Loading...
HomeMy WebLinkAboutReel_0086B " - z <to :I:~ ~ffi a::E. <t=> Wu -'0 Uo en . enW w:I: -'~ en u..' -0 ~~ ~::; u..<t 5!.l15 :I:w ~:I: Z~ ~~, wW' ::!E =>' => 01 Uen 0- o!:; ~w ~~ !:!:b z wen' u- f= ~i 0' z o o . r. ...- --._- o o .. (; () Following receipt of fmal "AFFIDAVIT OF WAGES PAID" and release cenificate from DL&I and County submittal to Depanment of Revenue, and subsequent issuance of relea..e certificate from Dept. of Revenue, retainage will be paid. However, we cannot release any funds retained until receiving the following: 1. Intent to Pay Prevailing Wages 2. Affidavit of Prevailing Wages Paid 3. Cenified Payroll 4. Release cenificate from Dept. of Labor and Industries 5. Release cenificate from Dept. of Revenue Following receipt of cenifications and releases from the State that the wages shown are correct and the included fringe benefits are acceptable, insurances paid, and excise taxes correct, Jefferson County will as expeditiously as possible pay retainage. If you have any questions. do not hesitate to contact me at 385-9160. Sincerely, L _~ ~~ Project Manager cc: XOI244, Contractor corres, Winney Construction jm'l:I\lln\plll}ec1\uphnh\nendoc, III c- 0--- ~. {> 'III - -- -e'l~ , IJbltttB1 *jtLAl'~ I.....'." -.:.~ -,~',.., (' ".:",!i');.'i 'h.c,"" .<,,,,,:,,,"'!("'f'''' . +:1>;" ,,~':,'~;' ("el> - - ~... - - "l 'f!..;' ,:'J _~ '!"'!r.W.r:....;.~:;. -. I , > 10 j~...-. . I __m__ Q o 32X.lo . . .. J:jD v '--:.-J: "f o "- o .. ( ( CONTRACTOR'S DECLARATION OF OPTION FOR MANAGEMENT OF STATUTORY RETAINED PERCENTAGE Z <to :I:~ ~ffi a:::lL <t=> Wu -'0 uo ~wj ~~l <flu.. ~Ol ::!E~' <t- a:-' u..<( 5!.l15 :I:w ~:I: Z~ ~~ ww ~ is{ UC/l 0- o!:; ww: :I:u ~- !:!:b z wtJ) ~ 2=i Of' j Z A. I hereby elect to have the retained percentage of this contract held in a fund by the Owner until (30) days following final acceptance of the work. Date Signed B. I hereby elect to have the Owner deposit the retained percentage of this contract in an interest bearing account, not subject to withdrawal until after final acceptance of the work. Date Signed C. I hereby elect to have the Owner invest the retained percentage of this contract from time to time as such retained percentage accrues. I hereby designate escrow of said funds. as the repository for the I hereby further agree to be fully responsible for payment of all costs or fees incurred as a result of placing said retained percentage in escrow and investing it as authorized by statute. The Owner shall not be liable in any way for any costs or fees in connection therewith. Date ',"" The bidder is hereby advised that by signature of this proposal he/she is deemed to have acknowledged all requirements and signed all certificates contained herein, o o I. XOI244 Upper Hoh Road Park BOl/lldary Wa.fhoU/ Eql/lpmall/ Rell/al c--o - ~ ~ _1":: ~ ~lf;' - ,.. L .. ~ ~ o..'~;.;~ ~ . ::,;/!l:~.:~ti~,lr~~Ct\i~:~I;I:"'<"\ ,", I I 0 ;;:::::r'~\~i1.,;;;~::i:;u' ' :', 1 ~ ' .,.... ~ ' ,,' -._~~-&-- I ---1iI o o 32 X 10 .......".... "w iJ!lllll1?lif11.M:J1LlMII - --011I........ - o ,- o .. State>~nt( Compliance (Certification ~ep~rt for. >IN'347( SETON CONSTRUCTION, INC. . 4640 S. OISCOVERY ROAO PORT TOWNSEND, WA 98368 Date: 04/12/96 Page: 5 W~~k Ending 04/07/96 Project UPPER HON-EQUIPMENT RENTAL Contract No. z <to :I:~ ~~ a:::!E.. <t=> Wu -'0 Uo en wI' ff3:I: -'~ enu.. -0 ~~: ~::; u..<t 5!.l15 :J:w ~:I: Z~ ;::0 z~, ~~l :::lo, Ucn 0- Cl!:: UJw :I:u ~~ z wen !::!;E, b"': z referenced payroll, payments of fringe benefits as listed in the contract have been or will be made to appropriate programs for the benefit of such employees, except as noted in Section 4(c) below. I,~~_ (Nane of sign, ~ory party) ,~~~ (Title) --T do hereby certify un~er penalty of perjury: (b) WHERE fRINGE BENEFITS ARE PAID IN CASN [] - Each laborer or mechanic listed in the above referenced payroll has been paid, as indicated on the payroll, an amount not less than tne s'Jm of the applicable basic hourly wage rate plus the amount of the required fringe benefits as listed in the contract, except as noted in Section 4(C) below. (1) That I payor supervise the pay~ent of persons employed by SETON CONSTRUCTION, INC. on the UPIER HOH-EQUIPMENT RENTAL: that during the payroll period commencing on the 1st day of April,1996, and ending the 7th day of April,1996, all persons employed on said project have been paid the full weekly .ages earned, that no rtbates have been or ,ill be made either directly or indirectly to or on behalf of said SETON CONSTRUCTION, INC. from the full .eokly wages earned by any person and that no deductions have been made either directly or indirectly from the full wages earned by any person, other than permissible deductions as defined in Regulations, Part 3 (29 eFR Subti tie A), issued by the Secretary of Labor under the Copeland Act, as amended (48 Stat. 948. 63 Stat. 108, 72 Stat. 967; 76 Stat. 357; 40 U.S.C. 276c), and described below; (c) EXCEPTIONS (CRAfl) EXCEPTION 'lieu, . -~. ~Jk^ EXPLANATION ..>7> .e--- ....- '.31> r" (2) That any payrolls otherwise under this contract required to be submitted for the above period are correct and complete; that the wage rates for laborers or mechanics contained therein are not less than the applicable wage rates contained in any wage determination incorporated into the contract; that the REHARXS: class! fications set forth therein for each laborer or mechanic conform .i th the work he performed. o (3) That any apprentices employed in the above period are duly registered in a bona fide apprenticeship program registered with a State apprenticeship agency recognized by the Bureau of Apprenticeship and Training, United States Department of Labor, or i' no such recognized agency exists in a State, are registered Nith the 8ure~u of Apprenticeship and Training, Un! ted States DepartMnt of Labor. o (0 That: (a) WHERE fRINGE 8ENEFllS ARE PAID TO APPROVED PLANS, FIJNOS, OR PROGRAMS [J . In addition to the basic hourly .age rates paid 0 each lahorer or meehanic 1 isterl in the above c-;.-- ( t ) M E)'f,," . '1.itl . . .....' . "~f~ht:'T'."'c.-\" ~ '.i_,'" ~":';'" ,. ;"7':'t' '""':> ;,' i ',-'~.. ~ . '.'!':~'1i~:~',>lt}{; ~ ,,-- 10 ,-,--- I <=> o 32 X I 0 IT ,- z <to :I:~ ~ffi a:~ <t=> Wu dg en ' en wI wJ: -'~ enu.. -0 ~~: ~::; u..<( 5!.l15 :I:w ~:I: Z~ ;::0 z~, ~ ~~ => 0, Uen 0- o!:: ~~. ~- !:!:b z wen' u- f=~ o z T" ;0 o \" 'C'- 0 o o .. ( (: CONTRACTOR'S DECLARATION OF OPTION FOR MANAGEMENT OF STATUTORY RETAINED PERCENTAGE A. I hereby elect to have the retained percentage of this contract held in a fund by the Owner until (30) days following final acceptance of the work. Date ~/2olP~ Signed I?t# ~~ B. I hereby elect to have the Owner deposit the retained percentage of this contract in an interest bearing account, not subject to withdrawal until after final acceptance of the work. Date Signed C. I hereby elect to have the Owner invest the retained percentage of this contract from time to time as such retained percentage accrues. I hereby designate escrow of said funds. as the repository for the I hereby further agree to be fully responsible for payment of all costs or fees incurred as a result of placing said retained percentage in escrow and investing it as authorized by statute. The Owner shall not be liable in any way for any costs or fees in connection therewith. Date _ ~t:)/?6 The bidder is hcreby advised that by signature of this proposal hc/she is deemed to have acknowledgcd all requirements and signcd nil certificates contained herein, .1'0/244 Upper 1/01, Road I'ark DrlIllldal')' Washolll Eqlllpmenl Renlal illl'- """ 'Ci ;""~""'-"-"""""'11 .-~ . ,,~~~~,,':i~~~~,'~'~';:;~~i~~~,~~~ ,': 10 ;;.L........~ i:MI~~ ~.,..; I o o 32xlo .~ z <( . :I:~ ~ffi a:::lL <(=> Wu -'0 Uo ffi~l -'~ enu.. -0 w>- ~!:: a:-' u..<( 5!.l15 :I:w ~:I: Z~ i=o z~ ww ~ iS~ Uen 0- o!:: Ww :I:u ~- !:!:b z wen u- -:I: bI- Z r o o (""",-;mn,,__ . C - L -- .. M. 1L ...LI:L o o " 0(":) - o o (' . A o 10 I - - o o 32 X 10 17 - -, o .\'!IIm!D1l8D o .. ( \ (: JEFFERSON COUNTY DEPARTMENT OF PUBLIC WORKS ~~:,~p .. ,.". .y(j( ;/.1., .,~~ .:.r ~.~ P.O. Box 2070 1322 Washington 51. Port Townsend, WA 98368 (360) 385-9160 Z <to :I:f- ~ffi a:::lL <t=> Wu -'0 Uo ff3 ~i -' ~, enu.. ;:;:;0 ::!E~ <t- a:-' u..<C 5!.l15 :I:w ~J: Z~ j::o z~ ww, ::!E =>! =>0 UC/l 0- o!:: Ww :I:u ~- !:!:b z W(f) u- f=F= o z \ Klara A. Fabry. Director/County Engineer April 24, 1996 Forks Sand and Gravel 112 2nd Ave. Forks, WA 98331 Re: Upper Hoh Washout Emergency Restoration, XOI244, Project Documentation. Dear Bill, Jefferson County appreciates your immediate response to our request for assistance in coping with these disasters and reducing the impact to lives, properties, and other serious damages that could have been realized if it were not for your help. As you are aware, these projects have been declared by the County, State, and President of the United States as disasters, and are eligible to obtain emergency relief funds due to these proclamations. Significant amounts of time may elapse before the Agency receives reimbursement of restoration cost and obtain reimbursement for emergency relief from Federal Agencies. Due to the emergency character of the work, monetary impacts to the County would be extreme, impacting roads, facilities, and other programs if it were not for Federal assistance. To get the federal government to participate in reimbursing the County for emergency project costs, it is necessary for the County to provide a documentation trail of all expenscs incurred and provide properly supported documented costs that are directly attribulable to the projccts, We have found documentation to be essential. We have to comply with provisions of Chapter 39.12, Prevailing Wages on Public Works. This statute mandates that the prevailing rate of wage, as determined by the Department of Labor and Industries, be paid to workers performing under public works contracls. r It is necessary for Sole Owner Contractors, Prime Comraclor and all Subcontractors to submit INTENT TO PAY PREVAILING WAGES (form Ll 700-29) to Departmem of Labor and Induslrles (DL&I) for approval of the wage rates thcy pay. All Contrnctors must provide nn npproved pink copy of fonn LI 700-29 on file with the Agency before nny payment Is mode for their work, In order to meet the required mandates for the 5 % retained until final payment the "Contractor's Declaration of Option for Management of Statutory Retained Percentage" form (attached) must be tilled out, signed and relurned to the Agency. o o To complelc contract closure and release retalnage, the final APFIDA VIT 01' WAGES PAID must also be prepared by the prime contractor, each subcontractor and nil subcontractor's agents, approved by the Department of Labor and Industrics, and forwarded for release of retained funds, Please submit all forms for certification to Department of Labor and Industries and Department of revenue and rerum 0 certified caples to Public Works for further processing. Ccrlitied payroils are also rcqulred 10 be submlttcd by Ihe Conlractor to the Engineer for work on nil Pederal-Ald projecls. Plense submit the certified pay roils as soon as possible for processing (enclosed Is an example), 100% Rocyclod Popor ("""~. 0) JltiJ 1 c - b..-' 4.JiJw-~ ..01 .-1- ~~..IIllIL -.....- ILlH - - M..6.1. (' " '- L- ....... I 10 I o o 32X I 0 ,- z <(' :I:~ ~ffi ~~ Wu -'0 uo enw ffi:I: -'~ enu.. -0 ~~ <(- a:..J u..<( 5!.l15 :I:w ~:I: Z~ ~~, ww' ::!E =>{ => 0, UC/l 0- o!:: ww, :I:u t;:f= _0 z woo u- f=~ o z ...yr'" I ; ! '0 o (~ 0 ~ .Iltl.llItIld1 - ~ - - .. - o o ( Following receipt of fmal "AFFIDAVIT OF WAGES PAID" and release cenificate from DL&I and County submittal to Department of Revenue, and subsequent issuance of release certificate from Dept. of Revenue, relainage will be paid~ However, we cannot release any funds retained until receiving the following: I. Intent to Pay Prevailing Wages 2. Affidavit of Prevailing Wages Paid 3, Certified Payroll 4. Release certificate from Dept. of Labor and Industries 5. Release certificate from Dept. of Revenue Following receipt of certifications and releases from the State that the wages shown are correct and the included fringe benefits are acceptable, insurances paid, and excise taxes correct, Jefferson County will as expeditiously as possible pay retainage. If you have any questions, do not hesitate to contact me at 385-9160. Sinccrely, ~/~ Project Manager cc: X0l244, Contractor corres, Winney Construction Jm-c:\.ln\pm}ec:l\uphoh\nelldOC,111 -- c ........~l ..~ ~ M.....' ..........-... e ~~)" iL:~~~~I';{::t:;;i\I::""""~:'\::';.rf~~" I' :. to .. ,,,.. ,..'., ""~~"- 11 "jllllllJ :::.~___~~=---. "';~l - I II!I o o 32xlD ~1IIlil1i'~. '11I"'" v-- <,- Z <to :I:~ ~ffi ~~ Wu -'0 uo ~~ ~~ enu.. -0 W , ::!E~ ~::; u..<( 5!.l15 :I:w ~:I: Z~ ~~, WWI ::!E =>' => O~ UC/l 0- O!:: Ww :I:U ~- !:!:b z wen u- -:I: b'"' Z o o - .....- o o .. ( i CONTRACTOR'S DECLARATION OF OPTION FOR MANAGEMENT OF STATUTORY RETAINED PERCENTAGE A. I hereby elect to have the retained percentage of this contract held in a fund by the Owner until (30) days following fmal acceptance of the work. Date Signed B. I hereby elect to have the Owner deposit the retained percentage of this contract in an interest bearing account, not subject to withdrawal until after final acceptance of the work. Date Signed C. I hereby elect to have the Owner invest the retained percentage of this contract from time to time as such retained percentage accrues. I hereby designate escrow of said funds. as the repository for the I hereby further agree to be fully responsible for payment of all costs or fees incurred as a result of placing said retained percentage in escrow and investing it as authorized by statute. The Owner shall not be liable in any way for any costs or fees in connection therewith. Date The bidder is hereby advised that by signature of this proposal he/she is deemed to have acknowledged all requirements and signed all certificates contained herein. XO/244 Upper HoII Road Park Bounda". Washout Eqlllpmell/ Hell/oJ o r:: ~ .:" ...~" '''^ "f, ~ 0 _,.._~~..,/~,' €~;;'~,;, "',..., ":;';...::::.."'i~"""~b1~.&li: ,(- ..J._ .bd.....~ -. -- I o o 32><1 D 'lfIIIi..' ._"...~~ r o .;.:l:DIIIalII:III o .. 5 ta te;a~n\~ 'Co~pliance (Certification Report foro ~H-J4t SETON tDNSTPUCTION, INC. 4640 S. OISCOVERY ROAD PORT TOWNSEND, WA 9836a Data: O'i12/9~ Page: \ Week Ending 04/07/% Project UPPER HOH-EOUIPMENT RENTAL Contract No. z <to :I:~ ~ffi a:::lL ~=> -'u uO o en w', fib: ...J 1-; rnu.. -0 w I ::!E~, ~::; u.<C 5!.lS :I:w ~:I: Z~ j:o zl- ww' ~ iS4 UC/l 0- Cl!:: ww; :I:u ~g z wen u- f= ~! o ' z referenced payroll, paYMnts of fringe benefits as listed in the contract have been or will be made to appropriate programs for the benefit of such employees, except as noted in Section 4(C) below. I,~~ (Nloe of sign ~o;y party) ,~..L~ (Ti tie) ---T do hereby certify under penalty of perj'Jry: (b) WHERE fRINGE 8ENEflTS ARE PAID EN CASH [] - Each laborer or mechanic listed in the above referenced payroll has been paid, as indicated on the payroll, an amount not less than the sum of the applicable basic hourly .age rate plus the amount of the required fringe benefits as listed in the contract, except as noted in Section 4(C) below. (1) That I payor supervise the payoent of persons employed by SETON CONSTRUCTION, INC, on the UPPER NOH-EQUIPMENT RENIAL: that during the payroll period commencing on the 1st day of April,I996, and ending the 7th day of April ,1996, all persons employed on said project have been paid the full weekly wages earned, that no rebates have been or will be made (c) EXCEPTIONS either directly or indirectly to or on behalf of said SETON CONSTRUCTION, IIlC. from the full weekly wages earned by any person and that no deductions have been made either directly . r or indirectly from the full wages earned by any person, other __v..~ . than permissible deductions as defined in Regulations, Part 3 (29 CfR SUbtitle Al, issued by the Secretary of Labor under the Copeland Act, as amended (48 Stat. 948. 63 Stat. 108, 72 Stat. '967; 76 Sht. 3\7: 40 U.S.C. 276c), and described below; (CRAfT) EXCEPTION EXPLANATION .$1> .~ /.3b ~~~ ',r' ! , I (2) That any payrolls otherwise under this contract requir'ed to be submitted for the above period are correct and complete: that the wage rates for laborers or mechanics contained therein are not less than the applicable wage rates contained in any wage determination incorporated into the contract: that the REMARKS: classifications set forth therein for each laborer or Mchanic conform wi th the work he performed. (3) That any apprentices employed in the above period are duly registered in a bona fide apprenticeship progra registered tlith a State apprenticeship agency recognized by the Bureau of Apprenticeship and Training, United States Deparhent 01 Labor, or if no such recognized agency exists in a State, are registered wi th the Burea'J of Apprenticeship and Training, Uni ted States Peplrtment of Labor. o o (4) That: (a) WHERE FRINGE BENEFIlS ARE PAID 10 APPlOVED PLANS, FUNDS, OR PROGRAMS (J - In addition to the basic hourly wage rates paid each la~orer or mechanic liste,j in the above r-- .--- lO_._ ~ E) \11:.) ... , ,. '.,I ,'i'.! ,j'i', '.' '.:~ '," j,I""," .\..'(".l - Lt.- .. '''J'rt:~!''."~:,,",:,,:,,, , 1';",".,>, " ..... .......-. - . n - .,1'":,, 10 J:II1L ~"... n-:- I o o 32 X 10 ltIIIIldr" t"'""" -- o ,,- .' ( ~" CONTRACT JEFFERSON COUNTY, WASHINGTON THIS AGREEMENT, made and entered into this /&. day of ;C1PR-1 L , 1996, betwccn thc COUNTY OF JEFFERSON, acting through the Jcffcrson County commissioncrs and the Director of Public Works undcr and by virtue of Title 36, RCW, as anlended and ~e>R,KS S Rtz:lo e" 6-RIlVE J. of 1/2. .s.:C~N.o AV.e, JO'C{2It!S) Wq. 9/!'~ / hcreinafter called tt1e Contractor. WITNESSETH: That in considcration of the ternlS and conditions containcd hcrein and attached and madc a part of this agrccmcnt, the parties hereto covenant and agrce as follows: z <(. :I:~ ~ffi a:~ <(=> Wu -'0 ~o ffi~1 -I 1--' enu.. -0 ~~ ~::; u..<( 5!.l15 :I:w ~:I: Z~ ;:0 z~ ww, ~ iSi Ucn 0- o!:: Ww :I:u ~- !:!:b z wen u- -:I:' bl-, Z I, The Contractor agrecs to furnish all labor and equipmcnt and do certain work, to-wit: 11mt The Contractor herein will undertake and complcte the following dcscribed work: p U 15/-f DU P 'If? C-I< tV PuB FlIl/O DRIVER TC. V E. :0 ,tVll' 0 T I b oB AS In: V 2RCF 7RVc.r: SCJJ..O )?,~6 RRnE' /'8.00 P~I? HA x. ;';otJ /oIes == CSLr I5.RT1Z. '2J!loo Eifi&. I::f...g X" .2. 0 J:1gS ~ L~ c)o --r1t!a:::./r /(j / RAp !yE(;. Rm-e- 87-00 PeR WI?" Ro liteS" hE~(). CJO I" 0/, i?nrE 92,CJO f*'R ul? x ~"J I/;es ~J,,8&,ac, (}O I -rt7TFlL ""/~ !f,zO ~ / IlVL ,['5" crtf"L) '2720',<'0 If /, .' " for Upper Hoh Road Park Boundary Washout Project Number XOl244 from M,P, 11.83 to M,P. 12.18 in accordancc with and as dcscribed in the attached plans and spccifications and the Standard Spccifications of the Washington Dcpartmcnt of Transportation which are by this rcfcrcnce incorporatcd hcrcin and made a part hcrcof, The Contractor shall perform any alteration in or addition to the work provided in this contract and every part thereof. Thc Contractor shall provide and be at the expcnse of all equipmcnt, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work providcd for in this contract and every part thcrcof. 2, 11le County of Jefferson hcrcby promiscs and agrees with the Contractor to employ, and does cmploy thc Contractor to furnish the goods and cquipmcnt dcscribcd and to furnish the sanlC according to thc aUachcd specifications and the ternlS and conditions hercin containcd, and hercby contracts to pay for thc same according to the attached spccifications and the schedule of unit or itemized prices hcrcto aUached, at the time an in the manner and upon the condition provided for in this contract, The County further agrccs to cmploy the Contractor to perfonn any alterations in or additions to the work providcd for in this contract that may be ordered and to pay for the same under the tenns of this contract and the aUaehed specifications at the time and in the manner and upon thc conditions provided for in this contract. 3. The Contractor for himsclf, and for his heirs, executor, administrntors, succcssors, nnd assigns, docs hereby agree to the full performance of all the covenants herein containcd upon the part of the Contractor, 4. Prior to commencing work, the Contractor shall obtain at its own cost and expcnse the following insurancc from companics liccnsed in the State with a bcst's rating of no less than A:VII. The Contractor shall provide to the County Risk Manager certificates of insurance with original endorsements affecting insurance requircd by this clause prior to the commencement of work to be performed. ,r' 111e insurance policies required shall provide that thirty days prior to cancellation, 8uspension, rcdnetion or material chr.ng~ in the policy, notic~ of same sldl b~ given te- the COt"'ty Risk MnnaB"r hy registered mail, retum receipt requested, for aU ofthe following stated insurance policies, o Ifany of the insurance requiremcnts arc not complied with at the renewnl dale of the inRurnnee policy, paymcnls to the Contractor shall be withheld until all stich requirements hnve bcen mel, or at the option of the County, the County may pny the renewnl premium and withhold such paymcnts from the moneys due The Contractor. o All notices shall name the Contractor and identit~. the agreemcnt hy conllncl nnmber or some other form of identification necessary to inform the COllnty of the particular contracl a/Tected, A. Workers ComJlensation/1, & 1- cOlllpliance with the IlJlJllienblc comJlcnsationlnw of the State of Washington, Ul'l'c/'/lolr Was/wlfl E'mc/'gc/lc.v Rcslorllll"". .\'0 1:I4~ ('''-'-'~'. ..,,- - [ o .,.,;) .~ 1 ......---- I I' I I , I l' 10 I o o 32x 10 ...- ,- z <( . :I:~ ~ffi a:~ <(=> Wu -'0 Uo C/lw1' ffl:I: -'~ C/lu.. ~o! :E~ ~::; u..<t C/l=> _0 :I:w ~:I: Z~ i=o z~ ww :E =>' => oj Uen 0- o!:: ww: :I:u t;:f= _0 z wen u- f= ~: o ' z ,7' o o ~,.,,-- (, 0 - o ( ( B, Gcncral Liability(l) - with a minimum limit pcr occurrcncc of$I,OOO,OOO pcr bodily injury, dcath and propcrty damage unless othcnvise spccificd in the contract specifications. TI\is insurancc shall indicate on the ccrtificatc of insurance the following covcrage: I. Broad Form Propcrty Damage; 2. Pcrsonallnjury Liability; 3. Broad Form Contractual/Commercial Liability (contractors only); 4. Premises - Operations; and, S. Independent Contractors and Subcontractors, (I )Note: The County shall be named as an additional insured under this policy. C, Automobile (2) - with a minimum limit per o:currcncc of $1,000,000 tor bodiiy injury, death and property damage unless othenvise specified in the contract spccifications. This insurance shall indicate on the certificate of insurance the following coverage: I. Owned automobiles; 2. Hired automobilcs; and, 3. Non-owned automobilcs, (2) Notc: thc County shall bc namcd as an additional insurcd party undcr this policy. Any deductibles or self-insured retention shall be dcclarcd to and approved by the County prior to the approval of the contract by thc County, At the option of thc County, thc insurcr shall reduce or climinate dcductibles or sclf- insured retention or The Contractor shall procurc a bond guarantccing paymcnt of losscs and The Contractor shall procure a bond guarantecing paymcnt of losses and related investigations, claim administration and defensc expenses, The Contractor shall include all subcontractors as insurcd undcr its insurancc policics or shall furnish separate ccrtificates and endorsements for each subcontractor. All insurance provisions for subcontractors shall be subject to all of the requircmcnts stated hcrein. Failure of Thc Contractor to takc out and/or maintain any requircd insurancc shall not rclieve Thc Contractor from any liability under the Agreement, nor shall the insurance rcquircmcnts be construcd to conflict with or otherwise limit the obligations concerning indemnification. It is agreed by the parties that insurers shall have no right of recovcry or subrogation against thc County (including its employees and othcr agents and agcncics), it bcing the intcntion of the partics that the insurancc policics so affcctcd shall protcct both partics and be primary covcrage for any and all losses covcrcd by thc above dcscribcd insurance. It is further agrccd by the partics that insurance companies issuing thc policy or policics shall havc no recourse against the County (including its employccs and othcr agcnts and agcncics) for paymcnt of any prcmiums or for assessmcnts under any form of policy. It is further agrecd by thc partics that any and all dcductibles in the above described insurnnce policies shall bc assumcd by and bc at thc sole risk ofThc Contractor. It is agreed by the parties that judgmcnts for which thc County may be liablc, in excess of insurcd amounts provided herein, or any portion thercof, may bc withhcld from paymcnt due, or to bccomc duc, to Thc Contractor until such time as The Contractor shall furnish additional sccurity covcring such judgment as may be dcternlincd by thc County. The County rcscrvcs thc right to rcqucst additional insurancc on an individual basis for extra haZllrdous contracts and spccific servicc agrcemcnts. The Contractor hercby agrccs tv illctclllnify "nd save hllml!css the County, its officcrs, cmployces, and agcnts from and against all liability, loss or damage thc County may suITcr as a rcsult of any claims, demands, costs, judgmcnts or damagc to County property in thc carc, custody or control of Thc Contractor arising directly or indirectly out of this ngreement, includinnlosses arising out of thc ncgligent acts or omissions of the Contractor, thc contractor's employccs, agcnts, or subcontractors, Clnims ngainst thc County shnll includc, but not be Iimitcd to, asscrtions that thc usc or trnnsfcr of nny soOwnre, book, documcnt, rcport, film, tape or sound rcproduction or mnterinl of nny kind, delivcrcd thcrcundcr, constitutes an infringcmcnt of nny copyright, pntcnt, tradcmark, tradc name, or othenvisc rcsults in nn unfair trade practicc or in unlawful rcstrnint of competition, The Contrnctor furthcr agrccs to providc dcfcnsc for and dcfcnd any claims or causes of action of any kind or character directly or indircctly arising out of this Agreement at its sole expense and agrees to bear all other costs and expenses relnting thereto, Upper llol,lI'llslllJlIl Emergency Iles/oroIlOlI, ,\'01 U./ ""(~;~~ ,',' ~;-' '. i,"!'~ _n"'f~' >:::" ~ti(u'~~r;" , ll__ ~ fi , l.iMlILIIlW to. -~~~~ 10 ~;, E) (u.), - ,:, ~""'" - .. .H~ 1Ir.___~ I I I i I ! I o o 32 X 10 1111 - ~ f ~"'1Ili ... - z <(' :I:~ ~ffi a::E,. <t=> Wu -'0 Uo C/l ' enW w:I: -'~ (J) u-: -0, W , ::!E~, ~::; u..<t 5!.l15 :I:w ~:I: Z~ ~~, WW, ~ is\ Uen 0- o!::' ~w: ~~ !:!:b z wen: u- f= :I: , 0....\ z ~ ;,n" I ( 10 o , (J o c: Nothing in the foregoing clause shall prcvent the County, at its option, from additionally requesting that The Contractor deliver to the County an executed bond as security for the faithful perfonnance of this contract and for payment of all obligations of The Contractor. IN WITNESS WHEREOF, the Contractor has executed this instrument on the day and year first below written, and the Board of County Commissioners has caused this instrument to be executed by and in the name of said County of Jefferson the day and year first abo,ve written, Executed by the Contractor ~/I tb/9,b , 1996 ro~/c.~ ~J!J.A// 4- Czr~/ ~ Contractor By:i~;g; J&~ SEAL A TrEST: ~M,,-t1jJ~ Clerk of tile Board Upper !folr WOSIrOIl/ Emergellc)! Ro.t/oral/oll, .1:0 I 240/ ,(c~- ~: '~,~",' '~:-r' Foregoing Contract Approved and Ratified ,1996. Surely By: Attorney-in-fact 7- (;i;c Approved nly this Z2... d~y-o~ - - 1996. ~, ~,,;,gL~'~ ~~ Di""'". Dopo. of "'bU, W "k. I , "~ ".. 8"1",,,;1.' ,. ",.!,c.-.",_ ,"" ..', -",,'::':1,;, 10 ':;,;:,::~:",,:(', ,~,:, ' IIfI!JTil '~ '~;,;i\- ~. I Q o 32><10:; ...... ,J,; "i,.''':'",,;_' ".....i.i......""',. .,*-.t.. ., ~....dl:i,;.M~..LI ~ .- z <to :I:~ ~ffi a:::lL <t=> wu dg en ' ff3~1 -'~ enu.. -0 ~~ ~::; u..<t en=> _0 :I:w ~:I: Z~ ~~, ww ~ iSl Uen 0- o~ W~I :I:u ~f= !:!:o z wen' u- f= ~i ~ , ;Y' I I , o o o o .. .1'4115/1 '3'36 13: 57 12063745351 \ -) , PAGE 01 () XC) /'2..c? ef- ('VIEr..)...) 'I ((jhJTl!,.qcrove- C--tElL-r oc.c /N~, FORKS S~NO A: CAAVEL, INC.. 112 Second.~Venue fOEks, Washington, 98))1 Pho~e:'C1&O) )7~.6)18 Fa.x: (~J )7~-!i)51 ,', - .~ -- - -~--..,,_. -----.-~-..~_.<_. .: FACSIMILE TRANSHISSICh~ SHEET , . ~.P..r=9/.7~ ' // Faxed To:I <;'j€:.t:')i-' t~..:..~ ~ DiI~e: */.>).-".6 nme: /.',57)r'-"'-, fMnbll1' or pag~CIUdlng this one): d:2- To \cQq)lny): _ ~ ~.A./ . ~UA'/~ , . . Al:l:enUon: . .j?Ru. c::.e ~u...A!/e.. , .' P~I9-s'e- #.5:. A A 7/ve '~:r ~ &~ re',e. ))/~k ~A.A/~~ ~, , I o o PIUS! call Iny qutlUon.. ~ . " ._r6~ at~~~~~JPlr you havD .... THAI<< VW r'~-'-o ~ O.~,~.i:~\;~tj~f;~i~~.,':';r",~Jc,.;/;.,.;';;;<'~'rID 32 X 1.0 !J,.-'"..,:.....:...:.:..::= !::::._ _ If.. Ig~.....,.,.....___ ..;.;.;. "".....:....:. ..~~!lt.dil.."..~';""~"""_ r:;..' -.. _.--~..-1II111J ~.l.L ~-- . I IlII . IIllI I ,. ~ .. . 11- g- - HI IIII1IIIlI III III -- II II IJI III1111l111 - - - -- -- 11II ,- Z <to :I:~ ~ffi a:::lL <t=> Wu -'0 Uo en w'l ~.~ en u..' -0 ~~ ~:; u.<( 5!.l15 :I:w ~:I: Z~ ;:0 z~ ww, ::!E =>, ::>0\ UC/l 0- o!:: WLIJ :I:u ~- !:!:b z WC/l !d :E. bl-' Z ,r" o o o o .. 04/15/1996 13:57 12B63745351 PAGE B2 c .... . ~ . ~..' .,.,'...:' .' ,. .. ~Ur: 114'11, (1oIMIIlDI\'Y, ,CE'". ,"., ,; DKC,ltll5 -"nm ciRT1fIrAT1"~ '~nlllD JlII II MATI1iIl 01' DII'Oro.lATlON ONLY "W... CONPEJlS NO RIGHTS tJI'ON 11IE CEIlTIFICATI! HOWER. nus CERTIFICA'IE DOES NOT AMEND, .F.X'lWID OR ALTER mE COVERAGE APFORDED BY 11IE I'OLlCIl'.~ RF.f nw PROOUCEl S M L Di&L1l.UICE DROUKAGI!t, ""lo. P () aox 7030" . SELLEvtJE, W" 9lIOO7-4J43 ....ONE:'-.- r-.x: ~.7'Solll5g INSIJ3F.D I'OIUtIi ...- o!!. ~i<AYEl. INC. COMP.\NY A nG INS. co. or IIIICBlGAN rnMPAIlY B TlG I'REIIIIER INS. co. II~ . ZMl A VIlNlIF. 1'ORx:S, W A 911331 COMPAN,' C COMPANY I) ,,' .'~~',::':l.,~~;',I\l:"~'''~''~'~,::..'t.''l~''~~',,,, ,.' '::'';'' ..~':t ~ . :W~~:.;,::~: ", ..;,'J,:u.;\ , . ~,. , ~.~~~L::JJIfJ~!.:~oa:-~=~w::..~~1o~~~~~~~:':'nIUlDo.~....J _~.. .....CIU DUCIlDIP> IOlIlllN L""_'~,":,ro ~ TIll< __ ba.v.uONo """ '''',",moNS o. SI1CH fOLlCta, UMm ..""." I POUCYHVMIM 'g1"'~~~ ~=~ UIoUTS ! 91444W"~ AVa 4 " ! I AVG '96 PIlOOVCTl.<=OMPI'O' AOC. J,ooo,ooo ! rl5JUlOHAL. AlYV INJURY 1,000,000 I IL\OIU\....I~C'I 1,000.000 PUlR OAMAOIl(Qy 0. Arc} iIII,lIOO I ',011O ! COlGlNlI) 'INGLR UNIT 1,011O,00(1 AVG694 IIODlLY""UIlY ('" r...., MnQ. Y IHJUl:Y (I'w_ 'aoraTV VoUIAUe ^UTO om.V..". N,'t.Wurr , I antM nlAIf A\nQ ONL V " ........ i , 1lAClI~ , AOOIUSGA'M i eACl/ ClCaIUOIcc i AOOUOATII , Il'An.rroav 1.1MIn' ....': I IlAQf ACaJ_ j nldAJa .oUC'Y Woa"r I , I I I I I i , ,;r/~' 10 32 X 10 91444WM5lII064f "00 ", 1HCt. ...,. onlER I o o ,.,," ., ,~'-~~('j~ .." ~ I. I.. I. " ,.:.. JEFfEKllON COUNTY DE'T,O, ..""..Ie wnRK~ , tJ HIIX J070 PORT TOWNSEMJ, WA MI6e .I' ""......., CHA VONNl: LIt,L V ..nr, II..... '. ... .- z <(' :I:~ ~ffi ~~ Wu -'0 Uo en ' enW w:I: -' ~, en u.. -0 ~~' ~::; u..<t 5!.l15 :I:w ~:I: Z~ j:o z~ :E ~l => 0, Uen 0- o!:: ww' :I:u ~ f=, !:!:o z wen u- -:I:j b....' Z ,T'" , " , ,0 o '" .T,&,..-v, 1_ ::i-...,.~"'" 2, -:;: T'r; In .3 -:;:':"-'r.'>:,t; ., - (;'.. Go ,.' r o o .. (J1' . ,~. X01Z'f-+ /M'/ ff/olVf'I. <.... .t2Q . ,(Ufoif', C oJ"-'TU ",_:r~ _ 'C>.Jt.v(ljff!:.Y tV,tviVC.y C"o/V "'r/Zv~,I"',J C", /:"j' w 'p ~;r;...;r jJe"'~ P~St:1 L. rly'" we:. [.4 r 3 I 2. tu/no/u,....", Ret:- '70,"'''' /l1oo ~ V~I1;"n..9 "/~ /.Ill lI.~:r,.)< 90 .:= ;Z; <J t+/l- .:o/-r ~ 105 .;. loin ~ F?/-r 8/Tcl< HOlE W/I % t: ,'/ j3:..GoI<,;r i2t:t-- 'la, 00 ,l?7ti>16 t; / Dc/1'XJd ,/0 Un Ret- y. 90 '" Z.. I.fR .yr "" los :: '{&71;<- J), 8 A 70 R. "'7 1'..::,,>'7,0 ~ Co TO 12 Jy'() pi mu.f'Yf JI1 0.8 t' VIE /l?O tJ I Hr~ 1<.'&'; >< i'~ ~;:.. II A. 0 A ,,~~..I!f)(f.~> /?r.6- ")0. 00 .."._;200 -,--0 r I'? J- -1frl.?q,:' ;;L.w7,'...i.7n /t/C:y o/r 10.5 15 C;'u 3400 _2 I "". i/rJ2bOe o/r /0$ /500 ~ 36-00 "$ tI'" _'ZldO - P '7Z 00 m 0/7"" Ie1S ;5"'10 ..,..e, .3,,":..~. -;~ ~ ~ I(!)O _ ..p 7Z00 ell ".:,'0 ;./,; /?~t- .,.. ":.,~,,,,, f'?t't.. &5~c;" '-;/r' ..,:"c .!. :;.,.:.1,.. ~- ~; ., .,J. (.'. "" IT' )C.. 90 ()c.J :: -r;, 7' j:{ L RS:R' 7f</X.k :3 IRtlc.I~-: " -'. /t,;~.. ~ 172eJO !;:' NJ 2-400 J '0, k' , , v_~ tll!llI1Ii.. " 1(... '" JlMIiIIl -" I '~'4I1:~2 "' ,;:y~~~f~:i~~?:~;',:::.",,:,.~ ,':} ~:.; (j." la *'" "'~"\'.::~'_~""":"'~ ......~I..u.1 l'.",) ..-: 10 I o o 32><10. ......... jitUilI.... -- -, ---'!IIIII - o ,- o .. c~ :;: re JY7 '7 r.E. }...Ot:lD€R. t:~T Cf?7 Ice6- '] 0 C> /r- M5 I ClOO z <to :I:~ ~ffi ~~ -,u uO 0' en . enW w:I: -'~ enu.. -0' ~~ ~::; u..<t 5!.l15' :I:w ~:I: Z~ ;:0 z~, wW' ~ is.l g5!.l o!:;, Ww' :I:u' t;: i='1 _0 z wen ~ :E' bh! z ~ )1;b,s ~I O~m"'i!3 30 RS6- '7'-- 90 ~ Z 700 /0 eJ j-r 'J'. I&JS .. I Q30 -- -rOTRL "1'750 -rOT!;'- ~~n!PTv' c:;,~-r '38J 750 1)).(<.JNey C~M5neuC(IO^, i3Y+~? 2/.F: '\ ",..,,,,,,." ,"I ; '1'f<" i..-""~" '. (t'.'f_......,',...~.. '.r"'" I \ 10 I' i o I Q o ,l'" ,. , " ' , . ". . .":.,~,...:, ': 00" -'-r""","" .."..\..'1''''1'''"''.... 32xlo r- o I,.~ o .. c ( JEFfERSON COUNTY DEPARTMENT OF PUBLIC WORKS z <(' :I:~ ~ffi a:~ <t:> Wu -'0 Uo en ' enW w:I: -'~ enu.. -0 ~~ ~::; u..<( 5!.l15 :I:w ~:I: Z~ ;:0 z~ ww ::!E =>1 => o. UC/l 0- o!:; Ww :I:u ~- !:!:b z WC/l u- -:I: bI- Z \ ~;~;~ . "., C'",;( ./1, ,. llo 'f' P.O. Box 2070 1322 Washington 51. Port Townsend, WA 98368 (360) 385-9160 Klara A Fabry, Director/County Engineer April 24, 1996 Winney Construction Co. P.O. Box 801 Forks, WA 98331 Rc: Upper Hoh Washout Emergency Restoration, XOl244, Project Documentation. Dear Mr. Winney: Jefferson County appreciates your immediate response to our request for assistance in coping with these disasters and reducing the impact to lives, propenies, and olher serious damages that could have been realized if It were not for your help. As you are aware, these projects have been declared by the County, State, and President of the United States as disasters, and are eligible to obtain emergency relief funds due to lhese proclamations. Significant amounts of time may elapse before the Agency receives reimbursement of restoration cost and obtain reimbursement for emergency relief from Federal Agencies. Due to the emergency character of the work, monetary impacts to the County would be extreme, impacting roads, facilities, and olher programs if it were not for Federal assistance. To get lhe federal government to panicipate in reimbursing lhe County for emergency project costs, It is necessary for the County to provide a documentation trail of all expenses incurred and provide properly supported documented costs that are directly attributable to the projects. We have found documentation to be essential. We have to comply with provisions of Chapter 39.12, Prevailing Wages on Public Works. This statute mandates that lhe prevailing rate of wage, as determined by the Depanment of Labor and Industries, be paid to workers performing under public works contracts. cr It is necessary for Sole Owner Contractors, Prime Contractor and all Subcontractors to submit INTENT TO PAY PREVAILING WAGES (form LI 700-29) to Department of Labor and Industries (DL&I) for approval of lhe wage rates they pay. All Contractors must provide an npproved pink copy of form LX 700-29 on me with the Agency hefore IIIlY pllyment Is mnde for their work. In order to meet lhe required mandates for the 5 % retained until Onal payment lhe "Contractor's Declaration of Option for Management of Statutory Retained Percentage" form (attached) must be Oiled out, signed and returned to the Agency. o o To complete contract closure and release retainage, the flnal AFFIDAVIT OF WAGES PAID must also be prepared by the prime contractor, eaeh subcontractor and 1111 subcontractor's agents, approved by the Department of Labor and Industries, and forwarded for release of retained funds, Please submit all forms for certlOcation to Department of Labor and Industries and Department of revenue and return a cenlfied copies to Public Works for further processing. CertiOed payrolls are also required to be submitted by the Contractor to the Engineer for work on all Federal-Aid projects. Please submit the cerlifled payrolls as soon as possible for processing (enclosed Is an example). 100% Rocyclod Paper "Hm o:~-~ :: ~:.::~ti:-.::.~ ~::!~~_ --- ~::-;_....- -,--~ -- l.l :- ~::= .,.. I, ~ "' 10 ..:....;...~- 1 i i 1 i , I I 1 1 I I I I I I I I I _&.: o o ~ I I 31~~!~ - z <to :I:~ ~ffi a:::lL <t=> Wu do en 0, enW w:I: -'~ enu.. -0 ~~' ~::; u..<( en =>, _0 :I:w ~:I: Z~ i=o z~, wW' ::!E =>{ => o. Uen 0- o!:;, WWI :I:u ~- !:!:b z Li.i en' ~ XI bl->. z ' '.r'" I t; o o o o .. o C' ) Following receipt of final "AFFIDAVIT OF WAGES PAID" and release cenificate from DL&I and County submittal to Department of Revenue, and subsequent issuance of release certificate from Dept. of Revenue, retainage will be paid. However, we cannot release any funds retained until receiving the following: 1. Intent to Pay Prevailing Wages 2. Affidavit of Prevailing Wages Paid 3. Cenified Payroll 4. Release cenificate from Dept. of Labor and Industries 5. Release ccnificate from Dept. of Revenue Following receipt of cenifications and releases from the State that the wages shown are correct and the included fringe benefits are acceptable, insurances paid, and excise taxes correct, Jefferson County will as expeditiously as possible pay retainage. If you have any questions, do not hesitate to contact me at 385-9160. Sincerely, ~ Project Manager cc: XOI244, Contraclor corres, Winney Construction Jm-c:\aln\proJect\uphohlne..dnll,lel "(7'-0 ..-.....JWiII '"- bIMl .iIIIIld..~ar ~' , " ':;, ...'...r' :: '~ ;_1 . 'etZ) , ,,,', ',' , .. ~.. .'.' - .. .-' ~-~ h.L1 ~-~ ,'JK;7;~~,~(::ri;j::::,: ,,,' '1' "I -,' 10 ;~~~_rl"v, J~_~~t\l ..~~".:~ ~ I ~,i:L:.~....~'.. ... Q o 32x I (j .....A~..b.:. i... ,- z <(' :I:~ ~ffi a:::lL ~=> -,u uO en O. C/lW w:I: -'~ C/lu..' -01 ~~ ~::; u..<( ~15 :I:w ~:J: Z~ j:o z~, ~~l => 0' UC/l 0- o!:; ww: :I:u t;:f= _0 z WC/l u- - :J:, l31-" Z " ';..." o o ~" ,C70 l~ r o o .. c' c) CONTRACTOR'S DECLARATION OF OPTION FOR MANAGEMENT OF ST A";'UTORY RETAINED PERCENTAGE A. I hereby elect to have the retained percentage of this contract held in a fund by the Owner until (30) days following final acceptance of the work. Date Signed B. I hereby elect to have the Owner deposit the retained percentage of this contract in an interest bearing account, not subject to withdrawal until after final acceptance of the work. Date Signed C. I hereby elect to have the Owner invest the retained percentage of this contract from time to time as such retained percentage accrues. I hereby designate escrow of said funds. as the repository for the I hereby further agree to be fully responsible for payment of all costs or fees incurred as a result of placing said retained percentage in escrow and investing it as authorized by statute. The Owner shall not be liable in any way for any costs or fees in connection therewith. Date TIle bidder is hereby advised that by signature of this proposal he/she is deemed to have acknowledged all requirements and signed all certificates contained herein. XOI24-1 Upper floh Road Park DOl/lidoI')' Washout Eql/lpment Rental - [,,;~, ._, eo,..;>) ", """'I" ".,i. , ~ .lli.il_L - ""'"''<1''' ""'Vi4J"';" ~'''''--'-'--'''L~ J 'r;":'"~; "';""-~llil -jalllflillIJIl1fllll1l:1iIIIII.." J<m~.&:I!:t1 10 (, J 1,.... "'J=iilUt~~ ~.'IY - I () o 32 X 10 -" ;L_.....~.I2lIlIIIIJ],. , ...... ~ o ',- o .. State.~nt (,." r.oopliance (Certification Report for~ oH-347\-'. " SETON CO~STRUCTION. INC. \j 4640 S. OISCOVERY ROAO PORT TO~NSENO, WA 98368 Date: 04/12/96 Page: 5 ~ee~ Ending 04/07/96 Project UPPER HOH-EQUIPMENT RENTAL Contract No. z <( . :I:~ ~ffi a:::lL <(=> Wu -'0 uo en , en wi ~~, C/lu.. ~o, ::i:~ ~::; u..<( 5!.l15 :I:w ~:I: z~ i=o z~ WWJ ~ is'' UC/l 0- o!:; ww' ::t:u ~- !!::5 z WC/l u- - ::t:, 5'"' z' referenced payroll, payments of fringe benefits as listed in the contract have been or will be ude to appropriate prograos for the benefit of such employees, eKcept as noted in Section 4(c) below. ,~~Mlf (Title) '-r do hereby certify under penalty of p..rjury: (b) WHERE fRINGE 8mfITS ARE PAID IN CASH [] - Each laborer or mechanic listed in the above referenced payroll has be..n paid, as indicated on the payroll, an a.ount not less than the su~ of the appl icable basic hourly ~age rate plus the amount of the required fringe benefits as listed in the contract, except as noted in Section 4(C) below. (1) That! payor sup..rvise the payment of pers\": employed by SETON CONSTRUCTION, INC. on the UPPER HOH-EQUIPMENT RENTAL; that during the payroll period commencing on the 1st day of April,1996, and ending the 7th day of April,I996, all persons e~ployed on said project hav.. been paid the full weekly wages earMd, that no rebates have been or ~ill be made (c) EXCEPTIONS either directly or indirectly to or on behalf of said SETON CONSTRUCTION, INC. from the full .eekly wages earned by (CRAFT) EXCEPTION any person and that no deductions have been made either directly ,r or indirectly from the full wages earned by any person, other _v..(lt... . than permissible deductions as defined in Regulations, Part 3 ",^, \ (29 CrR Subti tie A), issued by the Secretary of labor under the ~ . Copeland Act, as amended (48 Stat. 948. 63 Stat. 108, 72 Stat. 0.",' 1)L 967; 76 Stat. 357; 40 U.S.C. 276c), and described below; ....I,;;f-~...:-l.lRh EXPLANATION .~ ~ J.3b ,,,"' (2) That any payrolls other~ise under this contract required to be sUboi tted for the above period are correct and complete; that the Nage rates for laborers or mechanics contained therein are not less than the applicable Nage rates contained in any Nage ,determination incorporated into the contract; that the REMARKS: classifications set forth therein for each laborer or mechanic conform wi th the Nark he performed. o (3) That any apprentices employed in the above period are duly registmd in a bona fide apprenticeship program registered Nith a StHe apprenticeship agency recognited by the Bureau of Apprenticeship and Treining, United States Department of labor, or if no such recognized agency eKists in a State, are registered with the Bumu of Apprenticeship and Training, United States Oepar tlent of Labor. o (4) That: (a) WHERE FRINGE BENEFITS ARE PAID TO RPPROVED PLANS, FIJNDS, OR PROGRAMS (J . In addition to the basic hourly wege rates paid eech lahorer or mechanic li!led In the above C"'-- -0'"-- c~:J ,i; ....... t ..e" ,~~~:'~~"j:,. ( ~., Ll y..h.~.It!mI~~ ..... , i;Hi,'X\!' - .l'''.J 10 I~.=-~- --- -- I o o b.. 32 X I 0 llliillllll~"'__ r - .,- z <t . :I:~ ~ffi a:~ <(=> Wu -'0 Uo U')w: ffi:c -'~ enu.. -0 ~~' ~::; u..<( 5!.l15 :I:w ~:I: Z~ ;::0 z~; WW( ~ is\ Uen 0- o!:; ww: :I:u ~- !:!:5 z wen u- -:I:, 5"', Z ' ,r"" o o 'L ~_. 0 o o .. c ( CONTRACTOR'S DECLARATION OF OPTION FOR MANAGEMENT OF STATUTORY RETAINED PERCENTAGE A. I hereby elect to have the retained percentage of this contract held in a fund by the Owner until (30) days following final acceptance of the work. Date Signed t/ B. I hereby elect to have the Owner deposit the retained percentage of this contract in an interest bearing account, not subject to withdrawal until after final acceptance of the work. D".~ ;:)6, 'i~ Si"'~~.;'?-<L j# - ''t..-?~... (.....f.J".I"l....~'( COtl":>f. C. I hereby elect to have the Owner invest the retained percentage of this contract from time to time as such retained percentage accrues. I hereby designate escrow of said funds. as the repository for the I hereby further agree to be fully responsible for payment of all costs or fees incurred as a result of placing said retained percentage in escrow and investing it as authorized by statute. The Owner shall not be liable in any way for any costs or fees in connection therewith. Date The bidder is hereby advised that by signature of this proposal he/she is deemed to have Qcknowh:dged all requirements and signed nil certificates cuniaineJ htirein, .ro I 2-14 UppC!r HoII Road {'ark BOIIl/dary Wasllollt Eqlllpmem Rell/al r ., ',Ie:,," ~~ I'..,";" ,:::;,:i~;;,~',w I " MK1.IJ[1~_U~~ ", ..I.J"Lt '-, - .. lL.dRaa.llL.::1. t. 10 "....., dIl1:._ I Q o 32 X 10 .~...... , -,--,~- - . - z <to :I:~ ~ffi a:::lL <(=> Wu -'0 uo en ' enW w:I: -'~ enu.. ;:;;0, ::!E> ~5 u..< 5!.l15 :I: UJ ~:I: Z~ ;:0 z~, UJ w' ::!E =>' => c'\ UC/l 0- O!:; Ww :I:u ~- !:!:b z WC/l ~~I o ' z < ",'r"' , \ o o (L' 0 -",i__ ~ () Ol'J.~":~ . ",~~ if!( '/. ' ,<,,:~, >-'.~ , \t May 8, 1996 Mr. Ray Winney Winney Construction 648 Klahndikc Blvd. Forks, WA 98331 .. -', 'l' o o (,\ JEFFERSON COUNTY DEPARTMENT OF PUBLIC WORKS Sincerely, If you havc any questions, do not hesitate to contact me. 100% Recycled Papor ~. P.O. Box 2070 1322 Washington 51. Port Townsend, WA 98368 (360) 385-9160 Klara A. Fabry. Director/County Engineer Dear Mr.Winney; Rc: Contract with Jefferson County-Upper Hoh Road Emergency Project, XOl244 Jefferson County has executed a contract with Winney Construction for the abovc rcferenced project. Enclosed is a copy ofthc fully executed contract for your records. I (;) o Bruce Laurie Project Manager BL:cl c: XOl244 file enc: Contract :~" "L'" ]'" G (;:) , _~'(1i;n':. ",;:,; 'i '32xlCl [" ,,1~ z <(' :I:~ ~ffi a:::lL <(=> Wu -'0 Uo en ' enW wJ: -'~ (J)u.. -0 ~~ <(- a:-' u..<( 5!.l15 :I:w ~:I: Z~ ;:0 z~ ww ~ is\ UC/l 0- o!:; Ww J:u ~- !:!:b z WC/l u- -:I: bI- Z r o o (~--_. ,- o . ~, ( ( '., CONTRACT JEFFERSON COUNTY, WASHINGTON n-nS AGREEMENT, made and entered into this I) day of hlP12 I L . 1996, bctween thc COUNTY OF JEFFERSON, acting through the Jcffcrson County Commissioners and the Dircctor of Public Works under and by virtue of Title 36, RCW, as amcnded and /}//./r.JAJEV ~<'JA../"i-r R c/c T/olV Cc.:>. of ;c,..,~ ,k,S' UJ.46 f!N,J(',.. Tt'J,v hercinafter called the Contractor. , WITNESSETII: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, thc parties hereto covenant and agree as follows: I. The Contractor agrees to furnish all labor and equipment and do cenain work, to-wit: That Thc Contractor herein will undenake and complcte the following dcscribed work: 1P.I:?/'J7'Rl. E'9-L.t.oIY7CA-J7 d<".I2/1" <9,;0 U'PPE;Q ;L/oJ/ R,'i/E/.2.. kb"7.o cy>' <.( tLJJ?75N7' / F-/:7 FE L CJfiOF-R tV /...;- -=.Yo .J3l'.lCk.E7" C47 9,ei'o , ) EFl ("';PRtUL5R. 7Rnr-7-~R- 'c',qr.o -6 mN J/.PJ1~ J &/1 /r,zt:Jl<lLfY2, "'71i?arrnn bar l)-p' h},H, liP ;:20$1.,:) /(~~l..- ,-IRV - for Upper Hoh Road Park Boundary Washout Projcct Number XOl244 from M.P, 11.83 to M,P, 12.18 in accordancc with and as described in the attached plans and spccifications and the Standard Specifications of the Washington Departmcnt of Transportation which are by this rcfercnce incorporated herein and made a part hcreof. The Contractor shall perform any alteration in or addition to the work provided in this contract and evcry pan thercof. The Contractor shall provide and be at the expense of all cquipment, work and labor of any sort whatsoever that may be required for the transfer of matcrials and for constructing and complcting the work providcd for in this contract and every part thereof. 2. The County of Jcfferson hereby promiscs and agrees with the Contractor to employ, and docs cmploy the Contractor to furnish the goods and cquipment dcscribed and to furnish the same according to the attachcd specifications and the terms and conditions hercin containcd, and hereby contracts to pay for the same according to the attachcd specifications and the schedulc of unit or itcmizcd priccs hercto attached, at thc time an in the manner and upon the condition provided for in this contract. The County furthcr agrccs to cmploy the Contractor to pcrforn1 any alterations in or additions to the work provided for in this contract that may be ordcrcd and to pay for the same under the terms of this contract and the attached spccifications at the timc and in thc manner and upon the conditions provided for in this contract. 3. The Contractor for himself, and for his heirs, exccutor, administrators, successors, and assigns, docs hercby agree to the full performance of all the covenants hcrcin containcd upon thc part of the Contractor. 4. Prior to commencing work, the Contractor shall obtain at its own cost and expcnse the following insurance from companies licensed in the State with a best's rating of no lcss than A:VII. 111e Contractor shall provide to the County Risk Manager certificates of insurance with original cndorsements affccting insurance requircd by this clause prior to the commencement of work to be pcrformed, The insurance policies required shall providc that thirty days prior to cancellation, suspension, reduction or material change in the policy, notice of same shall be given to the County Risk Manager by registered mail, return receipt requested, for all of the following stated insurance policies. Ifnny of the insurance requirements are not complicd with at the renewal date of the insurance policy, payments to the Contractor shall be withheld until all such requirements have been met, or at the option of the County, the County may pay the renewal premium and withhold such payments from the moneys due The Contractor. All notices shall name the Contractor and identify the agreement by contract number or some other form of identification necessnry to infonn the County of the particular contract affected. A. Workers CompensntionlL & I . compliance with the npplicable compcnsntion law of the State ofWnshington, Upper /lolr WOSlrOllt Emergency Restoral/on, )(0 I 244 , ~ j i I J 1 J i 1 j i I 1 j .1 J 1 j , j 4 .~ 1 i .1 fj J ~ 'J :i i~ ;! ) ,t '; 1 1 " :;r '11 '~ ~ 1 '.~ 'j "~ ]. I 1. ~ I \ r I o o lU_ 0 ;'=~ r , 10 32x 10 - u Jll ~ - .I1iiIt"--.-..'......... ,LLll'tI ... c r- o .."- ( ('l B. General Liability(l). with a minimum limit per occurrence of $1,000,000 per bodily injury, death and property damage unless othe....vise specified in thc contract spccifications.. 11lis insurance shall indicate on the cenificatc of insurance the following coverage: I. Broad Form Property Damage; 2.. Personal Injury Liability; 3, Broad Form Contractual/Commercial Liability (contractors only); 4. Premises. Operations; and, ,5. Independent Contractors and Subcontractors. (I)Note: The County shall be named as an additional insured under this policy. C. Automobile (2) - with a minimum limit per occurrence of $1,000,000 for bodily injury, death and property damage unless otherwise specified in the contract specifications.. This insurance shall indicate on the certificate of insurance the following coverage: 1. Owned automobiles; 2, Hired automobiles; and, 3.. Non-owned automobiles.. z <(' :I:~ ~ffi a: ~, <(=> Wu -'0 uc ffi~' -'~ C/lu.. ~o; ::!E~, <(- a:-' u..<( 5!.l15 :I:w ~:I: ZI- i=o z~ ww :::!: =>i => c' UC/l 0- o!:; Ww :I:u ~- !:!:b Z wen u- -:I: bI- Z (2) Note: the County shall bc named as an additional insured party under this policy. Any deductibles or self. insured retention shall be declared to and approved by the County prior to the approval of the contract by the County.. At the option of the County, the insurcr shall reduce or eliminate deductibles or self. insured retention or The Contractor shall procure a bond guaranteeing payment of losses and The Contractor shall procure a bond guaranteeing payment of losses and relatcd investigations, claim administration and defense expenses, The Contractor shall include all subcontractors as insured under its insurance policies or shall furnish separate certificates and endorsements for each subcontractor.. All insurance provisions for subcontractors shall be subject to all of the requirements stated herein, Failure of The Contractor to take out and/or maintain any required insurance shall not relieve The Contractor from any liability under the Agreement, nor shall the insurance requirements be construed to conflict with or otherwise limit the obligations concerning indemnification. It is agreed by the parties that insurers shall have no right of recovery or subrogation against the County (including its employees and other agents and agencies), it being the intention of the parties that the insurance policies so affected shall protect both parties and be primary coverage for any and all losses covered by the above described insurance, It is further agreed by the parties that insurance companies issuing the policy or policies shall have no recourse against the County (including its employees and other agents and agencies) for payment of any premiums or for assessments under any form of policy. It is further agrced by the parties that any and all deductibles in the above described insurance policies shall be assumed by and be at the sole risk ofThc Contractor. It is agreed by the parties that judgments for whieh the County may be liable, in excess of insured amounts provided herein, or any portion thereof, may be withheld from payment due, or to become due, to The Contractor until such time as The Contractor shall furnish additional security covering such judgment as may be determined by the County. The County reserves the right to request additional insurance on an individual basis for extra hazardous contracts and specific service agreements. ,... The Contractor hereby agrees to indemnifY and save harmless the County, its officers, employees, and agents from and against all liability, loss or damage the County may suffer as a result of any claims, demands, costs, judgments or damagc to County property in the care, custody or control of TIle Contractor arising directly or indirectly out of this agreemcnt, including losses arising out of the ncgligent acts or omissions of the Contractor, the contractor's employees, agcnts, or subcontractors. o o Claims against the County shall include, but not be limited to, assertions that the use or transfer of any software, book, document, report, film, tape or sound reproduction or material of any kind, delivercd thcreunder, constitutes an infringcment of any copyright, patent, tradcmark, trade name, or othe....vise results in an unfair trade practice or in unlawful restraint of competition. TIle Contractor further agrees to provide defense for and defend any claims or causes of action of any kind or chnracter directly or indirectly arising out of this Agl'eemcnt at its sole expense and agrees to bear all other costs and expenses relating thereto. Upper 11011 Was/rolll Emergency l/e,rtornIlOll. .\'0/244 \ C-..--;-'...-__- -- c 0C~ IIlIll~ III ----L1..L1- -.....- _.&tI tt>.. - '''f ~ g , i I I i I , '~ ~ i 1 ,l " I J l ~ ~ j 4 l ;. '( ..'!'i 'j ~ ! t. ;\ f ~ I ) , L> 10 -.......:..., ~.. U IIIIl I o o ~- I I 32~J f' o - c () Nothing in the foregoing clause shall prevent the County, at its option, from additionally requesting that The Contractor deliver to the County an executed bond as security for the faithful performance of this contract and for payment of all obligations of The Contractor. IN WITNESS WHEREOF, the Contractor has executed this instrument on the day and year first below written, and the Board of County Conunissioners has caused this iilStrument to be executed by and in the name of said County of Jefferson the day and year first above written. Executed by the Contractor '{I / / .1996 Foregoing Contract Approved and Ratified \,v'j,v'Y7V atCM:,-r: Contractor .1996. By: ~~~ Surety By: z <t . :I:~ ~ffi a:::lL ~=> -'u uO en o. en Wj w:I: -'~ en u..' -0 ~~. ~::; u..<t 5!.l15 :I:w ~:I: Z~ j:o z~, ww' ::!E =>,[ =>0 Uen 0- o!:; Ww :I:u ~p !:!:o z t.i..i en' ~:i:1 bl-,! z Attorney-in-fact SEAL A TrEST: ~\ '- "-- ~ Approved.J!.S to fonn only this5.::> day of L:..r, . 1996. ~ 1-.AN-~ p~:- Director, Dcpt. of Public Works ~~&Q~ ':r'''' I ( ! o o Upper lIoh Washout Emergency Restoral/on. .'\01244 0---- ',\~,;,:::;~::::.ill1i;:;,;~>, :,:',.. , i;'" ';:i"~:'~' ~1JTi'''~''''''').n'j';i' 11 JU....L!. ,."~ ..t,.'i'2. ........:......lo.,".L. , ' .I.tilIl:.J1Sb...LL~eliIIll"lllI<l ,"f\.'n'~n;.\::'" ,( ",11ii" (ll':. ,'), .... [,- m.... '21 '_.~y'" ...::::w.... ~ d-1- ~, I ~J!: ,10 1::l.4...J.~ ~ ""D , " I o o 32 X I 0 .IlII~' JUlll... ...- z ;2"': ~ffi a:~ <t=> Wu -'0 Uo en w', ~~ en u.. -0, ~~ <t- a:-' u..<t 5!.l15 :I:w ~:I: Z~ -0 !z~ wWI ~ iSi Uen 0- O!:; Ww :I:u ~ f=: !:!:o, z wen ~:i:1 bl-; z; ,r' o o \,,~ -- v- - o o .. 8-:32 JEF'~ER~ON CO. SHOP ........t.:-':.!~;..':tI6 T_HU I I i i i ..II (=-;..- U ..II!Ill1'I1IIIM1I P.os ll'R-15-1996 16'24 (, JEFFERSON CO.PUllLIC WORKS ., () \", 360 JBS 91?2 P.01 C' 0 AJ ~R" 0.";-" R. ~4.lN~Y' ~fl13'nVl.Ic:.7~N B'(J: P~n fJOSRL- ~ l :;r: r,r ,.,., ,: ,sf- ~t1~.!?-f1 i.. s. P~8 ~/a:rA'?"a $t!JO i 8. ?S'~ p,$fl. HA- lo /fie' 9$a.oc;> I C-. //tJ ~ PP-'2. iI~ I~ ilia . 1100 .00 I i 8. 12.$ ..t! HR.. ZTlm I",: PIC f2. 12.0 Hits l!iotJt!) t::. 1$'4' ~ PICa 1{t2. &0 IlLS, 93r::JC i:J"T4M I f I I I !::;:-'T8rn oz, Fl. 4"~t) '!." L..s /!JtIl3 ~'P,;-t:,8 !:f'<JO 13~ t; tJt!J PIS-a H'Z." I Z. d I/P.S Id",fJCt'J ~- t::.. /.~~ ~ f'lua w~ ~o friU' ~ 300 J , s: .. . F1. I~,f(} - 14- _ $.I1~S ~ Pu/l~13 8. Its '1-" Plil? JI~ ~., II~S 'l;~'l \ ~ 'l-':'A , .I-Yeo S-ooo I. . ~ / .... ,0' 7C (11 '- 53 730 8y ~__ M? I I , . ~ [ f) (~::;:::~~;r;~;:7;';'i~':'",''':=-2,~'''_',:: .) tI!It!I. .' ,,, ....- J.. 10 ... - - - I Q o __lIIII~_' 32 X I,D ~"~Illllll .- - - o .. '1' rJ ~ ".~!.~"*;Z,:~~,~,:" ' ~~.~ :q,~~:t;;- ~/? {""':~'~4 ,/'\~!"" p.o. Box 2070 1322 Washington 51. Port Townsend, WA 98368 (360) 385.9160 ~ c ~'f.,\'\~ /1"'0'/ AasE ?,l,t)-'1S' - 7-'i~'2.. CJ JEFFERSON COUNTY DEPARTMENT OF PUBLIC WORKS z <(' :I:~ ~ffi a::t ~=> -,u uO en C. C/lW w:I: -'~ Cf)LJ.. -0, ~~ ~::::; u..< 5!.l15 :I:w ~:I: Z~ ~~, WW' :;: ;:,1 => 01 UC/l 0- o!:; ww\ i= ~, !:!:5' z' WC/l u-' f= ~I 01 Z , \ Klara A. Fabry, Director/County Engineer MEMORANDUM TO: Broce .' . FROM: DATE: Scott SUBJECT: April, 26, 1996 Sign changes on Upper Hoh Attached is some sign changes I faxed to Steve Waldo of Standard Barricade for the Upper Hoh Rd. permanent signing. o I G o 100% Rocyclod Papar ::C o=~~... ~>' . ~,;.,,:. , , 'c',' .<....i...;....:;"..;, ..' '..., ,'I '. . e r.:~'g~ .' .. " 1 1 ~.iiiI" I ~ It! 3,2xltJ v -<;f -..... o ,- o .. -" ( ( JEFFERSON COUNTY DEPARTMENT OF PUBLIC WORKS z <(' :I:~ ~ffi a:::!E., <t=> Wu -'0 Uc ffi~i -' ~, enu.. -0 ~~ ~::; u..<( 5!.l15 :I:w ~:I: Z~ i=o z~, ~~1 => 0', Uen 0- c!:; Ww :I:u ~- !:!:b z wen u- -:I: b'"': z , \ '"' "':~ l,:",r;}v ~,'::"~~I./ '--.*"'i~ /.':;;... r;t; .f!!/..)~~ ;/~";:"'--.. .J"' 'i.-; P.O. Box 2070 1322 Washington 51. Port Townsend, WA 98368 (360) 385-9160 Klara A. Fabry, Director/County Engineer Fax Cover Sheet DATE: i I ~ 6 /9 J TIME: ~9 30 TO: A-N DY K os S. Fax: ">,1,6- 45'7- 7?~2... Phone: 3do ~ 385"'- <f? '1 FROM: <:;<.07"'1 (i',l..w\ e. \2.. Fax: Phone: '360 - 3'AS-9/6<( RE: ?e.RM14-Ajp.fiT/ ~,'9/'/;'I'JQ - V1i2f~12- r ' Total number of pages including cover sheet: 1 We are transmitting from fax # (360) 385-9172. ).k,t-f P/2tJ / ec..:r- MESSAGE :.,... I <; Ij~ Ch>>-rupe.5 m~e c,...l u[:>,)eR.. /tbn' ~)). R<6,"e.c."/. , f ~ 71, i <., -:z:;AIAJ~rl-""','(j~ o rie<.<2.. A-R(2 .;-he ~ ~ H-.e .., ''9N'' Nj -c Jut \J G. J4i-~ el'f-i> 7 ~ €.Iv;- 5/€ ve W A-LDO 0;::' S 'T"7'!-Nt>A-1<.~ 6A-RiUt<.,q.i::.e. Y-o o AN'" o,,,,e..~.,...,'()N~. p/e.tTS<a Q/ue ale. A- cA-~ ,-Z:: II 'iT- 100% Rocyclod Papor (-~._-' - o/~~ ;',,', .1"""...., '", .', ,. 1 i "~'I""\ <'< '.: ':- '.,--, c..:-:'i:.';'i-~:'f*1lr'.;' j'L . [ , \'\'!J'IJ~lf,'t\~)(,:\" !In >>'i':(' ;';,.~, ":"t"': ...1'.: ,1/ ','\ 1 :;J l V III " I l'- 10 --, I o o 32 X 10 ..- ..'~ z <( . :I:~ ~m a::iE. <(=> Wu -'0 uc ~~; ~~ enu.. -0, ~~. <t- a:-' u..<( 5!.l15 :I:w ~J: Z~ ;':0 z~, ~ ~{ =>0 UC/l 0- o!:; Ww :I:u t;:f= _0 z wen u- f= ~i o ,: z ,... , , o o \,.. -- -,~ o o .. ( l JEFFERSON COUNTY DEPARTMENT OF PUBLIC WORKS - W "- ~~>-'lJ:"~:. .-~,-. ~:l~~~'t~ LJ~~~b~ P.O. Box 2070 1322 Washington 51. Port Townsend, WA 96366 (360) 365-9160 Klara A Fabry, Director/County Engineer Fax Cover Sheet DATE: 1- 26- 96 TIME: 1'330 TO: 'STeil e W/9-Lj)O Fax: "2.06- :5'2.5'"- '2.o<f'2.. Phone: 2.{)6- S'z.:. ~ ~ 0</5' FROM: '5c..on- f.<;L.WleK Fax: 360 - :385" - 9/ 7?- Phone: 360 -395- '}l6'i RE: $; G-A/ S ~N V1 ;::.oe/?.. )/or! /<'0/7"'7:) , I Total number of pages including cover sheet: f We are transmitting from fax # (360) 385-9172, MESSAGE M-)..::>eFu~"" >'i,'5o , r LeMef!. S', ,....5 0"'/ /IU~() . ),el..poS YDtA. :z; 90 r ;Me f1,e. tAlU~AwFI4L. ~ I.; r're/2. ~jq,v r ArJ r:> c h Ih1 e. "D -!-rJ c. 0 tl e... CJ# S j Cj^/. JJ.. ,,/-'r ~ ;'1/\1 ,'5 /l CI't-t..'-. i": ~(;R.e. /#<e ANi 'I-'Ile A ~.~.J(}e Ae.e/l .s r-A-;V j)J"Ma.~ I '2,-I./O} . 2. vteS;-,'C,..../s <=;(,0 'rT 100% Rocyclod Papo'tJ ~, OJ:i~ ltUil-' /.i;~;\'.", j.;,'i;.i-,;" ~,';:i~"'\';"int( ;' _~.tI.~ C'''-- -0'" .--- '"P'q1'~~- --'- .",.() '.' 10 .LL ~.~,~~ -:--c-_~_-'....j _ -- I o o I I I ~~xI9J ..- - ,; z <(' :I:~ ~ffi a::::a.. <t=> Wu -'0 Uo ~~i ~~ enu.. -0, ~~; ~::; u..<t 5!.l15 :I:w ~:I: Z~ ;::0 z~, WW' ::!E =>.1 => 0' Uen 0- ob Ww :I:u t;:f= _0 z wen u- -:I:\ 5.... z , ---'~\'^C ;r - o o .. (. ,/ l,... :r 9-:70 \ 4'~" v..f\J LA VJ F IJ\ lr- :::r-G --L-.~-:r-::r--c " -2.# Bl~d---->--- 5~5eRfe5-" h <:..:.'-____ _~jJ:E.____ 6 if<t<. 7/~0'1N~ " ~, ,. '-{. ..se&;.e..s----B 8\;,\,,-\<'" ~ ~ o ,._ _,_.,_.__ ,__,________,_,,__,,__,,____,_,,__,_..... _,__ o 0""- - ...~~..._----_.._.~---_.~--~._...._-------~-_.--.~-,._...... .._~ '~" O(~'I~ ,- :j~:{,~:~~~~,~T(~~7\':,.:;:., ':, ,':c~f:JL.'m~;;:.:'-j';; :',; /'C,l :~,' ", &.J. "',:'fi. ;" ii,'::.,'. 10 - I o o 32 X 10 ------ ,- /' ">,~') '.:.;~~<..': z <(' :I:~ ~ffi a:::!E.. <t=> Wu -'0 uo en ' en w' w:I: -'~ en u.. :01 ::!E >-, ~~ u..<( 5!.l15 :I:w ~:I: Z~ j:o z~ WW, ~ is, UCll 0- O!:; Ww :I:U ~- !:!:5 z WCIl U- f= :I: , OJ." Z ) ,r o o , , ) - --.... - - o o .. (' \ , I \ 12-401 I- A I B RANGE AREA WATCH,OUT FOR LIVES TOCK D '-- dLc DIMENSIONS<lNCHESI SIGN A B C 0 E F G ,.. ~~~t MIN. STD. 30 24 % % 4-C 3-C 2'12 1'/2 IB SPEC. . SPEC. LEGEND BACKGROUND COLORS -BLACK(NON-REFLl -WHITE<REFL.1 c u l:IlIl.u. ~~,:;',iJ~,:,,~ ',' "1lI1Il ~1}.;".,~F~fi~l~ (""-;..'-.-- JI II L ~.L:tl.. r E G F G E - ~ ..... t.:'.- ~~"u I 10 A.-m. ......... = - .. I 0 o 32 X I 0 i2t..ll!l._ l:'~ j I z , <to :I:~ ~ffi a:::lL r- <t=> Wu -'0 Uo en w: ~~1 enu.. -0 ~~' I <t- a:-' u..<( 5!.l15 :I:w L ~:I: Z~ j:o z~, [ ww ~ iS~ Uen 0- O!:; [ ww; :I:u ~- !:!:5 [ z wen u- f=~ 0 z I- t ',r"'" t 0 I I r 0 I I I ( 0 ,---....--- ,- -~ o o .. JEFFERSON COUNTY SPECIFICATIONS AND CONTRACT DOCUMENTS for UPPER HOH ROAD PARK BOUNDARY WASHOUT COUNTY ROAD NO. 914207 COUNTY ROAD PROJECT NO. X01244 EQUIPMENT RENTAL .3 - 1.2. ~ I.I.I~ APPROV AL DATE NOTICE TO PLANHOLDER: The office to administer this contract is the .Ie f/crson County Department of Public Works, 1',0. Box 2070 PorI Townsend, W A 98368 Telephone: (360) 385-9160 c; ~.,. (~;. " 'L4:li ",.. ') .-............ - ~~ ... r ."'?,,'''';'''{i''''J'''''''' I "";'~'Ii;, "'",',,) ..,0 <,";'"'\''.''' '''.J'' .",.' _"',.1"'" ,.' --....::..4~~.;:"':'" ",l' .<l>..- I -- - o o 32 xl 0 - ;,~;"~,"""",,,';'.i"':':"..'...'~,.,: ~~"aMIIr~ r '"- [ ! z <t . :I:~ ~ffi a::=. ~=> -'u uO en 0, ffJ~i -'~ en u..' ~ o~ ::!E~ ~::; u..<t en=> _0 :I:w ~::c Z~ ;::0 z~, wW' ~ iSl Uen 0- o!:; Ww :I:u ~- !:!:5 z wen u- f=~ o z f L [ [ [ '- , .1'" l I I I , o o \, I l Co.. ~o ---.~ - - \ ~~~""'-~/>Wo' , ~"r. ,,~. / ",' ~,,,,=-- ~J"(' ;7;:~'!~r' ~'-~ " To: All Bidders From: Bruce Laurie Date: March 14, 1996 Addendum to Upper Hoh Road Park Boundary Washout, Equipment Rental Addendum No.1 Subject: v o o .. r I JEFFERSON COUNTY DEPARTMENT OF PUBLIC WORKS P.O. Box 2070 1322 Washington 51. Port Townsend, WA 98368 (360) 385-9160 Klara A Fabry, Director/County Engineer To Upper Hoh Road Park Boundary Washout County Road No. 914207 County Road Project No. XOI244 Equipment Rental Notice is given that the following revisions to the specifications and contract documents for above referenced project. By this notice it is hereby incorporated into and is a part of said specifications and contract documents. Bidders must indicate the acknowledgment of the receipt on the addendum in the proposal. Failure to do so may result in: Reiectlon of the Bid Revisions: The proposal Is revised to correct several misspellings and to correct errors and or omissions in the following items: ~ 2 4 II through 15 & 25,27 16 through 20 & 26,28 Correction Description should read "Min HP 100" not "Min HP 250" Tandem (Tandum) Is deleted from description' Add 4 axle to description Add 3 axle to description 100% Rocyclod Papor I ~ ,~~C~ ~',";~~~~~;i;~~:!:~'.:~~~i' :\..!~ Bidders are instructed to replace and use the enclosed proposal pages marked "Revised 3/13/96" in upper left corner, "" ! ~' \. ", '-',", , ~" ''''''''''-'- ~Ii ~ ..._....._~""..~., -- I e o 32Xlo ;;.i' "'........'.-.... ~ ..."........,~' 'll1Ii1Itili I <- z <to :I:~ ~ffi a:::lL <(=> Wu -'0 Uo en wi I ~:I: -' ~I enu.. -0 ~~ I ~::; u..<( 5!.l15 I :I:w ~:I: Z~ ~~, L ww' ::!E =>J => 0, UIJ) 0- O!:;. [ WWI F!=~! !:!:b [ z WC/l ~XI bJ.,i I. z t .., I -~rr"'" t , , 0 o .. NOTICE: T o BIDDERS ARE CAUTIONED TO VERIFY PREVAILING WAGES FOR OPERATORS AND TRUCK DRIVERS. THIS IS A PREVAILING WAGE RATE CONTRACT UTILIZING FEDERAL AND STATE WAGE RATES, WHICH EVER IS HIGHER. 'c- 0----__. _ ..... I ,'M' ~,". . , '''':..'' ~A' ,:~ ~-.-..;.......... '."r"'. ; ; . ~ ...;.... " ~..'. '. ....'. '..9~~,::Jj;;;J:;i:,j.' 110 "" ,>, ' ,..",,,j""'!:i\;""'''''"'N''''''''f,'',''''Wt', ,,,,(,,,, "II ""', 77~~, ~~~"-~-IIIWI~'~'M"'" ".-,' wL" 11 .....- I Q o 32><1[:) .- z <( . :z:~ ~ffi .?~ Wu -'0 Uo OOw<1 ffl:z: -' ~, en u..' -0 ~~ ~::; u..<( 5!.l5 :Z:w ~:I: Z~ ~~ WW, ::!E =>, => 0; UC/l 0- o!:; Ww :I:u t;:f= _0 z WtJ) u- f= ~; o ' z ' '1 r r r-- I I I: [ I. I. I I l I I I I o o c-....-;- iII~.l:::.-Ll~.I!IIItI.llii1lll -- o o .. NOTICE TO CONTRACTORS CALL FOR BIDS UPPER HOH ROAD, X01244 EQUIPMENT RENTAL Notice is hereby given that the Board of County Conunissioners of Jefferson County, State of Washington, will receive sealed bids up until the hour of 11: I 5 A,M,. Mondav March 18. 1996 at the office of the County Commissioners, Courthouse, 1820 Jefferson Street, P.O. Box 1220, Port Townsend, Washington, 98368, and will be then and there opened and read publicly after that date and time for the rental of equipment and operators to be used in the emergency restoration of .35 miles of Upper Hob Road, County Road No. 914207, XOI244, in Jefferson County, M.P. 11.83 to M.P. 12.18. Major items to be rented are: excavators, dozers, dump trucks, graders, compactors, loaders, and other equipment with operators. Each bid shall be accompanied by a surety bond, posta1 money order, cash, cashicrs check or certified check payablc to the Treasurer of Jefferson County in the sum of 5% of tllC bid amount, to be forfeited to Jefferson County by the successful bidder if he fails to enter into a contract and file an acceptable surety bond in the amount of 100% of the contract price within five (5) days of the award, Thc board of County Commissioncrs reserves the right to reject any and all bids, and to accept the bid deemed most advantageous to Jefferson County and to waive all informalitics in the bidding. Bids shall be submitted in accordance with the plans and specifications on file at the office of the Director of Public Works, Post Officc bldg" 1322 Washington Street, Port Townsend, Washington 98368, whcre copics may be obtained. The following is applicable to federal aid projects. Jeffcrson County in accordance with Title VI of tile Civil Rights Act of 1964, 87 State. 252, 42 U.S.C. 2000d to 2000-4 and Title 49, Codc of Federal Regulations, Department of Transportation, subtitle A, Office of the Secretary, Part 21, nondiscrimination in federally assisted programs of the Department of transportation issued pursuant to such Act, hercby notifies all bidders that it will affinnativcly Cf\Sure that in any contract entered into pursuant to this advertisement, disadvantaged busincss enterprises will be afforded full opportunity to submit bids in responsc to this invitation and will not be discriminated against on the grounds of race, color or national origin in considcration for an award. Datcdthis~YOfY'V~('~ .1996 XOI244 Upper 11011 Rood Park /Jollndary Wo.'/101I1 II Hqlllpmonl Ronlal 1: 0(1:) 111HIllll ' t~~~ '! ;.,....,,\4-f-~~~'!.JI'Vii,i'< '/!>,~;i.' , "':,'-,"'" "Y.~''''':~;tr'''T " 0= I ~ M -~'-- ~ _LL l1J:... "..Lbo. L1 11lI1IllII. ,r . - .J 1 ! ',i ~ f.) 10 ;,,; - I o o "1...._-' 32X I 0,: ._~ ~' , ....... .... .- Z <( . :I:~ ~ffi a:::lL <(=> Wu -'0 uo en w' ~:I: -'~ en u..' -0 W> ::!:~ ~::; u..oCt 5!.l15 :I:w ~:I: ZI- ;::0 Z~, ww: ~ is! UC/l 0- O!:; Ww :I:u ~- !:!:5 z wen u- -:I: 5'" Z I I I L [ l L I I :r o o ("-"6- --- LLM ~ -- o o .. NOTICE TO PROSPECTIVE BIDDERS UPPER HOH ROAD PARK BOUNDARY WASHOUT CO. RD. PROJECT NO. X01244 In accordance with Section 1-02.4(1) General, it is Jefferson County's policy that no contact with prospective bidders occur during the bidding process. Questions that are pertinent to bidding the contract and are not answered by information contained in the Standard Specifications, Contract Plans or Specifications, will be responded to by submitting them via fax 360-385-9172 to the Jefferson County Department of Public Works, P.O. Box 2070, Port Townsend, W A 98368, and will be followed by a hard copy. Attn. Klara A. Fabry, P.E. All faxes must be received at least 2 working days prior to the bid opening for a response. All prospective bidder questions and the County's response will be sent via fax, if possible, to all prospective bidders who have obtained plans and specifications approximately lday prior to the bid opening. If you believe the Contract Plans or Specifications contain an error(s), it would be appreciated if you would also provide us with that information via fax. If there is an error(s) that requires remedial action, an addendum will be issued to all prospective bidders. I have the following question(s): I believe the Plans and/or Specifications are erroneous at: Please rcspond to: Namc Rcprcsenting Addrcss Pax Numbcr XO/2.f.1 Upper 1/011 Road Park nO/lllda", Washout III Equlpmcnt Rental c <<>> ~:JI." :::::';~~~~'~~:~~:~.'~;.~'.:.,., . <':.' " ~.. ~ ..... .'~' 10 ~.....,<.".., --- I Q o 32 X I 0 iii" .;....... z <(' :I:!z ~W a:::!E,. <t=> Wu -'0 Uc en w'\ ffi:I: -'~ enu.. -0, ~~ ~::; u..<t 5!.l15 :I:w ~:I: Z~ ;:0 z~, WWI ~ iS1 Uen 0- o!:; Ww' :I:u ~- !:!:5 z wen u- -:I:I 5 t-l z ' I L L L L I I ',r o -- () o lIB CONTENTS CALL FO R BIDS-------------------------------------------------------------------------------------------- ii NOTICE TO PROSPECTIVE BIDDERS ----------------------------------------------------------- iii INTRO D U CTI ON -------------------------------------------------------------------------------- 1 AMENDMENTS TO THE STANDARD SPECIFICATIONS -------------------------------------- 1 SECTION 1-02 BID PROCEDURES AND CONDITIONS --------------------------------------- 2 SECTION 1-06 CONTROL OF MATERIAL------------------------------------------------------- 2 SECTION 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC --- 2 SECTION 1-09 MEASUREMENT AND PAYMENT -------------------------------------------- 5 SPECIAL PROVIS I ONS ---------------------------------------------------------------------------------- 7 D ESC RIPTI 0 N OF WO RK ------------------------------------------------------------------------------ 7 BID PROCEDURES AND CONDITIONS -------------------------------------------------------------- 7 Public Opening Of Proposal----------------------------------------.------------------------------------ 7 Date Of Opening Bids ----------------------------------------------------------------------------------- 7 AWARD AND EXECUTION OF CONTRACT -------------.----------------------.------------------- 8 Co nsidera tion of Bids -----.-----.-.-----------------------------------.----------------.---.--------------- 8 S CO P E 0 F THE WORK -----------.-...--.---.------------------...---.------------------------------------ 8 Intent of the Contract ----------------------------------.-..--.-------------.------------------------------. 8 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC-.--------.----------.----- 8 Laws to be observed ------------------...---------.------------...-.--.---------.----------.....-...-....--- 8 Stn te T axes --------------------.-----------------------------.....-------------.----------...-.......-.....---- 8 \V n ges .-.---..-..------------.-.----.----.-----.--.------...-..-----------------.----.-----.--------..-----.---- 8 G en ernl----------------.---------.---------------...----..--.--.--------------.--------------.--------------- 8 Equnl Employment Opportunity Responsibilities --------...--....------.---.--.............-.------ 9 Dlsadvllntnged Business Enterprise I'nrtlcipntlon (DBE) ---....-..-......-.---.---.------------..16 Genernl Requirements for Recipients .-.----.--.-..-----.-....--....--------..-...............-..--. 16 .'(01244 Iv Uppor floh Road Park BOIllld1l1')' Washo/lt Eq/llpmo/ll Rail/III Q ~:~:~"~'l;~;~~;':; . \",;",:,:'--,I<";)~\_; ,:':>;:i's";":;,\:);',;:",:,,:;:',: :~~, I" ;i '..1., . ~Il6.LJb&lJ 'r ,10 -....-,'.,., _~~JJ.I:!I~ - I o o 32 X 10 IilIdIJ~.lJh...~llWl~ .....~ IV ,- Z <to :I:~ ~ffi a:::lL <t=> Wu -'0 Uo ~~i ~1--1 en u.. -0 W>- ::!E~ ~::; u.<t 5!.l15 :I:w ~:I: Z~ i=o z~ I wW' ::!E =>: => 0, Ucn 0- O!:; r Ww :I:u ~- !:!:b t z wen u- f= ~: o , '- z ,,.. o (:~.-o-'-' j7 o o .. Definitio ns ------------------------------------------------------------------------------------------------- 1 7 DB E Eligibility ------------------------------------------------------------------------------------------- 18 Join t V en ture Approval -------------------------------------------------------------------------------- 19 DB E Goals------------------------------------------------------------------------------------------------- 20 Counting DBE Participation Toward Meeting Goals--------------------------------------------2l Selection of Successful Bidder _________mm__________________________________m____________________ 23 D BE Co n tract Com pliance ---------------------------------------------------------------------------- 23 S ta tu tory P enalties -------------------------------------------------------------------------------------- 24 Fu rth er Info rma tion ------------------------------------------------------------------------------------ 24 Pro posal---------------------------------------------------------------------------------------------------- 24 Federal Agency Inspection ------------------------------------------------------------------------------- 25 Required Federal Aid Provisions _____mm__________________________________m____________________ 25 CONTRACTORS RESPONSIBILITY FOR WORK ------------------------------------------------ 25 Insurance Coverage and Hold Harmless Clause --------------------------------------------------- 25 PROSE CUTI 0 NAND PROG RESS --------------------------------------------------------------------- 27 Su bcon tractin g --------------------------------------------------------------------------------------------- 28 Progrcss Schedule ------------------------------------------------------------------------------------------ 28 Prosecu tion of W ork--------------------------------------------------------------------------------------- 28 Time fo r Com p Iction ------------------------------------------------------------------------------------- 28 S us pens ion of Work --------------------------------------------------------------------------------------- 29 PRO POSAL------------------------------------------------------------------------------------------------------- JEFFE RSO N CO UNTY VI C INITY MAP ----------------------------------------------------------.------ CONTRACT (I n fo rm a tion a IOn Iy)-------------------------------------------------------------------------- CONTRACT BOND (Informational Only) --------------.--------------------------------~---------------- REQUIRED CONTRACT PROVISIONS (Federal-aid Construction Contracts) ---------------- STATE OF WASHINGTON, Lnbor & Industries Prevailing Wage Rates------------------------- FED E RA L WAG E RAT ES ------------------------..-------.----..----------------..------------------------- .\'01201-1 Upper I/o" ROlld Park BOIIl/dary #Va"III",1 v Eqlllpl/wlII Rel/lal -~~ (~ , ( I",'i'/ ",,;., r.e.' 1"."i";L':'.-,:',:::':,', ~~.~~1~... :. ..........dl..d:I.IIIIMI .11IO. Lt::...~1 ............. ~~-. -= ! ' ;) 1 I r I (' '. ~ -~ -- III ~ 10 - ~b11 I --,- o o 32 X I 0 1lII11ll1l1ltl;tll~,l'\'d ............ r ~.~ z <t . :I:~ ~ffi a:::lL <(=> Wu -'0 Uo en w', ffl:I: -'~ <Jlu.. -0, ~~ ~::; u..<( 5!.l15 :I:w ~:I: Z~ ;:0 z~ WW' ~ iSl Uen 0- o!:; Ww :I:u ~- !:!:b z wen u- f= ~, o ' z .,.' o o o CONTRACT JEFFERSON COUNTY, WASHINGTON THIS AGREEMENT, made and entered into this ;:l.. J- day of A~, 1996, between the COUNTY OF JEFFERSON, acting through the Jefferson County Commissioners and the Director of Public Works under and by virtue of Title 36, RCW, as amended and ADD! ,EMAN CONSTRllCTION INC of Port Anl:eles Washinl:ton hereinafter called the Contractor. WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: I. The Contractor agrees to furnish all materials and do certain work, to-wit: That The Contractor herein will undertake and complete the following described work: Rental of various equipment with operators for Upper Hoh Road Park Boundary Washout Project Number XOl244 from M.P. 11.83 to M.P. 12.18 in accordance with and as described in the attached plans and specifications and the Standard Specifications of the Washington Department of Transportation which are by this reference incorporated herein and made a part hereof. The Contractor shall perform any alteration in or addition to the work provided in this contract and every part thereof. I L L L t L L I r I I The Contractor shall provide and be at the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof, 2, The County of Jefferson hereby promises and agrees with the Contractor to employ, and does employ the Contractor to furnish the goods and equipment described and to furnish the same according to the attached specifications and the terms and conditions herein contained, and hcreby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached. at the time an in the manner and upon the condition provided for in this contract. The County further agrees to employ the Contractor to perform any alterations in or additions to the work provided for in this contract that may be ordered and to pay for the same under the terms of this COli tract and the attached specifications at the time and in the manner and upon the conditions provided for in this contract. 3. The Contractor for himself, and for his heirs, executor, administrators, successors, and assigns, docs hereby agree to the full performance of a II the covenants herein contained upon the part of the Contractor. 