSP) 14 15 Supplement this Section with the following: 16 17

Payments will be made in accordance with Section 1-04.1 for the following 18 Bid Item(s): 19 20 “Erosion Control and Water Pollution Prevention” 21 22 The lump sum contract price for “Erosion Control and Water Pollution 23 Prevention” shall include all costs for preparing a TESC plan and all 24 temporary erosion control and water pollution prevention as stated herein 25 and as further indicated on the Plans that is not otherwise paid under 26 separate contract items in the Proposal, including furnishing, installing, 27 maintaining, removal of erosion/water pollution prevention devices. 28

29 8-04 CURB, GUTTERS, AND SPILLWAYS 30 31 8-04.3 Construction Requirements 32 (November 21, 2009 G&O GSP) 33 34 This Section is supplemented with the following: 35 36

Any curb and gutter damaged, defaced, cracked, chipped, or determined 37 to be of poor workmanship, in the opinion of the Contracting Agency, shall 38 be removed, wastehauled and replaced by the Contractor, at the 39 Contractor’s expense. Sacking and grinding shall not be considered an 40 acceptable means for repairing unacceptable sections. The Contractor 41 shall further provide verbal and written notice (door hanger) to property 42 owners identifying restricted use of their driveways, sidewalks, etc. This 43 notice must be provided twice: at 1 week prior and again 1 day prior to 44 the work being performed. 45

46

Page 213: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 8-3

8-04.5 Payment 1 (January 7, 2013 G&O GSP) 2 3 This Section is supplemented with the following: 4 5

The unit contract price per linear foot for “Cement Conc. Traffic Curb and 6 Gutter,” shall include all costs associated with furnishing labor, material, 7 tools, and equipment for the complete installation of these items including, 8 but not limited to, forming, placing, block-outs, lowering curbs for sidewalk 9 ramps and driveways, reinforcing steel, joint filler, curing, temporary 10 barricades, end-sections, material testing, and any other items as shown 11 on the plans and as required in the field for a complete installation. It shall 12 also include protecting all curb and gutters from vandalism and other 13 damage until accepted by the Contracting Agency. 14

15 8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES 16 17 8-06.2 Materials 18 (September 18, 2018 G&O GSP) 19 20 This Section shall be supplemented with the following: 21 22

Reinforcing Steel 9-07 23 24 8-06.3 Construction Requirements 25 (September 18, 2018 G&O GSP) 26 27 This Section shall be supplemented with the following: 28 29

Cement Concrete Driveway Entrance shall conform to the details shown 30 on the Plans. The driveway width shall be as shown on the Plans or as 31 directed by the Engineer to suit field conditions. The Contractor’s 32 attention is called to the several different driveway entrance 33 configurations. It is essential that the proper detail be used as indicated 34 on the Plans. The Contractor shall confirm each driveway type and width 35 in the field with the Engineer prior to forming the driveway. Failure to do 36 so shall be justification for removing and replacing the work at no 37 additional cost to the Contracting Agency. 38 39 Before placing any concrete, the Contractor shall have on the job site 40 enough protective paper, or equivalent, to cover the pour of an entire day 41 in the event of rain or other unsuitable weather conditions. 42 43 Driveway access shall be maintained at all times. The Contractor shall 44 use steel plates to bridge entrances or construct entrances in sections in 45

Page 214: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 8-4

order to protect new driveway entrances and allow access during the 1 curing period. 2 3 The placing and compaction of the subgrade and crushed surfacing shall 4 be in accordance with the requirements of the applicable sections of the 5 Standard Specifications and these Special Provisions. Reinforcement 6 shall conform to Standard Specifications Section 6-02.3(24). 7 8 The driveway entrance shall be protected against damage or defacement 9 of any kind until acceptance by the Contracting Agency. Any driveway 10 entrance not acceptable, in the opinion of the Engineer, because of 11 damage or defacement shall be removed, wastehauled, and replaced by 12 the Contractor at the Contractor’s expense. Sacking, grinding, or spot 13 repair shall not be considered an acceptable means for repairing 14 unacceptable sections. 15

16 8-06.4 Measurement 17 (November 21, 2009) 18 19 Delete this Section and replace with the following: 20 21

Cement Concrete Driveway Entrance will be measured by the square yard 22 of total surface area from the backside of the curb to the backside of the 23 sidewalk, regardless of entrance type. 24

25 8-06.5 Payment 26 (January 7, 2013 G&O GSP) 27 28 This Section is supplemented with the following: 29 30

The unit contract price per square yard for “Cement Conc. Driveway 31 Entrance” shall be full compensation for all labor, tools, equipment, 32 materials, and incidentals required to perform the work as specified 33 including, but not limited to, furnishing and placing crushed surfacing 34 materials, forming, joint material, furnishing and installing the concrete, 35 reinforcing steel, finishing, protecting the work, temporary steel plating, 36 and material testing, regardless of entrance type. 37

38 39

Page 215: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 8-5

8-13 MONUMENT CASES 1 2 8-13.1 Description 3 4 This Section is supplemented with the following: 5

6 (******) 7 This work shall consist of installing new monuments and/or replacing 8 existing monuments, benchmarks, survey control nails, railroad spikes, 9 and rebar as new monuments, complete with monument cases, pipes, 10 brass caps, and covers, all in accordance with the Plans, Standard 11 Specifications, and the Special Provisions. 12

13 8-13.2 Materials 14 15 This Section is supplemented with the following: 16

17 (******) 18 The pipe shall be Schedule 40 galvanized steel pipe. 19 20 The caps shall be brass, 3 inches in diameter. 21

22 8-13.3 Construction Requirements 23 24 This Section is supplemented with the following: 25 26

(******) 27 As indicated on the Plans, new monuments and/or existing monuments, 28 benchmarks, survey control nails, railroad spikes, and rebar which are to 29 be reset shall be replaced with new monument cases, including brass 30 caps, covers, pipe, and concrete. The materials and method of 31 construction shall conform to the requirements specified herein and as 32 indicated on the Plans. The following procedure shall be followed: 33 34 1. The Engineer will reference all monuments that will be removed or 35

destroyed during the course of construction prior to their removal or 36 destruction. The Engineer will complete and file all documentation 37 required for the temporary removal of said monuments. 38

39 2. After the Contractor constructs the road, the Engineer will set two, 40

2-foot-long “straddles” at the monument locations designated on 41 the Plans. 42

43 3. The Contractor shall install the new monument cases, complete 44

with steel pipes and brass caps, as shown on the Plans. 45

Page 216: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 8-6

1 4. The Engineer will stamp the brass caps with “cross hairs,” or some 2

other such industry-accepted mark, to indicate the point that was 3 removed is now replaced. The Engineer will also affix his/her 4 Washington State PLS registration number to the brass caps. The 5 Engineer will then file all required documentation indicating that the 6 monument has been reestablished. 7

8 The last paragraph of this Section is deleted and replaced with the following: 9

10 (******) 11 The monument case, cover, pipe, and brass cap will be furnished and set 12 in concrete, and patched with HMA, by the Contractor. 13

14 8-13.4 Measurement 15 16 This Section is supplemented with the following: 17 18

(******) 19 Measurement for monument case and cover will be per each for each 20 monument case and cover furnished, installed, and adjusted to grade. 21

22 8-13.5 Payment 23 24 This Section is supplemented with the following: 25 26

(******) 27 The unit price per each for “Monument Case and Cover” shall be full pay 28 for all labor, materials, equipment, and tools necessary to install new 29 monuments, reset existing monuments, and replace existing survey 30 control points as new monuments, including, but not limited to, excavation, 31 backfill, and compaction; concrete, galvanized pipe, monument cases, 32 brass caps, and covers; and surface restoration, including HMA patching, 33 all in accordance with the Plans, Standard Specifications, and the Special 34 Provisions. 35

36 8-12 CHAIN LINK FENCE AND WIRE FENCE 37 38 8-12.1 Description 39 (January 7, 2013 G&O GSP) 40 41 This Section is supplemented with the following: 42 43

This work also consists of removing, stockpiling, and reinstalling existing 44 fence (including gates). 45

Page 217: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 8-7

1 8-12.3 Construction Requirements 2 (January 7, 2013 G&O GSP) 3 4 This Section is supplemented with the following: 5 6

The chain link fabric shall not extend above the plane of the top rail. The 7 top rail shall be a smooth continuous member. 8 9 Relocate Existing Fence 10 11 The Contractor shall be required to remove and reinstall existing fences 12 (including gates) as noted on the Plans. The Contractor is urged to 13 inspect the construction site so as to ascertain the condition of existing 14 fences to be removed and relocated. The fences shall be reinstalled as 15 soon as practicable. The Contractor shall protect the fence materials from 16 damage during the removal, storage, and reinstallation of said fences. 17 Any damage to the materials caused by the Contractor in removing or 18 reinstalling the existing fences, or by the neglect of the Contractor in 19 protecting the fence during storage, shall be cause for rejection by the 20 Engineer; and shall be replaced, in kind at no additional cost to the 21 Contracting Agency. The Contractor shall be required to furnish and 22 install new posts for the entire length of each relocated fence. 23

24 8-12.4 Measurement 25 (January 7, 2013 G&O GSP) 26 27 This Section is supplemented with the following: 28

29 Remove and relocate fence will be measured by the linear foot of 30 reinstalled fence (including gates) along the ground line, exclusive of 31 openings. 32 33

8-12.5 Payment 34 (January 7, 2013 G&O GSP) 35 36 This Section is supplemented with the following: 37 38

The unit contract price per linear foot for “Remove and Relocate Fence” 39 shall include all costs for furnishing the necessary materials, labor, 40 equipment and tools to relocate the fence including, but not limited to, 41 remove and wastehaul the existing fence posts, construct the relocated 42 fence, and gate(s), new concrete footings, new posts and caps, and all 43 hardware for a complete installation. 44

45

Page 218: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 8-8

8-14 CEMENT CONCRETE SIDEWALKS 1 2 8-14.2 Materials 3 (******) 4 5 This Section is supplemented with the following: 6 7

Detectable warning surfaces shall be cast-in-place style. Surface applied 8 detectable warning surfaces shall not be accepted. 9

10 8-14.3 Construction Requirements 11 (November 21, 2009 G&O GSP) 12 13 This Section is supplemented with the following: 14 15

Any sidewalk damaged, defaced, cracked, chipped, or determined to be of 16 poor workmanship, in the opinion of the Contracting Agency, shall be 17 removed, wastehauled, and replaced by the Contractor at the Contractor’s 18 expense. Damaged sidewalk shall be removed at a construction or 19 expansion joint; sawcutting will not be allowed. Sacking, grinding, or spot 20 repaired shall not be considered an acceptable means for repairing 21 unacceptable sections. The Contractor shall further provide verbal and 22 written notice (door hanger) to property owners abutting the Project 23 identifying restricted use of these facilities, etc. This notice must be 24 provided 1 week prior and again 1 day prior to the work being performed. 25

26 8-14.4 Measurement 27 (******) 28 29 Delete this Section and replace with the following: 30 31

Cement concrete sidewalks will be measured by the square yard of 32 finished surface, including the surface area of curb ramps. 33

34 Measurement of curb ramps will be by the unit for each completed ramp, 35 regardless of ramp type. 36

37 8-14.5 Payment 38 (December 14, 2016 G&O GSP) 39 40 This Section is supplemented with the following: 41 42

The unit contract price per square yard for “Cement Conc. Sidewalk” shall 43 include all costs of furnishing all materials, labor, tools, and equipment 44 necessary for a complete installation including forming, furnishing and 45

Page 219: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 8-9

placing crushed surfacing materials and concrete, jointing and joint filler, 1 curing, material testing, temporary barricades, reinforcing steel, and any 2 other items required for a complete installation in good working order and 3 in accordance with the Plans, the Specifications, and as required in the 4 field. It shall also include protecting all sidewalks from damage until 5 accepted by the Contracting Agency. 6 7 The unit contract price per each for “Cement Conc. Curb Ramp” shall 8 include all costs of furnishing all materials, labor, tools, and equipment 9 necessary to furnish and construct the curb ramp, regardless of type, 10 including forming, furnishing and placing concrete, truncated domes, 11 curbing for ramps (at sides or back of ramps), jointing, and joint filler, 12 curing, material testing, and temporary barricades as necessary. 13

14 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, INTELLIGENT 15 TRANSPORTATION SYSTEMS, AND ELECTRICAL 16 17 8-20.3(5) Conduit 18 (******) 19 20 This Section is supplemented with the following: 21 22

Unless otherwise specified on the Plans, all conduit shall be Schedule 80 23 PVC. 24

25 8-20.3(8) Wiring 26 (******) 27 This Section is supplemented with the following: 28 29

No splices shall be allowed in the luminaire and receptacle circuit wiring. 30 All connections shall be made at terminal locations, at the fused quick 31 disconnects, or at a junction box. 32

33 8-20.3(10) Services, Transformers, Intelligent Transportation System 34 Cabinet 35 (******) 36 37 This Section is supplemented with the following: 38 39

The system shall be controlled by a photoelectric control system at the 40 service cabinet to automatically turn streetlights on and off based on 41 ambient lighting. Light Fixture output shall be adjustable from the service 42 cabinet. 43 44

Page 220: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 8-10

The Contractor shall have the service and illumination system inspected 1 by the Department of Labor and Industry and coordinate with Pacific 2 Power to have the service connected to power. 3

4 8-20.3(13) Illumination System 5 6 8-20.3(13)A Light Standards 7 (******) 8 9 This section is supplemented with the following: 10 11

The light standards shall meet the following standards: 12 13

Part Criteria

Pole

Model Valmont Model No. 270845808T4 Aluminum Alloy, 100 Grit Satin Polish, or equal

Pole Height 30 feet

Mast Arm Length 6 feet

Color Gray

Base Type Slip Base

Luminaire

Model AEL Autobahn ATBM or equal

Type LED

Lumens 12,800 lumens

Power 94 W

Color Temperature 4000K, 70 CRI minimum

Adjustable Output/Dimmable Included

Light Trespass Shield Included

Distribution Type Type III

Voltage 240 V

14 8-20.5 Payment 15 (******) 16 17 This Section is supplemented with the following: 18 19

“Illumination System,” lump sum. 20 21 The lump sum price bid for “Illumination System” shall constitute full 22 compensation for all labor, materials, tools, equipment, transportation, 23 supplies, and incidentals required for a complete illumination system to 24 include, but not limited to, concrete foundations, anchor bolts, base plates, 25 base covers, poles, brackets, luminaires, conductors, ground rods, fuses, 26

Page 221: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 8-11

quick disconnects, junction boxes, service cabinets (as shown on the 1 Plans), conduit and wire, trenching, backfilling, sand bedding material, 2 marker tape, coordination with Pacific Power, and connection to existing 3 systems. 4

5 8-21 PERMANENT SIGNING 6 7 8-21.3(4) Sign Removal 8 (January 4, 2010 G&O GSP) 9 10 This Section is supplemented with the following: 11

12 The Contractor shall obtain approval from the Engineer prior to removing 13 existing signs. 14

15 8-21.3(5) Sign Relocation 16 (January 4, 2010 G&O GSP) 17 18 This Section is supplemented with the following: 19 20

All existing signs not designated for permanent removal that are damaged 21 or removed shall be replaced by the Contractor at no additional expense 22 to the Contracting Agency. 23 24 Existing signs shall be temporarily relocated by the Contractor, as 25 required, to portable sign stands, subject to the approval of the Engineer. 26 When temporarily installed on posts, the signs shall be located as near as 27 practical to their permanent locations and shall have a minimum vertical 28 clearance above the pavement in accordance with the Manual on Uniform 29 Traffic Control Devices (MUTCD). 30 31 All portable sign stands shall be designed to rigidly support the sign in 32 position without creating a hazard to the motorist. Portable sign stands 33 shall be furnished by the Contractor and upon completion of the work shall 34 remain the property of the Contractor and shall be removed from the 35 Project. 36

37 38

Page 222: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 8-12

8-21.5 Payment 1 (November 24, 2010 G&O GSP) 2 3 This Section is supplemented with the following: 4 5

“Permanent Signing,” per lump sum. 6 7 The lump sum contract price for “Permanent Signing” shall be full pay for 8 all material, labor, tools, and equipment necessary to remove, protect, and 9 reinstall existing signs including posts, concrete anchors, and fasteners, 10 as specified herein and shown on the Plans, as well as furnishing and 11 installing all new permanent signs as may be specified on the Plans. 12 13

8-22 PAVEMENT MARKING 14 15 8-22.1 Description 16 (June 16, 2006 G&O GSP) 17 18 This Section is supplemented with the following: 19 20

Pavement markings shall conform to Section 8-22 of the Standard 21 Specifications, and the latest edition and amendments thereto of the 22 Manual on Uniform Traffic Control Devices (MUTCD) as adopted by the 23 State of Washington, and shall be constructed as shown in the Plans 24 except as modified herein. 25 26 The Contractor shall be responsible for all traffic control required to place 27 and protect pavement marking material, as outlined in Sections 1-07.23 28 and 1-10 of the Standard Specifications and these Special Provisions. 29

30 8-22.2 Materials 31 (November 1, 2011 G&O GSP) 32 33 This Section is supplemented with the following: 34 35

Plastic pavement marking materials shall be Type A – liquid hot applied 36 thermoplastic unless indicated otherwise in the Contract Documents. 37 38 Patents 39 The Contractor shall assume all costs arising from the use of patented 40 materials, equipment, devices, or processes used on or incorporated in 41 the work, and agrees to indemnify and save harmless the Contracting 42 Agency and its duly authorized representatives from all suits of law or 43 action of every nature for, or on account of, the use of any patented 44 materials, equipment, device, or processes. 45

Page 223: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 8-13

1 Acceptance 2 The Contractor shall be responsible for supplying material that meets 3 aforestated material and testing requirements. The Contractor shall 4 supply certification that the pavement marking material meets the above 5 specifications. 6

7 8-22.3 Construction Requirements 8 (November 24, 2010 G&O GSP) 9 10 This Section is supplemented with the following: 11 12

In addition to the requirements of Sections 8-22.3(2) and 8-22.3(3), the 13 application and surface preparation shall conform to the manufacturer’s 14 recommendations. 15 16 The Contractor shall provide the Engineer with two copies of the 17 manufacturer’s recommendations for installation. 18 19 In all cases, the product manufacturer’s recommended application 20 procedures shall be adhered to. When no such procedures have been 21 published, workmanship shall be governed by these Special Provisions 22 and the Standard Specifications. 23 24 After cleaning of areas to receive pavement markings, the areas shall 25 pass inspection of the Engineer prior to application of the material or the 26 primer coat. 27 28 Reflectorized beading as stated in Section 8-22.3(3) of the Standard 29 Specifications shall be provided with all pavement markings. 30

31 8-22.3(6) Removal of Pavement Markings 32 (November 21, 2009 G&O GSP) 33 34 This Section is supplemented with the following: 35

36 Painting is not an acceptable method for obliteration or removal of 37 pavement markings. 38

39 40

Page 224: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 8-14

SECTION 8 – MISCELLANEOUS 1 (November 24, 2010 G&O GSP) 2 3 This Section is supplemented with the following: 4 5 PROJECT DOCUMENTATION 6 (November 24, 2010 G&O GSP) 7 8 Description 9 10 The Work described in this section includes record drawings, photographs, and 11 property release forms. 12 13 Construction Requirements 14 15 Record Drawings 16 17 Record drawings and other documents are to be maintained and annotated by 18 the Contractor during construction as follows: (1) a neatly and legibly marked set 19 of Contract Plans showing the final location of piping, structures, paving limits, 20 curbs, gutters, sidewalks, relocated utility structures, monuments, channelization, 21 etc.; (2) additional documents such as schedules, lists, drawings, and 22 easement/permit forms included in the Specifications; and (3) Contractor layout 23 and installation drawings. 24

25 Unless otherwise specified, record drawings shall be full size and maintained in a 26 clean, dry, and legible condition. Record documents shall not be used for 27 construction purposes and shall be available for review by the Contracting 28 Agency during normal working hours at the Contractor’s field office. At the 29 completion of the Work and prior to final payment, all record drawings and 30 attachments shall be submitted to the Contracting Agency. 31 32 The record drawings shall be prepared concurrently with the Work being 33 performed and shall be kept current at all times. Annotations to the record 34 documents shall be made with an erasable colored pencil conforming to the 35 following color code: 36 37

Additions - Red 38 Deletions - Green 39 Comments - Blue 40 Dimensions - Graphite 41

42 The record drawings shall identify all existing or abandoned utilities that were 43 found during construction and not shown on the original Contract Plans. 44 45

Page 225: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 8-15

The Contractor will be provided with one set of Contract Plans for this purpose. 1 At the end of the project, each record drawing and other document shall be 2 stamped and signed by the Contractor, attesting to the accuracy of the drawing 3 or other document. 4

5 Photographs 6 7 The Contractor shall provide comprehensive preconstruction photographs of the 8 entire Work site and adjoining properties. The photographs shall provide 9 complete coverage of all features. 10 11

Before construction starts, an electronic file shall be delivered to the 12 Contracting Agency. Photographs shall be taken in and along the project 13 limits, prior to construction. Special attention shall be provided to depict 14 existing conditions, edge of pavement, drainage facilities, and utility 15 markers. The photographs shall be of commercial quality and shall 16 indicate the date, contract number, name of project and the location and 17 direction where the photograph was taken. Photographs shall be provided 18 on a USB drive or CD. The Contractor shall provide post-construction 19 photographs from the same spot and angle as the pre-construction 20 photographs. An electronic file of post-construction photos shall be 21 submitted; prints are not required. The Contractor shall provide 50 pre and 22 50 post-construction photographs of the Work site. 23 24

Property Release Forms 25 26 The Contractor shall be held responsible for acquiring signed property release 27 forms in the format provided in the Appendix, for all properties which have been 28 disturbed or damaged by the Contractor's operations, or utilized by the 29 Contractor for staging, storing, or stock piling of materials or equipment. 30 31 This work shall include submitting the form(s), as further shown herein, by 32 certified mail to each property owner effected and further including therein a self 33 addressed stamped envelope for the property owner’s use. The enclosed self 34 addressed envelope shall be addressed to: City of Wapato, 205 East 3rd Street, 35 Wapato, WA 98951. Contractor shall provide a copy of all certified mailings to 36 the Contracting Agency. 37 38 Payment 39 40 All costs for the work as specified in this Section shall be included in the lump 41 sum contract price for “Mobilization, Cleanup, and Demobilization.” The 42 Contractor’s record drawings will be reviewed monthly for completeness by the 43 Contracting Agency. If the record drawings do not reflect the work performed, 44

Page 226: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 8-16

payment for those items of work not reflected on the record drawings shall not be 1 included in the current monthly progress estimate. 2 3 ORDER OF WORK 4 5 This Section is supplemented with the following: 6 7