4. Prior to commencing work, the Contractor shall obtain at its own cost and expense the following insurance from companies licensed in the State with a best's rating of no less than A:VIl. The Contractor shall provide to the County Risk Manager certificates of insurance with original endorsements affecting insurance required by this clause prior to the commencement of work to be performed. The insurance policies requircd shall provide that thirty days prior to cancellation, suspension, reduction or material chnnge in the policy, notice of same shall be given to the County Risk Manager by registered mail, return rccelpt requested, far all of the following stated insurance policies. If nny of the insurance requirements are not complied with nt the renewn' date of the insurance policy, payments to the Contractor shall be withheld until all such requirements have been met, or at the option of the County, the County may pay the renewal premium and withhold such payments from the moneys due The Contractor. All notices shall name the Contractor and identity the agreement by contract number or some other form of identificntion necessnry to inform the County of the particular contract affected. A. Workers Compensntion/L & I - comrliance with the applicnhle compensation law of the State of Washington. B. General Liahillty( I) - with n minimum limit per occurrence of $1,000,000 per bodily Injury, denth and property dnmngc IInlcss otherwise specified in the contract specifications, This insurance shall indicate on the certlficatc of Insurance the following coverage: I. Brond Form Property Damnge; 2, I'ersonalln.lury Liability; 3, Brond Form Conlraetual/Commercinl Liability (contractors only); -I. Premises. Operntlons; nnd, 5, Indepcndent Contractors nnd Subcontractors. Up!,,'r Ifo" /I'm/mill EIII<'rll"lIc.I' lI,wlor,,'/olI. .'(01244 Eqll/pmclI/ Rell/al c -~'-' ~-~-~ f) (r7) 1IairIt~..&...j '.h.,',,:, "".", of: fI ---LL ,'T':( 1'.: ('--'-; ~- --, 1!tiIl~~h-~ 1 '~ i i .~ I 1 j 1 i J I \ i ~ ~ I 1 f i r \ i I '~ ,I <~ I I 10 -~- I 0 o 32 X 10 -~..:..- -~ 'Iall.llI _llUw....... ,'~ z <( . :I:~ ~ffi a::il <(=> Wu -'0 Uo C/l . enW w:I: -'~ C/l u..' -0, ~~' <(- a:-' u..<( 5!.l15 :I:w ~:I: Z..". i=o z~, ww ~ is\ Uen 0- c!:; ww :I:u ~- !:!:b z wen u- -:I: bI- Z ,'1"" o o ( 0 ,- ~......... .... NEW"" - o (I )Note: The County shall be named as an additional insured under this policy. C. Automobile (2) - with a minimum limit per occurrence of $1,000,000 for bodily injury, death and property damage unless otherwise specified in the contract specifications. This insurance shall indicate on the certificate of insurance the following coverage: I. Owned automobiles; 2. Hired automobiles; and, 3. Non-owned automobiles. l I I r [ I: [ [ [ L I [ [ 1 (2) Note: the County shall be named as an additional insured party under this policy. Any deductibles or self-insured retention shall be declared to and approved by the County prior to the approval of the contract by the County. At the option of the County, the insurer shall reduce or eliminate deductibles or self-insured retention or The Contractor shall procure a bond guaranteeing payment of losses 'and The Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. \ 1 ) I .1- ,~ The Contractor shall include all subcontractors as insured under its insurance policies or shall furnish separate certificates and endorsements for each subcontractor. All insurance provisions for subcontractors shall be subject to all of the requirements stated herein. Failure of The Contractor to take out and/or maintain any required insurance shall not relieve The Contractor from any liability under the Agreement, nor shall the insurance requirements be construed to conflict with or otherwise limit the obligations concerning indemnification. It is agreed by the parties that insurers shall have no right of recovery or subrogation against the County (including its employees and other agents and agencies), it being the intention ofthe parties that the insurance policies so affected shall protect both panies and be primary coverage for any and all losses covered by the above described insurance. It is further agreed by the parties that insurance companies issuing the policy or policies shall have no recourse against the County (including its employees and other agents and agencies) for payment of any premiums or for assessments under any form of policy. It is further agreed by the parties that any and all deductibles in the above described insurance policies shall be assul!led by and be at the sole risk of The Contractor. It is agreed by the parties that judgments for which the County may be liable, in excess of insured amounts provided herein, or any portion thercof, may be withheld from payment due, or to become due, to The Contractor until such time as The Contractor shall furnish additional security covering such judgment as may be determined by the County. The County reserves the right to request additional insurance on nn individual basis for extra hazardous contracts and specific service ugreements. The Contractor hereby agrees to Indemnify and save harmless the County, its officers, employees, and agents from and against nil liability, loss or damage the County may suffer as a result of any claims, demands, costs, judgments or damage to County property in the care, custody or control of The Contractor arising directly or indirectly out of this ngreemenl, including losses arising out of the negligent acts or omissions of the Contractor, the contractor's employees, ugents, or subcontractors. Claims ngainst the County shall include; but not be limited to, assertions that the use or transfer of any software. book, document, report, film, tape or sound reproduction or material of any kind, delivered thereunder, constitutes an infringement of any copyright, patent, trademark, trade name, or otherwise results in an unfair trade practice or in unlawful restraint of competition. The Contractor further ngrees to provide defense for and defend any clahns or causes of action of any kind or character directly or indirectly arising out of this Agreement at its sole expense and agrees to bear all other costs and expenses relnting thereto. Nothing in the foregoing clause shall prevent the County, at its option, from nddltionally requesting thnt The Contractor deliver 10 the County all executed bond as security for the faithful performance of this contract and for paymcnt of all obligations of The Contractor, Uppcr /1,,11 Wa,r//IlII/ IlmcrRcllc)' Rc.flOratftJ/I, .YOf244 EqllfpnrclII RCII/af ( ~ .. I -'~ I -, . 'I". I /' , \," r: i l 8 ~'it'fl \.~ , (0 ' , ,'" ~ t " ~nf ,,~. ;'.iIll1iik . ~~W~ll~ ......__.--...w.'..' J.Ld:. ~... .....-~-=~-;::;;;,;~"""""'""""'"- ~...- >"'-"'u~Jl.l..t.ftilldlll I o o 32 X 10 ".. ... III ... k~ z <(' :I:~ ~ffi ~~ Wu -'0 Uo en wI' ~~ enu.. -0 ~~, ~::; u..<( 5!.l15 :I:w ~:I: Z~ i=o z~, ww ~ iSt Uen 0- o!:; ww :I:u ~g z wen u- f=~ o z ,r" o o -.- o IN WITNESS WHEREOF, the Contractor has executed this instrument on the day and year first below written, and the Board of County Commissioners has caused this instrument to be executed by and in the name of said County of Jefferson the day and year first above written. Executed by the Contractor t:'J1J(pvA d( f( ,1996 ADDLEMAN LOGGING CO INC Contractor By: -1kh/J/P~ a?M1Yl~ -VM.U P4-tM~ I l [ l L l I [ I ! -==-~~~i l.uGGIN~' 'ill, .::~<Jo ,..0.... ~li I, ~ ~ ...~~:~ 0 R.i..... ~ 1,1. ' ~ ~ ... ,,0 ~(\\ ~ \ ~ : SEAL' ~ ~ ~ i : ~ ~ ~ : ~ ~.. .0 ~ I" .... ...~..: "1 /p4S.......~~~.: .. I" HINt:. \ __- "'..\,,'.,.. 'I-~..~........~--- APproved~~ only this A r-a r . "96. , .. 5~'~~ Prosecuting Attorney ~~.~,.~ Director. Dept. o\Public Works / Equlpme'" Ren/al C'" 0 ......... o;~~ _.-1iI :>,Yi.~\ii"':\\'J,,;'q': '",', 10 ,,'~,"""'''\,''',' .......,'.. '," .. "",'.( . ':'ftL\lI"j~l~fi"'~\".:r.~'':'''''''"''iJ>''","I..,J.Li:.,,,,-,, , "~~... ! '. .. -1 -- ~ "~.i!(I!IiI:!__MJ:hl ..... LlI:tLL SEAL ATTEST: 'I!", Upper 11011 Wa,f/lOlI/ Emergellcy Re.f/ora/loII, XO/U4 ,~ 'l~ - I Q o 32X 10.' ..;:..;...~~'""-" '11li1Nlt.'~"IIl~ ". (1- r'- ~ .. I r [ z <(' :I:~ ~ffi a::2:. ~=> -,u UO en 0, enW ( w:I: -'~ enu.. ~ o~ ::!E~ I ~::; I u..<( 5!.l15 :I:w t ~:I: I Z~ ;:0 z~, ( WWI ~ iS1 UC/l 0- o!:; t ww' :I:u ~ f=' !:!:o z L wen u- f=~ 0 z I I ,.,.' I 0 I I 0 \ I, I, I, C'~ 0 - o o .. -:/t13 JEFFERSON COUNTY DEPARTMENT OF PUBLIC WORKS PROPOSAL FOR BIDDING PURPOSES UPPER HOH ROAD, CO. RD. NO. 914207, MP 11.83 TO MO 12.18 COUNTY ROAD PROJECT NO. XOI244 EQUIPMENT RENTAL ALL FORMS INCLUDED IN THIS SEPARATELY ATTACHED PROPOSAL PACKAGE MUST BE COMPLETED AND SUBMIITED. FAILURE TO DO SO MAY RESULT IN: REJECTION OF THE BID The fonus marked "INFORMATIONAL COPY" are example documents only and cannot be used to submit a bid for this project. Sealed bids will be received in the Jefferson County Commissioners office located on the first floor oftlie Jefferson County Courthouse, 1820 Jefferson Street, Port Townsend, Washington, 98368, until 11:15 A.M., on the date scheduled for opening bids. .'(012U Uppcr lIoh Rood Park Boundary Washout Equtpmcnt Rcntal *-- c '.~ 'if 1 ~ I ; i I I l ~ .~ J I ~ i ,'t I II i'.,' ,4 T1~ ".-fj, ::.:--~-, &, ~ I~~~'" ~~~~~~1~~ - ,~ .... . l..AI _ III I -- o o 32 X I 0 _Ill JllIL:l~tDsl~ 1 .,- ( I ',or" I t' C ( I I' I' I' i' " I' I I I I I i' c.-;"- z <(' :I:!z ~W a:::lL <(=> Wu -'0 Uo en WI' ~:I: -'~ en u..' ~o, ::!E~ ~::; u..<t 5!.l15 :I:w ~:I: Z~ ;:0 z~, ww ::!E =>, => Oi, Uen 0- O!:; Ww :I:U ~- !!:b z wen u- -:I:, bl-, Z ' o o - \1l"~ ~ -- --- -- o o .. Revised 3113/96 PROPOSAL TO THE BOARD OF JEFFERSON COUNTY COMMISSIONERS JEFFERSON COUNTY COURTHOUSE 1820 JEFFERSON STREET PORT TOWNSEND, WA 98368 THIS CERTIFIES THAT TIIE UNDERSIGNED HAS EXAMINED THE BID DOCUMENTS, THE LOCA nON OF THE MATERIAL SOURCES AND THE LOCATION OF THE UPPER HOH ROAD, COUNTY ROAD PROJECT X01244. COUNTY ROAD NO. 914207, IN JEFFERSON COUNTY, M.P. 11.83 TO M.P. 12.18, STA. 0+00 TO STA. 18+50, AND THAT THE PLANS, SPECIFICATIONS AND CONTRACT GOVERNING THE WORK EMBRACED IN THIS IMPROVEMENT, AND TIIE METHOD BY WInCH PAYMENT WILL BE MADE FOR SAID WORK IS UNDERSTOOD. THE UNDERSIGNED HEREBY PROPOSES TO UNDERTAKE AND COMPLETE THE WORK E'MBRACED IN THIS RESTORATION, OR AS MUCH THEREOF AS CAN BE COMPLETED WITH THE MONEY AVAILABLE IN ACCORDANCE WITH THE SAID PLANS, SPECIFICATIONS AND CONTRACT; AND THE FOLLOWING SCHEDULE OF RATES AND PRICES: (NOTE: UNIT PRICES FOR ALL ITEMS, ALL EXTENSIONS, AND TOTAL AMOUNT OF BID SHALL BE SHOWN. ALL ENTRIES MUST BE TYPED OR ENTERED IN INK.) SCHEDULE-EQUIPMENT RENTAL Item No Est. Qllanli(v Price Amount 7jl/le Qf Equlnment Unit Track mounted Hydraulic Excavator with Hydraulic Thumb (Min, 195 HP with 39' reach ), year 1986-1996 with Operator. lA lB Ie MobiliZlltion Rcgular Hours Overtime Hours Job L,S, $ ,;lOQ ,.M., HRS $..1.a.O..-.OO $~.kl HRS $~,.QP $..fQ8.aQ.,~ I 160 80 SHOW PRICE PER UNIT IN FIGURES ONLY, FIGURES WRITTEN TO THE RIGHT OF THE DOT (DECIMAL) IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS. APPLICABLE WASHINGTON STATE SALES TAX IS TO BE INCLUDED IN BID ITEM PRICE. :':0/240/ Upper Hah Road Park DOl/lido", Washol/t Equtpmc/lI Renlal ~T ~~IAtIL...lliad~""'..t~'w";;""';:"~.~.... _I f<~) O.,'};,,: ",':;,:~,',1f::~,(I,:,:;:,:t:,':,';' , :'\.:;')\~j\\:;:'],-'.'J -" "':t.,',.:'"::'-",-,, ~ - 1 1 1 ~ . 10 . J~b..&.. ..l~"~''''''' ~ " t ' ~ I o o 32 X I 0 !;Ill .J.~ *-18 ,,- ( , I I z <t . :I:~ ~ffi a:::lL I <t=> I wu -'0 Uo en wI I ill:I: I -'~ enu.. ~o: ::!E >-' , <t!::: I a:-' u..<t 5!.l15 :I:w I ~:I: I Z~ ;::0 z~ I WW, ::!E =>j I => 0, Uen 0- o!:; , Ww I :I:U ~- !:!:b z I wen u- f= :I: , 01-: z I I Revised 3/13/96 o o .. SCHEDULE CONTINUF.D Item Est. No 1)me QfEquinment Quantity Unit Price Amount 2 Crawler Tractor with Hydraulic, 6-way, Tilt Angle Blade and Winch (min. HP I 00), ~ year 1986-1996 with Operator. Iq1& with new en9'Y)e. ~ TY'a.c.ks r i' i' ( I' I' " I' C--;- o o 4 4A 4B 4C 2A 2B 2C Mobilization Regular Hours Overtime Hours 1 120 80 Job L.S. HRS $ HRS $ $~..ro '71 .(){) $~.1)f) cr 0 ...ML $ ..::J.2J112..QJ;> 3A 3B 3C Grader with 12' Moldboard, min. HP 150, year 1986-1996 with Operaior'le m/l"L: 1'16;2. - GOOd D.e.pe,11lt4lb "",-,rune.. Mobilization 1 JOB $ 400.CD $-!:/:.QQ..~ Regular Hours 120 HRS $ 7:J....M..$~.~ Overtime Hours 80 HRS $ QO...PQ.. $~. OD 3 Self Propelled Vibratory Compactor, 84" Drum Width, Year 1986-1996 with Operator. Mobilization Regular Hours Overtime Hours 1 80 40 JOB $ HRS $ HRS $ JOB $ HRS $ HRS $ JOB $ HRS $ HRS $ -, " ~ :~l.) I' . ,',,-" '1/)/}..(!A $ dJDD...iQ. 7~. 00 $ .'''V/';O..& qO .1r2$ ,3t>OO ..QQ. Mobilization Regular Hours Overtime Hours I 160 80 5 14-] 6 C. Y. Off Road Tandem Axle Dump Truck with Rock Box and Operator SA 5B 5C 6 6A 6B 6C l."if) tJo $ /5 D ...M,. 7~ .M... $ 115:J.tJ. blJ Q{)...@.$ 7:Ux'J.~ 14-16 C.Y. Off Road Tandem Axle Dump Truck with Rock Box and Operator. Mobilization Regular Hours Overtime Hours I 160 80 SHOW PRICE PER UNIT IN FIGURES ONLY. FIGURES WRJITEN TO THE RIGHT OF THE DOT (DECIMAL) IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS. APPLICABLE WASHINGTON STA TE SALES TAX IS TO BE INCLUDED TN BID ITEM PRICE X01244 Upper lIah Road Park BOllndary Washollt ~, .~ .... $ $ $ Eqlllpment ROII/al ':, '".::rti''' ,:::,:,,1'; :,:';:j"~~:~';(,.':: ",' ";~;l':'):',: :"'.li:~,: j:"},::,t"'liiu-'. e >> ,..- _:::..:..: \ I 10 ... ~ "'1"""'J .. -- I o o 32 xl 0 ~" --"iiIl.M M m fil'._. .- 'r' ( (' I I' r r l) I I' [' I' I i' " r !' " I I' e- 0--- z <( . J:~ ~ffi a:::lL <(=> Wu -'0 Uo C/l ' C/lWI w:I: -'~ C/lu.. ;;:;0 ::E> <!:; a:-' u.<t ~15 :I:w ~:I: Z~ ;::0 z~, WW.' ::E =>~ => 0, Uen 0- c!:; Ww J:u ~- !:!:b z wen u- f=~ o z o Revised 3/13/96 Item No 7 II llA liB - o o .. SCHEDULECONTThmED -- -~ 1 160 80 1 160 80 HRS HRS Est. Tvpe Q,fEqllinment Qllantitv Unit Price Amount 14-16 C.Y. Off Road Tandem Axle Dump Truck with Rock Box and Operator X01244 Upper Holt Rood Park DOli/IdaI')! Wa.rlto/lt 7A 7B 7C Mobilization Regular Hours Overtime Hours 8 JOB HRS HRS $ $ $ $ $ $ 14-16 C. Y. Off Road Tandem Axle Dump Truck with Rock Box and Operator. c . ,~ 1l1ia'~U.1ioo.IW:ll.u JOB HRS HRS $ $ $ 8A 8B 8C Mobilization Regular Hours Overtime Hours $ $ $ 9 14-16 C.Y. Off Road Tandem Axle Dump Truck with Rock Box and Operator JOB HRS HRS $ $ $ 9A 9B 9C Mobilization Regular Hours Overtime Hours I 160 80 $ $ $ 10 14-16 C.Y. Off Road Tandem Axle Dump Truck with Rock Box and Operator JOB HRS HRS $ $ $ IDA lOB 10C Mobilization Regular Hours Overtime Hours I 160 80 $ $ $ 10-12 C.Y. 4 Axle Dump Truck with Tail Gatc and Operator. $ $ ~a. .~ S q(jt'.S .~ 9 g . (}.9 8> fv~J./.8 .M.. Rcgular Hours Overtime Hours 160 80 o SHOW PRICE PER UNIT IN FIGURES ONLY. FIGURES WRI'ITEN TO TIlE RIGHT OF THE DOT (DECIMAL) IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS, APPLICABLE WASHINGTON STATE SALES TAX IS TO BE INCLUDED IN BID ITEM PRICE Eq/llpment ROII/al _.l::.....-.M o t.:) , '}/' . ".~:':,~;'~~{~:;;:"i::,;:; ",;. .\",,;::'3)~ilii1';':';"'\/\' ' ~ - _-..::l~ ,r ) -- , . 10 " 'tm. .r - ---- I o o 32 X 10 i!:i!ldllilll.lll ~~ [' ( Z I ~....: ~ffi I a: ~ I <( => I ~g Uo ~~i I' C/lu.. -0 ~~ ' ~::; r u..<( 5!.l15 :I:w [i ~:I: Z~ i=0 Z~, WW, [ ~ is, UC/l 0- c!:; Ww i!:~ !:!:b Z ~~ f= :r;, 0"", Z I' I r' ( f C f ( t' ( I' r' " (=-;-- o .. Revised 3/13/96 o o SHOW PRICE PER UNIT IN FIGURES ONL V.FIGURES WRIITEN TO THE RIGHT 01' THE DOT (DECIMAL) IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS. APPLICABLE WASHINGTON STATE SALES TAX IS TO BE INCLUDED IN BID ITEM PRICE XOl244 Upper Ho" Road Park Doulldal')' J1'a.r"olll [ Qq~i Eqlllpme/ll Re/7/al ,"'~ "'''''~'".,..,., 'ji::;",; ~'<'- : i";i:\'i~', (' ,. I i I 10 , I I I o o 32 X 10 r ,- ',r" , ( ( ( ( ( 1" I' I' ( I~ ( ( ( ( If I I I' I' c-;- z <to :I:~ ~ffi a:::lL ~=> -,u uO en ~: ~:I: -'~ enu.. ;:;;0; ::!E~ ~::; u..<t 5!.l15 :I:w ~:I: Z~ ~~. ~~l ;:)0. Uen 0- O!:; WW! :I:u, ~f= !:!:o z Wen u- f= ~\ o ' z '0 o - Revised 3/13/96 ill! o o .. SCHEDULE CONTINUED 18 10-12 C.Y. 3 Axle Dump Truck with Tail Gate and Operator 18A 18B Regular Hours Overtime Hours 160 80 /,2 .00 $ "7t ZO. ro Jf. 7& ..t;Q $ t'P2.~o.~ ~ 19A 19B Regular Hours Overtime Hours ........ Est. Quantity 160 80 I 120 80 I 100 SO HRS $ HRS $ 19 10-12 C.Y.3 Axle Dump Truck with Tail Gate and Operator. Regular Hours Overtime Hours 160 80 HRS $ HRS $ $ $ 20 10-12 C.Y. 3AxleDumpTruckwith~ Item No HRS $ HRS $ $ $ SCHEDULE of OPTIONAL EQUIPMENT RENTAL lL.. r:, 20A 20B 'Type ql ElJuinment Unit Price Amollnt Mobilization Regular Hours Overtime Hours Mobilization Regular Hours Overtime Hours 21 Track mounted Hydraulic Excavator with Hydraulic Thumb (Min. 195 HP with 39' reach ), year 1990-1996, with Operator. ~-~ . '" ' ..",.........' , ...........' Job HRS HRS L.S. $...l!:i.QQ.~ $~,.t.lIJ $.l5I.b2..fJIL $-'!:I:1e..',M $~,.IJJL 2lA 2lB 2lC 22 Loader with 3C.Y. Bucket, min. HP ISO, Year 1990-1996 with Operator. 22A 22B 22C Job HRS HRS L,S, $-4oIJ...IJI) $ 'l,J./. .J&. $ -B.!:1:iJIJ....JlfJ.. $ ID().~ $~...JJfL SHOW PRICE PER UNIT IN FIGURES ONLY, FIGURES WRl11'EN TO THE RIGHT OF THE DOT (DECIMAL) IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS. APPLICABLE WASHINGTON STATE SALES TAX IS TO BE INCLUDED IN BID ITEM PRICE XO/244 Upper 11011 Road Park DOl/lldoli' Jl'a.rllollt Eqlllpment Rellta/ : ',0 ~:J::;,:)fJ'~~;:i::~;, .". . . ;:, , ,." ''',d ',C(",-.;'W'!"" '.."...' '"'' ..., ".." ,', ........)._~,-~i,.,\~."i,lM1Nm~w.~-~- "I.' IJ-~~~Lb...jljillilllliaf ---:- L=~~ -, I Q o ,(".10,< '.'...,' ,., 32.X 10 ___",,~":~~_"J.""''''''''''''''' "'.'" ,,">,' _ -~, r. ..- :z <to :I:~ ~ffi a:::lL <(=> Wu dg ffi~j -'~ enu.. -0 ~~' <t- a:-' u..<( 5!.l15 :I:w ~:I: Z~ j:o z~, WWj ::!E =>, => 0, Uen 0- o!:; ~w ~~ !:!:b z wen u- f= :I: , OJ." Z , r ( ( ( ( ( ( ( ( ( ( t' f f ( !' I' i' I' ~:-:-._-~ Revised 3/] 3/96 23 23A 238 23C 24 24A 248 24C 25 25A 25B 26 26A 26B 27 ',"" , 27A 27B o 28 28A 28B o o o .. SCHEDULE of OPTIONAL EQUIPMENT CONTINUED 14-16 C.Y. Off Road Tandem Axle Dump Truck with Rock Box and O.perator. Mobilization Regular Hours Overtime Hours 1 120 80 Job L.S. HRS $~._ HRS $_,_ $ . $-.= $-.- 14-16 C.Y. Off Road Tandem Axle Dump Truck with Rock Box and O.perator Mobilization Regular Hours Overtime Hours 1 120 80 Job L,S. HRS $_._ HRS $_._ 10-12 C.Y. 4 Axle Dump Truck with Rock Box and Operator ~~ ~, .. ~ -~- ~i Regular Hours Overtime Hours 120 80 HRS $_._ HRS $_._ 10-12 C.Y. 3 Axle Dump Truck with Rock Box and Operator. HRS HRS $-.- $-.- Regular Hours Overtime Hours 120 80 10-12 C. Y. 4 Axle Dump Truck with Tail Gate and Operator. HRS HRS $-.- $-,- Regular Hours Overtime Hours 120 80 10-12 C. Y. 3 Axle Dump Truck with Tail Gate and Operator. HRS $_._ HRS $_._ Regular Hours Overtime Hours 120 80 SHOW PRICE PER UNIT IN FIGURES ONLY. FIGURES WRIITEN TO THE RIGHT OF THE DOT (DECIMAL) IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS. APPLICABLE WASHINGTON STATE SALES TAX IS TO BE INCLUDED IN BID ITEM PRICE XOI244 Upper Hoh Road Park BOl/tldar;' Washout $ . $==.= $-.- $-.- $-.- j $ . $-.= $ . $==.= $ , $==,= Equlpnu!IIt Rental ,-::::-::-~== e S'Cl~ ~~~j;i~6'\~itk'rLJLi.(';~J :D 7" - I o o IlII1. ,~3x~I.FJJ v- ,- ';r-'" i t '.\ ( ( ( r c c I' [' ( ( [' [' ( !: C ( I' r f ,c'-ro---T z <(' :I:!z ~w a:::l <t=> Wu -'0 uo enw ffi:I: -'~ en u..' -0 ~~ ~::; u..<( 5!.l15 :I:w ~:I: Z~ -0 !z ~, wW' ::!E =>1 => 01 g5!.l O!:; ~~i ~- !:!:b z wen' ~:i:r b t-,: z \ 10 o ~ . Revised 3/13/96 30 30A 30B o o .. SCHEDULE of OPTIONAL EQUIPMENT CONTINUED 29 Wheel Mounted Grapple Log Skidder Min HP 140, Year 1986-1996, with Operator. 29A 29B 29C Mobilization Regular Hours Overtime Hours L.S. $~.QQ.. $-112fL..PfL $-=I1;Q..QQ. $ --1l!I:12o...f}f.L $~.QQ. 1 100 50 Job HRS HRS Self Loading Logging TruckMin HP 285, Year 1986 1996, with Operator. and I~ , Giood older TruCk- with fY]{jnr-.J ... /J.14 . Regular Hours 100 HRS $--'dL.1Jf1.. $~..lUL Overtime Hours 50 HRS $~...oa.. $~..oa... SHOW PRICE PER UNIT IN FIGURES ONLY. FIGURES WRIITEN TO 1HE RIGHT OF THE DOT (DECIMAL) IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS. APPLICABLE WASHINGTON STATE SALES TAX IS TO BE INCLUDED IN BID ITEM PRICE X01244 Upper 1I0h Road Park BO/lndary WasllOlIl -- '-~.!lI!1 Eqlllpmenl Rental 2r')'1..$5) L ~1ii (> '. ~' ..-:; '-.H','> , ;; r'~i d.... "...........;.;:....~ ..........-. lld:ld---Ll:".~~_ . __./~,.,:~.1=.1 ~~ " I Q 0 >> ,32xlo p - r r z I' :f~ ~ffi a:::lL I- <t=> ~g Uo ~~i ", en u..' -0 ~~ [" 5!.l15 ~~ 1 z~ ,. ;:0 z~. ~~! I => 0' , Uen 0- o!:; I Ww' :I:u ~~ w~ I ~~! o , z I I ! I I I I I I ';:,.~ . o o l"". c--;-. - o o .. NON.COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of , perjury under the laws of the United States that the following statements are true and correct: 1. That the under~igned person(s), firm, association or corporation has , (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. '20 That by signing the signature page of this proposal, I am deemed to have signed and have agreed to the provisions of this declaratlono NOTICE TO ALL BIDDERS To report bid rigging activitles,call: 1-800.424.9071 The U.S. Department of Transportation (USDOT) operates the above toll-free 'hotllneo Monday through Friday, 8:00 a,m. to 5:00 p.m., eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should. use the ohotlineo to report such activities. The 'hotline' is part of US DOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General, All Information will be treated confidentially and caller anonymity will be respected. ' DOT ~o'm m,OJt>f -.- __.IJ~_ , ,-,~.~,; lJJ J11~ ~'";~;,'; ''Y"~:Z)~~I.:;''::':::'':: " '~\:,:~:~v'~:~,:,,~"b.;:;:~\:\l~. '~il' - (. ~. . ............................ T I 0 o t.,> 10 ""I\i~" ~~ ~H~~...lJ!~1__thsYf~'" 132 X 10 , ..,d, _ III" o ,- o .. [ I ~. I :I:~ ~ffi a: ~ I' <t=> ~g Uo ~w' ~~ I -0 ~~i ~::; [ u..<( 5!.l15 :I:w I ~:I: Z~ ;::0 z~, :E ~i I ::;:) 01 UC/l 0- Cl b ( Wwi :I:u_ ~g Z I ill(/) ~~i ,," ~ ! L Certification for Federal.Aid Contracts The prospective participant certifies. by signing and submitting this bid or proposal. to the best of his or her knowledge and belief. that: ' (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, 'Disclosure Form to Report L."lbb~ing" in accordance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Rubmission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. .r'" The prospective participant 1'111';0 Agrees by submitting his or her bid or proposal that he or she shall require that the languaoe of this certification be included in all lower tier subcontracts which exceed $100,000 and that all such subrecipienls shall certify and disclose accordingly, o 1 I I I I I .c-;-- o i '" DOT 272.040 4-00 c \ I ~ c \ ...:.....i.:.;~;:~~;:~,: ~: 10 ~~-. ~::-.-.~ ~c;;:- II ',,'''', ' """""~' .',-.....:::.,.] , i.,' --, I o o .,'.',,' ,32xlo,j -'-"'IIliJ\JJ'_~UjlltJl....."",..,~ I~- I I ~. l :I:~ ~ffi ~~ I, ~g ~o, ~~I I. enu.. -Oi ~~' ~::; I. u..<( 5!.l15 ~~ I. ~~ ~~j I => 0' , Uen 0- o!:; I ~~ " ~f= !:!:o w~ I ~~I . o I z : I. I, I. '0 I, I. I. o I I' I ,C~.- .of'" ' --- .._~ o o .. PROPOSAL-CONTUNUED A proposal guaranty in an amount of five percent (5%) of the total bid, based upon the approximated estimate of quantities at the above prices and in the form as indicated below, is attached hereto: CASH o IN THE AMOUNT OF CASHIER'S CHECK J!1: IO,3to7.5() DOLLARS CERTIFIED CHECK 0($ } PAYABLE TO THE COUNTY TREASURER PROPOSAL BOND 'DIN THE AMOUNT OF 5% OF THE BID -Receipt is hereby acknowledged of addendum(s) noes) L_ &_ SIGNATURE OF AUTHORIZED OFFICIAL(S) 4.e-t- r.:~~._. ..-2.&L-. FIRM NAME Add letnfJ..V1 L039it15 fDn.):r:nc... (ADDRESS) J./-Wl HpY/Y'{j p'(J~rl RM.r1 Pf},rf. ~gP~lp"'l U JA C1 R?l!t,:J STATE OF WASHINGTON CONTRACTOR'S LICENSE NUMBER f1 D.DLE l.. C. 1'73 P/1 FEDERAL ID NO. L:1J..LLQJ..2J_1_L.~J.QJ~.kJ Note: (I) This proposal is not transferable and any alteration of the finn's name entered hereon without prior permission from the County Commissioners will be cause for considering the proposal irregular and subsequent rejection ofthe bid. Please refer to Section 1-02.6 of the Standard Specifications, re: "Preparation of Proposal," or "Article 4" of the Instructions to Bidders of building construction jobs. Should it be necessary to modifY this proposal eithllr in writing or by electronic means, please make reference to the following proposal number in your communication 1 (2) (3) XO/2"" Upper /fair Road !'ark Boundary Waslrout Equipment Rental -: Gr) '!"''''',' ; .~':,:,::..'~/0~;,~~:;:-~::"~;."':':: ;J.j,.,:'$~~~t;.;:,:,;:\;::: 'j' !,'J 'iJ.;.., , ,'" r, , c ~ I IinI I ' 10 I o 0 32Xlo .- ,T' f I I l I I. l I. I. L I. I I, I, i, I. I, I, I, Q'"-'- Z <to :I:!z ~w a:::lL <t::> Wu -'0 Uo ~~ ~~ enu.. :01 ::!E~ ~::; u..<t 5!.l15 :I:W ~:I: Z~ ;::0 Z~, WW, ::!E =>. => 0' Uen 0- o!:; WW' :I:U ~- !:!:b z Wen U- -:I: bI- Z o o \.. - -- ----- w-- o o .. CONTRACTOR'S DECLARATION OF OPTION FOR MANAGEMENT OF STATUTORY RETAINED PERCENTAGE A. I hereby elect to have the retained percentage of this contract held in a fund by the Owner until (30) days following final acceptance of the work. Date Signed B. I hereby elect to have the Owner deposit the retained percentage of this contract in an interest bearing account, not subject to withdrawal until after final acceptance of the work. o..~ fit'l? Si,O<d :!{;af::ul?:ffb "- C. I hereby elect to have the Owner invest the retained percentage of this contract from time to time as such retained percentage accrues. I hereby designate escrow of said funds. as the repository for the I hereby further agree to be fully responsible for payment of all costs or fees incurred as a result of placing said retained percentage in escrow and investing it as authorized by statute. The Owner shall not be liable in any way for any costs or fees in connection therewith. Date The bidder is hereby advised that by signature of this proposal he/she is deemed to have acknowledged all requirements and signed all certificates contained herein. XOI2.f.1 Upper Hoh Road Park BOllnda,,' Washolll Eqlllpment Rental c O(~~ ';::,-C~~~t~;,i::,~.'; I 0 ,; :;.:;~:':~WilJ;'lJ';~i';:""':;,' ,'" ,:. '1': 'tt~ilIr --- ---= _...........c ~ - I o o 32 xl 0 \. l l l I, I I, l r. L: L I. I. I, I. L I, I, I I. e --- ( "..>.0.,...:77, I'" - z <to :I:~ ~ffi ~~ Wu -'0 Uo en ' enW w:I: -'~ enu.. -0 ~~. ~::; u..<t 5!.l15' :I:w ~:I: Z~ ;:0 z~, w w{ ::!E=> => 0, Uen 0- o~ w~l :I:u' ~~; z, ~5!.l' f= ~i o ,I z-.l -:""" i '0 o ~ , ,~ - - o .. SUBMIT THE ENCLOSED PROPOSAL BOND FORM WITH YOUR PROPOSAL. USE OF OTHER FORMS MAY SUBJECT YOUR BID TO REJECTION. NOTE: Use of other forms may limit the bond below an amount equal to five percent of the bid total. I G o ;(01244 Upper lIoh /load Pork Boundary II'o,rhou/ ' Equlpme"t /len/ol ':~;,:," ';..- u...L.... ~. ....~a '"~,.~.,_1,.".~ .'.,J........,,- ; "~~,.~' " ': ,,'. ,'..,,;" ..:,\\.. H"-':,-,'-"'i'."p;.' }~'-;'. ,if..' :"'-',<., i..:...:""J.~..;.;L:~.:cji.L0~:-:'''~'. ~ y -- :,..' ! [ I I I I I, I. I. I. I. I. I. I. I. I. f, I, I,' , (:'....-0-_....- z <( . :I:~ t-ffi ~~ Wu -'0 Uo rnw ffi:I: -'~ rnu.. -0 w>- ::!E~ ~::; u..<t 5!.l15 :I:w ~:I: Z~ ;::0 z~ ~~j =>0 Uen 0- o!:; ~Wi ~~ !:!:b z wen ~ 5:1 b I- i Z .~ o o ,- -....... o o .. PROPOSAL BOND KNOWN 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 State of Washington in the full and penal sum offive (5) 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, finnly 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 highway construction, to wit: 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 Department of Transportation within a period of twenty (20) 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. this IN TESTIMONY WHEREOF, The principal and surety have caused these presents to be signed and sealed day of ,1995. (principal) (Surety) (Attorney-in. fact) .\'01244 Upper 1I0h Ronel Park Boundary Washout Equlpmenl Rental '1~ c ) "-";f',,"j1~lIl'(II.,~;"'" 0' (~'\',~,;:.:',~"'.. ';.;;:::::f~~ri};iC, ':<':'<',:,: .. ..- ,.,.J't' ;J.',t:,,\r,~;>:;:';',;:;~t:~,~t" ~- ''l:.'L'''';; -..al ~ ............. ~ - ~ i 10 II::...a1l11M J.. '1".,....,. ( . I o 0 32X 10 ~ ....~LJlliaIildJIIIJlll..! ....' r ,- z <( . :I:~ ~ffi a:::lL <(=> wu -'0 Uo en w'l ffi:I: -'f- en u..' -0, W>' ::!;~ ~::; u..<t 5!.l15 :I:w ~:I: Z~ ;::::0 z~ ww; ~ is! Uen 0- o!:; wwi :I:U ~- !:!:b z wen u- f= ~~ o z r ( ( ( ( ( , I I r I C---O-.-- :,r" 1 , , o o \., o o .. ( ( ( M/I DISCLOSURE OF lOBBYING ACTIVITIES Complete Ihis form to disclose JobbyinK lC1ivilies pursu.nt to J1 U.s.C: 13Sl (Se(' 'e.erse 10' public burden disclosure.) AP9'-...:J b-r OM' o,.~ I. Type- 0' 1ede,,' Anion: 2- SIIIUS 04 ftdcnJ Action: 3- lI.port Type: ~lliJ 0 contr"t /Q] I. bjdlotfer/~ppric.alion ~ &. initi,Jl lit;"! b. &,,,nl b. inili.a1 aw"td b. m~leri.l1 c.n.nse C. coapet,li,.,t ~gr('ement Co pOlhlwud For Mlleri.' Chlnse Only: d. loon c. lOIn luarJnlee year _ qUlner f. lOIn ;nsurJnce dIre of lut tepon --=- 4, Holme .and Address 01 Reoponi"S Entity: S. Ir Repor1;ns En.ily in No. .. il Sublwlldee. Enler Hame C Prime C SubJwlrdee ond Add,... 0/ Primo: Tier _ if known: '"'J cfle- YSo' Yl (lea. Y[!y - Con~reSlionll Oislricl. if known: Conll!'r:-uionlJ Oistrict.. if known: &.. Federal Dep.a,lrncont ..\&C"~ 7. FftleraJ P,os"m N.amelOescriplian: fed. I-/\ahu~ Qd?'>"\, CFOA Numb.r. If .pplicobl., .. ftdt,.1 Action Numbco,. " known: ,. AW.I,d Amount. II.krtown: S 10. I. "",m" ,nd Add,r,", 01 Lobbvins Ensi., b.. ~~t~~~~~'),~'me~:~";~~f Str.ices fI"eludmg ~dd/rss II ,,1 ,,,d'Vldu~/. IflU IIo1mr. h,s; nJm". Mil: tI~st nJme. lirst nJme. MIl': /)JD'r! e.- o. / cz.. ",,~t" ,o,.m"I~"G" SIt'''''' S1.UI." If ".t...,,,,,,, 11. Amounl of Po!monl 'ch~ck ollllw o"plyJ: t3. Typ. 0/ Poym.nl Ich<<k oil th., .pplyJ: -, 0 - o pl~nned 0 I. ,elainer ~ C O<1UO' C b. one-11m. 'e. 12. form 01 PI!m.nl rch..k .11 th., .pply/: 0 c. commission - .a. clsn 0 d. conrin!!:n. fee ... 0 e. def...ed ~h ICe e ~. in.kind: specIfy. n~IU'f C /. olher: 'pee/tv: ,,'~Iue 14, Sric' De-scr;p.ion o' S"r"icrl Pr,fo,mC'd 0' 10 br pfrfo,med Ind D~leCJJ ot $c,..ice. includins ollicerlsJ. employerlu. 0' Mcmbcrcs' conuclrd. 10' Plrme". '"diu.cd in IIrm 11: I~'''rlt ('-""""",,.,. VI.." SI.u1... j' "H'.".I"" 15. Conlinuor/on Sh<<ICII SF.LLL.A on,ch.d: o V., )eNO IlL. ..--- ~.... I"'-p .... ...... . "I~'" .... ",w Sf U.I.C. SlslUlu,dL #. - . Octl/' ,- ) ~_ t1U nw. ...,__ . ........, ...__ II . _.__ ......-w_ '" ""', __ ......'" ---. ... ,..._ '" Ill. 1_ ..... ...... Ill" Prinl Nj;t IJ"'LJ, ~," c r.J,,"'" - ~ ~ &I~- -. ~ . .......... .Ie. no.. ~...""--. --" ...-. .. .' U" II" """ ..--.._........ ~.. ..... C"f""'-- nil., 4A_~..J,,~.,.. ".,..... ..... .... .. .......... .. ......., .........- ",.,..-......... .. ,...,....................... ""..... w....I.............-." ..........-.- T~I.phon. NOJ3(,.o-lJS7 - tlJI/ 3'Dolr::. w?1D? J>/ t?t '''''-''_'__11IloM 1*_......"...",__ / ~ ,""..., U." Only1 'P'I .,1I..~:!:.t~L ..~;'; .~.:~:;~.~~:~. " , .to..l....if... '."'IJ ....~... " '. II_m.'.,....w '~':',.:"1~{~~,icr;;.~~.'!" , 'j!{'Pt~if;'~:~'~~" i: ;')";' lit""". (' 10 ,"~~~- ~,. :~ 0(;3 C '!..:.t,l 'II -. llm.lll.1ltI ~~IHI ..~ - I I I I I ) I r I I o o IIIlIflI 32 X I 0 Il!illll .......Ii , ,'- I- I- I i . z <( , :I:~ ~ffi ,. a:~ <(=> I Wu I -'0 Uo . en Wi I ~~I enu.. -0, ~~ r <(- a:-' I u..<( 5!.l15 i :I:w ~:I: Z~ ;:0 z~ r ww, ::!E =>, =>0 Uen O- f 01:: Ww :I:u ~- !:!:b [ z WC/l u- f= :I:; 01-, r- z [ :r 0 I I I 0 [ I 1 C=-;... .. 1 o o .. INSTRUCTIONS fOR COMPLETION Of Sf-lll, DISCLOSURE Of lOBBY/NC ACTIVll'ES This disclosure form sh~" be completed by the rcponing entiry. whecher ILlb.aw.ltdee 01 prime fedcu' f'ccipienr. u rhe iniri,uion or receipt 01 .a coyered Fcdct~ ~c:tion, 01 .a m.afcri~J chJnsc fa I previous filing. pursu~nc co rll'e J 1 U.S.C. scction 13S2. The liJi"S ot .a torm is requited lor CJcn p~ymcnr or ,agreement to m.ake p.aymenr Co '"y tabbyi"g enlity for inl1uendns 01 .lnemp1ins to innuence an oHicer or employee 01 my ..seney, a Member 01 Consress. .an oHicer or emplo)ee 01 Con$1csr. or.an employee 01 ~ Member 01 Congress in connection "Nith a (oycled Feden' .action. Use U'lC SF.UL.A Conrinuorion Sh..r lor oddirion.1 infonnllion if rh. SpIC' on rh. form is inod.qulle. Compl.r. oil ir.ms rhor Ipply for borh rhe inirill filinS Uld m".rill ch"'S. report. R.I.r 10 the imp/.men'ins suidonc. publish.d by the Office 0' MJlUs.m.nt Uld Budg.t for odditionll inlormorion. 1. ld.nrify rh. ryp. 01 c"""r.d F.d.,., aClion lor which 10bbyinS aClMty Is ."d/o, h..' b..n se""red 10 innu.nc. Ih. outcome 01 ~ covered Federal ~ction. " . 2. Id.ntify rh. SUlu> of Ihe cov.",d Fed..., oClion. J. Identify the Jppropri,ue dusifiadon at this report. If Ihis is ~ lollowup report aused by .. molten,)' cn,Jn~e tl) c"-! in/ormollion previously reponed. enter the yeu and qU.lne, in which the clunsc occulT~d. Ene::r the C:.ue cr ;~..: I.:it pre<iiou,'y ,ubmirted teport by this ,cpOn;"1 entity (or Ihis coveted Fede,~1 .aCUon. .&. (nrer thC' 'ull "11me'. .address. ciry. Irale .tnd zip code 01 Ihe ,eportinS entiry. Indude Consrcssion.aJ Oi"ric.. if known. ChICk. the .appropri.ale dusitic.arion of rhe rcponinS e"dry ch.ar desisn..,., it if i,. or expects to be. .I prime or sub."",.,d recipicnl. IdentIfy the tier 01 the sub.1wJ/dee. ..1.. Ihe tint subolw.lrdee or the prime is Ihe 1st tict Subolw.anJl incfude but .are not limited to lubconu.acll. fubsr.anll oInd cenrnct .aw..,ds under 1I'.Inu. 5. ".hr o,s,niutian (ifinS the fepen in item.. (hech .Sub..wude.... 'hen en Ie' Ih~ tull ""me. ,dd,eSt. dry. It.al~ .InrI lip cede 0' .he prime FedetaJ ,ecipienr..nclude Cansrenion.a' Dillrict.;J kno"",n" 6. Enter che n..me o( Ihe Fedenl I!ency m.akins Ihe ..wI,d or lOIn ccmmirment. '"dude ". lent one o,!~niz..t1or.~r 1.....1 b.low "s.ney nlm.. if known. For ..ompl.. O'Plnm.nt 01 T..nspO,1Jrion, UnilOd Slle.s Coon Cu..d. ,. Ent.' rh~ Fed...1 prog..m n.m. or d,scription lor rh. co..r.d F.d...1 oClion (ilem 11. 1/ known, enl.r rh. fvll CIllloS "f F.d..., Oom...ic Assi.llnc. (CFOA, numb.r lor s,.nls, coop.r..i.e "sre.m.nu. lOIns. Ine loon cemm;,mencs. e. Enr.r the most oppropri.r. Fed...1 id.nlilyins numb.r ...il.b/e for the F.d.ral .cdon id.nlifi.d in ir.m 1 Ce,g.. R.qu.st 'or PropoSJ' (RFP) numb.r: In\'imion lor Bid (lFB) numb.r: sr.nt .nnounc.m.nl number: the conrract. g'lnl. or lOIn oword numb.r; rh. Ippliurionlproposll conuol number ..sisn.d by the Fed...1 .s.n<"/I. Incluc. p'.fi.... ..!" "RFP.OE.90.001." 9. Fo, I co..,ed Fed...' Iclion wh.,. there hIS b.en In ow..d or loan commirm.nl by Ih. F.d.ral .s.n<:). enlOr en. fed...1 .mount of the .word:lo.n commiunene for the prime .ntity id.neified in ir.m 4 or S. 10. (JJ Enr.r rh. lull nlm.. .ddr.ss. dty. sm. Ind zip cod. 01 th. lobbying .ndty .nSlg.d by the r.portinS .nllry id.nrlli.d in it.m 4 to innu.nce the co""red f.d...) ocr/on. IblEnro, th. lull nlm.. 0' the indi\'idu.lls) per/ormin! s.....ic.s. ond includ. lull Iddr." if diff.,ent from 10 C.!. Enr.r Lon "'.m.. first N.m.. Ind Middl. Inirill CMIl. 11. Enl.r th. Imounr 01 comp.nurion plid or r...onlbly up.cl.d 10 be plld by rh. r.portln! .nllry Clre", 4) 10 rho lobbyinS .nrrry (irem 10'. IndiClr. wh.th.r rh. poym.nr h.. b..n mId. (.cru.n or will b. mId. (ploMeol. Ch.ck oil bo... rhlt opply. If this Is . mlr.n.1 chong. '.port. .nler the cumullli.. .mounl of p.ym.nr mod. or p1onn.a 10 b. mId.. 12. Ch.ck th. Ippropri... bo.l.sl. Ch.ek .11 bo... rh.r opply. 1/ plym.nl Is mId. Ihroush .n in,lcJnd conrnburron, 'P'Clf) rh. nllu,. Ind YJlu. at th. In.kind paym.nr. , 1l. Ch.ck Ih. Ippropri". bo.(..,. Ch.ck.1I bo..s thle Ipply. 1/ other. sp.cify n..ur.. 14, Plo.id. I spoeflic .nd d.lJil.d d.scriplion olrh. serdcn lilJt Ihe lobby/S! h.. p.r/orm.d. 0, will b. up.ered to per/arm, Ind rh. d...CSl 01 .ny ....ie.. render.d. Includ. .11 pr'p'ralory Ind "'.I.d ICli\'iry, nOI jUllrim. sp.nl in JClull conllcl wilh f.d.,.1 oH/clol.. Id.nrlfy ,h. r.d.../ oHld.lh) or .mploy..h) conract.d or Ill. oHicor\sl, .mployu(s). or M.mb.~sl of Cons,." IhAl ....r. conllcr.d. 1S. Ch.ck whether or nOI I SF'LLL'A Coneinullion ShuUsl is ,"~ch.d. 16. Th. c.rtifylns offic'"' sh.II slsn Ind dJl. eh. lonn, prinr hi"".r "'me, Ilrl., Ind 1.I.phone numb." 'ubhC "'pcmn, burden '01 1tI" collf'C"Don of ,n'am'llnon is clom.a'cd fo IWrl" 3Q minNtI pet ...,pcnw. incJudinl am, let ""'......."1 .,"'U'UC~on.. -.uctu"1 "II~"S dUllGu,cn. ..acne';"1 and ma;nwnu'l the dau nmf'd. II1d comp'tOn1lt1d """f"W'lnS D'11' coll.coon of ""0"",,110", Stl"d cammcnu "curlin. 0" burden ftomll, 01 urr arhe, up.tCt 0' th;I callfnlon of inlom'lltJon. includu,! tUUfltlOI'U 'or rwdu<'"& ril.. burd.n. to III. OHiu ., M.".s.m"" Ind Budl'~ ,.pe....onc .tdu<llon '''''KllDI4o\o<<l''1. Wllhm".n. O,C. lOIOI .Jllllll_~. ( - oc~ -....J..~~.....,_ . '.&wl'tR '1 - ,'.:Jl...--" -Il~"""""'" ~A t~~ (' 10 i I \ I j, 1 I I i i ~ , l l 1 I I I I o o 32 X 10 -.1 D~ U___LJlra~1! 1l_J....~ I I .- :r" , [ I [ I I I [ I l L( L L L I I I I ~, I I C"- ~ .-- z <( . :I:~ ~ffi a:::lL ~a UO C/l0 enW w:I: -'~ C/l u..' ~o, ;:E>- ;:;~ u..<( 5!.l15 :I:w ~:I: Z~ ;::0 z~ WW1 ;:E =>, => c. Uen 0- o!:; Ww :I:U ~- !:!:b z w(J'J u- f=~ o z o o '"'" o o .. ~ =r.:: Washington Slate VI;" Department of Transportation Subcontractor List Prepared In complianco with Chap/or 378 Laws of 1993 To be Submitted with the Bid Proposal Project Name UppU' /-In'" Rf)lld~ PI1 r/c A()undlJ.Vj WttshCJI.tt. x O/:J.4i.f Subcontractors that are proposed to perform categories of work exceeding 10 percent of the contract price must be listed below. The categories of work are to be listed below the subcontractor's name. If no subcontractor fits this criteria, enter "none proposed," Subcontractor Name IJOf1"- P.-nof)sa.d I Categories of Work Subcontractor NarT)e Categories of Work Subcontractor Name Categories of Work Subcontractor Name Categories of Work Subcontractor Name Categories of Work Subcontractor Name Categories of Work Dorr... 'noli P-.... :~ ,~. lllIlb..il:<tJIr_. - ~\'J :::~,:",.) ~.&I1Jil . .~~~ '., ,; ,:~I"";j;\:' ,,';::,.\, :'1, f:' ....",', Llf - 10 _. ..b..... "'jIIlU' I e o 32 X 10 .... ""C"~l ~-~"1IMl o ,- o .. Subcontractor List 6,,, r........;.. . ";'. Z <to :I:~ ~ffi a:::lL <t=> Wu -'0 uc ~~i ~~ en u..' -0' ~~! ~::; u..<( 5!.l15 :J:w ~:I: Z~ -0 lz ~, ww' ~ =>o~ => . Ucn 0- o!:; w UJ~ :I:u ~- !:!:b z WC/l u- -:I: b'"' Z To be SubmItted with the BId Proposal Subcontractor Name Categories of Work Subcontractor Name Categories of Work Subcontractor Name Categories of Work Sub!=ontractor Name Categories of Work ( Subcontractor Name Categories of Work ;1""''''. , Subcontractor Name u__oo_,_,__.. Categories of Work ,0 Subcontractor Name Categories of Work I o o o DOT ,... "'..1I1' -.... \: .... .- ( z <to :I:~ ~ffi ~:;:;:- ~B uO 0 en wI ~:I: -'~ en u..' ;;:;01 ::!E~ ~::; u.<t !:!215 :I:w ~:I: Z~ ~~ ~~~ ::l 0. Uen 0- o!:: I Ww :I:u ~g ! ( z WCJ) ~xl b~' z 'i I L L ,"''' 0 I. I 0 o o .. "\ -;l5"1~ ') (,', ...J . AIeL '-/1 Washington State Department 01 Transport.llon Disadvantaged Business Enterprise Utilization Certification To be eligible for award of this contract the bidder must fill out and submit, as a part of hislher proposal, the following certification relating to Disadvantaged Business Enterprise (DBE) requirements. This certification shall be deemed a part of the resulling contract. Failure to fill out and submit this certification, the inclusion 01 a lalse certification, or insufficient projected use of DBEs, shall be consid- ered as evidence that the proposal Is non-responsive to the invitation to bid, Informallon on cer/lfied firms Is avallab/a from OMWBE, phone (360) 753-9693. Name of 8;dder certifies that the following Disadvantaged Business Enterprise(s) (DB E) have been contacted regarding participation on this project and, if it Is the successlul bidder on this project, it shall award subcontracts to or enter into supply agreements with the following DBEs as Indicated: (If necessary, use additional sheet). y~,<, i~Ei~~~~t't~::~. " '/beApplled ,'f ,:;; Towards' Goat; 2, 3, 4. 5, 6, 7. B. 9. 10. Disadvantaged Buslnoss Entorprlso Subconlractlng Gool: DBE Totol $ * Soo tho soetton "Counting DBE Participation Toward Maoting tho Goal" In tho SpecIal Provisions of this Contrac', U Tlro Contmeting Agoncy wlti utillzo tho above data to dotermlne whothor or not 'he blddor Irlls mot 'Ira goal or tho avorage goal attnlnmont 01 all blddors, DOT ~~~~:~:?i~M c-;~. ---------r c o 0 ,'i;':'~'1~,;~~~'/;" _. ** (' 10 .. I --.,~ ~- o o 32X 10 v- ~ -- '::J --- o ,- o .. o z <(' :I:~ ~ffi a:::lL <(=> Wu -'0 Uo en wI ~~ enu.. -0 W> ~!:; e:~ 5!.l15 :I:w ~:I: Z~ -0 !z~ ww ::!E =>, =>0 Uen 0- c!:; Ww :I:u ~- !:!:b z WC/l u- f= :I: , 01- Z .". 11 I \~^'~:;:k~;;~";" I\\.~'(' '-rr\=-rr~!\f\.\ :~')'\I~:::::.':-~~' -'.-~~1' t :"! ).J 'j ..'. \' ~) ~.. '.. ...- ........~ ~ ~~..... t "I' I. I " \.. J ~ ': ", "'\ ''t .f) ~ " I I '\-='-' "h.. 1,,\" 0.'" '; l'~.. ," \ .....,.. - ....... / \--,. ""'-"-~~~.\?F:~ \:~ 2;. ..(.. tJ ~"'- _ \ '" 1/ '5. ;/'.\."" j ~,", .. ) II ",t~~ q',." ' " ~~ [~"'" . ,.. . :j" I..' ~\"~'''h/ /;>-....,,~_ ...{__L"",_ I_.f- ' ~I' ':)~i~,,-. -..... ' -\-'/~D;'"' ~,.,i ir-""',,~.., \,[.; I:i """..,.I)""..:..,:::",..T '1"\ i ..1.,./,) o\~" "\. y:::" M .. P ,I "1\ ,-.!~"j'" . ; ,. " / \ 1\':.0:': ". " .... '. -' ~ 1'1 \ " -.....::: ....., . - IDI.....,}> ;:::::...-v--' \'~+ ) ~r \i.~ I L".. :;:';~';:,""'''' --j~-..&' 1\.. \. \... _ ~~. '\" '. ,,:--.\k.\ ~r--....o' I",,'; I;'" I ")' I" \ j~ \.,I,\, /..--..,; ';'~': ';' / ,? r:::::::... ,,,....,., I~ \:. ': \;", ---. - ~y~ i ,< I J"- 'r - y ) ,'" " I' '"'" t.~r:: :::::-<::'" ;---'11 \ )'. ~"I -.-. " \:,> V(tfY:~:~r-,,~ ~,.1 V f~ \..1 X ~( '.-~,""")"" "".. .. J~' \ , .. ".. .. ..;,... .. /' " ~ ,"lI,....... ...... ~ ~ ,V] '. '.. ~"--+- ':'" ~, ") ~ ~ A.' (I' ~!F"..~.~,::-...{" \ T:'~ ,....i:r'.::---- -(' _" ..(~ \.. ~ .:., \ 1'77 ,,~ ;~~.. :,~ ,\i\ \~'T ~ - ,>}:II {If (":, ~';~""::.\,I" ..J':"!j J .. ,\ f-' ..... \ \ "I( \ ~\ ~ -...,/ '- 'I )1.oVf?...:'~1 . / I~":~' ~1 "l' I~ t-- -...... ....... ~ ./ I. <) I \......... ,/: 'I)' ( I~ 't ~ \ '~\.' -' (0(' , ...J' ) . ':~f\.'.P.,:;' . " ii~/'~ ~ ' :,' _ ..'/ 'w.',l r-' . """'T-'--'.,-'-- A-'---'f'~."~""~ -1-' '~"-t/--::r'-::-?' ~ ,-'/" r ....;;~) :,T' ^ II' ~~ '--"" /J \ ,', .-;, , , . ' "1'-\' f '\' ~Jf\. ~;/". . IGf II I.:' . X;;.. H.... .",1(," ,._..'.' / I ~l..J~12I~ -~ I '; I~~.:,'~t v<,' '\ I, : '-L / -y -; ~\:- i-? ~~:~'~ ~~:f.~;. ~\ - nA^~J, ~, !.. I \'\.. ",,- ..' 1~;1'" ~p~.,' ~;:; 1)7' / iLr'~ ~ . .(' :1;// - \. (, I.", .1. '. ~.. .!.---.. _._~ L -,/., <\ I) V / I - .....l ,- -..- . f =~ .'~----- ilW i!5:'~'/ r.,.._ ~.L i,,;.,i:it....... , \,/ \. .. I'~ " ./"i" ....., t-- ,.. "\ ..::.... ,\, ., I, \':\ - (' I :;:;1'!!:!fI I ,,,,,: ~ } -.A- - , ~--~ --- -. -:.:7.~ -~ _ ~ --';;~~- --..--,--- \...( _ 'J:~.~~. f .. /.. ..,.1,:\\ "I (.. - "'~., ~ ;" .. '.. " ..~ .~'~. :~' '<~., ~~\l-~~.~ - I - ~~ ".'~Yl'~ '!~ .' ~~,"I. ~ \'-.. , .:.. . -.... ,- --; ~I ,'-~' ",::''':, .....; " -' --....... ,-" .... --.. .-)'..... - \-.~C>;". \'V" u "'U ., \ II 1 II It ~. It I. "., ., II .. 'I '~.,-..... . ...j.... , ,-- .... ~""'1 ""'" ~.-- '", ),....... .. ./ " -- " ..-, u'o~ ..' I ' . ~ ..'.' , , "~I/) 1\ I \ r "- ... y ( / ~~II - --';j": . ...... lG.y): ,'/ ''t. I. "" ' - I . " I ...',...,,; ....: ,< __0~ ,\ , " . J ' '-. ." ~ ,',:",~,:tS. ~.. __./.' VICINITY MAP ,,' -, \-\ ":-- --'-l~-~-,,/~D-:--i/',-,),~,"/l}t-'": ~--0'"Cl" UPPERHOHROAD , . -, .' ,~',:::...,;- -.;}!_-- -~ le_.._ -~~ i....,..::::~b~)-~.. (;~., I PARK BOUNDARY " . I -" "i ' ,,'>: --: .:" I~r';; .--\:v"'., "1'1,--~ "i\_ _ WASH 0 UT ; \k.: . i .:, - ...i~1 ..,. --~._.- ..l___ -.o-]: -- X01244 '''-r- -.._------ '--\- - r ~-- ~ r ) ,,-. . ".' - If I.. ..- .....(. ~ ... ,:'';':- . .""" ' · " ">. ,.:..-., -- ' JIWFERSON COUNTY \ PUflLIC WORKS -_I f . " r "\ r -: r ! ' fH~' C f' : I [, -, J",::: 11"': 1-.-:1 I' -1 o o ~;':'~_'=:":-"':""H~..~""~T~-";"~ c-~:.:...._... E) ~~:) - c "'L '.'".. '\;I;'~:" 10 ,t" . ~ ;:.t....,,:.. '"1II11~"!l , 'u>O,. '-J~ 'Ulll! _ _.bo2liir""""""'" .d:. .I - o 32 X 10 '..... -.d..lI!s:lJ J ,- Z <to :I:~ ~ffi a:::lL <t=> Wu -'0 uo en wI' ~~ enu.. -0, W>-, ::!E~ ~::::; u.<( 5!.l15 :I:w ~:I: Z~ ;::0 z~ WW, S is, Wen 0- Cl!:; Ww :I:U ~- !:!:b z woo u- -:I:, bf- Z ,,.. o o --- o CONTRACT JEFFERSON COUNTY, WASHINGTON THIS AGREEMENT, made and entered into this ~~ day of ~J ,1996, between the COUNTY OF JEFFERSON, acting through the Jefferson County Commissioners and the Director of Public Works under and by virtue of Title 36, RCW, as amended and SETON CONSTRUCTION INC of Port Townsend Washinl:ton hereinafter called the Contractor. WITNESSETH: That in consideration ofthe tenns and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: I I [ [ r [ I. The Contractor agrees to furnish all materials and do cenain work, to-wit: That The Contractor herein will undertake and complete the following described work: Rental of various equipment with operators for Upper Hoh Road Park Boundary Washout Project Number X01244 from M.P. 11.83 to M.P. 12,18 in accordance with and as described in the attached plans and specifications and the Standard Specifications of the Washington Department of Transportation which are by this reference Incorporated herein and made a part hereof. The Contractor shall perform any alteration in or addition to the work provided in this contract and every part thereof. The Contractor shall provide and be at the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for ,in this contract and every part thereof. 2. The County of Jefferson hereby promises and agrees with the Contractor to employ, and does employ the Contractor to furnish the goods and equipment described and to furnish the same according to the attached specifications and the terms and conditions herein contained, and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time an in the manner and upon the condition provided for in this contract. The County further agrees to employ the Contractor to perfonn any alterations in or additions to the work provided for in this contract that may be ordered and to pay for the same under the terms of this contract and the attached specifications at the time and in the manner and upon the conditions provided for in this contract. I L l. l L .1 3, The Contractor for himself, and for his heirs, executor, administrators, successors, and assigns, does hereby agrce to the full performance of all the covenants herein contained upon the part of the Contractor. 4. Prior to commencing work, the Contractor shall obtain at its own cost and expense the following insurance from companies licensed in the State with a best's rating of no less than A:VIl. The Contractor shall provide to the County Risk Manager certificates of insurance with original endorsements affecting insurance required by this clause prior to the commencement of work to be performed. The insurance policies reqnired shall provide that thirty days prior to cnncellation, suspension, reduction or material change In the policy, notice of same shall be given to the County Risk Manager by registered mail, return receipt requested, for all of the following stated insurance policies. ' If any of the insurance requirements are not complied with at the renewal date of the insurance policy, payments to the Contractor shall be withheld until all such requirements have been met, or at the option of the County, the County may pay the renewal premium and withhold such payments from the moneys due The Contractor. All notices shnllname the Contrnctor and identify the agreement by contract number or some other form of identilication necessnry to inform the County of the particulnr contract affected. . A. Workcrs Compensation/L & I - compliance With the npplicable compensation law of the State ofWnshington. B. Gencrnl Liability(l) - with a minimum limit per occurrence of $1,000,000 per bodily injury, death alld propcrty damnge unlcss othcrwise specified in thc contrnct specificntions, This insurnnce shall indicate on the ccrtilicnte of insurance thc following covernge: I. Broad Form Property Damnge; 2. "crsonallnjury Liability: 3. Broad Form Contrnetual/Commercial Liability (conlrnctors only); 4. "rcmlscs - Opcratluns; and, 5. Ind~pendent Contrnctors and Suhcontrnclors. UplWI' 1/011 WC/,f/llllll/illWI'IjCIIC.I'II'!,flO/'{/I!'J//. ,'(0120/0/ liqrlipmc/II Rulllal c e(,,:l I "'.'. ' 11\.'," I"~ '\>;,l~~.~n i,~ ,,:1 "', """';', ,-"it.,'" ,-..-- _._.~. ( ,0 - J ........-.1-....-.-"'. -, I t 1 l ~ 1 i ! .; ~ ~ II :~ ~ ~ i ~;. ~ ,.' ~ 10 ~~- I D' o o 32x 10 .. .-- '_l1!llL.J l'IIIlIl Ill"'"" (,~ I ~ I :t. :I:~ ~ffi r a:::iE. <(=> Wu -'0 Uo [ en ' enW w:I: -'~ enu.. ~Ol I ::!E>- I <(!:; a:-' u..<t 5!.l15 [ :I:w ~:I: Z~ ;:0 t z~ ww ::!E =>' => 0' Uen I. 0- Cl!:; Ww! :I:U ~- I. !:!:b z wen u- i3~ 1- z L ,.,. o o (----0...------- o (I )Note: The County shall be named as an additional insured under this policy. C. Automobile (2) - with a minimum limit per occurrence of $1,000,000 for bodily injury, death and property damage unless otherwise specified in the contract specifications. This insurance shall indicati.l on the certificate of insurance the following coverage: I. Owned automobiles; 2. Hired automobiles; and, 3, Non-owned automobiles. (2) Note: the County shall be named as an additional insured party under this policy. Any deductibles or self-insured retention shall be declared to and approved by the County prior to the approval of the contract by the County. At the option of the County, the insurer shall reduce or eliminate deductibles or self-insured retention or The Contractor shall procure a bond guaranteeing payment of losses and The Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. The Contractor shall include all subcontractors as insured under its insurance policies or shall furnish separate certificates and endorsements for each subcontractor. All insurance provisions for subcontractors shall be subject to all of the requirements stated herein. Failure of The Contractor to take out and/or maintain any required insurance shall not relieve The Contractor from any liability under the Agreement, nor shall the insurance requirements be construed to conflict with or otherwise limit the obligations concerning indemnification. It Is agreed by the parties that insurers shall have no right of recovery or subrogation against the County (including its employees and other agents and agencies), it being the intention of the parties that the insurance policies so aflected shall protect both parties and be primary coverage for any and all losses covered by the above described insurance. It fs further agreed by the parties that insurance companies issuing the policy or policies shall have no recourse against the County (including its employees and other agents and agencies) for payment of any premiums or for assessments under any form of policy. It is further agreed by the parties that any and all deductibles in the above described insurance policies shall be assu'!led by and be at the sole risk of The Contractor. It is agrecd by the parties that judgments for which the County may be liable, in excess of insured amounts provided herein, or any portion thereof, may be withheld from payment due, or to become due, to The Contractor until such time as The Contractor shall furnish additional security covering such judgment as may be detennined by the County. The County reserves the right to request additional insurance on an individual basis for extra hazardous contracts and specific service agreements. The Contractor hereby agrees to indemnify and save harmless the County, its officers, employees, and agents from and against all liability, loss or damage the County may suffer as a result of any claims, demands, costs, judgments or damage to County property in the care, custody or control of The Contractor arising directly or indirectly out of this agreement, including losses arising out of the negligent acts or omissions of the Contractor, the contractor's employees, agents, or subcontractors. CllIims ngninst the County shnll include, but not be limited to, assertions that the use or transfer of any sortwnre, book, document, report, film, tape or sound reproduction or material of any kind, delivered thereunder, constitutes nn infringement of any copyright, patent, trademark, trade name, or otherwise results in an unfair trade practice or in unlawful restraint ofeompetilion. .. The Contractor further ngrees to provide defense for and defend any clnims or causes of action of any kind or chnrncter directly or indirectly arising out of this Agreement at its sole expense and agrees to bcar all other costs and expenses relllting thereto. Nothing in the forcgoing clnuse shall prcvent the County, at its option, from additionally requesting that The Conlrhctor dellvcr to the County nn executed bond as sceurity for the fllithful pcrformance of this contrnct and for pnyment (If nil obligations of The Contractor. Uppcr Nail Was/mill EIIIC/'/{CIIC.I' l/c,flarallml, ,'(0/244 Eq/l/pmelll Renta/ ( 9(Jj (' '-:"0\:'>'1 ",,1 ';";i;'Y/,~,"j;~'~'L,'~1,::~;".'. ! =- .-::::.~ ~'iii;ll "..~ ._~..:.,~~ !>Ill 10 :L.. l,....! - 1 1 ! <I i 11 .~ ~ I '~ ~ l 1 I I ~ 'j I ~ J I o o 32 X 10 _-Lm. ~~''''' - z <( . :I:~ ~ffi a: ~, <t=> Wu -'0 uo (/) UJ' [l:r -'~ en u..' -0, ~~ ~::; u..< 5!.l15 :I:w ~:I: Z~ -0 !z ~; wWi ::!E =>\ => 0, UC/l 0- ob ~~. ~~' z' wCIl' U :E' ~~,\ z , T' I I I o o [ \ [ [ I [ I [ [ [ (' I' [' I:. F [ \ L [ -,. IN WITNESS WHEREOF, the Contractor has executed this instrument on the day and year first below written. and the Board of County Commissioners has caused this instrument to be executed by and in the name of said County of Jefferson the day and year first above written. Executed by the Contractor s":'Zy SETON CONSTRUCTION INC Contractor BH~;r %,~ ' SEAL A TrEST: ~,~~-- Clerk of the Board a L Upper /lnlr Wa,v/wllt Emergo/lcy Rp',vtnratln/l, XOI244 i.(~ ".. o:_,~, ~ ,'.I...;';'" If':fi' .'."'~. ,'.'i ...".....>\>~,..'fF ~.. i~'~""",,' ill-,".. -~U"'III' )r....'..:~. " " ;;1,; .1996 ~ ~ ~-\) :~b~,"-~ Eqlllpment Rell/al j. __: _ ""e, {~ '''~' ~1IiI ,. "~""-"I[W ~ "'T:"~,::;,~;i'::;,':>,.,, 10 ....., I I Q o 32X Id r ...- z <to :I:~ ~ffi a:::lL <t::> wu -'0 Uo en W'\ ~:I: -'~ en u..' -0; ~~' ~::; u..<t 5!.l15 :I:w ~:I: Z~ -0 !z ~, WW! ~ is\ uen 0- o!:; ~w, ~~ !:!:b z wen ~f!=i ~! I [ ,I [ I [ ',"'" , L L l. l t L I, I I f ,0 o I I ~(-=-cf-__ ~ - ,.. - o o .. -. Revised 3/13/96 *:1- JEFFERSON COUNTY DEPARTMENT OF PUBLIC WORKS PROPOSAL FOR BIDDING PURPOSES UPPER HOH ROAD, CO. RD. NO. 914207, MP 11.83 TO MO 12.18 COUNTY ROAD PROJECT NO. XOI244 EQUIPMENT RENTAL ALL FORMS INCLUDED IN THIS SEPARATELY ATTACHED PROPOSAL PACKAGE MUST BE COMPLETED AND SUBMITTED. FAILURE TO DO SO MAY RESULT IN: RE,TECTION OF THE BID The forms marked "INFORMATIONAL COpy" are example documents only and cannot be used to submit a bid for this project. Sealed bids will be received in the Jefferson County Commissioners office located on the first floor of the Jefferson County Courthouse, 1820 Jefferson Street, Port Town~end, Washington, 98368, untU II: 15 AM., on the date scheduled for opening bids, )(0/244 Upper 1I0h Road Park BOlIl/dary Wa.f/101I1 ~= ' '"'>" \ ft 13 w, \ '''I' ;""",":" . ,..c.,'cA"'" .' ',l,?:::\','\(:~~" ":,-,.: ~,.' ,." - -'E-- ... -, ~I IT1l!I I o o r I '::~~;.'-}'.," I <:: 0 ;,::,:"f. ' =~~~t'.b..~ ...:..~ 32X 10 .:,j~...t_'" ~ ';;.L...... 'j:', ",~'~'~" i I v- .'- z <( , :I:~ ~ffi a:::lL <=> Wu -'0 Uo ~~(I ~~ cnu.. -0 ~~ <(- a:-' u..<( 5!.l15 :I:w ~:I: Z~ i=~ z ' ww ::!; =>i => 0, Uen 0- o!:; Ww :I:u ~t3 z wen u- f=~ o ' z r' o o I I C~...._- - "J7'""" ---- o o II! . Revised 3/13/96 PROPOSAL TO THE BOARD OF JEFFERSON COUNTY COMMISSIONERS JEFFERSON COUNTY COURTHOUSE 1820 JEFFERSON STREET PORT TOWNSEND, WA 98368 THIS CERTIFIES THAT THE UNDERSIGNED HAS EXAMINED THE BID DOCUMENTS, THE LOCATION OF THE MATERIAL SOURCES AND THE LOCATION OF THE UPPER HOH ROAD, COUNTY ROAD PROJECT X01244. COUNTY ROAD NO. 914207, IN JEFFERSON COUNTY, M.P. 11.83 TO M.P. 12.18, STA. 0+00 TO STA. 18+50, AND THAT THE PLANS, SPECIFICATIONS AND CONTRACT GOVERNING THE WORK EMBRACED IN THIS IMPROVEMENT, AND THE METHOD BY WHICH PAYMENT WILL BE MADE FOR SAID WORK IS UNDERSTOOD. THE UNDERSIGNED HEREBY PROPOSES TO UNDERTAKE AND COMPLETE THE WORK EMBRACED IN TI-IIS RESTORATION, OR AS MUCH THEREOF AS CAN BE COMPLETED WITH THE MONEY AVAILABLE IN ACCORDANCE WITH THE SAID PLANS, SPECIFICATIONS AND CONTRACT; AND THE FOLLOWING SCHEDULE OF RATES AND PRICES: (NOTE: UNIT PRICES FOR ALL ITEMS, ALL EXTENSIONS, AND TOTAL AMOUNT OF BID SHALL BE SHOWN. ALL ENTRIES MUST BE TYPED OR ENTERED IN INK.) SCHEDULE-EQUIPMENT RENTAL Item No Est, Quantity Type Qf Equinment Unit Price Amount Track mounted Hydraulic Excavator with Hydraulic Thumb (Min. 195 HP with 39' reach ), year 1986-1996 with Operator. lA IB Ie Mobilization Regular Hours Overtime Hours I 160 80 Job L.S. $~.~ HRS $~.OO $~..~ HRS $--.M:.Q..oo $.l\.i.QQ..~ SHOW PRICE PER UNIT IN FlaURES ONL V. FIGURES WRITTEN TO THE RIOHT OF THE DOT (DECIMAL) IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS. APPLICABLE WASHINGTON STATE SALES TAX IS TO BE INCLUDED IN BID ITEM PRICE. -Y01244 Upper 110/1 Road Park Bormdary /VasllOlII Eqlllpment Rental ~ c , - ,Q(~) ~,'..'1 ""-~.{ F ;: ''; :;~! '-' "', ",,>- '',''l'~'i';'-.~ .,....',.'-. ',., ;' '., ( ,..c,':, :"",.., .. i:~~::!" "'\;"'h'~'~';~~~;~:':" .' - .ti.Aflall - if ~ :~ ,~ J -~ 4 ~ :1 ':1 o ,~ ~ :i I, I , f'" .. . . --.-.--- --- I o o .?~:! 0] ..-- ,,- r I . Revised 3/13/96 Z <to :I:~ ~ffi a:::lL <t=> Wu -'0 uo en w'l ~~ enu.. -0, w>, ::!E~ ~::; u..<t 5!.l15 Zw ~:I: Z~ ;:0 z~ WWI ~ is'! Ucn 0- O!:; ~~: ~- !:!:b z wen u- - :I: , b I- i Z : Item No 2 '.'" , I I L L l L I. I I , I I c--;; .-- --r- 4A 4B 4C 5 SA SB SC o 6 6A 6B 6C .~- o o - - SCHEDULE CONTINUED Est. 7)!pe Qf Equinment Quantity Unit Price Amount Crawler Tractor with Hydraulic, 6-way, Tilt Angle Blade and Winch (min. HP 100), year 1986-1996 with Operator. 2A 2B 2C Mobilization Regular Hours Overtime Hours I 120 80 JOB HRS HRS Job HRS HRS L.S. $ $ $~OOO .00 IlO .~$13,2.DO .00 /25' .00 $lQ.aQQ... 00 3 Grader with 12' Moldboard, min. HP 150, year 1986-1996 with Operator. 3A 3B 3C Mobilization Regular Hours Overtime Hours I 120 80 JOB HRS HRS $ 3000 . 00 $~,~ $ 12.5" .~$~.~ $ 11./ 0 .~$ll,...MQ.~ 4 Self Propelled Vibratory Compactor, 84" DlUm Width, Year 1986-1996 with Operator. ' Mobilization Regular Hours Overtime Hours I 80 40 JOB HRS HRS $ 2.000 .00 $ 2.. DCJa .'>0 $ ~o .00 $ 1o.4tJO.~ $ q.s- .00$ :5 UJ().~ . 14-16 C.Y.Ofr Road Tandem Axle Dump Truck with Rock Box and Operator Mobilization Regular Hours Overtime Hours I 160 80 JOB HRS HRS tJ...o.QQ...~ $ 1 (100. 00 $ ~S". DO $~.~ $ lllO . 00 $-.B,..coo..,~ 14-16 C. Y. Off Road Tandem Axle Dump Truck with Rock Box and Operator Mobilization Regular Hours Ovcrtime Hours I 160 80 $ 1,000 ,00 $-400..0... 00. $ li?5 .00 $J~.~ $ 100 ,00 $ $1. 6()Q. co o SHOW PRICE PER UNIT IN FIGURES ONLY. FIGURES WRIITEN TO THE RIGHT OF THE DOT (DECIMAL) IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS. APPLICABLE WASHINGTON STATE SALES TAX IS TO BE INCLUDED IN BID ITEM PRICE XOI244 Uppcr 1I0h Road Park Boundary Washout Equlpmcllt Rcntal L-~ Ad.. ~' ."-"" ---'-'.L lIII ~ "j) '~~!4~\~~i~X') .'-~l'.' I) (;",' "'", ~.~ "'.__~..;I tiv;~}";~' l':/:"''''IJ' JL& , , (,. ~1ImI "~ 1 j j I 1 1 ,~ .~ ~ ~ J :l j 1 :J I J. 1,1 , }, t \f " , ') i '~ ;'1 o ~--.... ~~."Il"f I - -- o o ~. 32 X 10 '.lIIiII!IIiII~!!lot_.' PI- ,- Z ;2": ~f5 a:~ <t=> Wu -'0 Uo en ' enW w:I: -'I- en u..' -0 ~~ <t- a:-' u.<( 5!.l15 :I:w ~:I: ZI- ;::0 Z~' ~~; :::>0' UC/l 0- O!:; Ww :I:u ~- !:!:b z WC/l u- -:I:, b I- i Z I L L L L t L , I I ,.,... o o \, , Revised 3/13/96 III o o SCHEDULE CONTINUED Item Est. .No Tvpe of Equipment Quantitv Unit Price Amount 7 14-16 C.Y. Off Road Tandem Axle Dwnp Truck with Rock Box and Operator 7A 7B 7C Mobilization Regular Hours Overtime Hours I 160 80 JOB $ HRS $ HRS $ I. ODD .ct) $ I. OOO.~ 85".00 $'~ boo.OO I()O . 0fJ $ f{, ODD . 00 8A 8B 8C Mobilization Regular Hours Overtime Hours I 160 80 8 14-16 C.Y. Off Road Tandem Axle Dwnp Truck with Rock Box and Operator -"'- Mobilization Regular Hours Overtime Hours I 160 80 JOB HRS HRS $ 1.000 .Ol> $ (OM. 00 $ . S;S". 00 $J:5' "'(JQ...~ $ (O() .00 $ B OM. C() . Mobilization Regular Hours Overtime Hours I 160 80 9 14-16 C. Y. Off Road Tandem Axle Dwnp Truck with Rock Box and Op.!:l:ll1Qr. Regular Hours Overtime Hours 160 80 9A 9B 9C JOB HRS HRS $ f,OOD .00$ f,OOO.oo $ f?E( 00 $ (4, bOD. d) $ /OQ. C() $ g; MD. 00 )(0/244 Uppcr /loh Road Park BOllndary Washolll 10 14-16 C.Y. Off Road Tandem Axlc Dwnp Truck with Rock Box and Operator. JOB HRS HRS $}./o BID. $No BiD $ NO I?//:) $ $ $ lOA lOB IOC llA lIB II 10-12 C.Y, 4 Axle Dump Truck with Tail Gate and Opemtor HRS $ HRS $ (JS.C() $l~"'OQ.OO / DO . ()lJ $ f?~ MO. Or:) . SHOW PRICE PER UNIT IN FIGURES ONLY. FICURES WRITIEN TO THE RIGHT OF THE DOT (DECIMAL) IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS. APPLICABLE WASHINGTON STATE SALES TAX IS TO BE INCLUDED IN BID I"'EM PRICE EqlllpmclII Rcmal (':'- -0" _00_'- L .~ ,~- 1 ; , ~::.:::~.~\~~::g",4iJ~~r:"':'~L.'~~~:'i ( CI I ) II 0 ~ L \!~ " _ _ ... . " I o o ]jellal'"' 32X 10 .. . ~'\IIINHIA IlIIiIIilI ..- - ;-~ Revised 3/13/96 z ~~ ~ffi a: ~, <t=> Wu -'0 Uo ~~'I ~~ enu.. -0 ~~ ~::; u..<( 5!.l15 :I:w ~:I: Z~ ;:0 z~ ~~: =>0 Uen 0- O!:; Ww :I:u ~- ~ !:!:~ W(/) u- f=i: o z Item Jro 12 12A 12B 13 l3A l3B 14 l4A I l4B I 15 l5A '- 15B I 16 l6A , 16B I 17 17A l7B ". o ----y- ...~... o o .. SCHEDULE CONTINUED Est. 7:vpe of F:quinment Quantity Unit Price 10-12 C.Y. 4 Axle Dump Truck with Tail Gate and Operator Amount Regular Hours Overtime Hours 160 80 HRS $ HRS $ 85"" .DO $ 1:5. (Poo. 00 o DO . 00 I 0 ._$ ~ DOl>. 10-12 C.Y. 4 Axle Dump Truck with Tail Gate with Operator Regular Hours Overtime Hours 160 80 HRS $f{O EID. HRS $JjO 51 C>. $ $ 10-12 C. Y. 4 Axle Dump Truck with Tail Gate and Operator Regular Hours Overtime Hours 160 80 HRS $ /'10 BID. HRS $ /1/0 81lL. $--.- $ 10-12 C.Y. 4 Axle Dump Truck withThil Gate and Operatot.. Regular Hours Overtime Hours 160 80 HRS HRS $/VO BID. $/lJO BID. $ $ 10-12 C.Y.3 Axle Dump Truck with Tail Gale and Operator Regular Hours Overtime Hours 160 80 HRS $ HRS $ '10 .00 $ 12, S?DD .00 qS- po $ 1) 1,,00.00 10-12 C.Y. 3 Axle Dump Truck with Tail Gate and Operator, Regular Hours Overtime Hours 160 80 I-IRS $~.OO $J2$...OQ...oo- HRS $---22:.~ $ '1,1fJOO .00 SI-/OW PRICE PER UNIT IN FIGURES ONL Y. FIGURES WRIITEN TO THE RIGHT OF THE DOT (DECIMAL) IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS, APPLICABLE WASHINGTON STATE SALES TAX IS TO BE INCLUDED IN BID ITEM PRICE ,r01244 Uppcr I/o" Road Park Boulld"I')' Washout o (".,.-;-'_. - Equlpmcnt Rental ~ 6), (,~) I:lIIld1 . ';Ji;~','~~~;~~;f(::;~r.?(< , 'i ~';;::~~;,~' , " '. ~L_ l J l 2l>.1Idl Jb.LI:ld o ( . 10 """-r I ".-.- - ,-- lIIIIl o o 32 X I 0 1lIL1Iii.~"J' -- - "'- z <( . :I:~ ~ffi a:::lL <(=> Wu -'0 Uo en wI' ff3:I: -' ~, (J) u..' -0, ~~, ;2::; u..<( 5!.l15 :I:w ~:I: Z~ ~o z~ JU Wi' ::!E =>J => 0' Uen 0- O!:; WW' J:U ~- !:!:b z Wen U-' f= ~, o , z r o o I I I I (-'---0-'---' Revised 3/13/96 o o .. SCHEDULE CONTINUED 18 10-12 C.Y. 3 Axle Dump Truck with Tail Gate and Operator l8A l8B Regular Hours Overtime Hours 160 80 HRS HRS $/'10 I?/D $NOBID. 19 10-12 C.Y. 3 Axle Dump Truck with Tail Gate and Operator 19A 19B Regular Hours Overtime Hours 160 80 HRS HRS $ /'10 8/1) $tJo BID 20A 20B 20 10-12 C.Y. 3 Axle Dump Truck with Tail Gate and Operator. Item No Regular Hours Overtime Hours 160 80 HRS HRS $NO /11 D $NO f3ID . $ $ "'''''''''''''u''' SCHEDULE of OPTIONAL EQUIPMENT RENTAL T.we Q.f Equil7ment Est. QuantifY Unit Price $ $ $ $ Amount 21 Track mounted Hydraulic Excavator with Hydraulic Thumb (Min. 195 HP with 39' reach ). year 1990-1996. with Operator. 2lA 2lB 2lC Mobilization Regular Hours Overtime Hours I 120 80 Job HRS HRS L.S. $~.OO $~,OO $~.~ $~~ $~.~ 22 Loader with 3C.Y. Bucket. min. HP ISO. Year 1990-1996 with Operator. 22A 228 22C Mobilization Regular Hours Overtime Hours I 100 SO Job HRS HRS L.S, $..2..2QQ., 00 $ 115 .00 $~.~ $ 130 .~$~,~ SHOW PRICE PER UNIT IN FIGURES ONLY. FIGURES WRIITEN TO THE RIGHT OF THE DOT (DECIMAL) IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS. APPLICABLE WASHINGTON STATE SALES TAX IS TO BE INCLUDED IN BlD ITEM PRICE ,'(01244 Upper liol1 Road !'ark DOlllldary 1I'0sl1alll c 0") 1;'lr' Eqlllpnre/ll Rell/al ,. .', ""'nJt~~r/-t ~:' J:,:rr" ,- , i)_~; . '; 1~~::'~' ~;~y" ,',i ',,~ ,~~~~;:::'t.jtt:;~~~; F "f ,~'"" " t, . W~JJ '1'-' '~.~ 'elf' ;;'i ,~ :1:, ~ ":i" I ~. ..; 5} ,~ i 1 ~. I J i I 'I 10 ..,- I o o 32Xlo ~ .;'~ Revised 3/13/96 z <(' :I:~ ~ffi a:~ <(=> Wu -'0 Uo en ' enW w:I: -'~ C/lu.. ~Ol ~~ <(- a:-' u..<( 5!.l15 :I:w ~:I: Z~ ;::0 z~ WW, ::!E =>, => 0' Uen 0- O!:; Ww :I:U ~- !:!:b z wen u- f= :I: , o t-, Z 23 23A 23B 23C 24 24A 24B 24C 25 25A 25B 26 26A 26B - ,- o o SCHEDULE of OPTIONAL EQUIPMENT CONTINUED Regular I-lours Overtime Hours 120 80 .. 14-16 C.Y. Off Road Tandem Axle Dump Truck with Rock Box and Operator. Mobilization Regular Hours Overtime Hours I 120 80 Job HRS HRS L.S. $ .t:lQ..M>- $.1:J..Q.BW - $-.- $-.- $-.- 14-16 C.Y. Off Road Tandem Axle Dump Truck with Rock Box and Operator Mobilization Regular Hours Overtime Hours I 120 80 Job L.S. HRS $!!/.QJJJJ)_ HRS $.dQ..l31P_ 10-12 C.Y. 4 Axle Dump Truck with Rock Box and Operator HRS HRS $~- $~.L Regular Hours Overtime Hours 120 80 10-12 C. Y. 3 Axle Dump Truck with Rock Box and Operator HRS $~_ HRS $..o&..&D_ 27 10-12 C. Y. 4 Axle Dump Truck with Tail Gate and Operator. o 28 27A 27B ,r 28A 28B Regular Hours Overtime Hours 120 80 HRS $~._ HRS $~_ 10-12 C.Y, 3 Axle Dump Truck with Tail Gate and Operator. $-.- $-.- $-.- $-,- $-.- $-.- $-.- $ , $==.= $ , $==,= SHOW PRICIl PIlR UNIT IN FIGURIlS ONLY. FIGURES WRITTEN TO THE RlmlT OF THE DOT (DECIMAL) IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS. APPLICABLE WASHINGTON STAT!> SALES TAX IS TO BIlINCLUDED IN BID IT!>M PRICE ,'(0/244 Uppor 11011 Roac/ Park BOllnc/ary /Va.fllolll Eqll/pmelll Rental o Regular Hours Overtime Hours 120 80 ('14 0 UIil ~' ~~:~~_~ \t;;~i=~~~i'~;~~{~' ';.':;::-f:_~ :~ '~ ~, 0 [ ~ HRS HRS $~D_ $.tJI2.81D_ I ~i>l, __............ -.-= o o I I I ::!,X 19J z ~...: ~ffi ~~ ~g I Uo ' ~!;!' ~~, E :IE >-' ~~ E 5!.l15 ~~ [ ~~, WW' [ ~ is{ Uen 0- c!:;' ~~! l t;:f= _0, z Li.i en [. ~:i:l OJ.,I z : [ '- I I I I {CO - o .. Revised 3/ I 3/96 SCHEDULE of OPTIONAL EQUIPMENT CONTINUED 29 Wheel Mounted Grapple Log Skidder Min HP 140, Year 1986-1996, with Operator. 29A Mobilization 29B Regular Hours 29C Overtime Hours 1 Job L.S. $~.- f~ ,1 100 HRS $1lilm>_ $-.- y;,:, 50 HRS $ .f)/QJJ1p- $-.- 30 Self Loading Logging Truck Min HP 285, Year 1986-1996, with Operator. 30A 30B HRS $~_ HRS $ tJO BID $-.- $-.- Regular Hours Overtime Hours 100 50 SHOW PRICE PER UNIT IN FIGURES ONLY. FIGURES WRITIEN TO THE RIGHT OF THE DOT (DECIMAL) IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS. APPLICABLE WASHINGTON STATE SALES TAX IS TO BE INCLUDED IN BID ITEM PRICE XO/244 Upper Hoh Road Park Boundary Washout Equipment Relltal 11 n ~t' "': . :;,~: , ,.-' ... ......... .,~..,:..., :D ". ,:'e(,'};,';, , .I.. ~ ' , . :,.' \ ~.' .' "', ,'.' '; ,. .,.....', "'tl( - -"~ _..'c..... ,', . .!f , :,,~J . ,10 I - o o 32 X, I 0 ,- ~ ~ z ~ $;-: ~ffi ~~ n ~g ,. ~o ~~ ~ ;:;:;0: ~~ ., fE~ . ~15 :I:w n ~:I: Z~ ~~. ww ~ is! Uen 0- o!:; Ww i!=~ !:!:b z ~~ f= :I: , 0...' Z ;,.. o 1[1 1(1 (1 n ~ fI ("--;'-- o \, ~..!:.- ~ -~- . o o .. ~j. NON.COLLUSION DECLARATION I. by signing the proposal. hereby declare. under penalty of , perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. '2, That by signing the signature page of this proposal. I am deemed to have signed and have agreed to ihe provisions of this declaration, NOTICE ~O ALL BIDDERS To report bid rigging activities call: 1-800.424.9071 The U.S, Department of Transportation (USDO"i) operates the above toll-free 'hotline' Monday through Friday, 8:00 a.m. to 5:00 p.m., eastern time, Anyone with knOWledge of possible bid rigging, bidder collusion, or other fraudulent activities should. use the 'hotline' to report such activities. The 'hotline' Is part of US DOT's continuing effort to Identify and Investigate highway construction contract fraud and abuse and Is operated under the direction of the USDOT Inspector General, All Information will be treated confidentially and caller anonymity will be respected, . DOT (""" nM30l .u- c - . .-- Cl) (....) , ,'.0...' Ml'IUf . , ""'"','r;<:~:' ':'~:': .;':' <"';"~'1 --=- .l lld.>dIL .Jl:t& 1.. u--.... ~ . 10 ..lInn .I.t~- I o o ,.;;.:. 32 X 10 1"'_"""" ~ - - z <to :I:~ ~ffi ~~ Wu -'0 uo ~w' w:I: -'~ enu.. ~Oi ::!E~ ~::; u..<( 5!.l15 :J: ~~ Z~ ;:0 z~, ww' ::!E =>i => 0, UC/l 0- o!:; ww: :I:u ~ f=, !:!:o z WC/l ~~I o ' z; ~ 1;1 ~ ~ ~ 11 1(1 tI ~ ~ ~ 11 ~ 1{1 fI fI 1;1 ~ .~ C 0--- ..,..., t; ,0 o '. ... v o o .. Certification for Federal.Aid Contracts I" ~~i S:,.;"i. f..: - ~ ~ .'~ ",.;"" ";' The prospective participant certifies, by signing and submitting this bid or proposal. to the best of his or her knowledge and belief. that: ' (1) No Federal appropriated funds have been paid or will be paid. by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency. a Member of Congress. an officer or employee of Congress. or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement. and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. . . (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress hi connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobb~ing" in accordance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of . this certification is a prerequisite for makino or enterino Into this transaction imposed by Section 1352, Title 31, U.S. Code, Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure, , <: The prospective particinant also agrees by submitting his or her bid or monosal that he or she shall require that the language of this certification be included in all lower tier subcontracts. which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. DOT 272-040 4-90 \.. -- I 0 o IIIIU:.... ....................... ~HL . r,i;(,,;~ C'}D~rif~i:::r,::;~;;:::: ,,'::,,''. .,.10 ;: ...L"TL1L~ ... . ___ ~ ~_,J :'.~_____;-;.i."?!1"':":;'~?fr'ii;;I'I_)'f;h:':n/~</;"<;'/i~1l';"r.:>,(" '-f.:....;;....', '''..:.. llASlMf~ "'''"tidM' 141-"\.-'-"'~" ,.' '.1(1,." L..a~- ~~:... - - ~__i:....::~.r~"'"Pf"I!"--_~~.ilI 32xlo . ',',. "~- v- ,- fI fI z r'I ~...: -i I ~ffi ~~ n ~ g ,- Uo ~~j n enu.. ,- -0 ~~ ~::; 11 u..<( 5!.l15 :I:w ~:I: Z~ ~~. ww, ~ iSt Uen 0- o!:; ww :I:u' ~g Z ~~ f= :I: , 0"" Z 'f o o .. PROPOSAL-CONTENUED A proposal guaranty in an amount offive percent (5%) of the total bid, based upon the approximated estimate of quantities at the above prices and in the form as indicated below, is attached hereto: CASH DIN 11iE AMOUNT OF CASHIER'S CHECK D DOLLARS CERTIFIED CHECK D($ } PAYABLE TO 11iE COUNTY TREASURER PROPOSAL BOND ImN 11iE AMOUNT OF 5% OF 11iE BID *Receipt is hereby acknowledged ofaddendull1(s) no(s)...L._ &_ SIGN~TUR~pF AUTHORIZED OFFICIAL(S) ) ~~2dk- Bruce B. Seton FIRM NAME SETON CONSTRUCTION INC. (ADDRESS) 4640 S, DISCOVERY RD. PORT TOWNSEND, WA 98368 STATE OF WASHINGTON CONTRACTOR'S LICENSE NUMBER SETONCI1650A FEDERAL ID NO. ~ 0 I 911 1 0 1 2 I 91 5 1 Note: (1) This proposal is not transferable and any alteration of the finn's name entered hereon without prior permission from the County Commissioners will be cause for considering the proposal irregular and subsequent rejection of the bid. Please refer to Section 1-02.6 of the Standard Specifications, re: "Preparation of Proposal," or "Article 4" of the Instructions to Bidders of building construction jobs. Should it be necessary to modi1Y this proposal either in writing or by electronic means, please make reference to the foUowing proposal number in your communication 1 (2) (3) X012U Upper Hoh Rood }lark Boundary Washout Equlpmtlnt Rtlntal ~ ~c '='~~:___::~,,_ ..at ....J1.M~lJ Q: S:(~.l~~~:;~1:;;;,;..L,.,,';.=~~. " I ~19= __"~, ,- I (;) o ...2~lgj ,- z <to :I:~ ~ffi a:~ <t:J Wu -'0 uo en ' enW w:I: -'~ en u.. -0 ~~' ~::; u..<t 5!.l15 :I:w ~:I: Z~ ;:0 z~, wWi ::!E =>. :J 0, u en, 0- o !::' ~~i ~f= !:!:O' z' ~5!.l f= ~i o i z , 1;1, i(I ~ ~ ~ fI fI .;-. ',r'.' ; I I o o c-- 0 - o o .. CONTRACTOR'S DECLARATION OF OPTION FOR MANAGEMENT OF STATUTORY RETAINED PERCENTAGE A. I hereby elect to have the retained percentage of this contract held in a fund by the Owner until (30) days following fmal acceptance of the work. Date Signed B. I hereby elect to have the Owner deposit the retained percentage of this contract in an interest bearing account, not subject to withdrawal until after f'mal acceptance of the work. 'SignedJ3........-/~ iruce B. ,Seton C. I hereby elect to have the Owner invest the retained percentage of this contract from time to time as such retained percentage accrues. Date March 18, 1996 I hereby designate escrow of said funds. Sea First Bank - Port Townsend as the repository for the I hereby further agree to be fully responsible for payment of all costs or fees incurred as a result of placing said retained percentage in escrow and investing it as authorized by statute. The Owner shall not be liable in any way for any costs or fees in connection therewith. Date March 18, 1996 The bidder is hereby advised that by signature of this proposal he/she is deemed to have acknowledged all requirements and signed all certificates contained herein. XOI244 Upper Holl Road Park Boundol')' Warhout Equipment Rental C, J G r:) ~,,,:' . . . .,.. ~.~i~;\::;:75w~:i.~~',:.e:r1fl:~: ~ ;,.. ',' '".r".~ (1'\" ", \;';~a:,!~t;,',";?:.':'t t: . 10 - I o o 32Xlo V' --- - o - o . fl f1 ~~ fl ~w ~~ ", ~g 1- ~o. ffi~ n U; ~.il -0, h ~~. '., u..<( 5!.l15' :I:w ~:I: Z~ ~~, ~~j => 0, UC/l 0- c!:; ww: i= ~, !:!:b z ~5!.l f= ~I ~l SUBMIT THE ENCLOSED PROPOSAL BOND FORM WITH YOUR PROPOSAL. 'i\-, *" '1, '0 USE OF OTHER FORMS MAY SUBJECT YOUR BID TO REJECTION. NOTE: Use of other forms may limit the bond below an amount equal to five percent of the bid total. .r...... ! . , 100 XO/U4 UpfHf' "oh Road Park Bounda"Y Washout Equlpmtnt Rtnla/ C'o--' ...1M. ". " .~,.:-;":~ "il~.~c"~l__,f: .... ~Ii .,~ IT - -F' o ,- o .. PROPOSAL BOND ; KNOWN .AIL.MENBY THESE PRESENTS, That we, SETON CONSTRUCTION, INC. of Port Townsend 'Washin~ton WAUSAU A MUTUAl ,COMPANY a corporation duly o~ under the laws of the state of WISCONSIN . and authorized 10 do business in the Stat~ ofWashington, as surety, are held and firmly bound unto the State of Washington in the full and penal sum of five (5) percent of the total amount of the bid proposal of said principal for the work hereinafter described, for the payrilent of which, well and truly to be made, we bind our heirs, executors, administtators and assigns, and successors: and assigns, firmly by these presents. z ~r-: ~ffi ~~ ~g Uo rnw: ~~I enu.. ~Ol ~>- ~5 u..<t 5!.l15 :I:w ~:I: Z~ ;::0 z~ WW, t ~ iS1 Uen 0- 0'= ~w [ ~~ ~b z ~ 5!.l l f= :I: ~ " of--, Z l. t I o I. I o I I I I C--; --__ : as principal, and the EMPLOYERS INSURANCE OF The condition of this bond is sucb, that whereas the principal herein is herewith submitting his or its sealed proposal iifr the foUowing highway construction, to wit: Upper Hoh Road Park Boundary Washout Project No. X01244 supply equipment; haul and replacement of riprap, quarry spalls, gravel embankment, and ~arge woody material and operators based on hourly rates said bid and proposal, ~ reference thereto, being made a part hereof. i NOW,1HEREFORE, If the said proposal bid by said principal be accepted, and the contract be awarded to said principal, and if ~ principal shaD duly make and enter into and execute said contract and shall furnish bond as required by the Department of Transportation within a period of twenty (20) days from and after said award, exclusive of the day ofroch award, then this obligation shall be null and void, otherwise it shall remain and be in full fOrce and effect. ' this IN TESTIMONY WHEREOF, The principal and surety have caused these presents to be signed and $Ca!ed 18th dayof March , ~ 1996. SE.ro~NSTRUCTI~N? ~NC,~ I~{~ (principal) ~r XOI2~~ Up".' "oh Rood Pmk Boundtll')! WtUhoul Equlpm"" R~n'al - ., ' .__=:~t) (~" c , ';~~,"'~~!'~i\,'~, ,',,\,,:\',~ ;~!:,';'" :,"c', " , ~~'~~;);ij,~'\'~ ' tklii." uBIisI {' >> 10 I o o 32X 10 .- z <( . :I:~ ~ffi a::2,. <(=> Wu -'0 Uo OOW' ~ i!=1 (flu.. ~Oi ::!E~ ~::; u..<( 5!.l15 :I:w ~:I: Z~ ;:0 z~, W Ul :E =>' => 01 Uen 0- C!:; Ww :I:U ~- ~b z WC/l u- i= :I: , 01-, Z :>d ~ C UJ a: ~ a: <l: UJ "- "- <( I- 0 Z (fl UJ 0 C ~ L z UJ ~ UJ ~ <( I ~ (.!) Vl ~ Vl :i: Z l- ce ~ <t >- UJ ,~ Z a: 0 ~ <( u.. 0 a: UJ 5 0 "- C ::::; <( > <( ~ 0 z ~ Vl :i: I- :r" o o I I ("--;;-_.. - - o o .. EMPlOYERS INSURANCE OF WAlJSAlJ A Mutual Company POWER OF ATTORNEY (FOR BID BONDS ONLY) KNOW ALL MEN BY THESE PRESENTS: That the EMPLOYERS INSURANCE OF W AUSAU A Mutual Company, 0 corporation dul~' oT~anized and existin~ under the laws of the State of Wisconsin. and havin~ its principal office in the City of Wausau. County of Marathon. State of Wisconsin. has made. constituted and appointed. and does by these presents make. constitute and appoint LORI WHITrED. KRISTA K. STROMBERG its true and lawful attorney.in.fact. with full power and authority hereby conferred in its name, place and stead, to execute. seal. acknowled~e and deliver ANY AND ALL BID BONDS OR WRITIEN DOCUMENTS INVOLVING BID GUARAN. TEES OR IN THE NATURE THEREAFTER - - -- -- - -- - - - - - - - - - - - - - - - - -- - - - - - - _ __ _ _ _ _ an to bind the corporation thereby as fully and to the same extent as irsuch bonds weresiKned by the President, Realed with the corporate seaJ of the corporation and duly attested by its secretary hereby ratifyin~ and confirmin~ al1 that the said attorney-in-fact may do in the premises. This power of attorney iSK1'anted pursuant to the following resolution adopted by the Board of Directors of said Company ata meetinK duly called and held on the J8th day of May, 1973, which resolution is still in effect: "RESOLVED. that the President and any Vice President- elective or appointive - of EMPLOYERS INSURANCE OF W AUSAU A Mutual Company be, and that each of them hereby is, authorized to execute powers of attorney qualifyinK the attorney named in the given power of attorney to execute on hehnlfofEMPLOYERS JNSURANCE OFWAUSAU A Mutual Company bonds, undertakinll's and all contracts of suretyship: and that any secretary or assistant secretary he and that each or any of them hereby is, authorized to attest the execution of any such power of attorney, and to attach thereto the aeal of EMPLOYERS INSURANCE OF WAUSAU A Mutual Company:' "FURTHER RESOLVED. that the si~naturea of auch officers and the aeal of EMPLOYERS INSURANCE OF W AUSAU A Mutual Company may be affixed to any such power of attorney or to any certificate relatinR' thereto by facsimile, and any such power of attorney or certificate bearin" such facsimile siKnatures and facsimile seal shall be valid nnd bindinA' upon the EMPLOYERS INSURANCE OFWAUSAU A Mutual Company when so affixed and in the future with respect to any bond. undertaking or contract oC suretyship to which it is attached," IN WITNESS WHEREOF. EMPLOYERS INSURANCE OF WAUSAU A Mutual Company haa caused the.e presenta to bo signed by Ihe vice president and Duesled by 115 assiSlDnl secrewy. and hs corpomlc sealla be herelo affixed this 1ST day or DECEMBER , 192!.-. 4"'l).' 1t:,~~.;, ~l \ SEAL' EMPLOYERS INSURANCE OF WAUSAU A Mutual Company By I-'~&- J. Slephen Rysn Vice President Attest: Assistant Secretary STATE OF WISCONSIN )as. COUNTY OF MARATHON ) On this 1ST day of DECEMBER I9.J!!L., before me personally cllll1e J. Slephen Rysn to, me known, who being by me duly swom, did depose ~~C~~~dl: :60~e,~I~~~~dl~~~ ~~ ~~eo;~~~~~?~~:O~~I~: ~I ~~I~'tn~e~~I:I~~C:~rJin~: :c~~~~::~I~:d i~t"I~ :~i~~ afOxed by order or the Board ~r .J?l~cl~.n_ ~~ ~Id corporallon and lhal he signed ,hi. name lherelo by like order. IN WITNESS WHEREOF. I have hereunlo set my hand and nrfixed my orricialseal the day and yellr herein firsl above written. ~'h,;,;~ a.~ P.ulciA A. Klel1Wl NOTARY PUBLIC STATB OF WISCONSIN MY COMMISSION EXPIRES MAY 24, 1998 CERTIFICATE Notary Public ...,.,..tJ.~." I .~I,~' . .r.".".~ #;~Ii. STATE OF WISCONSIN CITY m'WAUSAU )s", COUNTY m'MAIlATIION ) ~~:~~r~~i~~,~I~II~~~~;~~:~~~ u.c;[~~~rfo:~~~~:;~~~~h~~~~~~~~f~i'to~~o~ ~ttii~~ ~bIf+uc~~,o;,{'i'~~ ~ ~I~C[)~.+~ ~~~k~I~J:~~~:.:o~Ifi:~:;~. ~~J;~~:'01~~~~a~JI~~~~ro:~s~~~t~~nKlll~c:,,~~; ~r ;;~~r~~:i.n.~nl~~af~r~~~e.n Si"ncd "nd sealed in tho City ofWaus"u, MarBthon County, St.ate o(Wlseon In. this 18th day nf .2!!!!S'!...___._, 10 96 ~,~) s~.~ NO'J'F:: IF VOll IIAV~: ANY QUESTIONS REOAIWINO TilE VALIDITY OR WOIlDlNO OF THIS I'OWF:11 OF A'M'OIlNf;Y, CAI.l. TO"'. mF:E (AUO) H20.1001, (IN WISCONSIN, CALI. (AOO) ~72,OO4l) R. J. Desteman Allllllnl Seeretsry 815.4222.1 06-94 1[- I:) 0<,:;, ~ . 1tIll.~ '" -~-..- <" 10 ".,\ .~;~..,;" I ."';1~/',~:' . .b... ,.."" ~ . - 11M - - I o o 32 X 10 '':-''''':'''''' l>......&~tlIIli......: '->... ......uHL'ilddll.-"'O"- . r - ,- ~. ~.. z ~.. <( , :I:~ ~ffi a:::lL ~... <(=> LUU -'0 Uo en ' ~~I ., -'~ C/lu.. -0 ~~ 11 ~::; u..<( 5!.l15 :I:w ~1 ~:I: Z~ ;:0 z~ ~1 wW, ::i: =>,' => 0, Uen 0- O!:; ~J Ww :I:u ~- !:!:b ~ z wen u- f= i=: o , ~ Z I 'p- -' 0 ~, I' o .' -' -' (1 (=-;-"~-- T -- - o o .. DISCLOSURE OF LOBBYING ACTIVITIES Complete .his lorm to disclose fobbyins adMt,es pursuan. 10 31 U.s.C: 1352 (See 'e.,~rn 10' pvb'ic burden disclosure..) A",,~ by OM' OJ.~ I. T,.p~ 01 '~de,..I"'(lion: :!. 51.luo 01 Frd...1 ACllon: 1 Report Type: o .a conltact 0 I. bidloffcr'app'ic.arion o a.. ;nil.,. liIinl b. aUlnt b. initial award b. m...rW eNn.. c. cooperalive- ,s,ecmcnr c. pOll-award Fo, M.lcriol Ch.ns. Only: d.lo.n c. 10.ln IUlunlce' rei' _ qUlner _ I. loan inlurJnCe d,re 0' IUI report _ .. Holme and Add,,,n 01 Reporti"s Entity: 5. Ir Report;ns Entity in No. .. is Sublwarder. Enter H.me ::I Prime 0 $ubawltdce .ncI Add,... 01 Prime: Tier _ ' if known: COtl~n:Slio"11 Oi",icl. if known: Con.reuion.r Oiol,ict. if <<nown: So Federal Dcp.arlmt'nl A.&cncy: 7_ Fcd.,a' P,osnm NamcIDncriplion: CFOA Number_ ,f .pplic.blo: .. 'eder.1 Ac.ion Numbeor. If J:no-n: ,. AWArd Amounl. ,1 Je/'lown: S 10, .. "..mt ,nd Add'con ollobbrins EnlilY b.. ~t~~~d'::"/,~::'e~:~";b~f Services ,,,,c/udlftl ~ddltss " "I ,"d,.",dlJ~/. IJH Holme. f"., n.,Jmt. '-tU: ".,JII n.Jmr. fi", nJm,. MIl: '~rtlt" C.""'II,,,,'1011 SAHI',' ".Ut.1lI J ,.H...~,..' 11. Amounl 01 P.ymenl fChtc~ ./lI/IJt .cplyJ: 11 Type 01 P.ymen. Ichec~ ./11/1.1 ,pplyi: 5 C "Iu,. :; pl~nned 0 ~. reuiner 0 b. one-time lee I:!. Fo,m of P'ym.nl ,check .11 I/IJt .pply/: 0 c. commission - ,a. eun 0 d. conlinsen. '.e w 0 e. d.le"ed C ~, in. kind: .pec,fy' n~(ute 0 r. olher; specify: v.alue U. Srit' De"riplion a' Stn'icC's Ptrlormed or 10 br PrrlormC'd Ind D,lIcU' a' Service. includinl olOeertl'. cmployt'fCII or Mcmbrru, canucled. lor P'ymenl 'ndiolrd in Hem 11: . NOT INVOLVED IN LOBBYING ACTIVITIES t""tII '"",'Nt..."'" SA.., ,I U.uJ.A .t IIH''''''''''' IS. Conlinullion Shull" 5F.LLL," .,uched: o Ye. o No .- -t! , ) J '" ____ ......,.. ___... .... .... . ...-.w... lit """ J1 u.1C. J - I CLJd-_ .....-.IU .,... ..,___.......,..,.. ..,__.. .~-.I~__ 51SM'ure: .. c." ___ ........" ......... .. ,we"- .., ,.... ,_ ..... ....... uw. Prin. N.me: Bruce B. Seton 11I--"-" .. ---. . ""...... ..... n. III"~ .. .....-.r........... .. It UlC UII ".. .--..-"... _'''''"''''"..... c.......,.-- nile: President ---.... ..... ... ... ....... ... ~ -......... ~ ...- .... ..... .. ,,~ .. ......-... ...-.- tile' .. ......... __ . ".... .....-nt .. Mil "" -- ~360) 385-02] \11<: 3/]8/96 Iw...................,.,... _.. ...11......'......,. Te'ephon. 001 foderar u.. Only: ....~....< ~.l .. ,.II',~/t~~:, '.::':'~':~:~~,~: ~ ' . , I ~"'_iJ'" I., IM~ II.,......,.... " ,.,.,..,..,,,,......w "",'f}"',"'" [ E) CJ;) 4M "..tI.~l n~_ - Lbo:IL.~~"'.lIlJl.1l1lI ~-...... ~~ ~--- ( 10 JlUL J...............-.. lWIIIIllI I o o 32 X I D . - ................... r - i 1 1 , , , ~ 1 1 1 r '1 Z <t . :I:~ ~ffi a:::lL <(=> Wu -'0 Uo (J)w: ~:I: -'~ enu.. -0 ~~, <(- a:-' u..:3 5!.lo :I:w ~:I: Z~ ~~ ww ::!E =>: => 0, Uen 0- o~ Ww :I:u ~13 z W(/) u- f=~ o z r (~---;. .' o o .. INSTRUCTlONS fOR COMPLETION Of Sf.LLl, DISCLOSURE Of LOBBYINC ACTlVIl'ES This disclosure lorm ,"'.aJl be comp'~led by the reponing enrity. whedlct .ub-awoI1dec 01 prime fcde,~1 recipient.. ,If the iniri.uion or receipt 0' .I covered FedeuJ .IC1ion, 01 Ji m.areri.aJ chInle to I previous filins,. pursu.anr to rifle 31 U.S.c. section 1352. The tiJinl 0' a torm j, required for coach p,aymenr 01 Jisreemenc to m.ake p.lymcnl to .any 'obbyi"1 enfir, lor innuencins 01 InemprinS to innuence an eHieer or employee 0' any _seney, . Member of Canlrcss, .an officer or .mplol.e 01 Conp.... or on employ.e 01 ~ M.mber 01 Consre.. in cOMection wilh a coy.re<! fed...1 action. U.. "'e Sf .llL.A Conlinualion Sh..1 lor .ddilion~1 in/onnuion il Ih. 'p'c. on die lonn d inad.qu"e. Complete ~II il.m, thaI apply lor bOlh !h. inili" lilinS Utd mal.ri.. dw1se "'port. /teler 10 !he implemenlins suidance published by the OHice 01 M....S.menl ond 8udset lor addition" in/omulion. 1. Idenlify!he Iyp. 01 coyered fedenl action lor which 10bbyinS aCliYily II Mldlor has' been secured 10 innuence Ihe oulcome 01 a cOYered federal .ction. . . 2. Identify !he SUM 01 !he cove",d fedenl ~elion. J. Idenlify Ihe appropriale dassificolion Ollhil r.po". IIlhi. d ~ lollowup repo" coultd by a m~leria' chango I., I~. inform,uian pt~ousJy reponed. enle, the 'feu ~nd qu.aner in which th~ ch.lnSt occune:f. Ene::r the d.ur CI ;~.,: I:i~ pre",iou,'y submitted tepOrl by this ,cponi". en IiI')' lor this coycred fede'~ ,actiOn. ... (nler .h" lull n..me. ~dd'eSl. dry. Ilzle and zip code ot .he 'eponi"1 en'i,.,. 'nelude Conlression~J Oiurict. it known. Check the 'ppropri,lIe dusific.alion 01 the ffponinl endty th... desia",ue'l it i, i'l. or e:lpectl to be. .. prime 01 ,ub.l....'ud recipient. Id'enuly the lie, 01 the lub~wolldce. e.... die iii'll sub..w,rdee at the prime is the lIr tier Sub.w.anJs indude but "e no.'imircd 10 lubcontt,cts. ,ubs,antl .nd conll,ct .....,d, unde, I"nls. 5. "the orSJnh'.uion liIinllhe tepa" in i.em ~ ched,s .Sub.aw,arde,". then enCrt .tat" lull name. .lddrcu. ciry. IUle ""'I zip code ollhe pnme FcdetJJ recipient. '"dude Cons'enion.ll Oisrn'cl.. it known. . 6. Enrer the n.ame o( Ihe Fedenll!Cncr m1kins the .lWlrd or lo,n commirmenr. 'ndude al leur one o'!Jniz.aUOr..a1 I..el below .seney name. il ""0..... for el.mple, Oepanmenl 01 Tr""port~tion. Uniled Slates Coast Cu..d. 7. Enlo' Ih. Fede"r prosram n~me or descriplion lor Ihe coy.,ed feder" ~ction (item 11. II ""own, ente, Ihe lull CaUlo! 01 Fode,,' Oome"ic AuilUnce ICfOA) number lor sran.., cooperatiye .sreemenu. lo.nl. .nd loan commilmenlS. e. Enler the mOil .ppropriue fede..1 Idenlllyins number a.an.ble 10' the federJl aclion idenlified in ilem 1 Ie,s.. Reque" lor P,opoul (RFPI number: In,.;wion lor Bid UfBl number: s"nl aMouncemenl number: Ihe conlraCI. s..nl. 0' loan .ward number: the applic~tiol\lpropos" conuol numbe, a..isned by the federal aseneyl. Incluee pre/ixes. e.s., "Rfp.OE.90.001." 9. for a coyered Fedo..1 action whe,e Ihe,e h~1 been .n ~ward or lo.n commilmenl by the federal agency. en'e' tne federal amounl 01 !he award'loan commitmenl lor !he prime entily identified in item 4 or S. 10, Cal Enler the lull name. addre.., dry, lute and zip code 01 !he fobbyinS enlily enc.sed by the rei'ortins ent'..,. id.nul1ed in item 4 to innuence !h. cove,ed fede,,' acllon. (blEnltr Ihe lull names 01 Ihe Indi,.;duallsl perlorming ,e,...;cel, and include /ull .ddre.. il dlHerenl "om 10 /JI Enle, l.II1 Nam.. fl"l Name, and Middle Inili~1 IMI). 11. Enler 1/10 .moun' o( compenul;on paid or ..nonably "p.cled 10 be paid by Ih. repo"'n! enliry lire", 4) 10 Iho 10bbyi"S onllly lilem 10), 'ndic..e wh.lh., lhe paymenr h.. been made lactu.1) 0' ..ill be made (plaMeol. Choc~ all boxe, Ih.. apply. IIW, jl a malen.l ch~n8e ,eport, en Ie, the cumulariye .mounl 01 paymenl mado or plannoa 10 be made. 12. Check the .pproprialO bollell. Check all box.. Ih~l apply. II p.ymenl II made !hroush an In.kind conlnbul,on, Ipec'I) Ihe nalUre and ..Iue ollh. In.kind parmenl, , 1l. Check Ihe app,opriale bodell. Ch.ck all boxe'lhal apply. II o!he,. I~<city nuu... 14, 'royide a Ipecilic and deuiled dncriplion 01 !he leMcn Iha, Ihe lobbyl.. has porlo""ed. 0' ",ill be ,'peclOd 10 perlorm, and lho dUel') 01 any u",ic.. rrnderrd. Includ. all p'.paruory and relued .eli,.;ry, nOllull lime 'ponl in aclual conUel ..ilh Federal oHldal" Idenllty lhe federal oHldal/s) or employ..Cs) conucud 0' the oHicert", employee/s), 0' M.mbertll 01 ConcrrU!hal we,e conuCled, 15. Check ",helhe, or nor a S'.LLl.A Conllnuation SheeUl1 i. alUch.d, 16. The c."ltylns otliclallhall tIsn and dale !h. lonn, prinl hllll>e, n.me, tid., and ,elophon. numbe" 'ubl.c rrpomnt burd,,. '01 Ihl\ canf'C'Oon of in'omuno" II uamll,d ro nottll' JO l'fMNU pcr f'lrtpotl.... iN:'udi"1 am, 'at ".',...."'1 ."II\K~O"" Muctu"l fllll'"8 diU toutCrt.IId\'""1 and mlanWN"1 d1.. diU nmf'd. U\d compl,anl Md """C'W'l"1 en.. COUfCOO" 0' ""C1tm.1ItO", S,nd camm,nu "lattii"1 ch, butd," .lanUI. 01 "'" 0'"'' upt'C1 0' IN. CoUlnlon a' in'o,,"lllon. '"cludl"1 IUUftIlO"1 lor ..du<'"1 !h.. burd,n. "'!h, O";c, ., MInllom"" and ludl'~ ,.~ .tdU<1lon 'rollC1lDllaoOO16'. Wulun...n. D,C:..I~IOI c Q~~ 'i\:~ri> ';-"d.._~ - ~.. J~_J::la .....dMta .......... .. f' 10 . -'" ~ I o o 32 X 10 -- 1~.!:(L ~_ - z <to :I:~ ~ffi ~~ wu -'0 Uo ~~' ~~ enu.. -0, W ' ::!E~ ~::::i u..<( 5!.l15 :I:w ~:I: Z~ ;:0 z~, ww, ~ 13\ UC/l 0- o!:; Ww :I:u ~~ Z WCf) u- f= ~: o , z ~ IfI J(I lfI ~ fI 11 J1 ~ ~( ~ ~ ~ rt I fI fI rI ~, rt 11 C'-" 0- ;r' o o o o .. A!Ia. == Washington..... ~II Department of TrIII1SPOI"-Uon Subcontractor List Prtlparlld In compliance wIth Chapter 378 taws of 1993 To be Submitted with the Bid Proposal Pr~e~Name UPPER HOH ROAD PARK BOUNDARY WASHOUT-EQUIPMENT RENTAL ~ROJECT NO. X01244 Subcontractors that are proposed to perform categories of work exceeding 10 percent of the contract price must be listed below. The categories of work are to be listed below the subcontractor's name. If no subcontractor fits this criteria, enter "none proposild." Subcontractor Name NONE UTILIZED Categories of Work Subcontractor Natl)e Categories of Work Subcontractor Name Categories of Work Subcontractor Name Categories of Work Subcontractor Name Categories of Work Subcontractor Name Categories of Work DOH..."'''''" -.... :: E)~ ~.... ~ -, ^....,."...'..u....,..."...,,"'...,..., ,_, '\'d{, ,~, -.r" "., ,~-I~j~~~'X"<ii,~','; i " ..., ll" (' · T I \ I t t ,~ .'if '~ ,l; ~ ;,'~'~' {'- <1: ',.", ~.',', :i , I 10 - I o o 32 X I 0 .- Z <to :I:~ ~ffi a:::lL LiS=> -'u uO o ~~i -'~ enu.. -0 ~~ ~::; u..<( 5!.l15 :I:w ~:I: Z~ ;:0 z~ ww ~ is( Uen 0- Cl!:; Ww :I:U ~- !:!:b z wen u- i= :1:1 01-: Z rt fit fi rl la II ~ I ti [I [I( ta fl III III [. III II II ,- (=-'~"..- ,r o o - - .. ~ :J::: Washington Stet. .-q o.partmont 01 "'anepo<tatlon o o Disadvantaged BusIness Enterprise Utilization Certification To be engible ror award of this contract the bidder must fdl out and submit, as a part 01 hislher proposal, the foDowing certification relating to Disadvantaged BusIness Enterprise (DB E) requirements, This certmcatlon shall be deemed a part of the resuning contract. Failure to fill out and submit this certifocatlon, the inclusion 01 a false certification, or InsufficIent projected use 01 DBEs, shan be consid- ered as evidence thai the proposal Is non-responsive to the Invltatlon to bid. Informallon on cerflfitld firms Is IIlIsllabla from OMWBE, phone (360) 753-9693. SETON CO~~~~;,;;ION INC. certIfies !hat the following Disadvantaged BusIness Enterprise(s) (DB E) have been contacted regarding participation on this project and, if It Is the successful bIdder on this project, it shall award subcontracts to or enter into supply agreements with the fonowing DBEs as Indicated: (If necessary, use additional sheet). : " ::, ~. ',~ :.",: 'd!k::4~i~~J ::i;3~:}.jAt.:}d~~~::6t,;'~F: ':'~::::;.~:~: '\~: DoaI.r.orServl';'p_",,~ :'':t:: ;1:""Desc'r1ptlon ofWoi'l<' )!':i:;;: Towards GOBI Na'me of DBE Certification No,- "..;" 1. N/A 2. 3. 4. 5. 6. 7. 6. 9. 10, Disadvantaged Business Enterprise Subcontracting Goal: 0.00 DBE Totsl . * See rhe section .Countlng D8E Participation lbward MeeUng 1M GOIIf In the SpecIal ProvisIons 01 this Ccnlract. ** The Con/mcllng Agency will utilize /he abowl data /0 de/enn/ne wile/her or not the bidder has met the (10111 or Ihe evt!lmge (10111 aNIJlnllltlnt 01 a/l bidders, DOT ='r~ ~lllalllUl!lllU -. C __I:lIIlIlJ~iJ" I ' L_l ~::> ""i':l'IIl'.~':"."-"'c-- .' !"!;i-: fi) ::~',:'~";~"> ,'IU~_ -. M__ .1 T ** (~ " 10 .ta ...~: s_ - I o o 32 X I 0 ll2!L JJL. --. '1'-- ,- z <( , :I:~ ~ffi a:::lL <(=> Wu -'0 uo (/'Jw; ~~I <Jlu.. -0 W>- ~!:; a:~ u..::l 5!.lo :I:w ~:r: zt- -0 !z f- ww ::!E =>, =>0 UC/l 0- O!:; Ww :r:U ~- !:!:b z woo u- f= :I: , 01- Z .,. o o \... -- o o .. o I~ I::' = I=' r:' f:' '~IC- i: i: I: r::;j i~ ~ .~ ,~ ~ .~ ;~'\ - l~'~:":,';::z..;;;.;o;;".r" ~.>( '-lr\",,,-~r~'Tf\~'" :::::.-- '0'~-::':' -,- ..'1~' ~ .~( () j , IJ~'''I ;:~... .' , ',"\ '~.' ~. " \'\ .\ 1\...... " '.f, \ . . . "'.\' \,'.'1\ ! tJ ~ ~ -'!., ,\,. "",~ I -\ \ ~ I y.. ". -./ n \\~ f"~i';T ~"! ~!,., \ ,/~.... '...-., 1 ......, i- -.. -. -\'- ". -~~ ~ \7. 0"'.'" '~1 ~~. "i,. . f'" · ~ '-. . ! \ j' " "..."... , i .......", .. ) i," -~'.-'a,"' . ': r ".....;" .... ,....,',"....... ',W,-" ;,'''~' '''- ' /' ~ '.L_ I I "'" i \ --.. 'Irl.;.t ' , ' f--1 ~~ '" -: " ,-. "..."':; ',-'v - ~-, r--'-:-"--:-: .;-- :~) /' ~~"\t'. "-. ...... ' , (. ~ -. "I~..,. ~( ...'. 1/ .. \, / "/ ~a "". "i . 1"'\ i ,~,. /. 1 0 I)..~, '(" M .. P '@ i ....."\ ,/ A./': ,L,~;;:mir \ \\< ~.........,. "., f{ \ I~.V-~ "'--\::. ..... \.. '\" ~ .. k\~ .....n I.,,,..l' l;r/ .) $r" \, v;':~ ,,1. /i":;''' ;:;:~I'~';:" "~:5'H~N~!J~.~_ 'I.. \ ,,' \;- - ili~' .... r~ . . ~ \P' V 'I '[ /.," \,.\ . I . L...~ ~ ' -, ~ \. \: \-, -.-~' '. y.' j' .\~:~iTI' ~,J, y' ~", ~ . :'1' X C.,/ "'-~-:A~l:::': 1~::,"",.,,\ ) \ '1'\ ~"I '\' .~..... \",~ .. .j'J:.:.:. ,. ..I.If~.. " {, ~ .\. "11 ~ ;.- '/1' '. .... /" oj , ~'---~ r~<J:' ~r r: . ~ --=-TK~~~\~~~:~''''?''y;' ~ -.1:::.7-:""';"--- \.. ' lOr \ ", \', .:'\ " "'i ;,~ '\ .. :',~.'\ l~.... ~~" -', "V (". ) r '.' . "!;C.~ ;~'.." \/ :.. ,..:)' ( ..( 1-.' ) I- "'\ ') \ i ~ "___ ,,/ I '-) ,i/, , ~ i' ....., ','.!' I I ~/, 1 ~kt \ ~ . I~J-;- ~.~ '-I,--~ . ~ ~ JQ '>--; . ~.' !. /1,( {t fJ' ....> , (:-' I." ~ .,L~?7' ~ , ...... "->~ / I / w" '1 ' ~-~ - - ,~.:.. -q \ ---- i~ 0< /: ' '~.:t~)~. . --1r 7' --...... ) '. roo - 7f ~ ~1' ,,~~".).. . \- \ I" ""I :.... . "'-\!I . "I' '\. . ,1 . ",-~ ...., \ .'~." ',,",' ( )' . _.L"\%_~ i ), :,.......'\ " .....,#,1 . , .. ", ...., '~::'. ' 7. 1~' 1 \'=&"'I'\..>'\..." :'-'-1"'''-') ,,-, -"':'.. ../<::-- ~:~, t" .on~,C r ~l<~f\;'~' ~~' ~;;l I)~ ~ I' ;4,.../. \. ,," _,~~L:~.~~ ':<'i~ N),. ~,.: .: " lW ~~....... r...._J LL I..,::;?i~ "\. V . -'/ \ "17 I, n ~Ff -I,.:' ---"'I ~ u ." I \'~ ......, ~ I n V 14 """,., J" " II II "V ~I I .. ",,,,,,... ,t, ' ... - (I. ::;::J.:'fNfJ I "I--( 'j J I \ f j,'), ''''":-'''_'-''__~__ ..:A.',_.......-'.~.. .-. - -';;:: .-;;.r.-----j- ~ '-,~>.,._" /. ~ .. " _ ..i.::i--;;-:~:~ /~.'. /" ~,.s,;) "\ 'I.... "'~., ~,/, .. i... . ---. --\. .'--.~V-- T '-~ l' .,...:.:..~t_.,.l. -.--'--- '_..'....\....._~I.:.:.:.'..::.-i.,,:,l,.._.-. __ .....- - ..... - ; .-c,,,... ~ .....-1'0---..' , y~ '\ " ' ' .' ~ "" / .. 'I --............ "'" II" ,. ,. ~ ~'~." . It "III I' II II U ", 't .. ... .':_: II ' ..... i ./ ._".... of, ."~ '1/.-- I / , I '.... .. ',...-:::-:.-.' .. · "06> . . ......: . _),.t . \.f . :'1' II ~ I.' \.--'J'~ ~,.......rI.~GJf~' /. \ / '.}- I. ....,1 \, - ( . \ ,., I ' ",' ........, ~'...... . I- I....... ~ '. ~ ' , .. - . \0' \ .....- -- _ --i-fJ--- - 1"" ,0 ,-.,~'.~... .j...~~ ...~. -- ./. VICINITY MAP " , ~~. . X{ >f'('" "A......}...-":".....l.;-l.r..J"'~~~,!!< I UPPERHOHROAD t . \I.......J ...".,. ~?' c; ,.... ~ .,I~. _-.1... 1'" PARK B ... :." , m - . :......~ -V~ -;:: -- _.. - . ...".. :--- ~ y.._"" -;::-.. 'j;':'" OUNDARY " ',0" "(\ ,. i ~.. .. " d\, ,f ~';1' --\ Ir<! "'i..... "I". WASHOUT ..-.,.J. --. ~ --\ l' ..r~...L -k:"-.:::... +--- '.~\-.- _::::.:1:: XOl , .... . ",'.. ,l(... ,,_ N'V.. 8 , :t:::. ~ ...-,., ~ ~ ..:.- _J, . 244 .JEFFERSON COUNTY punLlC WORKS ~.. ._. ,..._...._ . .__ ....n I "I'. 'jO .'. :::. , ~--:.....:-_.T~--;,~ [: o:2:l "..'.'..',., . ,-..............I~Il.LJ. ---- -- 1 L ~l.!'8.toI'7'JII""""1-~ (=--;.. . --- ~ (' " 10 L - &1...1::. ...IilLll:L1 1IIII.:t.:L_Ll1ll'illllld -...b.~ o )~;. 32 X 10 . 17 ,- z <( . :I:~ ~ffi a:::lL ;5=> -,u uO en 0, ffl~1 -'~ enu.. -0 w ' ::!E>- <(!:; cc-' u.':3 5!.lo :I:w ~:I: Z~ ;:0 z~ ~~i => 0, UC/l 0- o!:; Ww :I:u ~~ z wen u- f=~ o z 2 4 5 6 7 8 9 10 II 12 13 14 15 16 I 17 18 19 L 20 21 22 L 23 24 L 25 26 27 L 28 29 30 I. 31 32 33 I 34 35 36 I 37 38 39 40 ~r' o o I I (~- .;jjj - ~.. o o .. INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 1994 Standard Specifications for Road. Bridge. and Municipal Construction adopted in January, 1994. AMENDMENTS TO THE STANDARD SPECIFICATIONS The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the latest date of revision. Each Amendment contains all current reVISIOns to the applicable section of the Standard Specifications and may include references which do not apply to this particular project. The Contracting Agency for this project is Jefferson County therefore: Where the term "Commission" or Washington State Transportation Commission" appears in the Standard Specifications or Special Provisions, it shall be interpreted to mean the Board of County Commissioners of Jefferson County. Where the term "Department" or Department of Transportation " appears in the Standard Specifications or Special Provisions, it shall be interpreted to mean the Director of Public Works of Jefferson County and such agents as are authorized to act in her behalf. Where the term "Engineer" appears in the Standard Specifications or Special Provisions, it shall be interpreted to mean the County Engineer of Jefferson County acting directly or through her duly authorized representatives. Where the term "State" appears in the Standard Specifications or Special Provisions, it shall be interpreted to mean the Jefferson County acting through its authorized representatives. Where the term "State Treasurer-Department of Transportation" appears in the Standard Specifications or Special Provisions, it shall be interpreted to mean the Jefferson County Treasurer, acting through its authorized representatives. Where the term "Secretary" appears in the Standard Specifications or Special Provisions, it shall be interpreted to mean the Project Manager, acting directly or through his duly authorized representatives. -\'0/ ].f.1 UI'I'~r I/o" Rt.lC/(/l'ark Ooundary WaS/Will Equlpmcnt Renlal --~ o (I"~ i:J 't.' - :.:,;'t~,~~;!:n:J}i':"?I::"':"~" ';',,:{~,;,.: ";;'~;~~;',:,'~ ,:'i '~j\:':"::':; 1~0lI' l~-" L;aJ=::. --. 1: *_. "'" ...-- ~.......'~~ .........ulilla.tiliiln ~ :-.:..."'./,',,, ,i,f'". ,'f -"'" ... .. .. T~ '~ ~ {t ~~ :i ;!i ;~ :l 1 l .~ 1 j I 10 ....- I o o ~'~ 32 X 10 ~~~ ;...,~ ,- z <(" :I:~ ~ffi a:::lL <t=> Wu -'0 Uo en ' enW w:I: -'~ en u..' -0, ~~: ~::; u..<( 5!.l15 :I:w ~:I: Z~ ;0 z~ ww ::!E =>, :::>0' Uen 0- o!:; Ww :I:u ~- !:!:b z wen u- f= :I:i 01-: Z 2 3 4 5 6 7 8 9 10 11 12 13 I 14 IS 16 I 17 18 19 [ 20 21 22 '- 23 24 t 25 26 27 I 28 29 30 I 31 32 33 I 34 35 36 I 37 38 39 40 41 42 43 ,r o o (=--;, ...-.-. - ~ ~ - o o III SECTION 1-02 BID PROCEDURES AND CONDITIONS September 5, 1995 1-02.6 Preparation of Proposal The fifth paragraph is revised to read: The bidder shall submit with the bid a list of: 1. Subcontractors who will perform work which amounts to more than 10 percent of the bid price, and 2. The work those subcontractors will perform on the contract. 1-02.13 Irregular Proposals Item number I.,h. is deleted. SECTION 1-06 CONTROL OF MATERIAL October 17,1994 1-06.4 Handling and Storing Materials This section is supplemented with the following: The Contractor shall repair, replace, or make good all Contracting Agency provided materials that are damaged or lost due to the Contractor's operation or while in the Contractor's possession, at no expense to the Contracting Agency. 1-06,5 Foreign-Made Materials The text in this section is deleted and the title is revised to read: 1-06.5 Vacant. SECTION 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC September 5,1995 1,,07.5 Wildlife, Fisheries, and Ecology Regulations This section title is revised to read: 1-07.5 Fish and Wildlife, and Ecology Regulations 1-07,5(1) General Thc first scntence is revised to rend: XOIU~ Upper /loh Road Park BO/lndary Washo/lt 2 Eq/llpll/lml Rell/al [ o (II~J IlMItiIl~ Jllo{' - -, '~-~~ ,...,.','1'....",' i,~~';t"~':' I ' : .-1,- .-....: ~ ~Ii!lilbdlllll -- ~....'!!'!~-, "l I I i 1 ! I \ i :1' ,), 1 ~) 10 I o o 32 X I 0 .... UJlll".~..'k11111tl """'tIaIII po' ,- z <to :I:~ ~ffi a:::lL <t=> Wu -'0 Uo en wi' fih: -'~ enu.. -0, w >-; ~!:: a:-' u..<( 5!.l15 :I:w ~:I: Z~ ~o z~, ~~i => 0, UC/l 0- o!:: Ww :I:u ~- !:!:b z wen u- f= :t:, ot-, Z I 2 3 4 5 6 7 8 9 10 II 12 13 I 14 15 16 L 17 18 19 L 20 21 22 t 23 24 L 25 26 27 I 28 29 30 31 32 33 34 3S 36 37 38 39 40 41 42 43 44 ,yo> o o I I (~"-;._._-- - ~ v o o .. Throughout the work, the Contractor shall comply with all current rules of the State Departments ofFish and Wildlife, and Ecology. 1-07.5(2) State Departments ofWildIife and Fisheries This section title is revised to read: 1-07.5(2) State Department ofFish and Wildlife 1-07"8 Vacant This section is revised to read: 1-07.8 High Visibility Apparel The Contractor shall require all personnel at the work site under their control (including subcontractors and lower tier subcontractors) to comply with the following: I. To wear reflective vests, except that during daylight hours, orange clothing equivalent to "Ten Mile Cloth" or hunter orange may be worn in lieu of reflective vests, 2. To wear white coveralls at night, 3. Whenever rain gear is worn during hours of darkness, it shall be white or yellow, and 4. The reflective vests shall always be the outermost garment. Exceptions to these requirements are: (I) when personnel are out of view of and not expo~ed to traffic. (2) when personnel are inside a vehicle. or (3) where it is obvious that such apparel is not needed for the employees safety from traffic Reflective vests shall have a minimum of 100 square inches of reflective surface distributed 30 percent on the front and 70 percent on the back. The retroreflection value at an entrance angle of -4 degrces and an observation angle of 0.2 degrees shall be a minimum 500 candle power for the reflectivc surface of the vest. Reflective vests, hard hats, white coveralls, rain gear, and other apparel shall be furnished and maintained in a neat, clean, and presentable condition at no expense to the Contracting Agency. 1-07.11(2) Equnl Employment Opportunity Policy This section is revised to read: Thc Contractor shall accept as an operating policy the following statement which is designed to further the provision of equal employment opportunity to all persons without regard to their race, color, religion, sex, national origin, age, or disability, and to promote the full realization of equal employment opportunity through a positive continuing program: :-<01],/-1 UppCI' /loh Road Park DOlllldo", lI'o"holll IlqlllpmcIII Relllol .....;.;.-~ [ ..LL~ ........... 0",(,) .. . ..,r....-.'..,.-' .;._. ('; . r~ 'Jd ~- ,""-"'1"':;':'-'1:' ,', r~:\-}"" ~~~~~i'<" ...;.,.~~ ~~, 10 I Ll..Ll~ o o 32 X 10 ~.." -,_.. m ""ll.&l .d ,- o o o .. It is the policy of this Company to ensure that applicants are employed, and that employees 2 are treated during employment, without regard to their race, religion, sex, color, national 3 origin, age, or disability. Such action shall include: employment, upgrading, demotion, or 4 transfer; recruitment or recruitment advenising; layoff or termination; rates of payor other forms of compensation; and selection for training, including apprenticeship, 6 preapprenticeship, and/or on-the-job training. 7 8 1-07.11(4)A Supervisory Personnel 9 Number 3 is revised to read: 10 II 3. Internal EEO Procedures - All personnel who are engaged in direct recruitment for the 12 project shall be instructed by the EEO Officer or appropriate company official in the 13 Contractor's procedures for locating and hiring minority group and female employees. 14 15 1-07.11(4)B Employees, Applicants, and Potential Employees 16 The portion of the first paragraph preceding No.1 is revised to read: 17 18 In order to make the Contractor's equal employment opportunity policy known to all 19 employees, prospective employees, and potential sources of employees, e.g. schools, 20 employment agencies, labor unions (where appropriate), college placement officers, 21 community organizations, etc., the Contractor shall take the following actions: 22 23 1-07,l1(7)A Spccial Training Provisions 24 The second and third sentences of No. I are revised to read: 25 26 The number of trainecs to be trained and the number of training hours for the contract will be 27 specified in the Special Provisions. The number of training hours to be performed will also be 28 specified undcr the bid item Training. 29 30 The last sentcncc of No. 2 is rcvised to read: 31 32 33 34 35 36 37 38 39 40 41 42 43 The Contractor will be crcditcd for cach approved trainee (Section 1-07.11 (7)D) employed on the contract work who is currently enrolled or becomes enrolled in an approvcd program (Section 1-07.11 (7)C), and will be reimbursed for such trainees as provided hereinafter. 1-07,11(8) Unions In the first sentcnce of Nos. 2 and 4, "sex, or natiolllll origin" is rcvised to read "sex, national origin, age, or disability". 1-07.11(9) Subcontracting This section, including thc title is revised to read: 1-07,11 (9) SlIbcontrnctlng, Procurement of Mnterlals, nnd Lensing of Equipment ;';0/20/01 Upper f/o" Nom/Park Oalllldal'Jl Was/will 4 Eqlllplllent Rellla/ c ,~L~m.. , ..... lJ ---- ^"'.~I'r;',~ 0", .7',.,"."..,."" ....'.,.r,:.."X: .~'...'l'.:~'.w:{'~, -M~~.~_ ~"; '.,". .....' ':' " ':', ':'," '::':" _: ' .. c, .' _." " .. '. '," ,:'.' "<i"~~' - o r \. . 1- ~N-A Jt::.~...lIftIMj'....- ~~ r. 10 ~,.....~., I o o lIIJlI1t I E3"~ ~J ,- z <( , :I:~ ~ffi a:~ <(=> Wu -'0 uo en w~ ~~I rnu.. -0 ~~. ~::; u..<l: 5!.l15 :I:w ~:I: Z~ j:o z~, ww ::!: =>: => 0' UC/l 0- o!:; Ww J:u ~- ~b z wen u- -:I: bI- Z I I 2 I 4 5 [ 6 7 8 I 9 10 I II 12 13 I 14 15 16 I 17 18 19 t 20 21 22 L 23 24 t 25 26 27 I 28 29 30 I 31 32 33 I 34 35 36 I 37 38 39 I .10 41 I 42 ,13 44 I I r' o o --- o o - Nondiscrimination - The Contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age, or disability in the selection and retention of subcontractors, including procuremcnt of materials and leases of equipment. Solicitation and Utilization - The Contractor shall use their best effort to solicit bids from, and to utilize, disadvantaged, minority, and women subcontractors, or subcontractors with meaningful minority and women representation among their employees. Subcontractor EEO Obligations - The Contractor shall notify all potential subcontractors and suppliers of the EEO obligations required by the contract. The Contractor shall use their efforts to ensure subcontractors compliance with their equal employment opportunity obligations, 1-07.11(10)A General Number 4 is revised to read: 4. Subcontracting - The progress and efforts being made in securing the services of disadvantaged, minority, and women subcontractors, or subcontractors with meaningful minority and female representation among their employees. 1-07.11(10)B Required Records and Retention The second paragraph is revised to read: On Federal-aid contracts only, the Contractor/Subcontractor shall submit to the Project Engineer a completed PR 1391 by August 25. The report must reflect the Contractor/Subcontractor's total employment on all Federal-Aid highway projects with the Contracting Agency as of July 31 st. The staffing figures to be reported should represent the project work force on board in all or any part of the last payroll period preceding the end of July. For multi-year projects, a report is required to be submitted each year throughout the duration of the contract. SECTION 1-09 MEASUREMENT AND PAYMENT April 1 0, J 995 1-09,9 .)llyments The sixth paragraph is rcvised to read: If thc Contractor fails, refuses, or is unable to sign and return the Final Contract Voucher Certificution or uny othcr documentation rcquired for completion and final acceptunce of the contract, the Contracting Agency reserves the right to establish a completion date (for the purpose of meeting the requirements of RCW 60.28) und unilaterally accept the contruet. Unilateral linal acceptance will occur only lifter thc Contractor has becn provided the opportunity, by written rcquest f1'om thc Enginecr. to voluntarily submit such documcnts. If voluntary compliance is not uchicved, fOl'mnlnotificution of the impcnding establishment of a completion date and unilatcral ,rDIU" Uppcr,lIo" Rood ('ark l/'lI/lldary IJ'm"alll Eqll/fll/lollll/clllal ("--0-"'''' --, ' ...LL. c 9'(1) .L1AJiJ~ ~lIllSI#a_~ (' . 10 ~ .U.llillllllll.~ --~ 'r't .~ J ;! ~:~ j i ~ i :j I l j I I I, I 1 .~ .~ :\" /~ I _lllllU'-",,,,. o o 32 X I 0 ~ 1lIIIo..1_1lIIiIrtt - z <(. :I:~ ~ffi a:~ L5=> -,u uO C/l0 C/lW w:I: -' ~, C/l u..' -0 ~~ ~::; u..<C 5!.la :I:w ~:I: Z~ j:o Z 1-, ~~J => 0> UC/l, 0- o!:; WWi ~~. !:!:O z WC/l: ~~i oi z \ ;r"" o o :(-'--~-..... [ [ r [ I', I: I: I. [ [ L I I I I 1 I I I o o .. I 2 3 4 5 6 7 8 9 to final acceptance will be provided by certified letter from the Secretary to the Contractor, which will provide 30 calendar days for the Contractor to submit the necessary documents. The 30 calendar day period will begin on the date the certified letter is received by the Contractor. The date the Secretary unilaterally signs the final Contractor Voucher Certification shall constitute the completion date and the final acceptance date (Section 1-05.12). The reservation by the Contracting Agency to unilaterally accept the contract will apply to contracts that are physically completed in accordance with Section 1-08.5, or for contracts that are terminated in accordance with Section 1-08.10. Unilateral final acceptance of the contract by the Contracting Agency does not in any way relieve the Contractor of their responsibility to comply with all Federal, State, or local laws, ordinances, and regulations that affect the work under the contract. I e o XO/244 Upper lIoh Rood Park Bouodary Washout 6 Equlpmell/ Rell/ol ~- - 32x 10 ; ;~;~~~" , {:'" ,',:", i': ", "'::"1'0'1 ",. '; ..:~~ r ,- z <( . :I:~ ~ffi a:::lL <(=> Wu -'0 Uc ~~ ~~ enu.. -0 ~~ ~::; u..<t 5!.l15 :I:w ~:I: Z~ ;:0 z~ ~~I ;:)ot Uen 0- o!:; Ww :I:u ~t3 z wen u- f= :I:. 01--; Z I L L [ t l. L I I ,,.. o I 0 I I I C ..--. 0 --- o o .. :t J .~ SPECIAL PROVISIONS The following Special Provisions supersede any conflicting provisions of the 1994 Standard Specifications for Road, Bridge, and Municipal Construction adopted in January, 1994, and the foregoing amendments to the Standard Specifications and are made a part of this contract. It shall be understood that all references to state officers in the above mentioned standards shall mean the corresponding county offices for the purpose of this contract. For example, all references to Highway Commission shall mean the Board of County Commissioners, and all references to the Director of Highways shall mean the County Engineer. The term "Engineer" as used in these specifications or in the Standard Specifications, whenever they apply, refers to the County Engineer, Jefferson County, who is in charge of this work or in her absence, the County Engineer's representative. The Engineer may be contacted at the Department of Public Works, in the Post Office Bldg., 1322 Washington Street, Port Townsend, Wa. 98368, Ph. 360-385-9160. DESCRIPTION OF WORK March 13, 1995 This contract provides for RENTAL of EXCAVATORS, DOZERS, DUMP TRUCKS, GRADERS, COMPACTORS, LOADERS and OTHER EQUIPMENT with OPERATORS, all in accordance with these Contract Provisions, and the Standard Specifications, BID PROCEDURES AND CONDITIONS Public Opening or Proposal; March 13, 1995 Section 1-02.12 is supplemented with the following: Date or Opening Bids Sealed bids will be received at the following location before the specified time: Jefferson County Commissioners Offiee 1820 Jefferson Street P,O. Box 1220 Port Townsend, Wa. 98368 The bid opening date for this project shall be Monday. Mareh 18. 1996. The bids will be publicly opened and read after 11 j 15 A.M. on this date, )(Ol]'/~ Uppcr I/o" Road Park BOllI/dory Was"ollt 7 Equlpmel/t RCII/al :: I "'" . '~~i.S),~~}i'iv~:';[{;l)r.:,':,Y:'~:".'",_,.,;:/':'>':i\\-,~, . I'"~ 10 , :' (~,:';:;:~~i<~~J~:~;':\.q"'\:.;:...t:.~~..~~ ~':J ~L I o o '*~""'.L.",",,"'~",: ...."-.,.. 32 X 10: I' .- Z <t . :I:~ ~ffi a:::.- <(=> Wu -'0 Uc en wI' ~:I: -'~ en u..' -0 W>, ::!E~ ~::; u..<( 5!.l15 :I:w ~:I: Z~ ;:0 z~ ww ::!E =>' => o! UC/l 0- O!:; Ww :I:u ~- !:!:b z WC/l u- -:I: bI- Z I I I L t L I- t L I I I I I ("'- '--0--- ,..." o o o o .. AWARD AND EXECUTION OF CONTRACT Considcration of Bids Section 1-03.1, is supplemented with the following: The Contracting Agency reserves the right to base the award of the contract or contracts on the unit bid price for each item and may award multiple contracts for providing the equipment specified. SCOPE OF THE WORK Intcnt of thc Contract Section 1.04.1, is supplemented with the following: The scope of work for this contract consists of rental to the Contracting Agency of fully operated and maintained equipment specified herein and itemized on the proposal form. The specified equipment will be under the direction of the Contracting agency for the duration ofthe project and shall be utilized for the haul and placement of Riprap, Quarry Spalls, Gravel Embankment, Large Woody Material (trees and stumps), and other work as directed by the Engineer. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC Laws to bc obscrvcd Section 1-07.1 is supplemented with the following: Statc Taxcs March 13, 1995 The work on this contract is to be performed upon lands whose ownership obligates the Contractor to pay Sales tax. The provisions of Section 1-07.2(1) apply. Wages Gcncral Section 1-07.9(1) is supplemented with the following: March 13, 1995 The Federal wage rates incorporated in this contract have been established by the Secretary of Labor under United States Department of Labor Decision No. WA 950001. )(01244 Upper Hoh Road Park Boundary Washout Equlpmanl Rall/al ,.n ( . 0, C:~~ ::r;,~w.~~:;i":.: .." " " .. ~' I ".'" _,,,,'P.I",,,_~:iJ.j~~~;i;fi."':-.';'~-~ ~h':, .:'lLI1' .~-"",,",-,... "II1IHh" .b...dli:I.M ,...~*ttt. ~ , L . :=":"c=-== ::a -=-= j......,.. I l I 1 10 ,;I,~: --:- I () o 32 xl 0 1lI.1!l11~ llU '11III11I" >"- 1.~1 ,- o I I I (AW o o .. Equal Employment Opportunity Responsibilities Section 1-07.11 is supplemented with the following: March 13, 1995 RCQuirement For Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11"46) I. The Contractor's attention is called to the Equal Opportunity Clause and the Standard Federal Equal Employment Opportunity Construction Contract Specifications set forth herein. 2. The goals and timetables for minority and female participation, expressed in pcrcentage terms for the Contractor's aggregate work force in each construction craft and in each trade on all construction work in the covered area, are as follows: Women - Statewide TImetable Goal Until further notice 6.9% Minorities - by Standard Metropolitan Statistical Area (SMSA) Spokane, W A: SMSA Counties: Spokane, W A 2.8 W A Spokane. Non-SMSA Counties 3.0 WA Adams; WA Asotin; WA Columbia; WA Ferry; WA Garfield; WA Lincoln, W A Pend Oreille; W A Stevens; W A Whitman. Richlnnd, W A SMSA Counties: Richlnnd Kennewick, WA 5.4 W A Benton; W A Franklin. Non-SMSA Counties 3.6 W A Walla Walla. Yakima, WA: SMSA Counties: Yakima, WA 9.7 WA Yakima, Non-SMSA Counties 7.2 W A Chelan; W A Douglas; W A Grant; W A Kittitas; W A Okanogan, ,\'0/2.'" Vl'pe/' Ifo" Rom/Park BOlllldary Washollt 9 Eqlllpmellt ROlltal ;:::~.- - r ';:\?;r]J,~~'",~\, ';'1 j '.' ..&M... .~ ...~. liIIIlIIlIlMt ~'fJt~ 1>o!iiiII~1MIIlI. ... "'" I I ~ ~ I . 'r '" , /. - ) 10 , IIfNfII"I!IP.'""! - I o o 32><10 - z <( . :I:!z ~w a:~ <(=> Wu -'0 uc C/l ' C/l LU I ~~, enu.. -0 ~~, ~;:j u..<( 5!.l15 :I:w ~:I: Z~ ;:0 z~ ~~I =>0 UC/l 0- o!:; Ww :I:u ~- !:!:b z wen u- f=~ o z I L L I I I I I ,. o o (=-;- -.. - o o .. Seattle, W A: SMSA Counties: Seattle Everett, W A 7.2 WAKing; W A Snohomish. Tacoma, W A 6.2 W A Pierce. Non-SMSA Counties 6.1 WA Clallam; WA Grays Harbor; WA Island; WA Jefferson; WA Kitsap; WA Lewis; W A Mason; W A Pacific; W A San Juan; W A Skagit; W A Thurston; W A Whatcom. Portland, OR: SMSA Counties: Portland, OR- W A 4.5 W A Clark. Non-SMSA Counties 3.8 W A Cowlitz; W A Klickitat; W A Skamania; W A Wahkiakum. These goals are applicable to each nonexempt Contractor's total on-site construction workforce, regardless of whether or not part of that workforce is performing work on a Federal, federally assisted or nonfederally related project, contract or subcontract until further notice. The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, in each construction craft and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainecs from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goal shall be a violation of the contraet, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Engineer within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work undcr the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting nnd completion dates of the subcontract; and the geographical area in which the contract is to be performed. .1'012-1-1 Uppor I/oh Nood Park Boundary Washalll 10 Eqlllplllcm Rcn/al c, f) ~)) "r~"""...., "'" . '/,"11; 1';, "'1' '-/',r,j-e ''l '.,'J - in't'":IJj "I l . ~1 I i I I j 1 I I ,I I I , 1 1 , 10 - ITIi I o o 32 X I 0 ,- z <( . :I:~ ~ffi ~ ~~ Wu -'0 Uo en w: ~~! enu.. -0 W> ::!E~ ~::; u..<( 5!.l15 :I:w ~:I: Z~ ;:0 z~ ww ::!E =>, =>0 Uen 0- O!:; Ww :I:u ~- !:!:b z wen u- f= :I:. 0'" Z ... o o L-~. .-.--- v- '11F1 o o .. 4. As uscd in this Notice, and in the contract resulting from this solicitation, the Covered ArCH is as designated herein. Standard federal Equal Employment Opportunity Construction Contract Specifications (Executive Ordcr 11246) I. As used in these specifications: a. Covered Arca means the geographical area described in the solicitation from which this contract resulted; I I I I I I. I , I b. Dircctor means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; c. Employer Identification Number means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U. S. Treasury Department Fonn 941; d. Minority includes: (I)Black, a person having origins in any of the Black Racial Groups of Africa. (2)Hispanic, a fluent Spanish speaking, Spanish surnamed person of Mexican, Puerto Rican, Cuban, Central American, South American, or other Spanish origin. (3)Asian or Pacific Islander, a person having origins in any of the original peoples of the Pacific rim or the Pacific Islands, the Hawaiian Islands and Samoa. (4)American Indian or Alaskan Native, a person having origins in any of the original peoples of North America, and who maintain cultural identification through tribal affiliation or community recognition. 2. Whcnever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction tradc, it shall physically include in each subcontract in cxccss of $1 0,000 thc provisions of thcsc specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covcred area either individually or through an association, its affirmative action obligations on all work in the Plan arca I I II XOIU.f Upper 11011 ROlld PII~k IJOIllldol')' lVaslwlIl Eqlllplllell/ Rall/al c Q(:) ~......:.;. .:~~,.,~:.>, """~m'!,Y,"";-": 'I,:;}; '.~, . ,';~~I"" ~nIIiIIfIIIiilI - ..,- ~~..a.. (' , . ~~- 10 .....Jl~d I ~, - o o 32 X I 0 ~1'lI~_ .I!ltlBl ,- z <( . :I:~ ~ffi a:::lL <(=> Wu dg en wi ~ 1=' C/lu.. -0 W I :!~ ~::; u..<t 5!.l15 :I:w t-:I: Z~ ;:0 z~ ~ ~{ =>0 Uen o- ct: Ww :I:u ~- !:!::b z wen u- f=~ o , z r o o (~~U..._. o o .. (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith effort to achieve the Plan goals and timetables. I I [ I I, I. I r ! 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of this Special Provision. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. The Contractor is expected to make substantially unifoml progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 6. In order for the non-working training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its elTort to achieve maximum results from its action. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working envixonment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees arc ussigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contl'Uetor shall specifically ensure that all foremen, superintendents, and other on-site supervisory personnel arc aware of ancl carry out the .l'012.J.1 Upp~r lIoil I/oa" I'ark Ilow"I",), WaNlwllt 12 Eqlllpment Rental ( ~ i ',; "~,?""'.;~\:.' Q~ ""- .,.,...,...... ,.;,-1"'\_'....,., "'''i'i'C''l ~..-- .M.::I J anmI_ '" --~ lll._ I I I i I j l :J\ ~ .~ 1 I i f i i If', ,'. 10 -.n~"'... -- - I o o 32 X 10 c~....-. --..-- .....u..... l_~ 1.. l&.... L'4\.\--~1 .- z <(' :I:~ ~ffi a:::lL <(=> Wu -'0 uc ~~I -' ~' C/lu.. -0, w>- ::!E~, <t- 0:-' u..<t 5!.l15 :I:w ~:I: Z~ ;:0 zl- WW\ ::!E =>, => c; UC/l 0- O!:; Ww :I:u ~- !:!:b z WC/l u- f= :r:, Of- z I I I I. I t I I I ... o o o o .. Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off-the-street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, ifreferred, not employed by the Contractor, this shall be documented in the file with the reason therefor, along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. e. Develop on-the-job training opportunity and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the U.S. Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual rcport, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affinl1ative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of the~e 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 und maintained identifying the time and .\'0/2-1-/ Upper lIolt Road Park 8mmdmy Wasltout 13 Equlpmallt Ralllal r ~ - oc) , ,....... 1l'lI:~""" _----LL-L I "OH _.bLL J~.:I>..11lllL - ~~ T l !.-.,~.".-- 10 _M I o o 32 X I 0 --_I "- z ~t-= ~ffi ~~ ~g Uo en wi' I ffl:I: -'~ en u..' -0 ~~' ~~ L 5!.l15 ~~ [ ;:0 ~;1 I'.' => 0, Uen 0- ~~ 1- ~- !:!:b Z I wen u- - -:I:I bh Z f. I ! ,r'l[ o ! I I I I o c~-;-.. o o .. place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's work force. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. 1. Conduct, at least annually, an inventory and evaluation of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments and. other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are non-segregated except that separate or single-user toilet and necessary changing' facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. :rOI2N Upper 11011 Iloacl Park 801111r!,,/')' Wasllo/ll 14 Equlpmont Rent,,1 ~., })l~r~ . . '*-. '.. 10 .- ~ . ..Mi:J"'" I I I I 1 J i ~t. '\ I o o 32 X 10 JLI ...... 't~ft'.J...;.-....... ,- Z <t . :I:~ ~ffi ~~, ~a uO en ~: ffi :I: I -'~ en u..' ;:;;0 ::!E>' ~5 u..<( 5!.l15 :I:w ~:I: Z~ ;:0 z~ ww :::i! =>' => 01 UC/l 0- O!:; Ww :I:u ~- !:!:b z wen u- f=~ o z I I L [ I.. I I- t I [ f" o o (~~-; - ---- ( - o o .. p, Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through 7p). The efforts of a contractor association, joint contractor-union, contractor-community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling anyone or more of the obligations under 7a through 7p of this Special Provision provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensure that the concrete benefits of the program are reflected in the Contractor's minority and female work-force participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrate the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill all obligation shall not be a defense for the Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non-minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any pcrson because of race, color, religion, sex, or national origin. I I. The Contractor shall not enter into any subcontract with any person 01' firm debarred from Government contracts pursuant to Executive Order 11246, 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clausc, including suspensions, termination and cnncellntions of existing subcontracts as may bc imposed or ordered pursuant to Executive Order 11246, as amended, and its implcmenting regulations by the Office of Federal Contract Compliancc Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violution of these specifications and Executive Order 11246, as amended. 13, Thc Contractor, in fulfilling its obligations under these specifications, shall implemcnt speci fic affirmative action steps, at least as extensive as those standards prcscribed in puragraph 7 of this Special Provision, so as to achieve maximum results from its efforts to ensure equnl employment opportunity. If the Contractor fails to comply with the XO/2./o1 Upper floh Road {'ark BOl/ndof')' Washol/t IS Eql/lpll/elll Ren/al ~,' _,E)C1) ':"'::~:,i,";", <c,.,:" Jtmt~_l~,j~.....J'-I~_~~=;~':: In Wi l rl:' ....... .. - .,f ,. 10 "'--... I III - o o 32 X 10 ~l ""'-I .''liIII! JiI IIIIiI v ;.'~ z <(' :I:~ ~ffi a:~ <(~ Wu -'0 Uo en , en W, ~ 1=' enu.. ~o! :::;;~ ~::; u..<( !!15 :I:w .....:I: Z~ j:o z~, ww; ~5! Uen 0- o!:: Ww :I:u .....- ~13 z wen u- i= :I: , 01-: Z I L I. [ I. I. L f I I I T' o o o o .. requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the government and to keep records. Records shall at least include, for each employee, their name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, the Contractors will not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). Disadvantaged Business Enterprise Participation (DBE) April 24, 1995 General Requirements for Recipients For the purpose of this section (General Requirements for Recipients) the following definitions apply: a. Recipient means any entity, public or private, to whom DOT financial assistance is extended directly or through another recipient. b. DOT means the U. S. Department of Transportation including its operating elements. c. Contractor means one who participates through a contract or subcontract and includes lessees. The following is quoted from the United States Code of Regulations 49 CFR Part 23.45. a. Each recipient shall agree to abide by the statements in paragraplJs (I) and (2) below this section. These statements shall be included in the recipient's DOT linancial assistance agrcement and in all subsequent agreements between the recipient and any sub-recipient and in all subsequent DOT assisted contracts between recipients or sub-recipients and uny Contruetor. ,\'0120/0/ Upper Ifoll 1I1111e/I'ork 8ollne/ary WII.vlloll' 16 Eqlllpmen, Ren/al CH.__~' ---. ....... c: C) ~:'i,#) " ('. ,'.'."'.....,."..."',.,.. " ,,', J:;~;;,..\',(,'.J' " ";'),~':"o;F:, "",' ~'l' I I I i I ! ! i i I it l 11 ;1 'j .~ ~ 10 .. I o o 32, X 10 .- ~. :I:~ ~ffi ~~ ~g ~o ff3~1 -' ~. enu. -0 :;~ ~::; u.<( !!15 i=~ Z~ j:o z~, ww ~5i Ucn 0- o!:: Ww i=~ ~13 z ~~ i= ~I o Z r o o c=-; - o o .. (I) Policy It is the policy of the U.S. Department of Transportation that Disadvantaged Businesses as defined in 49 CFR Part 23 shall have the ma.ximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds under this agreement. Consequently the DBE requirements of 49 CFR Part 23 apply to this agreement. I l. [ I. I. I. I I f (2) DBE Obligation The recipient or its Contractor agrees to ensure Disadvantaged owned Businesses as defined in 49 CFR Part 23 have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with Federal funds provided under this agreement. In this regard all recipients or Contractors shall take all necessary and reasonable steps in accordance with 49 CFR Part 23 to ensure DBEs have the maximum opportunity to compete for and perform contracts. Recipients and their Contractors shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of DOT assisted contracts, The DBE Policy Statement and DBE Obligation cited above shall be made a part of all subcontracts and agreements entered into as a result of this contract. Definitions When referred to in this contract, the terms Disadvantaged Business Enterprise (DBE), shall be construed to have the following meaning: Disadvantaged business means a small business concern: (a) Which is at least 51 percent owned by one or more socially and economically disadvantaged individuals, or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more socially and economically disadvantaged individuals; and (b) whosc managcment and daily business operations are controlled by one or more ofthe socially and economically disadvantaged individuals who own it. Small business concern means a small business as defined pursuant to section 3 of thc Small Business Act (15 U.S.C. 632) and rclevant regulations promulgated pursuant thereto (see 13 CFR Part 121). except that a small business eonecrn shall not include any concern or group of coneems controlled by thc samc socially and economically disadvantaged individual(s) which has annual average gross reecipts in excess of$ I 6,600,000 over thc business's previous three fiscal years. Socially and ceonomically disadvantaged individuals means those individuals who arc citizens of the Unitcd States (or lawfully admitted permanent residcnts) and who arc Black Americans, Hispanic Americans, Natiw Amcrieans, Asian-Pacific Amcricuns, or Asian-Indian Amcricans and uny other minoritics or individuals -\'012-10/ Upper Nolr Road Park BO/llltlary Wasllolll 17 EqlllpmclII Rellltll ,..--. ~ ar '.' ;fJI ,,~~~~""-:"1F'''':''':''';: dldlA. - . "(',";, "...,,~,:,,', " -- .1____J"""'-- ~ , C',,') "~. '& JJ il ::i J :; 1i- ;:it ;1 ~ I j f 1 I I 1 t :; 1 1 'I '4; '~ .~ M 1 ~~. ~ ;? " i 10 &:...iiIO..~ -..., \:.:...JlI....~ I o o 32 X I 0 .tll.l!ll:odl .ktiM ~~....... P" "~ z <(' :I:~ .....15 0::<,. <(::l Wu -'0 Uo en . ffi ~i -'~ en u. -0 ~~ <(- 0:-' u..<( !!15 :I:w .....::1: Z~ j:o z~ ww, :::;; ::l.; ~o' Ucn 0- c!:: Ww :I:u ~t3 z W(/) u- -:I: 131- Z ,T o o (~--; I L [ t I. t I. I I - o o .. found to be disadvantaged by the Small Business Administration pursuant to section 8(a) of the Small Business Act. Recipients shall make a rebuttable presumption that individuals in the following groups are socially and economically disadvantaged. Recipients also may determine, on a case-by-case basis, that individuals who are not a member of one of the following groups are socially and economically disadvantaged. (a) Black Americans, which includes persons having origins in any of the Black racial groups of Africa; (b) Hispanic Americans, which includes persons of Mexican, Puerto Rican, Cuban, Central or South American, or other Spanish or Portuguese culture or origin, regardless of race; (c) Native Americans, which includes persons who are American Indians, Eskimos, Aleuts, or Native Hawaiians; (d) Asian-Pacific Americans, which includes persons whose Ortglfis are from Japan, China, Taiwan, Korea, Vietnam, Laos, Cambodia, the Philippines, Samoa, Guam, the U.S. Trust Territories of the Pacific, and the Northern Marianas; and (e) Asian-Indian Americans, which includes persons whose origins are from India, Pakistan, and Bangladesh. Women shall be presumed to be socially and economically dis;tdvantaged individuals. DBE Eligibility Disadvantaged Business Enterprises proposed by the bidder to be used on this project shall be shown as a DBE for Federal purposes on the current list of firms accepted as certified by the Office of Minority and Women's Business Enterprises (OMWBE) or who can produce written proof from OMWBE showing they were accepted as certified as such prior to the date fixed for opening bids, Such certifications are made pursuant to authority granted by, among other things, Chapter 39.19 RCW, Chapter 326 WAC and 49 CFR. In addition to firms accepted as certified by OMWBE and appearing on the above refercnced list, thc Contracting Agency will accept any firm detcrmined by thc Federal Small Business Administration to be owned and controlled by socially and ceonomieally disadvantaged individuals under Section 8(a) of the Small Business Act, 13 CPR, Purl 121 as amended, Provided that the Washington Slate OMWBE must have receivcd a complcted OMWBE application form from such firms togcther with written proof' of SBA 8(a) certification prior to the datc fixed for opening bids and ,'(OIN./ Upper 1/011 r.()(~d Park flOlmdary WasllOlII 18 EIJII/pmOIl' Ron'al '.-r E)~1:) ,,;...AL'l - "~...." I:: ( .' - .n {'O.t",..",-, ,,' l ",'~ ";""":~ .1tln....d_ If T:!l_. .,.... ~...... ~,~ D...~ M. \ i I i \ ~~ :~ ~ j ''Ii ,/ ":'.t ~ \t '~, ,~ "J ;~ '~"1 .q 'it }i~' ,j ,JI .~ if 'I";'~ ", . 'I 10 I o o 32 X 10 r ,- z <(' :I:~ .....15 ~~ Wu -'0 Uo cn ' ~~. -'~ en u.. -0 ~~ ~::; u.< en~ _0 :I:w .....:I: Z~ j:o z~, ww :::;;~' ~ 0' Ucn 0- o!:: Ww :I:u ~l3 z WCl) u- i= ~, o z I I. I. t t I. I I I' I I I ,r" o o .c--~.- . ~ ~ """q7 o o .. further provided that such firms do not exceed the size limits as contained herein under definitions. A consolidated list of firms accepted as certified by OMWBE is available at nominal cost from that office. DBE firms which are not so certified at the time fixed for the opening of bids will not be accepted by the Contracting Agency for participation in this project for purposes of meeting the goals as stated below. This shall be true notwithstanding any later certification. In the event the apparent low bidder, in good faith, proposes to use a firm that is certified at the time of the submission of the bid, and that firm is later found by the OMWBE to be ineligible or unable to perform, then the apparent low bidder shall be required to substitute another certified firm of the kind needed to meet the goal, before award, at no additional cost to the Contracting Agency. After award, and throughout the life of the contract, any certified firm that is found by OMWBE to be ineligible, or becomes unwilling or unable to perform their work, shall be replaced by the Contractor with another certified firm of the kind needed to meet the goal, at nc additional cost to the Contracting Agency. Documentation of a good faith effort may be accepted in lieu of an actual substitution of another firm, If, at time of bid opening, a certified business is projected to perform work classified in a standard industrial classification (SIC) code not listed for the business in either the directory of certified businesses published by the Office of Minority and Women's Business Enterprises, or the records of that office, the Contracting Agency's determination, prior to award, that the business wi!! perform a commercially useful function shall prevail over the listed SIC code(s) in determining whether the DBE participation goals established for the contract are met. The presence or absence of SIC codes shall not be a basis for protest of an award. Only firms with DBE certification will be counted toward the goal attainment of this contract. Firms with only MBE or WBE certification are ineligible for goal attainment and utilization of such firms for goal attainment will be rejected and may result in the bidder's proposal being declared non-responsive. .Joint Venture Approval Under authority of 49 CFR, money spent on contracts awarded to joint ventures can be counted toward goal attainment when the procedure outlined in this specification is followed. a. Contents of joint venture agreement. The joint venture agreement shall be in writing and signed under penalty of perjury by all of the joint venturers. Eaehjoint XOl2N Upper !loll Rotltll'tlrk Oormdary WIIsllolI' 19 Equlpmant Ramal ~, "'" r.',".~~M,"I'-"-"".':" _: (;;""';~!;":;':'*;7;';;'+ .;, ~ ......:::1:::.._ "Il ?~ ',~ ;~ .~ :~ ~~ \~ q ,~ +i "'1:"1 -:-" , ,,. :~ ~ r ) <' . 10 -. I o o 32 X 10 JL .IiIII.I.. I:IilI.lii1l1111itol<1l Il. I \,:~ z <(. :I:~ .....15 c::::t <(~ Wu -'0 Uo en W'I ff3:I: -'~ enu. -0, ~~' ;2::; u.<( !!15 :X:w I-:I: Z~ j:o z~ LU Wj :E ~'. :;)0 Urn 0- O!:: Ww :I:U 1-- ~13 z wcn ~~. o ' z I L [ t [ t I. I , ,r o o (-- 0 _II- o o .. venture agreement shall specify the contribution made by each joint venturer; the control each will exercise; the potential for profit or loss and the distribution thereof. Each of these elements shall be allocated in proportion to their contribution. The joint venture agreement must also identify the commercially useful function the joint venture will perform and the part of the work each joint venturer will do. The agreement shall also specify which participant(s) are DBEs and give documentation ofDBE certification. b. Requests for approval. Any joint venture may request approval by the Contracting Agency. The request shall be in writing, shall include a written joint venture agreement and shall contain a statement that gives the Contracting Agency authority to audit the joint venture. A prospective bidder who has not been certified as a joint venture may not be given a bid proposal unless the bidder has submitted the joint venture agreement at least seven calendar days before the date of opening bids for a specified project. The agreement shall conform to the requirements of subsection (a) of this section. The Contracting Agency will approve ajoint venture which submits an agreement that contains each of these specified elements. c. Time of request. A request for approval of a joint venture shall be submitted and approvcd before the time fixed for bid opening. If the joint venture is not approved, the agency will award to the lowest responsive bidder or rcbid. d. Effect of approval. An approved joint venture is approved only for one specific contract. e. Investigation. The Contracting Agency may request additional information from an enterprisc seeking approval as a joint venture. Failure to provide the requested information will result in the denial of the request for approval. f. Complaints. Complaints regarding the opposition of validity of an approved joint venture shall be written and shall be made to the Contracting Agency and to OMWBE. The Contracting Agency will fully investigate cach complaint and issue a written report of its findings. The report will be provided to the eomplainant and to OMWBE. Concurrently, the Contracting Agency may investigatc complaints pursuant to its rulcs and Chaptcr 39.19 RCW. DOE Gouls In order to comply with the requirements of 49 CFR Part 23, thc Contracting Agency has establishcd a DBE goal in the amount of: $ 0,00 The bidder shall complctc and submit with thc bid, a Disadvantaged Business Enterprise Utilization CertiIication which has bcen made a part of the proposal. This )(0120/0/ Upper Ifoll lIoacl Park 8olllle/ary WlIslwlI' 20 Eqlllpmcn' flclI'lll ( ,:o~~~ , .J:iIII..dt&-~ ~ ;';(j~~~~';'~'~'~,7~<;~:,.;,:,', -:' ," ' ~ "':'i",/,i"/-\V:ir":',.:':";"::"';:':_""_ \: '?~':''\~_N~:<\Y;N''II''V''. ''''1~~r'^';'' ..IIIIIll:l.::t.-U j I \ I :j ,~ y i !..; J!( (; ~ i"., , 10 ~........ .. I o o 32 X 10 t.allll&l . J ...... r 1,- I z <(' :I:~ ~15 o:~ <(~ Wu -'0 Uo en w; ~ i=1 cnu.. -0 :E ~. <(- 0:-' u.<( !!15 :I:w ~:I: Z~ j:o z~, ww, ~51 Ucn 0- o!:: Ww :I:u .....- ~13 z wcn u- i= ~, o z I I L t I. I. I. t I I ..,.. o o I I (=-;-= ..1M. ""'If - o o .. certification will be used to determine whether a bidder has complied with the DBE goal requirements. The Contracting Agency will consider as unresponsive those bids submitted which do not contain the certification, which contain an incomplete or false certification, or which display insufficient projected use of DBEs. The Contracting Agency expects that the bidder shall make every effort, through negotiations and/or written solicitations, to meet the above specified goal. The Contracting Agency expects each bidder shall attain the goal. After bids are opened, the Contracting Agency in a letter will request specific information regarding the DBEs submitted with the bid package. This information shall describe the work to be performed by each OBE and the total price for each item to be paid to each DBE on this project. The total price for each item to be paid to each DBE may not be less than the prices listed on the DBE certification portion of the bid. If the written information provided by the Contractor indicates a greater dollar value of work to DBE's than the OBE utilization certification submitted with the bid, then the greater dollar value indicated in the information will be included as a condition of award. Counting nBE Participation Toward Meeting Goals OBE participation shall be counted toward meeting goals set in accordance with the following criteria: a. Except as specified below, the total dollar value of the contract awarded to the DBE is counted toward the DBE goal. b. A portion of the total dollar value of a contract with an eligible joint vcnture equal to the percentage of the ownership and control of the DBE partner in the joint venture will be counted toward the DBE goal. c. As dcscribed below, expenditures for materials and supplies obtained from approved OBE regular dealers and manufacturers are eountcd toward the DBE goal, provided that the OBE assumes the actual and contractual responsibility for thc provision of the materials and supplies. (I) Manufacturers. A Contractor may count toward its DBE goal ] 00 percent of its cxpenditures for materials and supplies required under a contract and obtained from a DBE manufacturer only if the Contracting Agency approves the description of the OBE's responsibilitics for manufacturing the supplies in advanec of the bid opcning, To obtain the Contracting Agency approval, the biddcr or manufacturing firm shall submit a written request which must be reccivcd by the Contracting Agency no later than ten days prior to bid opening describing the manufacturing proecss thc OBE will perform. Once a finn's manufacturing process has been approved it is not necessary to resubmit the firm for approval unless the manufacturing process is changed. If the Contracting Agency approval of the manufacturing process is not obtaincd prior to the time fixed for opening bids, thc expenditure to the DBE manufacturer .'(0120/0/ Upper /loll Road Park 80undary WaslwlI' 21 Eqlllpllle/1/ Ramal ~ ,O(w~ -A .L~L' '\<;-"~~"',;'.'.''-' v' 1.4-- -~- ~.. --Ll - - - ,~ 10 .." .....dIo.... I ~j"'- o o 32Xlo ,- z <( . :I:~ ~15 o:~ <(~ Wu -'0 uo cnWj' ff3:I: ....J~: cn u..' -0, ~~. ~::; u..< !!15 :I:w .....:I: Z~ j:o z~, ~~; ~o Ucn 0- 01- w~: :I:u ~g Z wcn ~ :1:, 01-: Z I L [ f. I , I :.,..., I I o I I I I , o c=-;,......- o o .. cannot be counted at full value. Partial counting of the DBE amount may be allowed as a regular dealer or as a service provider as described below. For purposes of this section, a manufacturer is a firm that operates or maintains a factory or establishment that produces on the premises the materials or supplies obtained by the Contractor. (2) Regular Dealers. A Contractor may count toward its DBE goal 60 percent of its expenditures for materials and supplies required under a contract and obtained from a DBE regular dealer only if the Contracting Agency approves them in advance of bid opening. To obtain approval, the bidder or regular dealer shall submit a written request which must be received by the Contracting Agency no later than ten days prior to bid opening describing the regular dealer's responsibilities. Once a firm's regular dealer status has been approved it is not necessary to resubmit the firm for approval unless the operating procedures change. If the Contracting Agency approval of the regular dealer's status is not obtained prior to the time fixed for opening bids, the expenditure to the OBE regular dealer cannot be counted at 60 percent. Partial counting of the DBE amount may be allowed as a service provider as described below. For purposes of this section, a regular dealer is a firm that owns, operates, or maintains a store, warehouse, or other establishment in which materials or supplies required for the performance of the contract are bought, kept in stock, and regularly sold to the public in the usual course of business. To be a regular dealer, the firm must engage in, as its principal business and in its own name, the purchase and sale of the products in question. A regular dealer in such items as steel, cement, gravel, stone, and petroleum products need not keep such products in stock if it owns or operates distribution equipment. Brokers and packagers shall not be regarded as regular dealers within the meaning of this section. d. Service Providers: A Contractor may count toward its DBE goal the following expenditures to DBE firms that are not approved as manufacturers or regular dealers: (I) The fces or commissions charged for providing a BONA FIDE service, such as professional, technical, consultant, or managerial serviccs and assistance in the proeuremcnt of essential pcrsonnel, facilities, cquipment, materials, or supplics required for performance of thc contract, provided that the fce or commission is determined by the Contracting Agency to be reasonable and not cxcessive as compared with fees customarily allowed for similar serviecs. (2) The fecs chargcd for delivery of materials and supplies required on a job site (but not the cost of the matcrials and supplics thcmsclves) when the hauler, XOl2N Upper /loll R""tll'mk IJ"'lIItltII~, lVa.vlwlI' 22 Eqlllpmcn' Rell'al [ O<r~ , . ",:i\'.""'l"?!;;':~'.':',~""'t - 1 -- , " " ;: ;,~ .: ..,.:',- ~".lJ'F""Y';' > ,','/~HJ{;'''c;,.,,:,;,,'-1'_';' ~1lJj~lIl. Il<!I..JJIII 11>.1 - ...... ~ i } :1 '~ :~ (! .,-:~'!" ..,1,'.: ~', >if ,r: ;l 'I 'I , 1 10 I o o 32 X I 0 ... '~-. ~~L""'~.~~"~ ;'- z <(' :I:~ .....15 o:~ <(~ Wu -'0 Uo enw ff3:I: -'~ en u..' -0 w> :::;;~ ~::; u..<( !!15 :I:w .....:I: Z~ j:o z~ UJ w :::;;~; ::::l 0: Ucn 0- o!:: Ww :I:u ~13 z wen u- i= :I:; 0'" Z ,.,.. , I I I I I I I o o C.--;--'-- o o .. trucker, or delivery service is not also the manufacturer of or a regular dealer in the materials and supplies, provided that the fee is determined by the Contracting Agency to be reasonable and not excessive as compared with fees customarily allowed for similar services. (3) The fees or commissions charged for providing any bonds or insurance specifically required for the performance of the contract, provided that the fee or commission is determined by the Contracting Agency to be reasonable and not excessive as compared with fees customarily allowed for similar services. If any of the aforementioned manufacturer or supply services are commercially unnecessary, such as the case when a firm acts only as a passive conduit in the supply process or duplicates a service provided by others in the same chain of supply from manufacturer to purchaser, no credit will be granted toward the DBE goal. Sclection ofSucccssful Bidder The successful bidder will be selected on the basis of having submitted the lowest responsive bid which has met the DBE goal as established elsewhere in these contract documents. Should the low and otherwise responsive bidder fail to attain the goal, responsiveness will be determined on the basis of good faith efforts taken to attain the goal. The Contracting Agency has established the following objective measurement of good faith, Good faith will be determined in light of the DBE participation attained by all bidders and by comparing the DBE participation to the average DBE participation by all bidders. For purposes of computing the average DBE participation, only that amount of the DBE goal attainment which does not exceed the established goal will be used. Should the low bidder's DBE participation be lower than the average, the bid will bc considered unresponsive and shall be rejected. If the lowest bid is rejected, the next lowest bid, or bids, will be examined under the foregoing criteria until the contract is awarded or all bids rejected. DOE Contract Compliance The Contracting Agency will include a letter to the successful bidder setting forth the Con true tor's OBE obligations as a condition of award. Such letter shall be construed as a contract specification at the time of award. Only expenditures to DBEs that perform a eommercially uscful function in the work of a contract will bc counted toward the DBE goal. A DBE is considered to perform a commcreially useful function when it is responsible, for execution of a distinct element of the work of a contract and carrying out its responsibilities by actually performing, managing, and supervising the work involved. To determine whether a DBE is pcrforming a commercially useful function, thc Contracting Agency may cvaluate the amount of work subeontraetcd, industry pruetiees, and other relevant factors. XOINo/ Upper /loll Road Park BO/l",IIII~' JVasllOlI/ 23 Eqlllpmell' ROII/al ( o..('~"... 'ir ...~ ---"- .~.( "~'C'::,f:'~~"': ." '>;";;":,~1 ','.:'''......,,-.(.;,~.. ," ,c..(." IIIiiIiidr ,:~ .dli:1UI~ ~u .LL . -;..;.;... ~'-..... liIIIU_~..a...... r "i :~ ~ tt ,~ h ,t 1 (~ a 11 f I I ..I (~:, ,:'11 10 ........_,~ - I o o 32 X I 0 _.-...~~J.L~.~ I'" ,,~ z <(' :I:~ ~15 o:::t <(~ Wu -'0 uo ffi~; -'~ cnu. -0 ~~, <(- 0:...J u..<( !!15 :I:w .....:I: Z~ j:o z~ WW1 :::;;~, ~ 0, Ucn 0- o!:: Ww :I:u f-- ~13 z Woo u- i=~ o z ,r o o I L l t t I I I I I I I o o .. To ensure all obligations under contracts awarded to DBE are met, the Contracting Agency will review the Contractor's DBE involvement efforts during the performance of the contract. The Contractor shall bring to the attention of the Contracting Agency any situation in which regularly scheduled progress payments are not made to DBE subcontractors. If DBE work is diminished or deleted by change order, other work of equivalent value shall be substituted by the Contractor to the same DBE or substitute another certified DBE to perform equivalent value work or provide good faith effort documentation. In the event the DBE expects to share the resources of the prime contractor in the form of facilities, financial assistance, equipment or personnel, a written plan shall be submitted by the Contractor to the WSDOT External Civil Rights Unit before the DBE commences work describing the facilities, financial assistance, equipment or personnel to be shared to ensure that no violation to the performance of the commercially useful function occurs. If the DBE is sharing resources with other than the prime contractor, the above information shall be provided as requested by the Engineer. This information, among other things, will be used by the WSDOT External Civil Rights Unit to ascertain the compliance of the Contractor(s) with the commercially useful function provision of this specification. Statutory Penalties If a person, firn1, corporation, or business does not comply with any provision of this contract required under Chapter 39,19 RCW, the Contracting Agenc:y may withhold payment, debar the Contractor, suspend or terminate the contract, and subject the Contractor to civil penalties of up to ten percent of the amount of the contract for each violation. Willful repeated violations, exceeding a single violation, may disquality the Contrac:tor from further participation in state contracts for a period of up to three years. An apparent low-bidder shall be in compliance with these Contract Provisions as a condition precedent to the granting of a notice of award by the Contracting Agency. Further Information If further information is desired concerning Disadvantaged Business Enterprise participation, inquiry may be directed to: External Civil Rights Unit Office of Equal Opportunity Wllshington Stlllc Dcpartment of Transportation Transportation Bldg., P.O. Box 47314 Olympia, W ^ 98504-7314 or telephonc - (360) 705-7085, FllX (360) 705-680 I PropllSll1 XOIN~ Upper /loll I/olld Pllrk BOllndll1')' WII,vholl' 24 Eq/llpmclII Rell/al ('~'~o 1M . ""'- .-,-..- ~'I;,"'{;X';'i:">: .', ",',"'\':'~ '.};..":: c _" o~ "~~~lillti/illil.:-_.t", " ':f/'" .. ~~~- u'~ .L ''fl''',,,' Ijfl'~I~' III .. ----L1. I 1 i ( 10 - I o o 32Xlo .. c_ z <(' :I:~ ~15 o:~ <(~ Wu -'0 uo ffi~i -'~, cn u.' -0 w>! :::;;~, <(- a:-' u..<( !!15 :I:UJ I-:I: Z~ j:o zl- !:E~l ~ 0, Ucn 0- o!:: Ww :I:u 1-- ~13 z wen u- i= ~: o ' Z ' I r I I. [ .r L [ t t [ I r r I I I C~- o o J'- o o .. The Disadvantaged Business Enterprise Utilization Certification form is made a part of this contract and is attached to the Proposal. Federal Agency Inspection March 13, 1995 Section 1-07.12 is supplemented with the following: Required Federal Aid Provisions The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) and the amendments thereto supersede any conflicting provisions of the Standard Specifications and are made a part of this contract; provided, however, that if any of the provisions of FHWA 1273, as amended, are less restrictive than Washington State Law, then the Washington State Law shall prevail. The provisions of FHWA 1273, as amended, included in this contract require that the Contractor insert the FHWA 1273 and amendments thereto in each subcontract, together with the wage rates which are part of the FHW A 1273, as amended. Also, a clause shall be included in each subcontract requiring the subcontractors to insert the FHWA 1273 and amendments thereto in any lower tier subcontracts, together with the wage rates. The Contractor shall also ensure that this section, REQUIRED FEDERAL AID PROVISIONS, is inserted in each subcontract for subcontractors and lower tier subcontractors. For this purpose, upon request to the Project Engineer, the Contractor will be provided with extra copies of the FHWA 1273, the amendments thereto, the applicable wage rates, and this Special Provision. CONTRACTORS RESPONSIBILITY FOR WORK Insurance Coverage nod Hold Harmless Clause Section 1-07 is supplemented with the following: Prior to commcneing work, the Contractor shall obtain at its own cost and expense the following insurance from companies licensed in the State with a Best's rating of no less than A:VII. The Contractor shall provide to the County Risk Manager certificates of insurance with original endorscmcnts affecting insurance required by this clausc prior to the commcncement of work to be performed, The insurance policies required shall provide that thirty days prior to cancellation, suspcnsion, reduction or matcrial change in the policy, notice of same shall be given to the County Risk Managcr by registcred mail, return receipt requested, for all of the following stated insurance policies. If flny of the insurance requircmcnts arc not complied with at the renewal date of the inslIl'llnee policy, paymcnts to the Contractor shall bc withheld until all such requirements have :rOINo/ Upper If~II Roatll'ark Bn/llldal')l Waslloll' 25 Eqlllpmelll Rell'al I .--' Q ~.oi.":::,,',.f:'i;::,.'~,;;;": - flf ~ ,~ I I I I 10 ~ I - o o 32 X I 0 ~.__. bd .- z <( . :I:..... ~15 a::t <(~ Wu ""'0 Uo en ' cnW w:I: -'~ cnu.. -0 ~~ ~::; u..<( !!15 :I:w ~:I: Z~ j:o z~, ww :::;;~' ~ Oi Ucn 0- o!:: Ww :I:u .....- ~13 z wen u- i= :I: , 01- Z I L r I. I. I I. L I. T.." I I ,0 i " I o I I I - o o .. been met, or at the option of the County, the County may pay the renewal premium and withhold such payments from the moneys due The Contractor. All notices shall name the Contractor and identify the agreement by contract number or some other form of identification necessary to inform the County of the particular contract affected. A. Workers Compensation/L & I .. compliance with the applicable compensation law of the State of Washington. B. General Liability(l) - with a minimum limit per occurrence of $1,000,000 per bodily injury, death and property damage unless otherwise specified in the contract specifications. This insurance shall indicate on the certificate of insurance the following coverage: I. Broad Form Property Damage; 2. Personal ~njury Liability; 3. Broad Form Contractual/Commercial Liability (contractors only); 4. Premises - Operations; and, 5. Independent Contractors and Subcontractors. (I)Note: The County shall be named as an additional insured under this policy. C. Automobile (2) .. with a minimum limit per occurrence of $1,000,000 for bodily injury, death and property damage unless otherwise specified in the contract specifications. This insurance shall indicate on the certificate of insurance the following coverage: I. Owned automobiles; 2. Hired automobiles; and, 3. Non-owned automobiles. (2) Note: the County shall be named as an additional insured party under this policy. Any deductibles or self-insured retention's shall be declared to and approved by the County prior to the approval of the contract by the County. At the option of the County, the insurer shall reduce or eliminate deductibles or self.insured retention's or The Contractor shall procure a bond guaranteeing payment of losses and The Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. The Contractor shall include all subcontraetors as insured under its insurance policies or shall furnish separate certificates and endorsements for each subcontractor, All insurance provisions for subcontractors shull be subject to all of the requirements stated herein. XOI2o/o/ Uppel' /loll Road Park nOIl/,da~I' Was!r"'1/ 26 Eqlllpmlllll Ramal ('''-'~-' .--... - l - "~/"~;~l'I;'X"r' ' 'j' ':<.,"i ;"">,..,, ""':\~';":L ""1.;',", .... \. ~ rr lWdMJ ~ O(~ ~ _~L t. .. 1 i I '~ i ~ f ~ ' 10 ~ : - I o o 32 X 10 , ~.IIIIIllirI.LIIi~IdIIIIlP''' _ ;;,:- I I z [ <(. :I:~ .....15 o:~ [ <(~ Wu -'0 Uo en wi .. ffi:I: -'~ cnu.. -0 ~~ I ~::; ...