The order of work except as may otherwise be outlined herein will be at 8 the Contractor’s option, in keeping with good construction practice. The 9 work shall be scheduled and constructed in accordance with the various 10 permits and franchise requirements and/or conditions. 11 12 Prior to starting construction, the Contractor shall furnish the Contracting 13 Agency with an Erosion Control Plan, a Spill Prevention Control and 14 Countermeasures Plan (SPCC Plan), Progress Schedule, and a Traffic 15 Control Plan. All plans shall be approved by the Contracting Agency prior 16 to commencing any construction operations. 17 18 As a first order of work, the Contractor shall attend a mandatory pre-19 construction meeting. 20 21 As a second order of work, the Contractor shall provide Public Notice to 22 property owners abutting the project limits. 23 24 As a third order of work, the Contractor shall provide material submittals. 25 The Contractor shall also provide a schedule of value for all lump sum bid 26 items. 27 28 As a fourth order of work, the Contractor shall call 1-CALL and have 29 utilities marked in the field by the various utility owners. 30 31 As a fifth order of work, after the utilities have been marked, the 32 Contractor shall provide for the photographing of the entire project site. 33 This activity must be completed and the photographs and digital files 34 delivered to the Contracting Agency as required and further specified in 35 Section 8 prior to any excavation, asphalt cutting, mobilization, staging, or 36 any other work items being performed. 37 38 As a sixth order of work, the Contractor shall furnish and install all 39 temporary facilities, erosion control items, and signs/barricades for detour 40 routes, unless indicated otherwise on the Plans. 41 42 As a seventh order of work, the Contractor shall pothole existing utilities 43 as specifically noted on the Plans, as well as in other areas the Contractor 44 deems necessary. 45

Page 227: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 8-17

1 As an eighth order of work, the Contractor shall install all underground 2 utilities prior to grading the roadway section, unless otherwise approved 3 by the Contracting Agency. 4 5 The remaining order of work shall be at the Contractor’s option, in keeping 6 with generally accepted, good construction practice. However, the 7 Contractor shall coordinate work by others which will affect his production, 8 schedule, mobilization and demobilization efforts. 9 10 As a second to last order of work, the Contractor shall submit Property 11 Release Forms and Record Drawings. After all preliminary and final 12 “punch list” items have been satisfactorily completed, then, as a last order 13 of work, the Contractor shall provide post-construction photographs. 14 15 The Contractor shall conduct the order of work to allow all existing 16 facilities to remain operational except as noted herein during the 17 construction of this project, and to minimize disruption of any utility 18 service. The order of work for the Contract shall be so planned as to 19 complete all work within the time limits established within the Contract 20 Provisions. 21

Page 228: CITY OF WAPATO

DIVISION 9

MATERIALS

Page 229: CITY OF WAPATO

City of Wapato French Lane Improvements

G&O #19037 9-1

DIVISION 9 MATERIALS 1 2 9-02 BITUMINOUS MATERIALS 3 4 9-02.1(4) Performance Graded Asphalt Binder (PGAB) 5 6 Delete the additional requirement of 60 percent minimum RTFO Residue:Elastic 7 Recovery for PG 64-28 Asphalt Binder from the table in this Section. 8 9 9-03 AGGREGATES 10 11 9-03.8(7) HMA Tolerances and Adjustments 12 (March 14, 2014 G&O GSP) 13 14 Delete Item 1 and replace it with the following: 15 16

1. Job Mix Formula Tolerances. After the JMF is determined as 17 required in 5-04.3(7)A, the constituents of the mixture at the time of 18 acceptance shall conform to the following tolerances: 19

20

Nonstatistical Evaluation

Commercial Evaluation Aggregate, percent passing

1", 3/4", 1/2", 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%

21 These tolerance limits constitute the allowable limits as described in 22 Section 1-06.2. The tolerance limit for aggregate shall not exceed the 23 limits of the control points section, except the tolerance limits for sieves 24 designated as 100 percent passing will be 99-100. The tolerance limits on 25 sieves shall only apply to sieves with control points. 26

27 9-05 DRAINAGE STRUCTURES AND CULVERTS 28 29 9-05.15(1) Manhole Ring and Cover 30 (January 4, 2010 G&O GSP) 31 32 This Section is supplemented with the following: 33 34

Manhole rings and covers shall conform to Section 9-05.15(1) of the 35 Standard Specifications unless indicated otherwise in the Contract 36 Documents. 37

Page 230: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 9-2

9-05.15(2) Metal Frame and Solid Metal Cover for Catch Basins or Inlets 1 (January 4, 2010 G&O GSP) 2 3 This Section is supplemented with the following: 4 5

Metal frames and solid metal covers for catch basins or inlets shall conform 6 to Section 9-05.15(2) of the Standard Specifications unless indicated 7 otherwise in the Contract Documents. 8

9 9-05.19 Corrugated Polyethylene Culvert Pipe 10 (January 7, 2013 G&O GSP) 11 12 Delete the first sentence of the first paragraph and replace with the following: 13 14

Corrugated polyethylene culvert pipe, couplings and fittings shall meet the 15 requirements of AASHTO M 294 Type S for pipe 12-inch to 60-inch 16 diameter with silt-tight joints. 17

18 9-05.20 Corrugated Polyethylene Storm Sewer Pipe 19 (January 7, 2013 G&O GSP) 20 21 Delete the first sentence of the first paragraph and replace with the following: 22 23

Corrugated polyethylene storm sewer pipe, couplings and fittings shall meet 24 the requirements of AASHTO M 294 Type S 25

26 9-05.50(2) Manholes 27 (May 5, 2016 G&O GSP) 28 29 This Section is supplemented with the following: 30 31

Manholes steps shall be polypropylene plastic coated on a No. 4 deformed 32 rebar conforming to ASTM C478. Polypropylene shall conform to ASTM 33 D4101. Steps shall be a minimum of 16 inches wide and project a minimum 34 of 7 inches away from the wall. The top surface of the step shall have a 35 studded non-slip surface. 36

37 9-30 WATER DISTRIBUTION MATERIALS 38 39 9-30.1(1) Ductile Iron Pipe 40 (June 16, 2006 G&O GSP) 41 42 Delete the first paragraph of this Section and replace it with the following: 43 44

Page 231: CITY OF WAPATO

SPECIAL PROVISIONS - Continued

City of Wapato French Lane Improvements

G&O #19037 9-3

1. Ductile iron pipe shall be centrifugally cast and meet the 1 requirements of AWWA C151. Ductile iron pipe shall have a cement 2 mortar lining meeting the requirements of AWWA C104. All other 3 ductile iron pipe shall be Standard Thickness Class 52 or the 4 thickness as shown on the Plans. 5

6 9-30.2(1) Ductile Iron Pipe 7 (January 4, 2010 G&O GSP) 8 9 Delete the fourth sentence and replace with the following: 10 11

Gaskets for flat faced or raised faced flanges shall be 1/8-inch-thick 12 neoprene having a durometer of 60 plus or minus 5. 13

Page 232: CITY OF WAPATO

PART 5

WAGE RATES

Page 233: CITY OF WAPATO

WASHINGTON STATE PREVAILING WAGE RATES

Page 234: CITY OF WAPATO

State of WashingtonDepartment of Labor & Industries

Prevailing Wage Section - Telephone 360-902-5335PO Box 44540, Olympia, WA 98504-4540

Washington State Prevailing WageThe PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate offringe benefits. On public works projects, worker's wage and benefit rates must add to not

less than this total. A brief description of overtime calculation requirements are provided onthe Benefit Code Key.

Journey Level Prevailing Wage Rates for the Effective Date: 05/06/2021

County Trade Job Classification Wage Holiday Overtime Note *RiskClass

Yakima Asbestos AbatementWorkers

Journey Level $42.32 5D 1H View

Yakima Boilermakers Journey Level $70.79 5N 1C ViewYakima Brick Mason Journey Level $51.84 5A 1M ViewYakima Building Service Employees Janitor $13.69   1 ViewYakima Building Service Employees Shampooer $13.69   1 ViewYakima Building Service Employees Waxer $13.69   1 ViewYakima Building Service Employees Window Cleaner $13.69   1 ViewYakima Cabinet Makers (In Shop) Journey Level $16.35   1 ViewYakima Carpenters Acoustical Worker $49.27 7E 4X 8N ViewYakima Carpenters Bridge, Dock And Wharf

Carpenters$64.94 7A 4C View

Yakima Carpenters Floor Layer & Floor Finisher $49.27 7E 4X 8N ViewYakima Carpenters Form Builder $49.27 7E 4X 8N ViewYakima Carpenters General Carpenter $49.27 7E 4X 8N ViewYakima Carpenters Heavy Construction

Carpenter$54.48 7E 4X 9E View

Yakima Carpenters Scaffold/Shoring Erecting &Dismantling

$54.48 7E 4X 8N View

Yakima Cement Masons Journey Level $46.83 7B 1N ViewYakima Divers & Tenders Bell/Vehicle or Submersible

Operator (Not UnderPressure)

$118.80 7A 4C View

Yakima Divers & Tenders Dive Supervisor/Master $81.98 7A 4C ViewYakima Divers & Tenders Diver $118.80 7A 4C 8V ViewYakima Divers & Tenders Diver On Standby $76.98 7A 4C ViewYakima Divers & Tenders Diver Tender $69.91 7A 4C ViewYakima Divers & Tenders Manifold Operator $69.91 7A 4C ViewYakima Divers & Tenders Manifold Operator Mixed Gas $74.91 7A 4C ViewYakima Divers & Tenders Remote Operated Vehicle

Operator/Technician$69.91 7A 4C View

Yakima Divers & Tenders Remote Operated VehicleTender

$65.19 7A 4C View

Yakima Dredge Workers Assistant Engineer $70.62 5D 3F ViewYakima Dredge Workers Assistant Mate (Deckhand) $70.07 5D 3F View

Firefox https://secure.lni.wa.gov/wagelookup/

1 of 16 4/14/2021, 12:46 PM

Page 235: CITY OF WAPATO

Yakima Dredge Workers Boatmen $70.62 5D 3F ViewYakima Dredge Workers Engineer Welder $71.97 5D 3F ViewYakima Dredge Workers Leverman, Hydraulic $73.41 5D 3F ViewYakima Dredge Workers Mates $70.62 5D 3F ViewYakima Dredge Workers Oiler $70.07 5D 3F ViewYakima Drywall Applicator Journey Level $49.27 7E 4X 8N ViewYakima Drywall Tapers Journey Level $44.38 7E 1P ViewYakima Electrical Fixture

Maintenance WorkersJourney Level $43.32   1 View

Yakima Electricians - Inside Cable Splicer $73.13 5A 1E ViewYakima Electricians - Inside Journey Level $70.64 5A 1E ViewYakima Electricians - Inside Welder $75.60 5A 1E ViewYakima Electricians - Motor Shop Craftsman $15.37   1 ViewYakima Electricians - Motor Shop Journey Level $14.69   1 ViewYakima Electricians - Powerline

ConstructionCable Splicer $82.39 5A 4D View

Yakima Electricians - PowerlineConstruction

Certified Line Welder $75.64 5A 4D View

Yakima Electricians - PowerlineConstruction

Groundperson $49.17 5A 4D View

Yakima Electricians - PowerlineConstruction

Heavy Line EquipmentOperator

$75.64 5A 4D View

Yakima Electricians - PowerlineConstruction

Journey Level Lineperson $75.64 5A 4D View

Yakima Electricians - PowerlineConstruction

Line Equipment Operator $64.54 5A 4D View

Yakima Electricians - PowerlineConstruction

Meter Installer $49.17 5A 4D 8W View

Yakima Electricians - PowerlineConstruction

Pole Sprayer $75.64 5A 4D View

Yakima Electricians - PowerlineConstruction

Powderperson $56.49 5A 4D View

Yakima Electronic Technicians Journey Level $46.20 5I 1B ViewYakima Elevator Constructors Mechanic $100.51 7D 4A ViewYakima Elevator Constructors Mechanic In Charge $108.53 7D 4A ViewYakima Fabricated Precast

Concrete ProductsCraftsman - In-Factory WorkOnly

$13.69   1 View

Yakima Fabricated PrecastConcrete Products

Journey Level $13.69   1 View

Yakima Fabricated PrecastConcrete Products

Journey Level - In-FactoryWork Only

$13.69   1 View

Yakima Fence Erectors Fence Erector $39.75 7A 4V 8Y ViewYakima Fence Erectors Fence Laborer $39.75 7A 4V 8Y ViewYakima Flaggers Journey Level $39.75 7A 4V 8Y ViewYakima Glaziers Journey Level $34.56 7L 4L ViewYakima Heat & Frost Insulators And

Asbestos WorkersJourneyman $79.43 5J 4H View

Yakima Heating EquipmentMechanics

Journey Level $66.06 5A 1X View

Yakima Hod Carriers & MasonTenders

Journey Level $43.57 7A 4V 8Y View

Yakima Industrial Power VacuumCleaner

Journey Level $13.69   1 View

Yakima Inland Boatmen Journey Level $13.69   1 View

Firefox https://secure.lni.wa.gov/wagelookup/

2 of 16 4/14/2021, 12:46 PM

Page 236: CITY OF WAPATO

Yakima Inspection/Cleaning/SealingOf Sewer & Water SystemsBy Remote Control

Cleaner Operator, FoamerOperator

$13.69   1 View

Yakima Inspection/Cleaning/SealingOf Sewer & Water SystemsBy Remote Control

Grout Truck Operator $13.69   1 View

Yakima Inspection/Cleaning/SealingOf Sewer & Water SystemsBy Remote Control

Head Operator $13.69   1 View

Yakima Inspection/Cleaning/SealingOf Sewer & Water SystemsBy Remote Control

Technician $13.69   1 View

Yakima Inspection/Cleaning/SealingOf Sewer & Water SystemsBy Remote Control

Tv Truck Operator $13.69   1 View

Yakima Insulation Applicators Journey Level $49.27 7E 4X 8N ViewYakima Ironworkers Journeyman $64.91 7N 1O ViewYakima Laborers Erosion Control Worker $42.32 7A 4V 8Y ViewYakima Laborers Air, Gas Or Electric Vibrating

Screed$42.32 7A 4V 8Y View

Yakima Laborers Airtrac Drill Operator $43.57 7A 4V 8Y ViewYakima Laborers Ballast Regular Machine $42.32 7A 4V 8Y ViewYakima Laborers Batch Weighman $39.75 7A 4V 8Y ViewYakima Laborers Brick Pavers $42.32 7A 4V 8Y ViewYakima Laborers Brush Cutter $42.32 7A 4V 8Y ViewYakima Laborers Brush Hog Feeder $42.32 7A 4V 8Y ViewYakima Laborers Burner $42.32 7A 4V 8Y ViewYakima Laborers Caisson Worker $43.57 7A 4V 8Y ViewYakima Laborers Carpenter Tender $42.32 7A 4V 8Y ViewYakima Laborers Cement Dumper-paving $43.04 7A 4V 8Y ViewYakima Laborers Cement Finisher Tender $42.32 7A 4V 8Y ViewYakima Laborers Change House Or Dry Shack $42.32 7A 4V 8Y ViewYakima Laborers Chipping Gun (30 Lbs. And

Over)$43.04 7A 4V 8Y View

Yakima Laborers Chipping Gun (Under 30 Lbs.) $42.32 7A 4V 8Y ViewYakima Laborers Choker Setter $42.32 7A 4V 8Y ViewYakima Laborers Chuck Tender $42.32 7A 4V 8Y ViewYakima Laborers Clary Power Spreader $43.04 7A 4V 8Y ViewYakima Laborers Clean-up Laborer $42.32 7A 4V 8Y ViewYakima Laborers Concrete Dumper/Chute

Operator$43.04 7A 4V 8Y View

Yakima Laborers Concrete Form Stripper $42.32 7A 4V 8Y ViewYakima Laborers Concrete Placement Crew $43.04 7A 4V 8Y ViewYakima Laborers Concrete Saw Operator/Core

Driller$43.04 7A 4V 8Y View

Yakima Laborers Crusher Feeder $39.75 7A 4V 8Y ViewYakima Laborers Curing Laborer $42.32 7A 4V 8Y ViewYakima Laborers Demolition: Wrecking &

Moving (Incl. CharredMaterial)

$42.32 7A 4V 8Y View

Yakima Laborers Ditch Digger $42.32 7A 4V 8Y ViewYakima Laborers Diver $43.57 7A 4V 8Y ViewYakima Laborers Drill Operator (Hydraulic,

Diamond)$43.04 7A 4V 8Y View

Yakima Laborers Dry Stack Walls $42.32 7A 4V 8Y View

Firefox https://secure.lni.wa.gov/wagelookup/

3 of 16 4/14/2021, 12:46 PM

Page 237: CITY OF WAPATO

Yakima Laborers Dump Person $42.32 7A 4V 8Y ViewYakima Laborers Epoxy Technician $42.32 7A 4V 8Y ViewYakima Laborers Faller & Bucker Chain Saw $43.04 7A 4V 8Y ViewYakima Laborers Fine Graders $42.32 7A 4V 8Y ViewYakima Laborers Firewatch $39.75 7A 4V 8Y ViewYakima Laborers Form Setter $42.32 7A 4V 8Y ViewYakima Laborers Gabian Basket Building $42.32 7A 4V 8Y ViewYakima Laborers Gaurdrail Erector $42.32 7A 4V 8Y ViewYakima Laborers General Laborer $42.32 7A 4V 8Y ViewYakima Laborers Grade Checker & Transit

Person$43.57 7A 4V 8Y View

Yakima Laborers Grinders $42.32 7A 4V 8Y ViewYakima Laborers Grout Machine Tender $42.32 7A 4V 8Y ViewYakima Laborers Groutmen (Pressure)

Including Post Tension Beams$43.04 7A 4V 8Y View

Yakima Laborers Hazardous Waste Worker(Level A)

$43.57 7A 4V 8Y View

Yakima Laborers Hazardous Waste Worker(Level B)

$43.04 7A 4V 8Y View

Yakima Laborers Hazardous Waste Worker(Level C)

$42.32 7A 4V 8Y View

Yakima Laborers High Scaler $43.57 7A 4V 8Y ViewYakima Laborers Jackhammer $43.04 7A 4V 8Y ViewYakima Laborers Laserbeam Operator $43.04 7A 4V 8Y ViewYakima Laborers Maintenance Person $42.32 7A 4V 8Y ViewYakima Laborers Manhole Builder-Mudman $43.04 7A 4V 8Y ViewYakima Laborers Material Yard Person $42.32 7A 4V 8Y ViewYakima Laborers Motorman-Dinky Locomotive $43.04 7A 4V 8Y ViewYakima Laborers Nozzleman (Concrete Pump,

Green Cutter When UsingCombination Of High PressureAir & Water On Concrete &Rock, Sandblast, Gunite,Shotcrete, Water Blaster,Vacuum Blaster)

$43.04 7A 4V 8Y View

Yakima Laborers Pavement Breaker $43.04 7A 4V 8Y ViewYakima Laborers Pilot Car $39.75 7A 4V 8Y ViewYakima Laborers Pipe Later Lead $43.57 7A 4V 8Y ViewYakima Laborers Pipe Layer/Tailor $43.04 7A 4V 8Y ViewYakima Laborers Pipe Pot Tender $43.04 7A 4V 8Y ViewYakima Laborers Pipe Reliner $43.04 7A 4V 8Y ViewYakima Laborers Pipe Wrapper $43.04 7A 4V 8Y ViewYakima Laborers Pot Tender $42.32 7A 4V 8Y ViewYakima Laborers Powderman $43.57 7A 4V 8Y ViewYakima Laborers Powderman's Helper $42.32 7A 4V 8Y ViewYakima Laborers Power Jacks $43.04 7A 4V 8Y ViewYakima Laborers Railroad Spike Puller - Power $43.04 7A 4V 8Y ViewYakima Laborers Raker - Asphalt $43.57 7A 4V 8Y ViewYakima Laborers Re-timberman $43.57 7A 4V 8Y ViewYakima Laborers Remote Equipment Operator $43.04 7A 4V 8Y ViewYakima Laborers Rigger/Signal Person $43.04 7A 4V 8Y ViewYakima Laborers Rip Rap Person $42.32 7A 4V 8Y ViewYakima Laborers Rivet Buster $43.04 7A 4V 8Y View

Firefox https://secure.lni.wa.gov/wagelookup/

4 of 16 4/14/2021, 12:46 PM

Page 238: CITY OF WAPATO

Yakima Laborers Rodder $43.04 7A 4V 8Y ViewYakima Laborers Scaffold Erector $42.32 7A 4V 8Y ViewYakima Laborers Scale Person $42.32 7A 4V 8Y ViewYakima Laborers Sloper (Over 20") $43.04 7A 4V 8Y ViewYakima Laborers Sloper Sprayer $42.32 7A 4V 8Y ViewYakima Laborers Spreader (Concrete) $43.04 7A 4V 8Y ViewYakima Laborers Stake Hopper $42.32 7A 4V 8Y ViewYakima Laborers Stock Piler $42.32 7A 4V 8Y ViewYakima Laborers Tamper & Similar Electric,

Air & Gas Operated Tools$43.04 7A 4V 8Y View

Yakima Laborers Tamper (Multiple & Self-propelled)

$43.04 7A 4V 8Y View

Yakima Laborers Timber Person - Sewer(Lagger, Shorer & Cribber)

$43.04 7A 4V 8Y View

Yakima Laborers Toolroom Person (at Jobsite) $42.32 7A 4V 8Y ViewYakima Laborers Topper $42.32 7A 4V 8Y ViewYakima Laborers Track Laborer $42.32 7A 4V 8Y ViewYakima Laborers Track Liner (Power) $43.04 7A 4V 8Y ViewYakima Laborers Traffic Control Laborer $42.13 7A 4V 9C ViewYakima Laborers Traffic Control Supervisor $44.95 7A 4V 9C ViewYakima Laborers Truck Spotter $42.32 7A 4V 8Y ViewYakima Laborers Tugger Operator $43.04 7A 4V 8Y ViewYakima Laborers Tunnel Work-Guage and Lock

Tender$43.67 7A 4V 8Y View

Yakima Laborers Tunnel Work-Guage and LockTender

$43.67 7A 4V 8Y View

Yakima Laborers Vibrator $43.04 7A 4V 8Y ViewYakima Laborers Vinyl Seamer $42.32 7A 4V 8Y ViewYakima Laborers Watchmen $36.26 7A 4V 8Y ViewYakima Laborers Welder $43.04 7A 4V 8Y ViewYakima Laborers Well Point Laborer $43.04 7A 4V 8Y ViewYakima Laborers Window Washer/Cleaner $36.26 7A 4V 8Y ViewYakima Laborers - Underground

Sewer & WaterGeneral Laborer & Topman $42.32 7A 4V 8Y View

Yakima Laborers - UndergroundSewer & Water

Pipe Layer $43.04 7A 4V 8Y View

Yakima Landscape Construction LandscapeConstruction/landscaping OrPlanting Laborers

$36.26 7A 4V 8Y View

Yakima Landscape Construction Landscape Operator $69.33 7A 3K 8X ViewYakima Landscape Maintenance Groundskeeper $13.69   1 ViewYakima Lathers Journey Level $49.27 7E 4X 8N ViewYakima Marble Setters Journey Level $51.84 5A 1M ViewYakima Metal Fabrication (In Shop) Fitter $13.69   1 ViewYakima Metal Fabrication (In Shop) Laborer $13.69   1 ViewYakima Metal Fabrication (In Shop) Machine Operator $13.69   1 ViewYakima Metal Fabrication (In Shop) Painter $13.69   1 ViewYakima Metal Fabrication (In Shop) Welder $13.69   1 ViewYakima Millwright Journey Level $68.90 5A 1B ViewYakima Modular Buildings Journey Level $14.11   1 ViewYakima Painters Commercial Painter $38.59 6Z 1W ViewYakima Painters Industrial Painter $45.99 6Z 1W 9D ViewYakima Pile Driver Crew Tender $69.91 7A 4C View