<( !!15 I :I:w ~:I: z..... j:o z~ (, ~~, ~ 01 Ucn 0- o!:: I. Ww :I:u ~~ [ z W(/) u- i= ~, o ' L z l. I :r' 0 [ I I 0 I I ( c~-;~----- j7 - o o .. Failure of The Contractor to take out and/or maintain any required insurance shall not relieve The Contractor from any liability under the Agreement, nor shall the insurance requirements be construed to conflict with or otherwize limit the obligations concerning indemnification. It is agreed by the parties that insurers shall have no right of recovery or subrogation against the County (including its employees and other agents and agencies), it being the intention of the parties that the insurance policies so affected shall protect both parties and be primary coverage for any and all losses covered by the above described insurance. It is further agreed by the parties that insurance companies issuing the policy or policies shall have no recourse against the County (including its employees and other agents and agencies) for payment of any premiums or for assessments under any form of policy. It is further agreed by the parties that any and all deduetibles in the above described insurance policies shall be assumed by and be at the sole risk of The Contractor. It is agreed by the parties that judgments for which the County may be liable, in excess of insured amounts provided herein, or any portion thereof, may be withheld from payment due, or to become due, to The Contractor until such time as The Contractor shall furnish additional security covering such judgment as may be determined by the County. The County reserves the right to request additional insurance on an individual basis for extra hazardous contracts and specific service agreements. The Contractor hereby agrees to indemnify and save harmless the County, its officers, employees, and agents from and against all liability, loss or damage the County may suffer as a result of any claims, demands, costs, judgments or damage to County property in the care, custody or control of The Contractor arising directly or indirectly out of this agreement, including losses arising out of the negligent acts or omissions of the Contractor, the contractors employees, agents, or subcontractors. Claims against the County shall include, but not be limited to, assertions that the use or transfer of any software, book, document, report, film, tape or sound reproduction or material of nny kind, delivered thereunder, constitutes an infringement of any copyright, patent, trademark, trade namc, or otherwise results in an unfair trade practice or in unlawful restraint of competition. The Contractor further agrees to providc dcfense for and defend any claims or causes of netion of any kind or charueter directly or indirectly arising out of this Agreement at its sole expense and agrees to benr all othcr costs and expenses relating thereto. Nothing in the foregoing clause shall prevcnt thc County, at its option, from additionally requesting that The Contractor deliver to thc County an exccuted bond as security for the faithful performance of this contruet and for payment of all obligations of The Contractor. PROSECUTION AND PROGRESS .\'012010/ Upper f{oll Road Park Oowre/ary Wmlloll' 27 ElJlllpmelll RClllal '. : ;:;,:;;';;::'~l~;~:,:::l:';,;':.',,:',:;~,:,~ ;,;"/,;"",,,,:',;>:"<1;''1,',;'1'';'"'' ....;;..;".. - c C) <IT}} .'--<OV - (' :t. " " 10 - I o o 32 X I 0 ~ ,- z <(' :I:!z ~w a:~ <(~ Wu -'0 Uo gs~ ~~ cn u.' -0 ~~ ~::; u..c( !!1a :I:w .....:I: Z~ -0 !zl- ww, ~5i Ucn 0- o!:: Ww :I:u .....- ~13 z wen u- -J: 13f- Z I I' I l L L [ [ [ I. I. L ! !. I I I I' .T' o o 0""- ~ M () o .. Subcontracting Section 1-08.1 is supplemented with the following: I I March 13, 1995 Prior to any subcontractor or agent beginning work, the Contractor shall submit to the Engineer a certification (WSDOT Form 420-004) that a written agreement between the Contractor and the subcontractor or between the subcontractor and any agent to the subcontractor has been executed. This certification shall also guarantee that these subcontract agreements include all the documents required by the Special Provision FEDERAL AGENCY INSPECTION. A subcontractor or an agent to the subcontractor will not be permitted to perform any work under the contract until the following documents have been completed and submitted to the Engineer: 1. Request to Sublet Work (Form 421-012), and 2. Contractor and Subcontractor or Agent Certification for Federal.aid Projects (Form 420- 004). The Contractor's records pertaining to the requirements of this Special Provision shall be open to inspection or audit by representatives of the Contracting Agency during the life of the contract and for a period of not less than three years after the date of acceptance of the contract. The Contractor shall retain these records for that period. The Contractor shall also guarantee that these records of all subcontractors and agents shall be available and open to similar inspection or audit for the same time period. Progress Schedule Section 1-08,3, is revised to read; No progress schedule is required for the project. However, the Contractor shall diligently pursue the work as described in Section 1-08.4, and as modified by these special provisions. Prosecution of Work Section 1-08.4, is revised as follows: In the first sentence .....10 calendar days..." is changed to .....2 calendar days..." Time for Completion Section 1-08,S is delcted and rcplaced with the following; .'(o/uo/ Uppcr 1/011 Road Park B/lIIIldClry lVasluJ//' 28 Eqlllpmefll Rcmal I>ttJ_~ ..~~!~,.,'~ ;(;<",1.., . ,.10 - ~";"'':'i;~ . ::~,_ -Ll'" :~ ~. ~ ~~ .LIlIIL_~..,. I o o 32 X I 01 b....JAiiiaiMl..l*~llJlIIr" : j .- z <( . :I:..... ~a:i a:~ i1i~ --,u uO cn~: ff3:I: -'..... cn u.' -0 W:>- :;..... ~::; u.<( !!1a :I:w ~:J: z..... j:o z....., WWj ~5, UC/l 0- o!:: ~~: ~@ z wcn U-i i= ~: 0, z :r"'~'" '0 o :c~ I I I L L [ r r ( 1, \, I.' L r. t r ( o o .. ~.. The Contractor shall provide the equipment specified and contracted with the Contracting Agency as directed by the Engineer. The Contractor is advised that the hours shown in the proposal form are estimates only, and that the Contracting Agency reserves the right to add or delete hours as is determined by the Engineer to complete any necessary work. The anticipated time limits that the equipment specified in this contract shall be available is between March 25, 1996 and May 15, 1996, unless otherwise directed by the Engineer in writing by change order. Suspension of Work Section 1.08.6 is revised as follows; The Third through Last paragraph is deleted and replaced with the following; Because the work to be performed under this contract is based on the hourly amount(s) bid for each type of equipment listed on the proposal, and that the Contracting Agency, through the Engineer is in control of the work utilizing the specified equipment, the Contractor(s) is expected to have the equipment available for the duration of the project with no additional payment to the Contractor(s) for any suspension of work unless approved by the Engineer. The Contracting Agency will make reasonable notification to the Contractor(s) for any suspension or resumption of work. XOI2-14 Uppor Holt Road Park BOl/l/dal,' Wasltoll' 29 o :i~;' ,I,,: , , 'i";W4 '~l ,lltli~~;';;' " ~.,' :~'!;::"f~i_, . . I e o Eql/lpmen' Rental 32><10 I' :;;;;-~~:;'-:X~j;jl z <( . :I:~ ~a5 a:~ <(~ UJu -'0 ~o ff3~1 -'~ cnu. -0 UJ>- ::!:..... <(- 0::-' u.<( !!liS :I:UJ ~:I: z..... j:o z~ w UJ ::!:~ ~o Ucn 0- o!:: Ww :I:u ~- ~13 z woo u- -:I: 13"" Z I ( r ( I r I [ l l ( I. i l I I I r f l--'~;;'~--- r o o - o o REQUIRED CONTRACT PROVISIONS ;(0120/01 Upper Holr Road Park DOlme/ary /Va.vlloll' FEDERAL-AID CONSTRUCTION CONTRACTS : .",. Eqlllpment Romol oJ [] - I o o 32 xi [] IV I L z I <(' :I:t- t-dJ 0::::;; l <( ~. LUU -'0 ;;;0 f Ul W, W:I:i ...J~ Ul U. -0 :g~ I <(- 0:-' u..<( en~ _0 'I :I:w ~:I: Z~ j:o z~ I ww :::;;~ ::;)0 Ucn O- f. o!:: WLU :I:u ~- ~13 ~ z wen U- -:I: 131- I. Z [ .,. '" t 0 I 'I I 0 ~ I r r \... .trBi::..... met. the. following aClions will ba ~;]It.en as ., minimum: a. Periodic meetings of supor"isory and parsonnel office amployees Will bI!J conducted before tho start of work and thtln not less otten thon once every SilC months. at which time thlt contractor's EEO policv and ils implementation will bit r.,viowed and ellplained. Tho meecings will be conducted by tha EEO Officer. b. All now supervisory or personnel office employees will bl! given II thorough indoctrination by the EEO Orticst, covering .:Ill major aspects or the contractor's EED obligations within thirty days '0110 wing (hel;r reporting for duty with the contractor. c. All penonnel who ure eng.:Jged in direct t"cruitment for the project will bll instructed by thll EEO Officllr in the contract. or's procedures for locating and hiring minority group employees. d. Notic", and posters satting forth thl) contractor's EEO policy will ba placed in areas readily accessible to employaes, applicants for employment and potentia.' employees. e. Tha contractor's EEO policy and the procedures to implement such policy will ba brought to the attention of employ. ees by means of meetings, employoe handbooks, or other appropriate means. 4. Recruitment: When advertising for employees, the contrac. tor will include In all adv8nisements for employees tho no cation: -An Equal Opportunity Employer.- All such advertisements will be placed In publications having 8 large circulation among minority groups in the t1ru from which the project work rorce would normtllly be derived, 8. The contractor will, unless precludod by 8 valid bargain- Ing agreement, conduce sy.temetlo end direct recruitment through public and private employee rererral sources likely to yield qualified minority group applicants. To meet Ihl. require- ment. the contreclor will Identify sources or potential minority group employees, and establish with such Idenclfled sources proceduru whereby minority group applicants mnv be referred to the conltactor for employmene conslderaclon. b, In Ihe event the conttoctor has a valid bargaining 8gree~ ment providing ror u:clusivlI hiring hall reforrols, he Is expected to observe the provlsionll 0' that agreement to Iho axtent that the .y~tem parmlt' the contractor's compliance with fEO contract provislcns. (Tho DOL has held that where Implemeneatlon of luch agreements have the e'fect or discriminating against minorities or woman, or obligates the conClactor to do tho lime, .uch Implemencallon violates E:-:ecutlve Order t 1248, a. amend~ .d.I c. Tho conClactor will encourage his ptuent employees to lO'er minority group applicants far employmenf. Informalion and procedures with regllrd co referring minority group appllcanll will ba discussed with employeos. s. P.r,onn.' Actlon,: Wagu, working oondltlon., and omployee benoflts Ihall be urabllshod and admlnl.terod, ilnd personnel aotlon. or every eype, Including hiring, upgradlno, promotion. tranl!lfer, demotion, layo", and earmlnatlon. Iholl ba taken without regard co rnce, color, rellolon. taX, netlonel origin, age or disability. Tho '0110 wino procodures Iholl be 'allowed: d. The conClactor will conduct perlodlo In.plal/on. of project Iltu co In.uro thae working oondlllonll and emplnyea facilillas do noe Indlcalo discriminatory crnlmene 0' proJeclllte perllonnel. Pt4.2 ......,.-.. = o _!I - IJ~ o o .. b. The controotor will periodically evaluate Ihe s"r8lJd ,), wages paid within each cla.sificalion Co determine tlnv evidence of discriminatory wago practices. c. The contractor will poriodically review selected person- nel aclions in depth to determine whether there is evidancs of discrimination. Where evidence is found. tha contractor will promptly take correctivo action. " the rsview indicdles thst tho discrimination may oxtand beyond tho actions re"ie.....ed. suc'" corrective ection shalllncluda all affected persons. . d. The contractor will promptly investigate all complaints of nUeged discrimination mado to Che contractor in connection with his obligations under this contract, will attempt 10 resolv8 such complaint',. and will take appropriate correclive action within a reasonable time. If the investigalion indicatn that the discrimination may affect persons other than the. complainant, such corrective action shall Includo such other palSons. Upon completion or each investigation. the conlractor willln'orm every complainant of 011 of his avenues of appaal. 6~ TraininG and Promotion: 8. The con1racCor will assist in loc8ting, qualifying, and Increasing the skills of minority group and women employees, and applicants for employment. b. Consistent with the conllactor'. work force require. men I' and as permissiblo under Fed"ral and Stale regulaCions. the con1l80tor shall make full use or training program.. I.e., appren. tlceshlp, and on-the~iob tr81ning programs for the gecgrcphical area of contract performence, Where. foaslble. 25 percent of apprentices or trainees In each occuplltlon shall be In their flrsc year of apprenlicOlhip or training. In tho .vent a special provi~ slon for training I, provided undef thl. contrect. this subpllta~ Graph will be superaeded 88, Jndlcaced In the special provlllon. c. Tho contraotor will advise employea. and appllcanll ror amployment 0' available training programs and entrance nquire- ments for each. d. The conllactor will periodically teview tho training and promo clan potential of minority group and women employe.. and wlll encouragoallglb'e employeu to apply for .uoh training and promoelon. 7. Unlonl: If thd contraceor rall08 In whole or In part upon union. aa a 10urCI or employeee. tha conltactor will ula hllllher beee or'one co obtain the cooperation of .uch unlone co Incr88te opponunltlu for mlnorley group. Gnd women wllhln Ihe union., and to erreot rafsrr.l. by .uoh union. of minority and flmel. employael, Action, by tha contr.ceor lither directly or through a conllllctor'. alJlcclaelon acting .1 egent wllllncluda Ihe proca~ dural lOt forch below: II, The contractor will u.. but o"onl co develop,. In cooparadon wlch ehe union.. Joint Irainlng program I limed toward quallryJna mall mlnorley group membars end women for m.mberlhlp 'n Ih. unlllnl and Inorea.lng Ihe .kill. of minority Group ImploV:J1tI and women 10 thlr Ihey may quallry ror higher paying employment. b, The coneractor will use bOlt effon. co Incorporale en EEO clauu Into uch union "grument CD ehe end Ihal .uch union will be eoneraceually bound 10 tlfar appllcenl' wlthoul regard to Ihelr raco, color, religion, IIX, national origin, aOI or dlubHley. c. The conClacror II CO oblaln Informollon a. 10 thl t,'"ral o ....Jl 1M --.11- ~ -, - ) ~~ r"~ .. Ll I .... ~-".....::t.... L1.~~U o o rJ~ i'li ".... ~.,"ft ,r::';" " '.... io.........d_ r z <( . :I:~ ...15 ~~- Wu -'0 ~D cn UJ I UJ :I: , -'~ cn u.. -0 UJ>- :::;~ 4;- c::....J u..<( cn~ _0 :I:UJ ~:I: Z~ j:O Z~ ww :::;~ ~O Ucn 0- O!:: Ww :Cu ~- !:!:13 z wen u- -:I: 5f- Z I" o o I { j I I L { I t I f I. I r I I C r '- I practices and policies of tl1elebor union except that to [holllx1ent such information is within the tlJcclusivo ponossion of tho labor union and such !lIbor union ,.fulio, to furnish auch information to the contractor, lho contractor shall so certify to thll SHA end ,hell sat forth what efforts have been mads to obtain such inform.!uion. d. In tho event tho union i. unabla to pro..,;do lh8 cl)nlrac. tor with 8 reasonable flow of minority and women refeuals within thalima limit set fonh in tho collective bargaining agreement, the contr"ctor will. through indepandentrocruitment efforts, till the employment vacancies without regard to raca, color. reiigion. 10)C, national origin. age or disability: meking full efforts to obtein quelifisd end/or qualifiable minority group parsons and women. (Tha DOL has held that it shall ba no excuss that th3 union with which the contractor has a collective bargaining agreement providing for exclusive re'arral failed to refer minority employees.) In the evant the union ra'e"al practice prevents the contractor from meeting the obligetions pursuant to Executive Order 11246, e. amended. anJ these special provisions, such contractor shall immediatelv notify the SHA. 8. Selection 0' Subcontrac1or., Procure men' of Material. and Le..lng of Equipment: The canlfactor shall not discriminate on the grounds of race, color, religion. sex. national origin. age or disability in the selection and retemion of subcontractors.lnclud. Ing procurement of materhllls and leesClS of equipment. a. Tha contractor shall notify all potential subcontractors and suppliers of his/her EEO obligations under this contract. b. Oludvantaged bUllinose entorprises <<CSE), Oil defined in 49 CFR 23. shall have equal opportunity to compete for and perform subcontracts which tho contractor enters Into pursuant 10 this contract. The contractor will use his bast efforts to solicit bids from and to utilize OaE subcontractors or subcontrectors with maanlngful mlnorily group and famale representallon among thair employCllClls. Contractors shnll obtain lists of DeE construc. lion firms from SHA personnel. o. The conlraclor will use hi. bost efforts to ensure subcontractor compliance with their EEO obligations. 9. Records and Report.: Tho contraotor shell keep such records as nacestary to documanl compliance with the EEO requiremants. Such records .hall be ratalned for a period of threo yea,. following complation of the contract work end shall be avnllable at reasonable times and plaoet for Inspection by au tho. rlred repr8lentativ81 of the SHA and tho FHWA. a. The records kept by tho contractor shall documan( thtt following: 01 The numb or of minority end non.mlnorlty aroup members and women employed In GOch worh.clanlficotlon on Iho proJnct: (2) Tho progress end effo", being made In cooperation wllh union., whon applicable, to Increue employment opportunl. tin for minorities and women: 131 The progrell and offort. being made In loceting, hirlno, training, qualiry;ng, and upgrading minorllY and female employees: and (41 The progress and a"orn being mndeln securing thlt IItrvlces of ooe ,ubconlfnclotl or lubcontractor, with meaning. ful mlnoritv IInd fomale represenlalion among their employou. o c .. b. The contractors wiflsubmit an ennuel report to t('!~ SHA eech July for tho durotion of the project. indicating the number of minority, woman. end non-minority group employees currently engaged in each work classification roquired by the contract work. This information is to be reported on Form FHWA-1391. If on-tho job training is being required by special provisIon. the contr8ctor will be required to coflect and report training data. III. NONSEGREGATED FACILITIES (Applicllble to a/l Federal-aid construction contracts and to all relaied subcontracts of $10.0'00 or more.) a. By submission of this bid. the execution of this contract or subcontract. or the consummelion of this material supply agree- ment or purchase order, as eppropriole, the bidder, Federel.eid construction contrector. 8ubcontrector. material supplier,. or vendor. as appropriete; certifies that the firm does not mainlain or provide for its employees any segrogated facilities at any of its esteblishments. and that the firm does not permit its employees to perform their services at eny location, undor its control, whero segregated facilities ere maintained. The firm. egrees that e breach of thrs certification is a violation of tho EEO provisions Df this contract. The firm further certifios tl1al no employee will bo denied access to adequate facilitios on the basis of Sale 01 disability. b. As used in this certification, tho rerm .searegaled facilities'" maans llny waiting rooms, work erollS, restrooms and washrooms, restaurants and other eatino areas, timeclocks, locker rooms, and other storege or dressing areas. parking lors, drinking fountains. recreation or entertainment araes, transpor. tation. and housing facilities providod for employoell which ,,,e segregated by explicit directive, or are, In fact. segregated on the busis of race. color, religion. nallonal origin, age or dlubilily. because of habit, local custom, or otherwise. Tho only exception will be for the disabled when the demands for acc8111bility override (e.g. disabled perking). c. The contraotor agrees that It has oblalned or will obtain Identical certlflcerlon from proposed subcontractors or motorial suppliers prior to award of lJubcontraots or consummation of material supply agreements of $10,000 or mOra and that It will flnain such certifications In its files. IV. PAYMENT OF PREDETERMINED MINIMUM WAGE (Applicable to ell Federal.ald con!ltructlon contr8cl. e)(coedlng $ 2.000 and to all relatad subcontract., except lor prole ct. located on. roadway. clanlfled as local roadl or rural minor collectors. whIch "re a)Cempt.) 1. Gen.ral: s. All mechanics and laboror. employed ar working ul10n the .1181 of tho work will ba paid unconditlonallv and not 101S o#lon than onco D waek and wl1houl lIubllOquonl deduction or robate on anv aacounl (except .uch paVroll. deduction. as are permitted by regula,lons (29 CFR 3) luued bV the Secretary of Labor under the Copaland Act <<40 U,S.C. 278cll1he fullamounl. of woge' IInd bona fldo frlngo bonsflt' (or cosh equlvelenll th,,,eon due III time of paymenl. The payment _hall b. oompuled at wag. ratn nOli... than ,hou contain lid In the weaa det.rml. nalion of the Seoretary or Labar (hereinafler -'ha wlIgo daterml. nallon'". Which I, .uaohod herato and mada a psrt hetlof, regardle.. 0' IMV contractual rolllllon.hlp which may bfl alleged to uis' bel ween the contractor or lIlI lubcontroctors and luch lebore,. and mechlnlc.. Tho wage dotermlnallon (InclUding 'MY 1'10_' o = 0 ]I L - -1'_' ~ - - ..&.J.IIt. "--......-.."'., =.:.:::.-_- I ('I () " ;1 ~. ',,' ....,.<;.;f...,. _-..0 _ ".- .A:L. addition.,1 classifications and wagll rates conformlSd under paragraph 2 at this SlSccion IV and the DOL peslar tWH.1321' or Form FHWA-149S) :shall bll posted at all times by the contractor t."d its subcontrolclorS IIC the c;lte of Ihe work in It prominent and acc05slbl~ plac~ whlSr., il can be easily sean by the workers. For Ih~ purpose or this Saclion, contribulions made or cosu reason- ably anlicipatad for bona tide fringo benetits under Section 1(bH2) of ~he Oavis.Bacon Act (40 U.S.C. 276011 on behaU of laborer' or mechanics ttra considered wages paid to such laborers or mechanics, subject to the provisions of Saclion IV, paragraph 3b. hereof. Also. tor tho purpose at ~his Section, reguldr contribution, mada or costs incurred for more than 8 waekly period (but not le99 often than quarterly) under plans, funds, or progrllms, which cover the particular weekly period. are deemed to be con9tructively made or incurred during such weekly period. Such laborttrs and mechanics shall be plJid tha appropriate wege nlta and fringe beMfits on the wage determinacion for Ihe classificotion of work actually performed. without regard to skill, except as provided in paragraphs 4 and 5 of this Section IV. b. Laborars or mechanics performing work In maro than one classification may be compensated at the rate specified for each classHication for tha time actually worked theroin, provided. that tha employer', payroll records accurately set forth the timo spent in ee;ch classification In which work Is performed. c. All rulings and Interpretations of the Davis.Bacon Act and related acts contained in 29 CFR 1. 3. and 5 are heroin incorporated bV raferancll in this contract. 2. CI"ulflcBdon: e. Tho SHA contracting officer shall require that Bny clan of laborer' or mechenics employed under thlll contract, which is not lilted in the wage determination, shall be classified in conformance with the wage datormlnation. b. The contracting officer shall approve. an additional cles,i/lealion. wage rate and fringe benefits only when the following criteria have baen met: (" the work to be parformad by thlll additional classifi- cation requosted is not performed by a clanUlcadon In the wnge determination; (2) che additional chuJllflcation Is utilized In the area by the construction Industry: (3) the proposed W8go rate. including IIny bona 'Ide frlnga benefits, bear, D reesonable relotionshlp to the wage raCes contained In the wage determinallon: and (4) with rO!lpect ro helpers, when such II classification prevails in the area In which the work. is performod. o. If the conlraclor or subcontractors. all appropriate, the IlIbOrelll and mlllehanlcs llf. known) to be employed In the additional cloulflcallon or Iheir repruantatlvallj and the contrnel' lng officer agroe on rhe clauifiollllon nnd wdge ratll (including the amount dnlgnllcad for fringe benellU where appropriate). . report of the action taken sholl be senl by the oontractlng aUlcer to the COL. Admlnistralor of the Wage ~,"d Hour Olvl.lon. Employment Standard. Admlnl.crrulon. Washington, D.C, 20:l10. The Wage and Hour Admlnl.trotor, or an authorized repruenta- tlve. will epprove, modify, or disapprove every additional cl...Ulcatlon action wllhin .30 days of recalpt end 10 odvlu 1he conrrtlcllng offlcor or will notify the contracting ottlcer wilhln the .30.day period Ihtlt additional tIme II naC8lurv. "to... u (; .. d. In che event the contractor or subcontractors, u apprc. priate. tha laborars or mechanics to be amploved in the additional classification Of their representatives. and the contracting officer do not agree on the proposed classification and wagll rata (including thll amounl designated for fringe bane'it,. wherll approl7'riata), . the contra cling offiCllr shall refer the quurions. including the views of all intere:uad parties and tha recommend. tion of tha contracting officer. to the Wage and Hour Admi"isfra- lor for datermination. Said Administrator. or an 4uthorized reprllsentative. will issue a determination within 30 day, at receipt and so advisa the confracting officer or will norify tha contracting .officer within tha 30.day panod that additional time is neceS!lary a. The wage rate lincluding fringe benefits whare approprj. ate) determined pursuant to paragraph 2c or 2d of this Section IV shall be paid to ail worker, performing work in the additional classification from the first day on which work i9 performed in the classification. 3. Pavm.nt ot Fringe Benefit.: e. . Whanever tha minimum wage rata prescribad in the contract for 8 class of laborers or mechanics includu . fringa benefit which is not expressed as an hourly rale. tha contractor or subcontractors, ilS appropriate, shall either pay the banafit as statod In ~he wage determination or shall pay another bona f1da 'ringe benetlt or 8n hourly casa equivalent the reo'. b. If the contractor or subcontractor, a. approprialll. does not make payments to 8 trustee or other third person, he/she may considar 1I1 a part ot the wages of any laborer or mechanIc the amount of any costs reasonably antlcipatad In providing bona fido fringo benefits undor e plan or program. provided, that the Secra4 tary of Labor has found, upon the written request of tha contrac' tor, that the applicable standards 01 the Oavis.Bacon Act have baen mat. The Secretary of Labor may roqulre tha contracror to nt aside In a separato account aflllOts 'or the muting at obllgaclons under the plan or proGram. 4. Apprlntlc.. and Train... IPrognms of the U.S. DOL) Ind Help.rs: a. Apprandces: (11 Approntlces will bo permlnDd to work at Ion than 1he predetormined (tIte for the work they performed when Ihay ar. omploved pUlluant to and Individually reglstored In e bono fide approntlceshlp program regllrored with Iho COL, Employ- ment and Training Adminlllllltlon, Bureau 01 Apprenticeship and Training, or wilh a State apprenUcaship agency recognized by the Buroau, or If a person f. employed 'n hili/her fillt 90 day. 0' probationary employment a. an apprentloa In luch an apprsnticll' ship program, who is not Individually reglstared In thll progrum, but who hat been certified by Iha Bureau of Apprenticeship end Training or a Slate appranllce.J,lp agenoy (whare appropriate) 10 ba ellglbla 'or probatlonarv omployment .. IlIn apprentice. (2) . Tha allowable rlllo 0' apprentice. to Jeurneyman- level employa81 on chI lob 'IIeln eny orate claltUlcellan .hell not b. groater than 11'1. ratlo parmlned to th. ccnlractor 81 to Ihe entlla work 'orcII undsl the ,egf.lered program. Anyemployeo listed on II payroll at IIn IIpprenllclI wllIoe r.ca, who II not rllols, tared or otharwl.a employed al stated abov., shall b. paid not IUllhan the applicable wage rltellltad In tha wage determlna. lion for the clauUlcltion 0' work aotually per'ormed. In addlllon, tlnv apprentice per'ormlng work on thlll lob .Ue In uc... of the ratlopermilled under tha rool.lered progrlm Ihall be paid not Ie.. ~ .. ~ ---~'"~~----2. _ad~= ... _ _-1 o )l ~ :.:... "':'-IL~ -1111 ) J 'I 1:\, i I) iv...,,,4 _ --'--'" .'..... '''1iIIImlI._ I (l u ,..... i ""d 1-=:"" .....,,~... t. z I <( , :I:~ ~iE 0::::;; I <( ;::)- Wu -'0 ~o (flW, I UJ :I: , -'~ (flu. -0 UJ>- ! ::;;~ <(- 0::-' u.<( cn~ _0 [ :I:UJ ~:I: Z~ j:o z~ I UJ W ::;;~ ~o Ucn 0- o!:: I UJw :I:u ~- !:!:13 I z wen u- -:I: 131- I Z I f. r I I 0 f , 0 I '-- ,- chan the applicable wagCl tato on the wage determination for the work actually performed. Whets It contractor or subcontractor is performing construction on 8 project in 8 locality other than that in which its program is registered. the racios and \"'Ieoa retes lexpressed in pe(centegos of the journevman-Ievel houri V race) specified in the contracto,'s or subcontractor's registered program shall be observed. (3) Every apprentice must be paid 8t not less than tho rate specified in the registered program for the apprentice's level of proGress, expressed as ., percentage of the journeyman-level hourlv rate specified in th8epplicable wage determination. Apprsntices shell be paid fringe benefits in accordance with the provisions of the epprenticeship program. If the apprenticeship program does not specify fringe benefits. epprentices must be paid the full amount of fringe benefits listed on the wege determi- nation for the applicable clsssificBtion. If the Administrator for the Wege and Hour Olvision determines thet a different practice preveils for tho epplicoble apprentice clessiflcetion, fringes shall be paid in accordance with that determination. (41 In the event the Bu;eau ot Apprenticeship and Treining, or e State apprenticeship agency recognized by the Bureau,. withdraws: approval of an apprenticashlp program, the contractor or subcontractor will no longer be permitted to utilize apprentices at less than the eppliceble predetermined rate for the comparable work performed by ragular employees until an acceptable program is approved. b. Trainaes: C 1) Except as provided In 29 CFR 5.16, treineos will not be permitted to work 8t 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 certUlcalion by the OOL. Employ. ment and Training Admlnlstradon. (21 The ratIo of trainees to lourneyman.level employee, on tha lob she shell not be greater than permitted undflr the plan approved by the Employment and Trolnlng Adminlslratlon. Any employee listed on the payroll at a trainee rate who ha not regi,. tered and parllclpotlng In a training plan approved by the Employ. ment and Training Admlniutratlon shall be paid not leu thon the applicable wage rate on the wage determination (or the classlfica. tlon of work acwally performed. In addition. any trainee perform. Ina work on Ihe lob site In excen of the ,allo permitted under tho registered program .hal/ be paid nol lass than 'he applicable wage rala on the wage determlnOllon for the work octuolly performed. (3) Every Crainee musl be paid.l not leas than the rale Ipeclfied In Ihe t1pproved program for hl./her level of progreu. expressed liS a percentage 01 tho Journayman.level hourly rate IpecWed In thf' applicnble wage determination. Tralnaesshall be paid fringe benefifl In accordanca wilh the provl.lonl of the Hainec program, If the trainee program does not mention fringe benefits, trolneee .holl be paid the full amount of fringD bene'irs listed on Ihe wage delermlnatlon unlen the AdminlsHaror of rha Woge and Hour Olvi.lon dctermln81 thai there ig an appronrice' Ihlp program nlocloled wilh Ihe correspondino journeyman.level wage rele on 1he wftge delermlnatlon which provldOl 'or la.. thtln full frlngo benefits for apprenllces, In which caso luch trninees sholl racelve lhe same fringe benefits D' apprenlloel, f41 In Ihe evunt the Employman111nd Training Admlnl.. IltHiO" wllhdrewl ""provnl of n trainino proo,nm, Ihe contrnctor or lubConlraCIOr will no longer be parmlnad to utilize Hnlnaes nt () (; .. less than the applicable predetermined rate for the work per. formed until on acceptable program is approved. c. Halpers: Helpers will be permitted to work on a projecl if the helper classification is specified and defined on the applicable wege determination or is approved pursuant to the conformance procedure set forth in Section IV.2. Any worker listed on a payroll at 8 helper wage rate. who is not 8 helpcr undcr a approved definition. shall be p,aid not less than the applicable wage .rale on the wage determination for theclossificalion of work actually performed. 5. Apprenticec .Bnd Trainees (Progrems of Ihe U.S. DOTl: Apprentices and treinees working undor olll)prenticeship and skill training programs which have been cenified by ~he Sect/nary of Transport8tion as promoting EED in connection with Federal. aid highwaV construction programs are not subject to the require' ments of paragraph 4 of this Section IV. The straight time hourlv wage rates for al)prentices end treinees under such programs will be established by the particular programs. The ratio of apl)rentic. es and trainees to journeymen shall not be greatar than permitted by the torms of the particular program. 6. Withholding: The SHA shall upon its own action or upon written request of an authorized representative of the DOL withhold or cause to be withheld, from the contractor or subcontractor under this contract or any other Federal contract with tha I8me prime contractor, or any other Federallv.asslsted contract subject to Davis.Bacon prevailing wage requirements which Is held by the lame prime contractor, as much of the accrued payments or advances as may be considered "ecellery to pay laborers and mechanics, including apprentiaes, trainees, end helpars, em. played by the contractor or any .lSubcontrllctor the full amount of wages required by the contract. In tho event of failure to pay any laborer or mechanic, Including any apprendce, trainee, or helper, employed or working on the sit a of tha work, all or part 0' the weges required by the contract, Ihe SHA contracting officer may. efter written notice to the contractor, take .uch action DS may be neceu8ry to cause the suapClnllon of any fur1her payment. advance, or guarontee of fundll until luch v;otatlons hove ceased. ) 7. Overtime Requlremente: No contractor or lubcontractor contrac11ng for any part of the contract work which may require or involve Ine employ. ment of laboretl, mechanics, watchmen. or guardl flneludlng opprenric8I. trainee.. and helper, described In paragraph. 4,nd 5 above) shall require or pDrmlt any laborer. mechanla, walch. man, Or guard In eny workweek In which he/she I. employed on luch work, to work In e)(cesa of 40 hour. In luch workweek unloss such labarer, meChanic, walchman. or guard recelvOl compensalion al a rale not Ie.. then one.and.one.ha" tlmn hlll/her ballc tata of pay for all hour. wo,ked In excelS of 40 hours In .uch workweek. 8. Vlole110n: LlobilllV '0' Uopold W.goo: L1quldolod Comog..: '0 Iho event 0' any vlolarlon of the CIBUU .., 'onh In paragreph 7 above, the contractor and anv luboon,ractor ruponllble theraof .hall be liablD 10 the effacted employes for hls/har unpaid waOIll. In addlllon, luch contractor and lubcontrnctor ,hall he Iiabl, to """ 7" tj o UIl lI.t:.~""_______ o .-:Jl - ___.: 1IlId~~ _____~.:x==~.. I ('l o r the Unl~ed States (in the cas., of work done under conuact for the District ot Columbia or a t"rmory, to such District or to such tortltorvl fOl liquidated damages. Such liquidated damages shall bit computed with rupee! 10 each individual laborer. mechanic, welchman, or guard employed in vialallon of tho clause set tonh in p.,donlah 7. in the sum of $; 10 for 8ach calendar day on which slJch employee was required or permiued to work in excess of th8 standard work week of 40 houn Without payment of the overtime wages requited bV thlt clause set forth in paragraph 7. 9. Withholding for Unpllid .Vagu ,!Ind Uquid.,led Oamagu: Tha SHA shall upon its own aclion or upon written r"quest of any autho,tiled reprcsentativ8 of tho DOL withhold. or cause to b" wilhhcld. from any monies payabla on account of work p"rform"d by tho contractor or subcontractor under any such contract or any oth"r Federal contract wllh tho same prime contractor, or any other FedllroUy.assisted conuact subject to the Conlrllct Work Hours ond Sdfety Standards Act. which is held bV the ,ame prime contractor. such sums as may be determined to be necessary to solisfy any liabilities of such contractor or subcontractor tor unpaid wages and liquidated damages as provided In the clause set forth in paragraph 8 above. V. STATEMENTS AND PAYROLLS (Applicabla to all Federal-aid construction contracts exceeding $ 2.000 and to all relstad subcontracts. except for projects located on roadways classified os local roads or rural collectors. which are exompt.) 1. Compliance with Copeland Regulation. 129 CFR 3): Thtl contractor shall comply with the Copeland Regulations of the Secretary 01 Labor which are herein incorporated by refer. ence. 2. Payroll. and Payroll Recorda: a. Payrolls end basic records reloting therato shall be maintained by the conueclor and each subcontractor during the couru at the work and preserved tor n period 0' 3 yearll from tha date 0' completion 0' the cornract for all laborers. mechanics. apprenticllS, trainees, watchmen. helpers. and guards working at rhe sito 0' Ihe work. b. The payroll records sholl conrllin the name. social security number, Bnd oddr8lls 0' oneh such employae: his or her corrltct clouHicallon; hourly ratos 0' WllgOl paid Cincludlng rlUes 0' contributions or cosrs anticipated 'or bona 'ide Irlnoe bene'its Or cosh equivalent thereo' the typelJ described In Section 1 (b1121lBI 01 tho ClIvis Bacon Act!: daily and weekly number 0' hours worked; deductions made: and aclual wages pold, In addition, ror Appalachian conlracr" thtl payroll recor~1 sholl coni Din Q notation indicoling whether the employee does, or docs nor, notlTllllly rtlside in lhlll;lbor areo a. de lined In AUachment A, paragrilPh 1. Whenaver Ihe Secretary of Labor, pursuant to Socllon IV, purugroph 3b, has 'ound lhot tho wage II of Dny labore, or mechaOlc lncludl!t the "mount ot eny cOlta reulonubly nn1iclpulad in providing banefils under 0 plan or prog,lIm da. scnbed in Section 1lbll2HDJ 0' tha Oavill Dacon Act, tho contrllC' tor nnd noch subcontraclor uhnll mllinlDin r"cords which show Ihllllhn commllmllnl1a prOVide lIuah bane fils is ltnlorcrtable. chal the pljln or program ill linllnchllly responllble, Ihol ths plan or progrl1m hilt bllen communicltled In wriling fa the laborers or mar.hnniclI nffllcted, nnd show Iha cosl nnriclpufsd or (hit ftCIUoIl COlt h,currlld in providmg bann'llI. Contraolors 0' subconfrnc. Ion emplo't'ing apprllnllcu or IInI"nn.. untJlH I1pproved proQulmll "ev_" o (' .. shall maintain wrinen evidencs of the registretion of appr"nticu and trainees. and ratios and wage rate. prescribed in tha applicable programs. c. Each contractor and subcontractor shall furnish. <fach week in which any controcl: work is performed. to the SHA resident engineer a pavroll of W8glll paid eech ot its employees (including apprentices. trainees. and helpers. dascribed in Si!ction IV. peragraphs 4 and S. and watchmen and guards engdg~d on work during the preceding weekly payroll period). Tho payroll submitted shall ,el: out accurately and completely all at the information required ~o be maintained ,under paragraph 2b of this Section V. This information may be submitted in any form desired. Optional Form WH-347 is available for this purpose and may bll purchased from the Superintendent of Documents IFederal stock numbltt 02.9.005.0014-1l. U.S. Oo"ernment Printing Ottice. Washington, D.C. 20402. The prima contractor is responsible for the submission of copie, of payrolls by <111 subcontractors. d. Each payroll submitted shall be accompani"d by a "Statement ot Compliance. - signed by the contractor or subcon. tracto, or his/her agent who pay' or supervi'!lOll the payment of the person' employed under tha contracC Bnd shall certify the fallowing: (11 that lhe payroll for the payroll period contains the information required to be maintained under paragraph 2b 0' this Section V and Ihal such Inform;Jtion is correct, and complete: (21 that such laborar or mechanic (including each helper. apptlJntlce, and trainee) employed on thlt contract during Ihe payroll period hall beDn paid the full weekly wages earned. without rebate, eicher directly or Indi/ectly, and Ihat no deduc. tions have been mode either directly or Indirectly from the full wages earned, othar Ihan permissible deducdons as set forth in the Regulation., 29 CFR 3; 13) that each Idboter or mechanic has boen paid not IlIlIs Ihat the applicable wage rate and 'rlnge benefits or ca.h aquiva. lent for tha closslflcatlon at worked pertormed. alspeclfied in tho applicable wege determination Incorporaled Into the conUoct. a. The weekly submission of a properly e)Cecuted certiflca. tlon sat 'orth on tho taverso .Ide of Optlonlll Form WH.341 sholl sadsty the requirement for lubminion 0' the .Statemenc ot Compllanca- raqulred by plJragr;1ph 2d at Ihls Secdon V. t. The falsification of anv of the above certincotlon, may' sub/act the conlracto, to civil or crimina' prot8cutlon under 1 S U,S.C. 1001 and 31 U.S.C. 231. ' g. The conltDctor ar subcontractor shall make Ihe records required under paragraph 2b of 1hl. Seclion V available 'or inspection. copying. orllan.crlptlon by authorized 'represenuulv8I 0' Ihe SHA, Ihe FHWA, or the COL, and ,hall parmlt .uch repre. untotlve. 10 Interview employen during working hours on the job. II the cantroclor 0' lubCon1rDolOr tail. to lubmlt the required record. or to make them available, the SHA, 1ha FHWA, Ihe COL, or all may, afler wrlnan nollCllt to Ihe ClClncrOCltOr, apon.o" applicant, or owner. loklt such action. a. may be nacesury 10 COUld the IUlpenllon 0' anv further pllyment, advance, or guaranlee of tundl. Furlhermore, fal/ora 10 lubmil Ihe required rltcordl upon rltqunt at to maklt such records Ilvailabla mav ba grounds '0' debarment action pursuant 10 29 CFR 5,12. VI. RECORD OF MATERIALS, SUPPLIES. AND LAnOR \... o :~ o ~) ~- --.--- -- __~_- ~_ J'- "'_ ..LlJa~ 1lI1l111_ -d - ) I o \.) \ , "I ,. --_.-.....,-~.,...'t:.:..."...~-' - . ....',...--.-- .... IT z <( . :I:~ .....35 ~~. L LUU -'0 ~el ~~j I -'~ tJ) u. -0 w>- :::;;~ <(- 0:-' LL4: ~5 :I:w .....:I: Z~ j:o z~ LUW :::;;~ ::>0 Ucn 0- el!:: Ww :I:U .....- ~13 z Wcn u- -J: 13t- Z 1 f. ,.. 0 ( , I 0 I I I.... 1. On all Federal-aid contracts en the National Highway Systom, except those which provide solely for the installation of protective devices at railroad grade crossings, those which are constructed on e force account or direct labor ba.is. highway b88U(ificl!tion contracts, and contrllcts 'at which the fOlal final construction cost tor roadway and bridge is lass than $1.000,000 (23 CFR 635) the contractor shall: 8. Become familiar with the list of specific malerials Ilnd supplies contained in Form FHWA.47, .Stolament of Matsrials and labor Used by Contractor of Highway Construction Involving Fedoral Funds.. prior to the commancemctnt of work. under this contract. b. Maintain D record of tho total cost of .11/1 materials and .upplias purchasad for and incorporated in the work. and also of the quantities 01 those .pecific mete rials and aupplin lilted on Form FHWA-47. end in the units shown on Form FHWA.47. c. Furnish. upon the completion of the contract. to the SHA resident enginaer on Form FHWA-47 together with the data required in paragraph 1 b relative to materiels end supplies, 8 final lebor summary of ell contract work indicating the total heurs worked and the total amount earned. 2. At the prime contractor's option. either a sinole report covering all contract work or separete reports for the contractor and for each subcontract sholl be submitted. VII. SUBLETTING OR ASSIGNING THE CONTRACT 1. The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a graater percentage If spaclfled elsswhersln the contractl of the total original contract price, excluding any specialty Items designoted by the State. Specialty Items may be performed by subcontract and the amount of any such specialty Items per. formed may be doducted from the total original contract prics berore computing the amount of work requited to be perrormed by Ihe contractor's OWl' organization (23 CFR 6351. a. "'ts own organlzatlon* shall be construed to Include only workers employed and peld directly by the prime contractor end equipment owned or rented by Ihe prime contractor. w'hh or wllhout operatotl. Such term does not include employees or equipment of D subcontractor. assignee, or agont of the prime con1rllctor. b. "Spoclalty Items" Ihllll be construed to be IImlled to work that requires highly specialized knowledge, abilities, or equipment not ordinarily avallabla in the type of contracting organizations qualified and o)(pacted 10 bid on Iho eonlract a9 a whole and In general are to be limlred to minor components of Iho overall conuact. 2. The contract amount upon which the requlremenls set 'orth In pDragroph 1 0' Section Vilis computed lncludlll the COlt or mo1lerlal and manufactured product. which are to be purchased or produced by the canUaelor under the contract prOvisions. 3. The contractor oholl furnIsh (aID competent luparlnlendent or lupervllor who 10 employed l.lV the firm. hal 'ull aUlhorllv 10 dlfftct performanoe 0' thft work In eccordancft with Ihe conlract roqulremenU. and II In charga 0' all conlHucllon operallon. (reanrdleu of who perform. lhe work) and (blluoh other of III own organlutlonal re.ourcea Iluplt~.lon. manngemenl, and englnurlng urvieut as tha SHA conlraollng offloer determines il neceUllry to IIll1ura the performance of tho contracl. ..,-~.,-~._~..._. --.-.-, ... = - (1 o .. 4. No portion of the contrect ,hell bo lublet. anigned or otherwise disposed of except with the written consent 0' the SHA contracting officer. or euthorized representative. and such consent when given shall not be construed to relieve the contractor of eny responsibilitv for the fulfillment of the contract. WriUen consent will be given only after the SHA has assured that each subcontract is ovidenced in writing and that IE contains all pertinent provisions and requirements of the prime contract. VIII. SAFETY: ACCIOENT PREVENTION 1. In tho performence of this contract the contractor shall comply with all epplicebJo Fodorel. State. and local laws govern- ing safety. haalch. and saniUtion (23 CFR 6351. The cant rector shall provida all safeguards. ..fety devices and protective equipment and take any other needed ections as it determines. or as the SHA contracting officer may determine. to be reeson- ebly necessary to protect the life and health of employees on the job and the safety 'of the public and to protect property in connection with the performance of the work covered by the contract. 2. It Is a condition of this contract, end shall be made 8 condition of aach subcontract, which the contractor enters into pursuant to this contract. that the contractor and any subconuac- tor shall not permit any employea. In performence of the con- tract. to work in surroundings or under conditions which are unsanitary. hazardous or dengerous to his/her health or safety. 8S defermined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor. In eccordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 333). 3. Pursuant to ~9 CFR 1926.3. It Is e condition of this contract that the Secretary of Labor or authorized repr8lontatlve thereof. shall have right of entry to any slto of conUsct porfor- mance to Inspect or Inve.tlgate the maUar of compliance with the con.ltuctlon ufety and health standards and to carry out the duties of the Secretary under Section 107 0' the Contract Work Hours and Safety Standards Act (40 U.S:C. 3331. IX. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS In order to assure high quality and durable conltructlon In con'ormity with approved plana and specification, and a high degrae of reliabillcy on Ilalbmen!s IIlnd representations made by engineer.. contractor.,. auppllers. and workerl on Federel.ald highway project.. It i. alSantlal that all petlons concerned with the prolect perform their functions a8 carafully, thoroughly, and honestly as possible. WlIIful falsification. dletortlon, Dr mi.rapre- .e"tation with rupect to IInv facts related to the proleel II a violation 0' Federal low. io prevent any mllunderstandlng reg"rding the IIJrlOUllODSI of Ihete IInd slmller actl. Ihe fOllowing norlce Ihall be potted on each Federal.ald hlghwav project 123 CFR 6351 In ana or mora pl.ce. where It I. readily .veilable 10 all petlons concerned with the prol""oU NOTICE TO ALL PERSONNEL ENGAGED ON FEOERAL-AIO HIGHWA Y PROJECTS lB U,S.C. 1020 '.Dd. ,"ollowl: .Who.v." belnlJ an offlc.r, "1J.nt, Of employ., DI Ih. Un/I,d S',,"~' Of 01 any Slat' 0' r,,,ltory, Of who.v", wh.th., _ pr'~on. II$ocltJtlon, /I,m. 0' corportJrlon, knowingly milk., .ny ,,1$' .,lft/m,n,. "'$' 1Ip"$,nt.,lon. Of ,,1$' r'pOff " to rh. ch"racl", quality, qUlJnrl,y, 0' CO$' of 'h. me,,,,I,, Ulld Dr '0 b. UJld. Dr ,h, quenUty 0' quall,y of rh. work p.rlo,m,d Of '0 bl '10_' o )) ) " .~ fj I o o I') ~.,J' .... z <( , :I:f- ~f5 a:::E, <(~ "'u -'0 uo ~~i -'~ cnu. -0 w>- :2~ <(- a:-' u.<( cn~ _0 :I:", ~:I: Z~ j:O Z~ WLJ.I :2~ ~O Ucn 0- O!:: w", :I:U ~- !:!:13 z WCf) U- -:I: 13"' Z ... o o "-.....J -'II. performed. 01 rhfl cost rh6/Bol in connBclion with the submission 01 plJns. maps, spsctfications. contracts. 01 costs 01 construction on dny highway 01 fslatsd plait/ct submiulld for approval to ths Sscrs/illyof Transportation: 01 ~VhoeV8' knowingly malcll$ any la/s8 staft/ment, falstl 'ep'~sen. tarion, false (eport 01 103/$8 claim with 18SP6Ct to rhe characler. Quality. quantity, Of cost of any work performed 01 to bil pel- lorm8d. 01 matt"ials furnished 01 to btl furnished. in connee/lon with thfl construction 01 any hlghway or 's/ated projser approvfJd by ths Sflcf"tary of Transportation; or ~Yh08V8' /cnowlngly mok8s any fals8 statemsnt or falSII reple- stlntarion .:IS to material facr in any sratemenr, c8rrificatB~ or rtlport submirtfld pursuant to provisions of thB Fedsral.aid Roads Ac: approvfld July 1 ~ 1916~ 139 51.;]!. 355/~ as amendfld and supplemflntfld: I I Shall bo fined nor more rhar S10,OOO or imptlsoned not mars than 5 yllsrs or barh. . X. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT fApplicabla to all Federal.aid construction contracts and to all related subcontracts of $100,000 or mora.) I I I By submission of this bid or tho axecution of this contract, or subcontract, as approptiatl!t, th12 biddor. Fl!tderal.aid construction contractor, or subcontractor, Oil appropriate, will be dOClmad to haya stipulated as follows: 1. Thai any facility thai Is or will be utilized In tho performance ot Ihis conlract, unless such contract is exempt under the Clean Air Act, as amended (4,2 U.S.C. 1 aS7 ~ !!9,., 8S amend ad by Pub.L. 91.604). and under the Fodftral Water Pollution Control Act, 8S amended 133 U.S.C. 1251 !1!!.9., as amended by Pub.L. 92.5001, Executiye Order 11738. and regula lions In implementa. tion thareo' (40 CFR 15) Is nQt listed, on Ihe date 0' con1ract award, on Ihe U.S. Enyironmenlal ProlscUon Agency IEPA) List of Violaling Facililles pursuant 10 40 CFR 15.20. I. I I. I I I I I I 2. That Iha nrm ogreos to comply and remain in compllanco with all the t1quiromenls 0' !ieotion 114 at tho Cloan Air Act and Sccrlon 308 0' tho Fsderol Waler Pallulion Conltol Act and all ragulatians and guldelinn Ilsud thoreunder. 3. That the Urm shall promptlv notifv the SHA 0' the rocelpt 0' any communiaallon 'rom tho Choetor, CUlce 0' Federal Activities, ePA, indicating Ihat 0 'tacillty that Is or will bo utillud 'or Ihe conltacl is undar consideration to bo lisled on the ePA List at Violaling FlIcillriel. 4. Thai tha film IIgrool to include or couse to be Included the roqulremanll 0' paragroph 1 Ihrough 4 of this Sacdon X In overy noneM'ompl subcontract, and further oorees to take suah action ftl the goytlrnment may direcl a. .. mOln' of entorclng such requlremonts. XI. CERTIFICATION REGARDING DEBARMENT, BU8PENSION, INEllGIBlLITV AND VOLUNTARV EXCLUSION t. Instructions 'or CltllliClllllon . PrImary COY.rld Trlns.a. tlons: (Applicable to nil Federol',lld CClnlrllclt . 49 CFR 291 ft. By signing and lubml1l1ng thlll proposal, tho prupacllve P.a' . ...........-- "' '---.': ~._u_. () () .. primary porticipant is providing Ihe certl'icetion set out below. b. The inability of a person 10 proyido the cettilication sot out balow will not necessarily result in deniClI of participation in Ihis covered transaction. The prcspectivd participilnt shall submit an O"lCpldnatian of why it cannot pra...ida the certification set out below. ThG celtification or explanation will be consid~red in connection with the department or .lQeney's detarmination whether 10 ant or into this transaclion. How"..."r, 'ailur" 0' the prospective primary parlicipant to furnish a cenification or on dxpl.lnelion shall disqualify such a person flam participation in this transaction. c. Th" certification in this claus" is! a mat"rial represenl". tion 0' fal.:t upon which reliance was placed when the dap;:mment or agency detarmined to entor into this transaction. If it is later datarmined Ihot the pro9pecliye primary parth:ipent knowingly rendered an erroneous certificelion. in addition 10 other remedies available to tho Federal Goyernment, tho department or agency may terminate Ihis transection tor cause 0' de'ault. d. The prospeclive primarv pertlcipant shall provida immediate wrinen nolice to the department or egency to whom thiS! proposal is submilred It any time the prospectivo primary parllcipant learns Ihat its cettirication was arroneOU9 whan submined or has becomo orroneous by reason 0' changdd circumstances. e. The terms "covered transaction," "debarred," "suspend. ed: "ineligiblo," "'owar Iler covered transaction," "patticipent," "person." .primarycovored tramioclion,. "principal.. .proposal.. and "voluntarily excluded,. ea uSlld In Ihhillclause, have Ihet meanings set out In the Ceflni1lons and Coverage see dons 0' rulaslmpfemenling Execulive Order 12549, You may contact Iho department or egency to which this proposal Is submitted for assls(ancet In obtaining a copy 0' those regulations. ,. Tho pro.peatlve primarv pardclpant agreu by .ubmlulng this proposal that, .hould the propollld coveled transection be encered Inlo. It shall not knowingly enler Into any lower tier coverad transaotion wllh e petlon who Is debarred. suspended, declared Ineligible, or voluntarily excluded horn participation In this covoretd transaction, unloll authorized bV the department or agency entering Inlo this (ra"nctlon. g, The pro.pocllve primary participant further agree. by submhdng thi. proponl that It will Include Ihe claula tUled .Certlllcallon Regarding Dobarmanl', Suspension, Ineligibility Bnd Voluntary Excluslon.Lower Tlar Covered Transaclion,. proYldetd' by Iho department or agency entering Into Ihl. covered Itenlac. lion, wiEhout modUle.tlon. In all lower der I:over.d tranner/ons and In en solicitations for lower tlar covered transaollons. h. A participant In a oovered tranlletion mav rely upon II cenltlcBllen 0' s pro.pletivlI partlclpsnt In a lower 1111 CaViled tr.nucllon that la nor debarred, su.pend.d, I"ellglbl., or yohJnw I.rily excluded 'ram the coy"rod tre","odon, unlallh know. Ihet the alltWcallon I. .rron.ou.. . A participant maY' decide the method linn 'requenoy bV which It detllmlnal Ih. .lIglblllty 0' Irs principals. e.eh partiCipant may. but I, nat required to, check the notlprocuremlnt partin" 0' the .U.ts a' Parlle. Excluded From Federal Procurement or Nonprocurement Program,. (Nonprocur.. mer" LI... which I, corr;;.::.J ~'!'.,. l1..h~:!l1 Sorvla.. Admlnlur.. tlon, i. Nothing contalnad In the 'oregoing .hnll be conltruad to requlra 0I1l1bli.hment 0' a sv.tem 0' record. In orddr to flnd'r In good '11I1h lhe certlflcatlan raqulred by thl. claun. Tha knowl. o .Jj ~ _A ) _--..:::b.....:-.:;:.......,y,.---..- ;', ~;\ I o o r") ,r) .,,/ '>'..<1'" It~.... ..." ..- .11- ---..--.~ .... 1.1I -- z <( . :I:~ ~a5 O:::?, <(::J Wu -'0 ~o en LU. WII -'~ Cfl u. -0 W> :::;;~ <(- 0:....J u.<( en~ _0 :I:w .....:I: Z~ j:o z~ W UJ :::;;~ ~o Ucn 0- o!:: Ww :I:u ~- ~13 z wOO U- -:I: 13f- Z y ( I t I I l I o ' I I I I t I o ~ I I odgG and information of participant is not required to olCctlod thut which is normally possossed by ,. prudent person in thtt cudlnary course of businoss dealings. j. Except for transactions lIutho,illlld undor p.,ogrllph f of theso instructions. if IS porticipant in . covered Uans.ction knowinglv ontor. into e lower lier cove rod trenSllction with. person who is susponded. dabllrrod. ineligible. or. voluntarily excluded from participation in this transaction, in addition 10 other remedios avaiJeblo to the Federal Govornmont. the doport. mentor agency m,ay terminate this transaction for CIlIUSO or do fault. Certification Regarding Deb.rment. GUlp.nlion. Ineligibility and Voluntarv Exclu.lonnPrimary Cov.r.d Tr.nuction. 1. The prospectiw primary participant certifies to the best of its knowledge and belief. that it and its principels: 8. Are not presently debarred. suspended. proposed for debarmont. declered ineligible. or voluntarily. excluded from covered transeclions by any Federal department or agency: b. Have not within a 3.yeer period preceding this proposal been convicted of or had a civil judgement rendered against thom for commission of fraud or II criminal offense In conneotlon with obteining, attempting to obtain. or performing a public (Federal. Stota or local) transaction or contract undor a public Iranl8clion: violation of Foderal or State antitrust stetutas or commission of ambez1lement. theft, forgery, bribery. fal.iflcation or dastruction of records. making faIn slIUements, or receiving stolen property: c. Ara not presantly Indicted for or otherwise criminally or civilly cherged by a governmental entity (Fedoral, State or local) with commission of any of the o"enl05 enumerated In paragraph 1 b of this cartlficetlon: and d. Heve not within 0 3.yeor period preceding this applica' lion/proposal had one or more public transactions (Federal, State or locel) terminated for caUGe or default. 2. Whare tha prospective primary participant is un"ble to cerrlfy to any 0' tha statements In this certltlcatlon, such prolpectlva pardcipant shall attach an explanallon to this proposal. 2. In..,ucllon. lor Certlflcallon' Lower Tier Covertd Tranuc- tlon.: (Applicable to all lubcontractl, purch..e orders and other lower tier tranlDetlonl of 025,000 or mote - 49 CFR 291 a. By .lgnlng and lubmltting thl. ptoposel, the pro.pectlve lower tlar III providIng the certlflcallon let oul below, b. The certification In thl. claulO 10 .. materl.,I repro.entll' tlon of 'lIct upon whloh reliance Will placad when thll ttnnlne. lion WIIS enlated Into. It It II lale, determlnad that the p,o.p.c. fjVt' lower tier pnrtlclpant knowingly rendered "n erroneOUI certificlI1ion. In addItion to othar remodle. available to 1he Federal Oovernmenl. Ihe department. or .gencv wllh which thl. trllnlllC' tion orlglnl'lIt1d may pursue available remedle.,lnc:ludlng .u.pen. o (, " .. sion and/or dauarment. c. The prospective lower tier parlicipenc shell provide immediete wrinen notico 10 the petton to which this proposal is .ubmiUed if 101 any time the prospective lowar lier participent learns that ;IS certificalion wes erroneous by reeson of changed circumstances. d. The terms .covered transaction.. -debarred, - .suspend. ed.. .ineligible.. .primary cevered transaccion.. .participanl.. .porson.. .principal. - .propos~I.. and .volunterily l!lX'cluded,. os .used in thi, cl.use. havo the maanings set out in lhe Definitions and Coverage sections of. rules implementing Executiva. Order 12549. You may contact the person to which Ihis proposal is subminad for essi,tance in obtaining B copy of lhose rogula1ion,. a. The prolJpectivolower tier pat1icipanr agreas by submi1' ting this proposal that. should the proposed covered transaction bo entared into, it shall not knowingly ontor into anv lowar tier covored Iransaction with a person who is debarred. suspend ad, daclared ineligible. or voluntarilv excludad from perticiparion in thi_s covered transaction. unless aulhorized by Ihe deporlmenl or agency with which '.hls transaclion originated. f. The prospective lowar tier perticipanl furlher agrees by submitting Chis proposal that il will include this clause ti1led .CartificationAegarding Debarment. Suspension. Ineligibilitv and Volunta~y Exclusion.Lower Tier Covered Transaccion,. wichoul modlfica1ion. In all lower tier covered transactions and in all solicitations for lower tiar covere~ transeedons. g. A participant In a covered transaction may rely upon a certificallon of a prospective parllcipant In 8 lower tier covered transaction that I. not debarred, suaponded. Ineligible, or volun. tarily excludad (rom the covered transaction, unlass it knows thac tha certification is "rronoous. A participant may decide the method Qnd frequency by Which it determines the ollglbility of lis prlnclpl'ls, Each participant mav, but Is not required to~check1he Nonprocuremenc List. h. Nothing contained In the foregoing shell ba construed to require establishment of a systam of ,ecordsl" order to render In good faith the certlfloatlon raqulrad by this cl*ule. The knowl. edge and Informluion of participant I. not roqulred to exceed that which Is normally possessed by a prudent penon in the ordinary course of bu.lnen dealings. I. Except for traniaotJons euthorJzed under paragraph a of these Inslructlons, If . a participant In 0 COVe rod transaction knowingly enter. Into II l('lwar Ile'r covered tranSletlon with 8 person who II luspanded, daborred, Ineligible, or voluntarily excludod 'rom. participation In thl.. tranlllctlon. tn .ddltlon 10 other ramedlas IIvaUeble to the Federel Oovarnment, the dep.rt. ment or agency with which thl. transaction orlgln"ed may pursue available remedial. including .ulpenllon end/or debar- ment. C'rtlflcatlon Reoardlng D.bermen', Gu.p,n,Jon. In.llglblllty end Volunllry Exciu.lon.~Low., TI" Coy".d Tr.nllctlon.: ,. The pro.paetlv. lower tier partlalpant clrtlflOl, by lubml.. .ion 0' this proponl. that neither It nor hi principal. I. presonlly debatt.d, IUlpanded, propoled fordebarment, d.cl.red In.lIglbla, or volunlarlly axcludad from parllclpatlon In thl. u.nllctlon bv any Fed.ral d.perlmenl or agancy. ,.,,, . o : o :l - ~l __lIPID-. - .hdtJ.....- ~L ) '>1 1;1 ,., .._--~........,....._- I _1 (l o -111 ~;';;JI,'l.,-:.;."J:.il z <( . I~ ~15 00:::;;" <(~ wu -'0 ~o (f)W, wII -'~ cnu. -0 W>- :2~ <(- 00-' u.<( cn~ _0 :I:W ~:I: Z~ j:O Z~ WW :2~ ~O Uen 0- o!:: Ww Iu ~- \!:13 z wu) u- i=~ o z r o o c 2. Where the prospectivlI lower tier participant is unable to certify to any of the statement' inthi, certification.' such prospecove participant shall auach an explanation to this proposal. XII. CEllTIFICA TION REGARDING USE OF CONTRACT FUNDS FOR LOSBYING L 1 (Applicabla to 011 Federal.aid construction contracts and to ell related subcontracts which axcacd , 100.000 .49 CFR 201 1. The prospective participant certifies. by signing and submit. ling this bid or proposal. to the best of his or her knowledge and belief. that: I I I t II. No Federal approprisled funds have b,uln paid or will be paid. by or on behalf of the undersigned. to any per30n for influencino or attompting to influence an otticer or employee of any Foderal agency. a Mamber of Congreu. dn oUicer or employ. ee 01 Congress. or an employee of 8 Member of Conoress in connection with the awerding at any Federal contract. the making at any Federal Qrant. tho making of any Federal loan. tha entering Into ot any cooperative agreement. and the extension. continuation. renewal. amendment. at modification of any Fsdetul contract. grant, loan, or cOClperativG agreement. b. It any fundi other than Federal appropriated funds have been peid or will be paid to any porson for Influencing or attempt. Ing to Influence an offlesr or employee of any Federel agency. a Member ot Congress. an officer or employee ot Congress. or IIn employee of II Member ot Conoress In connection with thle Federel contract. grant, loan, or cooperative agreement, the' undersigned ehallcomplete and submit Standard Form-LLL. -Disclosure Form to Report LObbying,. In accordance with It. Intltucdon.. 2. 1hl. certltlcatlon II a mlterlal representation of fact upon Which reUance was placed when this transaction waS made. or entered Into. Submlllion of thl. cerciflcatlon la a prarequlaltlt tor making or entltrlng into thlll transacelon Impaeed by 31 U.S.C. 1352. . Anv porson who 'all. to file lhe required certJrlcatlon shall be sublect to a civil penalry of not lell than .10.000 and not more than $100,000 tor oach such 'alluro. I I. I f. I 3. The prospectlve participant alIa agreD8 by lubmittlng hi, or her bid or proposal that ho or Iho shllll ,equlre thlt tho 1."OuIIOe of this certlflcDtion be Included In ,II lower tier 8ubcontrth1t., which exceed $100,000 and Ihat allsuah recipient:. Ihan aenlty and d11C10'8 acccrdlngly. litO. 10 ~.'''''':''''~''l.....-rt~N.__ 'P" : o .. o o o ) , I [J I o o I ,I J' t t '" t '. I';' ' / ' I,. ~ .'''''; / 1 ..: 1 !:IIr-o ,,:/') ".,( t~ . ..... 4_ ", ,tj . ,- z <( . :I:~ .....15 o:~ <(~ Wu -'0 Uo en . enw w:I: -'..... cn u.' -0 w>- ~!:: 0:-' u..<( !!l5 :I:w .....:I: Z~ j:o z~, :E ~i ~o, Ucn 0- o!:: Ww :I:u .....- ~13 z wcn u- -:I:, 13 '""' z : I ( r I. [ I: [ [ [ [ [ [ I. l t I I ! r r C""'-- 0".'--- .r" , , o o o o ... State of Washington DEPARTMENT OF LABOR AND INDUSTRIES , Prevailing Wage Rates For Public Works Contracts XOI24o/ Upper Hoh Road Park Boundary Washout [ - - Q{') ,"" , . ~ ' Equlpmen, Rental ~':'~,,;';7~5~(~::,;}"~""'::' . r,;'.!',"W'.....lf:'.' ",-' i" , i Wtl.u t , 10 I o o 32 X I 0 ~ ----- ~ z <( . :I:~ ~15 O:::?, <(~ Wu -'0 Uo ~~I -' ~, cnu. -0 ~~ <(- 0:-' u..<( cn~ _0 :I:w ~:I: Z~ j:o z~ ww ~5' Ucn 0- o~ Ww :I:u ~- ~13 z wen u- -:I: 131- Z r o o o o .. I I I I I I { I I t , t t I f. I I I f ,',~~ ,~ ,,{ ~TAn OF WASHINGTON DEPARTMENT OF lABOR AND INDUSTRIES PO BOX 44540, OLYMPIA, WASHINGTON 98504.4540 (360) 902-5335 FAX (360) 902-5300 A .,'c ,; a February I, 1996 ,'~ ,~ .'1 :€ TO: ALL INTERESTED PARTIE~ FROM: JIM P. CHRISTENSEN, INDUSTRIAL STATISTIC!A!"1 :i 1 ~ "j i :~ .'j. J i; 1 " 'J '1 J ,l j i "j , 1 ~; i SUBJECT: REVISED PREVAILING WAGE RATES Attached are revised prevailing wage rates in effect for contracts bid on or after March 2, 1996. Revised rates for Truck Drivers are included in the attached wage sheets. Specific rates for both dwnp trucks and transit mix trucks are included. These rates are the result of a recent wage and hour survey. I very much , appreciate the input many of you provided. BID SPECIFICATIONS OR CONTRACTS THAT DO NOT CONTAIN THE PREVAILING WAGE RATES (ATIACHED) ARE IN VIOLATION OF RCW 39.12.030. TRA VEL TIME REMINDER Washington prevailing wage law applies to all public work, regardless of whether the work is performed at the project site. EXAMPLE: Ifworkers are required under the terms of the contract to report to a remote location and ride a bus to the project site, this would be compensable time under the public works contract. Another example is trucking (which can include hauling excavated materials from the project or delivering materials to the project and participating in the incorporation of those materials into the project). CII ~~!!:-"... ~ I , 10 : O!'.:) IlMJ ..... ('~~ i' J - - tlJ b.Lh. ......-- ~.....4. I o o 32 X I 0 ;.t_ z <( . :I:~ .....15 o:~ <(~ Wu -'0 Uo en w~ ~ i=1 cnu..' -0, W ' ::!:>- ~~ u..< !!15 :I:w ~:I: Z~ j:o z~ WW, ~51 Ucn 0- o!:: Ww :I:u .....- ~13 z wcn u- i= :I:I-! o : z I I I L o o .. Slale of Washlnglon DEPARTMENT OF LABOR AND INDUSTRIES Prevailing \Nage Section... Telephone (360) 902-5335 PO Box 4-1540. Olympia, WA 98504-4540 Washington State Prevailing Wage Rates For Public Works Contracts JEFFERSON COUNTY Effeclive 03-02-96 ****...***...**......*******.......*.***.***.......****..........***......**-****...**....*.......*****.......*..................* ,r" ( !ssitlcation S~ABATEMENTWORKERS . JOURNEY LEVEL t llLERMAKERS - JOURNEY LEVEL 3R/CKLA YERS & MARBLE MASONS '" JOURNEY LEVEL tBINET MAKERS (IN SHOP) JOURNEY LEVEL '^RPENTERS I ACOUSTICAL WORKER - CARPENTER CREOSOTEO MATERIAL I. DRYWALL APPLICATOR _FLOOR FINISHER FLOOR LAYER I FLOOR SANDER _MILLWRIGHT AND MACHINE ERECTORS PILEDRIVER , , SAWFILER [SHINGLER STATIONARY POWER SAW OPERATOR STATIONARY WOODWORKING TOOLS llENT MASONS ;EMENT MASON CONCRETE SAW ~";URB & GUTTER. SIDEWALKS :URING INISH COLORED CONCRETE GUNITE NOZZLE PERSON I ~ASTlC, EPOXY, PLASTIC ,'ATCHING & PAVING POWER TOOLS & GRINDERS ( AND BLASTING . EALING COMPOUND TROWEL MACHINE ON COLORED SLADS, COMPOSITION OR KALMAN (LOORS ROWELING MACHINE, CURB & GUTTER MACHINE, SCREED & OOOING MACHINE TUNNEL WORKERS 1 NOERLAYMENT IS & TENDERS -DIVER ('VER TENDER o o I pag., (~=~. c. .......IU1 ~ (See Benefit Code Key) Hourly Hourly Over Wage Fringe Time Holiday Note ~ ~ ~ ~ Code 519,51 54,65 1M SO 523,57 58.76 lR 5N 523,09 $5.38 lR SA 513.12 50,00 522.28 $5.81 1M 50 $22.12 55.81 1M 50 522.22 55,81 1M 50 $22.12 55.Bl 1M 50 $22.25 $S.81 1M 50 522.25 $5.81 1M 50 $22.25 55.81 1M 50 $23.12 $5.81 1M ,50 522.12 $S.81 1M 50 $22.25 $S,81 1M 50 $22,25 $5,81 1M 50 522,25 55,81 1M 50 $22.25 $5.81 1M 50 521.59 57,27 IN BE $21.84 57,27 IN BE $21.59 57.27 IN BE $21,59 57,27 IN BE $21.84 57,27 IN BE $21.B4 57,27 IN BE 521,84 57,27 IN BE $21.59 57,27 IN BE 521,84 57,27 IN BE $21.84 $7.27 IN BE $21,59 57,27 IN BE $23,09 $7,27 IN BE $21,B4 $7.27 IN BE $21.B4 $7,27 IN BE $21.B4 $7,27 IN BE $54,19 $5,BI 1M 50 8A $24,11 $UI 1M 50 iii. TO. (r"~ \_\~:-'::'~j~t':':I:::i}-:~'-::..".";'.j-'" -, '~,}~,~il".r ,., '", "'~r' 1 l. ,- L'~ I 1 ,~ ~'~ '! 1 I ;1 J i! <. . It"~ .. r 10 I o o I 32X.lo i . - o ,- o .. I JEFFERSON COUNTY EffectIVe 03-02-96 I ***...***_**'*....****'****'****..****"'*..........................****'**....********........**..**.***...**..........***.1lr.. (Se. Benefit Code Key) Hourly Hourly Over Z r Wage Fringe Time Holiday Note <(' Classification Rate Benefits Code ~ Code :I:~ .....15 DREDGE WORKERS o:~ t <(~ ASSISTANT ENGINEER $21.50 $6,81 IN 50 8L Wu ASSISTANT MATE (DECKHAND) IN 50 8L -'0 $21,07 $6,81 Uo BOATMEN $21.50 $6,81 IN 50 8L ~~j f CRANEMAN $21.55 $6,81 IN 50 8L ~~ ENGINEER WELDER $21.55 $6,81 IN 50 8L cnu.. LEVERMAN, HYDRAULIC $21.93 $6,81 IN 50 8L -0. ~~, l. MAINTENANCE $21.07 $6,81 IN 50 8L <(- MATES $21,50 S6,81 IN 50 8L 0:-' u..<( OILER $21.15 S6,81 IN 50 8L !!15 DRYWALL TAPERS :I:w I JOURNEY LEVEL $22,45 S5,21 lJ 5A .....:I: Z~ ..:LECTRICAL FIXTURE MAINTENANCE WORKERS j:O JOURNEY LEVEL S8,00 SI,37 lJ SA Z~ r:LECTRICIANS -INSIDE ww, ~5( CABLE SPLICER $26,74 $7,61 lJ 6H Ucn CABLE SPLICER (TUNNEL) S29.41 $7,87 lJ 6H 0- CERTIFIED WELDER S25,53 $7,57 lJ 6H o!:: I. Ww CONSTRUCTION STOCK PERSON $13,37 $4,61 lJ 6H :I:U JOURNEY LEVEL $24,31 $7,53 1J 8H .....- ~13 JOURNEY LEVEL (TUNNEL) S28.7-1 $7,81 lJ 6H Z I'LECTRICIANS - MOTOR SHOP WUl u- _ CRAFTSMAN ' $13,95 $1,42 2A 6C i=~ JOURNEY LEVEL $13.29 $1.40 2A 6C 0 (' !LECTRICIANS - POWERLINE CONSTRUCTION Z CABLE SPLICER $26,37 $6.17 4A SA 8E CERTIFIED LINE WELDER $23.81 $8,08 4A 5A 8E I. GROUNOPERSON $18.B9 $4,B4 4A 5A 8E HEAD GROUNCPERSON $17,97 $4,88 4A SA 8E HEAVY LINE EQUIPMENT OPERATOR $23,Bl S8,OB 4A 5A 8E JACKHAMMER OPERATOR $17,97 $4,88 4A 5A 8E I. JOURNEY LEVEL LINEPERSON $23,81 $6,08 4A SA BE. ~INE EQUIPMENT OPERATOR $20,54 $4,97 4A 5A BE ,r POLE SPRAYER $23,81 $B,OO 4A SA 8E l POWDER PERSON $17,97 $4,88 4A SA BE 'LECTRONIC & TELECOMMUNICATION TECHNICIANS 0 JOURNEY LEVEL $12.07 $0,00 I"LEVATOR CONSTRUCTORS CONSTRUCTOR 517.81 $7,65 4A 81 " MECHANIC $25,53 $B,30 4A 61 MECHANIC IN CHARGE 52B,72 $0,57 4A 81 I PROBATIONARY CONSTRUCTOR 512,77 $0,32 4A 61 . ABRICATED PRECAST CONCRETE PRODUCTO I 0 ALL CLASSIFICATIONS 513,50 50,00 0 0 J ENCE ERECTORS FENCE ERECTOR 513,00 50,00 FENCE LABORER 511,80 50,00 cLAGGERS I JOURNEY LEVEL 514,83 $4,85 1M 50 Page 2 (~-~- -- C -:.:) 'yr.';t,,' 10 32 X I 0 Q l "" " .La. j v --. _11.1:. .L...~J ~ ~IW. __u MIdl ~=-~~..--"- - al ~~'-":".IMliIjtl.U - . . - II I III I II r 11& Ii 11I1_ .1 . . . 111II 11& .. 11III - 11III. _.... . . '. . 1- ... - ... . - .. .. .- .. .. .. ,,', o ,'.4lII'II!III8I!I o lIB ';~ ;~ :, JEFFERSON COUNTY ' ~\'l, _,tl Effective 03-02-96 ~ _____...__*....,.............1..1.4......... .1.....1. ...__........................_..._...._..._...................................... (See Benefit Code Key) ~1. ~1, Hourly Hourly Over :_~ !'$ r :Iassificallon Wage Fringe lime Holiday Note '~ Z Rate Benefits ~ ~ ~ 'j: <( . j{ :I:!z GLAZlERS ',7 ~w :i;t o:~ I JOURNEY LEYEL $14,53 $0.00 ;j; <(~ iEA T & FROST INSULA TORS AND ASBESTOS WORKERS ;f Wu !J -'0 MECHANIC $25,18 $4,89 IF 6R Uo cnwj 'lEATING EQUIPMENT MECHANICS <, I MECHANIC '''f ff3::1: $16,04 $2.41 lJ SA ;~ -' ~, ,. cn u. INDUSTRIAL ENGINE AND I\IACHINE MECHANICS ~ -0, MECHANIC $12,86 $2.79 ,~ ~~: I mUSTRIAL POWER VACUUM CLEANER <- JOURNEY LEVEL a:-' $7.90 $1.17 u.<( !!15 INLAND BOATMEN :I:w I. DECKHAND $15,19 $2.96 lK 50 I ~:I: ENGINEF.R.oECKHANo $16,81 $2,96 lK 50 'I Z~ j:O OPERATOR $17.59 $2,96 lK 50 Zl- ("ISPEcnON. CLEANING. SEALING OF SewER & WATER SYSTEMS ww CLEANER OPERATOR. FOAMER OPERATOR $8,2S $1,48 1 ':1 :::;;~{ .. GROUT TRUCK OPERATOR $9.50 $1,98 1 J ~ 0, Ii Ucn HEAD OPERATOR 510.50 $2.28 1 O- j o!:: t TECHNICIAN $6,25 $0,00 1 Ww TV TRUCK OPERATOR $8,75 $1.78 1 , :I:U ~- INSULAnON APPLICATORS ~13 I JOURNEY LEVEL $16.58 $0.00 Z I Ilicn ONWORKERS u- . JOURNEY LEVEL $20,50 $9,32 lB SA -::I: 131- rBORERS Z ASP HAL T RAKER $19,99 $4.65 1M 50 .. BALLAST REGULATOR MACHINE $19,51 $4,65 1M SO BATCH 'llfEIGHMAN S14,83 $4,65 1M 50 I CARPENTER TENDER S19,51 $4,65 1M 50 CASSION WORKER S20,35 $4,65 1M 50 CEMENT OUMPER'PAVING SI9,99 54,85 1M SO t CEMENT FINISHER TENDER S18,51 '$4,85 1M 50 CHIPPING GUN $18,51 $4,85 1M 50 ?" CHUCK TENDER S19,51 $4.85 1M 50 CLEAN.UP LABORER S19,51 $4,85 1M 50 t CONCRETE FORM STRIPPER S19,51 $4.85 1M 50 0 CONCRETE SAW OPERATOR S19.99 $4,85 1M 50 CRUSHER FEEDER S14,83 $4,8S 1M 50. I CURING CONCRETE S19,51 $4,85 1M 50 DEMOLITION. WRECKING & MOVING (INCLUDING CHARRED MATERIALS) S19.51 $4,85 1M 50 DIVER $20,35 $4,85 1M 50 , DRILL OPERATOR (HYDRAULIC, DIAMOND, AIR TRAC) S18,99 $4,85 1M 50 EPOXY TECHNICIAN S19,51 54,85 1M 50 I 0 . FALLER/BUCKER, CHAIN SAW S19,99 54,85 1M 50 0 0 FINAL DETAIL CLEANUP (1,1" dusting, vlcuumlng, window el.anln9: NOT $12.51 S4,85 1M 50 I constNellon dabrls claanup) GABION BASKET BUILDER S19.81 54.Bs 1M 50 GENERAL LABORER S18,sl S4,B5 1M 50 , GRADE CHECKER & TRANSIT MAN S111.99 S4,Bs 1M Bo GRINDERS S18,sl S4,Bs 1M 50 Page 3 I - ,- ,-~~.._'...~ - . "~,:,\,;::,"",,, , .. o ,'- o .. z <(' :I:~ .....15 o:~ <(~ Wu -'0 uo cn , cnW w:I: -'~ cnu. ~Ol :::;;~ <(- 0:-' u..<( !!15 :I:w .....:I: Z~ j:o z~ WW\ ~51, Ucn 0- O!:: Ww :I:U ~- u..13 -Z Wcn U- i= ~i 0' Z I I I HAZARDOUS WASTE WORKER ~EVE~ A I HAZARDOUS WASTE WORKER ~EVE~ B : HAZARDOUS WASTE WORKER ~EVE~S C & 0 HIGH SCA~ER f' , HOD CARRIERlMORTARMAN JACKHAMMER MINER NOZZ~EMAN. CONCRETE PUMP, GREEN CUTTER \MiEN USING HIGH I PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST., :, GUNITE, SHOTCRETE. WATER BLASTER PAVEMENT BREAKER (' PI~OT CAR PIPE RE~INER (NOT INSERT TYPE) PIPELAYER & CAU~KER POT TENDER f POWDERMA~ ., POWDERMAN HE~PER RAI~ROAO SPIKE PU~~ER (POWER) I." RE.TlMBERMAN SPREADER (CLARY POWER OR SIMILAR TYPES) SPREADER (CONCRETE) I STAKE HOPPER TAMPER & SIMILAR E~ECTRIC, AIR & GAS .. TAMPER (MU~ TlP~E & SE~F PROPE~~EO) TOO~ROOM MAN (AT JOB SITE) I TOPMAN. TAI~MAN - TRACK ~INER (POWER) TUGGER OPERAToR I VIBRATING SCREED (AIR. GAS, OR E~ECTRIC) . VIBRATOR 'M:~~'POINT MAN l LABORERS. UNDERGROUND SEWER & WATER GENERA~ LABOReR PIPE LAYER LANDSCAPE CONSTRUCTION L IRRIGATION OR LAWN SPRINK~ER INSTA~~ERS LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS LANDSCApING OR PLANTING LABORERS [LATHERS JOURNEY ~EVE~ MACHINISTS (HYOROE~ECTRIC SITE WORK' MACHINIST I META~ FABRICATION (IN SHOP) - FITTERIWE~OER LABORER MACHINE OPERATOR PAINTER PAINTERS BRUSH & RO~~ PAINTER SI'RA Y PAINTER Hourly Hourly Wage Fringe ~ Benefits $20,35 $4,65 $19,99 S4.65 S19.51 S4,65 S19,99 S4,65 S19.99 S4,65 SI9,99 S4,65 S20,35 $4,65 $19,99 S4,65 S19,99 $4,65 S14,83 S4,5S $19,99 $4,65 S19,99 $4,65 $19.51 $4,65 $20,35 S4,65 $19.51 $4,65 $19.99 $4.55 S2O.35 $4,65 $19.99 $4.55 $19.99 $4,55 $19.51 $4,65 $19,99 $4,85 $19.99 $4,85 $19,51 $4,65 $19.51 $4,55 $19,99 $4,65 $19,51 $4,65 $19.51 $4,65 $19.99 $4.85 $19,99 '$4,65 $19,51 $4,65 $19.99 $4,65 $11.42 $0,00 $7,61 SO,oo $7.93 $0,00 $22,26 S5,61 $16,64 SO.oo $15.16 SO,oo SI1.13 SO.oo $10,66 SO,OO $11.41 SMO $12,80 SO,oo $13,30 $0,00 JEFFERSON COUNTY Elfective 03-02-96 C\ .......................,...****""'****'*..................**............**...******...******'*****'*****'***...............****.*****.......****** Classification T' o o J. ~, , Pege 4 - (".- 0"4._=-- ....Ll ---.L- -illl - ~ ?~ - W-U.t:!:::L1~ . - .~ Ml JU MA.~ (See Benefit Code Key) Over TIme Holiday Note ~ ~ ~ 1M 50 1M 50 1M SO 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1M SO 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 ..~ 1M 50 j 1M 50 1M 50, 1M 50 1M 50 1 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 lJ 5A I o o ."'::':1;'''',1''.(('.';1 l~- '~~ lr, Jo . ..... . 32Xlo .,' =-~ __,.......::-.__ u ..~.................llUllr.1i l..a 1.1' ~4'Vl,m;y~,:~:in>' po- .~ o o .. JEFFERSON COUNTY EffectIVe 03-02-96 - - .l. ..................********......**'*'*'*.....****........******................._...._........****..* z <( . :I:..... ~15 a:~ <(~ Wu -'0 Uo r.n ' cnwl w:I: -'~ cnu.. -0 w>- ~!:: a:-' u.<( !!1a :I:w ~:I: z..... j:o z..... ww ~5:, Ucn 0- o!:: Ww :I:u ~- ~13 z wen u- i= ~, o z I :Iassification PLASTERERS I JOURNEY LEVEL ,', LAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL ' PLUMBERS & PIPEFITTERS I JOURNEY LEVEL , OWER EQUIPMENT OPERA TORS ASSISTANT ENGINEERS (OILERS) (. BACKHOES, (75 HP & UNDER) . BACKHOES, (OVER 75 HP) BACKHOES, (3 YO & UNDER) I. BACKHOES, (OVER 3 YO AND UNDER 6 YO) BACKHOES, (6 YO AND OVER WITH ATTACHMENTS) BATCH PLANT OPERA TOR, CONCRETE f BELT LOADERS (ELEVATING lYPE) BOBCAT BROOMS BUMP CUTTER I' CABLEWAYS CHIPPER - COMPRESSORS I CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT CONCRETE PUMPS - CONVEYORS CRANES, THRU 19 TONS, WITH ATTACHMENTS I CRANES, 20 - 44 TONS, WITH ATTACHMENTS - CRANES, 45 TONS - 99 TONS, UNOER 1 SO FT OF BOOM (INCLUDING JIB I";1TH ATACHMENTS) I CRANES, 100 TONS -199 TONS, OR 150 FT OF BOOM (INCLUDING JIB WITH ATTACHMENTS) - CRANES, 200 TONS & OVER, OR 250 FT OF BOOM (INCLUDING JIB IMTH ATTACHMENTS) l CRANES, A-FRAME, 10 TON AND UNDER CRANES, A-FRAME, OVER 10 TON CRANES, OVERHEAD, BRIDGE lYPE ( 20 - 44 TONS) CRANES, OVERHEAD, BRIDGE lYPE (45 - 99 TONS) I CRANES, OVERHEAD, BRIDGE lYPE (1 00 TONS & OVER) .':RANES, TOWER CRANE CRUSHERS flECK ENGINEER'OECK IMNCHES (POIl"vl:R) lERRICK, BUILDING OO,ZERS, 0.9 & UNDER ( 'RILL OILERS - AUGER lYP~, TRUCK OR CRANE MOUNT lRILLING MACHINE ELEVATOR AND MANLIFT, PERMANENT AND SHAFT-lYPE EQUIPMENT SERVICE ENGINEER (OILER) fiNISHING MACHINElCURB EXTRUDER , ORK LIFTS, (3000 LBS AND OVER) FORK LIFTS, (UNDER 3000 LBS) r ,RAOE ENGINEER RAOECHECKER AND STAKEMAN I ~2~'~~-': ~_ 1'" o o paga 5 Hourly Hourly Wage Fringe ~ Benefits 521,59 57.25 57,93 50.00 $31.56 $0,00 $19,66 $5,81 $21.76 $6,61 522.12 56,81 522.12 56,81 ,522.56 56,81 523.06 56,81 522,12 55,81 521.76 56,81 519,66 56,81 519.66 56,81 522.12 56,81 522.56 56,81 522.12 56,81 519,88 $6,81 522,12 58,81 521,78 $6,81 521,78 58,81 521.76 n81 522.12 58,81 $22,58 $8,81 523,06 56,81 523,S8 56,81 $19,88 $8,81 521.78 58,81 522.12 58,81 $22,58 $8,81 523.08 56.81 523,08 58,81 522.12 58,81 522.12 S8.81 522,58 58,81 521.78 58,81 521.78 58,81 522,12 58,81 $10,88 S8.81 521.78 SUI 522.12 SUI $21.78 56.81 $IO,e6 56,SI 521.76 Se.8t $19,S6 56,SI (See Benefit Code Key) Over TIme Code HolIday ~ Note Code lR SA IN 50 8L IN 50 8L IN 50 8L IN 50 8L IN 50 8L IN 50 SL IN 50 8L IN 50 8L IN 50 8L IN 50 8L IN 50 8L IN 60 8L IN 50 BL IN 50, 8L IN 50 BL IN 50 BL IN 50 BL IN 50 8L IN 50 BL IN 50 8L IN 50 8L IN 50 '8L IN 5~ 8L IN 50 9L IN 50 8L IN 50 BL IN 50 8L IN 50 BL IN 50 BL IN 50 8L IN 50 BL IN 50 BL IN 50 BL I IN 50 BL 0 0 IN 50 BL IN 50 SL IN 50 SL IN 50 SL IN 50 8L IN 50 8L IN 50 SL o I ~:xl~ :_~-Ij:::-~;:!l~.: -~ -,....- .,..1 . -'::"1 ouo --=--~~~~ Ill. o i.;~ o .. :.',J~: ''1~' . .,'. ~ ~ ,',~" ''-~',,'~d\' \':'-~:"' ~~, ,J. ", ."". .: '4':: ,..., ..1'1; ':. ",,'. '. ' ..., I !~~'i:I~- .",'..;t,'. .... ~~..-. ":. ....,...:\. ~",.'~ o '~ o .. JEFFERSON COUNTY Effeclive 03-02-96 ......_.....................1. ...............".... R............*..........*******................****.****.*****.*..*********.*.....*.... o (S.. Bener~ Code Key) Hourly Hourly Over Wage Fringe "nme Holiday Note ~ Rate Benefits CodA ~ ~ LINE CLEARANCE EQUIPMENT OPERATOR $19.12 S4.32 4A 5A SPRAY PERSON $18,79 $4,30 4A 5A TREE TRIMMER $17..35 S4.96 4A 5A TREE TRIMMER GROUNDPERSON ICHIPPER OPERATOR $12,17 $4,08 4A 5A (:FRIGERATION & AIR CONDITIONING MECHANICS MECHANIC $27,68 $0,00 ESIDENTlAL CARPENTERS JOURNEY LEVEL $11.8S S3,50 I ::SIDENTlAL DRYWALL TAPERS JOURNEY LEVEL $18,95 $0.00 RESIDENTIAL ELECTRICIANS I JOURNEY LEVEL $15.94 SO.OO .. !SIOENTlAL GLA2lERS JOURNEY LEVEL S10.72 SO,OO [';SIDENTlAL INSULATION APPLICATORS JOURNEY LEVEL . SII.oo S2.96 ESIDENnAL LABORERS JOURNEY LEVEL $8.44 SO,oo I SIDENnAL PAINTERS . JOURNEY LEVEL $10,00 $0.00 RESIDENTIAL PLUMBERS & PIPEFITTERS , JOURNEY LEVEL $16.97 $0.00 ..SIDENTlAL REFRIGERATION & AIR CONDITIONING MECHANICS JOURNEY LEVEL S18.S8 $4.26 lB 5A I"SIDENnAL SHEET METAL WORKERS I JOURNEY LEVEL S13.5S $2.70 "'OFERS ' JOURNEY LEVEL S21.4O S4,90 lR 5A j USING IRRITABLE BITUMINOUS MATERIALS S24.4O S4,90 lR 5A EET METAL WORKERS JOURNEY LEVEL S25,71 $7.06 lJ 5A l"N MAKERS & INSTALLERS (ELECTRICAL) JOURNEY LEVEL $17.29 $2.00 . STOCK PERSON $8,65 $1.74 [N MAKERS & INSTALLERS (NON-ELECTRICAL) JOURNEY LEVEL S12,15 $0.00 , FT FLOOR LAYERS JOURNEY LEVEL S10,88 $0,00 1 LAR CONTROLS FOR WINDOWS JOURNEY LEVEL S9,95 SO,36 lB 50 SPRINKLER FITTERS (FIRE PROTECTION) 4 JOURNEY LEVEL S25,00 S9,30 18 5C \GE RIGGING MECHANICS (NON STRUCTURAL) . I JOURNEY LEVEL $10.50 S2,73 0 0 l'IlVEYORS ' CHAIN PERSON ' $9,35 SO,oo INSTRUMENT PERSON SI1.4O SO,oo PAR1Y CHIEF S13,4O SO,OO 11 .EPHONE LINE CONSTRUCTION. OUTSIDE CABLE SPLICER S I Me S3,08 2B 5A I Page 7 ~""._. - c. (~ " '''i;X'', 10 32 X 10 l 0 0 (' . - z <( . J:~ ~15 cc~ <(:;, Wu -'0 uo cnW'1 ff3J: -'~, cnu. -0 ~~. <(- CC-' u.<( !!15 :I:w ~:I: Z~ j:o z~ ~ ~.~ ~ 0' Ucn 0- o!:: Ww :I:u ~g Z wen u- i=~ o z r o ,- z <( . :I:..... .....as o:~ <(~ Wu -'0 Uo cn . cnW w:I: -'..... en ~' ~O;I ::2> ~~ u..<( !!15 :I:w ~:I: Z~ j:o z....., WW, ~5l Ucn 0- o!:: ~ tl. 1-- ~13 z wcn u- -:I: 131- Z ;r , ,0 o - v o o .. I ! I I ( [ '- [ [ t [ 1. I. [ f I I I I JEFFERSON COUNTY Effective 03.02.96 --....**'*...".................****..**********.***.......*'**'**......*****.......***.***...**.*'*"""**-........***...*......*...***** (Soe Benefit Code Key) Hourly Hourly Over Wage Fringe Time Holiday Note Classification Rate ~ ~ ~ Code HOLE DIGGER'GROUNO PERSON $8,83 $2.53 2B 5A INSTALLER (REPAIRER) $17.20 $3,03 2B 5A JOURNEY LEVEL TELEPHONE llNEPERSON $16,60 $3.00 2B 5A POLE SPRAYER $16.60 $3.00 2B 5A SPECIAL APPARATUS INSTALLER I $16,06 $3.08 28 5A SPECIAL APPARATUS INSTALLER II $17.64 $3.06 28 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $18,06 $3.08 2B 5A TELEPHONE EOUIPMENT OPERATOR (LIGHT) $16,60 $3,00 28 5A TELEVISION GROUND PERSON $8.24 $2,49 2B 5A TELEVISION llNEPERSON $11,90 $2.71 2B 5A TELEVISION SYSTEM TECHNICIAN $14,72 $2,88 2B SA TELEVISION TECHNICIAN $12,95 $2.78 2B 5A TREE TRIMMER $16,60 $3,00 29 SA TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL $22.27 $5,31 lR 5A TILE. MARBLE & TERRAZZO FINISHERS FINISHER $17,60 $5,06 lR 5A TRAFFIC CONTROL STRIPERS , . JOURNEY LEVEL $18.33 $4,48 lK SA TRUCK DRIVERS DUMP TRUCK $20,64 $6,28 1M 50 6l DUMP TRUCK & TRAILER $21.22 $6.28 1M 50 aL OTHER TRUCKS $21,22 $6,28 1M 50 al TRANSIT MIXER $14.47 $0,00 1 WELL DRillERS & IRRIGATION PUMP INSTAllERS IRRIGATION PUMP INSTAllER $11.80 $0,00 OILER $9.45 $0,00 WELL DRilLER $11.80 SO.OO P.g.8 &....;., 0"'" ,.~~,.tr""""''''.' Q ..t ':"',',-: c.:: ""~:~,rX:-:',(,~lX'!:D::::'; :/X,~,::'.; '-':". :"""'. ,:,:::':~','."<.:,ryli/'r/,':.:'-.::.:<'; .II1111....llIkl.L~. ~ ~'" ( o l ;J 'J ~ ....:l .."",ljp'I -.: I5fUlG .....1lIliI" -- -.- -L.L_ 'lIlUl ~,- 10 - I o o .. 32 X I 0 lIJIIJ ~ I" ,;<"""'"""'" z ;2"': ~15 ~~ ~g ~ 0. ff3~1 I ...J~' cnu- -0 ~ ~ I ~::; u.<( !!15 I J:w ~:I: Z~ j:o ~ ~i I ~o Ucn 0- c!:: I Ww . i=~ ~13 w ~ I. ~~ ~ I. i. I. .r I. o ( I o J I f o o .. BENEFIT CODE KEY EFFECTIVE 03-02-96 ..... ............ ..... ... ...... ....... ........... .......... ................ ... ............... .......... ....................... ..... O\'ERTI~IE CODES I. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAlO AT ONE AND ONE-HALF TIMES THE HOURL Y RATE OF WAGE, ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAlO AT ONE AND ONE. HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS SHALL BE PAlO AT ONE AND ONE.HALF TIMES THE HOURL Y RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAjD AT DOUBLE THE HOURLY RATE OF WAGE, ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE, ALL HOURS WORKED 0:-1 SATURDAYS (EXCEPT MAKEUP DAYS), SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF TIMES THE HOURL Y RATE OF WAGE, THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE.HALF TIMES THE HOURLY RATE OF WAGE, ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY. AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE, ALL HOURS WORKED ON LABOR DAY SHALL BE PAlO AT THREE TIMES THE HOURL Y RATE OF WAGE. 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 HOURL Y RATE OF WAGE, ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. TIlE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE.HALF TIMES THE HOURLY RATE OF WAGE, ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY. AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURL Y RATE OF WAGE. 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 HOLIOA YS SHALL BE PAID AT DOUBLE TIlE HOURL Y RATE OF WAGE. ' ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS (EXCEPT TIlANKSGIYlNG DAY AND CHRISTMAS DAY) SHALL BE PAlO AT ONE AND ONE.HALF TIMES TIlE HOURLY RATE OF WAGE. ALL HOURS WORKED ON TIfANKSGlVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 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 HOURL Y RATE OF WAGE, ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS 'WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID ATONE AND ONE.HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) 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, ' ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE, ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE.HALF TIMES THE HOURLY RATE OFWAOE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEl"/' 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, ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE.HALF TIMES THE HOURLY RATE OF WAOE, SATURDAYS AND SUNDAYS MAY BE WORKED AS A MAKE.UP DAY AT THE PREVAILING HOURLY RATE OF WAOE (NO OVERTIME) WHEN WORK IS LOST DUE TO ANY REASON BEYOND THE EMPLOYER'S CONTROL, ALL HOURS WORKED ON HOLlOA YS SHALL BE PAID AT TWO TIMES THE HOURL Y RATE OF WAGE, ALL HOURS WORKED IN EXCESS OF ElOHT(8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE.HALF TIMES THE HOURL Y RATE OF WAGE, A. B, C. E, F. H. 1. K. L. M. N, p, R, u. W, I o o A, THE FIRST SIX (6) HOURS ON SA TURDA Y SHALL DE rAID AT ONE AND ONE.HALF TIMES THE HOURL Y RATE OF WAGE, ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OFWAOE. ALL HOURS WORKED ON HOLIOA YS SHALL BE PAID AT ONE I\NO ONE. HALF TIMES THE 1I0URL Y R.,\ TE OF WAGE, D, _0 ) i 10 32 X I 0 (' -'I'l!~.':/l'I'l't"!'~~ .~.. '--- [ 0 . 1._ ~ ...----0<::11 ..- -1I.1::ld. IlioIIIlI 1tI.II ~.... .... m:USijlUdll Z <l: . :I:..... ~15 0:::" <l:~ Wu -'0 ~o ffi~l -'~ cnu.. -0 UJ>- ~!:: 0:-' u.<( !!15 :I:w ~:I: z..... j:o z~ ww :E ~: ~ 0' Ucn 0- o!:: Ww :I:u 1-- ~13 z wcn u- i= :I: , 01- Z r o o o o .. A I 12, I I I I I ( I L I. , t t f I. , I I BENEFIT CODE KEY EFFECTIVE 03-02-96 E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMESTHE HOURLY RATE OF WAGE. ALL !lOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. 1', THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAU~ IN - ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGIIT (8) HOURS ON HOLlDA\'S SHALl. BE PAlO AT DOUBLE THE HOURL Y RATE OF WAGE, j, ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAlO HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TI~(ES THE HOURLY RATE OF WAGE. INCLUDrNG THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAlD HOLIDAYS SHALL BE PAID AT TWO TIMES TIlE HOURLY RATE OF WAGE. L, ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE, ALL HOURS WORKED ON HOLIDAYS SHALL BE PAlO AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. IN ADDITION TO TIlE HOLIDAY PAY, N, ALL HOURS WORKED ON HOLIDAYS SHALL BE PAlO AT ONE AND ONE-HALFTIMES THE HOURLY RATE OF WAGE. IN ADDITION TO THE HOLIDAY PAY. O. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAlO AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, ALL HOURS WORKED rN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAlO AT DOUBLE THE HOURL Y RATE OF WAGE, HOLIDAY CODES A, HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY. fRIO,\\, 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, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY. THANKSGIVING DAY, TIlE FRIDAY AFTER TIlANKSOIVrNG DAY, AND CHRISTMAS DAY (8), D. HDLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8), 0, HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSOIVINO DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7), H. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, rNDEPENDENCE DAY, TIlANKSOIVlNG DAY, THE DAY AFTER THANKSGIVING DAY. AND CHRISTMAS (6), HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6), M, HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDA Y AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DA Y (8), N, HOLIDAYS: NEW YEAR'S DAY, WASHINOTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LADOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DA Y (9), 0, PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY, LABOR DA Y, THANKSGIVINCJ DAY, AND CHRISTMAS DAY (6), Q, PAlO HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY. AND CHRISTMAS DAY (6), I o o ->..:::''':''l'~''''l- . '.._.~ .d._ t - 0 )) 10 32 X I 0 <- 0 " I tr- ,c_ z <( . J:~ ~15 o:~ <(~ Wu -'0 Uo cnw' ff3 :I:I -'~ enu. -0 w>- :2 ~' <(- 0:-' u.<( !a5 J:w ~:I: Z~ ;::0 z~ ww ~5' Ucn 0- o!:: Ww J:u ~i3 z wen u- i=~ o z I I s, I T, U, I V. w, r X- I Y. I z. f A, B. I. C. t E. I. F. I H. t I. M. 1 N. I Q, I R. I s, T, I , .,. o o c=~~.."~' --- o o .. BENEFIT CODE KEY EFFECTIVE 03.02-96 PAID HOLIDAYS; NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY. MEMORIAL DAY. INDEPENDENCE DAY, LAUOR llA Y. THANKSGIVING DAY. AND CHRISTMAS DAY (7), PAlO HOLIDAYS; SEVEN (7) PAlO HOLIDAYS. PAlO HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY. INDEPENDENCE DAY, LABOR DAY. THANKSGIVING DAY. CHRISTMAS DAY, AND A DAY OF THE EMPLOYEES CHOICE (7). PAlO HOLIOA YS: SIX (6) PAID HOLIDAYS. PAlO HOLIOA YS: NINE (9) PAlD HOLIOA YS, HOLIDAYS; AFTER 520 HOURS - NEW YEAR'S DAY. THANKSGIVING DAY AND CHRISTMAS DAY. AfTER 2080 HOURS. NEW YEAR'S DAY. WASHINGTON'S BIRTHDAY, MEMORIAL DAY. INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8). HOLIDAYS, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY. THANKSGIVING DAY. THE FRIDAY FOLLOWING THANKSGIVING DAY. AND CHRISTMAS DAY (8), HOLIDAYS; NEW YEAR'S DAY. MEMORIAL DAY. INDEPENDENCE DAY, LABOR DAY. VETERANS DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). PAlD HOLIDAYS, NEVI YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS EVE DAY. AND CHRISTMAS DAY (7), HOLIDAYS, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY, AND THE DAY BEFORE NEW YEAR'S DAY (9). ' HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY. THANKSGIVING DAY. THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). HOLIDAYS: NEW YEAR'S DAY. MEMORIAL DAY,INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AND SATURDAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8), HOLIDAYS: NEW YEAR'S DAY. WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, FRIDAY AfTER THANKSGIVING DAY AND CHRISTMAS DAY (9), HOLIOA YS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DA Y, THANKSGIVING DAY, TIlE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8), PAlD HOLIDAYS: NEW YEAR'S pAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY. THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7), PAlD HOLIDAYS: THANKSGIVING AND CHRISTMAS. UNPAlD HOLlOA YS; NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY AND THE DAY AfTER THANKSGIVING, PAlD HOLIDAYS: MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY AND CHRISTMAS DAY, UNPAlD HOLIDAYS: NEW YEAR'S DAY AND THE DAY AFTER THANKSGIVING DAY, PAlD HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVINO DAY, THE DAY AFTER THANKSGIVING'DA Y AND CHRISTMAS DAY, UNPAlD HOLIDAY; PRESIDENTS' DAY, HOLIDAYS: NEW YEAR'S DAY; MARTIN LUTHER KING, JR, DAY; WASHINGTON'S BIRTHDAY; MEMORIAL DAY; INDEPENDENCE DAY; THANKSGIVING DAY; THE FRIDAY AFTER THANKSOIVINO DA Yi AND CHRISTMAS DAY (8), PAlO HOLIDAYS, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVINO DAY, THE FRIDAY AfTER THANKSOIVINO DAY, CHRISTMAS EVE DAY. AND CHRISTMAS DAY (8), PAlO HOLIDAYS: NEW YEAR'S DAY, WASfIINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSOIVINO DAY, THE FRIDAY AFl'ER THANKSOIVINO DAY, TilE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CIlRlSTMAS DAY (9), [ 0: j) bW ( 10 i j I o o 32 x I 0 ...-- ,- z <( . :I:..... ~15 o:~ <(~ Wu -'0 Uo CJ)w; ~~l cn u..' -0 ~~ <(- a:-' u.<( cn~ _0 ::I:w ~:I: Z~ j:o z~ ww ~5' Ucn 0- o!:: Ww ::I:u ~- !!:13 z wen u- i=~ o z I [ I I I I I I I I I I I I [ r o o ("~.,.... - 6, 8. - o o .. BENEFIT CODE KEY EFFECTIVE 03-02-96 U. PAID HOLIDAYS: NEW YEAR'S DAY. MEMORIAL DAY. INDEPENDENCE DAY, LABOR DAY. THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY. THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY, AND A FLOATING HOLIDA Y (9), PAID HOLIDAYS: NEW YEAR'S DAY. MEMORIAL DAY, INDEPENDENCE DAY. LABOR DAY, THANKSGIVING DAY. DAY AFTER THANKSGIVING DAY. CHRISTMAS EVE DAY. CHRISTMAS DAY. AND EMPLOYEF.'S BIRTHDAY (9). PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY. PRESIDENTS DA~'. MEMORIAL DAY. INDEPENDENCE DAY, LABOR DAY. THANKSGIVING DAY. DAY AFTER i HANKSGIVING DAY. CHRISTMAS DAY. DAY BEFORE OR AFTER CHRISTMAS DAY (\0). PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY. PRESIDENTS DAY. MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY. DAY AFTER THANKSGIVING DA Y. CHRISTMAS DAY. DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (II), v, W, x. NOTE CODES A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE.HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS. THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: B. OVER SO'TO 100'-SI.00PERfOOTFOREACHFOOTOVER SOFEET OVER 100' TO 175'. S2.25 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 175' TO 250' . SS.SO PER FOOT FOR EACH FOOT OVER 175 FEET OVER 250' . DIVERS MAY NAME THEIR OWN PRICE, PROVIDED IT IS NO LESS THAN THE SCALE LISTED FOR 250 FEET THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, TIlE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: C. OVER SO'TO 100'. SI.OO PER FOOT FOR EACH FOOT OVER SO FEET 'OVER 100' TO 175'-S2.2S I'ERFOOT FOR I::ACH FOOT OVER 100 FEET OVER 175' TO 250' - SS.SO PER FOOT FOR EACH FOOT OVER 175 FEET THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, TIlE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: D. E, OVER SO'TO 100'.SI.00 PER FOOT FOR EACH FOOT OVER SO FEET OVER 100' TO ISO'.SUO PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 200' - 52,00 PER FOOT FOR EACH FOOT OVER I SO FEET OVER 200' - DIVERS MAY NAME THEIR OWN PRICE WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL 51.00 PER HOUR, ALL CLASSIFICATIONS, INCLUDING ALL APPRENTICES, REPORTING TO AN EMPLOYER'S DESIGNATED JOB HEADQUARTERS AND WORKINO A MINIMUM OF FOUR (4) HOURS IN ANY ONE (I) DAY SHALL RECEIVE A PER DIEM ALLOWANCE OF TWENTY-FOUR DOI.LARS (524.00) IN ADDITION TO THE PREVAILING HOURLY RATE OF WAGE AND FRINGE BE,NEFITS, WORKERS ON HAZMA T PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: 50,75, LEVEL B: 50,50, AND LEVEL C: 50,25. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A '" D: 51.00, LEVELS C '" D: 50,50, WORKERS ON HAZMA T PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS. LEVEL A: S I ,00, LEVEL D: SO,7S, LEVEL C: 50.50, AND LEVEL D: 50,25, ' L, M. N. c "-.1ot," o{ ~ a1 -.- --~'- L.d:k.I~.- A (,; II ~J.t, :~ ":~ .'Hi.' ':A ~; ! !~ ,'I :::~ :~ :~ 1 ,~ ~ ';'~~' ~ ~ .~ ',j Ii "; :J ~,f l ~ 10 ~ ......- - I o o 32 X 10 ~~Ai._ lI.~M1 ..Lbd z <( . :I:~ t-a5 0::2" <(~ UJu -'0 ~o ~~\ -'~ en u. -0 w>- :::;;~ <(- c::-' Li.<( en~ _0 :I:w ~:I: Z~ j:o z~ UJ w :::;;~ =,0 Ucn 0- o!:: UJUJ :I:u ~- ~13 z wen u- -::t: 131- Z .,. o o l I I I I I I I I I I I I 1 f I f r r .. _ Federal Wage Rates XO/20/0/ Upper Hoh Road Park BO/lndary Washoll' o =- o o o ~JJ Eq/ll'pmen' Re,,'al [] - I o o *') 11"'\ 'I../~ il'::. r-, tJ",ij ;:.''l';~:;,;-;:;~,'}; Z <C ' :I:~ ~ifi o::z.. <(:J wu -'0 ~o en w, ~~I cnu. -0 w>- :::;;~ <(- 0:-' u..<C en~ _0 :I:w I-:c Z~ j:o z~ ww :::;;~ ~o Ucn 0- o!:: Ww :I:u ~- ~13 z wcn u- -:c 131- z ... o o c -- 1 L I I I I I ( I f I f ! I ,~'-""",......-. o ~ _._--~ . o o .. GENERAL DECISION WA95000~ 02/23/96 WA~ General Decision Number WA95000~ Superseded General Decision No. WA94000~ State: Washington Construction Type: DREDGING HEAVY HIGHWAY County{ies) : STATEWIDE HEAVY AND HIGHWAY AND DREDGING CONSTRUCTION PROJECTS Modification Number o ~ 2 3 4 5 6 7 a 9 ~O 1l 12 ~3 Publication Date 02/~0/~995 04/07/~995 06/02/~995 06/~6/~995 06/23/1995 07/07/~995 07/2a/~995 oa/04/199S Oa/1l/~995 09/01/J.995 J.0/06/J.995 J.2/0J./J.995 02/02/J.996 02/23/J.996 COUNTY{ies) : STATEWIDE CARPOOOJ.W 06/0J./J.995 Rates Fringes COUNTIES EAST OF THE J.20TH MERIDIAN: COLUMBIA RIVER DISTRICT COUNCIL:, ADAMS, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GRANT, OKANOGAN (EAST), AND WALLA WALLA COUNTIES - CARPENTERS: GROUP 1: 20.79 4.4J. GROUP 2, 2J..79 4.41 GROUP 3: 2J..04 4.4J. GROUP 4: 20.79 4.41 GROUP 5: 51.55 4.41 GROUP 6: 24.54 4.4J. SPOKANE DISTRICT COUNCIL: ASOTIN, GARFIELD, LINCOLN , PEND OREILLE, SPOKANE, STEVENS, WHITMAN COUNTIES CARPENTERS, GROUP 1: 20.~7 4.41 GROUP 2, 21.17 4.41 I GROUP 3, 20.42 4.41 0 0 GROUP 4: 20.17 4.41 GROUP 5, 50.03 4.41 GROUP 6 I 23.92 4.41 WA950001, MOD 13 c ) ! IJ o -- .. .............~ - - - ..... '" ,,' m r"] o JC:. ...., 1~ ~.r"'-'! .J.III -_ --JL--_ --- I f z <( . :I:~ ~t5 a:~ <(::> UJu --'0 ~c ~~! I -'~ cnu. -0 w>- f :::;;~ <(- 0:--' u.<( !!1e5 L :I:w .....:1: Z~ j:o z~ l w UJ :::;;:::l ~o Urn o- r Oc: WUJ :I:u ~t3 I. z Woo u- -:I: 131- I Z ( r { 0 r. I. I 0 r f I ......--..........- l 0 o o .. CARPENTERS CLASSIFICATIONS GROUP 1: Carpenter, burner-welder; rigger and signaler; insulators (all types), acoustical, drywall and metal studs; metal panels and partitions; floor layer, sander, finisher and astro truf; layout carpenters; form builderirough framer; outside or inside finisher, including doors, windows, and jams; sawfiler; shingler (wood, composition),solar,fiberglassi aluminum or metal; scaffold erecting and dismantling; stationary saw-off bearer; wire, wood and metal lather applicator GROUP 2: Millwright, machine erector GROUP 3 : Piledriver - includes p~lling, ,cutting" pacing collars, setting, welding, or creosote treated material, on all piling GROUP 4: Bridge dock and wharf carpenters GROUP 5 : Divers GROUP 6: Divers Tender HAZMAT PROJECTS Anyone working on a HAZMAT job (task, where HAZMAT certification is required, shall be compensated at a premium, in addition to the classification working in as follows: LEVEL D + $.25 per hour - This is the lowest level of protection. No respirator is used and skin protection is minimal.' LEVEL C + $.50 per hour - This level uses an air purifying respirator or additional protective clothing. LEVEL B + $.75 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical "splash suit". LEVEL A +$1.00 per hour - This level utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line. CARP00030 06/01/1995 Rates Fringes SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH) I SKAMANIA, AND WAHKIAKtlM COUNTIES SEE ZONE DESCRIPTION FOR CITIES BASE POINTS WA950001, MOD 13 :~ J) o - - 2 ~o ~ _..::..~ ............-.-- ...LL I o o 1~ r"f 3 ~?, )( {l: i~,..i ~~I V"' >.c;.":rnj;"f~'I):~'r, z <(. :I:~ ~15 ~ ~. UJu -'0 ~o (flW1 ~~, en u. -0 w>- :::;;~ <(- 0:-' u..<( !!15 :I:w ~:I: Z~ j:o z~ ww :::;;~ ~o Ucn 0- o!:: Ww :I:u ~- ~13 z wen S1:i: 131- z r o o \..... I f r r t 1, [ t I I. f [ " 1. I I ,. r 1 o o .. CARPENTERS Zone ~: CARPENTERS; ACOUSTICAL DRYWALL FLOOR LAYERS & FLOOR FINISHERS (the laying of all hardwood floors nailed and mastic set, parquet and wood-type tiles, and block floors, the sanding and finishing of floors, the preparation of old and new floors when the materials mentioned above are to be installed); INSULATORS (fiberglass and similar, irritating materils MILLWRIGHTS PILEDRIVERS DIVERS DIVERS TENDERS 22.~2 22.~2 22.27 22.62 22.62 52.9:1. 24.29 Zone Differential (Add to Zone :1. rates) : Zone 2 - $0.85 Zone 3 - 1.25 Zone 4 - ~.70 Zone 5 - 2.00 Zone 6 - 3.00 5.02 5.02 5.02 5.02 5.02 5.02 5.02 BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND VANCOUVER, (NOTE: All dispatches for Washington State Counties: Cowlitz, Wahkiakum and Pacific shall be from Longview Local #:1.707 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 mention~d 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 mor.e 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 WA950001, MOD 13 o -- .,.--.- ~- - ; ) o 3 ....~_'-r 10 - -- - I o o 32 >< mE?. - ........ -- .. I f z f <(. I~ ~a5 a:~ I <(=> Wu -'0 ~o I en W, w::c: -'~ cnu. -0 l' w>- :::;;~ <(- a:-' u.<( cn=> _0 I :I:w ~I z~ j:o z~ I. ww :::;;=> ~o Uoo o- f ot;: Ww :I:u ~- ~13 l z WCfJ u- i=f: 0 r z f ... { 0 f: I r 0 r. rj I \... 0 CARP0770D 06/0~/~995 (.l o Rates Fringes COUNTIES WEST OF THE ~20TH MERIDIAN (WESTERN WASHINGTON) : CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (NORTH OF WAHI<IAKUM COUNTY), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES CARPENTERS AND DRYWALL APPLICATORS CARPENTERS ON CREOSOTE MATERIAL SAWFILERS, STATIONARY POWER SAW OPERATORS, FLOOR FINISHER, FLOOR SHINGLER, FLOOR SANDER OPERATORS OF OTHER STATIONARY WOOD WORKING TOOLS MILLWRIGHT AND MACHINE ERECTORS ACOUSTICAL WOKRERS PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING BRIDGE, DOCK & WHARF CARPENTERS DIVERS DIVERS TENDER 22.12 22.22 LAYER, 22.25 23.12 22.28 22.32 22.12 54.68 24.33 5.8~ 5.81 5.81 5.8~ 5.81 5.8~ 5.81 5.81 5.8~ (HOURLY ZONE PAY APPLICABLE TO ALL CLASSIFICATIONS EXCEPT PILEDRIVER) 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 Auburn Bremerton Renton Shelton Aberdeen-Hoquiam Tacoma Ellensburg Everett Centralia Mount Vernon Chelan Pt. Townsend Zone Pay o -25 radius miles 25-35 radius miles 35-45 radius miles 45-55 radius miles Over 55 radius miles (HOURLY ZONE PAY - PILEDRIVER ONLY) Bellingham Anacortes Yakima Wenatchee Kelso Pt. Angeles Sunnyside Free $~.OO/hour $~.15/hour $1. 35/hour $J..55/hour Zone Pay Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center o -25 radius miles 25-45 radius miles Over 45 radius miles WA950001, MOD 13 = Free $ .70/hour $1.50/hour o )l 4 il [''', "" .~.,t I (l o 'A,.::~'i~~:;r:;d.'A 1\ r z '1 <( . :J:~ ~i5 0::2,. I <(~ Wu -'0 ~o I. en w. UJ :J: I -'~ cnu. -0 UJ)- r ::;;~ <(- 0:-' u.<( CfJ~ _0 I :I:UJ ~:J: Z~ ;:0 z~ I W UJ ::;;::> ::>0 UCfJ 0- o!:: I UJUJ :J:u ~- ~b I z WCfJ u- -:J: 13f- t Z [ ". l.- e r I r 0 I- I' r l. 0 - o o .. San Juan County. Work in San Juan County (except Lopez Island) shall be considered as a subsistence Employees will be paid $40.00 per work day subsistence unless room and board is furnished by the Employer. Piledrivers who reside in Anacortes, Mount, Vernon, Olympia, Wenatchee, or Yakima Local union jurisdic tionareas, working on jobs in their respective area, shall have their Zone Pay measured from their respective city center. CENTRAL WASHINGTON: CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN) , KITTITAS, OKANOGAN (WEST OF THE 120THMERIDIAN), AND YAKIMA COUNTIES ' CARPENTERS AND DRYWALL APPLICATORS CARPENTERS ON CREOSOTED MATERIAL SAWFILERS, STATIONARY PO~mR SAW OPERATORS, FLOOR FINISHER, FLOOR LAYER, SHINGLERS, FLOOR SANDER OPERATORS MILLWRIGHT AND MACHINE ERECTORS PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING BRIDGE, DOCK AND WHARF CARPENTERS DIVERS DIVERS TENDER ELEC0046A 11/27/1995 Rates CALLAM, JEFFE~SON, KING, KITSAP COUNTIES 24.31 26.74 ELECTRICIANS CABLE SPLICERS · ELEC004SC 01/01/1996 CLARK, KLICKITAT SKAMANIA COUNTIES ELECTRICIANS CABLE SPLICERS ELEC0073A 07/01/1995 Rates 24.50 25.25 lS.03 lS.13 lS.16 23.12 22.32 22.12 54.6S 24.33 5.S1 5.S1 5.S1 5.S1 5.S1 5.S1 5.S1 5.S1 Fringes 6.795+3'1' 6.795+3'1' Fringes 7.50+3\' 7.50+3\' Rates Fringes ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN COUNTIES ELECTRICIANS CABLE SPLICERS WA950001, MOD 13 21.05 21.42 = o ) 1 6.2S+3t 6.2S+3lr 5 - ~!J ..........- - I o o ':) /) Y ~ D', '-.Ii *;"", ., ... 14... I_~ r- z <( , If-- ~15 0::2.- <(;:) Wu -'0 ~O cn UJ I L.U :J:: -'~ cnu. -0 w>- :::;;~ <(- 0:-' u.<( en;:) _0 :I:UJ ~I Z~ j:O Z~ W UJ :::;;;:) ~O Ucn 0- D!:: WUJ :I:U ~- ~13 z w(J) U- -I 13" Z r o o \... I I r 1. , r r I I II r r r f I. I r I r o C: .. ELEC0076B 01/01/1996 Rates Fringes GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON COUNTIES ELECTRICIANS CABLE SPLICERS 22.91 25.20 7.74+3% 7.74+3% ---------------------------------------------------------------- ELEC0077C 02/01/1996 Rates Fringes LINE CONSTRUCTION CABLE SPLICERS LINEMEN, POLE SPRAYERS, HEAVY LINE EQUIPMENT MAN LINE EQUIPMENT MEN POWDERMEN, JACKHAMMERMEN GROUNDMEN TREE TRIMMER 26.37 5.25+3.5% 23.81 20.54 17.97 16.89 18.52 5.25+3.5% 4.25+3.5% 4.25+3.5% 4.25+3.5% 4.25+3.5% ---------------------------------------------------------------- ELECOl12E 01/01/1996 Rates Fringes ASOTIN, BENTON; COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA WALLA, YAKIMA COUNTIES ELECTRICIANS 23.20 7.08+3% CABLE SPLICERS 24.36 7.08+3% ---------------------------------------------------------------- ELEC0191C 06/01/1995 Rates Fringes ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES ELECTRICIANS CABLE SPLICERS 23.95 26.35 5.95+3% 5.95+3% ---------------------------------------------------------------- ELEC0191D 06/01/1995 Rates CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES Fringes ELECTRICIANS CABLE SPLICERS 21.25 23.38 5.96+3% 5.96+3t ---------------------------------------------------------------- ELEC0970A 01/01/1995 Rates Fringes COWLITZ AND WAHKIAKUM COUNTIES COMMUNICATIONS AND SYSTEMS TECHNICIANS ELECTRICIANS CABLE SPLICERS 15.47 22.41 24.65 2.75+3\- 6.05+3\- 6.05+3" WA950001, MOD 13 o = )l o - -- 6 ~D "Y-'-" I o () 2t :~i~ >< ~i I r z I <( . ::I:~ ~~ a:~ I <(:;) Wu -'0 ~o I cnW, W Xl -'~ cnu.. -0 w>- I :::;;~ <(- a:-' u..<( !!1a ( :I:w ~J: Z~ j:O Z~ I w W :::;;~ ~O UCf) 0- 1 O!:: Ww :I:U ~- ~13 I z wen U- -J: 131- ! Z t ,.. t 0 r 1 [ 0 r ,. l l 0 () o .. SCOPE OF WORK FOR TECHNICIAN Includes the installation, testing, service and maintenance, of the following systems which utilize the transmission and/or transference of voice, sound, vision and digital for ~omrnercial, education, security and entertainment purposes for the following: TV monitoring and surveillance, background-foreground music, intercom and telephone interconnect, inventory control systems, microwave transmission, multi-media, 'multiplex, nurse call systems, radio page, school intercom and sound, burglar alarms and low voltage master clock syste~s. WORK EXCLUDED Raceway systems are not covered (excluding Ladder-Rack for the purpose of the above listed systems). Chases and/or nipples (not to exceed ~o feet) may be installed on open wiring systems. Energy management systems; SCADA (Supervisory Control and Data Acquisition) when not intrinsic to the above listed systems (in the scope) . Fire alarm systems when installed in raceways (including wire and cable pulling) shall be performed at the electrician wage rate, when either of the following two (2) conditions apply: ~. The project involves new or major remodel building trades construction. 2. The conductors for the fire alarm system are installed in conduit. ---------------------------------------------------------------- ENGI0302E 06/0~/~995 Rates Fringes CHELAN, CLALLAM, DOUGLAS (WEST OF THE ~20TH MERIDIAN), GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, KITTITAS, MASON, SAN JUAN, SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA COUNTIES CATEGORY A PROJECTS (excludes Category below) POWER EQUIPMENT OPERATORS: ZONE ~ (0-25 radius miles): GROUP ~AA GROUP ~A GROUP ~ GROUP 2 GROUP 3 GROUP 4 B projects, as show 23.56 23.06 22.56 22. ~2 21.76 19.66 6.8~ 6.81 6.81 6.81 6.8~ 6.81 ZONE 2 (26-45 radius miles) - Add $ .70 to Zone 1 rates ZONE 3 (Over 45 radius miles) - Add $~.OO to Zone ~ rates BASEPOINTS: Bellingham, Mount Vernon, Kent, Port Angeles, Port Townsend, Aberdeen, Shelton, Bremerton, Wenatchee, Yakima, Seattle, Everett WA950001, MOD 13 ) = o - ---ld__ Mi_ 7 1[1 .-.-........- -~ I o u :s~li.."] '7),1") 'v' ""JIlt:... ",." --_ J_.III!I.4 z <( . :J:~ ~aJ ~ ~. UJu -'0 ~o ~ ~i ....J~ cnu. -0 w,.. :::;;~ <(- a:....J u.<( cn::J _0 :I:UJ ~:J: Z~ j:O z~ w UJ ::!:::J ~o Ucn 0- ot:: WUJ :I:u ~- !:!:13 z wu) u- -:J: 51- Z ,.. o o '- - (\ C; .. POWER EQUIPMENT OPERATORS CLASSIFICATIONS I 1 GROUP 1AA - Cranes over 200 tons with 250 ft. of boom, with jib and attachments. GROUP 1A - Cranes - 100 tons thru 199 tons or 150' of boom (including jib with attachments); Loaders, B yards and over; Shovel, backhoes 6 yds. and over with attachments; Overhead, bridge type, ~oo tons and over; tower crane. r L f GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150' of boom (including jib with attachments); Overhead, bridge type, 45 tons thru 99 tons; Rol1agon; Derricks on building work; Remote control operator on rubber tired earth moving equipment; Loader _ overhead, 6 yds to, but not including B yds; Mucking machine, mole, tunnel drill and/or shield, shovels, backhoes over 3 yds. and under 6 yds.; Slipform pavers; Scrapers, self-propelled 45yds and over; Transporters, all track or truck type; Quad 9, ED 41, 010. GROUP 2 - Concrete batch plant operator; Bump cutter; Cranes, 20 tons thru 44 tons; Chipper, Crusher, Drilling machine; Finishing machine; Loaders, overhead under 6 yds.; Loaders.plant feed; Locomotives, all; Mixers, asphalt plant; Motor patrol graders, finishing; Pump truck mounted concrete pump with boom attachment; piledriver (other than crane mount); screed man; shovels, backhoes 3 yds. and under; Subgrader trimmer, tractors, backhoe over 75 h.p.; Scrapers, self-propelled under 45 yds.; Yo yo pay dozer; Roto-mill, Roto-grinder; Truck crane oiler/driver - 100 tons and over; Cranes - overhead, bridge type - 20 ton thru 44 tons. Deck Engineer/Deck winches, mechanic r I I L r I f f GROUP 3 - Dozers 09 and under, A-frame crane over 10 tons, Cranes thru 19 tons, Conveyors, Hoists, air tuggers, strato tower bucket elevators; Hydralifts/boom trucks over 10 tons; Elevating type belt loaders; Fork lifts with attachments 3,000 lbs and over; Motor patrol grader-nonfinishing; Concrete pumps; Roller, plant mix or multi-lift materials; Saws, concrete; Scrapers, concrete; Scrapers, carryall; Spreaders, topside operator, blaw knox, cedarapids, jaeger flaherty or similar types; Trenching machines; Equipment service engineer, Tractors, backhoe 75 h.p. and under; Drill oiler - auyer type, truck or crane mount; Plant oiler - asphalt, crusher; Truck crane oiler/driver - under 100 tons GROUP 4 - A-frame cranes 10 tons and under; Bobcat; Brooms; Compressor; Gradechecker; Hydralifts/boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Permanent shaft-type elevator and manlift; Posthole digger, mechanical; Power plant; Pumps, water, Roller, other than plant mix; Wheel Tractors, farmall type; Shot crete/gunite equipment operator; Forklifts - under 3,000 lbs; stakehop. I. CATEGORY B PROJECTS - 90t of the basic hourly rate for each group pluD"'full fringe benefits applicable to Category A projects shall apply to the following projects. Reduced rates may be paid on the following. I I r WA95000~, MOD 13 o ~ o ) lIIlI i 8 - " ~'-l ~}i "...,...-'-- .- I ("I o ,",j 't..;.,;f. z <( . :J:~ ~ifi 0::2" <(:::> wu --'0 uo ~~ --'~ CJlu. -0 w> ::i;~ <(- 0:--' u..<( CJl:::> _0 :I:w ~:J: Z~ j:o z~ ww :::;;~ ~o Ucn 0- o!:: Ww :I:u ~- ~ ~o z Woo u- -:J: 13t- Z .,. o o \... - - () o .. f I r I J f t I I I I "'~ r I J f 1. 1 I 1 1. Projects involving work on structures such as buildings and structures whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but u~ilities excluded. 3. Marine projects (docks, wharfs, etc.) less than $150,000. WORK PERFORMED ON HYDRAULIC DREDGES: Total Project Cost $150,000 and over GROUP 1 21.07 GROUP 2 21.15 GROUP 3 21.50 GROUP 4 21.55 GROUP 5 21.93 GROUP 6 21.07 6.81 6.81 6.81 6.81 6.81 6.81 GROUP 1: GROUP 2: GROUP 3: Assistant Mate (Deckhand) Oiler Assistant Engineer (Electric, Diesel, Steam or 'Booster Pump); Mates and Boatmen Craneman, Engineer Welder Leverman, Hydraulic Maintenance GROUP 4: GROUP 5: GROUP 6: Total Project GROUP 1 GROUP 2 GROUP 3 GROUP 4 GROUP 5 GROUP 6 cost under $150,000 18.96 19.04 19.35 19.40 19.74 18.96 6.81 6.81 6.81 6.81 6.81 6.81 GROUP 1: GROUP 2: GROUP 3: Assistant Mate (Deckhand) Oiler Assistant Engineer (Electric, Diesel, Steam, or Booster Pump); Mates and Boatmen Craneman, Engineer Welder Leverman, Hydraulic Maintenance GROUP 4: GROUP 5: GROUP 6: HEAVY WAGE RATES (CATEGORIES A & B) APPLIES TO CLAM SHELL DREDGE, HOE AND DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND BULLDOZERS. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazazdous perimeter shall be eligible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H.1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing H-2 Class "C" Suit. Base wage rate plus $.25 per hour. H-3 Class "B" Suit. Base wage rate plus $.50 par hour. H.4 Class "A" Suit - Basa wage rate plus $.75 pllr hour. WA950001, MOD 13 o = )) o ~.- JI - ""- 9 [J "-'.~""'-""'-'- - I (') u ~~ "':,J 'v' M ~.Ji. ,1t,,.,, ". , ..:.~ _ .....-...........tI. z <( . I~ ~ai ~ ~. "'u ..Jo ~o U) L.U! W Ii ..J~ cnu. -0 W>- :2~ <(- cr:..J u.<l: cn:::J _0 I.., ~I Z~ ;::0 Z~ .., .., :2:::J ~O U(J) 0- Ot: w.., IU ~- !:!:b z W(/) U- -I 131- Z ... 0 I I. 0 r I f l () () .. ENGI0370C 06/01/1995 Rates Fringes ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, AND WHITM~N COUNTIES t ZONE 1: POWER EQUIPMENT OPERATORS: GROUP 1A GROUP 1 GROUP 2 GROUP 3 GROUP 4 GROUP 5 GROUP 6 GROUP 7 GROUP 8 5.15 5.15 S.15 5.15 5.15 5.15 5.15 5.15 5.15 18.12 18.62 18.92 19.47 19.62 19.77 20.02 20.27 21.27 I f I ZONE DIFFERENTIAL (Add to Zone 1 rate): Zone 2 - $2.00 Zone 1: Within 45 mile radius of Spokane, Moses Lake, Pasco, WashingtoniLewiston, Idaho Zone 2: Outside 45 mile radius of Spokane, Moses Lake, Pasco, Washington; Lewiston, Idaho POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1A: Boat Operator; Crush Feeder; Oiler; Steam Cleaner GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors (under 2000 CFM, gas, diesel, or electric power); Deck Hand; Drillers Helper (Assist driller in making drill rod connections, service drill engine and air compressor, repair drill rig and drill tools, drive drill support truck to and on the job site, remove drill cuttings from around bore hole and inspect drill rig while in operation); Fireman & Heater Tender; Grad~ Checker; Hydro-seeder, Mulcher, Nozzleman; Oiler Driver, & Cable Tender, Mucking Machine; Pumpman; Rollers, all types on subgrade, including seal and chip coatings (farm type, Case, John Deere & similar, or Compacting Vibrator), except when pulled by Dozer with operable blade; Welding Machine 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 Stack~r, 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 (aelf-propelled), Straddle Buggy (ROSS & similar on conatruction job only), Tractor (F~rm type R/T with attachment, except Backhoe) I Tugger Operator WA950001, MOD 13 o = )l o - 10 rJ ~ .. I o () IT '.~",::;,:,.i,"t':,-.;r~ { I. z l <0: . :J:~ ~a:i Cl::F.. I <(~ UJu -'0 ~O J ,', (f)W; ~~i enu. -0 UJ>- I :2~ <(- Cl:-' u.<O: ~5 j :J:w ~:J: Z~ ;::0 z~ [ w UJ :2~ ~a Ucn o- f a!:: WUJ :J:u ~- ~13 t z WCIJ u- -:J: 13'- (. z [ 1 ,. 0 ( 1 f 0 1. r ( l 0 - (.) o .. GROUP 3: A-frame Truck (2 or mare drums); Assistant Refrigeration ,Plant & Chiller Operator (over 1000 ton); Backfillers (Cleveland & similar); Batch Plant & Wet Mix Operator, single unit (concrete); Belt-Crete'Conveyors with power pack or similar; Belt Loader (Kocal or similar); Bending Machine; Bob Cat; Boring Machine (earth); Boring Machine (rock under 8" 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; Tractor (to D-6 or equivalent) and Traxcavator; Traverse Finish Machine; Turnhead Operator GROUP 4: Concrete Pumps ,(squeeze~crete, flow-crete, pump- crete, Whitman & similar); Curb Extruder (asphalt or concrete); Drills (churn, core, calyx or diamond) (operate drilling machine, drive or transport drill rig to and on job site and weld well casing); Equipment Serviceman; Greaser & Oiler; Hoist (2 or more drums or Tower Hoist); Loaders (overhead & front-end, under 4 yds. R/T); Refrigeration Plant Engineer (under 1000 tan); Rubber-tired Skidders (R/T with or without attachlnents); Surface Heater & Plant Machine; Trenching Machines (under 7 ft. depth capacity); Turnhead (with re-screening); Vacuum Drill (reverse circulation drill under 8" 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); Derricks & Stifflegs (under 65 tons); Drilling Equipment '(8" bit & over) (Robbins, reverse circulation & similar) (operates drilling machine, drive or transport drill rig to and on job site' and'weld well casing); Hoe Ram; Piledriving Engineers; Paving (dual drum); Railroad Track Liner Operaotr (self-propelled); Refrigeration Plant Engineer (1000 tons & over); Signalman (Whirleys, Highline Hammerheads or similar) WA950001, MOD 13 ,.... )) o ALl>oI<l - ~~ - 11 .... o ,- --"""'~--lIlIlIlJJII._ I - o o ~ im r;~ ') y I~ ('0] '-NAio.." "loW _ A- -oJ f' o o - z <( . :I:~ ~15 a::2,. <(~ Wu -'0 ~o cn w, U.J :I: I -'~ (flu.. -0 W> ::!:~ <(- a:-' ...<( (fl~ _0 :I:W ~:I: Z~ i=0 Z~ W w ::!:~ ~O Uen 0- o!:: Ww :I:u ~- ~ ~O Z WrJJ u- -:I: 13f- Z I I. { I GROUP 6: Asphalt Plant Operator; Automatic Subgrader (Ditches & Trimmers) (Autograde, ABC, R.A. Hansen & simi~ar on grade wire); Backhoe (45,000 gw and over to 110,000 gw); Backhoes & Hoe Ram (3/4 yd. to 3 yd.); Batch Plant (over 4 units); Batch & Wet Mix Operator (multiple units, 2 & incl. 4); Blade Operator (motor patrol & attachments, Athey & Huber); Boom Cats (side); Cable Controller (dispatcher); Clamshell Operator (under 3 yds.); Compactor (self-propelled with blade); Concrete Pump Boom Truck; Concrete Slip Form Paver; Cranes (over 25 tons, including 45 tons); Crusher, Grizzle & Screening Plant Operator; Dozer, 834 R/T & similar; Draglines (under 3 yds.); Drill Doctor; H.D. Mechanic; H.D. Welder; Loader Operator (front-end & overhead, 4 yds. incl. 8 yds.);'Multiple Dozer Units with single blade; Paving Machine (asphalt and concrete); Quad-Track or similar equipment; Rollerman (finishing asphalt pavement); Roto Mill (pavement grinder); Rubber-tired Scraper (one motor with one scraper under 40 yds.); Rubber-tired Scraper, Multi-engine power with one scraper (Euclid, TS 24 & similar); Rubber-tired Scraper, one motor with one scraper (40 yds. & over), Rubber-tired Scraper, Multiple engines with one scrapers (Euclid, TS 24 & simila%'), Push Pull or Help Mate in use; Rubber-tired Scraper, Multiple Engines with two scrapers; Screed Operator; Shovel (under 3 yds.); Tractors (D-6 & equilvalent & over); Trenching Machines (7 ft. depth & over); Tug Boat Operator I 'j J I. I I 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; Clamshell Operator (3 yds. & over); Cranes (over 45 tons to but not including 85 tons); Derricks & Stiffleys (65 tons & over); Draglines (3 yds. & over); Elevating Belt (Holland type); 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 I r { J I ( r r f ',> ~......~-~"~,~.._~- GROUP 8: Cranes (85 tons and over, and all climbing, rail and tower); Loaders (overhead and front-end, 10 yards and over) ; Helicopter pilot BOOM PAY: (All Cranes, Including Tower) 180' to 250' $ .30 over scale Over 250' $ .60 over scale ". NOTE: In computing the length of the boom on Tower Cranes, they shall be measured fr~m the base of the Tower to the point of the boom. o HAZMAT: Anyone working on HAZMAT jobs, working with supplied air shall receive $1.00 an hour above classification. ENGI0370G 06/01/1995 o Rates Fringes ADAMS/ ASOTIN, BENTON, COLUMBIA, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLS AND WHITMAN COUNTIES WA950001, MOD 13 )) := o \... o -- -~lltIIA:tt._ 12 ~ r-]' .. ,- ~~t'""':"". I o o .r:t <') """'"".,..... r- () o .. 'I l z I <( . :I:~ ~15 ~~. I wu -'0 ~o J. ff3~1 -'~ cnu. -0 w>- I :2~ <(- 0:-' u.<( cn~ _0 I :I:w ~:I: Z~ j:o z~ I w LU :2~ ~o Ucn o- J c:l!:: WLU :I:u ~- ~13 I z woo u- -:I: 131- I Z I. .. I .,. 0 r ( ( () ~ f l f WORK PERFORMED ON HYDRAULIC DREDGES GROUP 1: GROUP 2: GROUP 3: GROUP 4: GROUP 5: GROUP 6: 21.14 21.14 21.48 21.53 21. 90 21. 04 5.15 5.15 5.15 5.1S 5.15 5.1S GROUP 4: GROUP 5: GROUP 6: Assistant Mate (Deckhand) Oiler Assistant Engineer (Electric, Diesel, Booster Pump); Mates and Boatmen Craneman, Engineer Welder Leverman, Hydraulic Maintenance Steam, or GROUP 1: GROUP 2: GROUP 3: HEAVY WAGE RATES APPLIES TO CLAM SHELL DREDGE, HOE AND DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND BULLDOZERS. ENGI0612A 06/01/1995 Rates Fringes LEWIS, PIERCE, PACIFIC (THAT PORTION WHICH LIES NORTH OF A PARALLEL LINE EXTENDED WEST FROM THE NORTHERN BOUNDARY OF WAHKAIKUM COUNTY TO THE SEA IN THE STATE OF WASHINGTON) AND THURSTON COUNTIES CATEGORY A PROJECTS (excludes Category B projects, as shown below) POWER EQUIPMENT OPERATORS: ZONE 1 (0-25 radius miles) : GROUP 1M GROUP 1A GROUP 1 GROUP 2 GROUP 3 GROUP 4 23.56 23.06 22.56 22.12 21.76 19.66 6.81 6.81 6.81 6.81 6.81 6.81 ZONE 2 (26-45 radius miles) - Add $.70 to Zone 1 rates ZONE 3 (Over 45 radius miles) - Add $1.00 to Zone 1 rates BASEPOINTS: Tacoma, Olympia, and Centralia POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1AA - Cranes 200 tons and over, or 250 ft. of boom including jib with attachments GROUP 1A - Crane 100 tons thru 199 tons, over ],50 of boom including jib with attachments, Overhead, bridge type, 100 tons and over Tower crane, Loader 8 yds. and over, Shovels, Backhoes - 6 yds and over with attachments WA950001, MOD 13 ... .~. - -~- = l 0 - - 1>.1 -- o )l 13 -q'" v,~ 0'-' ~1 ''''Y'' .0- I o () ,:'}.) ',,' I] i'-'j vi.... ,-iil,. b W -- ...- z <( . J:~ ~15 ~~- Wu -'0 ~o ~~) -'~ cn u. -0 "'>- ::;~ <(- cr:-' u.<( !!15 J:w ~:I: Z~ j:o z~ W UJ ::;~ ~o Uen 0- o!:: WUJ J:u ~- !:!:13 z wen u- i=~ o z ,. o o (, { { 1 I. f I l I J. I.' I I 1. 1 I f ,. -' f o (; .. GROUP ~ - Cableways; Cranes. 45 tons thru 99 tons, under ~50 ft of boom including jib with attachments; Overhead bridge type - 45 tons thru 99 tons; Rollagon; Remove control operator on rubber tired earthmoving equipment; Loaders, overhead 6 yds. up to but not including B yds.; Shovels/Backhoes over 3 yds. and under 6 yds.; Slipform/Pavers; Scrapers, self-propelled 45 yds and over; Mucking Machine, Mole, Tunnel Drill and/or Shield; Transporters - all track or truck type; Quad -9, HD-41, D-10 GROUP 2 - Concrete batch plant operator; Bump cutter; Cranes 20 tons through 44 tons with attachments; Overhead, bridge type Crane . 20 tons thru 44 tons; Chipper, Concrete Pump - Truck Mounted with boom attachment; Crushers, Deck Engineer/Deck Winches (power); Drilling machine; Finishingmachinei Guardrail punch; Loaders, overhead under 6ydso; Loaders, plant feed; Locomotive - all; Mechanics, Mixers, asphalt plant; Motor patrol graders - finishing; Piledriver (other than crane mount); Scrapers, self propelled - under 45 yds.; Screed man, Shovels, backhoes 3 yds. and under; Subgrader trimmer; Tractors, backhoes over 75 hp.; Truck Crane Oiler/driver - ~oo tons and over, Yo Yo Pay dozer. GROUP 3 - Dozers D-9 and under,; Crane - thru 19 tons with attachments, A-frame crane, over 10 tons; Conveyors; Drill Oilers - Auger type, truck or crane mount; Fork lifts - 3,000 Ibs, and over with attachments; Hoists, Air Tuggers, Strato Tower Bucket Elevators; Hydralifts/Boom Trucks - over 10 tons; Loaders - Elevating Type, Belt; Motor patrol grader-nonfinishing; Plant Oiler - Asphalt, Crusher; Pumps, Concrete; Roller, plant mix or multi-lift materials; Saws, concrete; Scrapers, Concrete and Carry all; Spreaders, Topside Operator - blaw knox, cedarapids, jaeger, flaherty or similar types; Trenching machines; Truck Crane Oiler/Driver . under ~oo tons; Tractor, backhoe - under 75 h.p. GROUP 4 - Bobcat; Brooms; Compressor; Crane - A-Frame, 10 tons and under; Elevator and manlift - permanent and shaft type; Forklifts - under 3,000 1bs. with attachments, Gradechecker; Hydralifts/boom trucks, 10 tons and under; oil distributors, blower distribution and mulch seeding operator; Pavement breaker, Posthole Digger - mechanical; Power plant, Pumps - Water; Roller - other than Plant Mix; Wheel Tractors, Farma11 type; Shotcrete/Gunite Equipment Operator CATEGORY B PROJECTS - 90t of the basic hourly rate for each group plus full fringe benefits applicable to Category A projects shall apply to the following projects: Reduced rates may be paid on the following: ~. Projects involving work on structures such as buildings and structures whose total value is less than $~.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 (docts, wharfs, etc.) less than $150,000 WA950001, MOD 13 14 o ': :J o -- . - - _L.LI~ .dIbl_ u -II. ~l r1 , ,.........t .4...."-..~r....._.. I o u >< .--IW --- .................. J'r o () .. { z { <( . :I:~ ~15 a::::;;. 1 <(~ Wu ...Jo ~o I cnW, w:I: ...J~ Cflu.. -0 w>- I :2~ <(- a:-' u..<( !!15 I :I:w ~:I: Z~ j:o z~ I ww :2~ ~o Ucn o- J o!:: Ww :I:u ~- ~13 J z wu) u- -:I: 131- I Z I I .,. 0 L r l 0 f I, r >..-,~...,~;.~.-....,..- L 0 ... WORK PERFORMED ON HYDRAULIC DREDGES: Total Project cost $~50,OOO and over GROUP ~ 2~.07 GROUP 2 2~.~5 GROUP 3 2~.50 GROUP 4 2~.55 GROUP 5 2~.93 GROUP 6 2~.07 GROUP ~: GROUP 2: GROUP 3: Assistant Mate (Deckhand) Oiler Assistant Engineer (Electric, Diesel, Steam or Booster Pump) i' Mates and Boatmen Craneman, Engineer Welder Leverman, Hydraulic Maintenance GROUP 4: GROUP S: GROUP 6: Total Project GROUP ~ GROUP 2 GROUP 3 GROUP 4 GROUP 5 GROUP 6 Cost under $~50,OOO ~8.96 ~9.04 ~9.35 ~9.40 ~9.74 ~8.96 6.8~ 6.8~ 6.81 6.8~ 6.81 6.81 6.8~ 6.8~ 6.81 6.81 6.81 6.81 Assistant Mate (Deckhand) Oiler Assistant Engineer (Electric, Diesel, Steam or Booster Pump); Mates and Boatmen GROUP 4: Craneman, Engineer Welder GROUP 5: Levcrman, Hydraulic GROUP 6: Maintenance HEAVY WAGE RATES (CATEGORIES A & B) APPLIES TO CLAM SHELL DREDGE, HOE AND DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND BULLDOZERS GROUP 1: GROUP 2: GROUP 3: HANDLING OF HAZARDOUS WASTE MATERIALS H-l - When not outfitted with protective clothing of level D equipment - Base wage rate H-2 - Class "C" Suit - Base wage rate + $.25 per hour H-3 - Class "B" Suit - Base wage rate + $.50 per hour H-4 - Class "A" S,uit - Base wage rate +$.75 per hour ENGI070~D 06/01/~995 Rates Fringes CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES OPERATORS (See Footnote A) POWER EQUIPMENT ZONE ~: GROUP 1 GROUP 2 GROUP 3 GROUP 4 GROUP 5 GROUP 6 22.40 22.01 n.33 20.88 20.34 18.72 WAfl'50001, MOD 13 = o )\ 1:.Lt1 - 6.55 6.55 6.55 6.55 6.55 6.55 15 -"........."..,.-....-... ~[] I ("l o ~:~ ~3 ;~?~ ,>~~ F~ --J..... r z <C ' :r:~ ~15 0::2.. <(:::J Wu -'0 uo ~~ ...J~ cnu.. -0 w>- :::;;~ <(- 0:-' u..<C cn~ _0 :r:w ~:r: Z~ j:o z~ ww ::;;~ ~o Ucn 0- c!:: Ww :I:u ~- ~13 z wen u- -:I: 13"' z .. o o l . t { j I I t I. J ,. f { J, f f ( t f o ~-- o (; - Zone Differential (add to Zone 1 rates): Zone 2 - $1.50 Zone 3 - 3.00 For the following metropolitan counties: MULTNOMAH; CLACKAMAS; MARION; WASHINGTON; YAMHILL; AND CLARK 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 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 Washington County East of Highway 47 and all jobs or projects located in Yamhill County East of Highway 47 and Highway 99W and all jobs or projects located in Clark County, Washington shall receive Zone I 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 Class A cities: ALBANY; EUGENE; ROSEBURG; GRANTS PASS; MEDFORD 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 of projects located more than 30 miles ans less than 50 miles from the respective city hall of the above mentioned cities shall receive Zone II pay for all classifications. All jobs of projects located more than 50 miles from the respective city hall of the above mentioned cities shall receive Zone III pay for all classifications. For the following Class B Cities: LONGVIEW, WASHINGTON; COOS BAY; KLAMATH FALLS; BEND All jobs or projects located within 20 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 20 miles and less than 40 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 40 miles from the respective city hall of the above mentioned cities shall receive Zone III pay for all classifications. For the following Class C cities: ASTORIA, THE OALLES; PENDLETON; LA GRANDE; BAKER; ONTARIO; MCMINNVILLE WA950001, MOD 13 16 ~ o ]l - .1 - '._"'_~~*'M"" ;l/"'1 '3 ,~,,~ I ('l o 3~ :~~ .>< v z <(' :I:~ ~1E ~3' UJu -'0 uo ~~! -'~ cnu.. -0 UJ:>- :::;;~ <(- 0:-' u..<( CJl~ _0 :I:UJ ~:I: z~ j:o z~ ww ::i:~ ~Cl Ucn 0- O!:: Ww :I:U ~- :!::13 z wu> u- -:I: 5"' Z ... o o l -~ -- ."--'" o o .. I. All jobs or projects located within 5 miles of the respective city hall of the above mentioned cities shall receive Zone I pay for all classifiactions. There is no Zone II pay for Class lie" cities. t All jobs or projects located more than 5 miles from the respective city hall of the above mentioned cities shall receive Zone III pay for all classifications. POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: CONCRETE: Batch Plant and/or Wet Mix Operator, three units or more; CRP~E: Crane Operator, over 200 tons; Whirley Operator 90 tons and over; Helicopter Operators, when used in erecting work; Floating Crane, 150 tons but less than 250 tons; Lattice Boom Crane - 200 tons and over, Boom 201' through 2801; FLOATING EQUIPMENT: Floating Crane, 250 tons and over I { { GROUP 2: ASPHALT: Asphalt Plant Operator (any type); Roto- mill, pavement profiler, operator, six foot lateral cut and over; BLADE: Auto Grader or "Trimmer" Oper"-tor (Grade Checker required); BULLDOZERS: Tandem bulldozer operator, quad-nine and similar type; 0-11; Tandem Bulldozer Operator, Quad-nine and similar type; CONCRETE: Batch Plant and/or Wet Mix Operator, one and two drum; Automatic Concrete Slip Form Paver Operator,; Concrete Canal Line Operator; Concrete Profiler, Diamond Head; CRANE: Cableway Operator, 25 tons and over; Crane Operator, over 40 tons and including 100 tons; Crane Operator, over 100 tons and including 200; Tower Crane Operator, over 80 tons and including 150 tons; Whirley Operator - under 90 tons; Lattice Boom Crane _ 90 through 199 tonll, Boom n 150' through 200'; CRUSHER: Crusher Plant Operator; ;LOATING QUIPMENT: Floating Clamshell, etc. Operator, 3cu. yds. and over; Floating Crane (derrick barge) Operator, 30 tons but less than 80 tons; Floating Crane (derrick barge) Operator, 80 ,ton but less than 150 ton; LOADERS: Loader Operator, 6 cu. yda. but less than 12 cu. yds.; Loader Operator, 12 cu. yds. and over; REMOTE CONTROL: Remote controlled earth- moving equipment (no one operator shall operate more than two pieces of earth-moving equipment at one time); RUBBER-TIRED SCRAPERS: Rubber-tired Scraper Operator, with tandem scrapers, multi-engine; SHOVEL, DRAGLINE, CLAMSHELL, BACKHOE, SKOOPER, OPERATOR: Shovel, etc., 3 cu. yds., but less than 5 cu. yds.; Shovel, etc., 5 cu. yds. and over; TRENCH MACHINE: Wheel Excavator, under 750 cu. yds. per hour (Grade Oiler required); Canal Trimmer (Grade Oiler rsquired); Wheel Excavator, over 750 cu. yds. per hour (two Operators and at least one Grade Oiler required); Band Wagon (in conjunction with wheel excavator); UNDERWATER EQUIPMENT: Underwater Equipment Operator, remote or otherwise, when used in construction work. { J. f f f GROUP 3: CRANES: Lattice Boom Crane - 50 through 89 tons; FORKLIFT: Rock Hound Operator; LOADERS: Loader Operator, ~ cu. yds. but less than 6 cu. yds.; Rubber-tired RUBBER-TIRED SCRAPERS: Soraper Operator, with tandem scrapers, Self-loading, paddle wheel, auger type, finish and/or 2 or more units I f WA950001, MOD 13 o = )) o .- ~ 17 "'~"".~T'~-'~-" ~~ W [] I -' (l () :'$ :'~?~ ><! r I z { <t . :I:~ 1-35 ~~. UJu ....Jo Uo ffi~ -'~ enu. -0 UJ>- I :::;~ <(- a:....J u.<( en:) _0 r :I:", ~:I: Z~ j:o z~ i UJ '" :::;:) ~o U(/) 0- o!::: 1 w'" :I:u ~- !:!::b , z Wtf) u- -J: 131- { Z I ;' l 0 I { I 0 r f \.. -~;~~"''''~~- o c - GROUP 4, ASPHALT, Screed Operator; Asphalt Paver Operator (Screed man required); Diesel-Electric engineer, Plant; Roto- Mill, pavement profiler, operator, under six foot lateral cut; BLADE: Blade Operator, externally controlled by electronic, mechanical hydraulic means; Blade operator, multi-engine; BULLDOZERS, Bulldozer Operator; Drill Cat Operator; Side-boom Operator; Bulldozer Operator, twin engine (TC 12 and similar type, D-10); Cable-Plow Operator (any type); CLEARING, Log Skidders; Chippers; Incinerator; Stump Splitter (loader mounted or similar type); Compactor Operator, with blade; Compactor Operator, multi-engine'; CONCRETE: Mixer Mobi.le Operator; Screed Operator; Concrete Cooling Machine Operator; Concrete Paving Road Mixer; Concrete Breaker; Reinforced Tank Banding Machine (K-~7 or similar types); CRANE, Chicago boom and similar types; Lift Slab Machine Operator; Boom type lifting device, 5 ton capacity or less; Cherry Picker or similar type crane-hoist, 5 ton capacity or less; Crane Operator, under 25 ton (except for rough terrain), Hoist Operator, two drum; Hoist Operator, three or more drums; Derrick Operator, under 100 ton; Hoist Operator, stiff leg, guy derrick or similar type, 50 ton and over; Cableway Operator, up to twenty-five ton; Crane Operator, over twenty-five ton and including forty ton; Bridge Crane Operator; Locomotive, Gantry, Overhead; Lattice Boom Crane - 25 through 49 tons; CRUSHER, Generator Operator; Diesel-Electric Engineer; Grizzley Operator; DRILLING, Drill Doctor; Boring Machine Operator; Driller- Percussion, Diamond, Core, Cable, Rotary and similar type; Cat Drill (John Henry); FLOATING EQUIPMENT: Diesel-electric Engineer; Jack Operator, elevating barges, Barge Operator, self-unloading; Piledriver Operator (not crane type) (Deckhand required) ; Floating Clamshelll, etc. Operator, under 3 cu. yds. (Fireman or Diesel-Electric Engineer required); Floating Crane (derrick barge) Operator, less than 30 tons; GENERATORS: Generator Operator; Diesel-electric Engineer required); GUARDRAIL EQUIPMENT: Guardrail punch Operator (all types); Guardrail auger Operator (all types); Combination Guardrail machines, i.e. punch, auger, etc.; HEATING PLANT: Surface Heater and Planer Operator; HYDRAULIC HOES: Hydraulic Backhoe Operator, Track Type 3/8 cu. yd. takes shovel Classif. rate); LOADERS: Belt Loaders, Kolman and Ko cal types; Loaders Operator, front end and overhead, 2-1/2 cu. yds. and under 4 cu. yds.; Elevating Loader Operator, Athey and asimilar types; Elevating Grader Operator, operated by Tractor Operator, sierra, Euclid or similar types; PILEDRIVERS: Hammer Operator; Piledriver Operator (not crane type); Pipe Cleaning Machine Operator; Pipe Doping Machine Operator; PIPELINE, SEWER WATER, Pipe Bending Machine Operator; Pipe Wrapping Machine Operator; Boring Machine Operator; Back Filling Machine Operator; REPAIRMEN, HEAVY DUTY: Diesel-Electric Engineer (Plant or Floating); Bolt Treading Machine Operator; Drill Doctor (bit grinder); H.D. Mechanic; H.D. Welder; Machine Tool Op~rator; Combination H.D. Mechanio-Welder, when dispatched and/or when required to do both; Welder-Certified, when dispatched and/or required; RUBBER-TIRED SCP~PERS: Rubber-tired Scrape~ Operator, single engine, single scraper; Self-loading, paddle wheel, auger type under 15 cu. yds.; rubber-tired Scraper Operator, twin engine; Rubber-tired Scraper Operator, with. push- pull attachments I Self-loading, paddle wheel, auger type lS ou. yds. and over, single engine; SHOVEL, DRAGLINE, CLAMSHELL, BACKHOE, SKOOPER OPERATOR, Diesel-Electric Engineer, Stationary Drag Scraper Operator; Shovel, Dragline, Clamshell, Hoe, etc., Operator, under 1 cu. yd.; Shovel, etc., 1 cu. yd. and less than WA950001, MOD 13 :~ ..Jl o I' 18 I (l o .;':.~ ") v I z { <( . :J:~ ~a:i a:~ I <(~ UJu -'0 ~o I CJ)Wi l.U :J:: -'~ (flu.. -0 UJ>- I. ~~ <(- a:-' u.<( cn~ _0 f :J:w ~:J: Z~ j:o z~ i UJ UJ ~~ ~o Ucn o- J o!:: Ww :J:u ~- !:!::13 I z W(J) u- -:J: 6f- t Z I ... ( 0 J f ( 0 1 , r ,,~""Tl"'I'''''\'I'l.~_ . ( 0 o o .. 3 cu. ydS.i Grade-all Operator, under 1 cu. yd.; Grade-all 1 cu. yd. and over; SURFACING (BASE) MATERIALS: Blade Mounted Spreaders, Ulrich and similar types; TRACTOR-RUBBER TIRED: Tractor Operator, rubber-tired, over 50 H.P. Flywheel; Tractor Operator, with boom attachment; Rubber-tired Dozers and Pushers (Michigan, Cat, Hough type); TRENCHING MACHINE: Trenching Machine Operator, maximum digging capacity over 3 ft. depth (Grade Oiler required); Back Filling Machine Operator; TUNNEL: Mucking Machine Operator; Shield Operator; Boring Machine Operator GROUP 5: ASPHALT: Extrusion Machine Operator; Roller Operator (any asphalt mix); Asphalt Burner and reconditi,oner Operator (any type), 84; rota-mill, Pavement Profiler, ground man.; COMPRESSORS: Compressor Operator any power), over 1,250 cu. ft. total capacity; COMPACTORS: Compactor Operator, including vibratory; Wagner Pactor Operator or similar type (without blade); CONCRETE: Combination mixer and Compressor Operator, gunite work; Concrete Batch Plant Quality Control Operator; Beltcrete Operator; Pumpcrete Operator (any type) Pavement Grinder and/or Grooving Machine Operator (riding type); Cement Pump Operator, Fuller-Kenyon and similar; Concrete Pump Operator; Grouting Machine Operator; Concrete Mixer Operator, single drum, under five ba.g capacity and over; Cast place pipe laying machine; Maginnis Internal Full Slab Vibrator Operator; Concrete Finishing machine Operator, Clary, Johnson, Bidwell, Burgess bridge deck or similar type; Curb Machine Operator, mechanical Berm, Curb and/or Curb and Gutter; Concrete Joint Machine Operator; Concrete Planer Operator; Tower Mobile Operator; Power Jumbo Operator setting slip forms; Concrete Paving Machine Operator; Concrete Finishing Machine Operator; Concrete Spreader Operator; CRANE: Helicopter Hoist Operator; Hoist Operator, single drum; Elevator Operator; A-frame Truck Operator, Double drum; Boom Truck Operator Hydraulic Boom Truck, Pittman; DRILLING: Churn Drill and earth Boring Machine Operator; FLOATING EQUIPMENT: Fireman; FORKLIFT: Lull Hi-Lift Operator or similar type; Fork Lift, over 5 ton; HYDRAULIC HOES: Hydraulic Backhoe Operator, wheel type 3/8 cu. yd and under with or without front end attachment 2-1/2 cu. yds. and under (Ford, John Deere, Case, Type); LOADERS: Loaders, rubber-tired type, 2~1/2 cu. yds. and under; Elevating Grader Operator, Tractor Towed requiring Operator or Grader; OILERS: Service Oiler (Greaser); PIPELINE, SEWER WATER: Hydra Hammer or similar types; Pavement Breaker Operator; RAILROAD EQUIPMENT: Locomotive Operator, under 40 tons; Ballast Regulator Operator; Ballast Tamper Multi-Purpose Operator; Track Liner Operator; Tie Spacer Operator; Shl',ttle Car Operator; Locomotive Operator, 40 tons and over; SURFACING (BASE) MATERIAL: Roller Operator, Oiling, C.T.B.; Rock Spreaders self-propelled, pulva-mixer or similar types; Chip spreading Machine Operator Lime Spreading Operator, construction job site; SWEEPERS, Sweeper Operator (Wayne Tractor Operator, rubber-tired, 50 H.P. Flywheel and under; TRENCHING: Trench Machine Operator, maximum digging capacity 3 ft. depth WA950001, MOD 13 = o J ----Ll:,~.:l.Jlll_ .- .-- , , 19 ~ r-l ;.;.~ ................. .....- --alii I Cl o -:~ "'; Io.....!i ~4"Q ~!] --..t- ~_ IMI" 17 I z { <I: . J:~ ~15 a::~ I <1:;:) Wu ...Jo ~a i ~~i ...J~ cnu. -0 w>- I, :<~ <(- a::...J u..<( cn;:) _0 I J:w ~J: Z~ j:o z~ I W w :::;;;:) ~a Ucn o- J a!:: Ww :I:u ~- !:!:13 I z WCf) u- -J: 131- t Z l. { ,.. 0 l I [ 0 f f r '~-':"~.I"___.. l 0 o o - GROUP 6: ASPHALT: Plant Oiler; Plant Fireman; pugmill Operator (any type); Truck mounted asphalt spreader, with screed; BLADE: Blade Operator, pulled type; COMPRESSORS: Compressor Operator (any power), under 1,250 cu. ft. total capacity; CONCRETE: Plant Oiler, Assistant Conveyor Operator; Conveyor Operator; Mixer Box Operator (C.T.B.~ dry batch, etc.); Cement Hog Operator; Concrete Saw Operator; Concrete Curing Machine Operator (riding type); Wire Mat or Braoming Machine Operator; CRANE: Oiler; Truck Crane Oiler-Driver, 25 tons capacity or over; Fireman, all equipment; A-frame Truck Operator, single drum; Tugger or Coffin Type Hoist Operator; CRUSHER: Crusher Oiler; Crusher Feederman; DRILLING: Drill Tender; Auger Oiler; FLOATING EQUIPMENT: Deckhand; Boatman; FORKLIFT: Self-propelled Scaffolding Operator, construction job site (excluding working platform); Fork Lift or Lumber Stacker Operator, construction job site; GUARDRAIL EQUIPMENT: Oiler, auger' Oiler; Oiler, combination guardrail machines; Guardrail punch Oiler; HEATING PLANT: Temporary Heating Plant Operator; LOADERS: Bucket Elevator Loader Operator, Barber-Greene and similar types; Bobcat, Skid Steer - Under 1 yd; OILERS: Oiler; Guardrail Punch Oiler; Truck Crane Oiler-Driver, 25 ton o~ over; Auger Oiler; Grade Oiler, required to check grade; Grade Checker; Tar Pot Fireman; PIPELINE SEWER WATER: Tar Pot Fireman (power agitated); Hydraulic Pipe Press Operator; PUMPS: Pump Operator, under 4"i Pump Operator (any power), 4" and over; Hydrostatic Pump Operator; RAILROAD EQUIPMENT: Brakeman; Oiler; Switchman; Motorman; Ballast Jack Tamper Operator; REPAIRMAN HEAVY DUTY: Parts Man (Tool Room); SHOVEL, DRAGLINE, CLAMSHELL, BACKHOE, SKOOPER OPERATORS: Oiler; Grade Oiler (required to check grade); Grade Checker; Fireman; Signalman; Bell Boy, phones, etc., Operator; Helicopter Radioman (ground); SURFACING (BASE) MATERIAL: Roller Operator, grading of base rock (not asphalt) ; Tamping Machine Operator, mechanical, self-propelled; Hydrographic Seeder Machine Operator, staw, pulp or seed; SWEEPERS: Broom Operator, self-propelled, construction job site; TRENCHING: Oiler; Grade Oiler (required to check grade); TUNNEL: Conveyor Operator (any type); air Filtration Equipment Operator; Motormen (dinkey); Oiler; WELDING MACHINES: Welding Machine Operator FOOTNOTE A: HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be eligible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outline 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 - Basic hourly wage rate plus $1.00 per hour, fringes plus $0.15. H-3 Class "B" Suit - Basic hourly wage rate plus $1,50 per hour, fringes plus $0.15. H-4 Class "An Suit - Basic 'hourly wage rate plus $2.00 per hour, fringes plus $0.15. WA950001, MOD 13 20 ~. )1 o .Lh...- ij 0 '''' -"......._........~- I o o 3~t.: >< ~ [J - ~J'" ~ o .:;:;I":;,;;;i;~i(,G' o .. t ENGI0701E 06/01/1994 Rates Fringes CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH) , SKAMANIA, I AND WAHKIAKUM COUNTIES DREDGING: Z ( ZONE A <( . :I:~ ~15 LEVERMAN , HYDRAULIC 24.22 5.97 o:~ I LEVERMAN, DIPPER, <(~ FLOATING CLAMSHELL 24.22 5.97 UJu -'0 ASSISTANT ENGINEER 23.47 5.97 ~O TENDERMAN 22.92 5.97 t3 ~! I ASSISTANT MATE 20.93 5.97 -'~ cnu.. ZONE B -0 UJ>- [ :;;..... LEVERMAN , HYDRAULIC 25.72 5.97 <(- a:-' LEVERMAN, DIPPER, u.<( !!15 FLOATING CLAMSHELL 25.72 5.97 :I:w I ASSISTANT ENGINEER 24.97 5.97 ~:I: TENDERMAN 24.42 5.97 z..... ASSISTANT MATE 22.43 5.97 j:O Z~ I ZONE C UJ w :::;;~ ~O Ucn LEVERMAN, HYDRAULIC 26.12 5.97 O- f LEVERMAN, DIPPER, O!:: FLOATING CLAMSHELL 26.12 5.97 UJw :I:U ASSISTANT ENGINEER 23.37 5.97 ~- TENDERMAN 24.82 5.97 !::13 Z I ASSISTANT MATE 22.83 5.97 wU'J U- ZONE D -:I: 131- (, Z LEVERMAN, HYDRAULIC 26.62 5.97 LEVERMAN, DIPPER, FLOATING CLAMSHELL 26.62 5.97 ( ASSISTANT ENGINEER 25.87 5.97 TENDERMAN 25.32 5.97 ASSISTANT MATE 23.33 5.97 { ZONE E ... LEVERMAN, HYDRAULIC 27.22 5.97 LEVERMAN , DIPPER, , FLOATING CLAMSHELL 27.22 5.97 ASSISTANT ENGINEER 26.47 5.97 0 TENDERMAN 25.92 5.97 I ASSISTANT MATE 23.93 5.97 I I 0 0 0 f f r WA950001, MOD13 21 .....-..~:....,-~:.. - T ) ~ [] ~] -] 1 l 0 0 ;32 X f' L" , I -- L"-J .&t1 - - .L ----'- ..........r..----.. - ~ z <(. :I:~ ~15 O:::E, <(:::J UJu --'0 Uo ~Wl w:l:! -'~ enu. -0 w~ :::;;~ <(- 0:--' u..<( cn:::J _0 :I:w .....:1: Z~ j:o z~ ww :::;;~ ~o U<n 0- o!:: Ww :I:u ~- =:13 z W(f) U- -:I: 13t- Z .,. o o l I f { f J I I I I I { I ( I I I, f r r o o o .. ZONE DESCRIPTION FOR DREDGING ZONE A - All jobs or projects located within 15 road miles of Portland City Hall ZONE B - 15-30 road miles from Portland City Hall. ZONE C - 30-50 road miles from Portland City Hall. ZONE D - 50-70 road miles from Portland City Hall. ZONE E - Over 70 road miles from Portland City Hall. *All jobs or projects shall be computed from the city hall by the shortest route to the geographical center of the project. ---------------------------------------------------------------- IRON0014F 07/01/199S IRONWORKERS Rates 20.50 Fringes 9.32 ---------------------------------------------------------------- LAB00001D 06/01/1995 Rates Fringes CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN), KITTITAS, AND YAKIMA COUNTIES LABORERS: ZONE 1: GROUP 1 GROUP 2 GROUP 3 GROUP 4 GROUP 5 12.14 14.46 16.16 16.66 17.02 4.67 4.67 4.67 4.67 4.67 ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES) : ZONE 2 - $ .70 .ZONE 3 - $1.00 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall WEST OF THE 120TH MERIDIAN: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (NORTH), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES LABORERS: ZONE 1: GROUP 1 GROUP 2 GROUP 3 GROUP 4 GROUP 5 12.51 14 .83 19.51 19.99 20.35 4.67 4.67 4.67 4.67 4.67 ZONE DIFFERENTIAL (ADD ~'O ZONE 1 RATES) : ZONE 2 . $ .70 ZONE 3 - $1.00 WA950001, MOD 13 ,22 : )) ~[] o ~J&.... ( - I o \) ~s2 >< i~ [I '~.,;.t'l"~'~.',;:;ilOv 1. z { <(' :J:~ ~1E o:~ 1 <(::) wu -'0 ~o J ff3 ~I -'~ cnu. -0 w>- t ~t: a:..J u..<( cn::) _0 I :I:w ~::t Z~ j:o z~ I ww ~~ ~o ur.n o- J ot: Ww :J:u ~- ~ ~o I z W(j) u- -::t 13f- t Z I I .,.. 0 f t. f. 0 f f r ,...._~,.......~:- C 0 o o .. EASE 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 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, pilot car, and flagman, fence laborer. GROUP 3: General. laborer, asbestos abatement laborer, air, gas or electric vibrating screed, ballast regulator machine, brush cutter, brush hog feeder, burner, change house or dry shack, chipping gun (under 30 lbs) , coker setter, chucking 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, group machine tender, grinders, guardrail erector, hazardous waste worker (level C), pot tender, scale person, sloper sprayer, signal person, stock piler, stake hopper, topper-tailer, track laborer, truck spotter, tool room man (at job site), vinyl seamer. GROUP 4: Cement dumper-paving, chipping gun (over 30 lbs) , clary power spreader, concrete saw operator, concrete dumper/chute operator, faller and bucker chain saw, grade checker and transit man, groutmen (pressure) including post tension beams,hazardous waste worker (level B), high scaler, jackhammer, laserbeam operator, manhole builder-mudman, mortarman and hodcarrier, nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster vacuum blaster) , pavement breaker; pipe layer and caulker" pipe pot tender, pipe wrapper, power jacks, raker-asphalt, rivet buster, rodder, sloper (over 20'), spreader (concrete), timber-person-sewer (lagger, shorer and cribber), vibrator, well point laborer. GROUP S: Caisson worker, miner, powderman, re-timberman hazardous waste worker (level A) . ---------------------------------------------------------------- WA950001, MOD 13 : o ) L- - 23 ij[J =-.-..... __ 1lI- I o o 82 X ~ [) ~ ... { LABORERS: ZONE 1: r GROUP 1 GROUP 2 GROUP 3 GROUP 4 GROUP 5 GROUP 6 .-- z <( . J:~ ~al a:~ <(~ UJu -'0 ~O cn UJ I ~ ~; en"- -0 w> ::!;;~ <(- a:-' u.<( !!1a J:w ~J: Z~ j:O Z~ w UJ ::!;;::l ::>0 Uen 0- O!:: WUJ J:U ~~ Z wen U- i=~ o z ,.. o o L I I f f I i , [ I. f f I --.I,.........l'~~~""~ o o o .. LAB00238E 06/01/1995 Rates Fringes COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA, WHITMAN COUNTIES 15.67 17.59 17.84 18.09 18.34 19.59 3.99 3.99 3.99 3.99 3.99 3.99 Zone Differential (Add to Zone 1 rate): $2.00 BASE POINTS: Spokane, Moses Lake, 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, Scaleman, Traffic Control Maintenance (erection and maintenance of barricades, signs, and relief of flagperson); Window Washer GROUP 2: Asbestos Abatement Worker; Brush Hog Feeder; Carpenter Tender; Cement Handler; Concrete Creman (to include Stripping of forms, hands operating jacks on slip form construction, application of concrete curing compounds, Pumpcrete Machine, Signaling, Handling the nozzle of squeezcrete or similar machine - 6 in. and smaller); concrete Signalman; Crusher Feeder; Demolition (to include Clean-up, burning, loading, wrecking and salvage of all material); Dumpman; Fence Erector; General laborer; Grout Machine Header Tender; Hazardous Waste Worker; Nippers; Riprap Man; 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); Truck Loader; Well-point man; Window cleaner; Miner class "A" - Bull Gang, Pump Crete Crewman including Distribution Pipe, Assembling and Dismantle and Nipper, Track Laborer; Railroad Equipment; Form Cleaning Machine Tender; Stacker; Sandblast Tailhoseman; Hazmat Worker - Level D. WA950001, MOD 13 : o )) 24 ~ [J I o o ~1 r", :32>< J L.. I o .,'iJ,'W;;.,lo\.I;" o .. GROUP 3: Asphalt Raker; Asphalt Roller, Walk~ng; Cement Finisher Tender; Concrete saw, Walking Demolition Torch; Dope Pot F~remen Non-Mechanical; Driller Tender (when required to move and position mach~ne); Form Setter, Paving; Grader Checker using Leveli Jackhammer OperatoriNozzleman, water, air or steam; Pavement Breaker (under 90 lbs.); Pipelayer, corrugated metal culvert; pipelayer, multi-section; Pot tender; Powderman Tender; Power buggy operatori Power tool operator, gas, electric, . pneumatic; Rodder and Spreader; Tamper (to include operation of Barco, Essex and similar tampers,an4 pavementbreakers)i Trencher, Shawnee; Tugger OperatoriWagon Drills; Water Pipe Lfner; Wheelbarrow, Power driven; _Miner_ Class. "BU -Brakeman, Finisher, Vibrator, and Form SetteriRailraadEquipment,Power driven, except dual mo~ile power spiker or puller; Railroad Power Spiker or puller, dual mobile; Hazmat Worker - Level C. GROUP 4: Air Track Drill; Brush machine (to include, horizontal construct~on joint clean-ip Brush machine, power propelled; Caisson Worker, Free air, Chain saw operator and Faller; Concrete Steack (to include, laborers when 40 ft. high); Gunnite (to include, operation of machine and nozzle); high scaler; Monitor operator (track or similar mounting); Mortar Mixer; Nozzleman (to include, Jet blasting Nozzleman, over 1,200 lbs., Jet Blasting machine power propelled, Sandblaster Nozzle); P~pelayer (to include working Topman, Caulker, COllerman, Jointer, Mortarman, Rigger Jacker, shorer valve or meter installer); Pipewrapper; Vibrators; Miner Class "C" - Miner and Nozzleman for Concrete; Pavement Breaker, (90 lbs. and over); Hazmat Worker - Level B. GROUP 5 - Drills with dual masts; Miner Class "D", Ra~se and Shaft Miner on Raises and Shafts; Hazmat Worker - Level A. GROUP 6 - powderman ---------------------------------------------------------------- LAB002~8G 04/01/1995 Rates Fringes COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA, WHITMAN HOD CARRIERS 18.76 3.99 ----------------..----------------------------------------------- L1\B00335A 06/01/1995 Rates Fringes CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH) , SKAMANIA, AND WlIHKIAKtlM COUNTIES LABORERS: ZONE 1: GROUP 1 17.59 5.65 GRpUP 2 17,94 5.65 GROUP 3 18.24 5,65 GROUP 4 18,49 5,.65 GROUP 5 16.35 5.65 I GROUP 6 14.47 5.65 0 (,) GROUP 7 12,26 5.65 WA950001, MOD 13 25 ~ o ~ ~ [j m rJ 32 >< Ijt ~*, -- _.- --,.-.-...,'" -'" - z <( , I~ ~1E a:~ <(:;> UJu -'0 ~o en W\ UJ:C~ -'~ UJu. -0 UJ>- :::!E~ <(- a:-' u.<( !!15 Iw ~:I: Z~ ;:0 z~ UJ UJ :::!E~ ;::lCl Ucn o- at: UJw IU ~- !:!:13 z wen U- -I 131- Z ." o o \... o o .. Zone Differential (Add to Zone ~ rates) : Zone 2 $ 0.65 Zone 3 - L15 Zone 4 - L70 Zone 5 - 2.75 BASE POINTS: GOLDENDALE, LONGVIEW, AND VANCOUVER ZONE ~: Projects within 30 miles of the respective city all. ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3 : More than 40 miles but less than 50 miles from the respective city hall. ZONE 4 : More than 50 miles but less than 80 miles from the respective city hall. ZONE 5 : More than 80 miles from the respective city hall. 1 I I I I ( LABORERS CLASS.FICATIONS GROUP ~: Asphalt Plant Larorers; Asphalt Spreaders; Batch Weighman; Broomers; Brush Bur~ers and Cutters; Car and Truck Loaders; Carpenter Tender; Cha~~e-House Man or Dry Shack Man; Choke Setter; Clean-up Laborers; Concrete Laborers; Curing Concrete; Demolition, wrecking, and Moving Laborers; Dumpers, road oiling crew; Dumpmen (for grading crew); Elevator Feeders; Guard Rail, Median Rail, Reference Post, Guide Post, Right-of-Way Marker; Fine Graders; Form Strippers (~ot swinging stages); General Laborers;' Hazardous Waste Laborers; 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); Weightman, Crusher (Aggregate when used) I l I 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; Crusher Feeder; Demolition and Wrecking Charred Materials; Grade Checker; Gunite Nozzleman Tender; Gunite or Sand Blasting Dot Tender; Handlers or Mixers of all Materials of an irritating nature (including cement and lime) I Tool Operators Includes but not limited to: Dry Pack Machine; Jackhammer; Chipping Guns; Paving Breakers); Vibrators (less than 4" in diameter); post Hole Digger, air, gas or electric; Vibrating Screed; Tampers; Sand Blasting (Wet); Stake-Setter; Tunnel- muckers, brakemen, concrete crew, bull gang (underground) f I f ( f WA950001, MOD 13 o : ]I o !If 26 ;11'"0'1 ~ t.....A T'-...........--.~,...~ -- I o o rl ~.:t~) ',/ :1)1 '.,,{IJ.... r'" "J I!:l:l~-_ "il;;I;:.."1l.:i:;;b1'~ I I z { <l: ' :I:~ ~15 0::2. I <(~ UJu -'0 ~o ff3~1 J -'~ cnu. -0 LU> L ~!:: 0:-' LL<l: !:!l5 f :I:LU ~:I: Z~ ;:0 z~ I LU LU ::a::::l :::l0 Ucn o- J c!:: LUw :I:u ~- ~13 I z wcn u- -:I: 13f- f Z I t ... 0 t 1. I 0 I f f ( 0 - o o .. GROUP 3: Asbestos Removal (structural removal only); Bit Grinder; ~oncrete Saw Operator; 'Drill Doctor; Drill Operators, air tracks, cat drills, wagon drills, rubber-mounted drills, and other similar types including at crusher plants; Concrete saw operator; Gunite d Nozzelman; 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; Power Saw Operators (bucking and falling); Pumpcrete Nozzlemen; Sand Blasting (Dry); Pipe Layers (all types); Sewer Timberman; Track Liners, Anchor Machines, Ballast Regulators, Multiple Tampers, Power Jacks; Tugger Operator; Tunnel-Chuck Tenders, Nippers, and Timbermen; Vibrator (4" and larger) ; Water Blaster GROUP 4: Asphalt Raker; Tunnel Miners; Tunnel Powderman; Motorman-Dinky Locomotive; Shield Operator GROUP 5: Traffic Flaggers GROUP 6: Fence Builders GROUP 7: Landscaping or Planting Laborers PAIN0005A 03/01/1993 Rates Fringes CLALLAM, GRAYS HARBOR, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, PACIFIC, SNOHOMISH AND THURSTON COUNTIES PAINTERS AND DRYWALL TAPERS 19.04 2.27 PAINOOOSB 07/01/1991 Rates Fringes STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKtlM COUNTIES STRIPERS 19.14 2.47 PAIN0054D 07/01/1994 Rates Fringes ADAMS, ASOTIN; BENTON AND FRANKLIN (EXCEPT HANFORD SITE); CHELAN, COLUMBIA, DOUGL}',S, FERRY, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES WA950001, MOD 13 : o ~) .11- 27 10 ~-~ I o o ~ [.....1 32X g ..-- ..Q. - o o .. z <( . :I:~ ....15 a::2" <(::> UJu -'0 ~o cnW' w::r:i -'~ cnu. -0 UJ> ~~ <(- a:-' u.<( !!15 :I:w ~:I: Z~ i=o z~ w w ~~ ~o Ucn 0- o!:: Ww :I:u ~- !:!:13 z W(J) u- -:I: 131- Z PAINTERS": Brush, Roller, Paperhanger, Striping, Steam-cleaning Spray Application of Cold Tar Products, Epoxies, polyure thanes, Acids, Radiation Resistant Material, Water and Sandblasting, Bridges, Towers, Tanks, Stacks, Steeples TV Radio, Electrical Transmission Towers Lead Abatement, Asbestos Abatement Taper ~7.09 ~7.66 3.59 3.52 ~7.09 ~7.86 3.64 3.64 ~7.92 3.64 ~8.64 3.64 *$.70 shall be paid over and above the basic wage rates listed for work on swing stages and high work of over 30 feet. ---------------------------------------------------------------- PAIN0055C ~0/0~/~993 Rates Fringes CLARK, COWLITZ, KLICKITAT, SKAMANIA, AND WAHKIAKUM COUNTIES (INDUSTRIAL - ANY INDUSTRIAL FACILITY, PAPER MILLS, ALUMINUM PLANTS, BRIDGES, TANK FARMS, WATER TOWERS, PIPE LINES) PAINTERS: BRUSH SPRAY AND SANDBLASTING OVER 60 FT. ON SWING STAGE MECHANICAL CLIMBER, SPIDER BUCKET TRUCK HIGHWAY AND PARKING LOT PAINTER ~3.50 U.OO 2.04 2.~9 ~4.00 2.~9 ~8.