Firefox https://secure.lni.wa.gov/wagelookup/

5 of 16 4/14/2021, 12:46 PM

Page 239: CITY OF WAPATO

Yakima Pile Driver Crew Tender/Technician $69.91 7A 4C ViewYakima Pile Driver Hyperbaric Worker -

Compressed Air Worker0-30.00 PSI

$80.76 7A 4C View

Yakima Pile Driver Hyperbaric Worker -Compressed Air Worker 30.01- 44.00 PSI

$85.76 7A 4C View

Yakima Pile Driver Hyperbaric Worker -Compressed Air Worker 44.01- 54.00 PSI

$89.76 7A 4C View

Yakima Pile Driver Hyperbaric Worker -Compressed Air Worker 54.01- 60.00 PSI

$94.76 7A 4C View

Yakima Pile Driver Hyperbaric Worker -Compressed Air Worker 60.01- 64.00 PSI

$97.26 7A 4C View

Yakima Pile Driver Hyperbaric Worker -Compressed Air Worker 64.01- 68.00 PSI

$102.26 7A 4C View

Yakima Pile Driver Hyperbaric Worker -Compressed Air Worker 68.01- 70.00 PSI

$104.26 7A 4C View

Yakima Pile Driver Hyperbaric Worker -Compressed Air Worker 70.01- 72.00 PSI

$106.26 7A 4C View

Yakima Pile Driver Hyperbaric Worker -Compressed Air Worker 72.01- 74.00 PSI

$108.26 7A 4C View

Yakima Pile Driver Journey Level $65.19 7A 4C ViewYakima Plasterers Journey Level $61.67 7Q 1R ViewYakima Playground & Park

Equipment InstallersJourney Level $13.69   1 View

Yakima Plumbers & Pipefitters Journey Level $85.00 6Z 1Q ViewYakima Power Equipment Operators Asphalt Plant Operators $70.49 7A 3K 8X ViewYakima Power Equipment Operators Assistant Engineer $66.30 7A 3K 8X ViewYakima Power Equipment Operators Barrier Machine (zipper) $69.87 7A 3K 8X ViewYakima Power Equipment Operators Batch Plant Operator:

concrete$69.87 7A 3K 8X View

Yakima Power Equipment Operators Bobcat $66.30 7A 3K 8X ViewYakima Power Equipment Operators Brokk - Remote Demolition

Equipment$66.30 7A 3K 8X View

Yakima Power Equipment Operators Brooms $66.30 7A 3K 8X ViewYakima Power Equipment Operators Bump Cutter $69.87 7A 3K 8X ViewYakima Power Equipment Operators Cableways $70.49 7A 3K 8X ViewYakima Power Equipment Operators Chipper $69.87 7A 3K 8X ViewYakima Power Equipment Operators Compressor $66.30 7A 3K 8X ViewYakima Power Equipment Operators Concrete Finish Machine -

Laser Screed$66.30 7A 3K 8X View

Yakima Power Equipment Operators Concrete Pump - Mounted OrTrailer High Pressure LinePump, Pump High Pressure

$69.33 7A 3K 8X View

Yakima Power Equipment Operators Concrete Pump: Truck MountWith Boom Attachment Over42 M

$70.49 7A 3K 8X View

Yakima Power Equipment Operators Concrete Pump: Truck MountWith Boom Attachment Up To42m

$69.87 7A 3K 8X View

Firefox https://secure.lni.wa.gov/wagelookup/

6 of 16 4/14/2021, 12:46 PM

Page 240: CITY OF WAPATO

Yakima Power Equipment Operators Conveyors $69.33 7A 3K 8X ViewYakima Power Equipment Operators Cranes friction: 200 tons and

over$72.63 7A 3K 8X View

Yakima Power Equipment Operators Cranes: 100 tons through 199tons, or 150' of boom(including jib withattachments)

$71.20 7A 3K 8X View

Yakima Power Equipment Operators Cranes: 20 Tons Through 44Tons With Attachments

$69.87 7A 3K 8X View

Yakima Power Equipment Operators Cranes: 200 tons- 299 tons,or 250' of boom including jibwith attachments

$71.93 7A 3K 8X View

Yakima Power Equipment Operators Cranes: 300 tons and over or300' of boom including jibwith attachments

$72.63 7A 3K 8X View

Yakima Power Equipment Operators Cranes: 45 Tons Through 99Tons, Under 150' Of Boom(including Jib WithAttachments)

$70.49 7A 3K 8X View

Yakima Power Equipment Operators Cranes: A-frame - 10 TonsAnd Under

$66.30 7A 3K 8X View

Yakima Power Equipment Operators Cranes: Friction cranesthrough 199 tons

$71.93 7A 3K 8X View

Yakima Power Equipment Operators Cranes: through 19 tons withattachments, A-frame over10 tons

$69.33 7A 3K 8X View

Yakima Power Equipment Operators Crusher $69.87 7A 3K 8X ViewYakima Power Equipment Operators Deck Engineer/Deck Winches

(power)$69.87 7A 3K 8X View

Yakima Power Equipment Operators Derricks, On Building Work $70.49 7A 3K 8X ViewYakima Power Equipment Operators Dozers D-9 & Under $69.33 7A 3K 8X ViewYakima Power Equipment Operators Drill Oilers: Auger Type,

Truck Or Crane Mount$69.33 7A 3K 8X View

Yakima Power Equipment Operators Drilling Machine $71.20 7A 3K 8X ViewYakima Power Equipment Operators Elevator And Man-lift:

Permanent And Shaft Type$66.30 7A 3K 8X View

Yakima Power Equipment Operators Finishing Machine, BidwellAnd Gamaco & SimilarEquipment

$69.87 7A 3K 8X View

Yakima Power Equipment Operators Forklift: 3000 Lbs And OverWith Attachments

$69.33 7A 3K 8X View

Yakima Power Equipment Operators Forklifts: Under 3000 Lbs.With Attachments

$66.30 7A 3K 8X View

Yakima Power Equipment Operators Grade Engineer: Using BluePrints, Cut Sheets, Etc

$69.87 7A 3K 8X View

Yakima Power Equipment Operators Gradechecker/Stakeman $66.30 7A 3K 8X ViewYakima Power Equipment Operators Guardrail Punch $69.87 7A 3K 8X ViewYakima Power Equipment Operators Hard Tail End Dump

Articulating Off- RoadEquipment 45 Yards. & Over

$70.49 7A 3K 8X View

Yakima Power Equipment Operators Hard Tail End DumpArticulating Off-roadEquipment Under 45 Yards

$69.87 7A 3K 8X View

Yakima Power Equipment Operators Horizontal/Directional DrillLocator

$69.33 7A 3K 8X View

Yakima Power Equipment Operators Horizontal/Directional DrillOperator

$69.87 7A 3K 8X View

Firefox https://secure.lni.wa.gov/wagelookup/

7 of 16 4/14/2021, 12:46 PM

Page 241: CITY OF WAPATO

Yakima Power Equipment Operators Hydralifts/Boom Trucks Over10 Tons

$69.33 7A 3K 8X View

Yakima Power Equipment Operators Hydralifts/Boom Trucks, 10Tons And Under

$66.30 7A 3K 8X View

Yakima Power Equipment Operators Loader, Overhead 8 Yards. &Over

$71.20 7A 3K 8X View

Yakima Power Equipment Operators Loader, Overhead, 6 Yards.But Not Including 8 Yards

$70.49 7A 3K 8X View

Yakima Power Equipment Operators Loaders, Overhead Under 6Yards

$69.87 7A 3K 8X View

Yakima Power Equipment Operators Loaders, Plant Feed $69.87 7A 3K 8X ViewYakima Power Equipment Operators Loaders: Elevating Type Belt $69.33 7A 3K 8X ViewYakima Power Equipment Operators Locomotives, All $69.87 7A 3K 8X ViewYakima Power Equipment Operators Material Transfer Device $69.87 7A 3K 8X ViewYakima Power Equipment Operators Mechanics, All (leadmen -

$0.50 Per Hour OverMechanic)

$71.20 7A 3K 8X View

Yakima Power Equipment Operators Motor Patrol Graders $70.49 7A 3K 8X ViewYakima Power Equipment Operators Mucking Machine, Mole,

Tunnel Drill, Boring, RoadHeader And/or Shield

$70.49 7A 3K 8X View

Yakima Power Equipment Operators Oil Distributors, BlowerDistribution & Mulch SeedingOperator

$66.30 7A 3K 8X View

Yakima Power Equipment Operators Outside Hoists (Elevators AndManlifts), Air Tuggers, Strato

$69.33 7A 3K 8X View

Yakima Power Equipment Operators Overhead, Bridge TypeCrane: 20 Tons Through 44Tons

$69.87 7A 3K 8X View

Yakima Power Equipment Operators Overhead, Bridge Type: 100Tons And Over

$71.20 7A 3K 8X View

Yakima Power Equipment Operators Overhead, Bridge Type: 45Tons Through 99 Tons

$70.49 7A 3K 8X View

Yakima Power Equipment Operators Pavement Breaker $66.30 7A 3K 8X ViewYakima Power Equipment Operators Pile Driver (other Than Crane

Mount)$69.87 7A 3K 8X View

Yakima Power Equipment Operators Plant Oiler - Asphalt, Crusher $69.33 7A 3K 8X ViewYakima Power Equipment Operators Posthole Digger, Mechanical $66.30 7A 3K 8X ViewYakima Power Equipment Operators Power Plant $66.30 7A 3K 8X ViewYakima Power Equipment Operators Pumps - Water $66.30 7A 3K 8X ViewYakima Power Equipment Operators Quad 9, Hd 41, D10 And Over $70.49 7A 3K 8X ViewYakima Power Equipment Operators Quick Tower - No Cab, Under

100 Feet In Height Based ToBoom

$66.30 7A 3K 8X View

Yakima Power Equipment Operators Remote Control Operator OnRubber Tired Earth MovingEquipment

$70.49 7A 3K 8X View

Yakima Power Equipment Operators Rigger and Bellman $66.30 7A 3K 8X ViewYakima Power Equipment Operators Rigger/Signal Person,

Bellman (Certified)$69.33 7A 3K 8X View

Yakima Power Equipment Operators Rollagon $70.49 7A 3K 8X ViewYakima Power Equipment Operators Roller, Other Than Plant Mix $66.30 7A 3K 8X ViewYakima Power Equipment Operators Roller, Plant Mix Or Multi-lift

Materials$69.33 7A 3K 8X View

Yakima Power Equipment Operators Roto-mill, Roto-grinder $69.87 7A 3K 8X ViewYakima Power Equipment Operators Saws - Concrete $69.33 7A 3K 8X View

Firefox https://secure.lni.wa.gov/wagelookup/

8 of 16 4/14/2021, 12:46 PM

Page 242: CITY OF WAPATO

Yakima Power Equipment Operators Scraper, Self Propelled Under45 Yards

$69.87 7A 3K 8X View

Yakima Power Equipment Operators Scrapers - Concrete & CarryAll

$69.33 7A 3K 8X View

Yakima Power Equipment Operators Scrapers, Self-propelled: 45Yards And Over

$70.49 7A 3K 8X View

Yakima Power Equipment Operators Service Engineers -Equipment

$69.33 7A 3K 8X View

Yakima Power Equipment Operators Shotcrete/Gunite Equipment $66.30 7A 3K 8X ViewYakima Power Equipment Operators Shovel, Excavator, Backhoe,

Tractors Under 15 Metric Tons$69.33 7A 3K 8X View

Yakima Power Equipment Operators Shovel, Excavator, Backhoe:Over 30 Metric Tons To 50Metric Tons

$70.49 7A 3K 8X View

Yakima Power Equipment Operators Shovel, Excavator, Backhoes,Tractors: 15 To 30 MetricTons

$69.87 7A 3K 8X View

Yakima Power Equipment Operators Shovel, Excavator, Backhoes:Over 50 Metric Tons To 90Metric Tons

$71.20 7A 3K 8X View

Yakima Power Equipment Operators Shovel, Excavator, Backhoes:Over 90 Metric Tons

$71.93 7A 3K 8X View

Yakima Power Equipment Operators Slipform Pavers $70.49 7A 3K 8X ViewYakima Power Equipment Operators Spreader, Topsider &

Screedman$70.49 7A 3K 8X View

Yakima Power Equipment Operators Subgrader Trimmer $69.87 7A 3K 8X ViewYakima Power Equipment Operators Tower Bucket Elevators $69.33 7A 3K 8X ViewYakima Power Equipment Operators Tower Crane Up To 175' In

Height Base To Boom$71.20 7A 3K 8X View

Yakima Power Equipment Operators Tower Crane: over 175'through 250' in height, baseto boom

$71.93 7A 3K 8X View

Yakima Power Equipment Operators Tower Cranes: over 250' inheight from base to boom

$72.63 7A 3K 8X View

Yakima Power Equipment Operators Transporters, All Track OrTruck Type

$70.49 7A 3K 8X View

Yakima Power Equipment Operators Trenching Machines $69.33 7A 3K 8X ViewYakima Power Equipment Operators Truck Crane Oiler/driver -

100 Tons And Over$69.87 7A 3K 8X View

Yakima Power Equipment Operators Truck Crane Oiler/DriverUnder 100 Tons

$69.33 7A 3K 8X View

Yakima Power Equipment Operators Truck Mount PortableConveyor

$69.87 7A 3K 8X View

Yakima Power Equipment Operators Welder $70.49 7A 3K 8X ViewYakima Power Equipment Operators Wheel Tractors, Farmall Type $66.30 7A 3K 8X ViewYakima Power Equipment Operators Yo Yo Pay Dozer $69.87 7A 3K 8X ViewYakima Power Equipment

Operators- UndergroundSewer & Water

Asphalt Plant Operators $70.49 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Assistant Engineer $66.30 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Barrier Machine (zipper) $69.87 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Batch Plant Operator,Concrete

$69.87 7A 3K 8X View

Firefox https://secure.lni.wa.gov/wagelookup/

9 of 16 4/14/2021, 12:46 PM

Page 243: CITY OF WAPATO

Yakima Power EquipmentOperators- UndergroundSewer & Water

Bobcat $66.30 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Brokk - Remote DemolitionEquipment

$66.30 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Brooms $66.30 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Bump Cutter $69.87 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Cableways $70.49 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Chipper $69.87 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Compressor $66.30 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Concrete Finish Machine -Laser Screed

$66.30 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Concrete Pump - Mounted OrTrailer High Pressure LinePump, Pump High Pressure

$69.33 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Concrete Pump: Truck MountWith Boom Attachment Over42 M

$70.49 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Concrete Pump: Truck MountWith Boom Attachment Up To42m

$69.87 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Conveyors $69.33 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Cranes friction: 200 tons andover

$72.63 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Cranes: 100 tons through 199tons, or 150' of boom(including jib withattachments)

$71.20 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Cranes: 20 Tons Through 44Tons With Attachments

$69.87 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Cranes: 200 tons- 299 tons,or 250' of boom including jibwith attachments

$71.93 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Cranes: 300 tons and over or300' of boom including jibwith attachments

$72.63 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Cranes: 45 Tons Through 99Tons, Under 150' Of Boom(including Jib WithAttachments)

$70.49 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Cranes: A-frame - 10 TonsAnd Under

$66.30 7A 3K 8X View

Firefox https://secure.lni.wa.gov/wagelookup/

10 of 16 4/14/2021, 12:46 PM

Page 244: CITY OF WAPATO

Yakima Power EquipmentOperators- UndergroundSewer & Water

Cranes: Friction cranesthrough 199 tons

$71.93 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Cranes: through 19 tons withattachments, A-frame over10 tons

$69.33 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Crusher $69.87 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Deck Engineer/Deck Winches(power)

$69.87 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Derricks, On Building Work $70.49 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Dozers D-9 & Under $69.33 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Drill Oilers: Auger Type,Truck Or Crane Mount

$69.33 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Drilling Machine $71.20 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Elevator And Man-lift:Permanent And Shaft Type

$66.30 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Finishing Machine, BidwellAnd Gamaco & SimilarEquipment

$69.87 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Forklift: 3000 Lbs And OverWith Attachments

$69.33 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Forklifts: Under 3000 Lbs.With Attachments

$66.30 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Grade Engineer: Using BluePrints, Cut Sheets, Etc

$69.87 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Gradechecker/Stakeman $66.30 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Guardrail Punch $69.87 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Hard Tail End DumpArticulating Off- RoadEquipment 45 Yards. & Over

$70.49 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Hard Tail End DumpArticulating Off-roadEquipment Under 45 Yards

$69.87 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Horizontal/Directional DrillLocator

$69.33 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Horizontal/Directional DrillOperator

$69.87 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Hydralifts/Boom Trucks Over10 Tons

$69.33 7A 3K 8X View

Firefox https://secure.lni.wa.gov/wagelookup/

11 of 16 4/14/2021, 12:46 PM

Page 245: CITY OF WAPATO

Yakima Power EquipmentOperators- UndergroundSewer & Water

Hydralifts/Boom Trucks, 10Tons And Under

$66.30 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Loader, Overhead 8 Yards. &Over

$71.20 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Loader, Overhead, 6 Yards.But Not Including 8 Yards

$70.49 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Loaders, Overhead Under 6Yards

$69.87 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Loaders, Plant Feed $69.87 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Loaders: Elevating Type Belt $69.33 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Locomotives, All $69.87 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Material Transfer Device $69.87 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Mechanics, All (leadmen -$0.50 Per Hour OverMechanic)

$71.20 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Motor Patrol Graders $70.49 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Mucking Machine, Mole,Tunnel Drill, Boring, RoadHeader And/or Shield

$70.49 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Oil Distributors, BlowerDistribution & Mulch SeedingOperator

$66.30 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Outside Hoists (Elevators AndManlifts), Air Tuggers, Strato

$69.33 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Overhead, Bridge TypeCrane: 20 Tons Through 44Tons

$69.87 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Overhead, Bridge Type: 100Tons And Over

$71.20 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Overhead, Bridge Type: 45Tons Through 99 Tons

$70.49 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Pavement Breaker $66.30 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Pile Driver (other Than CraneMount)

$69.87 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Plant Oiler - Asphalt, Crusher $69.33 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Posthole Digger, Mechanical $66.30 7A 3K 8X View

Firefox https://secure.lni.wa.gov/wagelookup/

12 of 16 4/14/2021, 12:46 PM

Page 246: CITY OF WAPATO

Yakima Power EquipmentOperators- UndergroundSewer & Water

Power Plant $66.30 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Pumps - Water $66.30 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Quad 9, Hd 41, D10 And Over $70.49 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Quick Tower - No Cab, Under100 Feet In Height Based ToBoom

$66.30 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Remote Control Operator OnRubber Tired Earth MovingEquipment

$70.49 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Rigger and Bellman $66.30 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Rigger/Signal Person,Bellman (Certified)

$69.33 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Rollagon $70.49 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Roller, Other Than Plant Mix $66.30 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Roller, Plant Mix Or Multi-liftMaterials

$69.33 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Roto-mill, Roto-grinder $69.87 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Saws - Concrete $69.33 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Scraper, Self Propelled Under45 Yards

$69.87 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Scrapers - Concrete & CarryAll

$69.33 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Scrapers, Self-propelled: 45Yards And Over

$70.49 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Service Engineers -Equipment

$69.33 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Shotcrete/Gunite Equipment $66.30 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Shovel, Excavator, Backhoe,Tractors Under 15 Metric Tons

$69.33 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Shovel, Excavator, Backhoe:Over 30 Metric Tons To 50Metric Tons

$70.49 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Shovel, Excavator, Backhoes,Tractors: 15 To 30 MetricTons

$69.87 7A 3K 8X View

Firefox https://secure.lni.wa.gov/wagelookup/

13 of 16 4/14/2021, 12:46 PM

Page 247: CITY OF WAPATO

Yakima Power EquipmentOperators- UndergroundSewer & Water

Shovel, Excavator, Backhoes:Over 50 Metric Tons To 90Metric Tons

$71.20 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Shovel, Excavator, Backhoes:Over 90 Metric Tons

$71.93 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Slipform Pavers $70.49 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Spreader, Topsider &Screedman

$70.49 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Subgrader Trimmer $69.87 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Tower Bucket Elevators $69.33 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Tower Crane Up To 175' InHeight Base To Boom

$71.20 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Tower Crane: over 175'through 250' in height, baseto boom

$71.93 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Tower Cranes: over 250' inheight from base to boom

$72.63 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Transporters, All Track OrTruck Type

$70.49 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Trenching Machines $69.33 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Truck Crane Oiler/driver -100 Tons And Over

$69.87 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Truck Crane Oiler/DriverUnder 100 Tons

$69.33 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Truck Mount PortableConveyor

$69.87 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Welder $70.49 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Wheel Tractors, Farmall Type $66.30 7A 3K 8X View

Yakima Power EquipmentOperators- UndergroundSewer & Water

Yo Yo Pay Dozer $69.87 7A 3K 8X View

Yakima Power Line Clearance TreeTrimmers

Journey Level In Charge $55.03 5A 4A View

Yakima Power Line Clearance TreeTrimmers

Spray Person $52.24 5A 4A View

Yakima Power Line Clearance TreeTrimmers

Tree Equipment Operator $55.03 5A 4A View

Yakima Power Line Clearance TreeTrimmers

Tree Trimmer $49.21 5A 4A View

Firefox https://secure.lni.wa.gov/wagelookup/

14 of 16 4/14/2021, 12:46 PM

Page 248: CITY OF WAPATO

Yakima Power Line Clearance TreeTrimmers

Tree Trimmer Groundperson $37.47 5A 4A View

Yakima Refrigeration & AirConditioning Mechanics

Journey Level $85.00 6Z 1Q View

Yakima Residential Brick Mason Journey Level $37.47   1 ViewYakima Residential Carpenters Journey Level $32.61   1 ViewYakima Residential Cement Masons Journey Level $28.00   1 ViewYakima Residential Drywall

ApplicatorsJourney Level $33.00   1 View

Yakima Residential Drywall Tapers Journey Level $27.00   1 ViewYakima Residential Electricians Journey Level $28.40   1 ViewYakima Residential Glaziers Journey Level $23.79   1 ViewYakima Residential Insulation

ApplicatorsJourney Level $16.35   1 View

Yakima Residential Laborers Journey Level $15.87   1 ViewYakima Residential Marble Setters Journey Level $37.47   1 ViewYakima Residential Painters Journey Level $17.00   1 ViewYakima Residential Plumbers &

PipefittersJourney Level $17.00   1 View

Yakima Residential Refrigeration &Air Conditioning Mechanics

Journey Level $31.95   1 View

Yakima Residential Sheet MetalWorkers

Journey Level (Field or Shop) $47.89 5A 1X View

Yakima Residential Soft FloorLayers

Journey Level $25.27   1 View

Yakima Residential Sprinkler Fitters(Fire Protection)

Journey Level $13.69   1 View

Yakima Residential Stone Masons Journey Level $18.19   1 ViewYakima Residential Terrazzo

WorkersJourney Level $14.86   1 View

Yakima Residential Terrazzo/TileFinishers

Journey Level $21.96   1 View

Yakima Residential Tile Setters Journey Level $19.07   1 ViewYakima Roofers Irritable Bituminous Roofer $44.91 7G 4I ViewYakima Roofers Journeyman Roofer,

Waterproofer, Kettleman$41.91 7G 4I View

Yakima Sheet Metal Workers Journey Level (Field or Shop) $66.06 5A 1X ViewYakima Sign Makers & Installers

(Electrical)Journey Level $14.65   1 View

Yakima Sign Makers & Installers(Non-Electrical)

Journey Level $14.65   1 View

Yakima Soft Floor Layers Journey Level $51.91 5A 3J ViewYakima Solar Controls For Windows Journey Level $13.69   1 ViewYakima Sprinkler Fitters (Fire

Protection)Journey Level $60.86 7J 1R View

Yakima Stage Rigging Mechanics(Non Structural)

Journey Level $13.69   1 View

Yakima Stone Masons Journey Level $51.84 5A 1M ViewYakima Street And Parking Lot

Sweeper WorkersJourney Level $13.69   1 View

Yakima Surveyors Assistant Construction SiteSurveyor

$69.33 7A 3K 8X View

Yakima Surveyors Chainman $66.30 7A 3K 8X ViewYakima Surveyors Construction Site Surveyor $70.49 7A 3K 8X View

Firefox https://secure.lni.wa.gov/wagelookup/

15 of 16 4/14/2021, 12:46 PM

Page 249: CITY OF WAPATO

Yakima TelecommunicationTechnicians

Journey Level $46.20 5I 1B View

Yakima Telephone LineConstruction - Outside

Cable Splicer $37.40 5A 2B View

Yakima Telephone LineConstruction - Outside

Hole Digger/Ground Person $25.04 5A 2B View

Yakima Telephone LineConstruction - Outside

Telephone EquipmentOperator (Light)

$31.22 5A 2B View

Yakima Telephone LineConstruction - Outside

Telephone Lineperson $35.34 5A 2B View

Yakima Terrazzo Workers Journey Level $43.81 5A 1M ViewYakima Tile Setters Journey Level $43.81 5A 1M ViewYakima Tile, Marble & Terrazzo

FinishersJourney Level $35.93 5A 1M View

Yakima Traffic Control Stripers Journey Level $49.13 7A 1K ViewYakima Truck Drivers Asphalt Mix Over 20 Yards $51.70 5D 1V 8M ViewYakima Truck Drivers Asphalt Mix To 20 Yards $51.50 5D 1V 8M ViewYakima Truck Drivers Dump Truck $51.50 5D 1V 8M ViewYakima Truck Drivers Dump Truck & Trailer $51.70 5D 1V 8M ViewYakima Truck Drivers Other Trucks $51.39 5D 1V 8M ViewYakima Truck Drivers - Ready Mix Transit Mixers 20 yards and

under$51.70 5D 1V 8M View

Yakima Truck Drivers - Ready Mix Transit Mixers over 20 yards $52.04 5D 1V 8M ViewYakima Well Drillers & Irrigation

Pump InstallersIrrigation Pump Installer $25.44   1 View

Yakima Well Drillers & IrrigationPump Installers

Oiler $13.69   1 View

Yakima Well Drillers & IrrigationPump Installers

Well Driller $18.00   1 View

Firefox https://secure.lni.wa.gov/wagelookup/

16 of 16 4/14/2021, 12:46 PM

Page 250: CITY OF WAPATO

Benefit Code Key – Effective 3/3/2021 thru 8/31/2021

1 of 14

************************************************************************************************************ Overtime Codes

Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects, the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker.

1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE

PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.

B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.

C. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday

shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.

D. The first two (2) hours before or after a five-eight (8) hour workweek day or a four-ten (10) hour workweek day and

the first eight (8) hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly 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.

I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage.

J. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday

shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage.

K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours

worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid

at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.

N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage.

All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.

Page 251: CITY OF WAPATO

Benefit Code Key – Effective 3/3/2021 thru 8/31/2021

2 of 14

Overtime Codes Continued

1. O. The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours

worked on Sundays, holidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on Saturday shall be paid at double the hourly rate of wage.

P. All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and

one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage.

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.

U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on

Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage.

V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and

one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage.

W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the

employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage.

X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday

shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage.

Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any

employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10 workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight-time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage.

Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All

hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay.

Page 252: CITY OF WAPATO

Benefit Code Key – Effective 3/3/2021 thru 8/31/2021

3 of 14

Overtime Codes Continued

2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage.

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.

M. This code appears to be missing. 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. R. All hours worked on Sundays and holidays and all hours worked over sixty (60) in one week shall be paid at double

the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked

over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage.

3. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.

F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on

Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay.

H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at

two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half (1-1/2) times the regular rate of pay.

J. All hours worked between the hours of 10:00 pm and 5:00 am, Monday through Friday, and all hours worked on

Saturdays shall be paid at a 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.

K. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when

four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays, and all hours worked in excess of twelve (12) hours in a single shift shall be paid at double the hourly rate of wage.

After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. When an employee returns to work without at least eight (8) hours time off since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until he/she shall have the eight (8) hours rest period.

4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE

PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly

rate of wage. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage.

Page 253: CITY OF WAPATO

Benefit Code Key – Effective 3/3/2021 thru 8/31/2021

4 of 14

Overtime Codes Continued

4. C. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1-1/2) times the straight time rate of pay, except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two (2) times the straight time rate of pay.

D. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly

rate of wage. All hours worked on Saturday, Sundays and holidays shall be paid at double the hourly rate of pay. Rates include all members of the assigned crew.

EXCEPTION: On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations, generating plants, industrial plants, associated installations and substations, except those substations whose primary function is to feed a distribution system, will be paid overtime under the following rates: The first two (2) hours after eight (8) regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one-half times the hourly rate of wage. All hours in excess of ten (10) hours will be at two (2) times the hourly rate of wage. The first eight (8) hours worked on Saturday will be paid at one and one-half (1-1/2) times the hourly rate of wage. All hours worked in excess of eight (8) hours on Saturday, and all hours worked on Sundays and holidays will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the hourly rate of wage.

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.

On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four-day, ten hour work week, and Saturday shall be paid at one and one half (1½) times the regular shift rate for the first eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.

G. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked

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.

H. 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, and all hours on Sunday 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.

I. The First eight (8) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All

hours worked in excess of eight (8) per day on Saturdays shall be paid at double the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.

Page 254: CITY OF WAPATO

Benefit Code Key – Effective 3/3/2021 thru 8/31/2021

5 of 14

Overtime Codes Continued 4. J. The first eight (8) hours worked on a 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 a Saturday shall be paid at double the hourly rate of wage. All hours worked over twelve (12) in a day, and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage.

K. All hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage, so long as Saturday

is the sixth consecutive day worked. All hours worked over twelve (12) in a day Monday through Saturday, and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage.

L. The first twelve (12) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All

hours worked on a Saturday in excess of twelve (12) hours shall be paid at double the hourly rate of pay. All hours worked over twelve (12) in a day Monday through Friday, and all hours worked on Sundays shall be paid at double the hourly rate of wage. All hours worked on a holiday shall be paid at one and one-half times the hourly rate of wage, except that all hours worked on Labor Day shall be paid at double the hourly rate of pay.

U. 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. (Except on makeup days if work is lost due to inclement weather, then the first eight (8) hours on Saturday may be paid the regular rate.) All hours worked over twelve (12) hours Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.

V. Work performed in excess of ten (10) hours of straight time per day when four ten (10) hour shifts are established or

outside the normal shift (5 am to 6pm), and all work on Saturdays, except for make-up days shall be paid at time and one-half (1 ½) the straight time rate. In the event the job is down due to weather conditions, then Saturday may, be worked as a voluntary make-up day at the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday. All work performed on Sundays and holidays and work in excess of twelve (12) hours per day shall be paid at double (2x) the straight time rate of pay. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. When an employee returns to work without a break of eight (8) hours since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours.

W. 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. When an employee returns to work without at least eight (8) hours time off since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours.

Page 255: CITY OF WAPATO

Benefit Code Key – Effective 3/3/2021 thru 8/31/2021

6 of 14

Overtime Codes Continued

4. X. 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. Work performed outside the normal shift of 6 am to 6pm shall be paid at one and one-half the straight time rate, (except for special shifts or three shift operations). All work performed on Sundays and holidays shall be paid at double the hourly rate of wage. Shifts may be established when considered necessary by the Employer.

The Employer may establish shifts consisting of eight (8) or ten (10) hours of work (subject to WAC 296-127-022), that shall constitute a normal forty (40) hour work week. The Employer can change from a 5-eight to a 4-ten hour schedule or back to the other. All hours of work on these shifts shall be paid for at the straight time hourly rate. Work performed in excess of eight hours (or ten hours per day (subject to WAC 296-127-022) shall be paid at one and one-half the straight time rate.

When due to conditions beyond the control of the Employer, or when contract specifications require that work can only be performed outside the regular day shift, then by mutual agreement a special shift may be worked at the straight time rate, eight (8) hours work for eight (8) hours pay. The starting time shall be arranged to fit such conditions of work.

When an employee returns to work without at a break of eight (8) hours since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours.

Y. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when

four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. All work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar ($1.00) per hour for all hours worked that shift. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more.

Z. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 20% over the hourly rate of wage. Work performed on Sundays may be paid at double time. All hours worked on holidays shall be paid at double the hourly rate of wage.

11. 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 ten (10) hours worked on Saturday and all hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, and all hours worked on Sundays shall be paid at double the hourly rate of wage.

After an employee has worked eight (8) hours, all additional hours worked shall be paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more.

Page 256: CITY OF WAPATO

Benefit Code Key – Effective 3/3/2021 thru 8/31/2021

7 of 14

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).

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). K. Holidays: New Year’s Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,

Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). L. Holidays: New Year’s Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving

Day, Friday after Thanksgiving Day, And Christmas Day (8).

N. Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (9).

P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday

After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday.

Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas

Day (6). R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After

Thanksgiving Day, One-Half Day Before Christmas Day, And Christmas Day. (7 1/2).

S. Paid Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, And Christmas Day (7).

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. G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents’ Day, Memorial Day, Independence Day,

Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Christmas Eve Day (11).

H. Paid Holidays: New Year's Day, New Year’s Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving

Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday (10).

Page 257: CITY OF WAPATO

Benefit Code Key – Effective 3/3/2021 thru 8/31/2021

8 of 14

Holiday Codes Continued T. Paid Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day,

Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And Christmas Day (9).

Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after

Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday.

7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and

Saturday after Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day.

B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and

Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.

C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving

Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.

D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran’s Day, Thanksgiving Day,

the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President’s Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.

E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after

Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.

F. Holidays: New Year’s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after

Thanksgiving Day, the last working day before Christmas day and Christmas day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.

G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day

(6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.

H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.

I. Holidays: New Year's Day, President’s Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The

Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.

Page 258: CITY OF WAPATO

Benefit Code Key – Effective 3/3/2021 thru 8/31/2021

9 of 14

Holiday Codes Continued

7. J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6).

Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.

K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after

Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.

L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day

before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.

N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after

Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday.

P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.

Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after

Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day.

S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day, the Day after Christmas, and A Floating Holiday (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly.

V. Holidays: New Year's Day, President’s Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,

the Friday after Thanksgiving Day, Christmas Day, the day before or after Christmas, and the day before or after New Year’s Day. If any of the above listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly.

W. Holidays: New Year's Day, Day After New Year’s, Memorial Day, Independence Day, Labor Day, Thanksgiving

Day, the Friday after Thanksgiving Day, Christmas Eve Day, Christmas Day, the day after Christmas, the day before New Year’s Day, and a Floating Holiday.

X. Holidays: New Year's Day, Day before or after New Year’s Day, Presidents’ Day, Memorial Day, Independence Day,

Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day before or after Christmas day. If a holiday falls on a Saturday or on a Friday that is the normal day off, then the holiday will be taken on the last normal workday. If the holiday falls on a Monday that is the normal day off or on a Sunday, then the holiday will be taken on the next normal workday.

Y. Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day. (8) If the holiday falls on a Sunday, then the day observed by the federal government shall be considered a holiday and compensated accordingly.

Page 259: CITY OF WAPATO

Benefit Code Key – Effective 3/3/2021 thru 8/31/2021

10 of 14

Holiday Codes Continued 7. G. New Year's Day, Washington’s Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The

Friday After Thanksgiving Day, the last scheduled workday before Christmas, and Christmas Day (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly.

H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving

Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.

I. Holidays: New Year's Day, President’s Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The

Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.

J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6).

Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.

K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after

Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.

L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day

before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.

N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after

Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday.

P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.

Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after

Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day.

S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day, the Day after Christmas, and A Floating Holiday (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly.

V. Holidays: New Year's Day, President’s Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,

the Friday after Thanksgiving Day, Christmas Day, the day before or after Christmas, and the day before or after New Year’s Day. If any of the above listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly.

Page 260: CITY OF WAPATO

Benefit Code Key – Effective 3/3/2021 thru 8/31/2021

11 of 14

Holiday Codes Continued 7. W. Holidays: New Year's Day, Day After New Year’s, Memorial Day, Independence Day, Labor Day, Thanksgiving

Day, the Friday after Thanksgiving Day, Christmas Eve Day, Christmas Day, the day after Christmas, the day before New Year’s Day, and a Floating Holiday.

X. Holidays: New Year's Day, Day before or after New Year’s Day, Presidents’ Day, Memorial Day, Independence Day,

Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day before or after Christmas day. If a holiday falls on a Saturday or on a Friday that is the normal day off, then the holiday will be taken on the last normal workday. If the holiday falls on a Monday that is the normal day off or on a Sunday, then the holiday will be taken on the next normal workday.

Y. Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day. (8) If the holiday falls on a Sunday, then the day observed by the federal government shall be considered a holiday and compensated accordingly.

15. F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after

Thanksgiving Day, the last scheduled workday before Christmas, and Christmas Day (8). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly.

G. New Year's Day, Washington’s Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, the last scheduled workday before Christmas, and Christmas Day (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly.

Note Codes

8. 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.

S. Effective August 31, 2012 – A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012.

Page 261: CITY OF WAPATO

Benefit Code Key – Effective 3/3/2021 thru 8/31/2021

12 of 14

Note Codes Continued 8. T. Effective August 31, 2012 – A Traffic Control Laborer performs the setup, maintenance and removal of all temporary

traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012.

U. Workers on hazmat projects receive additional hourly premiums as follows – Class A Suit: $2.00, Class B Suit: $1.50,

And Class C Suit: $1.00. Workers performing underground work receive an additional $0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers who do “pioneer” work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation receive an additional $0.50 per hour.

V. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The

premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day. The premiums are to be paid one time for the day and are not used in calculating overtime pay. Depth premiums apply to depths of fifty feet or more. Over 50' to 100' - $2.00 per foot for each foot over 50 feet. Over 101' to 150' - $3.00 per foot for each foot over 101 feet. Over 151' to 220' - $4.00 per foot for each foot over 220 feet. Over 221' - $5.00 per foot for each foot over 221 feet. Enclosure premiums apply when divers enter enclosures (such as pipes or tunnels) where there is no vertical ascent and is measured by the distance travelled from the entrance. 25’ to 300’ - $1.00 per foot from entrance. 300’ to 600’ - $1.50 per foot beginning at 300’. Over 600’ - $2.00 per foot beginning at 600’.

W. Meter Installers work on single phase 120/240V self-contained residential meters. The Lineman/Groundmen rates would apply to meters not fitting this description.

X. Workers on hazmat projects receive additional hourly premiums as follows - Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit: $1.00, and Class D Suit: $0.50. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as the contractor), a government agency or the contract specifications requires that work can only be performed outside the normal 5 am to 6pm shift, then the special shift premium will be applied to the basic hourly rate. When an employee works on a special shift, they shall be paid a special shift premium for each hour worked unless they are in OT or Double-time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.)

Y. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging state or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate.

Page 262: CITY OF WAPATO

Benefit Code Key – Effective 3/3/2021 thru 8/31/2021

13 of 14

Note Codes Continued

8. Z. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour.

Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as a contractor), a government agency or the contract specifications require that more than (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a special shift, they will be paid a special shift premium for each hour worked unless they are in overtime or double-time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.)

9. A. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour.

Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as the contractor), a government agency or the contract specifications require that more than four (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a special shift, they shall be paid a special shift premium for each hour worked unless they are in overtime or double-time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) Certified Crane Operator Premium: Crane operators requiring certifications shall be paid $0.50 per hour above their classification rate. Boom Pay Premium: All cranes including tower shall be paid as follows based on boom length: (A) – 130’ to 199’ – $0.50 per hour over their classification rate. (B) – 200’ to 299’ – $0.80 per hour over their classification rate. (C) – 300’ and over – $1.00 per hour over their classification rate.

B. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid.

Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate.

C. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. Effective August 31, 2012 – A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. These classifications are only effective on or after August 31, 2012.

Page 263: CITY OF WAPATO

Benefit Code Key – Effective 3/3/2021 thru 8/31/2021

14 of 14

Note Codes Continued 9. D. Industrial Painter wages are required for painting within industrial facilities such as treatment plants, pipelines,

towers, dams, bridges, power generation facilities and manufacturing facilities such as chemical plants, etc., or anywhere abrasive blasting is necessary to prepare surfaces, or hazardous materials encapsulation is required.

E. Heavy Construction includes construction, repair, alteration or additions to the production, fabrication or

manufacturing portions of industrial or manufacturing plants, hydroelectric or nuclear power plants and atomic reactor construction. 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.

F. Industrial Painter wages are required for painting within industrial facilities such as treatment plants, pipelines, towers, dams, power generation facilities and manufacturing facilities such as chemical plants, etc., or anywhere abrasive blasting is necessary to prepare surfaces, or hazardous materials encapsulation is required.

Page 264: CITY OF WAPATO

FEDERAL WAGE RATES

Page 265: CITY OF WAPATO

"General Decision Number: WA20210001 02/26/2021

Superseded General Decision Number: WA20200001

State: Washington

Construction Type: Highway

Counties: Washington Statewide.

HIGHWAY (Excludes D.O.E. Hanford Site in Benton and FranklinCounties)

Note: Under Executive Order (EO) 13658, an hourly minimum wageof $10.95 for calendar year 2021 applies to all contractssubject to the Davis-Bacon Act for which the contract isawarded (and any solicitation was issued) on or after January1, 2015. If this contract is covered by the EO, the contractormust pay all workers in any classification listed on this wagedetermination at least $10.95 per hour (or the applicable wagerate listed on this wage determination, if it is higher) forall hours spent performing on the contract in calendar year2021. If this contract is covered by the EO and aclassification considered necessary for performance of work onthe contract does not appear on this wage determination, thecontractor must pay workers in that classification at least thewage rate determined through the conformance process set forthin 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate,if it ishigher than the conformed wage rate). The EO minimum wage ratewill be adjusted annually. Please note that this EO applies tothe above-mentioned types of contracts entered into by thefederal government that are subject to the Davis-Bacon Actitself, but it does not apply to contracts subject only to theDavis-Bacon Related Acts, including those set forth at 29 CFR5.1(a)(2)-(60). Additional information on contractorrequirements and worker protections under the EO is availableat www.dol.gov/whd/govcontracts.

Modification Number Publication Date 0 01/01/2021 1 01/22/2021 2 02/12/2021 3 02/26/2021

CARP0003-006 06/01/2018

SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT,LEWIS(Piledriver only), PACIFIC (South of a straight line madeby extending the north boundary line of Wahkiakum County westto Willapa Bay to the Pacific Ocean), SKAMANIA, and WAHKIAKUMCounties.

Rates Fringes

Carpenters: CARPENTERS..................$ 37.64 16.83 DIVERS TENDERS..............$ 43.73 16.83 DIVERS......................$ 87.73 16.83 DRYWALL.....................$ 37.64 16.83 MILLWRIGHTS.................$ 38.17 16.83 PILEDRIVERS.................$ 38.71 16.83

Firefox https://beta.sam.gov/wage-determination/WA20210001/3?index=wd&k...

1 of 39 4/8/2021, 9:13 AM

Page 266: CITY OF WAPATO

DEPTH PAY:50 TO 100 FEET $1.00 PER FOOT OVER 50 FEET101 TO 150 FEET $1.50 PER FOOT OVER 101 FEET151 TO 200 FEET $2.00 PER FOOT OVER 151 FEET

Zone Differential (Add up Zone 1 rates):Zone 2 - $0.85Zone 3 - 1.25Zone 4 - 1.70Zone 5 - 2.00Zone 6 - 3.00

BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND VANCOUVER, (NOTE: All dispatches for Washington State Counties: Cowlitz, Wahkiakum and Pacific shall be from Longview Local #1707 and mileage shall be computed from that point.)

ZONE 1: Projects located within 30 miles of the respective city hall of the above mentioned cities ZONE 2: Projects located more than 30 miles and less than 40 miles of the respective city of the above mentioned cities ZONE 3: Projects located more than 40 miles and less than 50 miles of the respective city of the above mentioned cities ZONE 4: Projects located more than 50 miles and less than 60 miles of the respective city of the above mentioned cities. ZONE 5: Projects located more than 60 miles and less than 70 miles of the respective city of the above mentioned cities ZONE 6: Projects located more than 70 miles of the respected city of the above mentioned cities

---------------------------------------------------------------- CARP0030-004 06/01/2020

CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,MASON, PACIFIC (North of a straight line made by extending thenorth boundary line of Wahkiakum County west to the PacificOcean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON ANDWHATCOM Counties

Rates Fringes

CARPENTER BRIDGE CARPENTERS...........$ 46.92 18.02 CARPENTERS ON CREOSOTE MATERIAL....................$ 47.02 18.02 CARPENTERS..................$ 46.92 18.02 DIVERS TENDER...............$ 51.89 18.02 DIVERS......................$ 100.78 18.02 MILLWRIGHT AND MACHINE ERECTORS....................$ 48.42 18.02 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING........$ 47.17 18.02

(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:

Firefox https://beta.sam.gov/wage-determination/WA20210001/3?index=wd&k...

2 of 39 4/8/2021, 9:13 AM

Page 267: CITY OF WAPATO

Seattle Olympia BellinghamAuburn Bremerton AnacortesRenton Shelton YakimaAberdeen-Hoquiam Tacoma WenatcheeEllensburg Everett Port AngelesCentralia Mount Vernon SunnysideChelan Pt. Townsend

Zone Pay:0 -25 radius miles Free26-35 radius miles $1.00/hour36-45 radius miles $1.15/hour46-55 radius miles $1.35/hourOver 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 Free26-45 radius miles $ .70/hourOver 45 radius miles $1.50/hour

---------------------------------------------------------------- CARP0059-002 06/01/2019

ADAMS, ASOTIN, BENTON, CHELAN (East of 120th meridian),COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT (East of120th meridian), KITTITAS (East of 120th meridian), LINCOLN,OKANOGAN (East of 120th meridian), PEND OREILLE, SPOKANE,STEVENS, WALLA WALLA, WHITMAN, and YAKIMA (East of 120thmeridian) Counties

Rates Fringes

CARPENTER GROUP 1.....................$ 35.47 16.88 GROUP 2.....................$ 47.42 18.96 GROUP 3.....................$ 36.66 16.88 GROUP 4.....................$ 36.66 16.88 GROUP 5.....................$ 83.96 16.88 GROUP 6.....................$ 40.23 16.88 GROUP 7.....................$ 41.23 16.88 GROUP 8.....................$ 37.66 16.88 GROUP 9.....................$ 44.23 16.88

CARPENTER & DIVER CLASSIFICATIONS:

GROUP 1: Carpenter

GROUP 2: Millwright, Machine Erector

GROUP 3: Piledriver - includes driving, pulling, cutting, placing collars, setting, welding, or creosote treated material, on all piling

GROUP 4: Bridge, Dock, and Wharf carpenters

GROUP 5: Diver Wet

GROUP 6: Diver Tender, Manifold Operator, ROV Operator

Firefox https://beta.sam.gov/wage-determination/WA20210001/3?index=wd&k...