~4 2.37 ---------------------------------------------------------------- PLAS0072E 06/0~/~995 Rates Fringes ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, AND YAKIMA COUNTIES r ZONE ~: CEMENT MASONS ~9.5~ 4.65 Zone Differential (Add to Zone ~ o rate): Zone 2 - $2.00 BASE POINTS: spokane, Pasco, Moses Lake, Lewiston Zone~' 0 - 45 radius miles from the main post office Zone 2: Over 4S radius miles from ths main post office ---------------------------------------------------------------- o WA950001, MOD 13 l ~ )j o o 28 11 [1 - I o () fi :32 >< ~ :,'.t';JI~:i!Z'~1 z <( . :I:~ ~15 a::::;;,. <(~ Wu -'0 ~o (flW' ~ i=1 cn.... -0 UJ>- :::;;~ <(- 0:-' u.<( !!15 :I:w ~:I: Z~ j:o z~ ww :::;;~ ~o Ucn 0- o!:: Ww :I:u ~- ~13 z wen u- -:I: 131- Z .,. o o l. o o .. I j f L I I I I I I I ( I I. t I ( , I PLAS0528A 06/01/1994 Rates Fringes CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON,PACIFIC (NORTH), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES CEMENT MASON COMPOSITION, ,COLOR MASTIC, TROWEL MACHINE, GRINDER, POWER TOOLS, ,GUNNITE NOZZLE 2J..56 6.60 21.8J. 6.60 ---------------------------------------------------------------- PLAS0555B 06/0J./1995 Rates Fringes CLARK, COWLITZ, KITCKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES SEE ZONE DESCRIPTION FOR CITIES BASE POINTS Zone 1: CEMENT MASONS COMPOSITION WORKERS AND POWER ,MACHI~'ERY OPERATORS CEMENT MASONS ON SUSPENDED, SWINGING AND/OR HANGING SCAFFOLD CE~~ MASONS DOING BOTH COMPOSITION/POWER MACHINERY AND SUSPENDED/HANGING SCAFFOLD 17.74 8.52 J.8.09 8.52 J.8.09 8.52 18.45 8.52 Zone Differential (Add To Zone 1 Rates) : Zone 2 - $0.65 Zone 3 J..15 Zone 4 - 1.70 Zone 5 - 2.75 BASE POINTS: BEND, CORVALLIS, EUGENE, LONGVIEW, 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 SO 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 ---------------------------------------------------------------- WA950001, MOD 13 o = ) o .....,... I 10 ....---- I o o 32 X ~ [] - ~ ~ r z <( , :J:~ ~1E ~ ~. UJu -'0 ~o ffi ~! -'~ UlU. -0 UJ> :2~ <0;- a:-' u.<O; Ul~ _0 :J:UJ ~:J: Z~ ;:0 Z~ UJ w :2::::l ::::l0 Ucn 0- O!:: UJUJ :J:U ~- !:::13 z wen u- -:J: 131- Z I I I I I I I I , I I I I I. 1 I r I I r o o ._~.......~,_.~~:,. ~-- LO o o - PLUM0032B 01/01/1995 Rates CLALLAM, KING AND JEFFERSON COUNTIES PLUMBERS AND PIPEFITTERS 26.60 ---------------------------------------------------------------- 9.21 PLUM0032D 01/01/1995 Fringes Rates Fringes CHELAN, KITTITAS (NORTHERN TIP), DOUGLAS (NORTH), AND OKANOGAN (NORTH) COUNTIES PLUMBERS AND PIPEFITTERS 22.05 ---------------------------------------------------------------- Fringes PLUM0040B 06/27/1995 Rates WHATCOM COUNTY PLUMBERS AND STEAMFITTERS Plumbing projects over $3,000,000 Plumbing projects $3,000,000 and under 26.09 20.0B PLUM0044C 06/01/1994 Rates ADAMS (NORTHERN PART), ASOTIN (CLARKSTON ONLY), FERRY PART), LINCOLN (EASTERN PART), PEND ORIELLE, STEVENS, AND WHITMAN COUNTIES PLUMBERS AND PIPEFITTERS 25.2B PLUMOOB2A 06/01/1994 B.55 7.B1 7.B1 Fringes (EASTERN SPOKANE, 6.67 Rates Fringes GRAYS HARBOR, LEWIS, MP.SON (EXCLUDING NE SECTION), AND PACIFIC PIERCE AND THURSTON COUNTIES PLUMBERS AND PIPEFITTERS 26.40 CLARK (NORTHERN TIP INCLUDING WOODLAND), COWLITZ, SKAMANIA AND WAHKIAKUM COUNTIES PLUMBERS AND PIPEFITTERS 23.35 PLUM0265C 06/01/1994 Rates ISLAND, SKAGIT, SNOHOMISH, AND SAN JUAN COUNTIES PLUMBERS AND PIPEFITTERS, Plumbing work $750,000 and over Plumbing work under $750,000 27.44 23.32 ---------------.------------------------------------------------ 7.29 7.29 WA950001, MOD 13 -= o )') 7.14 7.14 Fringes 30 (j [J I o o ir:~ .:~; \f ~;tI<-,,'. M 1"1 t,ll i! ., .,1._- z <( . :I:~ ~15 o:~ <(~ Wu -'0 ~o cnWt w:I:. -'~ cn'"- -0 w> :2:~ <- 0:-' u.<( !!15 :I:w ~:I: Z~ j:o z~ w w :2:~ ~o Ucn 0- o!:: Ww :I:u ~- ~13 z wen u- -:I: 13r- z ... o o l. J I { I J I ( I I I I I t I 1 f I I I .. PLUM0290K 10/01/1993 o o Rates CLARK (ALL EXCEPT NORTHERN TIP INCLUDING WOODLAND) 22.09 PLUMBERS AND PIPEFITTERS Fringes PLUM0598E 06/01/1995 ---------------------------------------------------------------- 5.85 Rates Fringes ADAMS (SOUTHERN PART), ASOTIN (EXCLUDING THE CITY OF CLARKSTON) , BENTON, COLUMBIA, DOUGLAS (EASTERN HALF), FERRY (WESTERN PART) , FRANKLIN, GARFIELD, GRANT, KITTITAS (ALL BUT NORTHERN TIP), KLICKITAT, LINCOLN (WESTERN PART), 'OKANOGAN (EASTERN), WALLA WALLA AND YAKIMA COUNTIES PLUMBERS PL~10631A 06/01/1995 MASON (NE SECTION), AND KITSAP COUNTIES PLUMBERS AND PIPE FITTERS 25.50 Rates 20.78 8.65 Fringes 10.28 TEAM0037C 06/01/1995 ---------------------------------------------------------------- Fringes Rates CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM COUNTIES TRUCK DRIVERS ZONE 1: GROUP 1 GROUP 2 GROUP 3 GROUP 4 GROUP 5 GROUP 6 GROUP 7 20.12 20.24 20.37 20.62 20.84 20.99 21.19 5.52 5.52 5.52 5.52 5.52 5.52 5.52 Zone Differential (Add to Zone 1 Rates): Zone 2 - $0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 2.75 BASE POINTS: ASTORIA, BINGEN, GOLDENDALE, THE DALLES, LONGVIEW, PORTLAND 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. I ZONE 5 : More than 80 miles from the respective city hall. 0 0 WA950001, MOD 13 o :~ o )l 31 rJ 1'''1 '~I 4.......4 -.:.'- -"'r-~~'''' ~ o >4i'~;l:;..-:'i;<;"l:"~ o .. z <( . :J:~ ~15 o::~. <(~ Wu -'0 Uo ~~I -'~' cnu- -0 w>- ~~ <(- 0:-' u.<( !!15 :I:w ~:I: Z~ j:o z~ ww :::;;~ ~o Ucn 0- Cl~ Ww :I:U ~- ~13 z woo u- -:J: 131- Z J f f I f I I I I I I I I t I I f , I WA95DDD1, MOD 13 32 TRUCK DRIVERS CLASSIFICATIONS GROUP~: Battery Rebuilders; Bus or Manhaul Driver; Concrete Buggies (power operated); Dump Trucks, side, end ,and ,bottom dumps, including Semi Trucks and Trains or combinations there of: up to and including ~o cu. yds., Lift Jitneys, Fork Lifts (all sizes in loading, unloading and transporting material on job site); Loader and/or Leverrnan on Concrete Dry Batch Plant (manually operated); pilot Car; Solo Flat Bed and misc. Body Trucks, 0 - ~o 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. "A" Frame ,or Hydra-lift Truck with load bearing surface; Lubrication Man, Fuel Truck Driver, Tireman, Wash Rack; Steam Cleaner or combinations; Team Oriver;.Slurry Truck,Driver orLeverman{Tireman GROUP 2: Flaherty Spreader Driver or Leverrnan; Lowbed Equipment, Flat Bed Semi-trailer, Truck and Trailers 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; Water Wagons (rated capacity)- 3,000 to 5,000 gallons; Dumpsters or. similar equipment, all sizes; Transit Mix and Wet or Dry Trucks, over 5 cu. yds, and including 7 cu. yds. GROUP 3: Dump Trucks, side, end and bottom dumps,including Semi Trucks and Trains or combinations thereof: over ~o cu. yds. and including 30 cu. yds.; Transit Mix and Wet or Dry Mix Trucks, over 7 cu. yds. and including ~~ cu. yds.;Truck Mechanic c Welder - Body Repairman; Water Wagons (rated capacity) - 5,000 to 7,000 gallons. GROUP 4: Dump Trucks, side, end ,and bottom cumps, including Semi-Trucks and Trains or combinations thereof: over 30 cu. yds. and including 50 cu. yds.; Transit Mix and Wet or Dry Mix TruCKS, over ~~ cu. yds. and including ~5 cu. yds.; Water Wagon (rated capacity) over ~O,OOO,gallons to ~5,000 gallons GROUP 5: Dump Trucks, side, end and bottom dumps, including Semi TruCKS and Trains or combinations thereof: over 50 cu. yds. and including 60 cu. yds. ,.. GROUP 6: Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains of combinations thereof: over 60 cu. yds. and including 80,cu. yds. GROUP 7. Dump Trucks, side, end and bottom dumps, including Semi TrUCKS and Trains or combinations thereof: over 80 cu. yds. and including ~Oo cu. yds. o ---------------------------------------------------------------- o "...-....~~~_~"V<OV~ )) : o l o ..... ~ [] _.,~~ I o () 32>< ~ [J ~ - --.1 z <( . :I:~ ~a:i o:~ <(::> "'U -'0 ~o ff3~1 -'~ Cf)u. -0 "'>- ~~ <(- 0:-' u.<l: cn::> _0 :J:", ~:J: Z~ j:o z~ w w ~::> ~CJ UCf) 0- o!:: w'" :J:u ~- !:!:b z wen u- -:J: 13" Z r o o I I ( I J " I I I f I I , I I I I I I I l o ~~.h.-~ o o .. * TEAM0174A 06/01/1995 Rates Fringes CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, AND ~TCOM COUNTIES TRUCK DRIVERS; GROUP 1: GROUP 2: GROUP 3: GROUP 4: 21.59 21. 01 19.25 15.85 5.91 5.91 5.91 5.91 TRUCK DRIVERS CLASSIFICATIONS GROUP 1 _II A-frame or Hydra~ift" trucks and Boom trucks or similar equipment when nAil frame or "Hydralift" and Boom truck or simi~ar equipment is used; Buggymobi~e; Bu~k Cement Tanker; Dumpsters and similar equipment, Tournorockers, Tournowagon, Tournotrailer, Cat DW series, Terra Cobra, La Tourneau, Westinghouse, Athey Wagon, Eucid,Two and Four-Whee~ed power tractor with trai~er and similar top-loaded equipment transporting material, Dump Trucks, side, end and bottom dump, including semi-trucks and trains or combinations thereof: 16 yds. to 30 yds. capacity. Over 30 yds., $.15 per hour additional for each 10 yd. 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 (3000 gallons and over capacity) . GROUP 2 - Bul~ lifts, 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, Euc~id two and four-wheeled power tractor with trai~er and similar top-loaded equipment transporting material, Dump trucles, side, end and bottom dump, including semi-trucks and trains or combination thereof: Less than 16 yd. capacity; Flatbed (Dual Rear Axle); Grease Truck, Fue~ Truck, Greaser, Battery Service' Man and/or Tire Service Man; Leverman and loader at bunkers and batch plants; Oil tank transport; Scissor; 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 (single real axle); Wrecker, Tow truck and similar equipment: GROUP 3 - Flatbed (single rear axle); Pickup Sweeper; Pickup Truck. (Adjust Group 3 upward by $2.00 per hour for onsit:e work only) GROUP 4 - Escort or Pilot Car WA950001, MOD 13 = )I o 33 -- -- L1~ .....-.u........~ ---Lt:.. fllJ I o o !l""] r;)" 'v' ~ I '-.Jill'.... ' '", ii1 ........ ~ ~ 'lI8Im z <( . :I:~ ~15 a:~ <(:::> UJu ...Jo ~o ff3~j ...J~ cnu. -0 w>- :2~ <(- a:...J u.<( !!1a :I:UJ ~:I: Z~ j:o z~ w UJ :::;;~ ~o Ucn 0- o!:: Ww :I:u ~- !:!:13 z wen u- -:I: 131- Z y o o l o o .. HAZMAT PROJECTS Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in addition to the classification working in as follows: LEVEL C: +$.25 per hour - This level uses an air purifying respirator or additional protective clothing. LEVEL B: +$.50 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical "splash suit." LEVEL A: +$.75 per hour - This level utilizes a fully- encapsulated suit with a,self-contained breathing apparatus or a supplied air line. ' I l I I I I I I t I I I ( ( f ZONE DIFFERENTIALS Zone pay will be calculated from the city center of the following listed cities: BELLINGHAM CENTRALIA RAYMOND OLYMPIA EVERETT SHELTON ANACORTES BELLEVUE SEATTLE PORT ANGELES MT. VERNON KENT TACOMA PORT TOWNSEND ABERDEEN BREMERTON TRAVEL - Zone A - o - 25 miles - Free Zone Zone B - 25 - 45 miles - $ .70 per hour. Zone C - Over 45 miles - $1. 00 per hour. *TEAM0760C 06/01/1995 Rates Fringes COUNTIES FROM THE TOP OF THE CASCADE MOUNTAIN RANGE EAST: ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, AND YAKIMA COUNTIES TRUCK DRIVERS (ANYONE WORKING ON HAZMAT JOBS SEE FOOTNOTE A BELOW) ZONE 1: GROUP 1 16.59 5.66 GROUP 2 19.03 5.66 GROUP 3 19.13 5.66 GROUP 4 19.43 5.66 GROUP 5 19.53 5.66 GROUP 6 19.69 5.66 GROUP 7 20.17 5.66 GROUP 9 20.47 5.66 Zone Differential (Add to Zone 1 rate: Zone 2 - $2.00) BASE POINTS, Spokane, Moses Lake, Pasco/ Lewiston Zone 1, Zone 2. 0-45 radius miles from the main post office. 45 radius miles and over from the main post office WA950001, MOD 13 )') o = o 34 i [] I o o ~32 >< l~ t'j '# k,*~ ..... z <( . :r:~ ~15 0::2.- <(~ LJ.Ju -'0 uo cnw ff3 :I: I -'~ enu. -0 w>- :::;;~ <(- 0:-' u.<( !!15 :I:w ~:r: Z~ j:o z~ ww ~~ ~o Ucn 0- o!:: Ww :I:u ~- ~13 z wu) u- i=~ o z r o o l - I J ( I I I I I I I I I I I I I o .diQIJI o o .. 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); Seeder & Mulcher; Stationary Fuel Operator; Tractor (small, rubber-tired, pulling trailer or similar equipment) GROUP 3: Auto Crane (2000 lbs. capacity); Buggy Mobile & Similar; Bulk Cement Tanks & Spreader; Dumptor (6yds. & 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); Tirepersoni Transite Mixers & Truck Hauling Concrete (3 yd. to & including 6 yds.); Trucks, side, end & bottom dump (under 6 yds.); Warehouseperson (to include shipping & receiving); Wrecker & Tow Truck GROUP 4: A-Frame; Burner, Cutter, & Welder; Service Greaser; Trucks, ~ide, end & bottom dump (over 6 yds. to & including 12 yds.); Warehouseperson; Water Tank truck (0-8,000 gallons) GROUP 5: Dumptor (over 6 yds.); Lowboy (50 tons & under); Semi- Truck & Trailer; Tractor with Steer Trailer; Transite Mixers and Trucks Hauling Concrete (over 6 yds. to and including 10 yds.); Trucks, side, end & bottom dump (over 12 yds. to & including 20 yds.); Truck-Mounted Crane (with load bearing surface either mounted or pulled) GROUP 6: Flaherty Spreader Box Driver; Flowboys; Fork Lift (over 16,000 lbs.); Dumps (Semi-end); Mechanic (Field); Semi- end Dumps; Transite Mixers & Trucks Hauling Concrete (over 10 yds. to & including 20 yds.) ; Trucks, side, end & bottom dump (over 20 yds. to & including 40 yds.); Truck and Pup; Tournarocker, DW's & 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) GROUP 7: Oil Distributor Driver; Transite Mixers & Trucks Hauling Concrete (over 20 yds.) I Truck, side, end & bottom dump (over 40 yds. to & including 100 yds.) GROUP 8: Trucks, side, end, and bottom 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 addicon to the classification working in as follows: LEVEL C-DI - $.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. WA950001, MOD 13 35 : o ~ ..-' - All. ---- ~, ~ [J ~......-..'..~... -...'"-- I o l> ~,~ 1,'"",1 l,.'"] I') ..) .y" ".~ I .....i 4"" ,; .... ~t h,~.. JIlQI-:" -. ~t:&~ o J;1a.:;:.;t"fdE;o o .. I I z I <( . :I:~ ~15 a:::z.. I <(:;> Wu -'0 ~o cnW, J w:I:, -'~ cnu. -0 w>- I ::;:~ <(- a::-' u.<( cn~ _0 I :I:w ~:I: Z~ ;::0 Z~ I w UJ ::;:~ :;>0 Ucn O- f o!:: Ww :I:u ~- !:!:13 I z wen u- -:I: 131- I Z I "'l I r 0 I I I 0 I I I l 0 NOTE: Trucks Pulling Equipment Railers: shall receive $.lS/hour over applicable truck rate WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5 (aUJ.) (v) ) . In the listing above, the "SU" designation means that,rates listed under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. END OF GENERAL DECISION WA950001, MOD 13 o ) =- 36 ~ [J I o o 32 >< ~ 0 r- ,- z <(' :I:~ .....15 ~~ Wu -'0 Uo ~~ ~~ cnu.. -0 ~~' ~::; u.<( !!15 :I: u' .....:I: Z~ j:o z....., ~!:!31 ~ 0\ Ucn 0- C I-i w~1 :I:U' 1-- ~13 Z, ~!!11 -:I:i 13 '"' I Z ; I ';T" , , i j 0' o c .. o o f? Wausau Insurance Companies Bond Department 8905 Southwest Nimbus Avenue Suite 300 Beaverton. Oregon 97005-71 S9 503-626-4100'1-800-424-0054 Bruce Laurie Project Manager JEFFERSON COUNTY Department of Public Works Post Office Box 2070 Port Townsend, Washington 98368 Contract for Material Supply, Emergency Restoration Upper Hoh Road Washout County Project No. XOI244 Dear Mr. Laurie: XD 1'4 '!-<{. .~~T ~~I\J~ ~WAUSAU ~ NATlOl'IWlDE-INSlIRAtICE GROUP rRECEfVED :. MAR 2 1 1996 JEFh::N6ui\I COUNTY PUBLIC WORKS DEPT. This is to confirm that the captioned Contract (copy attached) between Jefferson County and Seton Construction, Inc. has been received by Employers Insurance of Wausau, a Mutual Company, and that Contract Bond No. 2350 30 052482 (for faithful performance of this contract and payment of all obligations of Seton Construction, Inc.) has been executed in accordance with the provisions thereof. Sincerely, EMPLOYERS INSURANCE OF WAUSAU, A MUTUAL COMPANY ,,",-- cc: Bruce B. Seton President Seton Construction Patricia D. Wakem Senior Bond Representative Wausau lnsurance Companies - .~ .fj'" ,,' " - '~\' "'1'- o I o o C).~ " ,'," 32Xlo .- z <(' :I:!z .....w ~~ Wu -'0 Uo cnw ffi:I: -'~ en u.' -0 ~~ ~::; u..< !!15 :I:w .....:I: Z~ j:o z~ WW1 :::E~, ~ 0, Ucn 0- o!:: ww: :I:u ~- ~13 z tj!!1 i= i:i o 01 Z , ',T.. I i 1 o o :.:: ;S o ill IT: ;S IT: :ti 0.. 0.. <( ~ o z CfJ ill o o ~ Z ill ::;: ill G~ Zt? CfJ Z~ a:"" ::c:x: >- UJ Z IT: o ~ u.. o f:fi ;;: f2 o ::; g; <( ~ o z !a CfJ r ~ ( w- o o .. fl EMPtaIERS INSURANCE OF WAUSAU A POWER OF ATTORNEY (1,.,. 223-219- 00069 Mutual Company r , KNOW ALL MEN BY THESE PRESENTS: Thallhe EMPLOYERS INSURANCE OF W AUSAU A Mutual Company, a corporation duly or~nnized and existing under thE." law8 of the State u( Wisconsin. and havinlC its principal oftice in the City of Wausau. County of Marathon. State of Wisconsin. has made. constituted and appointed. and does by these presents make. constitute and appoint P.D. DINEEN its trut' and lawful attorney-in.fact. with full power and authority hereby conferred in its name, place and stead, to execute. St'al. aeknowledl(e and deliver ANY OR ALL BONDS. UNDERTAKINGS. RECOGNIZANCES OR OTHER WRITI'EN OBI./GATIONS IN THE NATURE THEREOF INCLUDING CONSENTS OF SURETY AND WAIVERS TO THE CONDITIONS OF CONTRACTS. NOT TO EXCEED THE PENAL SUM OF TEN MILLION DOLLARS ($10,000,000). ....- and to hind tht' cflrporation therphy as fully nnd to the samp extent RJol ifsuch hondR werE" 8iR'ned by the President. sealed with th(. curpnratt. s('al uf thl' corporation and duly attested by itRsecretary hereby rntifyin", and confirminR' all that the said ntlnrnt'y.in.fuct may do in the premitu.'s. Thi~ pUw('r nfnUnrney is Jernnted pursuant to thl' fnllnwinJ.( resolutinn ndop(t'd by thf' Board ofJ)irectorsofsaid Company at n mt.ptinJ: duly cnlh.d and hl'ld nn th(' IRth day of May. 197:1. whit'h resulution is still in effect: "RI-:ROLVI-:Il. thatthl' President nod I1n~' Vice President - electiv(. or appointive ~ of EMPI.OYERS INSURANCE OF WAllRAIJ A Mutunl Company Ill', and that (Inch nfthl"m ht'rl"hy is. authorized tn execute powers ofattorneyqualifyinf( thp aUflrnt..y named in th(' J.(ivpn pOw('r of attorney tn eXl"cute nn t1l'hnlfof EMPI.OYER~ INSURANCE OF WAUSAU A Mutunl Compnny hunch~, undertnkin/ol'8 nnd all cnntracts nfHutl.tyship; and that any Hecretnry or assifltant secretary ht>, nnn that ('m'h fir nny uf tht'm h('rf'hy is, authorized tn attest the t'x('cution flf any such pow('r of attorney, nnd to attach th"".t" th,' senl "f f:MI'!.OYEIlS INSUIlANC~: OF WAUSAU A Mutunl C"mpany." "FlIRTHER R~;SOl.V~:I>, Ihlll th.si~nnturesllfRueh IIffieerR nnd the seal "n:MPLOYERS INSURANCE OFW AUSAU A Mutual Cllmpnny mny h.. nrfi)uon tn nny su('h pnw('r nf nttllrm'~' IIr tll tiny certifit'ute rt'lntin~ thereto hy fncsimile, and nny tlUC'h pn'A'I'r nf nltllrm'y Uf C'l'rtifh-ntp' h('nrinJ.( such fn('~imilt. HiunntUtl'8 nod fa('Nimile twnl Nhall he valid,and bindin/ol'" upun tht, EMPI.OYEHH IN~LJH^NCJo: OF WAURAlJ ^ MutunJ C'umpnny wh('n Nfl nffixed nnd in the futurE'with respect tll nny huncf. undNlnkinu e1r C'untrnC't of HUrl.tyship In whit-h it iN nttnC'hecl," IN WITN~:HH WII~:llf:()F, ~:MI'I,()n:HS INHlIHANC~: O~' WAlIHAlI A Mutunl ClIml'nn~' hnseaused theRe preRents tll be signed by the vice president and attesled by its assistant secretary, and its corporate seal to be hereto artixed Ihis 1 ST day of ---,",PRTT, .19......9lt.., ~II EMPLOYERS INSURANCE OF WAUSAU A Mutual Company ~y By /-.~~~ -, if' ./ .L-- J. Stephen Ryan Allest: A a ~ -- R. J. e(steman"" Assistant Secrclury STAn: (W WISCONSIN ) ) RH. COllNTY OF MAIlATIWN I On this 1ST day or APRIL , 19....2!L.. before me pellooally come J. Su:phen Ryan ,Iome kno.....". who being bt me duly sworn, did dC\ij;Sc ~~c~W~; ~~~e~;":~:i:~1~: g~ ~~eo~~~;~rl~~~J~~Ou,;,~I~~: g~, ~~:t.'tn~e~~t:~~CI~';:='n:~~ ;~C~::'~~~::;~~dl3.::'I~ :asl~~ afnxed by order of the BOArd of Directors of laid corpomdon Md IhIIl he signed his name chereto by like order. I~ WITSFSS WUt:HHlP.1 hu\'c hcrllunlil",cl my hand und uffixed my IlITicilt1 seulthe day ltnd year herein first nhove wriuen. Vice President ~-;C';;J a. J~ Putricia A, Klemun NOTARY PUBLIC HTAn: OF WIH('ONHIN I STATE OF WISCONSIN ('1'1'" (lI>' W AlIHAlI I HH, MY COMMISSION EXPIRES MAY 29, 1994 ('OllN'I'Y Ill>' MAIlA'I'II0N I CERTn'ICAn: l. 1111' unrl,'rHIl(n.'<I, ilHHiHlilnt H"""'lHry "r ~:MI'I.()n:IlH INHlIIIANC~: (W WAUSAU A Mulilill Cllmpanv, /I WiReonRln ('lJrpflrllliun, du hl'rl'hy l'l'rlif~' Ihul I}W rflrl'UlIlnu nnd IlUI\C'hllCi Illlwe', IIf ntlllrnt'Y. WHICH. MUST 'cONTAIN A V Al,lIlATINn H'I'A"~:M~:NT I'IUNT~;() IN TH~: MAIHlIN TH~:R~:OF IN R~:lj INK. remnlnRln full fllre. nnd hll. nol ht,t'n rt'\'lIk,'cI: llfHI rurth,'rmllrt. thlll Cht'rl''''f1lulilln ,,(thl' Hflllrcl nrlHrN'll1rH tU't (IIrth In tlwllUWl1rll(nltllrnry 1M Rtlllln force. Hhml.tlnnrl Hl'lIl,'d In If", City UrWnuKllu. MlIrnlhun Cnunty, Rtnl(' nrWIHco""ln. thiN 19TR dny "r ___HAR~!!..._____, I!I!.~, A J ~ (p.::...;~ ,.-,/ - ~ Ii'A ~ R, J, 1I....mnn A"ISlant S.crelory "ii.::..."I I Gl o NOT~:: IF "(I{I "AVI': ANY l/m:H'I'IONH 1l~:nAllIlINn Tm: VAI.IIl11'V 011 WOIlIllNO 01>" THIS POWEll 01' A'I"I'(lIlN~:Y, ('AI,I, TOI.I. 1"Il~:~: IHII/II H~II'llIIII, tiN WIH('ONHIN, CAl,lolHUIIl 47~,Un41), o ~' F'>-':.-' , 0." .. , ""~~.'^,,, ,;,,~- " ~iMtiillit.lll 320?<.1[] : ,",:0' .", ~.-.....- ~.,;;;,......... ... ..~ t. oI~""m l~ 1("---;' ~,.. .:, .'. .,. .' -" - ",..,'''' "','" ,.",~".' z <(' :1:..... I-ffi o:~ i1i~' -,U uO en ~~ ~i= enu.. -0 ~~ ~::; u..<( !!15' :J: ' .....~ z..... j: 0, z....., ~~j :::I 01 uV) 0-' c....1 UJ wi i= ~i u..o: -z: .. , UJ tn, ~~I o " zl 'T"'" \ o r ! . X 0 (Z.<I-<{- 'l " /1J5c-J<44yJc.r.r I-/I'fT1'!iI!II""t.- ..,v;'l'v-( 4640 South Discovery Road Port Townsend, Washington, 98368 Telephone: 360 I 385-0213 Fax: 360 I 385,0301 Bruce Laurie Jefferson County Dept. of Public Works P.O. Box 2070 Port Townsend, WA 98368 Re: Upper Hoh Rd. Park Boundary Washout FA No. ER-9601-(002) Contract No. SA-2784 Dear Bruce, Attached are three original Certificates oflnsurance listing Jefferson County as an additional insured per the contract specifications. Contract Bonds have been requested and will be forwarded upon receipt. I will be submitting the Intent to Pay Prevailing Wages form and will send your approved copy when received. Sincerely, \ ~~ ~v L2s~~ RECEIVED ,V-,>\ . '",':':r..',,-'.' J. 'I," ,,' ;', ";., " j '.' ~.'.; >1 \ ,,,,,,,__,"""~'- "I,. ; ", '! ~ I " j .32"X.I,'E):,1 c"" '--' ';-:,-'I"","'l"; MAR 1 5 1996 JEFFERSON COUNTY PUBLIC WORKS DEPT, I (1) o " '2~" ~ '.' ,,' ",', .. , " "?~'l!)f q..' ... ,:....", f. I.'" ,0 ,.... '.," ..' ....'1'"\,,,. r' '. , r:m"'~~~l r"'J 1 f 'I:! ~J ~ < "':r~"lL, 'I' ," ;; ~' :; 3~i,rr,: '.Y;-,; , j'" ~ ,n.' .- z <(' :I:~ ~15 ~~ -'u uO cnO enW w:I: -'~ cn u.' -0 ~~ ~::; u..<( !!15 :I:w ~:I: Z~ ~~, WW' ::E~'ll =.10 g!!1 o !::' wwi :I:U! ~- !!:13 z, wcn' u- i= ~I o t Z '< o o .. ""'I~!~!!!!!: PRODUCER 9:222-A silverdale Way N.W. Silverda1e WA 98383 COMPANY A NORTH PACIPIC I!.,SURANCD COHPANY INSURED SB'l'ON CONSTRUCTION, INC. 4640DISCOVBRY ROAD PT TOWNSBND WA 96368 COMPANY B COMPANY C COMPANY o I INDICATED, NDlWlTHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY SE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONOITIONS OF SUCH POUCIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAlO CLAIMS. CO LTR I A j aENERAL UABIUTY r--'1 WL.1 COMMERCIAl. GENERAL UABIUTY L._'n CLAIMSMAOE [!J OCCUR ~=r;;:NER'S & CONTRACTOR'S PAOT 1'1 POUCYEFPECnVI! POUCYEXPlRATJON DATE (MMIODIYV) DATE (JIMJDDM') UMITS TYPE OF INSURANCE POUCY NUMBER GENERAL AGGREGATE S PROOUCTS . COMPIOP AGO . PERSONAL ~ AOV INJURY S EACH OCCURRENCE S FIRE OAMAGE (An en. lira' .$ MED EXP {An on. perlOn $ 2,000,000 1,000,000 1.0l)C!..<_~ 1,00.0,000 5~.!.~O 5 000 10/30/95 10/30/96 C06 102528 A I AUTOMOBILE LIABILITY ~-~.\ ::::~DAUTOS r~. --. SCHEDULED AUTOS ~_ HIRED AUTOS "-I NON,OWNED AUTOS f--..-j ~-_._- I' ~RAaE LIABILITY ==t ANY AUTO 1'-.1.-.--.---- 1 EXCESS LIABILITY r'~1 ~--.l UMBRELLA FORM : OTHER THAN UMBRELLA FORM I WORteERs COMPENSATION AND EM PLOVERS' LIABILITY I J ~~~::EC::Jj:f)l~~TIVE INCL I OFFICERS ARE; EXCL i OTHER COMBINED SINGLE UMIT 1,000,000 C06 102528 10/30/95 10130/,. 800U. Y INJURY (P.r p.raonl BOOILY INJURY (P.r .ccld,nt) PROPERTY DAMAOE AUTO ONLY. EA ACCIOENT . O'!'.tfEA TUAN AUTO O...~LY: EACH ACCIDENT ~ AGOREOA TE . ~.t!~9!:'!'!l~E!..-_ I AQOReQA~E I I BTATUTOHY UMIT8 I!~~J!~!.-_~__.._ _~___.___ DISE1l!!:!<:Lugy_~!!..__ ~________ DISI!A8E ,I!ACH EMPLOVEE I DESCRIPTION Of' OPEnAT10N8/LOCATIOH8/vIHICLI!8lBPICIAL ITlMS COm'RACT NO. I:JA-2194/UPPBR nOli RD. PARK DO..JNDAAY CER'I"II',ICATE.,HC!LC!EII'iYt'V;i,:'i;I, M[::';~'in!1;{:j:N:~J;:~~::;{j~:V~\CS~."~~"IOt:l.jwiW~r~0i::{MMf~;;li$:r;,~j!(:~t~'ljW~};!jlt1f:{U(:WjH:~~JNi!:~~~~M~m~ti:~f!~!\1;~;':i;l\1!~!:1;i~ IHaULD AIIV a, TIll AlaVI DIIC"I.ID ,DUCIII II CAHClLUD .I,anl Till up/nATlaH DATI TIIIAla" THI '"IUIHa caM'AHV WILL INDIAVan TD MAIL -1Jl. DAW W"lnIH HDncI TO THI CI"n'laATI HDLDI" NAMID TO THI Lln, aUT 'AILU"" TO MAIL IUCH Hanel IHALL IM'DII Ha alLlDATlaH an L1AaIUTV 0' ANY KIND UI'ON TU' aOM.-ANV '1'8 A.O'Nn OR nIPn.IINTAnv.s, ~llDJ ID "",n"IHTATIY" I o o ;;D}1:~j::{: ){(::~k k)::~m};:! .1BPPDROON COtMl'Y DDPAATHDtrr OP PUDl.IC WOllKR PO BOX 2070 PO~T TOWN/JRND W^ 1IA3118 ^C6RD,2tl-~' 3;8:!':'.' ii": ::,:,;~;:~~':.:>; :..::,:f;~):::M:HR1.)i'~::~~/ :N',n:i;i~N;n;Xjt'~1~r~~1:~:t)\~.'~:'i ;~:i ,.,; I!'..'); i:.;': i:; ,:.~.: '.~. " ::'~~iliiliU\!~l'l1ii,;~~'!!:Wi'If."'COFlb(dbRP.ORl'j'j6fiillgj: """";:"":'~""," ,32>< 10' o " ~: " ,C) I ~~ ':5~~~~1:~f::J:\,~;22:;~;'::'::::~T;,:r~' 10:, : ,~:>:: :~:-,::",:!'~ :.::: :,,':,> '::' /' :,' ,: ::,: ":,:",,,.':, '.'::!'\' ': :~' \i,.! ',::,':,,~' ::, :I,~ ~~ ',:,I:~ : /,'/. ~!:""i:I:! ,\,~' 'I;' ".:1,:,.:\;:,,:<'::,;:' pi :,:, \:;:',:::;: /':'~:',;-' :,:":~~:~~',:~t~:'-:; I , ::'''::;, ;, ,:' ~;f;(::',:;::: ;,.':, ,,' :':'::: ;'; :,\':':<: ':, ' ,-' z <(' :I:!z .....W ~~ -'u uO en 0, enw w:I: -'~ enu.. -0 ~~ c2::; u.<( !!15' :I: . .....~ z..... j:o Z 1-, ~~I "" o,j ~ ; g!!1, ob ~~! tz ~: _0; z, wcn: U-1 -:I:' ..... 1-' ~1 J o ;(,' 0 0' .. -.-,....,;:.,.-,:.....:.,-" rOUCYNUMBER: COG 10-25-28 /r.. " ti:. :.....;~ THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. LIAUILlTY CG20 10 1093 ADDITIONAL INSURED - OWNERS, 'lESSEES OR CONTRACTORS (FORM ~ Tllis endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: JEFFERSON COUNTY DEPARTMENT OF PUBLIC WORKS gf no entry appears above, Information required to complete this endorsement will be shown In the eclaratlons as applicable to this endorsement.) , WHO IS AN INSURED (Section II) Is amended 10 Include as an Insured the person or organization shown in the Schedule, but only with respect to liability arising out of your ongoing operations performed for that Insured. ~ eG 20 10 1093 Copyright, Insurance Sorvlces Olllce, Ino" 1902 I,," __"'" .. '.',',".:-""-,'.',:,."::,",,.,-,.:.:::" ,..<;,-,;,-"..,'-:" ,-"'.'" , . '~ '......." i,:' i~,:~:<,:~~~~..': ""~'~'.. 'o~ ", ,,,,, " , , I o o [ ,- z < . :I:~ ~15 a:~ <(~ Wu -10 uo cn ' cnW w:I: -'~ cn u.' ~o! :::;;~ ~::; u.< !!15 :I:w ~:I: Z~ j:o z~, wWi ~5\ Ucn 0- o!:: Ww :I:u ~- !!:13 z wcn u- i=~ o z ,T '" o o ~,. c. 0 r- o o .. \ ( ~~:"~~i ~ ~:~;~ 7) ~,,~~ , ',r ,f"'~ 'l..), JEFFERSON COUNTY DEPARTMENT OF PUBLIC WORKS P.O. Box 2070 1322 Washington St. Port Townsend, WA 98368 (360) 385-9160 Klara A. Fabry, Director/County Engineer To: Seton Construction, Inc. 4640 S. Discovery Rd. Port Townsend, Wa 98368 Date of Award: Project Title: March 11, 1996 Upper Hoh Rd. Park Boundary Washout, Material Supply ER-960 1-(002) SA-2784 Date: March 11, 1996 FA No.: Contract No.: This letter is to advise you that the contract for the above referenced project has been awarded to your firm at your bid price of S2Q1.14ll. ' This letter shall become a contract specification at the time of award. It is the policy of the United States Department of Transportation and the Jefferson County Department of Public Works that Disadvantaged Business Enterprises (DBE), as defined in the specifications for this contract, shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with federal funds. Consequently, (el(~ept as specifically provided in the specifications for this contract) the requirements of 49 CFR 23 apply to this contract. As contractor, you are agreeing to ensure that DBE as defined in the specifications of this contract have the maximum opportunity to participate in the performance of this contract. In this regard, you are obliged to take all necessary and reasonable steps in accordance with 49 CFR 23 to ensure DBEs are informed of this project and given equal consideration in awarding of work. You are legally bound not to discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The award of this contract was made with the understanding that you will be subcontracting the following bid items to the firms as indicated: Suhcontrnctor llliI.l.ll:Im , Subcontractor Approx Amount Bid Proposnl Amount None None None None Attached are three originals of the Contract documents. Please execute all three Contracts and Contract Bonds on the forms provided, at the locations indicated. Also, submit all certificates ofInsurance as detailed in the Specifications and Contract Documents. Please retum all three originals to this office for execution by the Board ofCoanty Commissioners as soon ns possible and not more than 14 days from the Date of Award (Mareh II, 1996). After the Commissioners have executed the contract the County will retum your copy of the fully exeeuted doeuments. ~~ere~ ~~ cc: Steve Palmen, Olympic Trnnsaid Engineer 100% Recycled Pepor f '$.(11'.) . ''t"\;~,'.:f0~J~:,I~~'1,}.':',:}:~;,,_-:,\ \ " , '<_\ ''''''''',''J:~''iP,~'''"~,,:\,, ", ~';;'I "(',,"" t." ) r I o o 32X 10 . - z <(0 :I:!z .....W ~~ Wu dg en ' VJW w:I: -'~ (J) u. ' ~o :!!~ ~::; u.<( cn~ _0 :I:w .....:I: zt- ~~, ww' :!!~,i ~ 0,' Ucn 0- o!:: !i!~\ .....-, ~b: z wcn. ~:i:; ..... ....1 0,1 z , ~.r~'~"" v I \ o 10 ,( ~ 0 o c STATE OF WASHINGTON County of Jefferson ficg;~:J/; /'h R~Tro.v.::1 ' IN THE MATIER OF ACCEPTING BID FOR SUPPLYING MA TERrAL FOR UPPER HOH ROAD PARK BOUNDARY WASHOUT PROJECT, XOI244 } }RESOLUTlON NO.~6 } } WHEREAS. Jefferson County Board of Commissioners on February 26, 1996 called for bids for the above mentioned project, and; . WHEREAS. due notice of the call for bids was given as required by law, and; WHEREAS, two bids were received and opened during public session on March 7, 1996 at 3 :30 p.m., as shown in the attached bid tabulation, and; WHEREAS. it is in the best interest of the people of Jefferson County to select ,the most responsive of the two acceptable bids, now theFefore, /TIS HEREBY RESOLVED, that the best and most responsive bid was submitted by Seton Construction, Inc., for a total bid amount of $207,340.00 and that this bid be accepted and /T IS FURTHER RESOLVED, that the specifications and contract documents in their entirety as included in the bid paekage, are part of this bid acceptance. APPROVEDANDADOPTEDthisu.!dayof711M.~h J99~ JEFFERSON COUNTY BO SIONERS SEAL: ........ ATIEST, Lorna L. Delaney Clerk of the Board :..;..:]::::i , -~....~ '~'""17~ "",e I:M.' ,'I.t.l..," ~,,':;'-':ri;,',',," _ ,. ".," : ,',:,icl'/Nlh, ....,.\:.."...,.,.....e'''... -', ,', '-";"., ~,,"j. 1 .:.,.' -'.........~ 10 ~~!'i\I(".-:'~.,;\:: I e o 32 X 10 i"~_~~IIt-"'*< 'L~:,... po-- "'\ - "IT - o o .. z <(' :I:..... .....15 ~~ wu -'0 UO' en ' cnW w:I: -'~ (/) u.' -0 ~~ ~::; u.<( !!15' :I:w .....:I: ZI- ~~I wW1 ~5'1 Ucn 0-' o !::I WW' -Ul i= i=: !::Ol Z' ~!!1i 13 ~I Z , :(- 0 c ~ o tf;1/.J /-14.J ~ JEFFERSON COUNTY DEPARTMENT OF PUBLIC WORKS \ P.O. Box 2070 1322 Washington St. Port Townsend, WA 98368 (360) 385-9160 Klara A. Fabry, Director/County Engineer DATE: March 11, 1996 TO: Board of County Commissioners FROM: Klara A. Fabry, Director/County Engineer ;:.1)-+ . SUBJECT: Recommendation for award of bid for Material Supply, Upper Hoh Road Emergency Restoration County Project No. X01244 The Public Works Department has completed checking the bid for the above referenced project and recommends that the contract be awarded to Seton Construction, Inc. of Port Townsend, W A for their bid of $207,340.00. 100% Rocyclod Paper '- ~~~,,' ~;=; .~ij~~~;~~ ~i~' ~'.: '~""oi r f ,:.10 ;;;- I o o i"_',i';;',.,,'1 :.:i""i~. :;",--"",'~w';- - ""''':::~:''ii~;,JdiLir,i''iM:i .i., 'j,'..:JM: ""',' ,.,.:....: 32x11:1: - ,,- z <(' :I:~ .....15 0::::;;'" <(~ Wu -'0 Uo en W', ~i= en u.' -0 ~~ ~::; u..<( !!15 :I:w .....:I: Z~ ~~, wWi ~5'\ Ucn 0- o!:: Ww :I:u .....- ~13 z wcn u- i=~ o z r" 10 o \,,, .C"- 0 -:-.. "'[ o o .. . . JEFFERSON COUNTY BOARD OF COMMISSIONERS Agenda Item FOR WEEK OF: March 11.1996 1. DESCRIPTION -- a brief description of the agenda item: Please include project, road, contract, grant, etc. number if one is available for the Commissioners' Index. Award of Contract to Seton Construction, Inc. of Port Townsend, Wa., for Upper Hoh Road Park Boundary Washout Emergency Restoration project described as follows; Upper Hoh Road Emergency Restoration County Project No. X01244 Federal Aid No. ER 9601-(002) County Road No. 914207 M.P. 11.81 to M.P. 12.13 II. ISSUES .. a short outline of the major issucs or areas that should be given particular attention: III. ACTION .- what is the nature of the action the Board is being asked to takc (discussion, approval of a contract, support for n grant, etc.)? You may also want to express the department's position or recommendation. Thc board is aslecd to approvc and sign thc Rcsolution whcrc indicatcd, and J'cturn onc (1) copy to Public works for furthcr proccsslng. ,~, , --;- ~.:..~2'~'~:'~ '~ c,. ....... :'.,,: I o o 32xlo .~ v I - o .- o .. o z ~~ .....15 o::z.; L5~ -'u uO en ~, ~i= vnu.. -0 :s~ ~::; u..<( !!15' :I:w .....:I: z~ j:o zl- wl!:!l ~1Sl ucn, 8 i;j' UJw :I:u ..... i=1 ~~I wcn' !:2 :Ej' 13""" z' BID TABULATION SHEET TIME 9:O!i AM ~TE 3/8/98 UPPER HOH ROAD PAIIIC IIOUNDARY WASHOUT B. Leurle X01244 ENGINEERS ESTIMATE SETON CONSTRUCTION BRUCH allRUCH AIRS KOlLMAN CONST. DEL HUR tHe MATERIAL SUPPLY 4840 s~ DISCOVERY RO 170<<5W. HWY 101 P.O. BOX 1 De P.O. BOX 11 HI BtD OPENING M<<ch 1. 1888 PORT TOYINSEND PORT ANGLES A8EAIlEEN PORT ANGLES ITEM A_OX. UNrr ITEM DESCRIPTION UNIT TOTAl UNrr TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL NO, QUANTITY 010 010 SID RID RID OlD OlD OlD RID OlD MATERIALS , 3 ACRE ClEARING AND GRUBBING ., 1500.00 .4 1500.00 N'A .0.00 '0,00 .000 115 000.00 .,.,( . 2 , 2000 C,Y. FUPR,AP CLASS V In 00 "158000.00 '13 72 "84840.00 '0.00 '0,00 " 8.2' ,,'" ( 3 ,8000 CV GRAVEL BASE ..00 '7' 000 00 ".81 US 9BO 00 '0.00 .000 12.25 I"'O! 4 '000 C,Y. QUARRY SPAUS . 0.150 .,0150000 "',72 .,3 720.00 '0.00 .000 "4215 . .' TOTAL 8243,000,00 '207.340.00 ONB '0,00 DNB '0,00 ' 028',~ ~r'~r"- " Bond: Ve. Retelnege: Vel LObbying: Ve. Bond:, Ve. RotalnaQe: YOI Lobbying: No .Revlewed BV: 4:-~ DEL HUn lNC P.D, BOX, "8 POfIT ANOLES , AOOm DNOIROVALmD , UNIT TOTAl OlD OlD .. 000.00 ". ' 021.93 0283 03,38 '80, .'B,'3 liB - TOTAL 03.7 o &' o ( o - ~" ,":"";:ii. ,...".,....,.:.:. >":;':';';"/";:\" ~-. ~;~ ,'. '.~~ ' ~2 xll:l o - c .. o z <(' :I:~ ~15 ~~ Wu -'0 ~-~q .' -,-,._....._'.~._~--- .-.._"---~_.~.,~....--...."''''...._...._.....--._~._..~_..... " ,.,.._,.....____._...'~.."'''___.,______~.._....._~'._H_ TIME 9:06 AM ~ TE 3/8/815 B. ....... ENGINEERS EGTIMA TE SETON CONSTRUCTION BRUCH . BRUCH ARAlS KOUMAN CONST, DEL HUR INC HILlCAA . FLETCHEJI PPLY 4540 S. DISCOVERY AD 17oeW. HWV 101 P.O. BOX loe P.O. BOX 111 e P.O. BOX 210 PORT TOWNSEND PORT ANGlEB AIlERlEEN PORT ANGlES FOAKS ION UNIT TOTAl UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAl UNIT TOTAL BlO BID BID BID BID BID BID BID BID BID BID BID S ., 500.00 '4 800.00 N/A .0.00 10.00 to.oo '5 000 00 '1500000 '0.00 '13.00 ., 58 000.00 '13 72 '1154840.00 '0.00 '000 '18.'>5 '1st5ooo.oo '0,00 '..00 t72 000.00 '1.tl1 128 990 00 '0.00 '0.00 12,'B .40 !SOO 00 '0.00 .1050 '10 &00.00 "3,', '13720.00 '000 .000 "4.'B .'. ,.0,00 .000 *243,000.00 1207,340,00 DNB '0,00 DNB '0.00 ' UB'.7BO,00 DNB '0,00 Bond: Yes Retalnage: Ye. Lo~bylng: V.. Bond: V.. Retalnage: Yo. Lobbying: No ~ DEL Hun INC P,O, BOX 11 Ie PoRT ANaLlB ADDm DNll ROVAUTIQ UNIT TOTAL BID BID .. 000,00 .,. 000,00 UU3 ".3 150,00 U.3. '.0 480 00 tI.,43 '18 430,00 TOTAL ".7 070,00 c .,' l~'" , JI. ,G~.'< o J f I I i ~ '9 ;i j$,' ;~ I' ',; it , l I i , I j o ~2xlD ,- z :2"': ~15 ~~ ~g ~o ffi~1 -'~ cnu.. ;;:;0, ::E~ ~::; u.<( !!15 i=~ Z~ j:o z~ WW, ~5, Ucn 0- o!:: Ww :I:u ~13 ::0: W"n U'- i= ::I: , 01- Z r o o C'-o' ~.. - o o .. ( o JEFFERSON COUNTY DEPARTMENT OF' PUBLIC WORKS )",.", '.:~;-"'. '.i:'.t,' 'Wi./ \, '~'Q':.;. " ,~~.,.... :..q; ,..~i;'T' ,/.:..,'jJ"'.....b, \ ,f' P.O. Box 2070 1322 Washington St. Port Townsend, WA 98368 (360) 385.9160 \ Kfara A. Fabry, Director/County Engineer MEMORANDUM To: All Bidders Bruce Laurie, Project Manage,~ .~ From: Date: March 6, 1996 Subject: Questions/Answers on Contract Specifications, Upper Hoh, X01244, Materials Supply Contract Questions/Answers 1. Is the sales/u~e tax on the royalty paid by the county directly or does it have to be Included In the bid? Does It apply to the rip rap as manufactured rock and to the gravel base as naturally occurring materials? - Included in bid per section 1-07.2 (I) of the standard specifications, and the special provisions "state taxes", page 9. - Although the county has information regarding the applicability of various department of revenue rules, it is up to the bidder to determine his or her tax liability and include it as appropriate in their bid. 2. Under time for completion, page 30, If the contractor Is required to produce and load materials on longer working days and/or weeks, will the required overtime be eompcn.'illted by the county? - Not directly. The special provision provided was intended to inform bidders of "anticipated" work schedule, but that the actual work schedule will be dictated by the various working conditions at the site at the time the work is being performed, and that the material will available to the contracting agency additional hours or days as needed. The bidder is directed to the sentence in this special provision: "Thc contractor shall be responsible for adjusting his forces, equipment, and work schedulcs to assure the contracting agency has adequate material to met the projects needs." The various bid amounts arc intcnded to include any changes to work schedulcs that may bc neccssary by the contractor. 100% Recycled Popor -- O(l~ '.,'>\0,....; ''t.,." r , ~J'l1 I 10 v I o o 32 X 10 .. .:'..~~..'~-.". C't () z <( . :I:..... ~15 ~~ Wu -'0 uo cn ' cnW w:I: -'..... cnu.. -0 ~~ ~:::; u..<( !!?5 :I:w ~:I: z..... j:o z....., wwt == ~I ~ 0' U en, 0-, Ct::l wwi i= ~i ~ 13! z: .. I ~!!1: i= ~,\' o , z , J Page 2 Questions! Answers March 6, 1996 3. Is there a pit development plan that has to be followed for the DNR pits? Is there a reclamation plan? Is the contractor responsible for reclamation? - No development plan. - No reclamation plan. - Contractor is responsible for all reclamation. The contract will follow Section 3.03 of Standard Specifications. 4. Please clarify page 31, Hoes 2S and 26 as they apply to the paragraph. - The sentence is changed to read: "For contractor provided pits and quarries and fw: the Tower Creek Quarry c1earini and erubbinl1 shall be included in the unit price bids submitted for supplying the materials specified. " 5. What Is the method of disposal of clearing debris Cor bid Item #1, clearing and grubbing, for the H-3900 Pit? For the Tower Creek Pit? - The clearing debris may be burned on both the H-3900 and Tower Creek Pit, per Section 2-01.2 (1) of the Standard Specifications. 6. W1l1 there be clearing limits set for the pits? What Is to be done with the stripping material? :re<' j io - Clearing limits will be set for both the H-3900 Pit and Tower Creek Pit. - Stripping material in the H-3900 Pit will be placed back on the reclaimed slopes. Stripping material in Tower Creek Pit will be stock piled at an approved location per Section 3-01.2 (2) of the Standard Specifications. I 'I I e o ",0 i~-o-' " '" ~,: ":':";:.;,/;~~i ."':.::~,l~t'I;;:;n",'~:';;::/':.i:;~~:':i/')!ly~I,: "",-'>, . . , , '.,': " "I" " ".: i,' ",-'" :' ! : ,'.a", ' " '. , " _0, ,-",',; , J'32 x. 'Dr CJ o JEFFERSON COUNTY DEPARTMENT OF PUBLIC WORKS Z <I: . :I:~ ~15 a:~ :5 ~, -,u uO (/) 0, cnW w:I: ..J~ (/)u.. ;;:;0 ~~ ~::; u.<I: !!18 :I:w ~::l: ZI- j: 0: Z~, Ww' :!:~I ~ C, u(/) 0- C!:;' wwi i= ~i !: 6: z, .. I wcn, (,J-' f5 ~l' z " " P.O. Box 2070 1322 Washington 51. Port Townsend, WA 98368 (360) 385-9160 Klara A. Fabry, Director/County Engineer Upper Hoh Road Park Boundary Washout County Road No. 914207 County Road Project No. X01244 Supplying Riprap, Quarry Spalls & Gravel Base TO: All Bidders FROM: Bruce Laurie, Project Manager DATE: March 5, 1996 SUBJECT: Questions & answers regarding Upper Hoh Road Speeifications & Contract Jefferson County Public Works will be aceepting questions via fax regarding the referenced project until 1:00 PM Tuesday, Mareh 5, 1996 and will respond by 3:00 PM Wednesday, March 6, 1996. .':) 'T~;ltt, l ! o ': :1 i, o I o o 100% Recycled Paper ~'..,"... ,.'.J' '.' .' ,j" ~..... "j:.w.i""l'~~' , ,': ',:,,'}a'2 x'I'Glj ..':.':''', .... "1IIIIiIlii.,i v- - z <( . :c..... ~i:5 a:~ <(~ Wu -'0 Uo U'Jw: ff3 :I:I -' .....' cnu.. ~o! :::;;>- <(!:: a:-' u.<( !!15 :I:w ~:I: z..... j:o z ~, ww, ~5' Ucn 0- o!:: Ww :I:u ~g Z wen u- i= :I: , 01-, Z r o o C.."- 0 o o .. c () JEFFERSON COUNTY DEPARTMENT OF PUBLIC WORKS \ \..;:, 'W'" ,--"_. ,-'- 1 ~.... ,,:,.t' , ~j"';',/ . .iP~~'t:..... ")/';'~' P.O. Box 2070 1322 Washington St. Port Townsend, WA 98368 (360) 385-9160 K'ara A. Fabry. Director/County Engineer Upper Hoh Road Park Boundary Washout County Road No. 914207 County Road Project No. X01244 Supplying Riprap, Quarry Spalls & Gravel Base TO: All Bidders Bruce Laurie, Project Manager !fP FROM: DATE: March I, 1996 SUBJECT: Question & answer regarding Upper Hoh Road Specifications & Contract QUESTION: On page 31, under furnished material sources, could you tell me what the additional unit prices for riprap, quarry spalls and gravel base are for. Does it cover royalties, road use tax or is it other items? ANSWER: The amounts shown for the Tower Creek Quarry are based on Contract No. 32- 053329, as amended "Contract for Removal of Rock" between Jefferson County and the State of Washington, Department of Natural Resources and cover the cost of "...$5.68 per cubic yard (truck measure) for all valuable material over twelve (12) inches in diameter and $4.18 per yard for all valuable material under twelve (12) Inches in diameter..." The amount shown for the H-3900 Pit is ba~ed on Contract No. 32-054886, "Contract for Removal of Sand and Gravel", between Jefferson County Department of Publle Works and the State ofWa~hington, Department of Natural Resources and covers the cost of $].00 per royalty for each cubic yard and $0.11 per cubic for the "State's Access Road Revolving Fund". These amounts are the County's lIablllty to pay if material Is removed from these souree.~. The Intent to Include the amounts in the Contract Doeument.~ Is to help provide on understanding to the prospective bidders on how the bids are to analyze for award. 100% Recycled Paper c E)(~ ,.~,.1.1..;.2':.L:...t..;:~::":'-::::':;"1 ' - -- "'-:"'''~V'''''V.-:'''''..'''''''':''''~ . . .'.......,...... 'c:,.~-':;;:~.::>,,> ' ......d ."..4 ..lllIllIIL~J j-Ik \ .1 liD l' '~M -"........., I ~- o o 32X 10 r- , - z <(' :I:!z .....w' ~ ~. Wu -'0 uo cnw' ff3:I: -'..... cn u.' -0 ~~ ~::; u..<( !!15' :I: . .....~ Z~ -0 !z 1-, ww, ~5'\ Ucn 0- o !::: ~~) 1-- ~13 z wcn ~:i:i 13 ....1 ZI, o ,c-,- 0-- ',' o .. c; () JEFFERSON COUNTY DEPARTMENT OF PUBLIC WORKS \ ~,,~ ~ ~,:,!:h~~i( . ,.~.,,( - !7()ii-f'><-:" , " P.O. Box 2070 1322 Washington St. Port Townsend, WA 98368 (360) 385-9160 Klara A. Fabry, Director/County Engineer MEMORANDUM To: Upper Hoh Project, XOI244 File Broce Laurie~ From: Date: March 4, 1996 Subject: Questions on contract specifications / response to questions Broce Seton of Seton Construction called on March 4, 1996 at 4: 14 PM and stated that he would have submitted questions today. According to the call for bids, questions need to be submitted three (3) days prior to bid opening. (today by 3:30 PM) r I I I I I stated that this is true, but that Public Works would try to answer all questions received prior to bid opening, as we are interested in receiving the best bids possible. Broce Seton also asked about the location of H-3900 Pit, as he is unfamiliar with it. explained the location to him in relation to the project site. I e o 100% Rocyclod Popor ,',',~;l' : '~ ' ,...,' '':'. '" 32><10 ,,(:,"'. ,',,'" - - ~ v- ..;~ I z <( . :I:~ ~15 o:~ <(~ Wu -'0 Uo cnw'l ff3:I: -'~ cnu. -0, W ' :::;;> <(!:: cr:-' u.<( !!1a :I:w ~:I: Z~ j:o z~ ~~! ~C' UUl 0- o~ Ww :I:U t;:~ -Z wen U- i=~ o z NOTICE T~ CONTRACTORS CA "OR BIDS UPPER Hvn ROAD. X01244 Notice is hereby given that the Board of County Commissioners 01 Jefferson County, State of Washington, will receive sealed bids up until the hour of 3:30 P.M.. March 7, 1996 at the office of the County Commissioners, Courthouse, 1820 Jefferson Street, P.O. Box 1220, Port Townsend, Washington, 98368, and will be then and there opened and read publicly after that date and time for the supplying of riprap, spa lis, and gravel base to be used in the emergency restoration of .35 miles of Upper Hoh Road, County Road No. 914207, X01244. in Jefferson County. M,P. 11.83 to M.P. 12.18, by drilling, shooting, blasting, digging and loading riprap, spalls and gravel borrow and various other work as described in the Contract Documents. ' Major items to be provided are: riprap, quarry spa lis and gravel base , loaded on the County Trucks. Each bid shall be accompanied by a surety bond, postal money order, cash, cashiers check or certified check , payable to the T,easurer of Jefferson County In the sum of 5% of the bid . amount, to be forfeited to Jefferson County by the successful bidder If he fails 10 ente, inlo a cootract and file an . acceptable surety bond In the Upper Hoh Road Park Boundary Washout' amount of 100% of Ihe cont,act price wilhln twenty (14) days of the award. The board of Counly Commissioners reserves the right to rejecl any and alf bids, and to, accept the bid deemed mosl advanlageous to Jefferson County and to waive all Informalities in Ihe bidding. Bids shall be submltled In accordanca with Ihe plans and speclficalions on file al Ihe office of Ihe Di,ector of Publfc Works, Posl Office bldg., 1322 Washington Slreel, Port Townsend, Washington 98368, where copies may ba oblained by depositing $25,00. The deposit will be refunded IIlhe plans and spaclflcalions ,ara returnad In good condilion within 10 days 01 bid opanlng. The lollowlng Is applicable 10 1~~~~~~~~6~)~~lt~'T~I~~f';f;sgf~~eo~7~Yi B~~~g. ~g6g~ '1~62~tri':~~~'~~~'4~ Code of Federal Regulnllons, Deparlment of Transportallon, sublille A, Oflice of Ihe Secretery, Pari 21. nondlGcriminalion In fedorally assisted programG 01 the Dopartment of lransportalion Issued pursuanllo such Act, hereby notifies all bldde,s Ihalll will alfirmnllvely ensuro Ihal In any centrocl ontered Into pursuanllo Ihls advertisement, disadvantaged business entarflrl~es will bo allorded fUll epporlunlty 10 submit bids In response 10 ti,ls Invllation and will not be d,"crlmlnaled against on Ihe p,;~~~~rd~::I~g;, ~~I~~~r ~~~~~.al origin ~~~~d Ihis 261h day 01 February, BOARD OF JEFFERSON COUNTY COMMISSIOI~ERS Richerd WOlt, Chal,man 39403.6 ;r o o o o .. Affidavit("'! Publication STATE OF WAt i.GTON) SS COUf>lTY OF JEFFERSON) SCOTT WILSON, being swom, says he is the publisher of the Port Townsend Jefferson County leader. a weekly newspaper which has been established. published In the English language and circulated continuously as a weekly newspaper In the town of Port Townsend In said County and State, and for general circulation in said county for moie than stx (6) months prior to the dale of the first publication of the Notice hereto attached and that the said Port Townsend Jefferson County Leader was on the 27111 day ot June 1941 approved as a legal newspaper by the Superior Court el said Jefferson County end that annexed Is a true copy of the Notice to contractors C all far Bids . Upper Hoh Road X01244 t--~..,,----, I ~~CEHn=l~ t1..~. 0- _...p ,,:z1i Y ~~ j MAR 2 1 1996 J ... OUNTY I Jl::I'i-;':n':"Jf~ (; ~8LlC WORKS DEPT, as h appaared In the regu or a~ entire issue 0T!li fin a supplement thereof for a period of two consecutive weoks, beglnnlngenthe28th day of Februarv 19.JUi, & ending on tho 6th day of Februarv, w-9,6 end that said newspaper was regularly dlstrlbuted to Its oubscribers during all 01 1111. period. Thatlhe lull amount of 51 72 . 2 0 has been paid In lull, al the rato at $8,65 ($8.20 for legal notice. received electronically, m disk) per column Inch lor each In. sartJon, Publl.her Sub~gbedand.womtobeforemothlS~dayol :F'ebruary 19__. I . / '<(:tf d lor lI1e Stata el Washlnglon, rasldlng at Port Hadlock e:;,qf}i'- "';J ,t;;/~I!r.;pl .B+r/~/R-J"d-'1?- c- o ( ,"< I>dI. -L .Il1I E)C~ " Illt. \':"'.,',. )..;X<;,i,~ " ":":-:";':f"'p'r " '~,l I I I 10 I o o 32 X I 0 '"~ I - o o .. ",,,,~,,,,,,,,,,,,,"~f#,..,...""~~"'-.i-~~';ij!,~..l.WJ:.<'i;~:..w.o-..-.::;'___, \,' 7 z <l; :r: ~ a: <l; UJ ...J U (f) (f) W ...J !!1 UJ ::0 <( a: u. cn :c ~ ~ ~ z w ::0 ~ u o o w :r: ~ !!: Uj u i= o z ~; i~ )" , ;'; ~ ',' ,r' ~ ),~ r Ii H .~ ~ ( I C\ o '- I"" I I . '1/ \.. ~-- -- 0 :) rj c:] :p ::~ ~? ,X: ;.1 ;J Pi ., - -- II - '-OY"--' - -- L.tUIIIMA..Il o II/'" ,.;- z <(. :I:..... .....~ o:~ <(:::;1 Wu -'0 uo en . cnW w:I: -'..... en LL' -0 ~~i ~::; LL<( !!15 :I:w .....:I: z..... j:o z....., ~~} ~ Ot Uen 0- o!:: Ww :I:u ~- ~13 z wcn u- i=~ o z ,r' o o o o .. o Index "''''''~''O>'''''C_''.CI'''' ":'''''''''J'' , Record of Mater1al_' ..",' ,'~. "NW,mm.....LL__ ~, ~ - o ,- o .. ~Qce WA STATE DEPARTMENT OF TRANSPORTATION DATE: 05/03/96 (, RECORD OF MATERIAL Notice of Availability z <( . :I:..... ~15 o:~ <(::;) Wu -'0 Uo cnw'l ff3:c: -'..... cnU- -0, ~~ ~::; u.<( !!15 :I:w ~:J: z..... j:o z....., WWi ~51 Uen 0- o!:: ww: :I:u ~- ~13 z wen u- -:J:1 13 1-: z FROM: Dennis C. Jackson 1 F.A. Rickert~~ PHONE: 360-709- 544J. -1'" TO: R.E. Holcolm/R. Nesbitt, P.E. N.J. Campbell Region: P.E. Org. Code: Olympic Jefferson CONTRACT NO: SA2784 SR: PROJECT NO: SA2784 SECTION: F-AID NO: ER-9601(002) Co. Rd. Upper Hoh River - Jefferson County Improvement: This contract provides for emergency restoration of 0.35 miles of County Road 9J.4207 (Upper Hoh Road) in jefferson County, MPJ.J..J.8 to MPJ.2.83 by clearing and grubbing, placing culverts, grading, surfacing, paving with asphalt concrete, erosion control, pavement marking, permanent signing, and other work per plan. (- RECE~VED MAY 1 5 1996 JEFfcn~UN COUNTY PUBLIC WORKS DEPT. ,T' ! i All items listed on the Record of Materials require that the Request For Approval of Material Sources (DOT Form 350-07J.) be submitted prior to use on this contract. Fabricated items require J.4 days advance notification prior to beginning fabrication. Consult Construction Manual, Chapter 9, for report and samples to be sent and for requirements for materials not listed. Any increase in acceptance samples requires an increase in assurance samples at a rate of 5/J. (for aggregates only) . This Record of Materials includes the sampling requirements and other actions to be taken by the Independent Assurance Sampler. A seperate Record of Materials report for the Independent Assurance Sampler will not be issued. o o ***************************************************************************** This Record of Material has been loaded to the computer. It may be accessed from the ROM Windows Application. ***************************************************************************** ( .. " '. Seattle Inspection Office Eastern Region Materials Southwest Region Materials L I \group\ llmn\mgmt \4vnoproj ,dCr . . REVISBD 03taO/9& (~ f) <'~ d ''''.:,;;,. . ... I' ~- c ,','/'i ,.;..y <,\,;:.Ji:,"<:,:,(~;;.:~ ~- ~.. . n ,If} ~IO I I I I, I 1 I , i · 10 ll'~ ri'J.~.:'JJMIItI I o o \\ 32 X 10 ~'~_'-<""'",,,,,,,'J - o ,- o .. Washington State Department of Transportation Memorandum DATE: _/_/_ (ROM: R. Nesbitt, P.E. SUBJECT FED AID SECTION SA2784 SR: Co. Rd. ER-9601(002) Upper Hoh River - Jefferson County z <( . :I:..... ~aJ o:~ <(~ Wu do cn 0, cnW w:I: -'..... cn u.' ~Oi :::;;~ ~::; u..<( !!15 :I:w ~:I: z..... j:o zl-, WWj ~5\ Ucn 0- o!:: Wwi :I:u' 1-- ~13 z wcn u- -:I: 13'" z PHONE: (_)- TO: (sign fab inspector) please confirm receipt of this notice with the project office at the above phone number. has been approved to fabricate signs as required on the above referenced project. Material sampling and testing may be required prior to sign fabrication. Lots of sampled materials must meet the specified req~irements before signs are tagged "FABRICATION APPROVED". The following materials are identified in the contract documents as required for the fabrication of signs for this contract. Materials BID ITEM DESCRIP'rION BID ITEM 15 15 15 15 15 15 15 ( ALUMINUM SHEETING REFLECTIVE SHEETING-WHITE REFLECTIVE SHEETING-GREEN REFLECTIVE SHEETING-BLUE REFLECTIVE SHEETING-YELLOW REFLECTIVE SHEETING-BROWN LEGEND .T'" Samples of reflective sheeting from lots not yet tested shall be applied to a 1 ft. square piece of aluminum sheeting with a 2 in. wide strip of paper in the center of the sample. A Manufacturer's Certificate of Compliance is required for all aluminum and fiberglass sign blanks. Costs for performing the necessary fabrication inspection are to be charged to the above referenced contract. Copies of plan sheets and approved change orders relating to sign fabrication will be supplied to you. o o (-:c: Electrical Section, O.S.C. Material's Laboratory - 47365 1, \gtoup\llm.\mgmt\.ign' lab. tpt (proj 100) . . RIiVI9!D 01.01.96 'C~~'-O- c;: .G~ ,.. ',' .'.' I "~r~/" ".F';-". (. . ",.,,,..,.,,,,"-',.,,,,., ...~:-:-~ T I I 10 I (1) o - 32Xlo LIIItIili!dr~ !Iilli.!liIlIiIIII. r I o : c.- o .. TRANSMITTAL OF CATALOG CUTS DATE:' FROM: TO: _1_1- R. Nesbitt, P.E. OLYMPIA SERVICE CENTER MATLS. LAB - ATT: Don Brouillard; 47365 OLYMPIA SERVICE CENTER MATLS. LAB' ELECTRICAL SECTION 47365 LOCATION & DESIGN' ATT: Matt Witeck; ; 47329-2B6 LOCATION & DESIGN ATT: Paul He;tzman ; 47329-2C1B = OPS & MAINTENANCE - ATT: Russ Rosenthal; 47358-1C4 CONTRACT: SA2784 qpQer Hoh River - Je'fferson County SR-Co. ( z <(' :I:..... .....15 o:~ <(~ Wu -'0 Uc cn . cnWj w:I: -'..... cnLJ.. -0, W ' :::;;~ ~::; u..<( !!15 :I:w I-:I: z..... j:o z....., wW1 ~ 15\ Urn 0- o !::, ~~! 1-- !:!:b'! Z ill en: u- i= ~I 0, z ; Material Description Qty for Appr'l OSC USE ONLY ------------ OSC Appr'l Act~on Bid Item Number Plan Qty +--------------------------------------------------------------++------------+ attached documentation, for the above listed Bid reviewed by the Olympia Service Center Materials for compliance with the contract specifications. in the column titled "OSC Appr'l Action". The has been Section) taken is Items and quantities Lab (Documentation The approval action INSTRUCTIONS: 1.) This form fa the "MASTER" and will need to be copied and used throughout the contract for each catalog cut subnftted for approval. ~ I <. 2.) The project office wilt check the proper addressee, filL in the "DATE", "BId Item Nl.MTberll, IIHaterfal Description", UPtan aty.1I and IIQty. for Appr'l". If the project office fs unabLe to provide this Information, DO NOT SEND IN THE CATALOG CUT. reque.t the additional Information from the contr.ctor. .. 3.) Attach TWO (2) caple. of the catalog cut. 4.) Ch.ck tha .pproprlat. .ddre..ee for the type of c.t.l09 cut. "SignIng .nd D.lln..tlon" - OSC MATLS LAB - ELECTRICAL SECTION "IlIUllln.tlon .nd Slgn.l" . OSC MATLS LAB - ELECTRICAL SECTION "W.tar Distribution" . LOCATION & DESIGN ATT: M.tt Wlt.ckl "L.nd.c.plng PI.ntlng" - OPS & MAINTENANCE ATT: Russ Ro..nth.l "L.ndscaplng Irr.g.tlon" . LOCATION & DESIGN ATT: Paul Heitzman All oth.r Catalog Cut. . OSC MATLS LAB' ATT: Don Brouillard 5.) Th. OSC SectIon Addr..... will chock the catalog cut against tha approprlat. .peclflcatlon and coq:>lfonca wIth tho approprlat. ..ction of the .tandard .peclflcatlon, mark the "OSC Appr'l ActIon" and r.turn On. (1) copy to the proJ.ct Engln.ar. REMARKS I ,0 ~, {'., "lTRIBUTION: ;'1 File x roj Engr _x= Dennie C. Jackson P.E. Materials Engineer by: k,\group\llmn\data\p,ojlog,vw. "an,oftt,dfr . . RIIVIBlD 12/07/95 ':c- 0 \,~ I " ..:...'1 ""'i ",',;'..' 0 '"""Y""" ".",,,~~- ';l G l, ",:i ".",...",,'\........ " '.-',-..,'" . ",-" - ==~ :;:;:;:~]~~;0i;,;'.,;::.. '" "," , 'tMlf~'$o~nJ"" .,~..~i-".(C~.or...~1"T I o o 32><10.. .- z <( . :I:..... .....15 o:~ <( ~, Wu -'0 uo cn . cnW w:I: ..J ....., cn u.. -01 W ' :::;;~ ~::; u..<( !!15 :I:w .....:I: z..... j:o Z....., WW{' :::;;~ ~O g!!1 o !::, ~t'31 1-1= ~o z' lj !!2: 5~! z ' or'" I , 'I '0 o ,:(~_'.;A_ o .. WASHINGTON STATE DEPARTMENT OF TRANSPORTATION MATERIALS LABORATORY ( Independent Assurance Samples Requirements PROIECTTrrLE: Upper Hoh River - Jefferson County IAS WITNESS TESTS SUBGRADE: TOTAL ,CUBIC YARDS: NO WITNESS TESTS REQUIRED NO WITNESS TESTS REQUIRED 1 COMPACTION TEST LOT SURFACING: TOTAL TONS: 815 ACP COMPACTION: TOTAL SAMPLES: IAS FIELD TESTS PCCPAVEMENT: TOTAL SQ. YARDS: NO TEST REQUIRED PCC STRUCTURES: TOT. CU.YARDS: NO TEST REQUIRED ( Project records including pavement depths, surfacing depths and roadway widths are the responsibility of the Project Engineer to obtain. If coring is required contact the district materials engineer. ( DATE: 05/03/96 J> I o o I l ", ':;:,",':"',,,;,;"' I ;'l'.,::;l.:;;::/)~I~' *';~ ';";"'~:'~;i!:i '".,: , ,,,.,.,..,'.... "" '.(,.,\',.,~':',:, 0".. ", ......' " ~ ~<~___=_::--""~ _LLb:Ji~l.litJ'...,,::.~' L,\OROUP\LIMS\HOHT\IASRR02.0FR . . RRVISED 05/19/95 ~ '__ I,:" """'./' t:IliIllllW ~~ ~,~. ~ , ~ 1 ii 'I 32X 10,1 .;",;,i..~~,' ,,","'.J IJ'" - o "';1 o ... IISDOT - MATERIALS LABORATORY RECOIUl OF MATERIALS CONTRACT: SA2784 05/11/96 06:40:49 z <(' :I:~ .....15 ~~ wu do en 0:; cnW ~~ enu.. -0 ~~ ~::; u.<( !!15' :I:w .....:I: Z~ -0 !z 1-, WW' :::E~I ~ 0' Ucn,' 0- Ob ~~! ~gi ..z, wen; ~ x: 13 1-\ z " r, ITEM 1 llUAHT ITY IDESCRIPTlON I (STO ITEM) UNIT I I I I I I I SOURCE I I I 1_1_1 I APPR NOI I SAMPLES REQUIREO I HO ACTION I ACCEPT ASSUR IAS I' I I I I I I I SPECIREF o I 4.01 158 ICORRUGATEO POLYETHYLENE CULVERT PIPE 18' I IMf9. Certificate of C"""llance I I L.F_ 1 , , I I I I I I , , I 1 I I I I I 1 , 1_1_1 I I I 1 5.01 I 1285 IGRAVEL 8ASE I 11 19-03_10 I I CoY. I I I I I I 1 I 1 I I I I I 1 I I I I I I I 1_1-1 I I I I 6.01 I 815 ICRUSHED SURFACING TOP COURSE I IHO 0 19-03.9(3) I I TON I I 1 I I I I 1 I I I I I I I 1 I I I I I I t_I_1 I 1 I :7.01 I 3 IASPHALT FOR TACK COAT I 'Supplier'. Cart of C"""lfence 19-02.1(6) I I TON I I I I I I I I I I I I I I 1 I I I I I I I 1_1_1 I I I I 8.01 , 933 IA.C.P. CL 8 - NON-STATISTICAL I 12 1 per day 15-04 I I TON I I I , I 1 1 I 1 I I , I I I I I I I I I I 1_1_1 I-I I I 8.02 I 56 IPAVING ASPHALT AR400011 I 18/L Cert 19-02.1(4) I I TON , 1 I I I I I I 1 I 1 I I I I I , I I I I I 1_1-1 I_I I I 8.03 I 877 ICL 8 HIN AGO I 11 19-03.8 I I TON I 1 I I I , I I I I I I I I I I I I I I I I I e 0 I_I I I I I ("qT . ROHACT Paga 1 "c:o=~~:' ,,\" ,: """'" -.."Ii<i.;,:-' , _:~;~<, .:.;....;' ,.'f,'" ""~ ;,:,,\X;::i~:,iij; r\ :,' :"'..'" ":~~~.'.';Vi , '.i/',' dJ '<,w: ',::,\1.'" : 't,'_";;~,<:-Ji'<)',-,,,,,,:~__, ~"" '-;c- "," C-;',' t ", ,,-c. ".,...' I I r._ z <(' :I:.... ....~ a::~ <(:::l Wu ""'0 uo ~~ ~.... en u. -0 :g~ ~:::::; u.<( !Q g, :I:W ....:I: z.... ;::0 z...., WWj ~ 1~h Uen 0- c!::, ~~I t;: F! _0 z' wen u- -:I:I tih, z ~lD ITEMIQUANTITYIDESCRIPTlON I (STD ITEM) UNIT , I , I I I ISDURCE I I I 1_1-1 o o .. WSDOT - MATERIALS LABORATORY RECORD OF MATERIALS CONTRACT: SA2784 I APPR NOI I SAMPLES REQUIRED I HQ ACTIO ACCEPT ASSUR IAS I I I 1 I I I I I , I 'Label Showing Content AnalysIs I 1 1 I I 1 1 1 1 I 1 ILabel Showing Content AnalysIs I 1 I 1 , 1 I I I 1 1 IMfg. Cartlflcate of Compliance I I I I I 1 I I 1 I I IUse Pre-Qualified aIR Installer 1 I I I I I I I I 1 I Iuse Pre-Qual.fled aIR Installer I I I 1 I 1 I I I I 1 IUse Pre-Qualified aIR InstnLler I I 1 1 I I I 1 I 1 "r" 'I 1 9.01 1 ISEED,FERTlLIZER,HULCH ACRE 1 1 , I I 1 1_1_1 I 9.02 I 1 ISEED I I ACRE I I 1 I I I I I I I 1_1-1 I 9.03 1 1 1 FERTI L J ZER FOR EROS J ON CONTROL I 1 ACRE I I 1 I 1 1 I I I I ](_1_1 ~.. 9.06 1 1 lwoa> CELLULOSE FIBER MULCH I I ACRE 1 I 1 I I I I 1 I I 1_1_1 I ".01 I na IBEAM GUARD RAIL TYPE 1 1 1 L.F. I I I I I I 1 I I 1 1_1____1 I 11.02 1 116 IPOST & BLOCK 1 1 EACH I 1 I I 1 I 1 1 1 I 1_1_1 1 12.01 I 2 IBEAM GUARO RAIL ANCHOR TYPE 1 1 I EACH I 1 1 I 1 1 1 I I 1 1_1_1 o o (T . ROMACT pege 2 - 05/11/96 06:40:49 SPEC/REF 19-14 1 1 1 1 , 19-14.2 1 I 1 1 I 19-14.3 1 1 I I 1 19-14.4(2) I 1 1 I 1 19-16.3 I I 1 I I 19-09.3 1 1 1 1 1 19-16.3 1 1 1 1 I I :'C~,o -- , ~' '. ~'l">' o o ~ .. l "'}';O'~a . " . '.'",-,,-' " .".. . "I.. ..,_,_',_'-"i'l'u~ "- o o .. WSDOT - MATER IALS LABORATORY RECORD OF MATERIALS CONTRACT: SA2784 05/11/96 06:40:49 z <(' :x:.... ....~ a:::E. <(:::l Wu ""'0 Uo en . enw w:X: ......... enu. -0 w> :E.... ~:::::; u.<( !Qa :X:w ....J: Z.... ;::0 Z...., W Wi ~ 15~ Uen 0- o!:: ww; :x:u. .... F' ~O z. wen ~~i b.: z, }:.D ITEM I QUANT ITY IDESCRIPTlON 1 (STO ITEM) UNIT 1 1 1 I 1 1 1 SOURCE 1 1 I 1_1-1 1 APPR HO/ I SAMPLES REQUIREO 1 HQ ACTION I ACCEPT ASSUR IAS SPECIREF 1 I I I 1 1 1 1 o I 12.02 I 2 ISTEEL SOIL TUBE 1 1 EACN 1 1 I 1 1 I 1 1 1 , 1_1_1 I 13.01 1 3700 IPAINT STRIPE 1 I L.F. 1 I I 1 I 1 1 I 1 I 1_1-1 1 14.01 I 48 IFLEXIBIE GUIOE POST 1 1 EACH I 1 1 I I 1 1 1 I I If _1_1 f..... 5.01 1 'PERMANENT SIGNING I I I 1 I I , 1 1 I 1 1 1_1_1 1 15.02 1 ISIGN LIGHTING LUMINAIRES I 1 1 1 1 I 1 I 1 , I I 1_1_1 1 15.10 1 lwoa> SIGN POST 1 I 1 1 1 1 1 I 1 1 1 1 1_1_1 I 15." 1 ISTEEL SIGN POST - OPTION 1 (STD PLAN G-8) 1 I 1 . 1 1 1 1 1 I I 1 1 1_1_1 :r'" , I 1 o IUse Pre-Qual ified G/R Installer 1 1 I I 1 I IUSE SPECIFIED PROD SEE CONT DOCUHENTI8-22.2 1 1 1 1 1 , 1 I I 1 IUSE SPECIFIED PROD SEE CONT DOCUHENTI9-17 , 1 1 , 1 1 1 1 1 I IAppr'l of Feb & SIgn Accept Rpt 19-2B.1 , I I 1 1 , 1 I I I ICataLog Cut 19-28.16 , 1 , , 1 I 1 1 1 1 Lumor Grad Cert or APPR'O SHIP Tag 19-2B.1S(2) , I 1 1 I 19-28.15(1) I I I I I Page 3 (' .r - ROMACT i(--;;-"- [, , ",,,' ..G~;t '~'r<'~,'-,",:r',- .~ -,,", l) t -': '..:.~."(",,,; '_' ~'~<~,:':';:i...~ · ......10, .~'llJl' I '~ji~ ,. H o o 32X 10 iIIII .' "11IIlIIbi ..- ,- Z <(' :x:1- ....~ ~~ Wu ""'0 Uo ~~ ~.... enu. -0 :g ~' <(- a::...J u.<( !Q5 :X:w ....J: ZI- ;::0 Z...., WW1 ~ 151 Uen 0- o!::, ww' :x:u ~t3 z wen u- i=~ o Z ^,""'''' 1 ~ o o c .. \/SOOT - MATERIALS LABORATORY RECORD OF MATERIALS CONTRACT: SA2784 ( tolD ITEMIQUANTlTYIDESCRIPTlON 1 (STD ITEM) UNIT 1 1 1 1 1 I ISOURCE I I 1 1_1_1 o o - 05/11/96 06:40:49 1 APPR NOI I SAMPLES REQUIRED I HQ ACTION I ACCEPT ASSUR IAS I I I 1 I 1 I 1 1 1 SPEC/REF I I I 1 1__1 9-2B.1S(1) ,I 15.12 I ISTEEL POST & TYPE 1 SASE I I 1 1 I 1 1 1 1 1 1 I 1_1_1 1 15.13 I ICONCRETE CL 3000 1 1 1 I 1 I I 1 1 I I 1 1_1-1 1 15.14 1 IBATCH PLANT 1 1 I 1 I I I 1 1 I I 1 J' _1_1 \. ,5.15 1 ISTEEL REBAR 1 I I 1 1 1 I 1 1 I I I 1_1_1 I 15.16 1 ISTEEL SIGN POST - OPTION 2 (STD PIAN G-BAl 1 1 I 1 I I 1 1 I I 1 I 1_1_1 I 15.17 1 ISTEEL POST I 1 1 I 1 1 I I I I I 1 1_1-1 I 15.18 1 ITYPE 2 SASE I 1 I I I 1 1 1 1 I 1 1 1_1_1 1 'APPROVEO FOR SHIPMENT' Tag 1 I I 1 1 IMfS. Cert. Per Load Delivered I I 1 1 1 IName and Location 1 1 1 1 I Mfg. CertIfIcate of CompLiance IMfg. Certificate of Compliance I I I 1 I ICetalog Cut I I I I I 19-07.1 1 I 1 I 1 19-28.15(1) I I I I I 19-~8.15(1) I 1 I I I 19'28.15(1) I I I I I I ( ,T' ROMACT o c - IIIl9.. ~.. Page 4 e o . ., 1~:) . ,1 "-':"''"' 32X 10 "'- z <(. :x:.... ~~ ~~ Wu ""'0 Uo en W'I ffi:x: ..... ...., en u.' -0 :g~ ~:::::; u.<( !Qa :X:w ~:x: z.... ~~, WW1 ~5\ Uen 0- ob wu..; ~UI ~ F: ~o: w~! ~ :E. ....~, ~j ~lO ITEMIOUANTITYIDESCRIPTlON I<STD ITEM) UNIT I I 1 I I I I SDURCE I I 1 1_1-1 o .. WSDOT - MATERIALS LABORATORY RECORD OF MATERIALS CONTRACT: SA2784 I APPR NO/ 1 SAMPLES REQUIRED I HQ ACTION I ACCEPT ASSUR IAS 1 I i I I I 1 I - 05/11196 06:40:49 SPEC/REF 15.19 I ICONCRETE CL 3000 I 1 1 I I I I I 1 1_1_1 I 15.20 I IBATCH PLANT I 1 1 I I 1 1 1 I I 1 I 1_1_1 I 15.21 I ISTEEL REBAR I I I I 1 I I I I I 1 1 1('_1_1 I ';.22 I IPERFORATED METAL SIGN POST 1 I 1 I 1 I I I I I I I 1_1_1 I 20.01 I 8 IHONUMENT CASE AND COVER I I EACH 1 I I I I I I I I I 1_1_1 I 21.01 I 1825 IWIRE FENCE TYPE 2 I I L.F. I 1 I I I I I I I 1 1_1_1 I 21.02 I 7300 IBARBED WIRE I 1 L,F. I I I I 1 1 1 I I I I I 1 ( . ROMACT IMfg. Cert. Per Load Oel iverocl I 1 I I 1 I-I I INsme and Location I I I I 1 1 I I I_I I IMfg. Certlflcete of Compl iance 1 I I I I I I 1 I I I IHfg. Certfflceu of Compliance I I I I I I I I I_I I I'APPROVED FOR SHIPMENT' Teg I I I 1 I I I 1 I-I I I I I I I I I I I 1 I I IS"""le per 9-4 of Conat Manual I I I I I 1 I 1 1 I o \ Pege 5 16-02.3(4) I I I I I I I I I I I 19-07.6 I 1 I I I I SPEC. PROV. I I I I I 19'22.1 I I I I I 19-16.2 I I I I I 19-16.2(6) I I I I I I o o 32 X I 0, - o o .. WSDOT - HATEqlALS LABORATORY RECORD OF MATER I ALS CONTRACT: SA2784 z <(" :x:!z I- w' a:::E. <(:::l Wu ""'0 Uo en wi ~J: ........., enu. -0 :g ~' ~:::::; u.<( !Q a' :x:w I-J: :z.... ;::0 z...., ww' :E :::lj :::l0' Uen 0- ob ~~! ~g: z. wen:1 ~~I bl Z , (.J' ITEM 1 QUANT ITY I DESCR I PTI ON I (STD ITEM) UNIT I I I I 1 I I SDURCE I I I 1_1_1 05/11/96 06:40:49 APPR NOI I SAMPLES REQUIRED HQ ACTION I ACCEPT ASSUR IAS I 1 I I SPEC/REF 21.03 I 128 ILINE POST I EACN 1 I I I I I I 1 1_1-1 I 21.04 1 13 lEND, CORNER AND PULL POST FOR WIRE FENCE I I EACH 1 I I I 1 I I 1 1 I 1_1-1 c ':?'"".. I ~ .10 o IS,"",le per 9,4 of Const Msnuel I 1 I I I IS,"",le per 9-4 of Const Msnusl 1 1 I 1 I 19-16.6(3) I 1 I I 1 19-16.1(2-3) 1 I I I I '( '1. ROMACT Page 6 IC:-O--"-'~ ' 'J ...' _ . ~;, ; . " ~':'~-'cr;'.'. -- I o o I 32xlQi "'or;'. '. ')I;'t(~ " -- z <(' J:.... ....~ n::E. <(:::l Wu ""'0 Uo en w) ~~I en u.' -0, :g ~: ~:::::; u.<C !as :X:w ....J: z.... ;::0 z.... :g ~, ~o, Uen 0- o!:: Ww :X:u ....- ~b z W(/) u- i=~ o z r o o - o o .. o ,..-4 - ml1\\~Ji~i_ ,--, ~ 1'1 " 'r , " 'Ii o " ";'i :'J~ ;'\'~,~ ;::,,~f~, ",4" -:';;!'1.1; - .. 1-360-835-0364 ADS Page 2/2 Job 042 Jun.l1 Tue 02:42 1996 c 1114:S. 3695 TRUMAN STREET. WASHOUGAL. WA 08671 13110' 835.8522 htr..://www..ds-pipe.com z <(. :x:.... I-~ a::~ ~i3 ""'0 Uo en ' enW wJ: ......... enu. -0 :g~ ~:::::; u.<( !a a' :x: ' I-~ z.... ~~, WW-' ~ 15~ Uen 0- 0....' -I wW! i= ~! ~bi z' wen! u-! i= ~i ~ ,{ ADVANCED DRAINAGE svsrna;. INC. June II, 1996 Jcffer:sun County RE: Advanced Drainage Systems. Inc, Certification of Compliance This will certify 1hatthe (12,15,18,24,30, or 36") 1.0. smooth interior (N-12) corrugated (Type "S" or "SP") polythyJene pipe and finings manufactured by Advanced Drainage Systems,lnc, comply with the n:IJuirements specified in the latest revision of AASHTO M 294 Standard Specification tor Corrugated Polyethylene Pipe c Project Upper Hoh Road Location, Jefferson Counly. Washington Quantity: 248 LF 18" N-12 Pipe 60 I.F 24" N-12 Pipe Sinccn:lv. ' ai~ Chuck Kichunls Assistant Plunt Manager o fRmwr I G o ( aD. Oft..", NU".'" ON! '" Ttel LAMD ,- z <( , J:.... ....ffi a:::E.. <(:::l wu ~o Uo UJ W' ~~ enu. -0, W I :E >, <(!::: fE~ :::l !ao :X:w ....J: z.... -0 !z.... :g ~: :::l0 Uen 0- o!:: ww' :X:u ....i= ~~ W(J) u- - J:, br, z " """"'- :J" o o Item #5 ---- ~. I o o .. - -w o 1 G) :! >i I ~!l ':\ "~': 't-, ;,%. - ~~~t~ ,- z <(' J:.... ....~ a::E. <(:::l Wu ""'0 Uo ~~ ~.... en u.' -0 :g~ ~:::::; u.<( ~a :X:w I-J: z.... ~~, :g ~.l ::JOl g~ 01::: ~~! .... i= I ~O' Z' wen' ~~! o ' z ~ .I o ,e ~ o o .. .. 07-01-1996 01:22PM FROM '\?CV''- ....~,0 J')/hIL , c,Q'1.J'\'h'~' ( Clallam Road/Publ1c Work TO 8-251693-3603859172 P.02 . ~ ~ (L}lLc5)~ . #; 5 _ L ~U -~-- DL~l)" W1l1 ~. SA.1oIPLE #.~ DATE ~~4 TIME / /, t( t( ~/pm. CbNTRACf#C",ap' /&1'10' PROGRESS SAMPLE#~ ~NTRA(rrOR Ajv~ 6"- AM (I' L MATERIAL / ~/ --: AGGREGATEFOK 6I/?,r4t/f...., (~A",. TOTAL"1,oISAMPLETAKEN ~c'c /~-:- \\'ET"1.0ISAMI'LE(.ner~i>Ii') 6.2~ /' DRY "1. of SAMPLE (oOcrsplit) 5..3/ ~5" COUI\'TYSOUflCE_: CONTRACTOR'SSOURC~ OTIIEfl_: PIT# ~G"' #l'rh Q-/~O SAMPLED 1'1l0M-- .IOCkPile'& point 01 :lca-p'ancc_, oll..r _ INFORMATION SAMPLE ONL~_ SIEVES SIZES: Z 1/2 RETAINED: PASSING: SPECIFICATIONS: FRACfURF~ % SPECIFICATION: L~5, % <r. 11/2 ..-Yf/4 e- N /to ' / U.> 3/4 5/8 1/2 -- N8 . (( .J/-4 &,GZ //.3/ /J!J';fI 2.t!5 ",,"";' ( 10 ~ ~,~. "3;e/ Rb 53.~3 /10 11.~ 100 ...JOO 1,~3 Z?,;r/ 4"9 I/). O.Ho/ PAN ~, zz; (I. /'7 TOTAL '5: 25 ~' , SIEVING; Wet_.D..,.-,.b DUSTRAnO y'z,...'2MU: SANDEQVrvALENT~.z:; MIa: COMPUTATIONS 5~ .3~' r___ /.?Id:: tJ..?- 71 %' ~~.!I' . I:CCEPTED _REJEC1'ED ( .' _CONDmONALLV ACCEPTED INs~4~/ ~ _ CONTRACTOR by. , I o o _. .....'. ""..>'''--''-~_,,_..__, .'."-'--'-"'~'-_._._... .--'-- ( Poal.l.. r:.. N'ale 1'8 ClOIVopt. 7671 '.. .....- I!:~' ~.l;~JU ~u J'J':'l~"-I' 32><10 o ~;;) ,O:k,c;.; . I; ..'....,..'J.1 I I I o , ........ o .. z <( , J:.... ....~ a::~ <(:::l Wu ""'0 Uo U')w: fflJ: ......... enu. ~o! :E~ <(- a::...J u.<( !a8 :X:w ....J: ZI- ;::0 Z 1-, ww, ~ 15, Uen 0- o!:: Ww J:u ....- ~6 z woo u- i=~ o z ~.,.. o o 1il'l,1;~~,:;ilr};hrwZlal./llr.Mrt~..l.,~~__ o - ; I I , ,( J J ., J .$ ,1 1 i :1 1 i I ! I I i I 1 I { I ~ I ! .~ 0 \ .;~ '';,j \1,1;{1 _~l o - o .. 046060 ~ .,i Washington State Department of Transportation ( Request for Approval of Materials Source ( SA-2784 . Jntract: ); FA Number ER-9601(OO2) ; SA - Date 5-6-96 JEFFERSON Section FOfPE USAt UPPER IlOH ROAD PARK JDUNDARY WASHOUT ;~ .z 'W ~~ 'u 19 )w 3:x: JI- , u.' - 0, E~ ~:::::; c<( ~a i:w -:x: ~I- :0 ~I- U WI ~ 51 -'en :>- ::I!:: Uw J:u ~5 z ~!a -:x: 31-- z Contractor LAKESIDE INDUSTRIES See SectIOn !-C16.1 01 SId. Soec. .and rewrw sid8'or lnmruchonf. CONY CT BID ITEM MATERIAL OR BID NO. MANUFACTURER"S PRCOuCTITYPE Submitted By SPECIFICATION ReFERENCE P.E. APPR'l COO. AlE NO SOURCE NAME OF MANUFACTUAERIFABRICATOR OR PIT NUMBER NATIONAL BARRICADES 9-03.9(3) 9-02.1(6) 9-03.8 9-02.1(4) 8-21.2 I <{ J <{ 5 C.S.T.C. 7 CSS-1 8 MIN. AGG. CLASS B AR-4000 15 PERMANENT SIGNAGE CEDAR l'OSTS 20 OONUMENT CASE & COVER , C.'S.T.C, Q-178 US OIL, TACOMA, WA CAN4 US OIL, TACOMA, WA SEATTLE I WA MCCLANAHAN LUMBER, 'q-' Q -{50 9-22.1 ?~,. .,e., SATHER, EVERTT, WA I. Source Approved: 2. Sourcs Aporoved: 3, Soures Approved: 4. Soures ADproved: 5. Soures Approved: 6. Source Approved: zrl". Approval Acllon Codas 0' use bll proJ.c Engln.., and H .rlala Labo,alo", Aeesplonee based upon 'Sol,sfoclory' Tesl Reporl fore ssmples 01 materials 10 be ineorporslsd inlo projsel. Submil Mfg. Cerl, of Complisnee for 'Approvsl' prior 10 use of mslerial. Submil Calslog Cuts lor 'Approval' prior 10 use of matsris!. Submit Shop Drawings for 'Approval' prior 10 fabriealion of msterisl. Only mSlerisls idenlifisd 'Approved for Shipmenl' by WSDOT Fabricslion Inspsellon Oltlee prior to shipmen/to bs used. MSlsrisls to be een,fisd ss silhsr 100% American manulaelursr or Identlfiesllon ot foreign msnufeelurer snd malsrlsls cost wilhin the permissible limits lor the project (Sse Special Provisions), Rsquesl Transm'lled 10 Hdqtr. Leb, for Approval Aellon, ""'" o 7. Approval Pending: 8, Soures ADproved: Rsmarks: ../f:CE"Alt "0'6~ HvfJr /3~ "~Oltd "','" ,n:'. :sHe. ~..or. z. o 9. Soureo ADproved: 10. Approval Withheld: ", ADprovsl Withheld: 12. RemarkS: Approval Acllon Codes 10' Haadqua"a.. Labo,alo." us. - onlll AoDroval of Chsnge of eourcs mJst be secursd Irom Hssdquaners MOlerisls Enginser per Sid. Speeificalions, Subm'l ssmples lor prelim,nary svaluation, "t'U~t"(/l", LOW ~ AP~tlJJvrelt1 ~If- .14~t!. ~~ t:J'l.J~. I o o '::;, :1,-,;10'1 1,'~,'r!1 .. ~, .up....d.. P,avlous IIdlllons Waadquart... Mal.rlala IIngln.., Dlslrlbullon He Mals Lab (Gsnoral Fils) "--- He Mats Lab (Elee) (ait E & S Codes) _ He Mels Lab (Alphalt) (eit B cOdell_ S.alll.lnsp. Office (ailS eodell__ Prolect EnQlne.r _ Other_ ',.. C. 'OJaol Iinglna., Dlslrlbullon Jnlractor rI!.-- Dlsl. Opar. Engr. "--- Disl Mall rl..:..-- HQ. Mall Lab (00 cum) "--- I I Manoalory Dislrlbul,on .....a A r '..,': In .'.......... .IL 0. C) ':::~"~:~':'~!J.,::;:~:.' ,'~: Pi.. . ,.10 "'''''''''''iill~'''''''':''''''''''''''''''''''''~' .,.' ."'~~""~w.1tl ,,',' ~ ~ :.:~~~1t==~~~~~=~i~iI' 32Xlo Illli~l.lIlill"'~ ,. j c: '-~- - 046060 ~ .-. .. Washington State Department of Transportation (vontract: SA-2784 z <( . J:.... ....~ a::::!.. <(:::l Wu dg en ' en w' wJ: ......... (/) u.' ~Ol :E~ <(- a::-' u.<( en:::l _0 J:w ....J: z.... ;:0 z...., wW1 ~ 151 u en. 0- o!:: ww; J:u ....- u. ....' _0 z wen u- FF: o z Section o o ( Request for Approval of Materials Source Fot PE Use ); FA Number ER-9601(OO2) ; SR- Date 5-6-96 JEFFERSON UPPER HOH ROAD PARK BOUNDARY WASHOUT Submitted By Contractor LAKESIDE INDUSTRIES See Sac:lron 1-06.1 01 SId. Spec. and reverse side lor tnstructlons. CONTRACT BID ITEM MATERIAL OR BlD NO MANUfACTURER'S PRODUCT/TYPE 6 C.S.T.C. 7 CSS-1 8 MIN_ AGG. CLASS B AR-4000 15 PERMANENT SIGNAGE ( 20 , I &'NEER SOURCE NAME OF MANUFACTURER/FABRICAIOR OR AT NUMBER Q-178 US OIL, TACCXotA, WA CAN4 US OIL, TACOMA, WA NATIONAL BARRICADES SEATTLE, WA SPECIFICATION REFERENCE ALE NO 9-03.9(3) 9-02.1(6) 9-03.8 9-02.1(4) 8-21.2 MCCLANAHAN LUMBER, FORKS 9-28.15(2) CEDAR POSTS MJNUMENT CASE & roVER C. '5, r.c, SATHER, EVERTl', WA Q .,,50 9-22.1 ?~O'3. 1(., DATE IiO'SMATEArALS ENGINEER ....-~g;k Approvel Acllon Codes ~fy proJec Englne.r and H Acceptance based upon 'Satisfactory' Test Report fore samples of materials 10 be incorporated into projec!. Submit Mfg, Cort of Complianco for 'Approval' prior 10 use of male rial. Subm,l Calalog CulS for 'Approval' prior 10 uso of malorial, Subm'l Shop Orow,ngs for 'Approval' prior 10 labricallon 01 malorlal. Only mSlorials idsnl,f1od 'Approvod lor Shipmonl' by WSOOT Fsbllcal,on Inspsction Olllco prio"o shipmontlo bo usod. Materials to bo certified as eilher 100% American manufacturer or idonliflcalion of foreign manufacturer and male rials cost wilhin Iho pormissiblo limils tor Iho proiocl (Soo 5pocial Provisions), Roquosl Transmlllsd 10 Hdqlr, Lab. lor Approval Action 1. 50urcs Approved' 2 Source Approved 3 Source Approvod: 4 Source Approved: 5. Source Approved: 6 Source Approved: ',r" o Approvol Psnding: e, Sourcs Approvod: Romarks; -1f;-CE"l!Jtt IJO'l>~ Hv~r pe GtCAOld ",If. ."', :sP.l!t. 9~cr. 2. Approvel Acllon Codes lor H.adquert... Leboratory us. - only 9 Sourco Approvod: Approvolof Chango 01 sourco musl bo sscurod Irom Hosdqua'ls,s Malo,lals Enginosr po, Sid. 5psciticalions, 10 App,ovol Wilhhold: Subm'l sampls. for proliminary evaluation, II ApprovalWilhhald: -DUt'l4l<JA.r(b'" /..OW A(JfI~vlZf!1 t=Ott- tlJ4,t!!. ~~ O'l.Jo..<(, 12 Romnrks o ( 'roJ.ct Engln..r Dlstrlbullon ~onlr.clor ./_ O'SI Onsr Engr../_ OISI Mals./_ He MRIS Lab (Oocum) ./_ ( 1 Ml1ndnlory Dl9lflbullon :)01 :'bOcn Ift'II!Vfl"ql' ,('-"--~_. -- -~ Supers.dee Previous Edlllons ~~~.,'-- .~~ , if_ ~ :~: _:::' ~;~ ~~ H.edquerters Met.rlels Englne.r DIstribution He MSls Lab (Gans,al Fila) rL.-- He Msls Lab (Eloc) (ail E 80 5 Cod.S)_ He Mals Lab (Asphail) (ail 8 cod.s)_ 50011I0 Insp, Olllco (ailS codos)_ Prolecl Eng,noor _ OlhOr_ L.ttltll ~~"1~2 ,(:, :~~:(:?P;~~~b~~:~~L';~~ ".t, J ) ..Jo , -= I o o 32xlo, ..tttllDll!l.~O ..;....1 v ,- o o .. WASHINGTON STATE DEPARTMENT OF TRANSPORTATION MATERIALS LABORATORY , District OR Materials (~ssurance Test Report te Sampled: 06/05/96 :::.ampled By: . Date Recvd Dist: 06/05/96 Local Agency No: S.R. No: section: UPPER HOH RD. Contractor: z <(" :x:.... ....~ a:: :E.. <(:::l Wu ""'0 Uo en ' enw w:X: ......... enu. ;;;01 ::E~ ~:::::; u.<( ~a ::r ....~ z.... ;::0 z...., wWi ~ 15, Uen 0- o!::: ww: J: U' ....-, !!:b: .,Zj Wen: ~:i:' b t-<.1 z , Work Order No: Lab 10 No: Lab Number: Trans. No: Cont. Item No: Org. No: F_A. No: X01244 M96042 M96042 095306 ============================================================================ CSTC Pit No: \:2-150 Accpt. Samp. No: 1 Nuclear Gauge No: Sample Loc: Used at Station: ,...:-~est Loc: GRADING: MAX. 4" 3" 2-1/2" 2-1/4" 2" 1-1/2" 1-1/4" (~;4" 5/S" 1/2" 3/S" 1/4" NO.4 NO.6 NO.S NO.l0 NO.16 NO.20 NO.30 NO.40 NO.50 100 NO.60 100 100 NO.70 NO.SO NO. 10'0 61 55 75 NO.140 NO.200 1 FACE SPEC. 75 2 FACE SPEC. Assur. samp. No: IAS Samp. No: Mix ID No: Nuclear Calib. No: To Station: By: FIELD DIST. DEV. RNG. SPECS. FRACTURE: lF 2F lF 2F 1-1/4" 1" 3/4" 5/8" 1/2" FLD. DrST. AVG.SE 34 OUST RATIO 0.39 FIEr,D DIST. DEV. RNG. SPECS. 17 8 24 6.7 0.0 10.0 IF 2F IF 2F IF 2F lF 2F 3/S" 1/4" NO.4 NO.8 NO.IO DEV. RNG. SPEC. FLD. DrST. DEV. RNG. 40 ASPHALT % 84 o ========~=================================================================== o Distribution: Materials File General File District Operations Project Engineer: ( 'OD NESBIT"........- T-S30 1 T-S31 1 T-S32 1 T-S33 1 T-837 T-SSl T-S90 T-S91 tC:---cr-. lliiIWoIiMtiJI>. MS-7365 X X Engineer OR X Result: Remarks: MATERIAL DOES-~OT MEET S.E. SPECIFICATIONS. o I o X(2) DENNIS C.JACKSON, P.E'~ MATERIALS ENGINEER By: Ron Landon P.E. Olympic Region Materials Engineer Date: 01l/10/911 Phone: Scan: t,; J; '~ " - .." :JI.'.."..,.~~~; .:......u-....... ..'......' ",,-,'~ ..~~"t. 32xlo' - .. z <( . J:.... ....z w a:~ ~:::l .....U uO ~~i w:X: ......... en u.' ~O :E~ ~:::::; u.<( !aa i=~ Z.... ~g, ww' :E :::l' :::l O~ Uen 0- 0...., W~\ J: u: .... t=' ~O: OOZ; ~!Q i3 F!:i z .1 , ".~""""'\. ; o o ,:( ~r( '; ""Cl' .,i ',i'" o ~:' .:~i' o ~%"lED JUN 12 1996 ! ,.IEf(~ERSON COUN1\' \ (~ 'f)~" ',.: I, ,x',;';, ,'; t ','_ "..'t~.d' C) () (') ~' o ':;;;;';<,,_;,,'.',:1 I e o '~2><.I'd,,! . "".0" - o o .. WASBXNGTON STATE DEPARTMENT OF TRANSPORTATXON MATERXALS LABORATORY District OR Materials Assurance Test Report (..~te Sampled: 07/26/96 ,.mpled By,: B. NESBXT, Date Recvd Dist: 07/31/96 Local Agency No: LA-3143 S.R. No: Section: Contractor: z <(, :x:.... ....r5 a:::E... ~:::l -'u uO eno enW wJ: ......... en u.' ;;:;01 :E~ ~:::::; u.<( !aa :X:w ....:x: z.... ;::0 z.... w w~ :E :::ll :::l01 Uen 0- o!:: ~ lj' .... F' ~o z wen u- j:: :t:! 0'"'1 Z B. LAURXE Work Order No: Lab ID No: Lab Number: Trans. No: Cont. Item No: Org. No: F.A. No: M96087 M96087 247902 ============================================================================ UPPER BOB RIl. LARES:IDE, P.A. C.S.T.C. pit No: Q-178 Accpt. samp. No: 2 ; Assur. Samp. No: Nuclear Gauge No: 'Mix ID No: Sample Loc: PLACE RD. P:IT Used 'at station: Test Loc: 1F 2F 1F 2F 1F 1-1/4" 1" r'. 3/4" \ 5/8" 1/2" 0 FLD. DIST. DEV. AVG.SE 27 DUST RATIO 0.4'6 GRADING: MAX. 4" 3" 2-1/2" 2-1/4" 2" 1-1/2" 1-1/4" . 1. It ( /4" 5/8" i/2" 3/8" 1/4" FRACTURE: IAS Samp. No: Nuclear Calib. No: To station: By: FIELD DIST. DEV. RNG. SPECS. FIELD DIST. DEV. RNG. SPECS. NO.4 NO.6 NO.8 NO.10 NO.16 NO.20 NO.30 NO.40 NO.50 100 NO.60 100 100 NO.70 NO.80 NO.100 58 55 75 NO.140 NO.200 1 FACE SPEC. 75 2 FACE SPEC. 19 8 24 8.7 0.0 10.0 2F 1F 2F lF 2F 1F 2F 3/8" 1/4" NO.4 NO.8 NO.10 96 o RNG. SPEC. FLD. DIST. DEV. RNG. 40 ASPHALT % ============================================================================ Result: Remarks: MATERIAL DOES NOT MEET MINXMUM SPECIFICATIONS FOR THE S.E. Distribution: Materials File General File District Operations Engineer project Engineer: .JEFFERSON COUNTY PUBLIC WORKS ( o '.. T-830 1 T-831 1 T-832 1 T-833 1 MS-7365 X X OR X T-837 T-881 T-890 T-891 X(2) DENNIS C. JACKSON, P.E. MATERIALS ENG:INEER ~ By: Ron Landon , P.E.~ Olympic Region Materials Engineer Date: 08/01/96 Phone: Scan: .'(--;-- '''J ..... '-.q'l ~ "~~..; ~~~ "l.:.i~ . " .~ ~~:~,;:;;:::i~i~\~~~:;~;';,:;~:::,"..~;;, ';' 'e., ~.....'..' ," 'i' '" ~< ilf~..:Y'...;;;;; .~-=-- I:.....dl~ ~~_ 'J ~ :.h..... ... ....j. ',,' I 10 '1" I o o 32Xlo,.i j....'~' ,..' "10 -- z <( . J:.... ....~ a:::E,. <( :::l' Wu -'0 Uo ~~ ~.... enu. -0 ~~ ~:::::; u.<( !aa J:w ....:x: z.... ;::0 z...., WW1 ~5'\ Uen 0- o!::: ~~\ .... Fi u. O' -zJ ill en' ~~I ~ '; y..'.' ( o o ': " o "0 .. () r-r,;;:::-"'~.7Ti"n '/11';'-[>>" .. ll...N.\,....' ~ _~ l11\V-' I~t.il ' ~ 'ki \.~ :::..,:: ~ ~~Ci'" ';,t ~':"~"r! AUG 0 5 1996 i J~::FF~.~;..,~;'H! COUNTY, lPUBUC WORKS DEPT. () I o o () 32>< 10 o - o .. ~ (~fI ==~.__. z <( . J:.... ....~ a::~ <(:::l Wu ..Jo Uo ~W\ ~~I enu. ~Ol :E ~, ~:::::; u.<( !aa J:w ....:x: z.... ~~, WWj ~ 151 Uen 0- o!::: LU W~ J: U' t;: F: _0. z wen u- -J: ti.... Z ~ ~AMPLETRANSMITTAL ACCEPTA ASSURANCE/INDEPENDENT ASSURANCE - 1'0247902 I ACCEPTANCE 8RAND 1,0. NOILOT NO. REEL NO. CERTIFICATE NO. TRUCK/CAR NO. CONTRACTOR STOCKPILE NO. PIT NO -178 SUBCONTRACTOR USED AT STATION TO IlTATION FIELD 0 ACCEPT 0 REJECT QUANTITY REPRESENTED BASED ON 'IELD TEST NO. ,AT /!cI, I1r TESTED AT PRODUCED ON OATE ASPHALT CONTfNT IN MIX DESIGN Coat.., S.E. OUlt $IS M... SCREEN Fine Rallo % Aaph. Density Frac1ure I=IEL.D DIST. lAB. SPEC'S. REMARKS: Mix Dellgn Oealred D V.. D No ) ( .JOT:;"'>>>OII OlSTRIBUTDN: WHITE. W1lh SlJ11lle CANARY. Pro/OCl FIIoI ProJecI Engln.., Organization Coda Phone: ~ Bi2l/cr /Al./A:!Ic ,./e.c~ ?r~-U ~ . ( 5(;0 ') :?~.., - 91" 8 7/~ ~#:S. WOIZk:S. ....,....,..'. 'i' . ,. 'r:'t._ ,1.~'''''. ":".,.,, ';'i<,!.'j'~ \',~ ',~' '. ,~.: . "', ...... I i I o , . o I o o ( o .- o .. WASHrNGTON STATE DEPARTMENT OF TRANSPORTATrON MATERIALS LABORATORY -i/.p z <( . J:.... ....~ a:~ ~:::l -,U uO en 0, enw wJ: -'.... en u.' -0 :E ~i ;2:::::; u.<( !aa J:w t-:x: z.... f=0 z.... ww. ~ 5~ Uen 0- c!:: ~~: ~ [3. z wen U-' i= J:i o hi Z '~: District OR Materials Assurance Test Report (~, te Sampled: 07/01/96 ,~mpled By: Date Recvd Dist: 07/01/96 Local Agency No: S.R. No: Section: Contractor: H96058 H96058 095308 Work Order No: Lab ID No: Lab Number: Trans. No: Cont. Item No: org. No: F.A. No: ============================================================================ C:STC pit No: PLACR RD. (P.A.) Accpt. Samp. No: Nuclear Gauge No: Sample Loc: LAKESIDE Used at station: Test Loc: Assur. Samp. No: IAS Samp. No: Mix ID No: Nuclear Calib. No: To station: By: FIELD DIST. DEV. RNG. SPECS. FIELD DrST. DEV. RNG. SPECS. GRADING: MAX. 4" 3" 2-1/2" 2-1/4" 2" 1-1/2" 1-1/4 " '" ( /4" '~/8" 1/2" 3/8" 1/4" FRACTURE: NO.4 NO.6 NO.8 NO.10 NO.16 NO.20 NO.30 NO.40 NO.50 100 NO.60 100 100 NO.70 NO.80 NO.100 7S ,55 75 NO.140 NO . 200 1 FACE SPEC. 75 2 FACE SPEC. rr~1l!~.r:: fC;,.:i1j ~'!I ~[;:~..~\ I, -: .... 1.?0o l.___ ..r;' .":J::l' "W ff-rJl g..,j.' n 26 ; 8 24 i :'., JUL11 1996 I ~ ,Ji~,'1 ,,,,i,:,.JI'l COUNTY~ 1.!.~~.~,~:~~~<~".~:~~.'~:i 12.3 0.0 10.0 IF 2F 1F 2F 1-1/4" 1" ,roo 3/4" " 5/8" , 1/2" i 0 FLD. DIST. AVG. SE 25 DUST RATrO 0.47 IF 2F IF 2F IF 2F IF 2F 3/8" 1/4" NO.4 NO.8 NO.10 DEV. RNG. SPEC. FLD. DIST. DEV. RNG. 40 ASPHALT % 93 o ===~======================================================================== o Distribution: Materials File General File District Operations Engineer project Engineer: (JEFFERSON COUNTY PUBLrC WORKS T-830 1 T-837 T-831 1 T-881 T-832 1 T-890 T-833 1 T-891 Scan: MS-7365 X X OR X Result: Remarks: MATERrAL IS OUT OF SPECrFrCATION ON THE #40,#200 srEVE AND S.E. '" X(2) ~ DENNrs C. JACKSON, P.E. MATERrALS ENorNEER By: Ron Landon , P.E. Olympic Region Material Engineer Data: 07/02/96 Phone: c.'..-. . ;- ..~,...,,=~~s;~~~~ ~.~":~~,. '}j;;~~f~'~S';"\'~:ii';'.;,J"Lt' ) ..~,g I ! I f , I o o 32 X 10' .- z <(. J:.... ....~ a::~ ~:::l .....u uO en 0, en w' wJ: -l.... enu. -0 :g~ ~:::::; u.<( !aa J:w ....J: z.... ;::0 z...., WW1 ~ 15'\ Uen 0- o!:: Ww J:u ~ l3' z wen ~~; 01 z , '7'''" o o .. o o ('lysical Testing Section . _reliminary Aggregate Test Report WASHINGTON STATE DEPARTMENT OF TRANSPORTA'I'ION MATERIALS LABORATORY PO BOX 167 OLYMPIA, WA. 98507-0167/1655 SO. 2ND AVE TUMWATER, WA. 98512 ~v Date Sampled: 07/01/96 Sampled By: Date Recvd HQ: 07/02/96 S.R. No.: Section: Contractor: Work Order No. Lab ID No. Lab Number Trans. NO. Bid. Item No. Org. No. F.A. No, JM0016 0000125403 P -966512 095307 Material: CRUSHED SURFACING TOP COURSE ============================================================================ . W.M. Legal Description: 1/4 1/4 Sec. Pit No.: BLUE MOUNTAIN Sample Loc, : Coarse Aggregate Tests: Test Method AASHTO T 85 Bulk Specific Gravity (SSD) Bulk Specific Gravity Apparent Specific Gravity Absorption (%) T. N., R. "nf,..r"""::,,"',r.,,,,~l 0''- . I; ...'-'. "',......, "~l ... n-,y. t,;opy retained by h -.JW"; j nj{ on,;; y"'car only. ' ( Fine Aggregate Tests: Test Method AASHTO T 84 Bulk Specific Gravity (SSD) Bulk Specific Gravity Apparent Specific Gravity Absorption (%) LA Abrasion: Test Method AASHTO T 96 Class (Crushed Agg.) Class (Round Agg.) Sand Equivalent: Test Method AASHTO T 176 Degradation: Test Method WSDOT #113 Organics: Test Method T 21 & T 71 Asphalt Content-Recycle Mat.: (%) Test Method WSDOT Std. Specs. 9-03.11 Soils Tests: Test Method WSDOT #611 Stabilometer ("R" Value) Swell Press (PSI) Drain Fact ~~lECE~\fED JUL 29 1996 . . '-IV' r'\j C")I)!\I'i'(' ! JEFi'1:;i'I'::IUl' ,., I !PU81.1C INOFl.KS DEPT'l n- 22 ============================================================================ Distribution: Materials File General File Region Administrator Project Engineer: JEFFERSON CO. - B. NESQtT Physical Testing C.2G- T43A- N3B-l.0 T43D- T43H- 4 Result: INFORMATIONAL X Remarks: X T44Q- T44R- T630- T631- T633- X (2) X See Attached Report: _____, DENNIS C, JACKSON, P.E. MATERIALS ENGINEER David M. Jones, P.E, By: ~ ~ Date: 07 /22/96 ~ Phone: (360) 709-5446 T43L- T43M- T4i1B-l.0 TIIIID- NilE- T44F- T44H-l.0 T44J- T44L- T44M- (:.. -~. ---?--- --~"' ~~ <~? ",. "'::'''-1:' ..........- ....~_ -- If ~..ll_~' ...:........... T I l j I . v III I o o ~" '., ,.,o,~::;' . :.~ , '~,'.)l":"J,<' _,-,;':.'.'>>;' 32xld - z <(' :x:.... I-~ a:::E. <:::l Wu ""'0 Uo ~~ ~.... en u.' -0' :g~ ~:::::; u.<( !Q a' ::Cw I-J: z.... ;::0 z...., wW1 ~5~ Uen 0- o!:: Ww :x:u ~[3 Z wen u- -:x: ti'"' z .r-"" ., , , o o .. o o r.. ( hysica~ Testing Section '..,.reliminary Aggregate Test Report WASHINGTON STATE DEPARTMENT OF TRANSPORTATION MATERIALS LABORATORY PO BOX 167 OLYMPIA, WA. 98507-0167/1655 SO. 2ND AVE TUMWATER, WA. 98512 Date Sampled: 07/01/96 Sampled By: Date Recvd HQ: 07/02/96 S.R. No.: Section: Contractor: Work Order No. Lab ID No. Lab Number Trans. No. Bid. Item No. Org. No. F.A. No. JM0016 0000125403 I' -966512 095307 Legal Description: 1/4 Sec. ---------------------------------------------------------------------------- ---------------------------------------------------------------------------- . W.M. Material: CRUSHED SURFACING TOP COURSE 1/4 Pit No,: BLUE MOUNTAIN Sample Loc.: Coarse Aggregate Tests: Test Method AASHTO T 85 Bulk Specific Gravity (SSD) Bulk Specific Gravity Apparent Specific Gravity Absorption (%) T. N., R. 1;'~~~r~~t;,~~6.l..<:~'y. Copy retain~d by \1...J....v j 11.,'1 01 $": J1~ar cJnly. ( Fine Aggregate Tests: Test Method AASHTO T 84 Bulk Specific Gravity (SSD) Bulk Specific Gravity Apparent Specific Gravity Absorption (%) LA Abrasion: Test Method AASHTO T 96 Class (Crushed Agg.) Class (Round Agg,) Sand Equivalent: Test Method AASHTO T 176 Degradation: Test Method WSDOT #113 Organics: Test Method T 21 & T 71 Asphalt Content-Recycle Mat.: (%) Test Method WSDOT Std. Specs. 9-03.11 Soils Tests: Test Method WSDOT #611 Stabilometer ("R" Value) Swell Press (PSI) Drain Fact 48 22 ======a====================~===============aa===~a=.=.===aa================= Distribution: Materials File General File Region Administrator Project Engineer: JEFFERSON CO. - B. ~ESBIT Physical Testing C~2G- T43A- T43B-l.0 T43D- T43H- 4 Result: INFORMATIONAL X Remarks: X T44Q- T44 R- TG30- T631- T633- X(2) X See Attached R~port: _____~ DENNIS C. JACKSON, P.E. MATERIALS ENGINEER David M. Jones, P.E. By: ~ ~ Date: 07 /22/96 ~ Phone: (360)709-5446 T43L- T43M- T44B-1. 0 T440- T44E- T.44F'- T44H-l.0 'l.'44J- T44L- T44M- /(.~-~_. '. . i','UJ",'/ . .~ r', .L"" '... ..'"~.. " .,...... ~. lId~.lid...I...lIliIJ12l. ~......" ............. < , . 'Ie. ,ia , .1'-....,..'........... I', ,\~;.,:,.;;;::,";.::,;,"',,) .,,1 0 ~._,~~':'io..bi.. .,;..;.,,j',,;., I o o ,.:.."..J.,........" iIIIiIIi~'''''''''' 32>< It 1 , ;~"'~'v,' ,L:':"!,:";~ 11/4__ I C:.~' tY jY' J/4,\ ./C r. ?. lOe) - ?!if' /' ~J""~ li.~ I 99. ? '1 It:: N$ Lj J. ) J ( (. ~ q/~ .t.;t. >''1 << - ?r % J ' 1.71 l/~, ?5" . y~ elf' 40, k"5) ?/(, 3.>" Zo.r:C/ ~/. 7 Ii ,... 100 '~1GY If.,.-?r" t../.o[' /&'CC;tt.r'"'74,k . ~ 90 l-/ ot/ '1'OTAL 'Z22& ~lI. ,- ~<;1EV1NG; wei .-:0;.;.:....:..: DtJsT'RATIO~...trH-M~';'SANDEQU.vALENT~ ~ Min: ("" .. 1f7u ,...,,./ CCMPUTAnONS . , ,"f'\n vr'I to .- ( z <( . J:~ ....", oc:E., ;'5:::l -'u uO enO enw w:X: -'.... en u.' -0 ~~ ~:::::; u.<( !!la J:w ....J: z.... ;:0 z...., wW; :E :::l,' :J 01 Uen 0- 0.... w~; J: U' ~ 13' z' wen u- i= i!:! ~! ~,... " o o '. . (C.' ( K;' !" , "~~:: L o o .. 07-01-1996 01:20PM FROM Clallam Road/Public Work """tJ \ (J;"-V'I' \ Ct-;<'-- r-//-l1'S TO 8-251693-3603859172 P.01 ,JI. Ole :z.- '-- , AGGRECA.TE LAB n:sT \::..' (, :. \\ ."'~-jJ ,.' SAMPLE#. 2 DA.TE <)'/2,1j TIME IIJ :30 if....... 8m/pm. CONTAACT#<?: /c- Y7 PIlOGRESSS.\MPLE#_ .cONTRACTOR Bt"v'fl 1 fJ./\'rl,/ MATERIAL <!. s r~. "CGIU::GAn:: FOR ('I'c,,:.f<,'{) -:;.....' r~'( 'r.,'(_ TOTAL ",. orSAMI'LET^,<EI'\ \\t:T\olo1. ufSAMl'LC (:In,"r :r;J~1it) ~""cJ' If' r- Z OR\'''''1~ (J(SAMI'LE (:.OC',. ~plir) .t'2'ZC-.. C<)Ul':n'SOUIlC€_; COl\'TRAcrOJ{'SSOUI(CE~; OTllER_; "'T# ~IU( >""'1>-1 Q - 1,0 S.v.II'U:O f'ROM-- M<<kl'ilc_, puinl ur '1<<'<1"""0'_. ull,<r _ INFORMATION SA.MI'LE ()NL~_ SIEVJ::S SIZES: R.ETA.INEO: I'A.SSII'IC: ~ SI'ECIFICATIONS: F'lVocnJIlE: % SPECIFICATION: ~ 1/2 Us. '10 11/2 :f:!.i.- ,9/ f~ /0 i./~> s.~. 2.7 :. ~t( -17>- {C€PJEO f.;:ECfED _CONDmONALLV ACCEI'I'6O' INSPECroR ~~~~,,1/ff-' . , CONTRACTOR by. ,I' " ,. . ~.' I :-"'I'J,,~.\, ~ ...,"". ~ ; 'AJ 7'X ~IC.. ,1J~'.f~--6;;'" ... . ~ \ l' . .... "'-:';'.' , .. 'I1/IJ1'~ '1"'IbS J4,..,Pu-:', :'~..v:,- 70 ,..;' " - _ ,.tg.L 'L,' -"........:..0.;.... .. .. ,.""...;........ .. ...., ." ~" .\~I..'.. .," ""'.'~~~"":!'~ i'.,' /;',:;i\< ""'","1,l(""",1 , :-.,."....0< 'r ...,....', :...."..', 1.., , ,.,1.0 = .,- ~..:.~ ... ..."., - I o o ..hJllai .. ',,~.. 32X I OJ .. 1-" ......:...J ~/- ,- o ,- o .. ( LAKESIDE INDUSTRIES WA. n. CONT .lIao. _. _ ............. 27_ P.O. BOX 1379 BELLEVUE, WASH lI8l109 SAMPLE NO. 0<-'" SIEVE ANALYSIS OAT! JOJ':t./ICf"t MATERI.AL n TIME 10~Oo CONTRACT NO. WT. OF SAM~E SAMP~E FROM R: In/.,,,- M+o!/ WCH..N WIl. PU1D TOTA~ " ~ TOTAL" "IiIUHT IPEC'C SIZE IIET flETAlNeD "ETAINED ._Q ......NQ 2112" 2 .. 13/'" 1 1/2" 1 114" I" 718" 3/'" 518" 1/2" 3/8" 1/4" " I TOTAl. "0 '44 ,eo 1200 PAN /\ FRACTURE, 8.', D'S.!), =- .2.. ~ ~l~ 1" , ~~ ~'\ III" 1/2" , 3/1" H = )...3 ;:z;:J... "", DO ::- <<I' IW' .2 " '?S" ""'...~ ~ ) '10 , ~.. z ~~ ....~ ~~ ~g Uo ~~ ~.... en u.' -0 :g~ ~:::::; u.<( !!.la J:w ....J: z.... ;::0 z...., :E ~1 :::lO, Uen 0- ot: ~~i .... F: ~O w~ ( ~~i ~ 1 :r" o o ( EO 3!l\1d s3I~lsnaNI 3OIS3~1 ~~) II!tl ~E6llS~90~T ~S:9T 966T/8~/SO G E~~,)'::.:J~fu:I','i~l~:;~~:":.'~ ;; 0'''- _.-.~ bd.d , ;': ::~: ~ :. =:==~ I 10 - I o o I I i ._~"JhlHP-~2 ~. ,1E,lJ ..-- ,- ( .. o o LAKESIDE INDUSTRIES WA. IT. CONT.lllo. NO.2>>-O' U"I4I.' >>410 P.O. BOX 1378 8ELLEVUE. WASH 88008 S....'LQ NO, n -:on u ..,. MATERIAL n. z <(' :x:.... ....~ a::~ <(:::l Wu ""'0 Uo en W'j lnJ: ......... en u.' :; Oi :E~ ~:::::; u.<( !aa :X:w ....J: z.... ;::0 z...., WW; ~ 15'( Uen 0- c!:: Ww :x:u ....- ~b z wen u- -J: tit-. Z CONTRACT NO. .~_. 54ftllN 21/2" 2" 1'4/4" 1 1/2" 1 1/4" ;';"l~ '(. lIB'- 314" 518" C 1/2" 318" 1/4" 14 TOTAL '10 '40 180 11200 PAN 'I'IACTUI'I.i 1" III" 112" ( all" 1/4" 110 ,r' o o Nl (--;".~---- ..... ~""l :3!)\1d J-'--. .,.. SIEVE ANAL VSIS IlW ':11" WT, OF 'AMPLE ~,T;"'''' ".TAI"IID " 11"""'11" I-t ::~. 'a' ,M1.NO 6>>2. .. ~ ~ 100 w 300s.,,_ o..n 11/1 14'1 TIME ...MPLE FROM B~... 18J~.. }4mv Jm~: ....1;'& (,'2 TfIT.,DIV'~ ~ ~' s3I~lsnaNI 3OIS3~' JtMlllt.1.tkJ laIlli!II~fjj~.]artiI -~? : .IIIIIIII""- ~E6llSP90~T P~:9T 966t/8~/SO () ( ,';:I,j::~~P!:;'~,::":,, :-~';..ll~ ~'.'~~~d &i<b. t'; ~, Jo J) 14>..1#. bAf_ I o o 32 X I 0 ..1iIIlIlllil i ~ PT' .',- z ~~ I-w ~~ Wu dg en w'J fflJ: ..... 1-' ~~', :E ~: ~:::::; u.<( !as :X:w I-J: z.... ;::0 z.... WW, ~5'\ Uen 0- o!:: Ww :X:u' ~~ w~ ( u- i= ~: o z ',r' o o .c='-'--;_. ... - o o .. ^ LAKESIDE INDUSTRIES WA. n, CIONT. A.O. HO. 2>>-0'1 LA.....,.. U4.ID P.O, BOX 1378 BELLEVUE. WASH 88008 SAMPLE 11I0. 0 ~" '1)":1 ., '''''01'''" _^....... SIEVE ANALYSIS DATE /' Iii , "'1 MATERIAL1i Octl II 110 1<114 TIME /. I.. I Cl'1 CQNT""CT No. WT.OFSAMPl".e SAMPLE fROM (J;.... J n,.,. ""-t-.., se"IlN WEI HT TOTAL .....1\...." .. TOTA" " WEIGHT ...e.. s,n REfJ NED nltTAINICD P....,NG '''-INCI 2 1/2" 2" 1 3/4" 1Vl" 1 1/4" I" 7/8" 314" 518" I- ' . 112" J/IJ" 114" #4 TOTAL '10 _. .... IiflJ ....0 '200 PAN FRACTU"I, u. H=7,1.o J...!. = ~" DI...j . '~ H;fr.1<< iAA. :: 2'l... O,~ l~. .l:lJ. ~ 4'1,7 '" 5/1" H= ,.S' :LL :z 1-I::1J'.'4 (,11 1(2" U',I.IS 27 D.~. I -.:... = .2.~ D",.J S/I" ~,.? , 114" tf =~ S' ~ = ~~().".' ~ I *'0 ~1.nr ~ I TIITlD BV. illS' ( ( ~ ~o 3!?\1d 531~15naNJ 30153>1111 Z;EGLL~l>90Z;t l>~:9t 9GGt/BZ;/~O c ~ .) ',: ';~a~\!..'j;, '~."l';' j,.;;:.W.},':J;:", ". ~'{'f...;:t:'lt,', QI' "i<, ":. ,(. , ;"''i''-'''-''f' ,- z <( . J:.... ....~ a::::E. ~:::l .....u uO enO enW wJ: -l.... en u.' -0 ~ ~' ;2:::::; u.<( !aa J:w ....J: z.... ~~, WWI ~ 15', Uen 0- C1!:: ww: J:U ....- ~ti z wen ~~i o ' z '~ :r...' i o o o o .. c LAKESIDE INDUSTRIES WA. IT. _.IIIG. NO. IDOl LA-KI..... :l74D P.O. BOX 13711 SELLEYUE, WASH.88OOll SIEVE ANAL VSIS DATE Ill. ~) q... S....'LE NO. nq., - t",\q("" t.4A T.RIAL t1 TIME 'A"PLE 'AO" Jl~.., Ill} "I M-..v. ~~~ ....... CONTRACY NO, lICRllN 81ZI WT.OPSA"PU: II. ~ .., .,l&T:~ " RITA1N~D nllTAINED ,. ._lNO WI GHT R., fliNIO 21/2" R 2" 131." 1 1/2" 11/4N I" 718" 3/4" ~ -- JIV'"\ IOO~. &18" ( 1.4 2~ "l'l!,> , ,^, "t...~ (. "q cu_ ")'>>- J:,') 1/2" q /'l -,n.., ')_<" ~qC> S-S.7C' 318" 114" 14 TOTAL ..,n Ir,... "J ''''''Q ILl..,..., I t:"/./... ~~ . ~LJ I., ,,- .., I ~.D_" D l"to -U" II .::a..... I'^ ""} ..". ~~ q"t3 140 180 #200 PAN '''ACTU'''. ~ -=.5"3 .s.E. I o 1,1. '" 1/1" o 112" - ( 31r' 114" IlU U.U.,,:r ~.' 12~,.1I:' "11 3a1f"w!& '74 .. =7.' ..2&!- = ~ Olt~. ""',' ~"."" v nITID'VI""~W~ $ . ' ~~. .- NI' '30 3"fld S3I<!l!5nlNI :3IlIS3>t111 PS;'31 '3&61/B~/SO ~E6llSP'30~I ,- Z <(, :x:f- ....~ a:::E., <(:::l Wu ""'0 uo en . enW WJ: ""'f- enu. -0, ~~; ~:::::; u.<( !aa J:w ....J: Zf- ;::0 zf- WW1 ~ 15\ Uen 0- o!:: w w' J:u ....- ~b Z wen u- i= J:, 01-: Z '~ '.r f o o (, S"'''''~LE NO, / 0 ? - 10"" .....TlRI...L n ~CTNO, lICREIN SIZI R~ rl~::lD 2112" 2" '3/4" 1 1/2" , 1/4" ," 718" 314" 618" c 112" 318" t/4" #4 TOTAL ,,0 '40 180 1200 ,.AN '''ACTU''., e.e. '" 'II" ( ./.. ir~ /_ li'''. 318" I ')'U.,.= ~" 114" ~l(".,.: 7S-~ ~. :t~:: 'B2." NS' 813 3!:l\1d c-o-- - ~ ~-----Lt,. --- ~UL. ~ o o .. LAKESIDE INDUSTRIES WA. aT. CONT. A.O. NO. 211-0, ....._..... 274.11) P.O. BOX '378 BELLEVUE. WASH NOO8 SIEVE ANAL VS/S WT. 01' SAM"-E -/20"1 ~1'fJ1.": " R.TAINED IIETAINED " 1'..1",0 DATE J1/"J4... TUAE 2.... ~ &^Mr~E rnOM llhlJ l]J 01#: ~ TOT A&. " rARING "Ie.. ' -e-- .,a.- }DO If)tJ''~_ ;i Ci, ~ q:) , Cia -IDO. ':!./')(,., 2J;" ']r .. ,- -~~ '-1-, SS> .o(':'<---,r ">-<"7 C; J"" }(")-,7) J J "3 "2' 1'. "l ,,- ~q "1"1.S' .n .:\., 21./ " <-r H-~v 1:l.O_-},Cl 32- :::: lt7J oS E "}. ~ . . H~],W~ ;.'lJ'" D~. ~W:"-5" TI.T~O'V: L~~ 53I~!5naNI 3aI53~\1l 10 ...'._ ",;, : ~ ~ '~.;, ; .: ~EEiUS~911Z: I I,,", /,i',) .OC(p, ~.-:~~~..=-. 7 j.Ql' ~s:gt 9EiEit/8~/SIl "~(i~N:t;.,;.,:\,n'''' ~ ~ -= ,,('l -= I ,.10 ~- I ~ ~ . ',-, o o 32 X 10 J..~~"""1IiIII1 ....-.'1ldai.:IJ ~ v- ,,- z <( . :x:.... ....15 a:::E.. <(:::l Wu ""'0 Uo en ' enW WJ: ......... en u. -0 w>: :E.... <(- a::"'" u.<( !aa :X:w t-:x: z.... ;::0 z.... uu w, ~5;, Uen 0- o!:: UUw :X:u ....- ~ti z wen U- -Xi ti~, Z ( S.....Pl.E NO.-1.l2i:::L. MATERIA~ Jl CONTRACT NO. StJ:IIN Rr ~'::lD 21/2" , , 2" 13/." 11/2" t 114" I" 718" 3/4" -. 518" ( In" 3/8" 114" ,. , TOTAL #10 140 180 - 1200' PAN . "'ACTUAl' 1,1. I" S/l" II:/" ( 3/1" I~" I 110 " ,r' o o "" - o o .. LAKESIDE INDUSTRIES WA. n.CXlSIT. Ala. NO. _ LA........ 31_ P.O, BOX 1379 BELLEVUE, WASH i8OO8 SII!V!! ANALYSIS DATE /I h., lq'f ...... ,- TIME 'AMPC.E '"OM.8\... I ~J.... Mt-..t ~2l:.li: UIC'S WT. Of '''MPC. ~Ta~ " Rll'AIN.D flETAINag " PAUJNG , , H :::~.' - 21'. ' :Ill 30 o.~, ~ ?,O'7S' I~ 'fInlCi IV, ~~... N . to ~l1d S3I~!SnaNI JClIS3)t\11 ~_._._~ - C .., -==--- ( 0 1llIJII:I IL_Il~ J>JlL .lI!lI&I...tl II UGUS~90Z T PS,9T 966T/BZ/SO f) : , 0\" ' :) .' ;'/1,' "~\~"tF~",' ';'~L-~r:\ ':- ~;l'Llri"T1ff?"'" 1Iil 1 (' ) i 10 fl<q-"""- ......~ I o o 32 X I 0 .lI.BWMtIi~ .. '\~1 , '"\.,'...," ",'" I', " ",::..~ "t", D',' '. " ~ , 1\\' \'~.r..: ~. '::'"', .{. ".~'. ,--<. '"';~ r -- ( z <(' :x:.... ....~ a:::E. <(:::l Wu dg en WI' ~J: ......... enu. ~Ol ~~ a::..J u.<( en:::l _0 :X:w ....J: Z.... ;::0 Z...., WW :E :::l' ::::l 01 Uen 0- el!:: Ww :x:u ....- ~b z wen u- -:I: ti"', Z , SA"PLE 0;0. J 2"R' -, q MATERIAL (\ COo;TAACT 0;0. _UN GlZII 21/2" 2" I J/4" 1 1/2" . 1,114" ," ,i .. ,:,11~' ~ ~' '....... , 314" 6/8" l 112" 3/B" "." 14 : ,TOTAL .. 'GMT IlIi "'MID ...' ",Q "I:!.o {,~:"80,,' .;~O ':, ." 'PA".... ~ J " o 'RACTU"11 .... o 1" III" ~ l"'~ 10 112" ( ,"", I';.~'~ ,,.,. ''14 (..1:'" '10' 33 II::' "'" -- 60 3!:i\1d C--o"-~'--i n~ DC!",. (- ~U~ ~, o o .. LAKESIDE INDUSTRIES WA. ...._.uo.__ LA-G..... >>- P.O. BOX 13111 8&LLEVUE. WASH llJI)Qll SIEVE ANAL VBIS WT. 0' IAM'LlE Q :ir'''' lOYAL Ilrl!?lW'o ~ " ftRTAINI!D " '_11 ~ ...A- - 3~ 1.1 ~ .:;' t:. '1'-9, " .. ~'tn ~f.; ,1 r" ......;".~.\ ^ T. \ './ '-'I' '... .><. I" ,. ('"'\c'. ,~. ~ ~A-.; ,. ,~~:. '..:'~' 0":1' c:::,(^~ q,'5t''' ,;:~,:;~,j,:l~: .,. ...,,' .,' , ti;;:~~.e:. '! ~~ ',~J'I' '~"~1 ;.. (;.. . <= :' ~I:':~:~ ~, ';.;":::.' '.', ~:",': 1-1 =-'8': I ~ = ~ LI <. ef'?" TIlTeD IV, OATE '3/~ I ctr 1"". J. '2 '0 J.o f'..... SAM'LE '''OM O~ ^' J 13 J... J.t-,. TOTAL" P.....NG ....1':.. . n JIV:J ) ODUI.. '" t" "j;l>~ I..&.J "'f)-lOO~ "'U. -trill .<",::4,.-..'),4.- ~~ lct r 20 "0-'1 ":l ' II,':" 2,LI 3. o. -,,0 fl ;'1 " " '?r: *:: Dry oS ,'i!".s:. \ \.- ~E6llS~ge~T ~S:9t 966T/8~/se ;',. ~"i'~.'.~ "i . ,., S3I~!snaNI 3aIS3~~' r __.~. '" ~=Q:j,[) , '.' ", ...._~I---"':',~", ,,' 'j,' '''" ~, 32x 10 ,~<:";,,, ,-\ "'0'" " "'; ",:"(i';'''J;~i't, .,.""..,..,-.' r- \ ,I I I I ... '. I 1 \ 10 I o o - ,- \ ( z <(. :x:.... ....~ a:::E.. <(:::l Wu ""'0 uo en wI' ~:x: ......... enu. ;:;:;0, :E> <(!:: a:"'" u.<( !aa :X:w I-:x: z.... ;:0 z...., :g ~, :::lO", Uen 0- o!:: Ww :X:u ....- ~ti z wCJ) u- i= :x: , o to- i Z S.lWLE NO, .l':\ D MATERIALR CONTRACT NO. 1l:~"N ~ 1'1:110 2112" ',. :I~' , 13/4~ 1112',' 11/4" 1" -,. 7fa" 31<&" &/8" ( 112" vii' ^' '~ ',iii'~: .;- " " -,' 00' ~1t " '. '.. , , ..t ..- , TOTAL " " ; '10 1<&0 leo 1200 ,.AN '''ACTU''I. $,I!. I" r o o 8/1,.... . ....~:)" ': ';,';! .'>,i"', .,:;.; '!' ..~. (.',;.,~ ~~~:, .. " ;,~. ,!', ," ~ .'!r/;4r.~., <~.~,~; 1~. '.. ~ ., t~~~:~ , \.' I' . 01 :3~\1d C~- '_. ,,- o o .. LAKESIDE INDUSTRIES WA.llT. CONT. "10. NO. 2>>0, ~_....' _ P.O. BOX 1378 lIELLEVUE. WASH ~ SIEVE ANAL va,s WT, OF lWoIPLE I)'~ ,!2TAL fli-l!fIllD "1T~NlD -A-. , 9-5? . 2'~'n: . t::: ~ :,'.~. .~.' :.'\"', , 'w.5?f^ ~ . PAllING ...Q--- ."7 :'.2-2 " '~:;,,'b' ,',-' . '... '. ~..'f<~~~::r.~:\' ",,!-;, , , . . t,i, ~,,,\ ' ct4 ~; t:;'~, '1 '" OAn :\, '2. I ~ >' TIME '3' SOp.... SAMPLE FROM 13,.., In',.... AT'" "* TOTAL" "ADINO . ....ECOS , n J n..... IbOO/n ,. q:3 4n-IDI"') '"7~ I'''--..,D ("rl ,~..--.., r 31.1 ,., t, 2:l , ..; "\ q J ':t "5?:J ,~, "'l , *" = p.;y J\e"e,. :, I',., J-I= ?' k.!"::'i'i()"~' ,~~!".1', . '", '''~J;'.'" '"'''~''' ., "1';;" ' " , '!IS:IJ"I~t' "l.,'iJ -,(, 1:\ "'. , ,::,~~~~ti '.'.. ;.:'~~+'~P- i.()~ r~hJ" '.',' ' ,,,,,\,:,::,:~,:;,..:,,:{,:,.,.~,,,,, ~ ,. . \,~:t~, . . ....... : : " ,TIITIO'IVI ' , . '. ';. [ S:3I~!SnaNI :3OIS3~' UGl.l!W30Z: I ~H~~ hb-I..J':J.. I. .24..1 3.0.").c) ll- ---- .,......j'it"i;'-'.i" ~5:9T 9GGT/BZ:/SD I " " t. , 10 I o o 32X 10 LAKESIDE INDUSTRIES WA.n._.llIo.NO._ LA-III..... 27_ p.o.aox 13711 IIELLEVUE. WASH lIllllllO '.....L& NO,' ,"'\ c::a _ . LID SIEVE ANAL VSIS DATE~ MA TE'UAL n TIME ,.llt\,...... CONTIIACT ND, WT, OF SAMPLE '~"i ., SAMPLE FIIOM Bt'loJ "n~ Mil""< &CAIE'" IIr, GMT TOTAL " " TOTAL" WIlIGHT llHc-a ,.ZE /NED, "STAINED RaTA/NIID P....INO P""NO 2 112" ft 2" 13/4" , 1 '12" ." l' J/4" " , ,:J .,\;'1'(: ,~ " ~.:, . ;f~ ".J' ,', ." 'fllA" . '. '. .: .' ;':iI'!" 'I ..,;~ "-. ,;':;; ~r :;i;.l, .... ~ -A- I A;:'\ ,,...,,0..1. lil8" ' " 1/2" " ....1 r ac- 4n-JN) 3/8" -i~' ;) '~'~ '"\ ~~'. ,,OJ' .,~ 1/4:' '" 1.""f1J:>.r", I ..... r"O '4 .... ,TOTAL ...~ . ';f~ " dLlI ,,_r ~~ "I,') - &.of ") ;1' ',",W-, \~:,,~/\ ;~~,..-, ' '.a~ " "f: " ~. II' - '2..&.1. .~t J ~ ",..:... - ,I~~ :~ ,,' . ." ",'~ "...J; .:;;_i...... ! . . , .,~ ..~-. " ! '':-' ;,. ~: ,):.:\: ~.:..:., '~'?~'~ .'f ~' -, .:.., q' '~""'~ '.' . :r"l " '~Ct~,J~ '.~ .,.... 't'. " I'....'... .. , ;.,.~:. . " - ~: oj. ~ " '~j:: ::;::f~N ,:,~: '.~ ,~ ", ',', ;t. '... ' "',,J'. " '. : ~,,~ I ',', ". '" "" :' ""', ~.{~..;. . - " ~. ~ :,f', " .' .. .~,~ :"R~CTU".' I... ~ . : ','" i",.1 ,.1,:;:-.s:' ..s.&:, I ": ";:/llJt~, I .. f :~ ~":'I~:.. ~~... ....' ., , '3/8:',:, ..... ~. H= ?O ~: 2.&t O~~ "4" u.r. - ~ \~ 110, . ~9~ 1, -~~.~ TIITIO IV, I ., , r ,- z <(' :x:.... ....~ a::~ <(::l wu ""'0 Uo en WI' ff3J: ......... enu.. -0 :g~ ~:::::; u.<( !as :X:w ~J: z.... ;::0 z.... :g ~, :::l0' Uen 0- o!:: Ww :X:u ~g z wen u- i=~ o . z , ,r i 0 o ( ( ( NO' (--;----- IT 3!;l\1d -- o o .. S3I~lsnalH 3aI53~' ~E6lJ.5lJ902: 1 lJ5:91 9661/82:/50 ~ J:tl o I \ i ! I .I ! I 1 '1 1 I J I I c. , I 10 - I o o 32 X I 0 - o ~,- o .. r"O LAKESIDE INDUSTRIES WA. ST. CONT. "IG. NO. US01 LA........ 27_ P.O. BOX 1379 BELLEVUE. WASH ll80llII SAMPLE NO O,~"ll SIEVE ANALVSIS ....Te..LOJ2.0 l..,,1o# U""T'RIA.....B TIME I 0 ~ If) ...... CONTRACT NO. WT. OF SAMPLE 18qB 5AMrLt rROM Il\~ J n J.... J.y.~ SC"IIN WI ~I:lD "'TAL " l( TOTAL" MIGHT SPEC" ' SIZE "1'1: AETA.NIO lllTAINID P.&SlIING .AAlNC . . 2112" 13 2" 1 3/4" 1 112" 1 1/4" 1" ., 718" 3/4" c;, 0 ~"/'dJ I~"...- 11/8" 1/2" /~9 IV 96 qn~....\o 3/0" 5'2~ '2.8 ~ft "r-~ Q,,~ 1/4" 855 "1; 9; _<":C"-.,r- '4 TOTAL 110 /'lb~ j~7 31 .,rh"'oOOJ Al40 1t;/4 b 20 , 1, - '" Lo leo 1101 () 10 1200 17(h ~~ ~.~ .".0_.,. .0 ,-. PAN FRACTUl'le, 1,1. I" De.". = (~.&.j =- 3..3 .,." 1/2" _::90 ?r.~ 311J" : A4 - -:::. 33 ~ 1/4" ~ _It 8 2t,. :J,. I 110 ~ " 8' D'~LV I Tllreo IVI ( z :2~ ....~ ~~ ~g ~o, ffi~ ......... enu. -01 ~~ ~:::::; u.< !!1~ J:w ....J: z.... ;:0 z...., W Wi ~ 15\ Uen 0- o!:: ww: i= ~. ~b w~ C ~:i:, ot--: z . o o NU 2:0 3~\ld S31~!SnaNI 3aIS3~' 2:E611.5~902: t ~5:9t 966t/82:/50 ,(~- -~ o~) '::{:i":t:,'Jr~;~;}~~}~";',\\::;~"': :" \1.'/'-::'\.1\,,~!~..:'i(n'" >,':, <,,~., ,.,'.... '"01,. 10 ~~ ( r . ~ ,", -- - I o o 32 X 10 1IIIIIiiII-"-..................... ,- z <( . J:.... ....~ a:::E,. <(:::l Wu -'0 Uo ~~I ~....t enu. -0, ~~' <(- 0::"'" u.<( !!la J:w ....J: z.... ;:0 z.... w w :E :::l' :::l01 Uen 0- o!:: Ww J:u ....- ~ti z wen U- -J: tit': Z , ,r o o ~\. .' / ( r.. of" . ,:'l~.. o o .. ,~ " .... ~'.~$. ." l:A~~SIDE INDUSTRIES WA.IT. CONT.llla. NO. nMt LA........174l11 P.o. BOX 13711 ',lSILI.EVUI. WASH NOOt alivE ANAL vall .', ,~; 'it', OA-ra:..'l J,tllc:. c- ~ . TIIlI t ,1 t)()p'"' _ _L""OMO~... ]m, ,\en , nMlb: GlIC'I .. .. .~j."~.. .' wr. 0' IAMPl.I ':2 4'" J2TAL ~1lT1mlQ , , nul\Nlo ,d,NG "Jr" ., SAMPLI NO. ....., . "'"2 MATIIlIAL' J3 - ( CONTIIAqT NO. , .... ..w::':'D 2'12" a" .1314" "12" ,1',....,':; ~ 1" , 7/r " 3/4" , SJa~ 112" .. '3/8" ' . "I,., -.;: D!'y ;;S l.~... ," .s-.' " H~S~~~:a'~lD~. , ~., , . 1~" i ,"4, 1'~~~~l, 110'-[-, ' '4'o:';~', ' '&0:" "200. PAN " " \ 'RAa-rUII', ':-. ,. ..', ,I III" I ',12" , ' "'.AI, iIIl"l ',' .n ',n,... " bO% I;~"': " ~O-'l>C> "q' t,,1.I " 3~ ,q, . .r :2.. ~ rM. ", I' ~..:. --i-. ~~ S3I~!snaNI 3aIS3~' l~6llSV'30l t ( OIl" ',;7:" I~;' 'Ii ( 0 E) :: ~~ IT 3~\1d -( -"... n-~; , :t Q.. ,'2 ti '-. '''. II: , >~ ....;\t.,q ,.'. ~ :., VS:'3T '366t/Sl/SO ---.:' \\'i:,~<t';"lt/\'"", .. . - h?l - - ,t" ) - I i 'j I I. I t 100 i 10 32Xlo --:.~_.. ~j ___u_~ .. _Ultl .- .i~ Z <( , J:I- ....ffi cr:~ <(:;J Wu ""'0 Uo en w'l ~i= enu. -0 W , :E>- ~5 u.< !aa J:w ....J: ZI- ~~ WWI ~E, Uen 0- o!:: Ww J:u .... F' ~o Z wen u- i= ~: o .! Z . ,.,.. o o ( ( ~!." '4 TOTAL " ";:"'10, '40 #80 1200 PAN 'A.r.TII.~. .- '" '" Ole" 1/2" .,... ET 39\1d - - o o .. z. ,~~~~,:~, ~ , .... =' ;: ~ ~.i -. 2.S' ,:" ~ 2.i':~ ~'t, ,,' '" OJ ';,TIST.alvl ,~ ~'i:;"'~ r40 ~ 5::mU5naN1 30153>1111 2:E:liU SI>9112: T I>S:9T 9GGT/e2:/Sll (~.. 0 - (. E). (~;~_::r~~Q,;,.", ;"['.'0" f' .. '.;.: - , t.. .IIIll"JtiaIIt 10 .."'....... I o o 32 X I 0 JL~ ~ ~ I o .,- o .. z ~....= ....ai a:~ <(::l Wu -'0 Uc en wi ~ i=1 en u.' -Oi W>: :E ....' <(- e:~ :::l S!1o J:W ....:x: Z.... -0 !z.... W WI :E :::l, :::lO, Uen 0- O!:: Ww J:U ....i= !!:~ Wen U- -J: 5.... Z :,.. o o - o \ \ \ " , ,\, '~ j I , it " 0 :\ ,~) H '" .,:,'~ ~ t,i~ i~. "I -1M" _It.!X ,,- z <( . J:.... ....~ a:~ <(:::l Wu -'0 Uo gJ ~l ~I- en u.' ~Oi :E~ (2::::i u.<( !l.!a J:w ....:x: Z.... ;:0 Z...., ww, :E :::l,' :::l0\ Uen 0- el!:: Ww J:u ~g Z wen U- Fi!: o z ',"''' , o o (~. 0 ~.tL::I!ltlL o o .. 046060 ..... .g ( Washington State Department of Transportation Request for Approval of Materials Source (0ntract: SA-2784 ); FA Number ER-9601(OO2) ; SR - For PE Use Section UPPER BJH ROAD' PARK BOUNDARY WASHOUT Date 5-6-96 JEFFERSON Contractor LAKESIDE INDUSTRIES Submitted By See Soclton 1.06.1 of Stel Spec. and rfMtfM side lor In~ruCIIOns. CONTRACT BID ITEM SOURCE MATERIAL OR NAME OF MANUFACTURER/FABRrCATOR SPECIFICATION ALE BIONO. MANUFACTURER S PRODUCT/TYPE OR PIT NUMBER REFERENCE NO, 6 C.S.T.C. Q-178 9-03.9(3) I CSS-1 US OIL, TAcn1A, WA 9-02.1(6) t:{ 8 MIN. AGG. CLASS B CAN4 9-03.8 I AR-4000 US OIL, TAcn1A, WA 9-02.1(4) <{ 15 PERMANENT SIGNAGE NATIONAL BARRICADES 8-21.2 5 SEATTLE, WA CEDAR POSTS MCCLANAHAN LUMBER, FORKS 9-28.15(2) 'cr 20 r-DlUMENT CASE & COVER SATRER, EVERTT , WA 9-22.1 ( , C.:5.T.C, a ""'6"0 1'-0"5. 1(., I. Source Approved: 2, Sourcs Approved: 3, Source Approved: 4, Sourcs Approved: 5, Source Approvsd: 6, Sourcs Approved: Z-f/", Approval Action Codaa or us. by prol.c Engln..r and H ort.la Laboralory Acceptance bassd upon 'Salisfsctory' Test Asporl fore samples of mSlerials to be incorporated into project Submit Mfg, Csrt, of Compliance 'or 'Approvsl' prior 10 uss 0' mslerisl. Submil Catalog Cuts 'or 'Approval' prior 10 uss 01 malsrial. Submil Shop Drawings for 'Approvel' prior to 'abricetion 0' matsrisl. Only mSlerisls idenlifisd 'Approvsd 'or Shlpmsnl' by WSDOT Fsbrlcat,on Inapectlon Office prior /0 Shipment to be lIsed, Materislsto be cert,f1ed es silher 100% American manu'acturer or identification of foreign manu'sclUrsr snd mSletlOls co.t within the psrmisslbls limits for ths project (Sse Spsclel Provisions), Asquest Transm,ned to Hdqtr, Lob, lor Approval Action, 7, Approvsl Pending: 8, Source Approvsd: Aemarks: ./f:-CEOAIL "'or.~ l3e GItA()ild ",... ,n'. :sNl:. 9..or.2. HIJ6r 9, Source Approved: 10, Approvsl Withhold: 11, Approvsl Withhold; 12, Aomarks; Approval Aotlon Cod.s for H..dquarto.. Laboralory us. - onll/ Approval of Chsnge 0' .ourcs mus, be secured from Headquarters Msterlsls Enginser per Std, Speciflcstlons, Submit ssmples lor preliminary avslualion, "P'It& (l,C(,A.t'Ul'" LOW _ A";1tiJJ v (ZO ~tC- .t4,1!!. .:etUlW: 0'1..1","" ( ....I.olllngln..r Distribution ,0nlraClor ol..- Dlst, Opsr, Engr, ol..- Dls' Mals .L.:...-:..:. HO, Mala Lob (Do cum) ol..- ( 1 Mandatory DI.",bu',on Halldquarto.. Mal.rl.ls IIngln..r Dlslrlbutlon HO Mall Lob (Generel File) L-- HO Mals Lab (Elac) (011 E & S COdes)_ HO Mala Lob (Asphall) (all B cods.)_ Senltla Insp, Cllles (0115 codas)_ P,oloet Eng,nser _ Olher __ :}~r ;'l!IO.Oll 'It'vl'~a 11'1' Dup.rs.d.. Pr.vloua Bdltlons ""PI _._ f) f~~) ,',',;'::,~s",:;:.~...; ..~. . . . ~ _L..' ,'c'i ~..........~-- C" ~: La .L.dJ - ~'iff ~~ ~ -..-..... f', 10 ,-- ~ I o o 32 X 10 , .~ u .. III. I I Ii llII .. II . .- 11II ... '. .. II III . .-.1 .I .. 11II .. 1111 ...a.. II - taR II . .. ... 11II . .... . II III IlII III - . - (I o .. ( FOR THE ACCOUr-rr .OF'..' Z <( . J:.... ....i'E a:::2.. <(:::l UJu -'0 ~C (flw, UJ I, -'.... (flu. -0 W> ~t: a:-' u.<( (fl:::l _0 J:W ....J: Zf- i=o Z.... UJ W :E:::l :::lC Uen O- Ct: Ww J:U f-- ~ti z wen U- -J: b"' Z I ,.^~. ,'f'. .... o GOVERNMENT AGENCY s 'r. rOWNiCllY 'G. STATE o;coumv "F,FEDERAL x- STICNTY y. STol'EO ' .... '.~'. '.'1 1',' 'i ( ....h I......... "...., . ,.,-1..1..........1'",....'''.1','"'1 '"II' ,,". ~'''v", "..~.,.....'..'l'. "!l1,,,l () 1'RO~CT.DESCRIPT10NJ.llj vI,Ii'!fl'iI," ~. ',r,,)', fi4'.l~'f!t.,f !dd~Wi..!!_tBs1':"'>~ ~'I,~}'~I~:~'~$.; ,~:ttPiGitliv ...', _. " ".... ... .....,.. ,_ ; ~..,:'I\if.l.'\I!JrU IOIW:I/OIIlt!n.'r>Y.'!!1ql,,\,.l,~.,' \ ~~',iGiII61I.!'llll!(I'J~,"I\'WII" "(li, \5PHA1~T';(Jllw"i Ild ,;,,1" ,n ,jIllP"9fl's:li(:.i ,e; J bl'1..18~58O"~ ..Ii" ;Q/i'J<i!IirWr~~;'~~U,p, \) i"t!t~:::,l ~JJ.feMFr",\>' ,\,,..ll~!>.f ,; 1\(,1, ,c!.\J -II .''''',:,()hll 0,'1/, \0 /)'lO\lr' q! ~,Ir "'. "'" '::illJ!.l~ r.i~I~,!J~ 9,il,(.)l,trl\"lr..p .,1 ""i.~!~J!!l~~~ili 91t..t'.>' I.~J"( : (CP~' l')' IlrlJn(~I~~ ;U,' ,""11, IN/,llrn,ll 'Ji ,,., "'/ "4b.."~OI' \~; ~~WfI~&sll'k,1ylflt\ hi f(~lJ~/\f"1 \I'1:.~k,!t:) r ,~' ' ", . \ , ' . '. .11 \0 ')",1',,(,1'11;' ~m)S, !l)ll'l''''l,~l'l~I''I) ,'w,' .'11i ,~GQ):ltlli1!i2l1'.;Ir.~ lq~' n(.....,~'~. , ":,,,:" ' , " 20. 39 .';,:~ ,I: t:TQ~s.~- ," I I' \;~1:"1 . ~l::4-ltt; ~, : i.lEiliiC'ToNS \ , "';\::~:,P~qDUC(1:A?omve ' ' ~..: ~,,;.r~:....t"ft f~I~?:'r~\"~ ~;~,;,It;:\ { II .~, ' ~t. 'l~.:', 1 t'; t,I:'..l'I~? ,(', "'J""~"';\ ,'" ':"'11b'~~~'\I! jJ;jJ"~,~,,,,,"'I"'~l'" lII*.,:,....I.~ : ","' I, ::,i::...~,:': '!:,: . ,."t', . . ",' /;(i;~ i';~"W:~~"';'::':~\> 'J I"" '~\i;' ":';",,11" ' : ' ":;"'.,, " .. ~.~,':'.."::"}.,N,~~~;';'" " :,[.\~~:r,"r""i,>:'?i::;,: .. ~.,.'<'.,'!. ..""~".",,, .' ': }'!/'o' .4Sjt)"" '<., "GROSSOAU.QNS ,,:,";'" .", " :,i~::~t+'~\"l I o o o o IP' .,- z <(' :x:.... I-~ ~~ Wu ""'0 Uo (/lWj' ffiJ: ......... en u.' -0 :g ~' ~:::::; u.<( !as :X:w ....J: z.... ;::0 z...., :g ~! :J 01 uen 0- O!:: Ww' :X:U' ....- ~b z wen u- -J: tif-,i Z .~ 'r'~ , i I o o C~. 0 " o o .. 06/25/96 13:08 U360 452 8498 III 002 NTI ENG,& SURVEY ( GENERAL TESTING LABORATORIES, INC. 18970 Third AvenueNE. P,O. Box 1586, poulsbo. WA 98370 /2.(..: ProJlc.+ ~OI2'1'-i ltIfre"l~h ~J W<t6!.pr..t- June 21, 1996 GTL Projecr No.: B8130 Laboratory ID No: 96.06-5832 Northwestern Territories. Ine, 717 South Peabody Street Port Angeles. W A 98362 ATTN: Mr, Joe Donisi RE: La,borato~ Test ~esults - Asphaltic Concrete Sample Dear Mr, Donisi: ( This letter presents the resulrs oflaboratory testing performed on a sample or hot-mix submitted to our office on June 6, 1996, At your request, we performed an extraction and gradarion tesr to derennine conformance wilh Washington Stare Department ofTransporta!ion guidelines for Class A and B, The test results are as follows, TEST RESULTS % PASSING 100 97,1 84 63 35 17 4,8 5,16% SPECJFICA TIONS 100 ......' 90-100 / 75-90 ,/ 55-75 ,/ 30-42 ,/ 11-24 v" 30-7.0 ./ SIEVE SIZE 3/4" 1/2" 3/8" 1/4" #10 #40 #200 % LIQUID ASPHALT Should you have any questions, please call Ollr office at 360-779-9196, ( o I o JRHljp (lulIlIl)' AUU'III1CII/Of' Nu,t'III'/!,\' C"nsrrucl;un 3I1o..719.\I1l/11 .8'...'.<<. .... ,. · ..'. .,.< .'...'....... >,[<' ".i,,<,::> I, .2...I@..::tiJiW;fj1;?'(':,'.'!'!"'i'?:'......,.. I _ _~~:=:.~:;:::?:-~:~ ~~~~!~,~=_~~~~,,;,~r~:,::~~;~~':,:;i~jsp'.~;:i:L..:~;;"D ..'.,,, r ...,.....,,"...'... ....., \,32xlp .,...,.,........:".l.mwml_Id.........._'~,...,.',.~."..., ., .,,'",-, ')j~ - z <( . J:.... ....~ a:::E,. <(:::l Wu -'0 Uo en ' enW wJ: -'f- U) u.', -0' ~~ ~:::::; u.< !as J:w ....J: z.... ;::0 Z f-, ~~! :::l 0' Uen 0- 0.... Ww J:u ~g Z wen U- i= J:; 0"'" Z :1"" '0 o -- . // " ~ (r r ~I ( ( ( Ifll' C \@ c o o .. Record of Materials Upper Hoh Road Item # 7 LAKESIDE INDUSTRIES PORT ANGELES DIVISION P.O. BOX 728 PORT ANGELES, WA 98362 PHONE: (206) 452.7803 DATE 33761 LOAD TIME TICKET NO, c 1216/1121/96 1217:1121 CUSTOMER 10 NO, ITEM NO, 1211217 P,O, NO, CONTRACT #SA-2784 DELIVERED TO c ;,t.P C SOLD TO Lakeside Industries c ~ Ci r: C~ i r r I'm C~ , i PRODUCT NO, 5121S TRUCK NO, 312 REMARKS c PLANT NAME: 5I #4121 WEIGHMASTER: BOB AN EQUAL OPPORTUNITY EMPLOYER WA, ST, CONT, REG, NO, 223.01 LA.KE.SI'.274JD ~ c ( ( (: \ -II ,."".", t,.,., " ";~__#J>-" ( 0 ~ .<!IlL ~~ I:Il c C)(~) M"" lIll.1ItlI ' L. '<::1...r(~~1~>:::r~,~:;;r',:\"':,';!:. .,_.,',' "" :. ':'.-' '.'. h~,:)".,ll::';,"':' '::"';' ","'~ ('>" :" ,",: ,.:" ,':_"..;' .' <,' """"'>~1~~~1~~'-1...L1~~~ c) l 'I ~!1 {) ,n >I",,; o (....It I..~.J H'11 1") (; l. (; I i111 ~ 'I (\ () () 0 ('t W,II 0 0 () \",1 It I 10 M,P, OR STATION :~Wf; eE~' GROSS 12. 29 TON ii'il~; TARE 1 1. f.. 9 TON i'J""'\ STREET INSP, TIME RECEIVED ;i~,~ NET f.,12I TON c,;T~ ;'~,)~Ri Nf:TTONS . 6121 RECEiVEi5'BY-- LOADS TODAY TONS TODAY ,1 1 6121 " I o o 32 x I 0 -............... o ,- o .. z <( . J:.... ....~ ~~ Wu ""'0 Uo ~~'I ~.... en u. -0 :g~ ~::::; u.:5 sao J:w ....:x: z.... -0 !z~ :g ~j ::>0) Uen 0- o!:: Ww J:u ....i= ~~ wen U- -:x: ....'" o z :r o o -, o .~ i I :'j { ~ .'\\ CD \ :!G ':<. :',:- ~{ "ijR ILl~ "i~t, 'c'li:f,*, ',~Ih o - o .. 046060 ~ VI ( Request for Approval of Materials Source Washington State Department of Transportation I SA-2784 ':,0ntract: Date 5~96 JEFFERSON .. ;c . clz -w 1::E. :(:::l Uu ..Jo Jo n ' nW uJ: ..J.... n u.' -0 ~~ ~:::::; ..<( !2a I:w -:x: z.... :0 z ...., JJ W, ~ 15\ :.Jen :l- :l!:: JJw I:u ~g z ~!a -J: 5'"' Z ); FA Number ER-9601(OO2) ; SA - For PE use UPPER OOH ROAD PARK B:XlNDARY WASHOUT Section Contractor LAKESIDE INDUSTRIES Submitted By See SectIon 1.00.1 of SId. Spec:. and ~ side lor Inslruchons. CONTRACT BID ITEM SOURCE P.E. MATERIAL OR NAME OF MANUFACTURER/FABAlCATOR SPECIFtCAnON APPR1. ALE BIONO. MANUFACTURER'S PRQOUCTfTYPE OR AT NUMBER REFERENCE CODE NO, 6 C.S.T.C. Q-178 9-03.9(3) I 7 CSS-1 US OIL, TAcx:MA, I'lA 9-02.1(6) 1" 8' MIN. AGG. CLASS B CAN4 9-03.8 I AR-4000 US OIL, TAcx:lMA, \'lA 9-02.1(4) <( 15 PERMANENT SIGNAGE NATIONAL BARRICADES 8-21.2 5 SEATTLE, I'lA CEDAR POSTS MCCLANAHAN LUMBER, FORKS 9-28.15(2) '<6' 20 OONUMENT CASE & OOVER SATHER, EVER'l'T , I'lA 9-22.1 <{ c.~.r.c. Q 75"0 ?~" ~(., ~l .... z.'l'. Approv.l Action Cod.. or us. bV Prol.o Engln..r.nd H .rI.l. L.bor.tory 1, Sourcs Approved: Acceplance bsssd upon 'Sslislsctory' Test RepM lore samples 01 malerisls to bs incorporetsd into project, 2, Source Approved; Submit Mfg. Cert, 01 Complisnce for 'Approvsl' prior to use of meleris!. 3, Sourcs Approved: Submit Cstalog CulS for 'Approvsl' prior 10 use 01 maleris!. 4, Source Approvsd: Submit Shop Drawings fo,'Approval' prior to fsbrication of mslsria!. S. Souroe Approvsd: Oniy mSlerlals idenlified 'Approved lor Shipmsnl' by WSDOT Fsbricslion Inspection Office priof /0 shipmen/to bs ussd. 6, Source Approvsd: Mslerisls to bs cort,'isd as eilher 100% American manufsclursror idsntiflcelion of forsign rMnufscturer and mSlertsls cOSI wilhin ths perml..,blsllmlls lor tho projsct (Sss Spaclel Provisions), Rsque.l Transmillsd 10 Hdqlr, Lsb, for Approvsl Aclion. 7, Approval Pending: 8, Source ADprovsd: Remarks: -1f;-c EI)IJ It I'0'0r::. ,,,,. sPA!ll:. ~..or. 'Z. HtlfjT se t;,tlAOIU1 "'ff. o o Approv.' Action Cod.. for H..dqu.rt... L.bor.lory us. - onll/ g, Source Approvsd: Approval 01 Chenge of sourcs trost be securod Irom Hosdqusners Matorlsls Engineer per SId. Spocificetlons, 10, Approval Withheld: Subm,t samplos for prollm,nsry evelusllon. " ApprovaiWlthhald: "t'1!.&~T"U>'" /.OW _ APPti/JJvrt:/fJ ~/L. .A1$t!. dX-UIlloe O'l.l"'f, 12, Remorks: " H..dqu.rt.r. M...rI.l. Ingln..r DI.lrlbullon He Mols Lsb (Genoral File) L- He Mels Lab (Elec) (oil E & S Codas)_ He Mets Leb (Asphalt) (ell B codss) _ Seattle InsD. Ollleo (ailS codas) _ Prolecl Eno,noer _ Othor_ ( I'OI.ct Engln..r DI.trlbullon .onlraclor L-- DiSl, Oper, Engr. L-- Disl, Mals L-- HQ, Mota Lao (Docum) L-- ( l Mond.lory Dislllbuhon }';T ;:.0.011 1'1~,'.I':1 ., 'l' Sup....d.. Previous Idlllons _( _ 0 ,-=_.~~_ :~: 3~ ~ _ ,." (~ ,J:,::'~:~:~:.!:,i.:,;. ,:,,, ~,,~, "..., AJJlJRli.1':':;':::~~ 10 I o o 32X 10 ;:t.:;av.~!tf~tt Z <(' J:.... ....~ ~~. wU -'0 ~Cl (flw, w J:, -'.... (flu. -0 w> ::E.... <(- 0:-' u.<( !aa J:w ....J: Z.... ;::0 Z'" ww :E:::l :::l0 U(fl 0- el!:: Ww J:U ....- ~5 z wen u- -J: 5r- Z ... o o o .. CONTAINER VALUE SEAL NUMBER .L- ie<<-- 8 CONTAINER NUMBER BOOKING NUMBER t....~ER'S SIGNATURE I HEREBY CERTIFY TH....T THE CONTENTS OF THIS CONSIGNMENT ARE FULLY ....NO ....CCURATEL.Y DESCRIBED ABOVE BY PROPER SHIPPING NAME AND ARE CLASSIFIED, PACKED, MARKED ....ND LABELED/PLACARDED, AND ARE IN ALL RESPECTS IN PROPER CONDITION OF TRANSPORT ACCORDING TO APPLICABLE INTERNATIONAL. AND NATIONAL GOVERNMENTAL REGULATIONS, THIS IS TO CERTIFY THAT THE ASPHALTIC MATERtAL IDENTIFIED BELOW AND COVERED BY THIS BILL. OF LADING COMPLIES WITH THE STANDARD SPECIFICATIONS OR AS MODIFIED BY THE SPECIAL PROVISIONS APPLICABLE TO THE PROJECT BY AND FOR THE AGENCY INDICATEO. o WASHINGTON STATE o OREGON STATE o ALASKA STATE PRODUCT SPECS: o ~r,~~~~~\b~AY o ~E~g~EST ca OTHER REMARKS: Flash: OF Ptnelratloo , C_F IF PBA-6GR, PRODUCT CONTAINS 10% MIN, TIRE RUBBER ACTUAL_% Spec.G~0600F I/IscuSiIy 'F - EMERGENCY RESPONSE AND HAZARDOUS MATERIALS RELFASE INFORMATION: 1, SeE REVERse SIDE 2, TEI.EPHONE: CEMTREC - tDnv or NI{)h~I' 1-800-424-9300 U.S. OIL & REFINING CO. REFINER ANO SUPPLIER OF ASPHALT MATERIALS 3001 MARSHALL AVENUE TACOMA WA 98421-2255 PHONE 206-383-1651 o BILL OF LADING CUSTOMER COpy 6 BILL OF LADING NUMBER: FOR THE jt;J.'j fl,/! ! f' ! r '~UNT ( ;'~t, I I,,!. Itl1,11' ,il.'!; f' .f', 1:1.1 " '" ;.(11:'1 ,i!"- '. . ~..( ',. CARRIER ,",1.-.1 ,:, -,I 1 II <Iii i 1(, CONSIGNED TO DESTINATION " , "-'I"',', , II: DELIVER TO j l~ t'i .' " CONTRACT, PROJECT OR PURCHASE OROER NO, ;" GOVERNMENT T . TOWN/CITY S . STATE AGENCY C . COUNTY F . FEDERAL X - ST/CNTY Y-STIFEO TERMINAL CODE DATi;; TIME IN - TIME OUT CUSTOMER NUMBER CONSIGNEE NUMBER CARRIER NUMBER DRIVER NUMBER TRANSACTION 1YPE ORDER NUMBER PROOUCT CODE DESTINATION CODE UNIT OF MEASURE BILLING GROUP ,"I, " 1\. : I, f_.'(. ~ "t (.~:,:' I" l . ~",'\i)l:, '.'1 (, 'f'} " LOADED AT: ',I I'll:' "~I:. "I!l, fl, ~ :, t' I I"j I!lltl\l!':'\ r'J" I PRODUCT DESCRIPTION 1I,It ,A,",Ii' GROSS wr - LBG , f':(t TARE wr - LBS I "'. NET wr - LaS 0 0 t",' , L l-' i.lIull I TONS ,1.",,',-, NET BARRELS , '{,! NET GALLONS ,i ..1',/' IUII'1 1111,' o Iii'll:'l> II.U,,' t!J\." (.l; .!, "+ ..'hii',U, ( PRODUCT ADDITIVE GROSS GALLONS ,-1"'-;".............._~.,~~ ~.kd"- 0""- __. _ __ ~ - "- -, -".- ....- -- .~ - GROSS NET \ I "'l' ------.-.....------' 10 32 >< ~ 0 /," ' - l o -- - - - -~- '-- ~~ -~~ ';~~~SJ"~J!i1 DRIVEI1'S SIGNATURE CARRIER NAME z <( . J:I- ....~ a:::E" <(:::l Wu ""'0 ;;0 ~~I ......... (/) u. -0 W> :E.... <(- a:"'" u.<( (/):::l _0 J:W ....:x: Z.... ;::0 Z.... ww :E:::l :::l0 U(/) 0- O!:: WUJ :X:u ....- ~ti z Wen U- -J: tif- Z D FEDERAL HIG1'tWAY ADMINISTRATION D U,S, FOREST SERVICE D~ASHINGf6N STATE D OREGON STATE D AlASKA STATE PRODUCT SPECS: UI OTHER """, o F P~netrallon Spec,GrMty0600F - D 3001 MARSHALL AVENUE TACOMA WA 98421-2255 PHONE 206.383-1651 FOR THE C. ~UNT 1'jl,11.1:.. 1,1' ".I, ',,' t II". l' n:,J.,' ;. tfd r CARRIER CONSIGNED TO DESTINATION J 'I ~, r DELIVER TO I'. , CONTRACT, PROJECT OR PURCHASE ORDER NO, r 'I S- t1,~ ...' f ,~. o oj\~t?i'1 T . TOWNICI1Y C-COUNn' X. STICNTY S . STATE /. \' F . FEDEHAL' ) V . STIFED GOVERNMENT AGENCY I;"~ o o .. CONTAINER VALUE CONTAINER NUMBER to i-' l SEALNU~~'/Y"' S BOOKING NUMBER I HEREBY CERTIFY THAT THE CONTENTS OF THIS CONSIGNMENT ARE FULLY AND ACCURATELY DESCRIBED ABOVE BY PROPER SHIPPING NAME AND ARE CLA.SSIFIED. PACKED. MAAKED AND LABELED/PLACARDED, AND ARE IN ALL '. RESPECTS IN PROPER CONDITION OF TRANSPORT ACCORDING TO APPLICABLE INTfRNATIONAL AND NATIONAL GOVERNMENTAL REOULATlONS. THIS IS TO CERTIFY THAT THE ASPHALTIC MATERIAL IDENTIFIED BELOW AND COVERED BY THIS BILL OF LADING COMPLIES WITH THE STANDARD SPECIFICATIONS OR AS' ~.;OOIFIEO BY THE SPECIAL PROVISIONS APPLICABLE TO THE PROJECT BY AND FOR THE AGENC'" INDICATED, C_F IF PBA,6GA, PRODUCT CONTAINS 10% MIN. TIRE RUBBER ACTUAL._% U.S."Oll & REFINING CO. REFINER AND SUPPLIER OF ASPHALT MATERIALS .. .F Bill OF LADING If" TERMINAL CODE DATE TIME IN - TIME OUT CUSTOMER NUMBER CONSIGNEE NUMBER CARRIER NUMBER DRIVER NUMBER TRANSACTiON TYPE ORDER NUMBER PRODUCT CODE DESTINATION CODE UNIT OF MEASURE BILLING GROUP I"", I It.., J~fi:,.'; \(" . '':(} t):t ,)'fr'-' 1,14 ,~,'.';.I ~:. ,1 t'lfu.\t)~.~ (t 0, l '} , "H,,-, , -', I I ! :~ ,",t', , / PR'oOUCT DESCRIPTION' / ; . 1 (I~J t ,~(.l) GROSS WT - LBS , It'tf 11'11'1 nt. H.)lo~l 1'1\1'" ','I',\L, ,:. ~.'I t .}t.lfJ TARE wr - LBS I' "'II', 1',11 . (.. ,'f f f I) .S,;',i.,.. t l.!... - I, .11 ", ;lflllllll', ,\,1 i/}f ',1,"0'(' NETwr-LBS ( 'I /1) TONS PRODUCT ADDITIVE I I , Co', NET BARRELS ," ',.' , J..:'d NET GALLONS I r",'i.< GROSS GALLONS o _''''j- l"-io\....... ~ .:,...:~~';';;'...-- ." ,_' ~._ T' ....: l 0 REMARKS: EMERGENCY RESPONse AND HAZARDOUS MATftRIALS RELEASE INFORMATION: 1. SEE REVERSE SIDE 2. TELEPHONE: CEMTREC.. (Day or Nlghll ~ 1.800-424-9300 CUSTOMER COPY 6 BILL OF LADING NUMBER: s:,A~ :"~;I. LOADED A'r. 1""1' 11'1' ill,' '.'HI ",llf"j -- - o " .. API GRAil :~ . ,It .',1 TEMP I 0 0 ,','I,Ii'l1 TANK , ,"1 METRIC TONS f"; . ~,I:, ,f f BBLlTON" {, .. II tl II t .._-, ..~ ".....~<< I "1 ))_._~-------------' () 10 32x ~ 0 ~ ,,- z ~~ ....~ a::~ <(:::l Wu --'0 Uo en W'I ~~, <flu. -0 :g~ ~:::::; u.<l: :::l !ao :X:w ....J: z.... -0 ~.... WW, ~ 15' Uen 0- o!:: Ww J:u ....i= ~~ wen U- -J: tit-, z :r o o o o .. o .l ,! " 1 ,,0 ,;:, a \j :?~' ,;i! -'~J;~ ~-- ,- z <(' :x:.... I-~ a:::E,. <(:::l Wu ""'0 Uo enw ffi:x: ......... en u.' ;:;;o! :E~ ~:::::; u.<( !aa :x:w I-:x: z.... ;::0 z...., ww' :E :::ll ::l 01 Uen 0- o!:: Ww :x:u t;:i= _0 z wen u- -:x: ti'"' z 'r" I, o o Co o o .. 046060 ~ Yli Washington State Department of Transportation Request for Approval of Materials Source ( Contract: SA-2784 ( ), FA Number ER-9601(OO2) . SR - ----d~-_.._--'---.--ForP(,",uoo-- . -..-----..- . Date 6-3-96 ------ ( Section _ UPPER IlOH Rq!!!?_PAgK OOU~QN~Y Wl\SIiOUT_______ ~; Co nty _JEFFERSON ___ ANGELES HYDRO SEEDING - SUBCONTRAC'lOR Contractor ______________ Submitted By __ See $Qchoo 1 C6 I 01 SId Spec. Dnd rOVOf!l(l side lor loslruchons Sign ure CONTRACT BID ITEM SOURCE -----.-----1------ M^TERiAL~-:-.'-- --,;:v;ME OF MANUFACrURI:RJfABRICA~ SPECIFICA~ OlD N~~ M^NurACTURER'S PnOOUCT/TYPE OR PIT NUMBEn _~~ ,__:__..j._~~~:~'E~ER__,_____..__,__ _~~~E'~_ FER~~~~~___ ?.:9,l...d.C~l.._~ i KIRKLAND, WA =_ I-MULS;I:I CAN~A E'O~ST PRODUCTS.._ 8-01.3(4) 2- ________~--_'__----- N~ ~iMINSTER, B.C. ,,_m___ __SEED , ~ENTERAL GARDEN & PET 8-01. 3.l4L ___ ___ .,_...__ ,. ' 0,. SUMNER, WA ---I-~.:T!:C~VEI) -------~- --- - .--- ---f--.---------------'-- ---,--....-----..------.... ----- .- ----- .. _'_ _ _ ___n; _____~\.::LCL~J~~~ __ ___ ___.__.___________ ---------- -- --- -. .-----. I 'I":'\~" ' '!'j,-,~.tC:; DEt=' ' "'w,cr fNG'N:(~'. ~~~~~~~_=_ _._____r:~_..____J:SMATEf"~S E~alNF.m~=-~=~_=_ om -=--=~ ApprOVAl Action Cod.. for u.. bV Project Engln..r .nd HQ M.terlar. Laboratory Accoptanco ba!iod upon 'Salisfactory' Tosl Report fore samples of male rials 10 be incorporatod into project Gubmit MID. Corl. 01 Cornpli.lnco lor 'Approval' prior to lISIJ 01 malo rial. Submit Catalog Cuts for 'Approl/ol' prior to use af molorial Submit Shop Drawings lor 'ApproYEI!' prior 10 fabrication of matarial. Only male rials identifiod 'Approvod lor Shipmant' by WSDOT Fnbrication Inspeclion Office prior to shipmant to be usod Malerials 10 bo corflflod as ollher 100% Amoncnn manufacturer or identilication of forolgn manufacturor and materials cost wilhi,~ tho pormlssiblo limlls far tho projocl (Sea Spacial Provisions), Request Trnnsmilfed 10 Hdqlr, Lab. lor Approvnl Action FILE NO Sourco Approvod GolirCu ApprOV(lC.l Sourco ApprOVt')d. &lwco Approvod Sour co Approvod G SoureD Approved Approval Pondlng 8 Source Apprnvod nomMks n Sourco ApprovMI 10 Aporov"l Wllhhold 11 Approval W'lhholtj Approval Action Cod.. for Headquarter. L.boratory .... - onlv Approval 01 CtH\n{IO of soweo mus! be nacurod hom HOlleJquArlors Malorlals Englnoor por Sid. Spocificnlions, Sul1mll Cl1mpl05 lor prolimlnllry ovalU31tOn 1~ rlomnrk~. ( P;;;,..Cllingln.;;;D'i;I;lbullon Conlroclor ./.____. OI:ll Opor Enor, rL_~ 0131 Mo," ./__ Hl), MOls Lob (Docllm) ./__, ( ) Mandatory Di!ilrilaJliOn Hndqu.,lo,s M.lo,lolo linglno., Dlsl,lbullen HD Mol. Lob (Gonorol F'lo).L.....-_ HO Mol. Lab (Eloc) (011 E & 5 Codos) _ HD MolS Lob (Asphall) (011 B codo.)__ SOOlne Inap. Olllco (nil 5 codon) _ Proincl Englnoor ___ Olho,_ DOl :11.00" flo'o'I"mjlt/l.l? SlIpo,sod.. P,ovlous Ildlllons t.a._ ~." ~,J~i~ ~',jZ~~t~~l;~1:~(I:,,',';:~;,:;,';: t',,>>. I 0 ','; I.,', ..:........ !. . ~-' I o o 32 xlo ~." . ':'. .~ , ""-"L........ I - 046060 ....... yg o o .. Washington State Department of Transportation Section r- \" ,~ontract: SA-2784 ( ), FA Number ER-9601(OO2) ----.--!=OIPEUSC--. . z <(' J:t- ....~ a:::E., <(::l Wu ""'0 Uo tn w: ~i!=1 enu. -0 w I :E~ <(- a::...J u.<( !a5 J:w ....J: zt- ;::0 z...., wWi ~ 15", Uen 0- o!:: Ww :X:u' ....i= ~o z wen' u- i= J:, 0'"" z' UPPER R)H ROAD PARK rouNDARY WASOOUT Contractor ANGELES HYD~ SEEDING - -;~~~~ ~"'.A.H Submitted By See Scchon 1-00 1 01 SId Spec. and rcvcrsesido lor in51tuc:ho/lS S.gna ure For WSDOT U.. CONTRACT BID ITEM SOURCE P.E HOlR. MATERIAl. OR NAME Of MANUFAC1URER/FABRICAIQR SPECIFICATION APPR'L APPR'L FilE 81000 MANUFACTURER'S PRODUCT/TYPE OR Pll NUMBER REFEAENCE CODE CODe Ne '9 FERTILIZER NEWLIFE FERTILIZER 8-01.3(4) 2- ,-- KIRKLAND , WA MULCH CANADA FOREST PRODUCTS S-01.3(4) 2- NEW "'I" -- ~ SEED ~ CENTERAL GARDEN & PET SJ;::-3L4.L I .. SUMNER, WA ~ V ._,M_. ~-'tE~ ----:";i i~ C f~- - '.' () :1-;;; U n.,/ ~ " ..:~.~ .. . :..xa 1 ::--- - ---J---.A::,U) 5 1996 - !--+~:tr '. J-COUl'iD _ f ::, ~ ' j"', ;.!'JLR\(~~ DE?I, PROJECT fNGINEER " IDAl[ I HO'S MATERiAtS E~O'N[[" DAn:; Approval Action Codes for use by ProJecl Engln..r and HQ Materials Laboratory , Source Approvod Acceplance basad upon 'Satisfactory' Tesl Report fore samples 01 malerials to be incorporated info project. 2, Source Approvod Sllbmit Mfg Cert 01 Complianco lor 'Approval' prior to use 01 material. 3 Source ApproYOd Submll Calalog Cuts for 'Approval' prIor to use 01 material. 4 Sourco App,ovod Submlf Shop Drawings lor 'Approval' pnor to labrication of material 5 Source Approvod Only maion.ls ,denlilied 'App,ovod fer Shipmonl' by WSOOT Fsb,icalion InsPocl,en Ollice prior to shipman/Ie bo used 6 Sou,ce App,ovod, Malerials 10 bo corlillod as either 100% Amorican manufacturer or idontificatlon ollorolgn manufacturor and materials cost WithIn Iho pormissible lImits for Iho projecl (500 Spacial Provisions). 7 Approval Pondlng' AOqllost Transmillod 10 Hdqtr. Lab, lor Approval Aclion. 8 Sou'co App,ovod Remarks Approval Action Codes for Hesdqusrlers Laboralory use - only 0 Sow,~o Approvod Approval 01 Chilngo of source must be socwod Itom Headquartors Malanals Englnoor por SId Spoclhcnllons 10 Approvol WlthtlOlcJ Submit snmploG lor prollmlnary ovaluAtlon 1\. Approval WIlhholci 12 Rornnrkr. ( ;V'.. , , o o ( P, roJecl Enalneer Dlslrlbullon onl,ncle, .l._ ""Oi Opo, EnD' rI__ 0,,, Mm. rI_ HO M"I. L"b (Docllm) rI..__ ( ) Milr1dnlory Di5lttbllliOn (Y.'J! :\',()Oll ,,1....1'-1'1111...;';> / Supersed.. Previous Edlllons Request for Approval of Materials Source ;SR- Date 6-3-96 'County JEFFERSON Headquartere Malerlals Enaln..r Dlstrlbullon HO M"IS L"b (Gono'ol Filo) rI_ HO Mnls Lab (Eloc) ("11 E & 5 Codos)_ HO M,,15 Lnb (Asphall) (aU B cedos)__ Soaln., IOGp OHlco call 5 cedos) _ P'OIOCI Eng,nou, _ Othor .___. ~ ""::,',1',"'~""'\'It'l,,,,::,'i':,'~~,,,'>"',"",-'" ",'~,,, 4) ('<:, .Jr}';~;);;:::.,L ' ",' ____ - :/:',,:'-:;t~;\'<.~~~.Jtlcl:~J'.:;:\~.ru'rt(i;:'?'2"~'i ~L.I1.LI::.......L ".('- - 0 -, "- [ ..... "i(:,1 .'. I I 1 J ,~' .' J 10 I o o 32 X 10 ........... C~l' v .;,~! - (( z ~...: ....~ ~~ ~g ~c. f3~ ..... ...., enu. -0 :g~ ~:::::; u.~ !ao ~~ z.... ;::0 z...., WW' ~s.l Uen 0-' o!::: ~~: t;: F, :~i (( ~~! o ,: z .. :r" I \ o o ,( ,"CO o o .. Washington State Department of Transportation Headquarters Material Laboratory MATERIAL CATEGORY - 9.14.02 Seed Material covered by Standard SpecifICation - 9-14.2 - - -- - - - - - - - ---.. -...... ------.. -.. ---- - - -...-- -. Typical Application ----... -.. -- ....- - -..... - -.. ----.... __ _ _ _.. ..._ For use In Erosion Control, Landscaping, end Roadside Seeding ~ratfon. See Special Provisions for seed fomulation. - - ---- ----.. ...... .....-.-.. --.... -...---....--- Product Identity Seed. - --_.-.... -....- -..... ..-. -- - -. -- - - - - - ----- ..... S18ndard Acceptance ...... -.--.. - --.. - -..... ...... - - - --. - -.... _ __ __ Acceptance baled I..pon 'Approval of Source' end 'Acc.eptable Content Analysis' as shown on the label. Lebel shall be -."Ired end attached to the Erosion Control Report. - - - -- -- -. - - - ....-..... ..--....... -.......... --- Minor Qty. Acceptance ---.....-...... -..-- - -.. -- - -- - - ....... __ _.. _ __ Minor Oty: NONE 110 Acceptance: A Minor Quentlty Acceptance Policy has not been established for this type of Il8terlel. Approval HQ File Std Accept Name of Source Author I ty No. Code . CallCllde SHd P.E. L.002 Davenport Seed. P.E. L.047 D.F Marks CO. P.E. L.043 EvorgrHn Turf SupplV P.E. L.041 Fran-Ch.r ChemlllllJ. P.E. L.008 Or..sland West P.E. L.009 Hobbs llc Hopkins, L TD P.E. L.Ol0 L lie H Seed Inc. P.E. L.044 Nu.Llfe Fertilizers P.E. L.042 Pacific Agro P.E. L,040 Puget Sound SHd CO. P.E. L.020 Seed 9.14.02 Source or Mllterla'.. Hsy, 1995 11 \group\lllll\dau\. '05non. ,db -~- "I' ,:, i':,: ':.;. .(a ]~:m~:%~:~~:;:;L~~,fi~i}'.;;:I"", 'I 0, ....,', 'T" .." ,.i;:"":0'''.'l!'l~~~'r;"hi!I'l"8,o:''It''i'i'~' (!:.., )", " ;'.' :~:<'..:::', ;;:/.. ' I o o 32Xlo c-;----- .- z <( , J:.... ....~ a::~ <(:::l Wu -'0 Uo en wI' faJ: ......... en u.' -0 :g ~' ~:::::; u.< !.Q5 J:w ....J: z.... ~~ ww :E :::l' :::l 0" Uen 0- o!:: ww J:u ....- ~5 z wen u- i= J:, o t-, Z ,r' o o o o .. :-, ~H ~\)~ D ( ..... YJI n State t of Transportation Request for Approval of Materials Source Contract Numbe~ ;SR- 101 Date 8-10-95 Section & INOUS'l'RlES - PRIME , , Submilled By ~ ~ 0: MANUf...,.TUn(M~101t on AT NUIMJ(R il=IL( "" SPfCIiK:4TIOH "EF(A(frCE l'ACt:: .IN'l'., 1I..1KlU.ANU, WA ~-l~.1..___~ L. -tJ lq ( i ' ,_., "." .._-_._._~-,._..... ... ..... I ! i'i"~~-". I...... ,.,..~...I_'Q . \-A. , I I I , -REG -.~,VejO -..-.- ~ou'ce Approved 2 ~utc. Approved J Soy'co Approvod 01 Source Approvod ~ Sou"e ADproved 6 Sourcs Approved ~'--'7)A'lT .--.--.. -'~"~.:wii1IALs~~~{ii --'-AOGlr199!lc.-1---,,-_., ,. : e - 10 -9 S1 I A .. '""-_______. ._~_~ ,......bIHIES prov.1 Action Cod.. 10. u.. bv P.oj.cl Enllln... .nd HQ M.I.rf'P'ORT~~ELES c6p"nt' ~U.~ u~6I1 bAlIlllClory 'fell ~ellllll lUlU YU'''I,IIU, UI ""'.".'. IU II. '"~"'IJUI.'vu ,"lu ~'UI..l bmll Mfg Cell 01 Comohonce 'Of 'lIpOtoY.l!' plIO' 10 U,. ot mattrlal bmll Caralog Cui' lor 'Aop,oval prIOr 10 u'G 01 mat."a' blnlf Shop Oraw.nQ~ tor 'AODrcval' orlo, 10 fabt,cahon 01 mIIletl~1 IV maratlalt Idenllfled 'ADproved fo' ShipMenI' bv WSOOT FabriCAtion In.p'Chon atftc. DIIOI 10 shlpm." 10 b. uud ;IG';'IS 10 bG CGrt"..d as either 100% Amor.can manufacture, "r ,d.nllf.c.fron of 'olllgn manuflC'tullr 'I"ld mal."",ls cost linin lhe permlSllble Ilmlls tor Ihe prOlltC1 (Sag SpeCial Provillont) qu.'l TraM,mlll.d 10 Hdqtt Lib for Aop,ov.' ActIOn , . \ c... Ws ~ . \)oc.. c.oV"lCAl'~ Approval PendIng e Sou'ce Agpre"od Allrnlrkl, *^'" ~v ~\ild. I o SoUlce App,ovad. 10 Approy., W,lhh.'d II Approval Wil~~eld Apttroval Acllo" Co ~DrOyal Of ChanoQ ot Goutce roo SfJbmlll.ampt8f for J;"4hmlnary 81,1 , , ( ..;.. H......uart... tA.I.'.I.ls Enlll....r Olstrlbutlon HO MIll Lab (Oans,sl File) ~ HO M.,s Lob lEI.o) Is"" & acoae.)_ HO Ms.a Lab (AlDhsll) (all B cods.) _ S.Il,ltlnlP Ol'Ic:. IsII 5 codet)_ Projscl Engln... _ 011I01 _ 00131.00" 1I_-..I'tIlI''' <:0 3~\fd .u......d.s Previous Ildlllon. S31~usnalH 3OIS3iltl1 80:i:T 966 T ItO 190 i:e6Llg~90i: T o.(~ ~'> ~- i"tr.r~\,,:; ',' '; i' ,},',~'J l ,! ~ ~~ .11 ?~ .~ '4 '~ { ~' ,5 f 1 I ,I, 1 I t 1 1 j I I I I ! i~ I 10 I o o 32 X 10 c - ,.'," .'. -, :~1 ~' i'4 2 <( , :cl- 1-35 ~ ~. L,UU -'0 Uo ~L,U L,UJ: -'I- (flu.. -0 UJ> ~I- <(- a::-' u..<( (fl::> _0 J:UJ I-:C 21- ;:0 21- L,U UJ ~:::l :::lO U(fl 0- ot: UJUJ J:'.) 1-- .... !:!:o 2 wen u- -:c 5;- 2 (' .' u ,- (' t-\ -1... o \1 ......fJ : o ) , 0 '-- \\,',,:, : ~::' ,':',i,,',:.' '," :,~~;:'>',:,..:;,:' ',: ':: ; '"I:", ': " >:,',.', ':,::' ;:, '; : ,:', .-' .',' ::,..", ~" ~,,' ...., :', '< ,"': ~" ,::: ,\\,~:.~ :,~':,<;,,:.:,' ,',,;~. :,': "': :'~ ,,: " ~~;;,~ .. ~:1' ~,',.>:','~' ':,:'" ~"\..: ~,:': ~.,::,~,: ""~~'.'~" v- - ( z <( . J:S!: ....w a:::E. <(:::l Wu ""'0 Uo en ' enW wJ: ......... en 11.' ~Ol :::!:~ ~:::::; u.<( !!la' J:w ....J: z.... ~~, ww' :E :::ll :::l o~ Uen 0-' o!:: ~~! ....i= ~o z: ~ !!l' -- J:I til-c, z <~, ( ;r"'"' ; , , io o ( \,c,_oo- ~--, -_:~ -~- ,::'r;:, i.', .,'. : " -'.';"'-"""'-'~"""" .,............,.. o o .. i ~ . I Record of Materials Upper Hoh Road Item # 9 ANGELES GERM GRIG 90% GR. 85X OR, 90% OR, 94% 10. PERCENT DESCRI PTI IJol 39.63 RED FESCUE 38.78 PERENiIAL RYEGRASS 9.90 HJGH~O 8ENTGRASS 9,96 WHITE OUTCH CLrNER 1,09 OTHER CROP SEED h;', .:tr:6~' '~r~ 1i;tta'riirr~~ '.".. ,..:,..;;~~ ,02 WEED SEEDS l,"r';''''~\:''~';,,'''_l~r, NO NOX I OUS, WEEDS TESTED 10/95 tlET WE I GHT 50 LBS. LOT NLt1BERm)iljjj~''''lt( 1(,1\. . _mIII!"l Auburn WA 011071 I o o )' ;: ,~;' .' )'.:''',,',,: "-"'_'''' '-.";-:',,',i, 32 xl 0 ,""(D . ",. ..... ",'''..i(, \"__i___"4"';~'" _ .' _"_ o ,- o .. .. Record of Materials Upper Hoh Road z <( .' J:.... ....z, w' a::~. i5 a' ""'0 Uo enw [lJ: ......... enu. -0 :g~ ~:::::; u.<( !aa J:w ....J: z.... ~~, wW' :E :::ll :::l o~ Uen 0- Ct::i ~~I .... F! ~o z wen ~~i ~I Item # 9 c.. , . ;"..".. I I o o I 0 o ( ((:~~-- 0- ~--__ ---.-- ~:,' , ",:~ ',-,., , ~: LJ, "'0,9" . }~;. ",,_~'~:':_'t ><lc1, ,- z <(0 J:I- ....1E a::~ <(::> Wu ""'0 Uo en wI ~i= en"- -0. w>: ~!:: a::-" u.<l: !a15 :X:w ....J: ZI- ;::0 zl- ww, ~ 2f Uen D- O!:: Ww J:U ....- ~b z wen U- f= ~, o z .f" o o ~ ----- ---- - -- o o .. L_ - o o :'1; :t;f:r~, .~---- z <( . J:.... ....~ a::::;. <(:::l Wu --'0 Uo ~~ ~.... en u.' -0 w> :E.... ~:::::; u.<( !aa J:w ....:x: z.... ;:0 z...., WW,I :E :::l' :::l o~ Uen 0- o!:: WW' J:U ~!3 z WUJ U- i=~ o z ,.,..,. 10 o ("" 0 o o .. CY-)r:vD&O .... ::z: Washington State ." Department of Transportation ("contract: SA-2784 Request for Approval of Materials Source ForPE Use ); FA Number ER-9601(002) ; SR. Date 5-8-96 #11* . #12* GUARDRAIL TYPE 1 ANCHOR TYPE 1 Section UPPER HOH ROAD PARK BOUNDARY WASHOUT (SUB) Contractor PETERSEN BROHTERS. INC. Sea SectIon f.06.1 01 Sid. Spec. and reverse side lor Instructions CONTRACT BID ITEM MATERIAL OR 010 NO MANuFACTURER'S PRODUCTITYPE SOURCE NAME OF MANUFACTURER/FABRlCATOR OR PIT NUMBER FILE NO #14 FLEXIBLE GUIDEPOSTS TREATED TIMBER POSTS/MATC ING tOCKS/CRT (, I. Source Approvsd: 2 Source Approved: 3, Source Approvod: 4. Source Approved: 5, Source Approved; 6, Sourcs Approvsd: 7. Approval Pending: 6. Source Approved: RemarkS: ~~ ~~~ ApprovAl Acllon Cod.s lor u.. bV Prol. Engineer .nd HQ .1.rI.ls L.bor.lory Acceptance based upon 'Satisfactory' Tosl Report lore samples of malerials 10 be incorporalsd into project. Submit Mfg. Cert. of Compliance for 'Approval' prior 10 use of male rial. Subm,l Catalog CulS for 'Approval' pllOr 10 uso of malerial, Submil Shop Drawings lor 'Approval' prior 10 fabrication of malsriat. Only malsrials idonlilied 'Approvod for Sh,pmenl' by WSDOT Fobricalion Inspection Office prior /0 shipmen/Io bs usod, Malerlals 10 be cortified as either 100% American manufacturer or Identification of foreign manufacturer and malerials cost within Ihe permisslblslim,ls for Ihs projecl (See Special Provisions). Rsquest Transminod to Hdqtr. ~ab, for Approvsl AClion. ~a __//",e>V'4>ct1 Approv.' Acllon Cod.1 lor HI.dqulrt... L.bor.lory us. - onlv 9, Source Approved: Approval of Change of sourco musl bo socurod from Headquarlors MSlerials Enginosr por Sid Spocificalions. 10 Approval Wilhhold: Subm't samplos for proliminary ovalualion, 11 Approval Wilhhold: 12, Romnrks (. '>roJ.cllingln.., Dlllrlbullon ';onlraClor .t_ D,Sl.Opor Engr, ~ D'SI Mals "--_ HQ, Mals Lab (Docum) rl__ ( ) Mandatory D'.lflbul,on H..dqu.rllrs M.I.rllls IIngln..r Dlslrlbullon HO Mals ~sb (Gonoral Filo) L-- HO MolS ~ob (Eloc) (oli E & S Cod os) _ HO Mala Lab (Asphall) (011 B,codas) _ SoSllio Inap, Offico (all 5 codoa)_ Prolocl Eno,noor _ OlhOr_ 001 ~'JOO.'1 ll~",.."d 1l1'l'" Sup.rsldos Pr.vlous Iidlllonl ~" .,s':':), t ,~ I 1 10 I o o 32x 10 ..';'~ z <( . J:.... ....~ a::E" <(:::l UJu ""'0 ~o ffi~i ......... cnu. -0 w> :E.... <(- a:"'" u.<( en:::l _0 J:UJ ....:x: z.... ;::0 z.... ww :E :::l' :::l o~ Uen 0- o!:: UJw J:u ....- ~ti z wen u- i= J:, Oh Z ". o o o --4_ - _ - -- o o .. o '. ~ Item #12 - - "'- o _:';~"~ - z <( . J:.... ....~ a:::E. <(:::l Wu -'0 Uo en wI' ffl:x: ......... enu. ;;:;0\ :E~ (2:::::; u.<( !aa J:w ....:x: z.... ;::0 z...., WW1 ~ ~~h Uen 0- 0.... ~;;:;! ....~ ....' ~o z wen u- i=~ o z :r'" o o \. c o o .. CJ!(vtJ&O ....... ~JiI Washington State ...~". Department of Transportation Request for Approval of Materials Source f",ontract: SA-2784 Date 5-8-96 ); FA Number ER-9601(002) ; SR- For PE Use #11* #12*" FILE NO, Section UPPER HOH ROAD PARK BOUNDARY WASHOUT (SUB) ContTactor PETERSEN BROHTERS. INC. See Soehon 1-06.1 at SId. Spec. and RMttS8 side IOf instructions. CONTRACT BID ITEM MATERIAL OR BID NO MANUFACTURER'S PROOUCT/TYPE Submitted By U.. SOURCE NAME OF MANUFACTURERIFAaRICATOR OR PIT NUMBER #14 GUARDRAIL TYPE 1 ANCHOR TYPE 1 FLEXI8LE GUIDEPOSTS * SUMNER. WASHINGTON ( /.d~ .!i L '7<- Approval Action Cod.. lor us. bV Prol. at.rI.ls Laboratory " Source Approvsd: Acceptance based upon 'Sslisfaclory' Test Rsport fore samplss 01 male rials 10 be incorporated inlo project. 2. Source Approvsd: Submil Mlg, Csrt. 01 Complisncelor 'Approval' prior 10 use 01 mstetial, 3, Sourcs Approvsd: SUbmit CSlslog Cuts tor 'Approvsl' pllor to use 01 mSlerial, 4, Source Approvsd: SUbmit Shop Draw,ngs lor 'Approvsl' p,ior 10 lebricslion 01 malsrial. 5, Source Approved: Only malsrisls identllisd 'Approved lor Shipment' by WSDOT Fsbricalion Inspsclion Ofllcs prior /0 shipment 10 be used, 6. Soureo Approved: Malerlals 10 be COr1ified as either 100% American manufacturer or idenlificolion of foreign manufacturer and materials cost within the psrmisslblslimlts lor the projecl (Sss Spscial Provisions), Request Trsnsmilled 10 Hdqtr, Lab, for Approvsl Aclion, .f?o -ff,,"e>V'd!cf/ 7, Approval Pending: B, Source Approved: RemarkS: Appronl Acllon Cod.. for H..dqu.rta.. Laboratory us. - only 9, Source Approvsd: Approvsl 01 Change olsou,ce musl be aecured Irom Headqus,ters MSIOllsls Enginser per Std, Spscilicolklns, 10, Approvel Withhold: Submil samplss lor proliminsry evaluslion, 11, Approvel Wl1hheld: 12, Romarks: ( rcJ.ct IIngln..' Dlstrlbullon ~ontrsclor L- Dial, ODor Engr,.L- Dial. Mala .l.......-- HO, Mala Lob (Oocum) .L- ( ) Mandalory Olatrlbut,on H.adquert... Me'.rlel. IIngln..r Dlstrlbullon HO Mala Leb (General File) .L- HO Mala Lob (Elec) (011 E & S Codoa) _ HO Mala Lob (Aaphall) (sll B,codoa)_ Sealllo Inap, Olllea (all 5 cod os) _ Proloct Eng,nosr _ Olhor_ ;jOf :t~O-O" 'IO\Ilo.ltf3 S 1'1.' Sup.raed.s Pr.vlou. IIdlllon. o ~, 1lI) -,,.,- o (ri\'. .',1':/':;: '~'~ii~,I':X";' ',-,'j' r~\" 'H ,.'I..i, 1,-,. {;," >> 10 \ ~ i i ..~ i I I ~ ~ ....', I o o 32 X I 0 ;,- z <(" J:.... ....~ a:::E,. <(:::l Wu ""'0 uo enw ~~ enu. -0 .... :E~ <(- ff~ !aa J:w ....J: z.... -0 !z.... ~~': ',..,,0 Uen 0- Cl!:: lU w "u F-~ - u.ti -Z wc.":'l u- -J: til- Z r' o o ______ 1 Item - -. - o o .. - o , 1 ;,\ L '\ o t~;:i;~ - 1 o Ii-~ o .. -Je-l*~f' ~ CI!&:Ot/o ~ Washington State ~,. Department of Transportation 121L6747 Request for Approval of Materials Source CcontraCl: SA-2784 ); FA Number ER-9601(002) Date 05/17/96 ;SR. z <( . J:.... ....~ a:::E,. <(:::l Wu ""'0 Uo en ' enW wJ: ......... enu. ~o, :E~ ~:::::; u.<( !!1a J:w ....J: z.... ;::0 z...., wWi ~5'! Uen 0- o!:: ~~: .... F., ~o' z wen u- -J: ti'" Z FOfPE Use Section UPPER HOH ROAD PARK BOUNDARY WASHOUT JEFFERSON LAKESIDE INDUSTRIES C PRIME ) Contractor APPT.Y-A-LINE. INC. ( SUB I Submitted By Y See Seclion '.06,1 01 Sid. Spec. and l'IMlrso side lor inslruclions. CONTRACT BID ITEM SOURCE MATERIAL OR NAME OF MANUFACTURER/FABRlCATQR SPECIFICATION FILE BID NO MANUFACTURER'S PRODUCT/TYPE OR PIT NUMBeR REFERENCE NO MJR'roN 1NT L. SALEM OR '13 8.22.2 (, DATE :r'" ,s; '2 It. ~ .r. ~~ 7, Approve' Action Cod.e 10. us. by proJ.c Engln..r en Met.rlels Leboretol'l/ 1, Sourco Approved: Accoplancs based upon 'Salisfaclory' Tsst Aoport lore samplos of malerials 10 bo incorporalsd inlo projecl. 2. Sourco Approved' Submit Mfg. Carl. of Compliance lor 'Approval' prior 10 use of male rial. 3, Sourco Approved: Submil Calslog Culs for 'Approval' prior 10 use 01 malarial. 4, Sourcs Approved: Submil Shop Drawings for 'Approval' prior 10 labricalion of matsria!. 5, Sourco Approvod: Only mslerials idsnlilied 'Approved for Shipmenl' by WSDOT Fsbricalion Inspeclion allies Pflor'to shipment 10 be used, 6. Source Approved: Matorials to be certified as either 100% Amorican manufacturer or identification of 'oralgn manufacturer and malerlals cosl wilhin Iho parmisslble limils for Ihe projecl (Sse Special Provisions), 7, Approval Psnding: Requosl TrsnsmiUed 10 Hdqlr, Lab, for Approvsl Action, 8, Sourco Approved: Remarks: o Approve' Aotlon Cod.. for H.edque"." Leborelol'l/ us. - only 9, Sourco Approved: Approval of Chsnge of source musl be socurod from Headquarlors Malorials Enginser por Sid, Spocificsl,ons, 10, Approvsl Wilhheld: Submil samples for preliminary svaluation, 1" Appr(,lval Wllhheld: o 12. Aamarks: ~, ( oroJ.ol Engln.er Dlsl,lbullon ;onlraclor L-. OISI, Opor, Engr, L-. Oisl. Mals L- HO, MolS Lab (Docum) L- ( ) Mandalory DiBlfibulion ()Of 3&0.011 Ih~vl'IOdtlJl\' Sup.rs.d.. Pr.vlous EdItions Hudquerle,s Meterlels IIngln.., Dlsl,lbullon HO Mals Lab (Gonsrsl Fila) "-- HO MslS Lab (Elac) (all E & S Codas) _ HO Mals Lab (Asphall) (ali Bcodaa)_ Soollla Inap, Ollico (sll 5 codoa) _ Proiscl Enginasr _ Olhor ___ c-o----~ (~ 'I" t) t~,:) . n, I,!;. ~ ~ _......;..,'-' ~..:... ", .;>, , "~:\,;:' '; "'?.',~"'> ,'t'..:) l :l 10 ..... I o o 32 X 10 '~ 'JIIliII .ioIll ! .- z <( . J:!z ....w a:::E., <(:::l Wu ""'0 Uo (/)w: 1fi J:I ..... ....' enu. -0, :!~ <(- EE~ :::l !ao J:w ....:x: z.... -0 !z.... ww, :E ~' :::l O'~ Uen 0- o!:: Ww J:u ....i= ~~ wen u- -:x:, 61- z '". o o - ,'- o o .. o -"'~---- Item * 14 __ _L" - - '0 ) - /i ,.'i _{~'i~t\ o - o .. CJ!(v[)&O ~ ..,.~ Washington State ..,;." Department of Transportation Request for Approval of Materials Source ('Jon tract: SA-2784 ); FA Number ER-9601(oo2) ; SR- Date 5-8-96 #11* #12* ForPE Use z ~~ ....~ ~~ Wu ""'0 Uo en ' ffi~'1 -'.... enu. ~Ol :E~ ~:::::; u.<( !aa J:w ....:x: z.... ~~, wW1 ~5! Uen 0- o!:: W Wi J:u ....- ....' ~o z wen u- i= ~! o ' z Section UPPER HoH ROAD PARK BOUNDARY WASHOUT (SUB) Contractor PETERSEN BRoHTERS, INC. See $eehOl'l 1.06.1 of Sld. Spec. and teWlf'lO side lor rnstt\.lclions. CONTRACT BID ITEM MATER1ALOA BID NO. MANUFACTURER'S PROOUCT/TYPE U.. SOURCE NAME OF MANUFACTUAER/FABA1CATOR OR PIT NUMBER ALE NO, GUARDRAIL TYPE 1 ANCHOR TYPE 1 #14 FLEXIBLE GUIDEPOSTS * ( -, I. Sourcs Approved: 2, Sourcs Approved: 3, Sourcs Approved: 4, Source Approvsd: 5, Source Approved: 8, Source Approvsd: $/2.. '? <- Approval Aotlan Cad.. lor us. by Prol. Engln..r e HQ et.rla'. Labaralory Acceptance based upon 'Salislaclory' Tsst Report fore samples of malsrials 10 be Incorporsled Inlo project. Subm,t Mlg, CSrl, of Compliance for 'Approval' prior 10 uss of mSlerisl. Subm,' Calslog Culs for 'Approvel' prior 10 use of malerlal, Submit Shop Draw,ngs lor 'ApprOl/al' prior 10 fabrlcalion of matsrlel. Only mslerisls idenlifisd 'Approvsd for Shipmsnl' by WSDOT Fabricalion Inspeclion Office prior to Shipment 10 be ussd, MSlsrislsto be ce",'ied ss sllhsr 100% Amorlcsn manufacturer or idsnlification of lorelgn manufsctursr and mslsrisls cosl within Ihs psrmissibls limits for the Droject (See Special ProVisions). Requesl Trsnsm,lIed to Hdqtr, Lsb, for Approval Aelion, ~Q __ff~tf;V'4'cP ,"" 7, Approval Psnding: 8, Soures Approved: Remarks: o Approvel Aollan Cad.. lor H.edqlUlrt... Laborelory u.. ., onlll 9, Soures Approvsd: Approval 01 Changa of sourca musl bs sacured from Heedqus"ers Materials Enginosr par Sid, Spac,lIcatlons, 10, Approvsl Wilhhold: Subm,t samples for prolimlnary svalust,on, 11, Approvsl Wilhhsld: 12. Remarks, I () o o i:Ol3!lO.Ml f1(1~'~J'd H ..., Sup.rs.d.. Pr.vlous Edlllons H.adquarters Malarlala Englne.r Dlslrlbullon HO Mall Leb (Goneral Fila) '-- HO Mata Lab (Elee) (sll E & S Cods.) _ HO Mate Lab (Asphall) (all El,codee)_ Seeille Inep, Ofllce (all 5 eodea) _ Prolect Eng,neer _ Other_ ( 'roloollingln..r Dlalrlbullon "':ontraelor .L-- Disl. Opo, Engr, r/_ Disl. Msls.L.....- HO, Mals Lao (Doeum) "-- ( ) MandAtory Dlslllbut,on r "- z <(0 :x:.... ....~ a::~ <(:::l Wu ""'0 Uo en wI ~~, en u.' ~Ol :E~ ~:::::; u..<( :::l !ao J:w ....J: z.... -0 !z.... ~~l ""0' :::l Uen 0- O!:: Ww :x:u ....i= ~~ wen u- - J:, tif- Z :r o o ..:Il -----LlM.-.~__.a1 .IJ~ Item *15 ..r.c:!.-_ - o o .. o I _.-- - 'I'~i (,; 1I';li.)j.::: - z <(0 J:.... ....~ a::~ <(:::l Wu ...Jo Uo enw ~J: ...J.... en u., ;;:;01 :E ~' ~:::::; u.<( !aa J:w ....J: z.... ;::0 z...., WW1 ~ ~1 Uen 0- o!:: ~~: ....-: !:!:ti' z wen U-' i= J:, 0....1 Z '1 ~r~' I j o o o o .. 046060 ~ :7: Washington State "'1 Department of Transportation Request for Approval of Materials Source ( c Contracl_~~~?8_~.__L.._.._____l; FA Number_ ER::~_~~~i~~l; SR. ForPf;" Uw Section ___~~.~~~~~.!ARK OOUNDARY WASHOUT , , ; County JEFFERSON Contractor.., LAKESIDE INDUSTRIES___.___'__ Submitted B~~ &''CScclion 1.06.' 01 SId. Spec. ard rOVClfsosidtllor inslrucllOns Slgnalufo For WSDOT U.. CONTRACT BID ITEM SOURCE PE HOTR T-- -- -- MArERlALOR -, NAMEOFMANUFACTURERiFABfllCATOR SPECIFICATION APPRL APPf1'L --"~":'_r-=~CTUREn'S ""OOUCTfT"/PE _ ._...::~ ~T NUMBER REFERENCE CODE COO, _:L~--t.~~~~.~~G~------_.- ~~~;~:~eUP?LY _ 9-~~1_ 6: ,.,--..,-r----------- ---- I SIGN POSTS AUBURN SAWMILL, AUBURN WA 9-28.15 ( ) ~ -=-f. .---- .._---~--- - ~~~~=I~-'-- --.-.---- ---. ---.-----.- ~-::~:~:,:-r-~~.-==::~=~~--==:::~'--::=-=-.:==-==,:=~==-~--~=~=~~=-.,=: =-~ == --- --..--...------..-- ------f~ ~~---- HQ'SMATER,^LSENC'N'ER .--- .. , ,___,____L~ __ Approval Action Cod.. for ..... bV ProJect Englno.r and HQ Matorlal. Laboratory Accepfance based upon 'Satisfaclory' Tost Roport lore samplos 01 materials to bo incorporntod Into project. Submit Mfg. Cart. 01 Compliance for 'Approval' prior 10 u~o of mat aria I. Submit Calalog Cllts lor 'Approval' prior to USA 01 male rial Stlbmlt Shop Drawings for 'Approval' prior to fabrication of mnlorial Only matorinlG identiliod 'Approvod lor Shipmonl' by WSDOT ~nbricDlion Inspection Olltco prior to shipmonllo be usod. Mntorinls 10 be cortillod as \llthor 100% Amorican manufacturer or identification 01 foreign manufacturer and motoriA Is cost within tho pormlsslblo limils lor tho project (Soo Spoclol Provisions), Request Tmnsmillod to Hdqlr. Lab, for ApprovAl AClion. Date~3-~ FILE NO. DArE S(' ...0 Approvod ~ SOLlreo Approved :3 Sourco Approvod 4 Sourco Approvod' 5 SolJrco Approved 6 $olJrco Approvod; Approval Poneling: 8. SourcQ Approved' Romarks: Approval Action Cod.. for H..dquRrlor. L8boratory u,. - onlv 9 Hot/reo Approvod Approval of Cl1ango of sourco mUGI be socured fromHoadquarlors Mnloflaln Englnoor por Sid. Spocificallons. 10 Approvfll WIthhold Subnlll r.amploG lor proliminary ovalu8liOn. II ^pprovol W,thhnld 12 Rmn:\rk!i ( proJe.. Englneor Dls'.lbullon Control:lor ,,/.._~._ [liSl O"or, Enur, .1__ D151 Mots r/.____ HO MM. Lob (Docllm) .1_.__ ( ) MnmMIC1ry DiSlribtlllon H..dquo.'..s M....I.'. 1l.."ln... Dls'.lbullon HO Mols Lab (Gonnral Filn) .1__ HO Mals Lob (Elac) (all E & S Codos) _ HO Mals Lab (^sphalt) (all B codns)_ Sonlno Inop, Ollleo (nil 5 codas) _ ProjootEnglnoor __ Othor_ 1)01 ~'.o071 1l1lvl~'cll\1O;' Sup....d.s Pr.vlouo Ildltlons - I e o 32 X I 0 o - o .. 046060 ~ . Washington State Department of Transportation Request for Approval of Materials Source (Jntract: SA-27M Date 5-6-96 JEFFERSON 2: :( , J:~ -w I::z.. :(:::l JJu ,Jo ..)0 "w ilJ: ,J.... :n LL' :-0 :iJ~ ~:::::; u.<( en:::l _0 J:w ....J: z.... ;::0 z.... ~ ~,~ :::l0\ Uen 0- o!:: ww J:u t;:i= _0 z wen u- i=~ o z ) ; FA Number ER-9601(OO2) ; SR - ForPE use UPPER HOB ROAD PARK BCXJNDARY WASHOUT Section Contractor LAKESIDE INDUSTRIES Submitted By Seft SectIon 1-06.1 or Sid. Spec. and reverse !ide IOf Instruchon& CONTRACT BID ITEM SOURCE P.E. MATERIAL OR NAME OF MANUFACTUIlERlFABRICATOR SPECIFICATION APPR'L ALE SIONO. MANUFACTURER'S PROOUCTITYPE OR PIT NUMBER REFERENCe; CODE NO, 6 C.S.T.C. Q-178 9-03.9(3) 7 CSS-1 US OIL, TArolA, WA 9-02.1(6) 8 MIN. AGG. CLASSB CAN4 9-03.8 AR-4OQO US OIL, 'l'ArolA, WA 9-02.1(4) 15 PERMANENT SIGNAGE NATIONAL BARRICADES 8-21. 2 SEATTLE, WA CEDAR I'OSTS MCCLANAHAN LUMBER, FORKS 9-28.15(2) 20 r-oNl.lMENT CASE & OOVER SATHER, EVER'IT, WA 9-22.1 ( , C.'S.T.C. a ""'50 f..o'3. 1C., 1. Source Ap proved: 2, Source Approved: 3, Source Approved: 4, Source Approved: 5, Source Approved: 6, Source Approvsd: z.~ Approval Acllon Cod.. or us. by ProJ.c Enlllnll.r .nd H arlals Laboratory Accsptance bassd upon 'Salisfactory' Test Report fore samples of matsrisls to bs incorporated into project. Submit Mlg, Csn of Compliance for 'Approval' prior to use of materisl, Subm't Cstalog Cuts lor 'Approval' prior to use 01 materist. Submit Shop Drswings for 'ApprOl/al' prior to labrics!',on 01 malerial, Only mstsrials identifisd 'Approvsd for Shipmsnt' by WSDOT Febncalion Inspsclion Olllce prior 10 shlpmen/lo be used. Mstsrialeto bs csnillsd as eilhsr 100% Amencsn manufacturer or identiflcslion of foreign msnufsctursr end mats"als cost within ths permissiblsllmlts for Ihe project (5es Spsclsl Provisions), Rsqusst Transm'lisd to Hdqtr, Lsb, for Approvsl Aclion, o 7. Approvsl Pending: e, Source Approved: Remsrks: ./rC EIJ4 tL "'v..~ H(I~T /.U: GIlAOIIifJ ~"If.. snJ. ~PS:. f1,~. 2. o 0, Sourco Approved: 10, Approval Wilhheld: 11 Approval Wilhhsld: 12, Remarke; Approval Acllon Coda. for H..dqu.rt... L.bo,atorv us. - only Approvelol Change 01 source must bs secured from Headquarters Molerlals Eno,noer per Sid. Spec,flcalions, Subm" samplos for prallmlnary evaluation, 't'U1'l4k.w4--rU)II> (..OW _ A(J(JtlIJvrU1 ;::Crt- .,.'Sf!. ~ow: 00.)0..<(, ( "oJ.at Engln.., Dlstrlbullon anllPctor .L-- Dlst, Opor, Engr, .l..--- Oist. Mats L- HO Mals Lab (Oocum) rL-- ( I Mandatory OiSlr,bul,on H..dquart... Mat.rlels Iingln..r Dlslrlbullon HO MOls Lab (Gsneral Fila) L-- HO MOil Leb (Eroc) (all E & S Codas)_ HO Msls Lob (Aspt,all) (all B cod~S)_ Ssstllo Insp. Office (ailS cedos)_ Prolect Eng,neor _ OtMr_ '),::r :'It,OOrl /'W"~lt ~ll' Sup.,sad.. Pr.vloUs Ildltlons ___l~~_",""~___ (0 ','~' - , ~. ~..) - "~---:~'.L' ,. .=. ",1If'::.";'," ){'j-,:::;,~: "~'-~,~"-'-'j :':::"'(,'''' , '....d:. &:Jti:4i ""i~ 1/' 10 - ::aa.;;;;, 'All I o o 32 X 10 1U:lt .- UJI:iIIIl v- ~ o .- o .. Washington State Department of Transportation Memorandum Mo.... led 5/:28/9t,. DATE: 2/ '2 ~ / f' f, ( FROM: R. Nesbitt, P.E. z <(. :x:.... I-~ a:::E.. ;;):::l .....u uO o gj wi w:x:, ..... ....' en LL. -0 w> :E.... ~::; u.<( !aa :X:w I-:x: z.... ;::0 z.... ww, ~5;, Uen 0- o!:: ww :x:u ....- ~ti z wen' u- -:x:' ti~: z PHONE: ('%0) - 28S:. - '71 C, 0 TO: SrevE. CI-II~ (sign fab inspector) SUBJECT: SA2784 SR: Co. Rd. FED AID: ER-9601(002) SECTION: Upper Hoh River - Jefferson County Please confirm receipt of this notice with the project office at the above phone number. N(.\i'I<::loJAL. 'BA~l.lC...qOI:: has been approved to fabricate signs as required on the above referenced project. Material sampling and testing may be required prior to sign fabrication. Lots of sampled materials must meet the specified requirements before signs are tagged "FABRICATION APPROVED". The following materials are identified in the contract documents as required for the fabrication of signs for this contract. Materials BID ITEM 15 15 15 15 15 15 15 BID ITEM DESCRIPTION ALUMINUM SHEETING REFLECTIVE SHEETING-WHITE REFLECTIVE SHEETING-GREEN REFLECTIVE SHEETING-BLUE REFLECTIVE SHEETING-YELLOW REFLECTIVE SHEETING-BROWN LEGEND ( .T' Samples of reflective sheeting from lots not yet tested shall be applied to a 1 ft. square piece of aluminum sheeting with a 2 in. wide strip of paper in the center of the sample. A Manufacturer's Certificate of Compliance is required for all aluminum and fiberglass sign blanks. Costs for performing the necessary fabrication inspection are to be charged to the above referenced contract. Copies of plan sheets and approved change orders relating to sign fabrication will be supplied to you. o o (..:c: Electrical Section, O.S.C. Material's Laboratory - 47365 1. \group\llmD\mgmt\a1gn' fab, rpt (p,ojlog) . . REVISRO 01'01,9& c....'o c _ O~ M ..oi......~'~i~L1. ',~i';:il;IrL~ < -- :":~;~"~""'~U':;::':";""; ", n~~).5)~~";~ .L- _I ....... It' . 'il!ib.dJ::. :> ~ 10 .:.. ~~ I lWtaUlltMtJ - o o 32 X I 0 .. 1!IIIIIl~ ~ ,- z <(' :x:.... ....~ ~~ wu ""'0 Uo en ' enW w:X: ......... enu. -0 :g~ ~:::::; u.<( !aa :X:w ....:x: z.... -0 !z 1-, ww' :E :::ll :::l 0' Uen 0- o!:: WWi J: U: ~g Z wen; U- i= ~i o 1 Z : o T o o .. \( WashIngton State Department of Transportation Headquarters Material Laboratory MATERIAL CATEGORY - 9-28.01 (2) Signing Fabricator Material covered by Standard Specification - 9.28.1(2) :Z:.J.e vY' (!5. Fabricator: National Barricade 6518 Ravenn8 Ave. N.E. Seattle, W A 98115 Fabricator Approved: 11/12/92 WSOOT Fabrication Inspector: Steve Chick PO BOI[ 330310 Seattle, W A 98133-9710 Mail Stop: NB-82 (MS-120) Standard Acceptance Fabrication inspectiQn required., Only signs tagged 'FABRICATION APPROVED' by WSDOT S1gn Fabricat10n Inspector to be installed. (( Note: Sources for the sign~ng materials reflective sheeting, legend mater1al, alumin~m s1gn blanks anA f1berglass panels are approved Qn an annual baS1S for each s1gn fabricaeor. The s1gn fabr1cation 1nspector will a~range for the annual source approval and for new sources of s1gning materials as necessary. I Q o .( Source of Malerlal8 . MaV. 1995 . I. "roup" 1..\II.U\.I,nhh._.,.lgn'.I1I,d'r Nallonal Barricade Signing Fabrlcalor 9-28.01 (2) ~~i' 32 X I [J . -a'" ..,;,O:,t",:,:,:, ,.' """,. "r ......>,"-_;~i":.,~,""t~ 'c--o-- , ;','(:".::':.,.,:',.::': """"";""""'.'\'" "'- z <(. :x:.... ....~ a::~ <(:::l Wu ""'0 uc (J)w; ~ J:.... ..... , enu. -0 :g ~: ~:::::; u.<( !aa :X:w ....J: z.... ;::0 z.... WW1 ~5~ Uen 0- o!:: ~~" ~g z wen u- i=~ o z ,,,.. o o \" o o .. ( Pacific Lumber NC! 23395 _ Inspection Bureau I I \ OIDEI NI. 41515 u. S.A. CERTIFICATE OF INSPECTION PAGE No._-1_._____ Auburn, Washington July 17, 1995 TALL.lm AND INaraCT.D (L,OCATION) at plant LOCATION AND DA fI' .uprLIU Auburn Sawnill 7-13-95 ClIl4DING .ULQ WCLIB Rules No. 17 .CTWI:II:N (CAT':', TOTAL, P'Q. (aaLa.) 725 Pes. TOTAl. '23 ,Ni01 Ft EM DUTIHATION Disburseaen st contractors as needed-State &yo Opt. N""K Each piece starrped W-PLIB-155. ( \ f I }_.~ I., latl.. D.,... D.tI~ July 17, 1995 SPUIFICATlDN GREEN OOUGUS FIR - S4S ''NO.1'' 4x4 - Structural Light Framing per para. 124-b: 91/10 91/12 897I4 - Structural Joists & Planks oer para. 123-b: 32/14 168/16 111/18 56/20 STRIJCl'llRAL" - Posts & Tirtbers per para. 131-b: 13/18 32/20 24/20 1/22 17/24 271 Pes. 4,331 Ft EM "NO.1" 4x6 "NO.1 6x6 6 x 8 367 Pes. 12,508 Ft EM 45 Pes. 42 Pes. 725 Pes. 2,622 Ft EM 3,640 Ft EM 23,101 Ft EM Total *** ,.. * * ~.*~. *** *** t.~ Qv. ~ #" 7 ,-", (.. t90 tJ ",~/I./ 9- IJ /l 78"0/ I o o ( r- ,- z :2~ ....~ a:::2.. ~B uO enO ffi~1 ...I.... enu.. -0 ~~ ~:::::; u.<( !aa J:w ....J: z.... ;::0 z.... ww ~ 15: g!a o!:: Ww i!:~ ~ti ~~ ( -J: til- Z ~ 1 o o -'" ( o o .. ~ Stella.J~ne~ - ~C.D (X.)~h:';,LJ ~. ~ 1P9'~J~ ~ tJ (l If t- vi ~ ~7T'r ( Certificate of Treatment This Is to certify that the material described below has been pressure treated to the requirements of A.W.PA. Standards ." No, C-2 Sold to: Auburn Sa\\l'Tli I 1 18761 Auburn Black Di~nd Road Auburn, WA 98092 Customer's Order No,: Noma Our Sales Order No,: C-9903 Conslaned to: Auburn Sa\\l'Tli II Destination: Auburn, WA 11/7/95 Sh\pplna ~ate: product Description: Olerron i te t rea'ted D; Pi r Lurber q,n?n p.r: T'1lIltlna plant: Ste I la-Jones PrellClrvatlve: Olerron i t e .60 pcf, by Assay: pd. by Clau~e: Net Retention: Shlpplna plant: New We s tml n 5 t e r /1/7/95 Date /8 &/~~ Sl&ns!ure Q. C. Iv'gr, Title f-.~~-~;:--""-""~;~?-;':-;- I;~<L h:: C E 8 \# ~, [>> rIi -- " " , I JI,lL 3 11996 IjSFFERSON COUNTY trUSL.le WORKS DEPT. - I ,." " :. . \ . .... \ ,I' , , , . .1, . . ,'. ,It \, " [ }.: 0.{3) 1._1!l1).,,1:1H1lt11l . , i}f'. '.~;0"rl,!,,,, " , ,'~ 'F,: "", , "h""'" ."t"" - * .bI:l tii~Lb.. IelliilI l!.. i i I I \ I 1 .j l 'j i l'\ t 1 ! I ~ \ i '~ :a ',~ ;~ ~ .,1 )'i tJ: )1 ~1 1 1 J ~ I \ r, 10 - --- I o o 32 X I 0 ~i:"*i I" ce_ z ;2"': ....~ ~~ Wu dg en ' ta ~1 ...J.... enu. -0 :g~ ~:::::; u.<l: !a5 ~~ z.... ;::0 z.... ww ~ 15: g!a o!:: Ww J:u tzi= _0 { w~ \. ~ :2, 01- Z r o o ('~--; ---- o o .. .if ( Stella .J oneS m I Certificate of Treatment Th" Is to certify that the material described below has been pressure treated to the requlremenbl of A.W.PA Standards No. C-2 SoIdID: CAMRIN COMPANY INC. 13467 64th PLACE N.E. KIRKLAND WA 98034 UNITEI) STATES Ow SlIes Older No,: 104 CWllDmer'1 order No" C-9826 COllllltned to: N I A ollllttnatJon: KlIU(LAND. WASHINGTON Sl\lppIncOlte: Julv 21. 1995 product Descrlptlon, CItEMONITE TREATED FIR LUMBER 23,101 F.B.H. Trelltllll plant: STELLA-JONES INC. PrelelYatlve: CHEHONITE N,et Retention, 0 . 892 per, by NIMy: pd. by Ollllle: (I Shlppln, plant: l:IEW WESTMINSTER ~~ U~IQv, 9w. P('3 t. Ii pi f (" .2..1'1 :l?T' Date AUlluat 4. 1995 GENERAL MANAGER WESTERN REGION Tille II c --- ,"'" ) "" . " "1.<1;;[(;\;';;:','" 0,( '. ,.';.,:~'i,)i \ I I \ 1- i ), ~ t' " 10 I o o 32 X 10 ,- z <( , J:.... ....~ a:~ <(:::l Wu ~o Uc ~~'I ~.... enu. -0, w>\ :E.... ~:::::; u.<( :::l ~o :X:w ....J: z.... -0 !z.... WW, ~ 15'] Uen 0- c!:: Ww J:u ....i= !:~ wen u- i= i:: o z r o o ~........._-~ o o .. - - 1 o i '\ 'j '\ 'j j ! a i \. ',',j '\ 0 >i) )~ ,:;;I~ __'jll!i - 046060 ~ .g ('. ontract: z: :( . z:!z -w I:~ :(:::l jg 'J)o, :3 ~i ...J.... (/) u.' ~o! =>' 2.... ~:::::; LL<( !a 15 :X:w ....J: z.... ;::0 z.... UJ w := ::::;)( :::l0\ Uen 0- O!:: Ww :x:u ~5 z Wen U- i= ~! o ' z ' Section o o .. Washington State Department of Transportation , ( Request for Approval of Materials Source SA-2784 ); FA Number ER-9601(OO2) ; SA. For PE use UPPER IDH ROAD PARK BCXJNDARY WASHOUT Date 5-6-96 Submitted By Contractor LAKESIDE INDUSTRIES See Socllon 1.06. t 01 Std. Spec. and reverse side for jnsructlOns. CONTRACT DID ITEM MATERIAL OR 810 NO. MANUFACTURER'S PAODUCT/TYPE 6 7 8 15 ( 20 , SOURCE NAME OF MANUFACTURER/FA8RICATOR SPECIACATlON OR PIT NUMBER REFERENCE P.E. APf'R'L ALE CODE NO, I t{ J t{ 5 \ 'cr ) C.S.T.C. Q-178 9-03.9(3) 9-02.1(6) 9-03.8 9-02.1(4) 8-21.2 CSS-1 US OIL, TAca'IA, WA MIN. AGG. CLASS B AR-4000 CAN4 US OIL, TAca'IA, WA PERMANENT SIGNAGE NATIONAL BARRICADES SEATTLE, WA CEDAR l'OOTS MCCLANAHAN LUMBER, tolUMEN'!' CASE & roV2.R C.