3 of 39 4/8/2021, 9:13 AM

Page 268: CITY OF WAPATO

GROUP 7: Diver Standby

GROUP 8: Assistant Diver Tender, ROV Tender/Technician

GROUP 9: Manifold Operator-Mixed Gas

ZONE PAY:ZONE 1 0-45 MILES FREEZONE 2 45-100 $4.00/PER HOURZONE 3 OVER 100 MILES $6.00/PER HOUR

DISPATCH POINTS: CARPENTERS/MILLWRIGHTS: PASCO (515 N Neel Street) or Main Post Office of established residence of employee (Whichever is closest to the worksite).

CARPENTERS/PILEDRIVER: SPOKANE (127 E. AUGUSTA AVE.) or Main Post Office of established residence of employee (Whichever is closest to the worksite).

CARPENTERS: WENATCHEE (27 N. CHELAN) or Main Post Office of established residence of employee (Whichever is closest to the worksite).

CARPENTERS: COEUR D' ALENE (1839 N. GOVERNMENT WAY) or Main Post Office of established residence of employee (Whichever is closest to the worksite).

CARPENTERS: MOSCOW (306 N. JACKSON) or Main Post Office of established residence of employee (Whichever is closest to the worksite).

DEPTH PAY FOR DIVERS BELOW WATER SURFACE:50-100 feet $2.00 per foot101-150 feet $3.00 per foot151-220 feet $4.00 per foot221 feet and deeper $5.00 per foot

PREMIUM PAY FOR DIVING IN ENCLOSURES WITH NO VERTICAL ASCENT:0-25 feet Free26-300 feet $1.00 per Foot

SATURATION DIVING: The standby rate applies until saturation starts. The saturation diving rate applies when divers are under pressure continuously until work task and decompression are complete. the diver rate shall be paid for all saturation hours.

WORK IN COMBINATION OF CLASSIFICATIONS: Employees working in any combination of classifications within the diving crew (except dive supervisor) in a shift are paid in the classification with the highest rate for that shift.

HAZMAT PROJECTS:

Anyone working on a HAZMAT job (task), where HAZMAT certification is required, shall be compensated at a premium, in addition to the classification working in as follows:

LEVEL D + $.25 per hour - This is the lowest level of protection. No respirator is used and skin protection is

Firefox https://beta.sam.gov/wage-determination/WA20210001/3?index=wd&k...

4 of 39 4/8/2021, 9:13 AM

Page 269: CITY OF WAPATO

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.

---------------------------------------------------------------- CARP0770-003 06/01/2020

WEST OF 120TH MERIDIAN FOR THE FOLLOWING COUNTIES:CHELAN, DOUGLAS, GRANT, KITTITAS, OKANOGAN, and YAKIMA

Rates Fringes

CARPENTER CARPENTERS ON CREOSOTE MATERIAL....................$ 47.02 18.02 CARPENTERS..................$ 46.92 18.02 DIVERS TENDER...............$ 51.89 18.02 DIVERS......................$ 100.78 18.02 MILLWRIGHT AND MACHINE ERECTORS....................$ 48.42 18.02 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING........$ 47.17 18.02

(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 BellinghamAuburn Bremerton AnacortesRenton Shelton YakimaAberdeen-Hoquiam Tacoma WenatcheeEllensburg Everett Port AngelesCentralia Mount Vernon SunnysideChelan Pt. Townsend

Zone Pay:0 -25 radius miles Free26-35 radius miles $1.00/hour36-45 radius miles $1.15/hour46-55 radius miles $1.35/hourOver 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:

Firefox https://beta.sam.gov/wage-determination/WA20210001/3?index=wd&k...

5 of 39 4/8/2021, 9:13 AM

Page 270: CITY OF WAPATO

0 -25 radius miles Free26-45 radius miles $ .70/hourOver 45 radius miles $1.50/hour

----------------------------------------------------------------* ELEC0046-001 02/21/2021

CALLAM, JEFFERSON, KING AND KITSAP COUNTIES

Rates Fringes

CABLE SPLICER....................$ 66.90 3%+23.66ELECTRICIAN......................$ 60.82 3%+23.66----------------------------------------------------------------* ELEC0048-003 01/01/2021

CLARK, KLICKITAT AND SKAMANIA COUNTIES

Rates Fringes

CABLE SPLICER....................$ 44.22 21.50ELECTRICIAN......................$ 50.35 25.48

HOURLY ZONE PAY:

Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities:

Portland, The Dalles, Hood River, Tillamook, Seaside and Astoria

Zone Pay:Zone 1: 31-50 miles $1.50/hourZone 2: 51-70 miles $3.50/hourZone 3: 71-90 miles $5.50/hourZone 4: Beyond 90 miles $9.00/hour

*These are not miles driven. Zones are based on Delorrne Street Atlas USA 2006 plus.

---------------------------------------------------------------- ELEC0048-029 01/01/2021

COWLITZ AND WAHKIAKUM COUNTY

Rates Fringes

CABLE SPLICER....................$ 44.22 21.50ELECTRICIAN......................$ 50.35 25.48---------------------------------------------------------------- ELEC0073-001 07/01/2020

ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMANCOUNTIES

Rates Fringes

CABLE SPLICER....................$ 34.10 16.68ELECTRICIAN......................$ 37.65 19.68---------------------------------------------------------------- ELEC0076-002 08/31/2020

GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON

Firefox https://beta.sam.gov/wage-determination/WA20210001/3?index=wd&k...

6 of 39 4/8/2021, 9:13 AM

Page 271: CITY OF WAPATO

COUNTIES

Rates Fringes

CABLE SPLICER....................$ 53.15 23.81ELECTRICIAN......................$ 48.32 23.67---------------------------------------------------------------- ELEC0112-005 06/01/2020

ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLAWALLA, YAKIMA COUNTIES

Rates Fringes

CABLE SPLICER....................$ 50.45 22.27ELECTRICIAN......................$ 48.05 22.12---------------------------------------------------------------- ELEC0191-003 06/01/2020

ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES

Rates Fringes

CABLE SPLICER....................$ 44.23 17.73ELECTRICIAN......................$ 47.95 26.16---------------------------------------------------------------- ELEC0191-004 06/01/2018

CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES

Rates Fringes

CABLE SPLICER....................$ 40.82 17.63ELECTRICIAN......................$ 42.45 21.34---------------------------------------------------------------- ENGI0302-003 06/01/2020

CHELAN (WEST OF THE 120TH MERIDIAN), CLALLAM, DOUGLAS (WEST OFTHE 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 THE120TH MERIDIAN) COUNTIES

Zone 1 (0-25 radius miles):

Rates Fringes

POWER EQUIPMENT OPERATOR Group 1A...................$ 48.41 22.47 Group 1AA..................$ 49.13 22.47 Group 1AAA.................$ 49.83 22.47 Group 1.....................$ 47.70 22.47 Group 2.....................$ 47.08 22.47 Group 3.....................$ 46.55 22.47 Group 4.....................$ 43.54 22.47

Zone Differential (Add to Zone 1 rates):Zone 2 (26-45 radius miles) - $1.00Zone 3 (Over 45 radius miles) - $1.30

Firefox https://beta.sam.gov/wage-determination/WA20210001/3?index=wd&k...

7 of 39 4/8/2021, 9:13 AM

Page 272: CITY OF WAPATO

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 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane-overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders-overhead, 8 yards and over; Shovels, excavator, backhoes-6 yards and over with attachments

GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft of boom (including jib with attachments); Crane-overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off-road equipment 45 yards and over; Loader- overhead 6 yards to, but not including 8 yards; Mucking machine, mole, tunnel, drill and/or shield; Quad 9, HD 41, D-10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers-self propelled 45 yards and over; Slipform pavers; Transporters, all truck or track type

GROUP 2 - Barrier machine (zipper); Batch Plant Operaor- Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane-overhead, bridge type-20 tons through 44 tons; Chipper; Concrete Pump-truck mount with boom attachment; Crusher; Deck Engineer/Deck Winches (power); Drilling machine; Excavator, shovel, backhoe-3yards and under; Finishing Machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Horizontal/directional drill operator; Loaders-overhead under 6 yards; Loaders-plant feed; Locomotives-all; Mechanics-all; Mixers-asphalt plant; Motor patrol graders-finishing; Piledriver (other than crane mount); Roto-mill,roto-grinder; Screedman, spreader, topside operator-Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper-self propelled, hard tail end dump, articulating off-road equipment-under 45 yards; Subgrade trimmer; Tractors, backhoes-over 75 hp; Transfer material service machine-shuttle buggy, blaw knox-roadtec; Truck crane oiler/driver-100 tons and over; Truck Mount portable conveyor; Yo Yo Pay dozer

GROUP 3 - Conveyors; Cranes-thru 19 tons with attachments; A-frame crane over 10 tons; Drill oilers-auger type, truck or crane mount; Dozers-D-9 and under; Forklift-3000 lbs. and over with attachments; Horizontal/directional drill locator; Outside hoists-(elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts/boom trucks over 10 tons; Loader-elevating type, belt; Motor patrol grader-nonfinishing; Plant oiler- asphalt, crusher; Pumps-concrete; Roller, plant mix or multi-lift materials; Saws-concrete; Scrpers-concrete and carry-all; Service engineer-equipment; Trenching machines; Truck Crane Oiler/Driver under 100 tons; Tractors, backhoe 75 hp and under

Firefox https://beta.sam.gov/wage-determination/WA20210001/3?index=wd&k...

8 of 39 4/8/2021, 9:13 AM

Page 273: CITY OF WAPATO

GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete finish mahine-laser screed; Cranes-A frame-10 tons and under; Elevator and Manlift-permanent or shaft type; Gradechecker, Stakehop; Forklifts under 3000 lbs. with attachments; Hydralifts/boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger, mechanical; Power plant; Pumps, water; Rigger and Bellman; Roller-other than plant mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment operator

HANDLING OF HAZARDOUS WASTE MATERIALS:

Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan.

H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing

H-2 Class ""C"" Suit - Base wage rate plus $ .25 per hour.

H-3 Class ""B"" Suit - Base wage rate plus $ .50 per hour.

H-4 Class ""A"" Suit - Base wage rate plus $ .75 per hour.

---------------------------------------------------------------- ENGI0370-002 07/01/2019

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 120THMERIDIAN), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMANAND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES

ZONE 1:

Rates Fringes

POWER EQUIPMENT OPERATOR GROUP 1.....................$ 28.46 17.25 GROUP 2.....................$ 28.78 17.25 GROUP 3.....................$ 29.39 17.25 GROUP 4.....................$ 29.55 17.25 GROUP 5.....................$ 29.71 17.25 GROUP 6.....................$ 29.99 17.25 GROUP 7.....................$ 30.26 17.25 GROUP 8.....................$ 31.36 17.25

ZONE DIFFERENTIAL (Add to Zone 1 rate): Zone 2 - $2.00

Zone 1: Within 45 mile radius of Spokane, Pasco, Washington; Lewiston, Idaho

Zone 2: Outside 45 mile radius of Spokane, Pasco, Washington; Lewiston, Idaho

POWER EQUIPMENT OPERATORS CLASSIFICATIONS

GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors (under 2000 CFM, gas, diesel, or electric power); Deck

Firefox https://beta.sam.gov/wage-determination/WA20210001/3?index=wd&k...

9 of 39 4/8/2021, 9:13 AM

Page 274: CITY OF WAPATO

Hand; Fireman & Heater Tender; Hydro-seeder, Mulcher, Nozzleman; Oiler Driver, & Cable Tender, Mucking Machine; Pumpman; Rollers, all types on subgrade, including seal and chip coatings (farm type, Case, John Deere & similar, or Compacting Vibrator), except when pulled by Dozer with operable blade; Welding Machine; Crane Oiler-Driver (CLD required) & Cable Tender, Mucking Machine

GROUP 2: A-frame Truck (single drum); Assistant Refrigeration Plant (under 1000 ton); Assistant Plant Operator, Fireman or Pugmixer (asphalt); Bagley or Stationary Scraper; Belt Finishing Machine; Blower Operator (cement); Cement Hog; Compressor (2000 CFM or over, 2 or more, gas diesel or electric power); Concrete Saw (multiple cut); Distributor Leverman; Ditch Witch or similar; Elevator Hoisting Materials; Dope Pots (power agitated); Fork Lift or Lumber Stacker, hydra-lift & similar; Gin Trucks (pipeline); Hoist, single drum; Loaders (bucket elevators and conveyors); Longitudinal Float; Mixer (portable-concrete); Pavement Breaker, Hydra-Hammer & similar; Power Broom; Railroad Ballast Regulation Operator (self-propelled); Railroad Power Tamper Operator (self-propelled); Railroad Tamper Jack Operator (self-propelled; Spray Curing Machine (concrete); Spreader Box (self-propelled); Straddle Buggy (Ross & similar on construction job only); Tractor (Farm type R/T with attachment, except Backhoe); Tugger Operator

GROUP 3: A-frame Truck (2 or more drums); Assistant Refrigeration Plant & Chiller Operator (over 1000 ton); Backfillers (Cleveland & similar); Batch Plant & Wet Mix Operator, single unit (concrete); Belt-Crete Conveyors with power pack or similar; Belt Loader (Kocal or similar); Bending Machine; Bob Cat (Skid Steer); Boring Machine (earth); Boring Machine (rock under 8 inch bit) (Quarry Master, Joy or similar); Bump Cutter (Wayne, Saginau or similar); Canal Lining Machine (concrete); Chipper (without crane); Cleaning & Doping Machine (pipeline); Deck Engineer; Elevating Belt-type Loader (Euclid, Barber Green & similar); Elevating Grader-type Loader (Dumor, Adams or similar); Generator Plant Engineers (diesel or electric); Gunnite Combination Mixer & Compressor; Locomotive Engineer; Mixermobile; Mucking Machine; Posthole Auger or Punch; Pump (grout or jet); Soil Stabilizer (P & H or similar); Spreader Machine; Dozer/Tractor (up to D-6 or equivalent) and Traxcavator; Traverse Finish Machine; Turnhead Operator

GROUP 4: Concrete Pumps (squeeze-crete, flow-crete, pump- crete, Whitman & similar); Curb Extruder (asphalt or concrete); Drills (churn, core, calyx or diamond); Equipment Serviceman; Greaser & Oiler; Hoist (2 or more drums or Tower Hoist); Loaders (overhead & front-end, under 4 yds. R/T); Refrigeration Plant Engineer (under 1000 ton); Rubber-tired Skidders (R/T with or without attachments); Surface Heater & Plant Machine; Trenching Machines (under 7 ft. depth capacity); Turnhead (with re-screening); Vacuum Drill (reverse circulation drill under 8 inch bit)

GROUP 5: Backhoe (under 45,000 gw); Backhoe & Hoe Ram (under 3/4 yd.); Carrydeck & Boom Truck (under 25 tons); Cranes (25 tons & under), all attachments including clamshell, dragline; Derricks & Stifflegs (under 65 tons); Drilling Equipment(8 inch bit & over) (Robbins, reverse circulation & similar); Hoe Ram; Piledriving Engineers; Paving (dual drum); Railroad Track Liner Operaotr (self-propelled);

Firefox https://beta.sam.gov/wage-determination/WA20210001/3?index=wd&k...

10 of 39 4/8/2021, 9:13 AM

Page 275: CITY OF WAPATO

Refrigeration Plant Engineer (1000 tons & over); Signalman (Whirleys, Highline Hammerheads or similar); Grade Checker

GROUP 6: Asphalt Plant Operator; Automatic Subgrader (Ditches & Trimmers)(Autograde, ABC, R.A. Hansen & similar on grade wire); Backhoe (45,000 gw and over to 110,000 gw); Backhoes & Hoe Ram (3/4 yd. to 3 yd.); Batch Plant (over 4 units); Batch & Wet Mix Operator (multiple units, 2 & incl. 4); Blade Operator (motor patrol & attachments); Cable Controller (dispatcher); Compactor (self-propelled with blade); Concrete Pump Boom Truck; Concrete Slip Form Paver; Cranes (over 25 tons, to and including 45 tons), all attachments including clamshell, dragline; Crusher, Grizzle & Screening Plant Operator; Dozer, 834 R/T & similar; Drill Doctor; Loader Operator (front-end & overhead, 4 yds. incl. 8 yds.); Multiple Dozer Units with single blade; Paving Machine (asphalt and concrete); Quad-Track or similar equipment; Rollerman (finishing asphalt pavement); Roto Mill (pavement grinder); Scrapers, all, rubber-tired; Screed Operator; Shovel(under 3 yds.); Trenching Machines (7 ft. depth & over); Tug Boat Operator Vactor guzzler, super sucker; Lime Batch Tank Operator (REcycle Train); Lime Brain Operator (Recycle Train); Mobile Crusher Operator (Recycle Train)

GROUP 7: Backhoe (over 110,000 gw); Backhoes & Hoe Ram (3 yds & over); Blade (finish & bluetop) Automatic, CMI, ABC, Finish Athey & Huber & similar when used as automatic; Cableway Operators; Concrete Cleaning/Decontamination machine operator; Cranes (over 45 tons to but not including 85 tons), all attachments including clamshell and dragine; Derricks & Stiffleys (65 tons & over); Elevating Belt (Holland type); Heavy equipment robotics operator; Loader (360 degrees revolving Koehring Scooper or similar); Loaders (overhead & front-end, over 8 yds. to 10 yds.); Rubber-tired Scrapers (multiple engine with three or more scrapers); Shovels (3 yds. & over); Whirleys & Hammerheads, ALL; H.D. Mechanic; H.D. Welder; Hydraulic Platform Trailers (Goldhofer, Shaurerly andSimilar); Ultra High Pressure Wateriet Cutting Tool System Operator (30,000 psi); Vacuum Blasting Machine Operator

GROUP 8: Cranes (85 tons and over, and all climbing, overhead,rail and tower), all attachments including clamshell, dragline; Loaders (overhead and front-end, 10 yards and over); Helicopter Pilot

BOOM PAY: (All Cranes, Including Tower)180 ft to 250 ft $ .50 over scaleOver 250 ft $ .80 over scale

NOTE: In computing the length of the boom on Tower Cranes, they shall be measured from the base of the Tower to the point of the boom.

HAZMAT: Anyone working on HAZMAT jobs, working with supplied air shall receive $1.00 an hour above classification.

---------------------------------------------------------------- ENGI0612-001 06/01/2020

PIERCE County

Firefox https://beta.sam.gov/wage-determination/WA20210001/3?index=wd&k...

11 of 39 4/8/2021, 9:13 AM

Page 276: CITY OF WAPATO

ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACHGROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS.ON ALL OTHER WORK, THE FOLLOWING RATES APPLY.

Zone 1 (0-25 radius miles):

Rates Fringes

POWER EQUIPMENT OPERATOR GROUP 1A...................$ 49.50 22.47 GROUP 1AA..................$ 50.22 22.47 GROUP 1AAA.................$ 50.94 22.47 GROUP 1.....................$ 48.77 22.47 GROUP 2.....................$ 48.15 22.47 GROUP 3.....................$ 47.60 22.47 GROUP 4.....................$ 44.55 22.47

Zone Differential (Add to Zone 1 rates):Zone 2 (26-45 radius miles) = $1.00Zone 3 (Over 45 radius miles) - $1.30

BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA

POWER EQUIPMENT OPERATORS CLASSIFICATIONS

GROUP 1 AAA - Cranes-over 300 tons or 300 ft of boom (including jib with attachments)

GROUP 1AA - Cranes- 200 tonsto 300 tons, or 250 ft of boom (including jib with attachments; Tower crane over 175 ft in height, bas to boom

GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane-overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders-overhead, 8 yards and over; Shovels, excavator, backhoes-6 yards and over with attachments

GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft of boom (including jib with attachments); Crane-overhead, bridge type, 45 tons thru 99 tons; Derricks on building 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

Firefox https://beta.sam.gov/wage-determination/WA20210001/3?index=wd&k...

12 of 39 4/8/2021, 9:13 AM

Page 277: CITY OF WAPATO

off-road equipment- under 45 yards; Subgrader trimmer; Tractors, backhoe over 75 hp; Transfer material service machine-shuttle buggy, Blaw Knox- Roadtec; Truck Crane oiler/driver-100 tons and over; Truck Mount Portable Conveyor; Yo Yo pay

GROUP 3 - Conveyors; Cranes through 19 tons with attachments; Crane-A-frame over 10 tons; Drill oilers-auger type, truck or crane mount; Dozer-D-9 and under; Forklift-3000 lbs. and over with attachments; Horizontal/directional drill locator; Outside Hoists-(elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts/boom trucks over 10 tons; Loaders-elevating type, belt; Motor patrol grader-nonfinishing; Plant oiler- asphalt, crusher; Pump-Concrete; Roller, plant mix or multi-lfit materials; Saws-concrete; Scrapers, concrete and carry all; Service engineers-equipment; Trenching machines; Truck crane oiler/driver under 100 tons; Tractors, backhoe under 75 hp

GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete Finish Machine-laser screed; Cranes A-frame 10 tons and under; Elevator and manlift (permanent and shaft type); Forklifts-under 3000 lbs. with attachments; Gradechecker, stakehop; Hydralifts/boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger-mechanical; Power plant; Pumps-water; Rigger and Bellman; Roller-other than plant mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment operator

FOOTNOTE A- Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract.

2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded.

3. Marine projects (docks, wharfs, etc.) less than $150,000.

HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan.

H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing, Class ""D"" Suit - Base wage rate plus $ .50 per hour.H-2 Class ""C"" Suit - Base wage rate plus $1.00 per hour.H-3 Class ""B"" Suit - Base wage rate plus $1.50 per hour.H-4 Class ""A"" Suit - Base wage rate plus $2.00 per hour.

---------------------------------------------------------------- ENGI0612-012 06/01/2020

LEWIS, PACIFIC (portion lying north of a parallel lineextending west from the northern boundary of Wahkaikum Countyto the sea) AND THURSTON COUNTIES

Firefox https://beta.sam.gov/wage-determination/WA20210001/3?index=wd&k...

13 of 39 4/8/2021, 9:13 AM

Page 278: CITY OF WAPATO

ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACHGROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS.ON ALL OTHER WORK, THE FOLLOWING RATES APPLY.

Zone 1 (0-25 radius miles):

Rates Fringes

POWER EQUIPMENT OPERATOR GROUP 1A...................$ 48.41 22.47 GROUP 1AA..................$ 49.13 22.47 GROUP 1AAA.................$ 49.83 22.47 GROUP 1.....................$ 47.70 22.47 GROUP 2.....................$ 47.08 22.47 GROUP 3.....................$ 46.55 22.47 GROUP 4.....................$ 43.54 22.47

Zone Differential (Add to Zone 1 rates):Zone 2 (26-45 radius miles) = $1.00Zone 3 (Over 45 radius miles) - $1.30

BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA

POWER EQUIPMENT OPERATORS CLASSIFICATIONS

GROUP 1 AAA - Cranes-over 300 tons or 300 ft of boom (including jib with attachments)

GROUP 1AA - Cranes- 200 tonsto 300 tons, or 250 ft of boom (including jib with attachments; Tower crane over 175 ft in height, bas to boom

GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane-overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders-overhead, 8 yards and over; Shovels, excavator, backhoes-6 yards and over with attachments

GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft of boom (including jib with attachments); Crane-overhead, bridge type, 45 tons thru 99 tons; Derricks on building 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

Firefox https://beta.sam.gov/wage-determination/WA20210001/3?index=wd&k...

14 of 39 4/8/2021, 9:13 AM

Page 279: CITY OF WAPATO

off-road equipment- under 45 yards; Subgrader trimmer; Tractors, backhoe over 75 hp; Transfer material service machine-shuttle buggy, Blaw Knox- Roadtec; Truck Crane oiler/driver-100 tons and over; Truck Mount Portable Conveyor; Yo Yo pay

GROUP 3 - Conveyors; Cranes through 19 tons with attachments; Crane-A-frame over 10 tons; Drill oilers-auger type, truck or crane mount; Dozer-D-9 and under; Forklift-3000 lbs. and over with attachments; Horizontal/directional drill locator; Outside Hoists-(elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts/boom trucks over 10 tons; Loaders-elevating type, belt; Motor patrol grader-nonfinishing; Plant oiler- asphalt, crusher; Pump-Concrete; Roller, plant mix or multi-lfit materials; Saws-concrete; Scrapers, concrete and carry all; Service engineers-equipment; Trenching machines; Truck crane oiler/driver under 100 tons; Tractors, backhoe under 75 hp

GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete Finish Machine-laser screed; Cranes A-frame 10 tons and under; Elevator and manlift (permanent and shaft type); Forklifts-under 3000 lbs. with attachments; Gradechecker, stakehop; Hydralifts/boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger-mechanical; Power plant; Pumps-water; Rigger and Bellman; Roller-other than plant mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment operator

FOOTNOTE A- Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract.

2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded.

3. Marine projects (docks, wharfs, etc.) less than $150,000.

HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan.

H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing, Class ""D"" Suit - Base wage rate plus $ .50 per hour.H-2 Class ""C"" Suit - Base wage rate plus $1.00 per hour.H-3 Class ""B"" Suit - Base wage rate plus $1.50 per hour.H-4 Class ""A"" Suit - Base wage rate plus $2.00 per hour.

---------------------------------------------------------------- ENGI0701-002 01/01/2018

CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH), SKAMANIA, ANDWAHKIAKUM COUNTIES

POWER RQUIPMENT OPERATORS: ZONE 1

Firefox https://beta.sam.gov/wage-determination/WA20210001/3?index=wd&k...

15 of 39 4/8/2021, 9:13 AM

Page 280: CITY OF WAPATO

Rates Fringes

POWER EQUIPMENT OPERATOR GROUP 1.....................$ 41.65 14.35 GROUP 1A....................$ 43.73 14.35 GROUP 1B....................$ 45.82 14.35 GROUP 2.....................$ 39.74 14.35 GROUP 3.....................$ 38.59 14.35 GROUP 4.....................$ 37.51 14.35 GROUP 5.....................$ 36.27 14.35 GROUP 6.....................$ 33.05 14.35

Zone Differential (add to Zone 1 rates):Zone 2 - $3.00Zone 3 - $6.00

For the following metropolitan counties: MULTNOMAH; CLACKAMAS; MARION; WASHINGTON; YAMHILL; AND COLUMBIA; CLARK; AND COWLITZ COUNTY, WASHINGTON WITH MODIFICATIONS AS INDICATED:

All jobs or projects located in Multnomah, Clackamas and Marion Counties, West of the western boundary of Mt. Hood National Forest and West of Mile Post 30 on Interstate 84 and West of Mile Post 30 on State Highway 26 and West of Mile Post 30 on Highway 22 and all jobs or projects located in Yamhill County, Washington County and Columbia County and all jobs or porjects located in Clark & Cowlitz County, Washington except that portion of Cowlitz County in the Mt. St. Helens ""Blast Zone"" shall receive Zone I pay for all classifications.

All jobs or projects located in the area outside the identified boundary above, but less than 50 miles from the Portland City Hall shall receive Zone II pay for all classifications.

All jobs or projects located more than 50 miles from the Portland City Hall, but outside the identified border above, shall receive Zone III pay for all classifications.

For the following cities: ALBANY; BEND; COOS BAY; EUGENE; GRANTS PASS; KLAMATH FALLS; MEDFORD; ROSEBURG

All jobs or projects located within 30 miles of the respective city hall of the above mentioned cities shall receive Zone I pay for all classifications.

All jobs or projects located more than 30 miles and less than 50 miles from the respective city hall of the above mentioned cities shall receive Zone II pay for all classifications.

All jobs or projects located more than 50 miles from the respective city hall of the above mentioned cities shall receive Zone III pay for all classifications.

POWER EQUIPMENT OPERATORS CLASSIFICATIONS

Group 1 Concrete Batch Plan and or Wet mix three (3) units or more; Crane, Floating one hundred and fifty (150) ton but less than two hundred and fifty (250) ton; Crane, two hundred

Firefox https://beta.sam.gov/wage-determination/WA20210001/3?index=wd&k...

16 of 39 4/8/2021, 9:13 AM

Page 281: CITY OF WAPATO

(200) ton through two hundred ninety nine (299) ton with two hundred foot (200') boom or less (including jib, inserts and/or attachments); Crane, ninety (90) ton through one hundred ninety nine (199) ton with over two hundred (200') boom Including jib, inserts and/or attachments); Crane, Tower Crane with one hundred seventy five foot (175') tower or less and with less than two hundred foot (200') jib; Crane, Whirley ninety (90) ton and over; Helicopter when used in erecting work

Group 1A Crane, floating two hundred fifty (250) ton and over; Crane, two hundred (200) ton through two hundred ninety nine (299) ton, with over two hundred foot (200') boom (including jib, inserts and/or attachments); Crane, three hundred (300) ton through three hundred ninety nine (399) ton; Crane, Tower Crane with over one hundred seventy five foot (175') tower or over two hundred foot (200') jib; Crane, tower Crane on rail system or 2nd tower or more in work radius

Group 1B

Crane, three hundred (300) ton through three hundred ninety nine (399) ton, with over two hundred foot (200') boom (including jib, inserts and/or attachments); Floating crane, three hundred fifty (350) ton and over; Crane, four hundred (400) ton and over

Group 2 Asphalt Plant (any type); Asphalt Roto-Mill, pavement profiler eight foot (8') lateral cut and over; Auto Grader or ""Trimmer""; Blade, Robotic; Bulldozer, Robotic Equipment (any type); Bulldozer, over one hundred twenty thousand (120,000) lbs. and above; Concrete Batch Plant and/or Wet Mix one (1) and two (2) drum; Concrete Diamond Head Profiler; Canal Trimmer; Concrete, Automatic Slip Form Paver (Assistant to the Operator required); Crane, Boom Truck fifty (50) ton and with over one hundred fifty foot (150') boom and over; Crane, Floating (derrick barge) thirty (30) ton but less than one hundred fifty (150) ton; Crane, Cableway twenty-five (25) ton and over; Crane, Floating Clamshell three (3) cu. Yds. And over; Crane, ninety (90) ton through one hundred ninety nine (199) ton up to and including two hundred foot (200') of boom (including jib inserts and/or attachments); Crane, fifty (50) ton through eighty nine (89) ton with over one hundred fifty foot (150') boom (including jib inserts and/or attachments); Crane, Whirley under ninety (90) ton; Crusher Plant; Excavator over one hundred thirty thousand (130,000) lbs.; Loader one hundred twenty thousand (120,000) lbs. and above; Remote Controlled Earth Moving Equipment; Shovel, Dragline, Clamshell, five (5) cu. Yds. And over; Underwater Equipment remote or otherwise, when used in construction work; Wheel Excavator any size

Group 3 Bulldozer, over seventy thousand (70,000) lbs. up to and including one hundred twenty thousand (120,000) lbs.; Crane, Boom Truck fifty (50) ton and over with less than one hundred fifty foot (150') boom; Crane, fifty (50) ton through eighty nine (89) ton with one hundred fifty foot (150') boom or less (including jib inserts and/or attachments); Crane, Shovel, Dragline or Clamshell three (3) cu. yds. but less than five (5) cu. Yds.; Excavator

Firefox https://beta.sam.gov/wage-determination/WA20210001/3?index=wd&k...

17 of 39 4/8/2021, 9:13 AM

Page 282: CITY OF WAPATO

over eighty thousand (80,000) lbs. through one hundred thirty thousand (130,000) lbs.; Loader sixty thousand (60,000) lbs. and less than one hundred twenty thousand (120,000) lbs.

Group 4

Asphalt, Screed; Asphalt Paver; Asphalt Roto-Mill, pavement profiler, under eight foot (8') lateral cut; Asphalt, Material Transfer Vehicle Operator; Back Filling Machine; Backhoe, Robotic, track and wheel type up to and including twenty thousand (20,000) lbs. with any attachments; Blade (any type); Boatman; Boring Machine; Bulldozer over twenty thousand (20,000) lbs. and more than one hundred (100) horse up to seventy thousand (70,000) lbs.; Cable-Plow (any type); Cableway up to twenty five (25) ton; Cat Drill (John Henry); Chippers; Compactor, multi-engine; Compactor, Robotic; Compactor with blade self-propelled; Concrete, Breaker; Concrete, Grout Plant; Concrete, Mixer Mobile; Concrete, Paving Road Mixer; Concrete, Reinforced Tank Banding Machine; Crane, Boom Truck twenty (20) ton and under fifty (50) ton; Crane, Bridge Locomotive, Gantry and Overhead; Crane, Carry Deck; Crane, Chicago Boom and similar types; Crane, Derrick Operator, under one hundred (100) ton; Crane, Floating Clamshell, Dragline, etc. Operator, under three (3) cu. yds. Or less than thirty (30) ton; Crane, under fifty (50) ton; Crane, Quick Tower under one hundred foot (100') in height and less than one hundred fifty foot (150') jib (on rail included); Diesel-Electric Engineer (Plant or Floating); Directional Drill over twenty thousand (20,000) lbs. pullback; Drill Cat Operator; Drill Doctor and/or Bit Grinder; Driller, Percussion, Diamond, Core, Cable, Rotary and similar type; Excavator Operator over twenty thousand (20,000) lbs. through eighty thousand (80,000) lbs.; Generator Operator; Grade-all; Guardrail Machines, i.e. punch, auger, etc.; Hammer Operator (Piledriver); Hoist, stiff leg, guy derrick or similar type, fifty (50) ton and over; Hoist, two (2) drums or more; Hydro Axe (loader mounted or similar type); Jack Operator, Elevating Barges, Barge Operator, self-unloading; Loader Operator, front end and overhead, twenty five thousand (25,000) lbs. and less than sixty thousand (60,000) lbs.; Log Skidders; Piledriver Operator (not crane type); Pipe, Bending, Cleaning, Doping and Wrapping Machines; Rail, Ballast Tamper Multi-Purpose; Rubber-tired Dozers and Pushers; Scraper, all types; Side-Boom; Skip Loader, Drag Box; Strump Grinder (loader mounted or similar type); Surface Heater and Planer; Tractor, rubber-tired, over fifty (50) HP Flywheel; Trenching Machine three foot (3') depth and deeper; Tub Grinder (used for wood debris); Tunnel Boring Machine Mechanic; Tunnel, Mucking Machine; Ultra High Pressure Water Jet Cutting Tool System Operator; Vacuum Blasting Machine Operator; Water pulls, Water wagons

Group 5

Asphalt, Extrusion Machine; Asphalt, Roller (any asphalt mix); Asphalt, Roto-Mill pavement profiler ground man; Bulldozer, twenty thousand (20,000) lbs. or less, or one hundred (100) horse or less; Cement Pump; Chip Spreading Machine; Churn Drill and Earth Boring Machine; Compactor, self-propelled without blade; Compressor, (any power) one thousand two hundred fifty (1,250) cu. ft. and over, total capacity; Concrete, Batch Plant Quality control; Concrete, Combination Mixer and compressor operator, gunite work;

Firefox https://beta.sam.gov/wage-determination/WA20210001/3?index=wd&k...

18 of 39 4/8/2021, 9:13 AM

Page 283: CITY OF WAPATO

Concrete, Curb Machine, Mechanical Berm, Curb and/or Curb and Gutter; Concrete, Finishing Machine; Concrete, Grouting Machine; Concrete, Internal Full Slab Vibrator Operator; Concrete, Joint Machine; Concrete, Mixer single drum, any capacity; Concrete, Paving Machine eight foot (8') or less; Concrete, Planer; Concrete, Pump; Concrete, Pump Truck; Concrete, Pumpcrete Operator (any type); Concrete, Slip Form Pumps, power driven hydraulic lifting device for concrete forms; Conveyored Material Hauler; Crane, Boom Truck under twenty (20) tons; Crane, Boom Type lifting device, five (5) ton capacity or less; Drill, Directional type less than twenty thousand (20,000) lbs. pullback; Fork Lift, over ten (10) ton or Robotic; Helicopter Hoist; Hoist Operator, single drum; Hydraulic Backhoe track type up to and including twenty thousand (20,000) lbs.; Hydraulic Backhoe wheel type (any make); Laser Screed; Loaders, rubber-tired type, less than twenty five thousand (25,000) lbs.; Pavement Grinder and/or Grooving Machine (riding type); Pipe, cast in place Pipe Laying Machine; Pulva-Mixer or similar types; Pump Operator, more than five (5) pumps (any size); Rail, Ballast Compactor, Regulator, or Tamper machines; Service Oiler (Greaser); Sweeper Self-Propelled; Tractor, Rubber-Tired, fifty (50) HP flywheel and under; Trenching Machine Operator, maximum digging capacity three foot (3') depth; Tunnel, Locomotive, Dinkey; Tunnel, Power Jumbo setting slip forms, etc.

Group 6

Asphalt, Pugmill (any type); Asphalt, Raker; Asphalt, Truck Mounted Asphalt Spreader, with Screed; Auger Oiler; Boatman; Bobcat, skid steed (less than one (1) yard); Broom, self-propelled; Compressor Operator (any power) under 1,250 cu. ft. total capacity; Concrete Curing Machine (riding type); Concrete Saw; Conveyor Operator or Assistant; Crane, Tugger; Crusher Feederman; Crusher Oiler; Deckhand; Drill, Directional Locator; Fork Lift; Grade Checker; Guardrail Punch Oiler; Hydrographic Seeder Machine, straw, pulp or seed; Hydrostatic Pump Operator; Mixer Box (CTB, dry batch, etc.); Oiler; Plant Oiler; Pump (any power); Rail, Brakeman, Switchman, Motorman; Rail, Tamping Machine, mechanical, self-propelled; Rigger; Roller grading (not asphalt); Truck, Crane Oiler-Driver

---------------------------------------------------------------- IRON0014-005 07/01/2020

ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN,GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE,STEVENS, WALLA WALLA AND WHITMAN COUNTIES

Rates Fringes

IRONWORKER.......................$ 34.59 30.10---------------------------------------------------------------- IRON0029-002 07/01/2020

CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUMCOUNTIES

Rates Fringes

IRONWORKER.......................$ 39.10 29.75

Firefox https://beta.sam.gov/wage-determination/WA20210001/3?index=wd&k...

19 of 39 4/8/2021, 9:13 AM

Page 284: CITY OF WAPATO

---------------------------------------------------------------- IRON0086-002 07/01/2020

YAKIMA, KITTITAS AND CHELAN COUNTIES

Rates Fringes

IRONWORKER.......................$ 34.59 30.10---------------------------------------------------------------- IRON0086-004 07/01/2020

CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES

Rates Fringes

IRONWORKER.......................$ 43.95 31.00---------------------------------------------------------------- LABO0238-004 06/01/2020

PASCO AREA: ADAMS, BENTON, COLUMBIA,DOUGLAS (East of 120thMeridian), FERRY, FRANKLIN, GRANT, OKANOGAN, WALLA WALLA

SPOKANE AREA: ASOTIN, GARFIELD, LINCOLN, PEND OREILLE, SPOKANE,STEVENS & WHITMAN COUNTIES

Rates Fringes

LABORER (PASCO) GROUP 1.....................$ 26.69 13.65 GROUP 2.....................$ 28.79 13.65 GROUP 3.....................$ 29.06 13.65 GROUP 4.....................$ 29.33 13.65 GROUP 5.....................$ 29.61 13.65LABORER (SPOKANE) GROUP 1.....................$ 26.69 13.65 GROUP 2.....................$ 28.79 13.65 GROUP 3.....................$ 29.06 13.65 GROUP 4.....................$ 29.33 13.65 GROUP 5.....................$ 29.61 13.65

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, pumpcrete machine, signaling,

Firefox https://beta.sam.gov/wage-determination/WA20210001/3?index=wd&k...

20 of 39 4/8/2021, 9:13 AM

Page 285: CITY OF WAPATO

handling the nozzle of squeezcrete or similar machine,6 inches and smaller); Confined Space Attendant; Concrete Signalman; Crusher Feeder; Demolition (to include clean-up, burning, loading, wrecking and salvage of all material); Dumpman; Fence Erector; Firewatch; Form Cleaning Machine Feeder, Stacker; General Laborer; Grout Machine Header Tender; Guard Rail (to include guard rails, guide and reference posts, sign posts, and right-of-way markers); Hazardous Waste Worker, Level D (no respirator is used and skin protection is minimal); Miner, Class ""A"" (to include all bull gang, concrete crewman, dumpman and pumpcrete crewman, including distributing pipe, assembly & dismantle, and nipper); Nipper; Riprap Man; Sandblast Tailhoseman; Scaffold Erector (wood or steel); Stake Jumper; Structural Mover (to include separating foundation, preparation, cribbing, shoring, jacking and unloading of structures); Tailhoseman (water nozzle); Timber Bucker and Faller (by hand); Track Laborer (RR); Truck Loader; Well-Point Man; All Other Work Classifications Not Specially Listed Shall Be Classified As General Laborer

GROUP 3: Asphalt Roller, walking; Cement Finisher Tender; Concrete Saw, walking; Demolition Torch; Dope Pot Firemen, non-mechanical; Driller Tender (when required to move and position machine); Form Setter, Paving; Grade Checker using level; Hazardous Waste Worker, Level C (uses a chemical ""splash suit"" and air purifying respirator); Jackhammer Operator; Miner, Class ""B"" (to include brakeman, finisher, vibrator, form setter); Nozzleman (to include squeeze and flo-crete nozzle); Nozzleman, water, air or steam; Pavement Breaker (under 90 lbs.); Pipelayer, corrugated metal culvert; Pipelayer, multi- plate; Pot Tender; Power Buggy Operator; Power Tool Operator, gas, electric, pneumatic; Railroad Equipment, power driven, except dual mobile power spiker or puller; Railroad Power Spiker or Puller, dual mobile; Rodder and Spreader; Tamper (to include operation of Barco, Essex and similar tampers); Trencher, Shawnee; Tugger Operator; Wagon Drills; Water Pipe Liner; Wheelbarrow (power driven)

GROUP 4: Air and Hydraulic Track Drill; Aspahlt Raker;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

Firefox https://beta.sam.gov/wage-determination/WA20210001/3?index=wd&k...

21 of 39 4/8/2021, 9:13 AM

Page 286: CITY OF WAPATO

beam operator on riases and shafts)

---------------------------------------------------------------- LABO0238-006 06/01/2019

COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON,CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT,LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA,WHITMAN

Rates Fringes

Hod Carrier......................$ 27.95 12.90---------------------------------------------------------------- LABO0242-003 06/01/2020

KING COUNTY

Rates Fringes

LABORER GROUP 1.....................$ 27.78 12.35 GROUP 2A....................$ 31.82 12.35 GROUP 3.....................$ 39.81 12.35 GROUP 4.....................$ 40.77 12.35 GROUP 5.....................$ 41.43 12.35 Group 6.....................$ 41.43 12.35

BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON

ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall

ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):ZONE 2 - $1.00ZONE 3 - $1.30

BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA

ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 radius miles from the respective city hall

ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):ZONE 2 - $2.25

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 2A: Batch Weighman; Crusher Feeder; Fence Laborer; Flagman; Pilot Car

GROUP 3: General Laborer; Air, Gas, or Electric Vibrating

Firefox https://beta.sam.gov/wage-determination/WA20210001/3?index=wd&k...

22 of 39 4/8/2021, 9:13 AM

Page 287: CITY OF WAPATO

Screed; Asbestos Abatement Laborer; Ballast Regulator Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender; Cement Finisher Tender; Change House or Dry Shack; Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender; Clean-up Laborer; Concrete Form Stripper; Curing Laborer; Demolition (wrecking and moving including charred material); Ditch Digger; Dump Person; Fine Graders; Firewatch; Form Setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazardous Waste Worker (Level C: uses a chemical ""splash suit"" and air purifying respirator); Maintenance Person; Material Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at job site); Topper-Tailer; Track Laborer; Truck Spotter; Vinyl Seamer

GROUP 4: Cement Dumper-Paving; Chipping Gun (over 30 lbs.); Clary Power Spreader; Concrete Dumper/Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac); Faller and Bucker Chain Saw; Grade Checker and Transit Person; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B: uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical ""splash suit""); High Scaler; Jackhammer; Laserbeam Operator; Manhole Builder-Mudman; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster); Pavement Breaker; Pipe Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert type); Pipe Wrapper; Power Jacks; Railroad Spike Puller-Power; Raker-Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft); Spreader (concrete); Tamper and Similar electric, air and glas operated tool; Timber Person-sewer (lagger shorer and cribber); Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer

GROUP 5: Caisson Worker; Mortarman and Hodcarrier; Powderman; Re-Timberman; Hazardous Waste Worker (Level A: utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line).

Group 6: Miner

---------------------------------------------------------------- LABO0252-010 06/01/2020

CLALLAM, GRAYS HARBOR, JEFFERSON, KITSAP, LEWIS, MASON, PACIFIC(EXCLUDING SOUTHWEST), PIERCE, AND THURSTON COUNTIES

Rates Fringes

LABORER GROUP 1.....................$ 27.78 12.44 GROUP 2.....................$ 31.82 12.44 GROUP 3.....................$ 39.81 12.44 GROUP 4.....................$ 40.77 12.44 GROUP 5.....................$ 41.43 12.44

BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON

ZONE 1 - Projects within 25 radius miles of the respective

Firefox https://beta.sam.gov/wage-determination/WA20210001/3?index=wd&k...

23 of 39 4/8/2021, 9:13 AM

Page 288: CITY OF WAPATO

city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall

ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):ZONE 2 - $1.00ZONE 3 - $1.30

BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA

ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 radius miles from the respective city hall

ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):ZONE 2 - $2.25

LABORERS CLASSIFICATIONS

GROUP 1: Landscaping and Planting; Watchman; Window Washer/Cleaner (detail clean-up, such as but not limited to cleaning floors, ceilings, walls, windows, etc., prior to final acceptance by the owner)

GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer; Flagman; Pilot Car

GROUP 3: General Laborer; Air, Gas, or Electric Vibrating Screed; Asbestos Abatement Laborer; Ballast Regulator Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender; Cement Finisher Tender; Change House or Dry Shack; Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender; Clean-up Laborer; Concrete Form Stripper; Curing Laborer; Demolition (wrecking and moving including charred material); Ditch Digger; Dump Person; Fine Graders; Firewatch; Form Setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazardous Waste Worker (Level C: uses a chemical ""splash suit"" and air purifying respirator); Maintenance Person; Material Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at job site); Topper-Tailer; Track Laborer; Truck Spotter; Vinyl Seamer

GROUP 4: Cement Dumper-Paving; Chipping Gun (over 30 lbs.); Clary Power Spreader; Concrete Dumper/Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac); Faller and Bucker Chain Saw; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B: uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical ""splash suit""); Jackhammer; Laserbeam Operator; Manhole Builder-Mudman; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster); Pavement Breaker; Pipe Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert type); Pipe Wrapper; Power Jacks; Railroad Spike Puller-Power; Raker-Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft); Spreader (concrete); Tamper and Similar electric, air and glas operated tool; Timber Person-sewer (lagger shorer and cribber); Track Liner Power; Tugger Operator; Vibrator;

Firefox https://beta.sam.gov/wage-determination/WA20210001/3?index=wd&k...

24 of 39 4/8/2021, 9:13 AM

Page 289: CITY OF WAPATO

Well Point Laborer

GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier; Grade Checker and Transit Person; High Scaler; Powderman; Re-Timberman; Hazardous Waste Worker (Level A: utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line).

---------------------------------------------------------------- LABO0292-008 06/01/2020

ISLAND, SAN JUAN, SKAGIT, SNOHOMISH, AND WHATCOM COUNTIES

Rates Fringes

LABORER GROUP 1.....................$ 27.78 12.44 GROUP 2.....................$ 31.82 12.44 GROUP 3.....................$ 39.81 12.44 GROUP 4.....................$ 40.77 12.44 GROUP 5.....................$ 41.43 12.44

BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON

ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall

ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):ZONE 2 - $1.00ZONE 3 - $1.30

BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA

ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 radius miles from the respective city hall

ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):ZONE 2 - $2.25

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;

Firefox https://beta.sam.gov/wage-determination/WA20210001/3?index=wd&k...

25 of 39 4/8/2021, 9:13 AM

Page 290: CITY OF WAPATO

Firewatch; Form Setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazardous Waste Worker (Level C: uses a chemical ""splash suit"" and air purifying respirator); Maintenance Person; Material Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at job site); Topper-Tailer; Track Laborer; Truck Spotter; Vinyl Seamer

GROUP 4: Cement Dumper-Paving; Chipping Gun (over 30 lbs.); Clary Power Spreader; Concrete Dumper/Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac); Faller and Bucker Chain Saw; Grade Checker and Transit Person; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B: uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical ""splash suit""); High Scaler; Jackhammer; Laserbeam Operator; Manhole Builder-Mudman; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster); Pavement Breaker; Pipe Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert type); Pipe Wrapper; Power Jacks; Railroad Spike Puller-Power; Raker-Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft); Spreader (concrete); Tamper and Similar electric, air and glas operated tool; Timber Person-sewer (lagger shorer and cribber); Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer

GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier; Powderman; Re-Timberman; Hazardous Waste Worker (Level A: utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line).

---------------------------------------------------------------- LABO0335-001 06/01/2020

CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINEMADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTYWEST TO THE PACIFIC OCEAN), SKAMANIA AND WAHKIAKUM COUNTIES

Rates Fringes

Laborers: ZONE 1: GROUP 1....................$ 34.93 12.44 GROUP 2....................$ 35.65 12.44 GROUP 3....................$ 36.20 12.44 GROUP 4....................$ 36.66 12.44 GROUP 5....................$ 31.93 12.44 GROUP 6....................$ 29.01 12.44 GROUP 7....................$ 25.14 12.44

Zone Differential (Add to Zone 1 rates):Zone 2 $ 0.65Zone 3 - 1.15Zone 4 - 1.70Zone 5 - 2.75

BASE POINTS: 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

Firefox https://beta.sam.gov/wage-determination/WA20210001/3?index=wd&k...

26 of 39 4/8/2021, 9:13 AM

Page 291: CITY OF WAPATO

respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall.

LABORERS CLASSIFICATIONS

GROUP 1: Asphalt Plant Laborers; Asphalt Spreaders; Batch Weighman; Broomers; Brush Burners and Cutters; Car and Truck Loaders; Carpenter Tender; Change-House Man or Dry Shack Man; Choker Setter; Clean-up Laborers; Curing, Concrete; Demolition, Wrecking and Moving Laborers; Dumpers, road oiling crew; Dumpmen (for grading crew); Elevator Feeders; Median Rail Reference Post, Guide Post, Right of Way Marker; Fine Graders; Fire Watch; Form Strippers (not swinging stages); General Laborers; Hazardous Waste Worker; Leverman or Aggregate Spreader (Flaherty and similar types); Loading Spotters; Material Yard Man (including electrical); Pittsburgh Chipper Operator or Similar Types; Railroad Track Laborers; Ribbon Setters (including steel forms); Rip Rap Man (hand placed); Road Pump Tender; Sewer Labor; Signalman; Skipman; Slopers; Spraymen; Stake Chaser; Stockpiler; Tie Back Shoring; Timber Faller and Bucker (hand labor); Toolroom Man (at job site); Tunnel Bullgang (above ground); Weight-Man- Crusher (aggregate when used)

GROUP 2: Applicator (including pot power tender for same), applying protective material by hand or nozzle on utility lines or storage tanks on project; Brush Cutters (power saw); Burners; Choker Splicer; Clary Power Spreader and similar types; Clean- up Nozzleman-Green Cutter (concrete, rock, etc.); Concrete Power Buggyman; Concrete Laborer; Crusher Feeder; Demolition and Wrecking Charred Materials; Gunite Nozzleman Tender; Gunite or Sand Blasting Pot Tender; Handlers or Mixers of all Materials of an irritating nature (including cement and lime); Tool Operators (includes but not limited to: Dry Pack Machine; Jackhammer; Chipping Guns; Paving Breakers); Pipe Doping and Wrapping; Post Hole Digger, air, gas or electric; Vibrating Screed; Tampers; Sand Blasting (Wet); Stake-Setter; Tunnel-Muckers, Brakemen, Concrete Crew, Bullgang (underground)

GROUP 3: Asbestos Removal; Bit Grinder; Drill Doctor; Drill Operators, air tracks, cat drills, wagon drills, rubber-mounted drills, and other similar types including at crusher plants; Gunite Nozzleman; High Scalers, Strippers and Drillers (covers work in swinging stages, chairs or belts, under extreme conditions unusual to normal drilling, blasting, barring-down, or sloping and stripping); Manhole Builder; Powdermen; Concrete Saw Operator; Pwdermen; Power Saw Operators (Bucking and Falling); Pumpcrete Nozzlemen; Sand Blasting (Dry); Sewer Timberman; Track Liners, Anchor Machines, Ballast Regulators, Multiple Tampers, Power Jacks, Tugger Operator; Tunnel-Chuck Tenders, Nippers and Timbermen; Vibrator; Water Blaster

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

Firefox https://beta.sam.gov/wage-determination/WA20210001/3?index=wd&k...

27 of 39 4/8/2021, 9:13 AM

Page 292: CITY OF WAPATO

Locomotive-Tunnel; Powderman-Tunnel; Shield Operator-Tunnel

GROUP 5: Traffic Flaggers

GROUP 6: Fence Builders

GROUP 7: Landscaping or Planting Laborers

---------------------------------------------------------------- LABO0335-019 06/01/2020

Rates Fringes

Hod Carrier......................$ 34.93 12.44---------------------------------------------------------------- LABO0348-003 06/01/2020

CHELAN, DOUGLAS (W OF 12TH MERIDIAN), KITTITAS, AND YAKIMACOUNTIES

Rates Fringes

LABORER GROUP 1.....................$ 23.68 12.44 GROUP 2.....................$ 27.17 12.44 GROUP 3.....................$ 29.74 12.44 GROUP 4.....................$ 30.46 12.44 GROUP 5.....................$ 30.99 12.44

BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON

ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall

ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):ZONE 2 - $1.00ZONE 3 - $1.30

BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA

ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 radius miles from the respective city hall

ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):ZONE 2 - $2.25

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

Firefox https://beta.sam.gov/wage-determination/WA20210001/3?index=wd&k...

28 of 39 4/8/2021, 9:13 AM

Page 293: CITY OF WAPATO

GROUP 3: General Laborer; Air, Gas, or Electric Vibrating Screed; Asbestos Abatement Laborer; Ballast Regulator Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender; Cement Finisher Tender; Change House or Dry Shack; Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender; Clean-up Laborer; Concrete Form Stripper; Curing Laborer; Demolition (wrecking and moving including charred material); Ditch Digger; Dump Person; Fine Graders; Firewatch; Form Setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazardous Waste Worker (Level C: uses a chemical ""splash suit"" and air purifying respirator); Maintenance Person; Material Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at job site); Topper-Tailer; Track Laborer; Truck Spotter; Vinyl Seamer

GROUP 4: Cement Dumper-Paving; Chipping Gun (over 30 lbs.); Clary Power Spreader; Concrete Dumper/Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac); Faller and Bucker Chain Saw; Grade Checker and Transit Person; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B: uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical ""splash suit""); High Scaler; Jackhammer; Laserbeam Operator; Manhole Builder-Mudman; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster); Pavement Breaker; Pipe Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert type); Pipe Wrapper; Power Jacks; Railroad Spike Puller-Power; Raker-Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft); Spreader (concrete); Tamper and Similar electric, air and glas operated tool; Timber Person-sewer (lagger shorer and cribber); Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer

GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier; Powderman; Re-Timberman; Hazardous Waste Worker (Level A: utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line).

---------------------------------------------------------------- PAIN0005-002 07/01/2020

STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH),SKAMANIA, AND WAHKIAKUM COUNTIES

Rates Fringes

Painters: STRIPERS....................$ 31.90 17.23---------------------------------------------------------------- PAIN0005-004 03/01/2009

CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON ANDWHATCOM COUNTIES

Rates Fringes

PAINTER..........................$ 20.82 7.44

Firefox https://beta.sam.gov/wage-determination/WA20210001/3?index=wd&k...

29 of 39 4/8/2021, 9:13 AM

Page 294: CITY OF WAPATO

----------------------------------------------------------------* PAIN0005-006 07/01/2018

ADAMS, ASOTIN; BENTON AND FRANKLIN (EXCEPT HANFORD SITE);CHELAN, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, KITTITAS,LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA,WHITMAN AND YAKIMA COUNTIES

Rates Fringes

PAINTER Application of Cold Tar Products, Epoxies, Polyure thanes, Acids, Radiation Resistant Material, Water and Sandblasting............$ 30.19 11.71 Over 30'/Swing Stage Work..$ 22.20 7.98 Brush, Roller, Striping, Steam-cleaning and Spray....$ 22.94 11.61 Lead Abatement, Asbestos Abatement...................$ 21.50 7.98

*$.70 shall be paid over and above the basic wage rates listed for work on swing stages and high work of over 30 feet.

---------------------------------------------------------------- PAIN0055-003 07/01/2020

CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUMCOUNTIES

Rates Fringes

PAINTER Brush & Roller..............$ 26.56 13.40 Spray and Sandblasting......$ 26.56 13.40

All high work over 60 ft. = base rate + $0.75---------------------------------------------------------------- PAIN0055-006 03/01/2020

CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES

Rates Fringes

Painters: HIGHWAY & PARKING LOT STRIPER.....................$ 35.87 13.40---------------------------------------------------------------- PLAS0072-004 06/01/2020

ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY,FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PENDOREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, AND YAKIMACOUNTIES

Rates Fringes

CEMENT MASON/CONCRETE FINISHER ZONE 1......................$ 31.30 15.53

Firefox https://beta.sam.gov/wage-determination/WA20210001/3?index=wd&k...

30 of 39 4/8/2021, 9:13 AM

Page 295: CITY OF WAPATO

Zone Differential (Add to Zone 1 rate): Zone 2 - $2.00

BASE POINTS: Spokane, Pasco, Lewiston; WenatcheeZone 1: 0 - 45 radius miles from the main post officeZone 2: Over 45 radius miles from the main post office

---------------------------------------------------------------- PLAS0528-001 06/01/2020

CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING,KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT,SNOHOMISH, THURSTON, WAHKIAKUM AND WHATCOM COUNTIES

Rates Fringes

CEMENT MASON CEMENT MASON................$ 45.80 18.54 COMPOSITION, TROWEL MACHINE, GRINDER, POWER TOOLS, GUNNITE NOZZLE.......$ 46.30 18.54 TROWELING MACHINE OPERATOR ON COMPOSITION..............$ 46.30 18.54---------------------------------------------------------------- PLAS0555-002 07/01/2019

CLARK, KLICKITAT AND SKAMANIA COUNTIES

ZONE 1:

Rates Fringes

CEMENT MASON CEMENT MASONS DOING BOTH COMPOSITION/POWER MACHINERY AND SUSPENDED/HANGING SCAFFOLD..$ 37.32 18.77 CEMENT MASONS ON SUSPENDED, SWINGING AND/OR HANGING SCAFFOLD............$ 36.58 18.77 CEMENT MASONS...............$ 35.85 18.77 COMPOSITION WORKERS AND POWER MACHINERY OPERATORS...$ 36.58 18.77

Zone Differential (Add To Zone 1 Rates):Zone 2 - $0.65Zone 3 - 1.15Zone 4 - 1.70Zone 5 - 3.00

BASE POINTS: BEND, CORVALLIS, EUGENE, MEDFORD, PORTLAND, SALEM, THE DALLES, VANCOUVER

ZONE 1: Projects within 30 miles of the respective city hall ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall.ZONE 5: More than 80 miles from the respective city hall

---------------------------------------------------------------- TEAM0037-002 06/01/2020

Firefox https://beta.sam.gov/wage-determination/WA20210001/3?index=wd&k...

31 of 39 4/8/2021, 9:13 AM

Page 296: CITY OF WAPATO

CLARK, COWLITZ, KLICKITAT, PACIFIC (South of a straight linemade by extending the north boundary line of Wahkiakum Countywest to the Pacific Ocean), SKAMANIA, AND WAHKIAKUM COUNTIES

Rates Fringes

Truck drivers: ZONE 1 GROUP 1....................$ 29.33 16.40 GROUP 2....................$ 29.46 16.40 GROUP 3....................$ 29.60 16.40 GROUP 4....................$ 29.89 16.40 GROUP 5....................$ 30.03 16.40 GROUP 6....................$ 30.31 16.40 GROUP 7....................$ 30.53 16.40

Zone Differential (Add to Zone 1 Rates):Zone 2 - $0.65Zone 3 - 1.15Zone 4 - 1.70Zone 5 - 2.75

BASE POINTS: ASTORIA, THE DALLES, LONGVIEW AND VANCOUVER

ZONE 1: Projects within 30 miles of the respective city hall.

ZONE 2: More than 30 miles but less than 40 miles from the respective city hall.

ZONE 3: More than 40 miles but less than 50 miles from the respective city hall.

ZONE 4: More than 50 miles but less than 80 miles from the respective city hall.

ZONE 5: More than 80 miles from the respective city hall.

TRUCK DRIVERS CLASSIFICATIONS

GROUP 1: A Frame or Hydra lifrt truck w/load bearing surface; Articulated Dump Truck; Battery Rebuilders; Bus or Manhaul Driver; Concrete Buggies (power operated); Concrete Pump Truck; Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations there of: up to and including 10 cu. yds.; Lift Jitneys, Fork Lifts (all sizes in loading, unloading and transporting material on job site); Loader and/or Leverman on Concrete Dry Batch Plant (manually operated); Pilot Car; Pickup Truck; Solo Flat Bed and misc. Body Trucks, 0-10 tons; Truck Tender; Truck Mechanic Tender; Water Wagons (rated capacity) up to 3,000 gallons; Transit Mix and Wet or Dry Mix - 5 cu. yds. and under; Lubrication Man, Fuel Truck Driver, Tireman, Wash Rack, Steam Cleaner or combinations; Team Driver; Slurry Truck Driver or Leverman; Tireman

GROUP 2: Boom Truck/Hydra-lift or Retracting Crane; Challenger; Dumpsters or similar equipment all sizes; Dump Trucks/Articulated Dumps 6 cu to 10 cu.; Flaherty Spreader Driver or Leverman; Lowbed Equipment, Flat Bed Semi-trailer or doubles transporting equipment or wet or dry materials; Lumber Carrier, Driver-Straddle Carrier (used in loading, unloading and transporting of materials on job site); Oil Distributor Driver or Leverman; Transit mix and wet or dry

Firefox https://beta.sam.gov/wage-determination/WA20210001/3?index=wd&k...

32 of 39 4/8/2021, 9:13 AM

Page 297: CITY OF WAPATO

mix trcuks: over 5 cu. yds. and including 7 cu. yds.; Vacuum Trucks; Water truck/Wagons (rated capacity) over 3,000 to 5,000 gallons

GROUP 3: Ammonia Nitrate Distributor Driver; Dump trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 10 cu. yds. and including 30 cu. yds. includes Articulated Dump Trucks; Self-Propelled Street Sweeper; Transit mix and wet or dry mix truck: over 7 cu yds. and including 11 cu yds.; Truck Mechanic-Welder-Body Repairman; Utility and Clean-up Truck; Water Wagons (rated capacity) over 5,000 to 10,000 gallons

GROUP 4: Asphalt Burner; Dump Trucks, side, end and bottom cumps, including Semi-Trucks and Trains or combinations thereof: over 30 cu. yds. and including 50 cu. yds. includes Articulated Dump Trucks; Fire Guard; Transit Mix and Wet or Dry Mix Trucks, over 11 cu. yds. and including 15 cu. yds.; Water Wagon (rated capacity) over 10,000 gallons to 15,000 gallons

GROUP 5: Composite Crewman; Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 50 cu. yds. and including 60 cu. yds. includes Articulated Dump Trucks

GROUP 6: Bulk Cement Spreader w/o Auger; Dry Pre-Batch concrete Mix Trucks; Dump trucks, side, end and 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 06/01/2020

CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,MASON, PACIFIC (North of a straight line made by extending thenorth boundary line of Wahkiakum County west to the PacificOcean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON ANDWHATCOM COUNTIES

Rates Fringes

Truck drivers: ZONE A: GROUP 1:...................$ 42.88 20.92 GROUP 2:...................$ 42.04 20.92 GROUP 3:...................$ 39.23 20.92 GROUP 4:...................$ 34.26 20.92 GROUP 5:...................$ 42.43 20.92

ZONE B (25-45 miles from center of listed cities*): Add $.70 per hour to Zone A rates. ZONE C (over 45 miles from centr of listed cities*): Add $1.00 per hour to Zone A rates.

*Zone pay will be calculated from the city center of the following listed cities:

Firefox https://beta.sam.gov/wage-determination/WA20210001/3?index=wd&k...

33 of 39 4/8/2021, 9:13 AM

Page 298: CITY OF WAPATO

BELLINGHAM CENTRALIA RAYMOND OLYMPIAEVERETT SHELTON ANACORTES BELLEVUESEATTLE PORT ANGELES MT. VERNON KENTTACOMA 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

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

Firefox https://beta.sam.gov/wage-determination/WA20210001/3?index=wd&k...

34 of 39 4/8/2021, 9:13 AM

Page 299: CITY OF WAPATO

or a supplied air line.

---------------------------------------------------------------- TEAM0690-004 01/01/2019

ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY,FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PENDOREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMACOUNTIES

Rates Fringes

Truck drivers: (AREA 1:SPOKANE ZONE CENTER: Adams,Chelan, Douglas, Ferry,Grant, Kittitas, Lincoln,Okanogan, Pen Oreille,Spokane, Stevens, and WhitmanCounties

AREA 1: LEWISTON ZONE CENTER:Asotin, Columbia, andGarfield Counties

AREA 2: PASCO ZONE CENTER:Benton, Franklin, Walla Wallaand Yakima Counties) AREA 1: GROUP 1....................$ 23.91 17.40 GROUP 2....................$ 26.18 17.40 GROUP 3....................$ 26.68 17.40 GROUP 4....................$ 27.01 17.40 GROUP 5....................$ 27.12 17.40 GROUP 6....................$ 27.29 17.40 GROUP 7....................$ 27.82 17.40 GROUP 8....................$ 28.18 17.40 AREA 2: GROUP 1....................$ 26.05 17.40 GROUP 2....................$ 28.69 17.40 GROUP 3....................$ 28.80 17.40 GROUP 4....................$ 29.13 17.40 GROUP 5....................$ 29.24 17.40 GROUP 6....................$ 29.24 17.40 GROUP 7....................$ 29.78 17.40 GROUP 8....................$ 30.10 17.40

Zone Differential (Add to Zone 1 rate: Zone 1 + $2.00)

BASE POINTS: Spokane, Pasco, LewistonZone 1: 0-45 radius miles from the main post office. Zone 2: Outside 45 radius miles from the main post office

TRUCK DRIVERS CLASSIFICATIONS

GROUP 1: Escort Driver or Pilot Car; Employee Haul; Power Boat Hauling Employees or Material

GROUP 2: Fish Truck; Flat Bed Truck; Fork Lift (3000 lbs. and under); Leverperson (loading trucks at bunkers); Trailer Mounted Hydro Seeder and Mulcher; Seeder & Mulcher; Stationary Fuel Operator; Tractor (small, rubber-tired, pulling trailer or similar equipment)

Firefox https://beta.sam.gov/wage-determination/WA20210001/3?index=wd&k...

35 of 39 4/8/2021, 9:13 AM

Page 300: CITY OF WAPATO

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 oeprated trailer); Transit Mixers & Trucks Hauling Concrete (over 20 yds.); Truck, side, end, bottom end dump (over 40 yds. to & including 100 yds.); Truck Mounted Crane (with load bearing surface either mounted or pulled (16 through 25 tons);

GROUP 8: Prime Movers and Stinger Truck; Trucks, side, end, bottom and articulated end dump (over 100 yds.); Helicopter Pilot Hauling Employees or Materials

Footnote A - Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in additon to the classification working in as follows:

LEVEL C-D: - $.50 PER HOUR (This is the lowest level of protection. This level may use an air purifying respirator or additional protective clothing.

LEVEL A-B: - $1.00 PER HOUR (Uses supplied air is conjunction with a chemical spash suit or fully encapsulated suit with a self-contained breathing apparatus.

Employees shall be paid Hazmat pay in increments of four(4) and eight(8) hours.

NOTE:

Firefox https://beta.sam.gov/wage-determination/WA20210001/3?index=wd&k...

36 of 39 4/8/2021, 9:13 AM

Page 301: CITY OF WAPATO

Trucks Pulling Equipment Trailers: shall receive $.15/hour over applicable truck rate

----------------------------------------------------------------

WELDERS - Receive rate prescribed for craft performingoperation to which welding is incidental.

================================================================

Note: Executive Order (EO) 13706, Establishing Paid Sick Leavefor Federal Contractors applies to all contracts subject to theDavis-Bacon Act for which the contract is awarded (and anysolicitation was issued) on or after January 1, 2017. If thiscontract is covered by the EO, the contractor must provideemployees with 1 hour of paid sick leave for every 30 hoursthey work, up to 56 hours of paid sick leave each year.Employees must be permitted to use paid sick leave for theirown illness, injury or other health-related needs, includingpreventive care; to assist a family member (or person who islike family to the employee) who is ill, injured, or has otherhealth-related needs, including preventive care; or for reasonsresulting from, or to assist a family member (or person who islike family to the employee) who is a victim of, domesticviolence, sexual assault, or stalking. Additional informationon contractor requirements and worker protections under the EOis available at www.dol.gov/whd/govcontracts.

Unlisted classifications needed for work not included withinthe scope of the classifications listed may be added afteraward only as provided in the labor standards contract clauses(29CFR 5.5 (a) (1) (ii)).

----------------------------------------------------------------

The body of each wage determination lists the classificationand wage rates that have been found to be prevailing for thecited type(s) of construction in the area covered by the wagedetermination. The classifications are listed in alphabeticalorder of ""identifiers"" that indicate whether the particularrate is a union rate (current union negotiated rate for local),a survey rate (weighted average rate) or a union average rate(weighted union average rate).

Union Rate Identifiers

A four letter classification abbreviation identifier enclosedin dotted lines beginning with characters other than ""SU"" or""UAVG"" denotes that the union classification and rate wereprevailing for that classification in the survey. Example:PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier ofthe union which prevailed in the survey for thisclassification, which in this example would be Plumbers. 0198indicates the local union number or district council numberwhere applicable, i.e., Plumbers Local 0198. The next number,005 in the example, is an internal number used in processingthe wage determination. 07/01/2014 is the effective date of themost current negotiated rate, which in this example is July 1,2014.

Union prevailing wage rates are updated to reflect all ratechanges in the collective bargaining agreement (CBA) governingthis classification and rate.

Firefox https://beta.sam.gov/wage-determination/WA20210001/3?index=wd&k...

37 of 39 4/8/2021, 9:13 AM

Page 302: CITY OF WAPATO

Survey Rate Identifiers

Classifications listed under the ""SU"" identifier indicate thatno one rate prevailed for this classification in the survey andthe published rate is derived by computing a weighted averagerate based on all the rates reported in the survey for thatclassification. As this weighted average rate includes allrates reported in the survey, it may include both union andnon-union rates. Example: SULA2012-007 5/13/2014. SU indicatesthe rates are survey rates based on a weighted averagecalculation of rates and are not majority rates. LA indicatesthe State of Louisiana. 2012 is the year of survey on whichthese classifications and rates are based. The next number, 007in the example, is an internal number used in producing thewage determination. 5/13/2014 indicates the survey completiondate for the classifications and rates under that identifier.

Survey wage rates are not updated and remain in effect until anew survey is conducted.

Union Average Rate Identifiers

Classification(s) listed under the UAVG identifier indicatethat no single majority rate prevailed for thoseclassifications; however, 100% of the data reported for theclassifications was union data. EXAMPLE: UAVG-OH-001008/29/2014. UAVG indicates that the rate is a weighted unionaverage rate. OH indicates the state. The next number, 0010 inthe example, is an internal number used in producing the wagedetermination. 08/29/2014 indicates the survey completion datefor the classifications and rates under that identifier.

A UAVG rate will be updated once a year, usually in January ofeach year, to reflect a weighted average of the currentnegotiated/CBA rate of the union locals from which the rate isbased.

----------------------------------------------------------------

WAGE DETERMINATION APPEALS PROCESS

1.) Has there been an initial decision in the matter? This canbe:

* 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 requestsfor summaries of surveys, should be with the Wage and HourRegional Office for the area in which the survey was conductedbecause those Regional Offices have responsibility for theDavis-Bacon survey program. If the response from this initialcontact is not satisfactory, then the process described in 2.)and 3.) should be followed.

With regard to any other matter not yet ripe for the formalprocess described here, initial contact should be with theBranch of Construction Wage Determinations. Write to:

Firefox https://beta.sam.gov/wage-determination/WA20210001/3?index=wd&k...

38 of 39 4/8/2021, 9:13 AM

Page 303: CITY OF WAPATO

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 aninterested party (those affected by the action) can requestreview 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 theinterested party's position and by any information (wagepayment 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, aninterested party may appeal directly to the AdministrativeReview 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"

Firefox https://beta.sam.gov/wage-determination/WA20210001/3?index=wd&k...

39 of 39 4/8/2021, 9:13 AM

Page 304: CITY OF WAPATO

PART 6

APPENDIX

Page 305: CITY OF WAPATO

APPENDIX A

SUPPLEMENTAL BIDDER RESPONSIBILITY CRITERIA

Page 306: CITY OF WAPATO

SC-1 of 9

APPENDIX A

SUPPLEMENTAL BIDDER RESPONSIBILITY CRITERIA FORMS

FRENCH LANE IMPROVEMENTS

These forms shall be completed in their entirety and submitted by the apparent two

lowest Bidders to the City of Wapato by 12:00 p.m. (noon) of the second business day

following the bid submittal deadline.

Failure to submit and meet the requirements as stated in Section 1-02 of the Special

Provisions shall be grounds for rejection of the bid. The City of Wapato will be the sole

judge in determining if the prospective contractor meets the minimum experience

requirements.

Contractor:

Name: _________________________________________________________________

Address: _______________________________________________________________

Phone: _________________________________________________________________

Contact Person: __________________________________________________________

2. Delinquent State Taxes

Instructions to Bidders: Check the appropriate box

The Bidder does not owe delinquent taxes to the Washington State

Department of Revenue.

Alternatively, the Bidder does owe delinquent taxes to the Washington State

Department of Revenue.

If the Bidder owes delinquent taxes, they must submit a written payment plan

approved by the Department of Revenue, to the Contracting Agency.

(Date) (Signature)

______________________________

(Print Name)

______________________________

(Title)

Page 307: CITY OF WAPATO

SC-2 of 9

3. Claims Against Retainage and Bonds:

Instructions to Bidders: Check the appropriate box

The Bidder has not had claims against retainage and bonds in the 3 years

prior to the bid submittal date.

Alternatively, the Bidder has had claims against retainage and bonds in the

3 years prior to the bid submittal date.

If the Bidder has had claims against retainage and bonds in the 3 years prior to the

bid submittal date, submit a list of public works projects completed during this

period that have had claims against retainage and bonds and include name of

Project, contact information for the Owner, a list of claims filed against retainage

and/or payment bond for any of the projects listed; and a written explanation of

circumstances surrounding each claim and the ultimate resolution of the claim.

(Date) (Signature)

______________________________

(Print Name)

______________________________

(Title)

Page 308: CITY OF WAPATO

SC-3 of 9

4. Public Bidding Crime:

Instructions to Bidders: Check the appropriate box

The undersigned certifies that the Bidder and/or its Owners have not been

convicted of a crime involving bidding on a public works contract in the

5 years prior to the bid submittal date.

Alternatively, the undersigned confirms that the Bidder and/or its Owners

have been convicted of a crime involving bidding on a public works contract

in the 5 years prior to the bid submittal date.

If the Bidder and/or its Owners have been convicted of a crime involving bidding

on a public works contract, provide a written explanation identifying the date of the

conviction and a description of the circumstances surrounding the conviction.

(Date) (Signature)

______________________________

(Print Name)

______________________________

(Title)

Page 309: CITY OF WAPATO

SC-4 of 9

5. Termination for Cause/Termination for Default

Instructions to Bidders: Check the appropriate box

The undersigned certifies that the Bidder has not had any public works

contracts terminated for cause or terminated for default by a government

agency in the 5 years prior to the bid submittal date.

Alternatively, the undersigned confirms that the Bidder has had public

works contracts terminated for cause or terminated for default by a

government agency in the 5 years prior to the bid submittal date.

If the Bidder has had any public works contracts terminated for cause or terminated

for default in the 5 years prior to the bid submittal date, provide a written

explanation for all contracts terminated for cause or terminated for default by

identifying the project contract that was terminated, the government agency which

terminated the Contract, the date of the termination, and a description of the

circumstances surrounding the termination.

(Date) (Signature)

______________________________

(Print Name)

______________________________

(Title)

Page 310: CITY OF WAPATO

SC-5 of 9

6. Lawsuits

Instructions to Bidders: Check the appropriate box

The undersigned certifies that the Bidder has not had any lawsuits with

judgments entered against the Bidder in the 5 years prior to the bid submittal

date that demonstrate a pattern of failing to meet the terms of contracts.

Alternatively, the undersigned confirms that the Bidder has had any

lawsuits with judgments entered against the Bidder in the 5 years prior to

the bid submittal date that demonstrate a pattern of failing to meet the terms

of contracts.

If the Bidder has had any lawsuits with judgments entered against the Bidder in the

5 years prior to the bid submittal date that demonstrate a pattern of failing to meet

the terms of contracts, submit a list of lawsuits along with a written explanation of

the circumstances surrounding each lawsuit. The Contracting Agency shall

evaluate these explanations to determine whether the lawsuits demonstrate a pattern

of failing to meet the terms of contracts.

(Date) (Signature)

______________________________

(Print Name)

______________________________

(Title)

Page 311: CITY OF WAPATO

SC-6 of 9

7. Contract Time (Liquidated Damages)

Instructions to Bidders: Check the appropriate box

The undersigned certifies that the Bidder has not had liquidated damages

assessed on any project it has completed in the 5 years prior to the bid

submittal date.

Alternatively, the undersigned confirms that the Bidder has had liquidated

damages assessed on projects in the 5 years prior to the bid submittal date.

If the Bidder has had liquidated damages assessed against projects in the 5 years

prior to the bid submittal dated, submit a list of projects along with Owner contact

information, and number of days assessed liquidated damages. The Contracting

Agency shall determine whether the Contractor has a pattern of failing to complete

projects within Contract Time.

(Date) (Signature)

______________________________

(Print Name)

______________________________

(Title)

Page 312: CITY OF WAPATO

SC-7 of 9

8. Capacity and Experience

The Bidder shall have sufficient current capacity and the Project Superintendent

assigned to the Project shall have experience to meet the requirements of this

Project. The Bidder and Project Superintendent shall have successfully completed

at least two projects as the prime contractor, of a similar size and scope, during the

5-year period immediately preceding the bid submittal deadline for this project.

Similar size is defined as a minimum of 70 percent of the bid amount submitted by

the Bidder.

A. Capacity

i. Gross dollar amount of work currently under contract:

ii. Gross dollar amount of contracts currently not completed:

iii. List five major pieces of equipment which are anticipated to be used

on this project by the Contractor and note which items are owned by

the Contractor and which are to be leased or rented from others:

iv. Number of superintendents on Bidder’s staff:

Page 313: CITY OF WAPATO

SC-8 of 9

B. Experience

i. General character of work performed by firm:

ii. Identify who will be the superintendent on this project and years of

experience. Also, list the number of years this person has been with

your firm.

iii. Similar Size and Scope Projects Completed in the Past 5 Years

#1 Owner’s Name and Contact Information:

Owner is a Government Agency? ___ Yes ____ No

Superintendent’s Name:

Project Name:

Awarded Contract Amount:

Final Contract Amount:

Completion Date:

Project Description:

Page 314: CITY OF WAPATO

SC-9 of 9

#2 Owner’s Name and Contact Information:

Owner is a Government Agency? ___ Yes ____ No

Superintendent’s Name:

Project Name:

Awarded Contract Amount:

Final Contract Amount:

Completion Date:

Project Description:

#3 Owner’s Name and Contact Information:

Owner is a Government Agency? ___ Yes ____ No

Superintendent’s Name:

Project Name:

Awarded Contract Amount:

Final Contract Amount:

Completion Date:

Project Description:

Page 315: CITY OF WAPATO

APPENDIX B

PROPERTY RELEASE

Page 316: CITY OF WAPATO

PROPERTY RELEASE

________________________________________________ (Owner's Name)

________________________________________________

(Property Address)

________________________________________________ DATE:_____________________________________ I, __________________________________, owner of ____________ (Property Owner's Name) (Property __________________________________, hereby release (Description or Address) _________________________________, from any property (Contractor's Name) damage or personal injury resulting from construction adjacent to or on my property located at ___________________________________, (Property Address)

during construction of the French Lane Improvements. My signature below is my

acknowledgment and acceptance that my property, as identified above, was

returned to a satisfactory condition.

Name: ______________________________ Signed: ______________________________ Address: ______________________________ ______________________________ Phone: ______________________________

Page 317: CITY OF WAPATO

APPENDIX C

BORING LOGS

(FOR INFORMATION ONLY)

Page 318: CITY OF WAPATO

Project No. Figure No.

Approx. Scale1" = 100'

0' 100'50'

French Lane ImprovementsWapato, WA

SITE AND EXPLORATION PLAN

19-401 219

-40

1 F

ig 2

Site

Pla

n.g

rf 3

/16

/20

(1

4:1

7)

ST

S

Approximate Test Pit Location

Legend:Note: Base map modified from a conceptual plan provided by Gray & Osborne.

French Lane

S C

amas A

ve

WapatoPublicWorksDept.

Lions Park

Future CCHS Housing Future CCHS Housing

Page 319: CITY OF WAPATO

MOISTURE CONTENT

2-inch OD Split Spoon, SPT(140-lb. hammer, 30" drop)

3.25-inch OD Spilt Spoon(300-lb hammer, 30" drop)

Non-standard penetrationtest (see boring log for details)

Thin wall (Shelby) tube

Grab

Rock core

Vane Shear

Dusty, dry to the touch

Damp but no visible water

Visible free water

Terms and Symbols forBoring and Test Pit Logs

Density

SILT / CLAY

GRAVEL (<5% fines)

GRAVEL (>12% fines)

SAND (<5% fines)

SAND (>12% fines)

Liquid Limit < 50

Liquid Limit > 50

Breaks along defined planes

Fracture planes that are polished or glossy

Angular soil lumps that resist breakdown

Soil that is broken and mixed

Less than one per foot

More than one per foot

Angle between bedding plane and a planenormal to core axis

Very Loose

Loose

Med. Dense

Dense

Very Dense

SPTN-values

Approx. Undrained ShearStrength (psf)

<4

4 to 10

10 to 30

30 to 50

>50

<2

2 to 4

4 to 8

8 to 15

15 to 30

>30

SPTN-values

Units of material distinguished by color and/orcomposition from material units above and below

Layers of soil typically 0.05 to 1mm thick, max. 1 cm

Layer of soil that pinches out laterally

Alternating layers of differing soil material

Erratic, discontinuous deposit of limited extent

Soil with uniform color and composition throughout

Approx. RelativeDensity (%)

Gravel

Layered:

Laminated:

Lens:

Interlayered:

Pocket:

Homogeneous:

Highly Organic Soils

#4 to #10 sieve (4.5 to 2.0 mm)

#10 to #40 sieve (2.0 to 0.42 mm)

#40 to #200 sieve (0.42 to 0.074 mm)

0.074 to 0.002 mm

<0.002 mm

UNIFIED SOIL CLASSIFICATION SYSTEM

MAJOR DIVISIONS GROUP DESCRIPTIONS

Notes:

MONITORING WELL

<15

15 - 35

35 - 65

65 - 85

85 - 100

GW

GP

GM

GC

SW

SP

SM

SC

ML

CL

OL

MH

CH

OH

PT

TEST SYMBOLS

50%or more passing #200 sieve

Groundwater Level at time of drilling (ATD)Static Groundwater Level

Cement / Concrete Seal

Bentonite grout / seal

Silica sand backfill

Slotted tip

Slough

<250

250 - 500

500 - 1000

1000 - 2000

2000 - 4000

>4000

RELATIVE DENSITY / CONSISTENCY

Fissured:

Slickensided:

Blocky:

Disrupted:

Scattered:

Numerous:

BCN:

COMPONENT DEFINITIONS

Dry

Moist

Wet

1. Soil exploration logs contain material descriptions based on visual observation and field tests using a systemmodified from the Uniform Soil Classification System (USCS). Where necessary laboratory tests have beenconducted (as noted in the "Other Tests" column), unit descriptions may include a classification. Please refer to thediscussions in the report text for a more complete description of the subsurface conditions.

2. The graphic symbols given above are not inclusive of all symbols that may appear on the borehole logs.Other symbols may be used where field observations indicated mixed soil constituents or dual constituent materials.

COMPONENT SIZE / SIEVE RANGE COMPONENT SIZE / SIEVE RANGE

SYMBOLSSample/In Situ test types and intervals

Silt and Clay

Consistency

SAND / GRAVEL

Very Soft

Soft

Med. Stiff

Stiff

Very Stiff

Hard

Phone: 206.262.0370

Bottom of BoringBoulder:

Cobbles:

Gravel

Coarse Gravel:

Fine Gravel:

Sand

Coarse Sand:

Medium Sand:

Fine Sand:

Silt

Clay

> 12 inches

3 to 12 inches

3 to 3/4 inches

3/4 inches to #4 sieve

Atterberg Limit Test

Compaction Tests

Consolidation

Dry Density

Direct Shear

Fines Content

Grain Size

Permeability

Pocket Penetrometer

R-value

Specific Gravity

Torvane

Triaxial Compression

Unconfined Compression

Sand50% or more of the coarsefraction passing the #4 sieve.Use dual symbols (eg. SP-SM)for 5% to 12% fines.

for In Situ and Laboratory Testslisted in "Other Tests" column.

50% or more of the coarsefraction retained on the #4sieve. Use dual symbols (eg.GP-GM) for 5% to 12% fines.

DESCRIPTIONS OF SOIL STRUCTURES

Well-graded GRAVEL

Poorly-graded GRAVEL

Silty GRAVEL

Clayey GRAVEL

Well-graded SAND

Poorly-graded SAND

Silty SAND

Clayey SAND

SILT

Lean CLAY

Organic SILT or CLAY

Elastic SILT

Fat CLAY

Organic SILT or CLAY

PEAT

ATT

Comp

Con

DD

DS

%F

GS

Perm

PP

R

SG

TV

TXC

UCC

LOG

KE

Y

09-1

18 L

OG

.GP

J P

AN

GE

O.G

DT

11/

12/1

3

Figure A-1

Page 320: CITY OF WAPATO

19-401 French Lane, Wapato-DRAFT PanGEO, Inc.

Test Pit No. TP‐1 

Approximate ground surface elevation: 846 feet (estimated from Google Earth) Approximate coordinates (WGS84): 46.440655, ‐120.416557 Date: January 15, 2020 

Depth (ft)  Material Description 

0 – 2½ 

Loose to medium dense, moist, brown, sandy SILT (ML). [Fine Alluvium]

‐Scattered fine organics 

‐Sample at 2’; 16.5% moisture, 57.0% fines 

2½ – 11 

Medium dense to dense, moist, brown, poorly graded GRAVEL with 

sand (GP). [Coarse Alluvium] 

‐Gravel subround, contains abundant cobbles, occasional 

roots/organics 

‐Sample at 4’; 1.5% moisture, 1.0% fines 

‐Caving starting around 4½’ (moderate caving) 

 

 

Completed test pit (left).  Coarse alluvium spoils (right). 

TP‐1 was terminated approximately 11 feet below ground surface.  No groundwater was 

observed at the time of excavation.  

Figure A‐2

Page 321: CITY OF WAPATO

19-401 French Lane, Wapato-DRAFT PanGEO, Inc.

Test Pit No. TP‐2 

Approximate ground surface elevation: 846 feet (estimated from Google Earth) Approximate coordinates (WGS84): 46.440578, ‐120.416532 Date: January 15, 2020 

Depth (ft)  Material Description 

0 – ½ Approx. 2” asphalt millings over medium dense, moist, silty SAND with 

gravel. [Fill] 

‐Upper 6” of roadway frozen at time of excavation, difficult digging 

½’ – 1½  Loose to medium dense, moist, brown, sandy SILT. [Fine Alluvium] 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

TP‐2 was terminated approximately 1½ feet below ground surface.  No groundwater was 

observed at the time of excavation.  

Figure A‐3

Page 322: CITY OF WAPATO

19-401 French Lane, Wapato-DRAFT PanGEO, Inc.

Test Pit No. TP‐3 

Approximate ground surface elevation: 845 feet (estimated from Google Earth) Approximate coordinates (WGS84): 46.440861, ‐120.415030 Date: January 15, 2020 

Depth (ft)  Material Description 

0 – 5½ Loose to medium dense, moist, brown, sandy SILT to silty fine SAND. 

[Fine Alluvium] 

‐Scattered fine organics 

5½ – 10½ 

Medium dense to dense, moist, brown, poorly graded GRAVEL with 

sand (GP). [Coarse Alluvium] 

‐Gravel subround, contains abundant cobbles, occasional 

roots/organics 

‐Sample at 7’; 3.2% moisture, 1.9% fines 

‐Slight caving 

 

Completed test pit (right). 

 

 

 

 

 

 

 

 

 

 

 

 

 

TP‐3 was terminated approximately 10½ feet below ground surface.  No groundwater was 

observed at the time of excavation.  

Figure A‐4

Page 323: CITY OF WAPATO

19-401 French Lane, Wapato-DRAFT PanGEO, Inc.

Test Pit No. TP‐4 

Approximate ground surface elevation: 843 feet (estimated from Google Earth) Approximate coordinates (WGS84): 46.440527, ‐120.414036 Date: January 15, 2020 

Depth (ft)  Material Description 

0 ‐3 

Loose to medium dense, brown, poorly graded GRAVEL with silt and 

sand, moist. [Fill] 

‐Abundant concrete debris 

3 – 11 

Medium dense to dense, moist, brown, well graded GRAVEL with sand 

(GW). [Coarse Alluvium] 

‐Gravel subround, contains abundant cobbles, occasional 

roots/organics 

‐Sample at 5’; 3.4% moisture, 0.7% fines 

‐Slight to moderate caving 

 

 

 

 

 

 

 

 

 

 

 

 

Completed test pit (left). Near surface concrete debris (right). 

 

TP‐4 was terminated approximately 11 feet below ground surface.  No groundwater was 

observed at the time of excavation.  

Figure A‐5

Page 324: CITY OF WAPATO

19-401 French Lane, Wapato-DRAFT PanGEO, Inc.

Test Pit No. TP‐5 

Approximate ground surface elevation: 843 feet (estimated from Google Earth) Approximate coordinates (WGS84): 46.440527, ‐120.414025 Date: January 15, 2020 

Depth (ft)  Material Description 

0 ‐1 

Medium dense, brown, poorly graded GRAVEL with silt and sand, moist. 

[Fill] 

‐Contains cobbles 

1 – 1½ Medium dense to dense, moist, brown, poorly graded GRAVEL with 

sand. [Coarse Alluvium] 

‐Contains cobbles 

Completed test pit. 

 

TP‐5 was terminated approximately 1½ feet below ground surface.  No groundwater was 

observed at the time of excavation.  

Figure A‐6

Page 325: CITY OF WAPATO

19-401 French Lane, Wapato-DRAFT PanGEO, Inc.

Test Pit No. TP‐6 

Approximate ground surface elevation: 844 feet (estimated from Google Earth) Approximate coordinates (WGS84): 46.440538, ‐120.412793 Date: January 15, 2020 

Depth (ft)  Material Description 

0 – 12 

Medium dense to dense, moist, brown, poorly graded GRAVEL with 

sand (GP). [Coarse Alluvium] 

‐Gravel subround, contains abundant cobbles 

‐Sample at 5’; 2.0% moisture, 0.6% fines 

‐Moderate caving starting around 5 feet 

‐Roots to 9 feet 

‐Increase in moisture around 10 feet, moist to wet 

Completed test pit (left).                                            Test pit spoils (right). 

 

TP‐6 was terminated approximately 12 feet below ground surface.  No groundwater was 

observed at the time of excavation.  

Figure A‐7