~.T.C, SATIlER, EVERTT, WA a -150 9-22.1 f..o'3, 1(., 1. Source Approved: 2, Source Approvsd; 3, Sourcs Aoproved: 4 Source Approved: 5, Sourcs Approved: 6, Source Approvsd: z.g; Approval Acllon Cod.a or ua. by proj.c Engln..r and H orlala Laboralory Acceptance based upon 'Satisfactory' Tsst Rsport foro ssmples of materials to be inco,porstsd into project, Submit Mlg, Csr!. of Complisnce for 'Approvsl' prior to use of mstoriel. Subm't Catslog Cuts lor 'Approval' prior to uss of matorisl. Submit Shop Draw,ngs for 'Approvel' pnor to fabrication of motsria', Only mstsrisls identified 'Approvsd for Shipmsnl' by WSDOT F'sbrication Inspection Office prior /0 shipmonl to be ussd, Mstorisls to bs cs~,fisd as oithsr 1000/0 Americsn manufscturar or Identification of forolgn manulscturer snd matsnsls cost within the psrmlssibls limit. for the project (See Special Provisions), Rsqueat Trsnsmillsd to Hdqtr, Lab, lor App,O\Isl AClion, :r" o 7, Approval Psnd,ng: B, Sourcs ADprovsd: Ramar~s: ..1f:"CE't'JAIt ~oor:!J HVf>r 13i! G_rJttd ,n:I. :sPIll:. .,..Dr. Z. ",oIC. 9, Source App,,,ved: 10, Approval Withheld: I 1 Approval Withheld; Approval Action Codas for H.adquarta.. Laboralory us. - only ApDrovsl of Chsngs of source must bo sscured from Headqusrters Materlsla Enginser per Sid, Specifications, Subm't samples for preliminary eveluation, "t)~{l4(,A.T'(b", /.OW AP~liIJv(t(} PJIf,.. .14~e. ~fol!: o.v""f, o 12. Remarks: Supers.d.a Previous Editions H.adquarl... Mlllarlals Engln..r Dlslrlbutlon HO Mala Leb (Genaral File) .L-- HO Mata Lab (Eleo) (all E & S Codsa) _ HO Mala Lab (Aaphsit) (all B codsa!_ S.Sllls Inap, Olllce (0115 cod sa) _ Praisct Eng,noar _ Othar __ ( 'roj.al Enllln..r Dlslrlbullon ~ntractor L-- 'Dlsl. Oper, Engr, L-- Dial. Msls .L..:..-- HO, Mala Lab (Oocum) L- I 1 Mandatory Olaltiblllion ,}:: T ~:~O 011 1,,~,.J'~ ~ tV (-...' 0 -. ....n. ~. '," .'~;) "'>frrti';::!"',' o':k'I' :1~iiF~:::_" ,..f_ , ,,~~ J' .;,:,~",,~'I~.A:~TY-" if" ~ -I", 10 l~ -=- I o o 32 xl 0 I "- z ~..: ....~ a::E" <(:::l Wu ""'0 Uo en w; ~~I UlU. -0, :g ~: ~:::::; u.<( !aa :X:w ....J: Z.... -0 !z.... ~~,' :J Cl~ Uen 0- o!:: Ww J:U ....- .... ~~ wOO U- - J:, til- Z 'r o o '0 1<i,'1..",j'i"!.\~lfIB:!,.___ IlL .i:l.m.1!.'i~\:f,if.'J~f{..\\I~ o o .. - .. - o - " '<i1 I :1 ';< o i :~ ::~ _UU -L ,;; :~~~,~~1 i:','!i::;C~~"~ z :2~ ....~ ~~ ~g ~O en UJ, w J:I ..J ..... enu. -0 w ~~ fE~ !a~ ~~ Z.... ;:0 Z.... UJ w :E:::l :::lCl Uen 0- O!:: Ww ~~ ~6 j' z i wen ~:i: til- z ".. o o ^ ' ,( ITEM A ", , B C. 0 E F , I G 1 ,( } ~ I I~ .J I K I @ NT' NORTHWESTERN '. fRRllORIES, INC. &gI.-. .LB"" ~.,.,..".. CoaIm:/IOII CtI<<rII_.~ -.q , ' Tl7 SOUTH _.PORT NlGfI.ES. __ - .C206I.s2~ '.:.:r: o o .. \. .' </'77 "'-011. PROJECT,:.'"obN '/;;(E'APOW $ CONTRACTOR:' ' MATERIAL:"% ';"'c.~USflr;o METHOD:A1rH /!>~7"',,',' ,: PROCTOR TEST DATE:"?/.-1/9~ ." ,,; ". CLIENT:/pbl-A.<!'/s EN6/NFFtE'/Nc'" ADDRESS:J'\Tr",C,IGRRr Nlt!!/-IOl-.$ '.:, ci ,: ;~'.;:-'J:':~';';',' ;,', 1 " 2 '. "'/ "S-~:S-: 1....,'" ITEM DESIGNATION Weight of compacted soil and mold' Clbsl Weiqht of llIOid (lbs) i ,,;;:i:A Weight of, c:ompacted ",:',\iii !~W.~i'*,' soil A - B (lbs) . ':',S,:,.\j '.,0." 7.;" Wet density (1J/ft'>) CX30 ....';,"." ,'Ii'::\ (4"mold) or 13.3 (6") ""j/):hr7', '/';1,07 :~g~:to:o~~n~,,;:~) I':' :~;;;t':& '7$"1/ l'leight, of container I 'I '::;;,.j ';,'e " and drv soil (arams) 7;Z::s'" 1;;./ Weight of water E - F I" ,:"" "'1 ., (arams) '7-'t- '33' ~:';~:) of container -c. };1'~'.}2~ Weight of dry material F - H tararnsi Water content G .. I (') Dry density 071.0 + .J (#/ft3) . 1".'5 B :';r,:ri'i~;:h.~'i- , II, ., .., 'IB'7 'i/i- "6,/ '''/,7 I'll I'l '- M I'{ 1 ~, (-< ,.. ..... or. 1'10 >< (~ ... nq In "" hI C ,''' b >. tl: c I~ ? ~ :: (', ~'_ - ",:..... : t. ,:'.' ". ',j',-" ~ _ '.", 3 ,"'4"5 '2o.8f. 7-S:8'~ 1'/. ,,~;;. /V~~ ISP,~,' :;,:" ~"~1r ~;;~;~;~1t1 ~?~;_~~~':"'~~i 10;0.'10 3;~!'~I:,~';A" " , ':i :i~"V;~.', i; I.,;':,.' ,\, ;,' /Sr.:; ": 78f';"; I""',.....,' .V'.~"J(,'f1.' ;";':,';" ?\$r?'~~' '<">"\' ; '::0'6\' ; "'S ';:} , 8'e 'fa" " \ ~'::r' ~:: ":'.. .... '; s! '.j1;'.j ~qB b.b 8," " , ,.0 i',,;, I( :,>;, '. "7,{:" , reo 5-;1' /;8.'1 I r. G j'j' _., __ .' H __.. ..- . _ .. _ _ _ 4 - _ ,. ~ . . . - . .-. - .. . ...,.... . ... . . " . . - . .' - . .. ~.. . ~ ~ .. ... ,/ ~ o = 0-, ,::' ~<: ' .':" ':':': "~>'; :,:.'" ' :','i,;: ',;../'..,,;':, ,:::.:,'::':',:..:,... '~<<::~~';:':':"::": ,;:; ,>: ; :,,:,:,::q~,: ,:1, <:' :"'."; ::):" '~, ~ ,(:, <:' ';:'>,': ',.:, ,,":':,' :'" ;::', ~' ,:, :';.,: ::.,~'>,':,,<~:,<, :','-::"::,\> ,,:':.: ': , ., ,"..;- ~ ~ '. l-.A1i:I':<"O~ 'rsL.tA!:"'Hr PIT" TESTI:ID,BY: oJl/'? IYIIJJ~S , .", 8 9, 6 7 : :' :,:,",; :;;:;.: .'.\.'..". ";{;';j1:;' .. 't. ': ". , " ; ,,' :,', " : , I \, '. ;:\ I I , ,',1 .. ,. " I,,: " \ ' " , 1"'1.8 kL-% I o o 'I 10 32)( ~ 0 ... ~- o .- o .. ;. c ( Z <(' J:.... ....~ a::~ <(::l Wu ""'0 Uo en ' ~~l ~I- en u.' -0, ~~. <(- a:..J u.<( !aa J:w ....J: ZI- ;::0 zl- ww, ~ 15' Uen 0- o!:: Ww J:u ....- ~b Z wen u- i= J:, 01- Z , @ NT' FIELD DENSITY TEST NUCLEAR GAUGE METHOD PROJECT: ~w e>H~e re>~Kr;. NORTHwe'STERN TERRITORIES, INC. $~,,'r 1~.1. EnQln.m . uM S<i/1l'~'" . P/~nn.,.. ConS/,vction COOIrJitllUon . M,r.,illS ruling DATE: (; y CONTRACTOR: MATERIAL: /7>1 ~ 7","'c.r~AL I"'.I/.L TESTED BY: 'O.J//-?' .c~ vll':'S C~IENT:~"" COO#$rA? ~O. ADDRESS: os . MS STANDARD COUNTS: ,T' TEST DEPTH DRY WET MOISTURE PERCENT PROCTOR PERCENT NO. DENSITY DENSITY COUNT MOISTURE COMPACTION .. /10, r ..,so 1. (, /,~"'" 7, c> I~IJ , LOCATION: $,w. coif! ~Lt:J(, 0 I!""fl'''', fJIOTnJ/"f' rOQr"v(. I/J. ,. IH./ I'I~ . e 8.~ IJ~ "''' ~ ...I!'J . ~o" riNr,. LOC~.TION : 5w.' <,off. ~"D~ I:' eo'T1T> ,.., 8" I ~o.'" /'10, , 'f,'" ,'* ~ 'i'S"% , LOCATION: 1"0' N r~o~' ~,E <'O~ 1ft. I!' V , 60 rro~' I"'Cr:;H'" I oN (. , I i 10/ " 1"10, , 11'0.,",' I,e 1/)'1. .~ ",,8 I.{ LOCAT1ON: "'~NN"t.. A~rA ("_"1.">07 TO,...,. Of" rOt!) ""'/1'1 a. I 1/1 .. I'" 0 I<I~, ., 6,e I!t!l I ","" " , (" tlLD6. c:. 'DrrD "" Ft:Jt:J'r'INt;, ,~, LOCATl'ON: I.,' , I"IPOH I/IW Co/l: r!'(.../tr'" , \. II" /16. I 1",'1, ~ _.J b, ;t. J /' . L!.!-~ ~! I> , /" T I ,r"Dr' N W f!olt 61. 0(..., a I.'''' "'0 ""0"" tr'DCT'IAlf:, : o o VI.A.TON. ~, ,. r -:"'-;~.;:'-'-"-r;;:.:--T--;:;~-.I:-;; 1 \ LOCATION: 3 ~ (f~~ '-'/.D(" C ""v 1I0.,.rc>~ ,.-j ,.,.-to ' "I--';;~-'-r-;;:~~ ,t:'~",., /loU, /0 ,. 8 LOCATION: '.>II.ENI> II( /'- " ~OCllTlONI (--;--.--- f) (2) ..,,-.,'.:, ; ,', ".'~:,.r,:.' ,:;',.. :.'" " "'~:...' :~:.1t.f '"; ". '-,^ ;,: Ii',"', ( \ \ , i 1 :1 ~~ ,~ .;::1 :1 ;~ ~ ,~ :~ ..~" iI' .~~ ~I .I~' "'~)' i'r_ '.\ :~~ z~ J f I I f.~, J I I 10 I o o 32'X I 0 o ,- o - o z <(' J:.... ....~ a::::?,. <(:::l UUu ""'0 Uo en wi ~~I enu. -0 :E ~' ~:::::; u.<( !aa J:w ....J: Z.... ;::0 Z...., WW, ~ 15' Uen 0- o!:: w uu' J:U ~g Z WOO U- i=~ o z o NTI SHlTlTr .z C"& NORTHWE'STERN TERRITORIES, INC. EnQineers . una SliM)'OfI . Pllnnetl COn$ltUClion COOtclinllicn . M"orilll TU/inQ FIELD DENSITY TEST NUCLEAR GAUGE METHOD PROJECT: uvV <>H~(!! DATE: CLIENT: ADDRESS: l' CONTRACTOR: I rW 11ATERIAL: _ .f- TESTED BY: 5'T/2..~cT. FrU S~~NOARD COUNTS: MS s OS . :r I TEST DEPTH DRY WET MOISTURE PERCENT PROCTOR PERCENT NO. DENSITY DENSITY COUNT MOISTURE COMPACTION ,. /'7, .., 1'10, < ~ r, '1 "6 ~ 6 ,.,8 10 "'lI'oH .s.w t!01C 11''''' ""t:)C"'''~' , r- LOCATION: 10<> ' N al~6 /!J 6o'rrcH Ie .. I , 7, ., N~.& ~,' "e J 100 ~ 1/ ""'01''' ~W el. ~(,. I!t LOCATJON: I re> ' N C'C> ('Ie "07 ftU'" <> j6' ".,-O(!)n,v (, 10" I ~ 5, C I It/ ~ .,/ I J " 't 7 01. 1.:1. LOCATION: INrtrJl:""c1' '-"ON o~ W /l!'oo r/lV (, ~ S ~LOG I!t 11'~ I/!'I/ /!Jorrol1 I"'0<>711V '" i I~ .. IJtl,e 11/",1- I ~. 0 /,e laeJ % I~ LOCATION: J' 'e 0'" 6 /l!'00 ""va. ,.-~Ol'~ lA/, ~NCI 1$1.1:>61 " ,."'~v ,(!orrOH , ,roor,.,~' !to / '1 , I ""f, ~ I ! (, . I 1'5 e .,.... ':1'0 I' , 1'1 - - o t1or,.~...., eur e"ClC)rlt'V '" t -, . I ItU -,-;-; ~ ' --f 7. I .l-._........L...!!:.___.., /!J "''''11'''' f!lcr>fbM I'"tH)"""N~ : If'" II.OC~TI0N: NE. ('Jo~ O""-I5I.~~ 1$ rtVv T-~J ';;0 -T I"".~' - , LOr:ATlON: ~o' s ,.,OM IV,'. t'e:I,r "1(;1~ o M-'- --'~-r-----Ta~"--!-.-r"'&'--'r~-=-I---' LOC"TlON: -~1=.."'''~ -,.--1' 'I LOC~TtON: I I \ 1- I o o :=L -l [,OCATION: 11'I III I I II Ii III III ~ W, .. - . I-II . III J . - 11III .. BI_ g .. ' .;.". - ..- - III ,- z ~~ ....w a:::E,. ~:::l .....u uO enO enW w:J: ......... en u.' -0 W I :E ~. ~:::::; u.<( !aa J:w ....:x: z.... -0 !z ...., WWj ~5'\ Uen 0- o!:: ~w ....~ ~ti z' wen u- i= ~: o 'i Z , "rn:~ o o o o .. o NT' XOtZ-<t(... COV5<.A(..'t:~ iJ1c'-<"'I~ 717 SOUTH PEABODY STREET PORT ANGELES, WA 98362 (360) 452-8491 1-1100-&54-5545 NORTHWESTER"CJERRllORIES, INC. ., , (', " \ EIIQIn8eIS . Und SU,..,.". . Planners Construction CocrrIiIYoon . Malllrillls resting Invoice number July 22, 1996 Page number 1 97063 JEFFERSON CO ROAD DEPT A'l'TN BRUCE LAURIE PO BOX 2070 PORT TOWNSEND WA 98368 INVOICE FOR PROFESSIONAL SERVICES THRU JULY 19, 1996 ZZCSI-46 Project # X01244 Materials Testing & Inspection Services - Upper Hob Rd Bndry Wasbout Federal Aid Project Number ER-960l(002) Construction Services Hours Rate Amount CS-COORDINATE TESTING/INSPECT Katie M. Waddell 5-31-96 Hob River Bridge Repair-Aspbalt Labor Total .50 35.00 17.50 ---------- .50 17.50 ----------- Cost Mult Amount -------- ---------- Consultant Expense General Testing Laboratories 7-12-96 Aspbalt Test-Laboratory Extraction/Gradation 141.00 1.10 155.10 Consultant total 155.10 Invoice Total 172.60 ----.------- ----------- *** FINAL INVOICE *** Thank you for the opportunity to be of service. cJ~ d3~ >Lo/'Z.4-1- 5t1-5. I~. tI--( I RECE-~VE[!) i JUL 23 1996 lJEFFER80N COUNTY PUBLIC WORKS DEPT. I (') o *** Include Detachable Top Portion of this lnvoice with Payment *** Terml: Nil 30 deYI. LIle plyment nnlnae Chilli" will be Impolld on unplld bllenal 30 dlyelner dlY 01 billing II 'he periodic rile 01 1.5% pll month 01 en InnuII rill 01 18..... II . -I 11II I .. III IIII!lIII m I III Ii - .-.. If: 11I11 III .. IIlII .. - . ~ III I 11II II ... . Bill . iIlI 11I11 III 11II 11- - - - ,. - "- z <(" :x:.... I-~ a::~ <(:::l Wu ""'0 Uo en ' If)w WJ: ......... enu. ~Ol :E ~' ~:::::; u.<( !aa :X:w I-J: Z.... ;::0 Z...., WW1 ~5\ Uen 0- 0.... ~~. ....i= ~o z ~!a -:X:i tih, z : .r' , , o o o o .. @ NT' X'C (zq.q... ('0,I'$u'v-c-: ,<4oqr. T€5Tl//-.K::." 717 SOIlTll PEABODY STREET pom ANllELES, WA 983&2 (360) 452-84U1 1.800-654-5545 NORTHWESTERk ;'ERRllORIES, INC. C' - .,1, EnginHts . LInd SuMl'M . Pfann.rs ConsI1uctIM CDo/Ijna/ion . M.1etiIJs Testing Invoice number May 31, 1996 Page number 1 96806 JEFFERSON CO RD DEPT ATTN BRUCE LAURIE PO BOX 2070 PORT TOWNSEND WA 98368 flri1 ~ '" !7:;' la ~ K:: n loUC.~~ij ~ ~JAJ1 JUN 04, 1996 IJEfFERSCN COUNTY, ZZCSI-46 Project It X01244 jPUBLlC WORKS DEPT, Materials Testing & Inspection Services - Upper Hoh Rd Bndry Washout Federal Aid Project Number ER-9601(002) INVOICE FOR PROFESSIONAL SERVICES THRU MAY 30, 1996 Construction Services Hours Rate Amount --------------------- ---------- CS-FIELD-INSPECTION PER FTS Gary C. Borneman 5-28-96 2966 8.00 35.00 280.00 Joseph E. Donisi, PE 5-07-96 1511 5.50 35.00 192.50 ~ CS-FIELD-SEN CONSTR INSPECTOR Joseph E. Denisi, PE 5-21-96 1879 5.25 45.00 236.25 ---------- Labor Total 18.75 708.75 ----------- Lab Testing & Expenses Amount NUCLEAR DENSOMETER 18.75 Hrs @ 5.00 93.75 Testing & Expenses Tetal 93.75 Invoice Total 802.50 =========== NOTE: Joe Denisi's time for 5-07-96 should have been at the Senior Inspector rate of $45/hr. It is left at $35/hr te remain consistant with signed Field Time Sheet #1511. I o o )(0 12 +4- 5,,5: /(.. 4/ llr *** Include Detachable Top Portion of this Invoice with Payment *** T.rml: N.130 dav., Llta pavm.nt IInanca ch.rua. will be Impo.ad on unplld bllance 30 dav. Ifler dav 0' bllllnu I' 'ha parlodlc rale of 1,5% par month or In Innu.1 rll. 0' 18%. ,- z <(' :x:1- I-~ a::E,;, <(:::l Wu ""'0 Uo ~~i ~....I en u.' -0 w I :E~ ~:::::; u.<( !a5 :X:w I-J: z.... ;::0 z...., ww, ~ 15', Uen 0- o!:: ~~'. ....- ~5 z wen u- i= J:1 01-; Z < Yol o .- - o o .. "" ( / (}, NORTHWESTERN TERRITORIES, life. 717 South Peabody Street Port Angeles. Washlgmon 98362 (206)452-8491 1-800-654.5545 FAX (206)452-8498 "'c , // 1 c,-_ ~-" ; 1 "2 /lTI N~ 1 5 1 1 FIELD nME SHEET ...:Jeff. Co Ro.. c!, ,Of'''pr D,'c./<- B ~ r nlin I'>'V CUENT NTI JOB NO ADDRESS PHONE CITY FAA ;gPeA- ./.Ie; '- ;ed, t,/<?.s 4 0 "'- 7" CONTACT PR ECT PERSONNEL EQUIPMENT DAle: o 7-'1 ~ - f),t(,'s', si Name(s): ,Joe Total hours: Hourly rate: x S' nle(s): '27 ~~' TOTALS ~<XS ~ Ii. Equipment cost: G.' ,- - Total regular hours: Regular Time: ~ f=" Regular hourly rate: x ~c;- Overtime: TRAVEL Equipment: ,52. 7,,5"0 Regular time cost: S;:) ,50 t.f Travel: 14 ()E;:. Round trip travel lime: Other (explain below): Total overtime hours: Travel rate: x 'jS Overtime hourly rate: x Travel cost: 140. 00 TOTAL: # 220 /' Overtime cost: INSPECTION REPORT Weather Condition: Temperature: (m"'1I1CH f,p.., ~~ h ~ ~/ /2p,/ort" ;n,"S a?{}1/e.. .7; h" "';'"r-P ~ -1-". c.:,W'1? If ruul ~//-- r-,.c.. .r~ I have read and agree to the terms 01 the agreement on tho reverse side 01 this 10rmL pp\ 8___-'/1_ ,,,...- - Cllont or client's agent Signature wnlfe copy.aocounllng, canary copy.",., pinK oopy-ollant c"-' 0....00... , ~.l IIh - e.'~ . ,'....',..,.., 1I.i1ti . ':"1"'; -, f' . ,-- ;i".....;"",-- --- ... (: .::"i",':,k,,;;:,'.. ,,,\, . d-"'IA'hl.,-H- "li"! T"'j'."" ---otm -- "I b... ~ 10 AI !i!8U I o o 32><10 " .~ 4iJIlIBI.IIIiIIlIII'J . o - o .. z <( . J:.... f-~ a::~ <(:::l Wu ""'0 Uo en W'I' ~:x: ..... ....' enu. ~Ol :E~ ~:::::; u..<( !aa :X:w ....:x: z.... ;::0 z...., WW1 ~5! Uen 0- o!:: Ww J:u ....i= ~o z wen u- i= J:, 01-1 Z ft IITI I, (i NORTHWESTERN TERRITORIES, INC. 717 South Peabody Street Port Angeles, Washlgnton 98362 (206)452-8491 1-800-654-5545 FAX (206)452-8498 - I VI 1 ! N~ 1879 FIELD TIME SHEET "-' Jeffersa-n ~ry CUENT NTI JOB NO ADDRESS PHONE CITY 'D,d<- t~r~~ -1:Jo ~ R;v-(.A.. FAX LJQS~ CONTACT PROJECT PERSONNEL EQUIPMENT DATE: ,,,!;:u/qrp Namc(s): J"e. '0014 ~s ~ Total hours: S{. TItIe(s): CI 11'. I ~j J'"ee r- Hourly rate: x " U.~ TOTALS Equipment cost: Total regular hours: 1'/2- Regular Time: "'7,,~ Regular hourly rate: x 1-; Overtime: ft7'} mAVEL Equipment: -z.."", .u;. Regular time cost: ~.rq Travel: liD7.7<; Round trip travel time: Other (explain below): Total overtime hours: Travel rate: x '(Ii' Overtime hourly rate: x Travel cost: "r,7~ TOTAL: z.f.,z. r:; (> Overtime cost: INSPECTION REPORT Weather Condition: ~(k Temperature: y~~ ~Il&-r. ':N-I 'G., l' f(.~..s Lt { .{-..; I have read and agree to the terms of the agreement on the reverse elde of this form, , tfJA.J/A J - Client or client's agent Signature Wnul copy.sccountlng, cansry copy.fIIe, p nk ocpY-Cllenl o o 0--". c "<'tCi:);" ~)\;~t ;;U\{\f:/~>,'::'):;,. : -(,:,. "r'i'"'''T"~'';.)I' ''''1 '-~."'. -~ " o '" , C,": 10 I o o 32Xlo -- z <(" J:f- ....~ a::::4 <(:::l Wu ""'0 Uo en W'! ff3J: ""'f- CI) u.' -0, w ' :E~ ~:::::; u.<( !a5 :X:w ....J: Zf- ~~, WW1 ~ 15~ Uen 0- o!:: Ww :x:u ....- ....' ~o z wen u- Fi= o Z ,r' '0 o c> 0 -- o o .. o I/T/ NciRTHWESTERN TERRITORIES9~c. 717 South Peabody Street Port Angeles, Washlgnton 98362 (206)452-8491 1-800-654-5545 FAX (206)452-8498 V" FIELD TIME SHEET f\J'~ 2966 , /€r"r'&r,e.<;"~", c: ~ I.."'" r7 PvELI t:. ~< CUENT NTI JOB NO ADDRESS PHONE CITY FAX Bz.uc-C' iC..Ave.::.., 'd:"j:Jc-/~ ~H .e..14-~/ /"'".1 L '- CONTACT , PROJECT PERSONNEL EQUIPMENT DAlE: {'""- 2.:;>- 9' ~ Name(s): t::~~ -6o;r'.n<::"'" ~ Total hours: 'i Hourly rate: x~., TItIe(s): ~''''''G 7'ZZt+ #J i TOTALS l:ts Equipment cost: Total regular hours: Regular Time: /1./ t:) Regular hourly rate: x Overtime: TRAVEL Equipment: 4-0 Regular time cost: I'IIJ Travel: ~'(t) Round trip travel time: '7 Other (explain below): Total overtime hour8: Travel rate: x .fJS Overtime hourly rate: x Travel cost: /~17 TOTAL: ffi.. !!2.C. co Overtime cost: INSPECnON REPORT Weather Condttlon: Temperature: I have read and agree to the terms 01 the agreement on the roverse side 01 this form, Cllont or client's agent Signature whit. co .aocouriUng, canary copy.me, pink copy-cUent I o o py '. ....,"'.... ..' .,'. ".,. ." ,.....,.C>../, ',..'., ..".. '..','". ,8 {o;ii>,Xt:;;\\':~l!i,(,:,,:;i;:;;i.i,;i, " I D, " .. ,.10 ,I " ,L , " ".', U """''''''.'~'"'''' .;,,,,,,,,,,. ",' , " " ,.32 X,. ' "" - "-" ," ," " , .;"...... z <( . J:.... ....~ a::E,; <(:::l Wu ""0 Uo en wI' ~J: ......... enu. ~o! :E~ ~:::::; u.<( S!la J:w ....J: z.... ;::0 z...., :E ~i :::l 0_ Uen 0- O!:: Ww J:U ....- ~ti z wen U- -J: tit-- Z ,r" o o (~-'_._. o o .. OS/21196 15:24 'a'360452 8498 ( ~ }(t::>/2. U- k l4"avt., 4.1.. " C-:'e>:r; c., of NTI ENG.& SURVEY ,r'l; '-) ~ NT' NORTHWESTERN TERRITORIES, INC. tn9"'trrs . LVJt1 Suf\'t)'OfS . PQnrrtrs eof'lS/fUCflOf1 CoordlflJlion . M,Jle"J/, Testlltt] FAX TRANSMITTAL Dale 5'-Z,/-GJb TO COMPANY NAME: ATTENTION: :r-e {+rsSt1n ~ fA f'I 1 j?VUO?- h..- 'Fr~ k... ?>l?t5 - ql7~ FAX NUMBER: FROM NAME: .JOe. 1)OI.A1S; SUBJECT: N ~ X 0 12f4- -:JM1.~J1!,~ {( d - WaSh D "< t NUMBER OF PAGES: 3 (including cover sheet) REMARKS __,~.,_~ 1k 61i' I ~<f(.CA"( 0->--. wf 'try rt/cL ~JeCf- ~ Di'c:.k E>~r1-l /'qJM. 1lJ00l \fl.", _.1+ ~5 rntv'l ?d' ~ SeV'fflli, ~, had S JaVlJ,'I1J (..)tJ~ oV\."'\'tu- ~ ~1~e... ~~OPa bo~ .{>...tJ~ aM. fa~>tt 1 Iv,wt ~ ('j,AP~ "=>, r\.(.vkp'>O- _ JlA.D -hr ~".-h.w-~4-lcr,^-, . I+ ~ ft.-.;t- O')fl {'t (I. -1.l.t'-H-t, $L<lI1 t lAi~), wt(l~. -:c Jr f:>CALd..uJ..,( r.J! D,~(c... FAX (360) 452-8498 m SOUTH PEABODY, PORT ANGELES, WA !1138f (360)45"1491 1,IC)O'65H545 FA)( 4'N\,l8B :," .;\::,:~";:~i;1:Mf:):'~i',~,i:,~: ~':} ;,;'<. ",',;, "'''<"'.r:;"/':rit' :,. ~,-".,~j .[ e<) -- ( J , 10 - -. I 0 o 32 X 10 V' o ,- o .. OS/21/96 15: 25 ~002 NTI ENG.& SURVEY C; NORTHWESTERN TERRITORIES, INC. ~ '5'360 452 8498 ( \ l/~ z <( . J:.... ....~ a:::E,. <(:::l Wu ...Jo Uo en ' enW wJ: ...J.... en u.' ~o, :E ~, <(- a::...J u.<( !aa J:w ....J: z.... ;::0 z.... WW, ~ 15\ Uen 0- o!:: Ww J:u ~i3 z Woo u- - J:, l31- Z @ NT' FIELD DENSITY TEST <> NUCLEAR GAUGE METHOD ci PROJECT: 1-h>M- (2..J V l::~~~ I<:JmJT CONTRACTOR: ?4--H:m / L",\:..a~;.L:.- . MATERIAL: 7/B" ~~\JSI-h::'.1) See ])0),)".. Enginffls . UtId S'un<)ots . 1'UM<n COttSII"""'" ~I'" . M.t_Is 1n1onll , < , ~ DATE: ' 'B"'Ufi'M'('W~ PIT P:.A. CLIENT: ADDRESS: TESTED BY: STANDARD COUNTS: MS = t..bl -.3% DS _..~I~-....:ioI6 :r - TE:ST DEPTH DRY WET MOISTURE PERCENT PROCTOR PERCENT NO. DENSITY DENSITY COUNT MOISTURE COMPACTIOt , Z. 7. Z. Jf.II.9 ~S',g LOCATION: S+-e.... I -/-1HJ ~ T"r qp S-I tf" c.ll.u.t He-/> 'J. 7.1 '1",0 ) LOCATION: Iftm r; 'If: IJ~ l" -z.- 7,3 q ,-/-, If :3 LOCATION: 'I ~&-" fi'l? z.. (,.", q.r, s- II LOCATION: Ii "',D ""'L I) 'l... I ?,~ '5'"' LOCATION: $f"P() , 'if' . - 'L I 8',3 9/,1.> ~ LOCATION: In/) 5"" L COHMENTS: Ar~ ~ r 1-.'-0 !M,.! 7';' ~t,;> /"" <: 0 let rll -Ie d' ; ,PUrt'lf'l..! -- --- t ) o o 717 SOUTlf PrAlIOllI', POm' AAGl:lES, WA 003Q RUG! ~52~91 1-1lOC1~ MX452~te I ' (-. ~~..,~ :., "':,::: """"<#;"':'4":':' .._..,-1.' ~,-,,:..; ",,,,,,...,,1,) ,,10 ~'-~::'~~~=:-':.~- ~..~ - ~~ "'" , " - ,- .., r ...............-... ~-....... ..M.~_ bl.ii..::l::. ~I:fIIIIM.IIlid._ I o o I 22X..!.9.J V' ,- Z <I: . J:.... ....~ a::E,. <(:::l Wu -'0 Uo en wI' ffl:x: -'.... enu. -0 W> :E.... ~:::::; u.<( !!la J:w 1- J: z.... i=o z...., W w, ~ 5, Uen 0- o!:: Ww J:u ....- ~ti z wen u- i= ~! o ; z ~ :r" o o OS/21196 15: 25 o NT' DATE: o o .. ft360 ~52 8498 ( ~003 NTI ENG,& SURVEY () ;1./2. . NORTHWESTERN TERRITORIES, INC. t~ . UfIt/ 5<tm)<Irs . Pt.""", Con$ttuCt.." Coo..'"'''''' . ,.,.,ui.Jr, restinp FIELD DENSITY TEST NUCLEAR GAUGE METHOD PROJECT: l/ ~~ j t-A ~1l:)~ f '/'6"'c.~~ a.~M1'~ f'r1"" P., .he- /)0#">' CLIENT:~e-~,~-~ ADDRESS: STANDARD COUNTS: MS = TEST DEPTH DRY NO. DENSITY 7 "2- LOCATION: r.. ~ LOCATlON: V 0/ LOCATION: (0 1..- LOCATION: /I 2. LOCATION: 12 'l..-- LOCATION: COMMENTS: ~ CONTRACTOR: MATERIAL: TESTED BY: DS = WET DENSITY MOISTURE COUNT PERCENT MOISTURE PROCTOR PERCENT COMPACTIO. 'Y.! , I-Y >14'" c/iVSH€/) q$l.-z.. "~b ~r.s- fj'3~ 9 ~ , ... 717 SOUTH PfADOrrt. !'OAT ANGtlfS. WA _ (2015) ~52~1 1<<X1oG54-654S MXU2-eol'l8 , I (--0-..... , c. .. :~ ':::::... G(:J'~:.,,'~.:;'):~'},"\~,.,"" " '.. I 0 ___... ;.;~ "',, ,," ,e · UN .." ...b.~-;'. ~_-_,\"'~~. ,i.~L.". _J.II*_J~~.______~ .. ,,-",- I m o o tM._ ~'" ,....J..IIIiIIiIIl'"""'J 32 X I 0 r- ,- z <( . J:.... ....~ cr:~ <(:::l Wu ...Jo ~o ffl~1 ...J.... enu. -0 ~~ <- cr:...J u.< ~a J:w ....J: z.... ;::0 z.... ww :E :::l,' :::l 0' Uen 0- o!:: Ww J:u ....- ~b z wen u- f=~ o z r 1 I 01 I o o .1 4,14'" c c' CONTRACf JEFFERSON COUNTY. WASHINGTON nos AGREEMENT, made and entered into this I day of M 7 . 1996, between the COUNlY OF JEFFERSON, acting through the Jefferson County Commissioners and the Director of Public Works under and by virtue of Title 36, RCW, as amended and Northwestern Territories Inc, of Port Anl!eles. Washimrton . hereinafter called the Contractor, WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: I. The Contractor agrees to furnish all labor and equipment and do certain work, to-wit: That The Contractor herein will undertake and complete the following described work: Provide Materials Inspection and Testing services. including. but not limited to, nuclear densometer for gravel base. crushed surfacing top course. and asphalt concrete pavement; gradation (sieve) analysis; and other testing, on an "on call" basis between the dates of April 30, 1996 to June 15, 1996, that be requested for Upper Hoh Road Park Boundary Washout, Project Number X01244, Federal Aid Project Number ER.9601(002), from M.P. 11.83 to M,P. 12,18 in accordance with the State of Washington Department of Transportation Laboratory Manual and Construction Manual and as described in the attached plans and specifications and the Standard Specifications of the Washington Department of Transportation which are by this reference incorporated herein and made a part hereof. Payment for the inspection and testing services are based on the attached "Schedule B - Construction Services Billing Rates....dated July 31. 1995. The County will provide for the Contractors use, all necessary density curves for gravel materials and rice densities for asphalt concrete pavement. 2. The County of Jefferson hereby promises and agrees with the Contractor to employ, and docs employ the Contractor to furnish the goods and equipment described and to furnish the same according to the attached specifications and the terms and conditions herein contained, and hereby contracts to pay for the same according to' the attached specifications and the schedule of unit or itemized prices hereto attached. at the time an in the manner and upon the condition provided for in this contract. The County further agrees to employ the Contractor to perform any alterations in or additions to the work provided for in this contract that may be ordered and to pay for the same under tlle terms of tllis contract and the attached specifications at the time and in the manner and upon the conditions provided for in this contract. 3, The Contractor for himself. and for his heirs, executor, administrators, successors, and assigns. does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor. 4, Prior to commencing work, the Contractor shall obtain at its own cost and expense the following insurance from companies licensed in the State with a best's rating of no less than A:VII. The Contractor shall provide to the County Risk Manager certificates of insurance with original endorsements affecting insurance required by this clause prior to the commencement of work to be performed, The insurance policies required shall provide that thirty days prior to cancellation, suspension. reduction or material change in the policy, notice of same shall be given to tho County Risk Manager by registered mail. return receipt requested, for all of the following slated insurance policies. If any of the insurance requirements arc not complied with at the renewal date of the insurance policy. payments to the Contractor shall be withhold until all such requirements have been met, or at the option of the County, the County may pay the renewal premium and witllhold such payments from the moneys due The Contriletor, All ~ctlces shall :uLOIC th.. ContJactor and identify the agreement by contract number or some other form of identification necessary to inform the County of the particular contract affected, ' A. Workers CompensationIL & I . compliance with the applicable compensation law of tho Slate of Washington, B. Geneml Liability(I). with a minimum limit per occurrence of $1,000,000 per bodily injury. dcath and property damage unless othorwise specified in tllO contract specifications, This insurance shall indicate on the certificate of insurance the following coverage: Upper lfoh "'oshollt Emergency Restoral/on, .'(0/244 '\ ...~.;.1II_11Il~~......~__ <.. 0 r Lh.~LIl o ~,,~;) - -~ M ~ I \ I I I I I (' , - 10 . - I o o 32 X 10 .L ..&i....dit:. JAI", .- z <( . J:r- ....~ c:~ <(::> Wu --'0 Uo en ' ffl~! ......... cnu.. -0 W> :E.... ~::; u..<( !!?a J:w ....:x: z.... ;:0 z.... ~~, :::l0\ Uen 0- o!:: Ww J:u ....- ~ti z wen u- -J: til- Z r o o '" c- 0 L_ - o ~. ,," ( (: 1. Broad Form Property Damage; 2, Persona1lnjury Liability; 3, Broad Form ContrnctuaYCommercial Liability (contractors only); 4. Premises - Operations; and, 5. Independent Contractors and Subcontractors. (l)Note: The County shall be named as an additional insured under this policy. C, Automobile (2) - with a minimum limit per occurrence of $1,000,000 for bodily injury, death and property damage unless otherwise specified in the contract specifications. This insurance shall indicate on the certificate of insurance the following coverage: 1. Owned automobiles; 2. Hired automobiles; and, 3. Non-owned automobiles, (2) Note: the County shall be named as an additional insured party under this policy. Any deductibles or self-insured retention shall be deelared to and approved by the County prior to the approval of the contract by the County. A: the option of the County, the insurer shall reduce or eliminate deductibles or self- insured retention or The Contractor shall procure a bond guaranteeing payment of losses and The Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses, The Contractor shall include all subcontractors as insured under its insurance policies or shall furnish separate certificates and endorsements for each subcontractor. All insurance provisions for subcontractors shall be subject to all of the requirements stated herein, Failure of The Contractor to take out and/or maintain any required insurance shall not relieve The Contractor from any liability under the Agreement, nor shall the insurance requirements be construed to conflict with or otherwise limit the obligations concerning indemnification. It is agreed by the parties that insurers shall have no right of recovery or subrogation against the County (including its employees and other agents and agencies), it being the intention of the parties that the insurance policies so affected shall protect both parties and be primary coverage for any and all losses covered by the above described insurance. It is further agreed by the parties that insurance companies issuing the policy or policies shall have no recourse against the County (including its employees and other agents and agencies) for payment of any prerniums or for assessments under any fonn of policy, It is further agreed by the parties that any and all deductibles in the above described insurance policies shall be assumed by and be at the sole risk of The Contractor, It is agreed by the parties that judgments for which the County may be liable, in exeess of insured amounts provided herein, or any portion thercof, may be withheld from payment due, or to become due, to The Contractor until such time as The Contractor shall furnish additional security covering such judgment as may be determined by the County, The County reserves the right to request additional insurance on an individual basis for eldra hazardous contracts and specific service agreements. The ContracU.r hereby agrees to indemni fy and Bave harmless the County, its officers, employees, and agents from and against all liability, loss or damage the County may suffer as a result of any claims, demands, costs, judgments or damage to County property in the care, custody or control of The Contractor arising directly or indirectly out of this agreement, including losses arising out of the negligent acts or omissions of the Contractor, tho contractor's employees, ngents, or subcontractors, Claims against the County shall include, but not be limited to, assertions that the use or transfer of any software, book, document, report, film, tape or sound reproduction or material of any kind, delivored thereunder, constitutes an infringement of any copyright, patent, trademark, trade !llIIIle, er cthcr;..;se results in an unfair trade practice or in unlawful restraint of competition, The Contractor further agrees to provide defense for and defend any claims or causes of action of any kind or character directly or indirectly arising out of this Agreement at its sole expense and agrees to bear all other costs and expenses relating thercto. Nothing in the foregoing clause shall prevent the County, at its option, from additionally requesting that The Contractor deliver to the County an elCecuted bond as security for the faitllful performanee of this contract and for payment of all obligations of The Contractor. Uppcl'/Ioh Washout Em'I'8Dncy R,stol'allon, XO 1244 c ~ o~~ '';';'M.~'~~ : ~ It.tMn_h th..~_""- ~ , I ". " 10 ; ~ ... - I o o I ~IDJ - z <( , J:.... ....~ ~~ Wu -'0 Uo en W', ~i= en u.: -0 ~~ Q!i:::::; u.<( ~a J:w ....J: z.... ;:0 z...., ~ ~J :::>>0'1 Uen 0- C!:: Ww, J: U' t;: Fi _0 Z Wen. ~:i:', bh! z , :,....' . .1 i o o l.I!:l ;:oa"'- ( - o 0, i, IN WITNESS WHEREOF, the Contractor bas execUted this instrument OIl the day and year first below wrium, and the Board of County Commissiocers bas caused this instnuncnt to be exc:c:uted by and in the name of said County of Ictfcrsoo tbe day and year first above written. Executed by the Contractor s-/ Northwestern Territories Inc. Contractor By: ~lJ/I., C'. ~ SEAL: ATIEST: t1Uuc1~~ ~ ~erk oCtbe ... Up~,.l1oh Washout Emef'1J/lncy Rtlsto,.otlon, XOI244 :( "II,; -:.;~, . o ~~ ;..>. .. ~ ' .1996 , I I 11...~ Approved as to form only this ~ a '"'0 ,.... { "1N"-~ Prosecuting Attorney uL_ ~d:c Director, Dept. of Public Works ~ I , GJi) I "I~"'~,r " H~J;l.'l'''''''~.''''''''~~:JtiliWIIIIl iJ..i.iiIL.ll...o.:....~ I o ,.::...',-'''.'., ',-'-,', ~_." - o o 32xJO l>liIillillllIiIIlIII , '1lIfIIlI P' o ,}~ o .. 04126/96 16: 51 tr360 ~52 8498 NT! ENG,& SURVEY IflOOl ,.; G z' <(' :x:.... I-~ ~~, wu ""'0 Uo ffi ~l ..... ....' (/) u. -0 w> :E.... <(- a::"'" u.<( !a6 :X:w I-J: Z.... ;::0 Z.... ww, :E:::l ::::l0 Uen 0- C!:: Ww :x:u 1-- ~ti z wen U- -J: til- Z o NT' Post-it' ..ax Note 7671 0.,., t'.2"-9tT~~ To fJ".WC(!. L~l/.r/e F..." ~e L)~nlj; com.".. .T~/iC Ce>o Co, Ivr; -... _. Fa.. -':'8'5-'117'2 fax. NORTHWESTERN TERRITORIES, INC. 111 SOUTH PEA800Y. PORT ANGELES, WA 98362 Engitteers . Und SutW)'Of s . PraMefS COft5trvctJOn Cootr1inllJDn . M,llt:fllIS Testing (360) 4~2.8.9f 1-8ClO-6S4'~~45 FAX 451.,8498 SCHEDULE B .. CONSTRUCTION SERVICES BILLING RA'IES A. CONSTRUCTION STAKING Two-Man Cn:w ........................................ $ 9S.00/hr. (I Iu-. min.) Three-Man Crew ....................................... $ 11S.OO/hr. (llu-. min.) Construction SUll'Ycyor . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. $ 6O.00/hr'. SUll'Yeying Teclmician . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . " $ 4S,OO/hr. FIELD INSPEcrION AND TESTING SERVICES B. Construction Inspector ................................... $ 3S.00/hr. (1 Iu-. min.) Senior Constrw:tion Inspector . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $ 45.00/hr. (llu-. min.) Geotechnical SoUs Engineer ............................... $ 6O.00/hr. Welding Inspector .................................... .. $ SS.OO/!tr. Oobs requiring Nuclear Densometer.........................Add $ 5.DO/hr. .c~: Includes slump, temperature, air content, unit weight, casting of test specimens and reinforcing steel placement inspection. .Masf!.m:f: Includes Inspection or masonry units,inspectlon of mortar aud &:rout, casting or mortar and grout test specimens, fabrication or masonry prisms, and InspectloD of reinforcing steel placement. ~: Includes soils compaction tesling, sampling of soils and gravels, and placement of structural fiU or gravels. Stnlcturl\.l: Includes welding, structural steel and bolted connection Inspection and tcst:ing. C LABORATORY SERVICES ,... o Concrete, Mortar or Grout CompressioD Test .......................... $ 15.00 Each. '(Includcs muld, QlrIog, lcatJns Md rcportia8 of specimens fabriearcd by NT! pennon.') Concrete Compression Test cast by others ............................ $ 25.00 Each MoIsture-Density RelatIonship (Proctor) Test (ASTM D-698 or ASTM 1>-1557) . $200.00 Each Gradation (Sieve) Malysis (ASTM C.33 and C.1l7) ..................... $100.00 Each Sand Equivalent (MSHTO D-4318) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. $ 45.00 Each AUerburg LImits (ASTM T.176) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. $ 60.00 El!ch Fractnre Count ................................................. $ 30.00 Each o Travel time shall be hourly per rates Usted above. Work in excess ot dabt hours per day 15 to be paId at time and one-halt, Sundays and Holidays at doublo time. Travel In excess or eleht hours will be paid at the regular fun-time hourly rateR listed above. 1!Itec:1M: luly 31. 1995 SUbje<llo RcvlUon (~--;_., c Q ~..' .l ",.. . 10 - I o o 32 X I 0 v -- o - o .. -r ~n:H~~Wci'ri}Nr: ,'.... 05107/96 A MATTER OF INFO ONLYAND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, z <(' :x:.... ....~ a::::E,. <(:::l Wu ...JO Uo tJl . enw w:x: ......... en u.' -0 w I :E~ ~:::::; u.<( !Qa :rw ....:x: Z.... ;::0 Z...., ww, :E :::l' :::l 01 U en, 0- o!:: Ww' J:u ....- ~ti z LU en U- -:x:, ti...., z Callis & Associates. Ina 806 Sa Vine St Part Angeles WA 98362 COMPANIES AFFORDING COVERAGE INSURED COMPANY A LETTER COMPANY B LETTER COMPANY C LETTER NORTH PACIFIC INS Northwestern Terr~ori Inc 717 S Peabody SI Part Angeles WA 98362 ~~~~NY 0 E : POLICY EFFEcnVE . DATE (MM/DO/VY) 'POLICY EXPlRAnON DATE (MMlDDIVY) ABOVE FOR THE POLICY PERIOD WITH RESPECT TO WHICH THIS SUBJECT TO ALL THE TERMS, TH'S IS TO CER b~~I~~!l~TEN81y EXCLUSIONS AND o 12/21/95 12/21/96 eACH OCCURENCE AGGREGATE TYPE OF INSURANCE POLICY HUMIIER GENERAL LIABILITY COMMERCIAL GENERAL liABILITY CLAIMS MADE X i OCCUR. OWNER'S &. CONTRACTOR'S PROTo STOP GAP C1010.17.32 12/21/95 12/21/96 ~ .~ENERALAGGREGATE t .~~~~~~~.'~~.~.~.~~.~ ~~~~. ~ p'~R,SO"N~~.~ ~.~V'.,I~JURV ~ . .~~~~. ~.~.~.~.~.~.~~~~.,... ....... i, ,FJ~E.DA'~~AGE .(^,~V, ~ne frr~l ,..' [ MED, EXPENSE (Any one perlon) COMBINED SINGLE LIMIT AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS GARAGE LIABILITY OODlI.V INJURY (PlIrpI,.on) PODlLV INJURY (Paraccldlnl) PROPERTY DAMAGE ECL 7220 LIMITS 1,000.000 ..,.",1.~Q9,OO'~, 500,00.0 500 000 ',.."'...50:900 5000 ,r'" I . , l"EA~H!A~li~i~.r~'~~~!~~""" ". y;~t t:;.~~..;'::: j, .~!.~~~S.E.,.~.O.~I~~ ,~, ~IT",... ,: ,~...,... ,,', , OISEASE'EACH EMPLOYEE ' I m~nm;,\~jii~iii!W~@ii , .. ',j CANCEUATlON/,.,n<" "',';";.]ij,,;,:>U "" :%,\1:: }j)....',','!i.j ,'hY< :'1,H:;';'!!,"'" ::;";(:;;;1'::'.: I!YUF '~'i ,j SHOULD ANV OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION OATE THEREOF, TH( ISSUING COMPANY WILL ENO(AVOR TO MAII...1ll- DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLOER NAMED TO THE lEFT, BUT FAILURE TO MAIL SUC~I NOTICE SHALL IMPOSE NO OBLIGATION OR LIABiliTY Of ANY KINO UPON TIlE COMPANY, ITS ^GENTB OR REPRESENTATlVEB, , ,:,!~"~:",::::':::r:~~~,,~,,,4~. i ;.r,,: :i,.; """,:: ;.. :.::':',~,":.~,::, ,:\:J!,,:.' ~iJ:, ,"::<': ::,; )~,Li:'.:;:';,t:i!>: :i!i:t~::'!~::A::!i::r!.i';}:;;';l:~'!" ~~' o CERTIFICATE HOLDER Jofforson COunty ottn: Frnnk Gifford P 0 BOK 2020 Port Townsond, WA 08360 ;1,:,\;', Li'i. II....~ ... . :!.~~;;,i::2\}~;;,~:':\ ;:. :',..: :::"',, ~' . I 0 ",;,~..""l'l~i .,l.1.:...L....~.~i(llf~\....k" "TfW .......~ih.. J::", - I o o 32 X 10 ' .- Z :2~ ....~ ~~ ~g Uo ~~ ""'1- ~~i :E> ~5 u.<( !aa i=~ ZI- ;::0 zl- wW1 ~ a' Uen 0- o!:: Ww i=~ ~ti z wen ~:E ti.... z I r [ [ r r I:. L [ L I I I I I I I I [ 0'- ':r o o o o .. JEFFERSON COUNTY SPECIFICATIONS AND CONTRACT DOCUMENTS for UPPER HOH ROAD PARK BOUNDARY WASHOUT COUNTY ROAD NO. 914207 COUNTY ROAD PROJECT NO. X01244 SUPPLYING RIPRAP,QUARRY SPALLS AND GRAVEL BASE L_2& - /.f?f6. APPROVAL DATE NOTICE TO PLAN HOLDER: Thc officc to IIdministcr this contract is thc Jcfferson County Dcpnrtmcnt of Public Works, 1'.0, Box 2070 Pml Townscnd. W A 98368 Telephonc: (360) 385.9160 ~ : ~'::~;'''11;';;?'''~,:'' ,..' " &., """ ....'i;,.\:'"..,.'.., ,',".' " <"'~"""-" . ',-', -._)"_I~--.'fA""!Vk\-.~'<vr";,.i,,{l\.li-'. " ".... ...;.._:,'-~~t_::~:~_m~ "'J.'~1V1tl't'1 t, . ~ -r 1:.laltI.L1... "'~-.1,.' ~ ~ .. "':'.."'", ",,,.:, t!. ) ~ ~~ I . I . to ,- " ~ -- I o o 32X 10 '.' ~ . ". ............. (~ ;'"".... ': I I I I I' I [ [ [ [ L [ I I I I I I I i,('- ,.0-- z <( . J:!z ....w a::~ <(:;J Wu -'0 Uo en WI' ~~ en u.' -0, :g ~' ~:::::; u.<( ~a J:w ....:x: z.... ~~; wW' :E :::l,1 :::l0, Uen 0- 0...., w~; J: u' ....- ~tii Z, tJ !a' i= j:!:i o ,\ z , " o o ----q- o o .. NOTICE TO CONTRACTORS CALL FOR BIDS UPPER HOH ROAD, X01244 Notice is hereby given lhat the Board of County Commissioners of Jefferson County, State of Washington, will receive sealed bids up until the hour of 3 '30 P M March 7 1996 at the office of the County Commissioners, Courthouse, 1820 Jefferson Street, P.O, Box 1220, Port Townsend, Washington, 98368, and will be then and there opened and read publicly after that date and time for the supplying of riprap, spalls, and gravel base to be used in the emergency restoration of .35 miles of Upper Hoh Road, County Road No, 914207, X01244, in Jefferson County, M,P. 11.83 to M,P. 12.18, by drilling, shooting, blasting, digging and loading riprap, spalls and gravel base and various other work as described in the Contract Documents, Major items to be provided are: riprap, quany spans and gravel base loaded on the County Trucks. Each bid shall be accompanied by a surety bond, postal money order, cash, cashiers check or certified check payable to the Treasurer of Jefferson County in the sum of 5% of the bid amount, to be forfeited to Jefferson County by the successful bidder if he fails to enter into a contract and file an acceptable surety bond in the Upper Hoh Road Park Boundary Washut amount of 100% of the contract price within twenty (14) days of the award. The board of County Commissioners reserves the right to reject any and all bids, and to accept the bid deemed most advantageous to Jefferson County and to waive all informalities in the bidding, Bids shall be submitted in accordance with the plans and specifications on file at the office of the Director of Public Works, Post Office bldg" 1322 Washington Street, Port Townsend, Washington 98368, where copies may be obtained by depositing $25,00, The deposit will be refunded if the plans and specifications are returned in good condition within I 0 days of bid opening. The following is applicable to federal aid projects, Jefferson County in accordance with Title VI of the Civil Rights Act of 1964, 87 State, 252, 42 {J,S,C, 2000d to 2000-4 and Title 49, Code of Federal Regulations, Department of Transportation, subtitle A, Office of the Secretary, Part 21, nondiscrimination in federally assisted programs of tho Department of tTansportation issued pursuant to such Act, hereby notifies all bidders thnt it will affinnatively ensure that in nny contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discTim innted against on the grounds of race, color or national origin in consideration for an award, Dntedthi~ayoft~a..MI ,1996 cr I o 0 ;':01244 Upper lIoh ROlld I'ark IJalmdar)' Wa.fhmll II MaterIal Supply I " ":- '-"~~~' 32xlo : '.......' ~'.:........:....; J.,( ... ulilllllll:Bl:lD .. ~. ........ 1 .. f z { <( . J:.... ....~ a:::::;.. .~ <(:::l Wu ""'0 Uo en . enW ~ WJ: ......... mu. -Oi :g~ . ~:::::; u.<( !aa :X:w '~ ....:x: Z.... ;::0 1 z.... If WW, ~5'\ Uen 0- l~ o!:: Ww' J:u ....- , ' ~ti , z - wen u- i= ~, o ' , z f'J ~, ;'r' ~, 0 ~i ti 0 r ,I f 11 f : ...":*"*'-"-~ ..- ( 0 o o .. JEFFERSON COUNTY DEPARTMENT OF PUBLIC WORKS PROPOSAL FOR BIDDING PURPOSES UPPER HOH ROAD, CO. RD. NO. 914207, MP 11.83 TO MO 12.18 COUNTY ROAD PROJECT NO. XOl244 MA TERlAL SUPPLY ALL FORMS INCLUDED IN THE SEPARATELY ATTACHED PROPOSAL PACKAGE MUST BE COMPLETED AND SUBMITTED. FAILURE TO DO SO MAY RESULT IN: HE.TEeT/ON OF THE BID The forms marked "INFORMATIONAL COPY" are example documents only and cannot be used to submit a bid for this project. Sealed bids will be received in the Jefferson County Commissioners office located on the first floor of the Jefferson County Courthouse, 1820 Jefferson Street, Port Townsend, Washington, 98368, until 3:30 P,M., on the date scheduled for opening bids, -- c e(~ "",:::~,I~~,:,:~ .'~ . ,...\' .., . ,... 1 ", . ~ ,." ..::: 10 I 0 o 32X I 0 "- , , "I , Z ~ <(' :x:.... I-~ c:~ , <(:::l Wu ""'0 Uo en ' en WI ", ~ i=' enu. ~Ol :E> If, ~5 LL<( !aa :X:w ~. ....:x: Z.... ;:0 Z 1-, .{ WWt ~5\ Uen 0- o!:: .- Ww :X:u ....- ~ti I z WC/l u- - J:, ti~, z .- . .r ~ 0 (' . 0 '.' . .' r ,,('" .", o-~-' o o .. PROPOSAL TO THE BOARD OF JEFFERSON COUNTY COMMISSIONERS JEFFERSON COUNTY COURTHOUSE 1820 JEFFERSON STREET PORT TOWNSEND, WA 98368 THIS CERTIFIES THAT THE UNDERSIGNED HAS EXAMINED THE BID DOCUMENTS, THE LOCATION OF THE MATERIAL SOURCES AND THE LOCATION OF TIlE UPPER HOH ROAD, COUNTY ROAD PROJECT XOI244. COUNTY ROAD NO. 914207, IN JEFFERSON COUNTY, M.P. 11.83 TO M,P. 12.18, STA. 0+00 TO STA. 18+50, AND THAT THE PLANS, SPECIFICATIONS AND CONTRACT GOVERNING THE WORK EMBRACED IN THIS IMPROVEMENT, AND THE METHOD BY WInCH PAYMENT WILL BE MADE FOR SAID WORK IS UNDERSTOOD. THE UNDERSIGNED HEREBY PROPOSES TO UNDERTAKE AND COMPLETE THE WORK EMBRACED IN THIS RESTORATION, OR AS MUCH THEREOF AS CAN BE COMPLETED WITH THE MONEY AVAILABLE IN ACCORDANCE WITH THE SAID PLANS, SPECIFICATIONS AND CONTRACT; AND THE FOLLOWING SCHEDULE OF RATES AND PRICES: (NOTE: UNIT PRICES FOR ALL ITEMS, ALL EXTENSIONS, AND TOTAL AMOUNT OF BID SHALL BE SHOWN. ALL ENTRIES MUST BE TYPED OR ENTERED IN INK,) ITEM PLAN ITEM DESCRIPTION PRICE PER TOTAL NO. QUANTITY UNIT AMOUNT DOLLARS'" DOLLARS I 3 Acres Clearing and Grubbing /'JIlt tV II!- (pit H.3900 ONLY) at . per Acre 2 12000 c.y, Riprap (Loaded for Haul) !(P'lJ btJO. 00 at 1:3 . 12- per C.Y. (j} (I) :r"C.~I~ S<>.1a.&."'I b, .. Ilt,OSlI.S'b . · SHOW PRICE PER UNIT IN FIGURES ONLY, FIGURES WRITIEN TO THE RIGHT OF THE DOT (DECIMAL) IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS, APPLICABLE WASHINGTON STATE SALES TAX IS TO BE INCLUDED IN BID ITEM PRICE. XO/244 Upper Hoh Road Park Boundary Wa.,hout Material Suppl)' -, ( 5_. Q(,;) :1'''-: " ".. (' '. ......,. <"',"''''''~'i.~.'.:'~".'' "'j '; ,', :,~"\,, ;: ' ; ,..~L:,,:.:L:.",~..:::~'iJ.."...="'" ~~~ 10 .: ~........;;_u_,. - I 0 o 32 X I DJ JlJ ..- ,- ; <\ z <(0 :x:.... f-a5 a:::E., <(:::l Wu ""'0 Uo en wI' ~i= CJ) u.' -0. W ' :E~ ~:::::; u..<( !aa :X:w f-J: z.... ;::0 z...., wW1 ~Eh Uen 0- o!:: w uu' :X:u ....- ~ti z wen u- -J: til- Z ':r-~' ~ o f { f r r (~- "'0-- o o o .. 3 18000 C.Y. Gravel Base (Loaded for Haul) at I.(PI per C.Y. 2~ Cj 80. ()() (2) 4 1000 C. Y. Quarry Spalls (Loaded for Haul) 18J 12..0. 00 a) MATERIAL SUPPLY at /3.72.. per C.Y. TOTAL 207/ '31-/0. 00 (2) :Inclu.JC$ SdILs 1a,lC. of .; 2.,l/f. 7f l?>) :!"ncU.dc.s Sale.s la.>i of' -III, 004. llg NOTE: FOR BID TO BE COMPLETE BIDDER MUST GIVE 1HE NAME AND/OR NUMBER, THE OWNER, AND 1HE LOCATION, BY SECTION, TOWNSHIP AND RANGE, OF QUARRY, PIT AND\OR STOCKPILE THE BIDDER INTENDS TO USE FOR ITEMS 2, 3, AND 4 OF THIS PROPOSAL: ITEM 2: NAME: ~an~Dn ('.rvJ<(~Ild.rr~ NUMBER: /Ill II- OWNER: Piscovtry TIm bu- Co, SECTION ~5' TOWNSHIP~NORTH, RANGE-LLWEST, W.M. ITEM 3: NAME:c.aI\~f)n CYe.ek Pit NUMBER: t1l/A- OWNER: DlseoVln/1ilYlber-Co. SECTION~ TOWNSHIP ~NORTH, RANGE..1L-WEST, W.M. ITEM 4: NAME:~Oh C-rnJ< ryU~NUMBER: NIFr OWNER:DI'sc.oll~1Tmberto, SECTION 2.s- TOWNSHIP~NORTH. RANGE,../J-WEST, W.M. · SHOW PRICE PER UNIT IN FIGURES ONLY. FIGURES WRllTEN TO THE RIGHT OF TIlE DOT (DECIMAL) IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS. APPLICABLE WASHINGTON STATE SALES TAX IS TO BE INCLUDED IN BID ITEM PRICE, XOI244 Upper Hoh Road Park Boundary Washout Malerlal Supply r f)(i\~ 11.Ll~ . . .. I' .1" "\j'~.n'(1".'"'' :'.'",";:",.~ .,' :~:\i::;':;~'t~j}~~i"';~"{:':';';i~';:"::-'.:: ;'......:; -'. -;;.~''';' ';1.0{";~~~1{,:t!.At""""'r{'~:' ,:~,><:'.':;:.;.;,~ ~~::; <,~ ", 10 I o 0 32 X 10 r ,- Z <( . J:.... ....~ ~~ Wu "'0 Uc en wI' [flJ: "'.... enu. ~o, :E~ <(- a:'" u.<( !aa J:w ....J: ZI- ;::0 Z.... ~~r :::lC" Uen 0- o!:: Ww J:u ~~ Z wen u- i= ~I o ' Z " ,r .. o . o ~ i I I i (""--0 - o o .. .. , NON.COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement. participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report bid rigging activities call: 1.800.424.9071 The U.S. Department of Transportation (USDOT) operates the above toll-'free .hotline. Monday through Friday, 8:00 a.m. to 5:00 p.m., eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to Identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. - ,.".,\t.'.:.,:,.., O'C:,~., ~ ............. ( \~d;;~.;;, - ;,'.."......,.;. .' ..;.;.~ ""'.; "',,,' -." ....- '" (' ) ................ - .4 o -~ I o 0 32Xlo - I ,~- z <(' :x:.... ....~ a::~ <(:::l Wu ""'0 Uo enw ffiJ: ......... enu. -0 :g~ ~:::::; u.<( !aa :X:w ....:x: z.... ~~, WW1 ~ 1~h Uen 0- o!:: ~ tj: ....- ~ti z ill enl ~~I ti ! Z j ':r"'" I j I[ 0 ( 0 ( f f r , (~- 0 11' r o o .. , ... Certification for Federal-Aid Contracts The prospective participant certifies. by signing and submitting this bid or proposal. to the best of his or her knowledge and belief. that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan. the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, 'Disclosure Form to Report Lobbying,' in accordance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Suhmission of this certification is R orereouisite for makinQ or entering into this trAnsaction imposed by Section 1352, Title 31, U,S, Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The orospective particinant also aQrees bv submittino his or her bid or proposal that he or she shall require that the lanOlJaoe of this certification be included in all lower tier subcontracts which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. DOT 272.040 4.90 :I -~- .0, ~~"\~;:~~!~Ei~U'i;,,:,~ ;;:::":';,";'::,;'~: '..' , I 0 ' "''''''''{'~'',~''''''''''''c' ,,,,,,,,,,,,,,,,",,,,,,t,, , , "', ' , . . ~.". '- """1"""'- ',' 1__J__~""" ""\"-~._=~~A;"Y::." , '"'Ft, M ....- ~ ~ ~ I G o ,32 xld " '...' "",.,,.;,, '~.~ E~ '-'~ z ;2"': ....~ ~~ ~g ~ 0, ~~' ...J.... en u.' -0 w >~ ::a.... ~:::::; u.<( '!16 ~~ z.... ;:0 z...., ~~l :5 0" Uen 0- O!:: Ww ~~ ~b Z -I ~~ i= ~, o ' Z (~---- . \,;,. o o .. PROPOSAL. CONTINUED A proposal guaranty in an amount of five percent (5%) of the total bid, based upon the approximated estimate of quantities at the above prices anrl in the form as indicated below, is attached hereto: CASH IN THE AMOUNT OF DOLLARS CASHIER'S CHECK ($ ) PAYABLE TO THE COUNTY TREASURER CERTIFIED CHECK IIN THE AMOUNT OF 5% OF THE BID PROPOSAL BOND *Receipt is hereby acknowledged of addendum(s) no(s1'l:/ A ,_ &_ STATE NUMBER Note: FIRMNAME SETON CONSTRUCTION INC. (ADDRESS) 4640 S. DISCOVERY ROAD PORT TOWNSEND, WA 98368 OF WASHINGTON CONTRACTOR'S SETONCI1650A FEDERAL ID NO. L.2_'-LLJLI..LLLI.JLI~.LLLI LICENSE (1) This proposal is not transferable and any alteration of the finn's name entered hereon without prior pennission from the County Commissioners will be cause for considering the proposal irregular and subsequent rejection of the bid. Please refer to Section )-02.6 of the Standard Specifications, re: "Preparation of Proposal," or "Article 4" of the Instructions to Bidders of building construction jobs. Should it be necessary to modifY this proposal either in writing or by electronic means, please make reference to - the follov.ing proposal number in your communication 1 (2) (3) XOI244 Upper Hair Road Park DOl/lldary WaslrOl/t Material SI/pply ~Wt:!lti c .~ , "~""'<~ : "..'f o i' \;; '. \..' " (,--,t:, ;"-"';"-< ,....4l>dJ.. .Ill:I<:I1. ,J' · . 10 r. 11'-" - I o o 32Xlo ~....,(,tIl ."'""*'"'1 ...- 1;- z <( , J:.... ....~ a: :E. <(:::l Wu -'0 Uo OOW\' enJ: ~...... en u.' -0' W j :E~ 12:::::; u.<( !!1a J:w ....J: z.... ;::0 Z f-, WWj ~ 151 Uen 0- o!:: WLIJ! J:U ....- ~13 z, wen U- i= ;!=: o ~l Z ' I{ . ,,- .- .- .11' .~ ~ ~ it t t ( t t { f f ':r". , / I o o r , :C"-c)- o o .. CONTRACI'OR'S DECLARATION OF OPTION FOR MANAGEMENT OF STATUTORY RETAINED PERCENTAGE A. I hereby elect to have the retained percentage of this contract held in a fund by the Owner until (30) days following final acceptance of the work. Date Signed B. I hereby elect to have the Owner deposit the retained percentage of this contract in an interest bearing account, not subject to withdrawal until after final acce-? Of~ Date 3-7-96 Signed I ..J--....- Bruce B. seton C. I hereby elect to have the Owner invest the retained percentage of this contract from time to time as such retained percentage accrues. I hereby designate Sea-first Bank-Port Townsend escrow of said funds, as the repository for the I hereby further agree to be fully responsible for payment of all costs or fees incurred as a result of placing said retained percentage in escrow and investing it as authorized by statute, The Owner shall not be liable in any way for any costs or fees in connection therewith, Date 3-7-96 The bidder is hereby advised that by signature of this proposal he/she is deemed to have acknowledged all requirements and signed all certificates contained herein. XOI244 Upper Hoh Road Park Boundary Wcuhout Material Supply ~f \ "~>" ~,.f~ .....- l,. -- I o o 32Xlo .... ,- z <( . J:.... ....~ a::::iE <(:::l Wu ""'0 uo en w'\ ~J: ......... en u.' -0 :E~ ~:::::; u.<( !a5 J:w ....J: z.... ;::0 z..... wW' :E :::l,! :::l C. Uen 0- o!:: ~ tji ....-' ~ti z: wen' ~~i o I Z .~ J o ~: d: o .1 I I " {(Z' ~o-- :; , ~.~ o o .. SUBMIT THE ENCLOSED PROPOSAL BOND FORM WITH YOUR PROPOSAL. USE OF OTHER FORMS MAY SUBJECT YOUR BID TO REJECTION. NOTE: Use of other forms may limit the bond below an amount equal to five percent of the bid total. XOIU4 Uppor Hoh Road Pork Boundo!)' Washout MaterIal Supply -- , VI:' r . ;.p.'l"~ , .'~~ ,,':. ", "1,/,;-: [':'-h~) ',_ ,', -; ;,';;: 'I.,' !~~iiff;~:'~,i. :,~' I' " , '111:11 ;. I :f- . 1;~ ' i~ l -~~ " l ~ .. . :!f ,It' J:,lo "",/'" , .. ,f'Wtr ----od...bA...t.,"; ,,~, I o 0 ,....:' I 32xll;lJ ,.'_;..,i'~. ." ' .... '~"-"'l o c~ o .. PROPOSAL BOND KNOWN A4 MEN BY TIlESE PRESENTS, That we, SEToN CONSTRUCTION. INC. of as principal, aDd the EMPLOYERS ,1llSURANCE OF WAUSAU. A Mutual Company a coqx>ration duly; organized under the laws of the state of Wisconsin . and authorized to do business,in the State of Washington, as surety, arc b=ld ad fumly bouud UDto the Stale of Wash.ingtPn in the full and penial sum of five (5) percent of the total amount of k bid proposal of said ~pal1br the worlc hereinafter dc=ribcd, for the paymem of which, well and truly to be made. we bind our heirs, cxcc:utors, administmtot$ aDd assigns, and successors and assigns. firmly by these pn;sents. The conditi~ of this bond is such, that whereas the principal herein is herewith submitting his or its scaled ptOl>O$aI. for the following highway constrw:tion, to wit: Upper Hoh Road Park Boundary Washout Project No. X01244 said bid and propo$al, by reference thereto, being made a part hereof. NOW, THEit:m:ORE, If the said proposal bid by said principal be accepted, and the contract be aW8t'clcd to said principal, and if said principal shall duly make and enter into and execute said contract and shall tumisb bond 8.'1 required by the Department of Transportation within a period of twenty (20) days ~m and after said awam. exclusive of the day of such award, then this oblfsstioll shall be null and v9id, otherwise it man rcmaiD.lInd be in full force and cffcc:t. , IN TESTIMONY WHEREOF, The principal and surety have ~ these presents to be signedandseal".dtbis 7th dayo! March .xktiX 1996. SE'fiiNC~STRUC~ .-J --d-r ~ (Principal) X01:U-/ UpJ'd' Holt Road Park'!1tJlwltuy W'a.r/wuJ MatU'tal SuppfJ' ~,." :~. 0Ii,~;J '"1''''''' , , to ',,'-'" ~"' _.ld"'~' ',','~"i.t'.'.'I...,;\.".> . ,t ,,) L,",-""",'-'--"'--I.__~ 1 .,~ j :,:I'.,f... ~.~ ,;"-, )i i '~i.~. ;'t, ;~i' .'.e.,.,'.'" .... ....) :.'" i~ ;{ - I o 0 32 X 10 ,- z <( . J:.... ....~ 0: :E, <(:::l Wu -'0 Uo en ' ffl~i -' ....' enu. -0 ~~! ;2:::::; u.<( ~a J:w ....J: z.... ~~, ~~! :::l oj Uen 0- o!:: ~~" ....- ~13 z woo u- i=~ o z ,..i ~ 0 W a: ~ 0: <t: w a. a. <t: f- a 2 (f) W a 0 f- 2 W :2 W f- <t: f- (!:l (f) 2: (f) :t [ 2: f- a:. ':!: <( >- w 3: 2 L 0: a .... ~ LL 0 0: UJ ?!: 0 a. 0 ::; <t: > <t: f- 0 2 ~ (f) :t f- ,,. o o \" "-- c--;-...' - o o .. EMPlC7r'ERS INSURANCE OF WAUSAlJ A Mutual Company POWER OF ATTORNEY (FOR BID BONDS ONLY) KNOW ALL MEN BY THESE PRESENTS: That the EMPLOYERS INSURANCE OF W AUSAU A Mutual Company, a corporation dul". orl:anized and existinJi: under the laws of the State of Wisconsin, and havinJe its principal office in the City of Wausau. County of Marathon. State of Wisconsin. has made. constituted and appointed. and does by these presents make. constitute and appoint LORI WHITTED. KRISTA K. STROMBERG its true and lawful attorney.in.fact, with full power and authority hereby conferred in its name, place and stead. to execute. seal, acknowledge and deliver ANY AND ALL BID BONDS OR WRITIEN DOCUMENTS INVOLVING BID GUARAN. TEES OR IN THE NATURE THEREAFTER _.. _ _ __ .... _ _. _.n.. _ n _ _. _.. _.. 00 _ 00.. 0000 n.. 00 an to bind the corporation thereby as fully and to the same extent a8 ifsuch bonds were siR'ned by the President. sealed with the corporate seal of the corporation and duly attested by its secretary hereby ratifyinR' and confirminR' aJ! that the said attorney-in-fact may do in the premises. This powerofatlorney is granted pursuant to the followinR' resolution adopted by the Board of Directors of said Company ata meetinR' duly called and held on the 18th day of May. 1973. which resolution is still in effect: "RESOLVED, that the President and any Vice President -elective or appointive - of EMPLOYERS INSURANCE OF WAUSAU A Mutual Company be, and that each ofthem hereby is, authorized to execute powers of attorney qualifyinR' the attorney named in the given power of sttorney to execute on behalf of EMPLOYERS INSURANCE OF W AUSAU A Mutual Company bonds, undertakinl':8 and all contracts of suretyship: and that any secretary or assistant secretary be, and that each or any of them hereby is. authorized to attest the execution of any such power of attorney, and to attach thereto the seal of EMPLOYERS INSURANCE OF WAUSAU A Mutual Company," "FURTHER RESOLVED, that the sij{natures ofauch officers and thesealofEMPLOYERS lNSURANCEOFWAUSAU A Mutual Company may be affixed to any such power of attorney or to any certificate relatinK thereto by facsimile. and any such power of attorney or certificate bearinlt such facsimile shtnatures and facsimile seal shall be valid and bindinjiC' upon the EMPLOYERS INSURANCE OF W AUSAU A Mutual Company when so affixed and in the future with reapect to any bond. undertakinR' or contract of suretyship to which it is attached." IN WITNESS WHEREOF. EMPLOYERS INSURANCE OFWAUSAU A Mutual Company has caused these presents to be signed by the vice president and DUetted by its assistant secretary. and Its corporate seal to be hereto affixed this 1ST day of DECEMBER ,19~. Attest: Vice President EMPLOYERS INSURANCE OF WAUSAU A Mutual Compsny By .I~&~ I. Srephen Ryan 7- R. J. Besleman STATE OF WISCONSIN ) ) ss, COUNTY OF MARATHON) On this 1ST day of DECEMBER . 19~. before me personally clIJne J. Stephen Ryan . to me known. who being by me duly Iwom, did depose and ssy that hc Is s vice president 01 the EMPLOYERS INSURANCE OF WAUSAU A MUlualCompallY, lI1e corpomdon described In snd which executed the above instrument; that he knows the leal or said cOlpOrallon; that the sealarnxcd 10 Aid Instrument Is such corporate seaJand thllt II was so afnxcd by order of Ihe Board ~r.l?i~c~~.n.,?~..tlid corporalion and lhat he signed.hls name thereto by like order. IN WITNESS WHEREOF, I have hereunto set my hand and arnxed my orncial seal the day and yellr herein nrst above wrincn. ~I;;,;~'.. a. ~ Patricia A. Kleman NOTARY PUBLIC STATE 01' WISCONSIN MY COMMISSION BXPIRES MAY 24, 1998 CERTIFICATE STATE OF WISCONSIN ) CITYOFWAUSAU lRR, COUNTY OF MARATHON) I, the underalRned, n.slatnnt ..crctary nf EMPLOYERS INSURANC~: OF WAUSAU A Mutual Compsny, a WI.conaln corpnrntlon"lo hereby certify that tho foroRolnR and attncho'!lioworol'nllorn.y, WHICH MUST CONTAIN A V ALIDAT. ~~~k~X~JrlEr.:r~~~.:o~I:;:~t~P,e ~~~f.~~nMJ~~Woa~Jlo~ n~?cro~~R~~0~t~7n~h~0;::,~~: ~r J~~r~~';1"a~M~ar~r~~,b.en SiRned and ..aled in the City or Wnuaau, Morathon County. Slsle of WID con In, thla 7th day of Mnrch . 10 9~ ..-:r;:" ~"~~~1 SEA Allinan. Secretary R, J, Del.eman NOTE: '" y(,U IIAV~: ANY QUESTIONS REOARlllNO THE VALIDITY Of( WORDING OF TillS POWER OF ATIOIlNr,y, CALI. TOLL FREE (Roo182R,1001. UN WISCONSIN, CALI. (ROO) ~72,oom a 15004222.1 06-04 c ~W~a (:", ".i~:~~:"':1M'" ::'7.2' :::=:~= ~. 'J (. 10 ~'~-"'- I o o 32 X 10 L1' ,- Z <( , J:.... ....~ a::2i <(:::l Wu -'0 Uo en wI' fflJ: -' 1-, enu. -0 W I :E~ ~:::::; u.< !Q8 J:w ....J: ZI- ;:0 zl- ~~, :5 0'\ Uen 0- o!:: Ww J:u ~i3 Z Woo u- i= ~; or, Z -- I( { , -- (, ( . ~ ,r' I 0 -- -- 0 f f r f _-::.~_._.._- - ( 0 o o .. DISClOSURE OF LOBBYING ACTIVITIES Complete this form 10 disclose lobbyinlldivities pursuant to 31 U.S.C: 1352 (See 'C'vctU lor public burden disclosure.) App'-..d by OMI o,..~ 1. Typ.. of Fcdc,,aIA.Clion: 2- SlIlUS 01 Fed..., Acdon: 3- Report Type: 0 . contraCl 0 I. bidtoffcr'.appfiation D a. initial filinl b.I,,anl b. initi,af awud b, m..eri.1 cn..nse c, cooperlli"e ,sreement Co post-award Fo' M.le,QI Ch.Rse Only: d.lo.n e. loan IUJlantee yel' _ qUIne, _ t. lo,n insurance d,'e 01 1..1 ,eport -. Hilme and Addle" 0' Repotti", Entity: So. If Reportins Enlily in No. 4 it Sublwardee. Enler Name ::I Prime 0 Subawa.dee .nd Add,ess 01 Prime Tier _ . i/lnown; Concrcssionll Dislrict. i/ inown: Conareuionll Dist,ict. if known: 6- Federal Department Ascney: 7. Fede,.1 ProStlm NlmelDCKrlplion: CFDA Number. If applicoble: .. fedt'r.1 Action Numbt"r. "known: 9. Awud Amount. If .known: S 10, I, "limr and Add'Ui 01 Lobby-inK (nlily b. ~~~:~dn~'J,'o::"~~:~";b~f Sfrv;ct'1 flnc/lJdmg ~ddlru ,I "/lI1dIWdull. f..H "..ml!', /"., n~mr. Mil: "~It n.lmr. lint nJmr, MIl: ,,,'.IItlt CaMI'h,U,.,,,, SIl.."",I S'.Ut.A J "'.r....',.,.1 11. "mounl 0' Plymenl fehfCk .Ulhll I",ply!: 13- Type 01 PI,menl 'eh~ek ,11/har ,pply/: ! o OClull o pl~nned 0 I. reuiner 0 b, one'lime lee 12. Form 01 P'ymenl "h.ek ,litho! apply': 0 c. commission - ,a. usn 0 d. conlin sent lee w 0 e, de'e"ed C b, In. kind: .pec''''' n,uurt' 0 I. other; Ipeeify: ",Iue 14, Bric' Ducription o' Srr"ice. Prrformfd or 10 br Performed ..nd OartH) of Service. includins ollicerllJ. employef"U, or MemberUJ conllclrd. lor Plrmrnllndicalrd In l1em 11: NO LOBBYING ACTIVITIES ,'U"'" t'.,.,H'lIM".... 0.""." ".uJ.,A II "H'.....,.,., IS, Conlinuallon Shcclls' SF.LLL.A a,uched: eYes o No .-- / /'/ ,\ \ .&. ...-.~ ~l" .......... .... ~ " ....,fiIeo'W.... ., ..... Jt U,I C, J -d....- ( r~ ~ uu "'" ...-...- .. ~. ..,__ It . _."""'.......-u__ Slsrulure: .. 1M, __ ......'" .......,.. .. ......., ... ,... ,... ..... ........ """ Ptlnl Nlme: 'Bruce B. Seton ..-..",_... ~ _ lOll....... WI" """' llou.................., ~l .. II u,e n" """" ~I_'" .........-iI..... c_.-..... Tille: President ..--... IN ... ... ...... ... .......... -........ """ ,.- ..... ..... .. 360-385-0213 .... ... ........... ....--. ...... ... ......., .. . ........-.,.. ... .... -- 3-7-96 ,.... .,...,..,--...........__.,,"'......,......... T~lephone No.: DII., 'odersl V.. Ollly: ," " , .110 ~:,:'t~~:. ',~:; I~ :~:~~,.~:~, 1""'...."14 ... l.tcal..,.......... , ,','.. "".,.,.,II'."..W ( & (~~ ~ ....-.1J ........lL "(;'r,':r"; ',,/" - <('\ii,;-~"> "'f' -"rt).f',~. -- .ltltL_J ,~. 10 I o o 32 X 10 ., - -III~ ,'"""""""" If If z I[" <( , J:.... ....~ a:: :E, ~ <(:::l Wu ""'0 uo ~~.I I[ ~.... enu. -0 W> , ::E.... <(- a::"'" u..<( ~S -- J:w ....J: z.... ;::0 z.... .- WW :E :::l,' :::l0' Uen O- r- o!:: WUJ J:u ....- ~b -- z wen u- -J: til- l[- Z .- ,.,. I[ 0 I[ -- .- 0 .- .- r (~~. .... o o .. INSTRUCTIONS FOR COMPLETION OF SF-LLL. DISCLOSURf OF LOBBYINC ACTlVIl'fS This disclosure form sh.1I be compleled by ehe reporting enliry. whether ,ub"''t.rdee 01 prime Feder~J recipient. It the inili,uion or '~cejpt 01 .a covered federl! .Ic:tion. or .a ~teriJI c,h-l"se to ,I p'e~ous fili"s. pUnUJnl 10 tnle 31 U.S.C. section 1JS2. The liJi"1 0' a lorm ;1 required lor Cola. plyment or ,s,ecmenr to molltc p..ymenl to "'y lobbying enriry for innuencins or anemptinS 10 inlluence an officer or employee of Ifty _seney. I Member of Consress. &1'1 oHicer or emp1o)ce 01 Conl1 cst. or In employee 01 .. Member 01 Consress in connection wilh I covered fedctll 'ction. Use '''e SF.LLL.... Conlinuorion Sh.er lor .ddilionol inlonnotion il Ih. 'poc. on the lonn i. in.dequ.re. Comp/el. .11 ilem. Ih.c .pply 10' bOlh the inili" IilinS ond m.l.ri.. chonS. report. Rel.r 10 the irnpl.mentins suid.nc. publi.h.d by the OHic. 01 MONlem.nl ...d BudSel lor .dditionol inlo,m.lI1ion, 1. Id.ntify m. l\1>e at cov.,ed Fed.r" action tor which 10bbyinS aC1Mty I. ...dlor h.s been secured 10 inftuence Ih. oulcome at a cove,ed Federal .erion. , . 2. Id.ntify th. lUlU> 01 Ihe c"",,,red Fed.,.1 'C1ion. J. Identi'" the ,ppropri"te d.usitiacion 01 this repon. I( this is .. lalJowup repon auud by a mlleri.., d'Un~e t., ."I! i,,'orm,Uio" previously r~poned. cnter the yell .and qUlner in "",hick the ch,nsc OCCLlrred. Ene::r the Coile CJ :~.~ J':H prC'IiouI'Y submined rcpon by c.hil reporti". entiry tor this covered Fedc,..' .I(lIon. ... Entrr .he' full "1mI'. .address. cll')'. Ilate ,nd zip code 01 the reportins entiry. Include Consreuional DislriCI. if known. Check the Ippropri.a.c dnsific,uion af the tcponi"s entiry Ih.a. dC'Iisn.ucs it it k. or 1'1IpCC'lS to be. .. prime Ot lub.",,',ard recipient. Identify the tier 01 the ,ub.aw"rdee. e.I.. the fint lub.aw"dec 01 the prime is the 1" lie' 5ub,w.a,cJ, include but ,re nol limited to lubconu",cu. subsrlnls Ind contuC'llw"td, under ltanls. 5. If Ihe' or&ln;uCion filing the report in hem.. checks -SubJwude't'M. then enler the 'ull ftlmc. Iddtcn. dry. sl.alt ..nIl lip code of the pnme Federl' tecipient. '"dude Cong'enionll District. if known. 6. fntet the ""me of Ihe fedcrallsency m1kins the Iw"d or lOIn commitment. Include.3lt leut one o'!lniUtlon.., lC"Wel below ase:1cy name. if known. for eumple. Dep,rtmenl of T,,,nspoft.Jtion. United St,tes CaUl Cu"d. i. En'" Ih~ Federal p,os..m n.m. or delCriplion lor Ihe cov.red Feder.l .ction (it.m 11. II known. .nle, Iho '"If C,,,'oS 01 F.d..., Oome..ic .....isUnc. (CFO"'I numb., lor sr.nls. coop.mi.. osreem.nls. lo.ns. .ne loan commHmenlS. e, Enl.r the mOil app,opri". Fed...1 identllyins numb., ovoil.ble tor Ihe Feder.1 oclion idenlifi.d in il.m 1 (o,S.. R.que>! 10' P,opou' (RFP) numb.r: InviUlion 10' Bid lIFB) number: sranl onnouncomenl numb.r: Ihe con""l, I..nl. 0' lo.n .word number: tho Opplicolioll/propos" canllol number usianed by the Fed.,al ,seneyl. Incluc. pr.lixes. .,a,. "RFp.OE.90.001." g, For 0 cover.d Fed..., oclion where th.,. hu b..n on .wud or lo.n commirmenl by the F.d.,al .se""" ente, 1M f.de..' .mounl 01 the .wud.'loon commitm.nl lor the prime .ntity idenlified in ilem 4 or S. 10, (ol Enr., rh. full n.me. odd,ess. dty, s,.te ond zIp code 01 the lobbying enliry .ns.sed by Ihe ,eportinS .nrr.., idenuried in ilem 4 10 innuence the (oycred Feder"lCtion. (bIEnl.' Ih. full n.m.. 01 the IndividuolCs) p.rlormina ..<vic.s. ond include full odd,en II diH.,.nl from 10 101 Enl., L..I "om.. Firsl N.m.. ond Middl. Inirr.1 (Mil, 11, Enl.r Ihe omounl 01 compenulion poid 0' ,uson.bly ..peel.d 10 be p.id by th. report,na .nrrry (i1em 4) to Ih. lobbyinS .nrory tilem 10), Indicot. wh.th.r Ihe poym.nl hu been m.de loclu.1l 0' will be m.de (pl.nneOI, Choc~ ,II bo... IhIC .pply. If Ihis i. 0 m.l.n./ ch.ns. ,epo". enl.r the cumulICive ,mounl 01 poymenl mode 0' pl.nn.a 10 be mlde. U. Ch.ck th. opp,oprioo. boxle.I, Ch.ck oil bolOS IhIC opply, If poym.nr Is mode Ihroush on in.kind .onlribulion, .pec't-, the n.cure ond v.lue ollh. in.kind poymenl. 1), Ch.ck the opp,opriOl. bOII..I, Ch.ck.II bOle. th.1 opply, If other, .p.cify n.lu'e, 14, ',ovide 0 .pecW. .nd d.toHod descriprian 01 the s.rvices th~l th. lobbY/II h.s p.rlo""ed. 0' will be up.cl.d 00 porlO"", ond lh. d.lels) 01 ony .."'ices I.nd.r.d, Includ. oU p'.porotory ond ,.IIC.d o.,iviry. not jUII lime .penl in "Iuol conlOCI wilh fed.,.I oHlclol.. Id.nllfy the fed.,., oHlcI.ICIt 0' .mploye.l" conlocl.d 0' 111. oHic.".I, .mploy.elS), or M.mber(s) 0' Canlrns 'hor ..ere conlocl.d. 15. Ch.ck whelh.r or nol a SF.LLL.... Conllnuollon Sheel(l) is on.ch.d. 16, Th. c.rtlfyinS ollici.1 .h.U1isn ond dal. the 10"", print hillh., n.m., 1111.. ond 1.I.phan. number. 'ubi&< l'9po"'"1 burdr" '01 thl' conK1lon of Informlno" "' Cinm'ltd to MUll' )0 minN" pc' ""pori". incfudinl lUn, fat "'1'...."1 inUNCtion," MAlerunl flllt.lna diU IGurut.ljch.rMllI'd mamw"'"1 d1. diU Mt"ded. and Comp1fbnl and ~nl en, colluao" of In'ol'l'Nuon. Strw:f comm,nu trlJtl1inl chI burden "nnutl 01 .", olh", upt'Ct 0' Ihi. colJlrtJon 0' in'Otm.alion, Inctud,", luurtfIO"' for ..duclnl'/'" bu,d.n, CO rh. OHict el M....I......' ..., ludl.L "1'0_ ....UC1Ion 'roIOC1ll1ll6-OO..,. W.."'nl1on. O,C, 20101 c 9C) - II - ~ <:' 10 r~ I o o 32 X 10 ..... - I o ,,- o .. 'r' ~ If" If ~ ~ ~ ~ l~ t ~I ~, ~ ~ ~ '~ ~ ~ I i ~ .'07-~"-" ~ .Ml~",~~....:.i.~, ..... . y, =~:""poNtIon Subcontractor List Prepared In compliance wilh Chapler 378 Laws 01 1993 Project Name To be SubmlUed wIth the Bid Proposal (iffWY' Hoh r<oad.1 6>. Rd. No. 'tlt./ 2.07 Pr~.iw:: /110. XDI2.14 Z :2~ 1-a5 a: ::iE, <::;) Wu --'0 uo en ' enW w:X: --' 1-, en u.' -0, ~~ ~::i u.< !!.1a :X:w I-:x: ZI- ;:0 Z 1-, WWj ~5j uen 0- o!:: Ww :X:u 1-- !:!:b Z wen ~~! 0: z , , Subcontractors that are proposed to perform categories of work exceeding 10 percent or the contract price must be listed below. The categories of work are to be listed below the subcontractor's name. If no subcontractor fits this criteria. enter "none proposed." ti6/tL Pt1'1lD.SLd Subcontractor Name Categories of Work Subcontractor Name Categories or Work Subcontractor Name Categories or Work Subcontraclor Name Categories of Work Subcontraclor Name Calegorles of Work o Subcontractor Name Categories or Work o 001'....11".. _<.94 Ci)(V~.,~..' ~ =~, '''i''~'+f\I'F:~"''"''"'> 'i:":'iY:;:4::')::'~"":"\"" '21~~'~~"'i' J~ ~ - ...... 10 , ..:.;..:.: :::::-. : ,~ . , ' ;~. " " , , " ~: lilt' I o o I 3~ X I qJ ,'iIIIIiiIBIatO z < . :x:1- 1-a5 0: ::iE, <::;) Wu --'0 Uo ffi~j --' 1-' enu. -0, ~~. <- 0:--' u.< !!.1a :X:w I-:x: ZI- ;:0 zl- ~~! ::;) 0' Uen 0- o!:: WW' :X:u 1-- !:!:b z wen u- t= :x: , 01-: z ,r o o o o .. o _ ....... ....&1.....'...'...'. .-. ,-'1 ~:.. ~.r.:-\r>::~~~I>:};;::~~-.tn. ~ (tJ ' j ""\' ~_'_I (~~Z . 'h,_,,,"';,,>,,,,,:;:,,,,, ~~ t~~~':!- \ 1.\ ~/"i ~":. ". ..........1 ....";"~..i '....3-. ':' - - ~-) ---:' ~~ ~ ," ( , ... 0 I':.~: ,.... . ...,.~o '- ~"" Ii: . - ~ i I I. ...." ", " ~ 1" . j-:-if\~'. J~ 1:""':"::":':'::';"::!:"":"0;::')":L"~~~~~,:rl J ~ r .,.....,.'." '(f' V _.... 7,) "~'''',r-,,-. ,-' , ;., ~ @ ~ "\~:::.~ ~\ " :;':,~\ /~" :~,. ~~ ~lft~~I~ ):'~:'~~::';iti~i,~~ :;','~~'!' k~~t~ ~~Y::: \.~... ,M ~~~~_ ~P_ ~~~, . .. )~ .. ~ \ ~~. ~"..,' I,JI" II IJ."" ,; \"l,~ /'.0-- "'; .~.. Q~~ , ~k~.: ,.... " ~ " ...... I'~ i ~ ':'0.... V ( , ) JI ' " 'do "t. , ~-;b I......~ '"' ii:-"-~ "', ,. ~(.~'t: .;1""1' H ~.. V 1"< j :..'. ~//J r: ..-~~~- ""\"~" ~ ) ~ r\ \1 ""'.' ,,' '..... \..", .. 'j);:. oi"r-., T~' ~ ..{ " i J"\.)"'::" .. ) ~ .., . '\"'0./ \.,"" __ Ii" I'!._) " ~~"'" 1> ~, ~,. _ '- ". 'p," I\.. .~\ ~~\r~':: \! i~~( ~..~,',,-~"J..)~, ' \'\~"-' ~:,::)~.:: . (^.~~d.;.:..r .~.. ".( .J--' II ..... .. .\ ...... I. ~ \""\ V 1 I ~,\l, ~ ;-. I ,I' ....... I:'\. \ ~ __ \. I I 'to ...... ,.'':': . .:!' I /. y~,,)'ll' ,I~I-:- ~.~~ , ~ 'Y'I-, ~'~~1'1 ');i)~'<_,II.,., ....:.-:~~' ~.. ....; ""') "'./ ... ..... ~,.) ~~.. ,.~ ~ ..' \~ " '--.~" ~ .' ~.~;y~' ~ t--... ./ ~ \ ~J ,4:j. (' i1"~' . ... ,.<' .;;;.~ ' . \ I ~ , " I ~"l, ,~/.. "I '\. . ~ ' K.. \ ....." ..,..... ':'" i' I J ...~' '.,y "" I ~, " "'" 6 . 1/- t' \ ".." "1'" " . ;:-W}l.' 0" i.. ,.}~ ' ..,. r ~ ~ \,\.... \~, 01-0,), \,~' A 1'\;, ~ "./ ('..' IJ ~'''''I-'''' "~i:,::;, N.\)' ,(" T .~: "t.4 ; . " I\.. /" {' ('" \'r\.;~' 1\ j:1l.. )' r .... r" / \. 'Y--- .'''( 'j"',', ;., iJ;.!l ~-:;:::-~' _1.1. .L ". (I~"~~l~.~ J..-" '\ \ '\ ," I ~ r;'I I ""'II! .... '. It :., \ \,., '"?~ ... 'r 1~.I:~'n'" ~,il \ / "\ .. I".. l...J... " u. ",." "-../ 'l/, ,. ..::....:.:: .~ I '-' "",,! .....;..J J I\..-/ '1, ) 1,( ': ~'~~.::."" I' ....I)f.-~.. I/::j'::h..t '..'\../~/.. ,,'1-1.':\ .. .:....-.{I'r/....... '.i.. . II ( -:.OC'...." "'t('~ r ." I A-- \ ../.. ....... .#- In) "\ t?t ,......'. ,~:: ,-", _._-~ '--'-" \. '., ~ ,,'\ m/.... ~ .4': ~ ) ",- ---; J ";'-""=,' .,......, -.:,." ---..... ~ ", " r I ,.,. (l2 . t--.. ' ' I . ... . : , .. '~-"";"""'~,):; ," I~~'~'" ,<"/- ". ~ ~\" .. '.:.. ~.. .. .. /.. U ". .)~},~.. ..~."..;~. ~ ,l...,), -:'1 ' I~I_ 'iL ~> ~ ~.JV' \ /1-1), ,( I\~ ( . 'i · '",-__..::2,:" \' I- _1Q.lY.:_ ,1:,.# .'. __ _-t;; VICINITY MAP " ' I . '>-l" ,'yo! " (Iii"'. ~. " . ) '/:../ i1 11'1""" ~ --::~ UPPER HOH ROAD .. ,! _~\L..., ~I I \~ I"" ,~r .y-' ..... .~r l,~ ) ,. PARK BOUNDARY '~' " ". V Y ~.flv'!.:'''' ~ ~I- .-J-'. "(I'h .. .') 3" /'j ".. t~ ..,lif' ";;K .. 1-. ':"1 WASHOUT .-:_ "" _ ,,-_,"',__':"._ __ I.' Ii", X01244 .. ,JEFFF:RSON COUNTY PUBLIC WORKS - , I. ("~- -'0 .. ". -- 'I". "". " lot, I IF""! I.. ~ I !'I "l! 1;\1 , ..~ . \ , I , r 0C~ ( I~,';:, ,~", , 10 .t ~ "".,,,,;.,.,. , 11 ..dlIllilI .dl o , , 32 X I 0 I::IJm~ l'kll I ,- Z < . :x:1- I-ffi 0: :E. <::;) Wu --'0 Uo en w; [iJ:x: --'I- en u.' -0, W ' :E>- <!:: 0:--' u.< !!.15 :x:w I-:x: ZI- ;:0 zl- ~~I ::l 0\ Uen 0- o!:: WWi :x:u 1-- !:!:b Z wen u- t=j:!: o Z .r ,0 o (-0""-- o I I i l CONTRACT JEFFERSON COUNTY, WASHINGTON TInS AGREEMENT, made and entered into this ,j, pJ day of ~ . 1996, between tM COUNlY . OF JEFFERSON, acting through the Jefferson County Commissioners and the Director of Public Works under and by virtue of Title 36, RCW, as amended and SETON CONSTRUCTION. INC of Port Townsend. Washimrton hereinafter called the Contractor. WITNESSETH: r I I I I I l L lDat in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: ' I. The Contractor agrees to furnish all materials l'nd do certain work, to-wit: 1bat The Contractor herein will undertake and complete the following described work: Drill, Shoot, Blast, Excavate and Load for Haul, Riprap, Quarry Spalls and Gravel Base for Upper Hoh Road Park Boundary Washout Project Number XOl244 from M.P. 11.83 to M.P, 12,18 in accordance with and as described in the attached ptans and specifications and the Standard Specifications of the Washington Department of Transportation which are by this reference incorporated herein and made a part hereof, The Contractor shall perfonn any alteration in or addition to the work provided in this contract and every part thereof. The Contractor shall provide and be at the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof, 2. The County of Jefferson hereby promises and agrees with the Contractor to emptoy, and does employ the Contractor to furnish the goods and equipment described and to furnish the same according to the attached specifications and the terms and conditions herein contained, and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time an in the manner and upon the condition provided for in this contract. The County further agrees to employ the Contractor to perfonn any alterations in or additions to the work provided for in this contract that may be ordered and to pay for the same under the terms of this contract and the attached specifications at the time - and in the manner and upon the conditions provided for in this contract, 3. The Contractor for himself, and for his heirs, executor, administrators, successors, and assigns, does hereby agree to the full perfonnance of all the covenants herein contained upon the part of the Contractor. "1. 4. Prior to commencing work, the Contractor shall obtain at its own cost and expense the following insurance from companies licensed in the State with a best's rating of no less than A:VII. The Contractor shall provide to the County Risk Manager certificates of insurance with original endorsements affecting insurance required by this clause prior to the commencement of work to be perfonned. [ I I t t I I I I I The insurance policies required shall provide that thirty days prior to cancellation, suspension, reduction or material change in the policy, notice of same shall be given to the County Risk Manager by registered mail, return receipt requested, for all of the following stated insurance policies. If any of the insurance requirements are not complied with at the renewal date of the insurance policy, payments to the Contractor shall be withheld until all such requirements have been met, or at the option oftbe County, the County may pay the renewal premium and withhold such payments from the moneys due The Contractor. All notices shall name the Contractor and identify the agrcement by contract number or some other fonn of identification necessary to infonn the County of the particular contract affected. A, Workers CompensationIL & I . compliance with the applicable compensation law of the SUlte ofWashingtor., ' B, Oeneml Liability(l) - with a minimum limit per occurrence of $1,000,000 per bodily injury, dcath and property dmnage unless otherwise specified in the contract speeifications, This insurance shall indicate on the certificate of Insurance the following covemge: I, Broad Fonn Property Damage; 2. Personal InJury Liability; 3. Broad Form ContmetuallCommercial Liability (contractors only); 4. Premises - Opemtlons; nnd, S. Independent COlltmctors and Subcontractors, Upper lloh Washout Emergency Restoral/on, XOJ 20/4 Material Supply , , (: "-"Z) -.' P,':,,>.,.i!,"i..' 4!)\.;I....'). , ., -- ..:. ""'~';'(''>'''\- ':l.. I _____:~ ".,".1,"-,,".".,' ....L.A ~:- t, . - 10 :'" = I o o lL 32 X 10 ............1 ... ,- Z < ' :x:1- 1-a5 a::E <::> Wu --'0 uo enw !il:x: --'I- enu. -0 ~~! ~::::; u.< !!.1a :x:w I-:x: ZI- ;:0 Z 1-, WW1 ~5\ Uen 0- o!:: Ww :x:u 1-- !:!:b Z wu) u- i= :I: ~ Of-.: z ,r" o o \, c-.~. o (I)Notc: The County shall be named as an additional insured under this policy. C. Automobite (2) - with a minimum limit per occurrence of $1,000,000 for bodily injury, death and property damage unless otherwise specified in the contract specifications. This insurance shall indicate on the certificate of insurance the following coverage: 1. Owned automobiles; 2. Hired automobiles; and, 3. Non-<lwned automobiles, (2) Note: the County shall be named as an additional insured party under this policy. Any deductibles or setf-insured retention shall be declared to and approved by the County prior to the approval of the contract by the County. At the option of the County, the insurer shalt reduce or eliminate deductibles or self- insured retention or The Contractor shall procure a bond guaranteeing payment of losses and The Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses, The Contractor shall include all subcontractors as insured under its insurance policies or shall furnish separate certificates and endorsements for each subcontractor. All insurance provisions for subcontractors shall be subject to all of the requirements stated herein, Failure of The Contractor to take out and/or maintain any required insurance shall not relieve The Contractor from any liability under the Agreement, nor shall the insurance requirements be construed to conflict with or otherwise limit the obligations concerning indemnification, [ [ I I. I L I L [ It is agreed by the parties that insurers shall have no right of recovery or subrogation against the County (including its employees and other agents and agencies), it being the intention of the parties that the insurance policies so affected shall protect both parties and be primary coverage for any and all losses covered by the above described insurance. It is further agreed by the parties that insurance companies issuing the policy or policies shall have no recourse against the County (including its employees and other agents and agencies) for payment of any premiums or for l\Ssessments under any form of policy, It is further agreed by the parties that any and all deductibles in the above described insurance policies shall be assumed by and be at the sole risk of The Contractor, It is agreed by the parties t11at judgments for which the County may be liable, in excess of insured amounts provided herein, or any portion thereof, may be withheld from payment due, or to become due, to The Contractor until such time as The Contractor shall furnish additional seeurity covering such judgment as may be determined by the County. The County reserves the right to request additional insurance on an individual basis for extra hazardous contracts and specific service agreements, The Contractor hereby agrees to indemnify and save harmless the County, its officers, employees, and agents from and against all liability, loss or damage the County may suffer as a result of any claims, demands, costs, judgments or damage to County property in the care, custody or control of The Contractor arising directty or indirectly out of this agreement, including losses arising out of the negligent acts or omissions of the Contractor, the contractor's employees, agents, or subcontractors, Claims against the County shllll include, but not be limited to, assertions thllt the use or transfer of any software, book, document, report, film, tape or sound reproduction or materinl of any kind, delivered thereunder, constitutes an infringement of any copyright, patent, trademark, trade name, or otherwise results in an unfair trade practice or in unlawful restmint of competition. i The Contractor further agrees to provide defense f9r and defend any claims or causes of action of any kind or character directly or indirectly a.rlsir.g out of t.':lo ...greer.lcnt at its dole ""perlStl and agrees to bear all other costs and elCpenses relating thereto. I I I Nothing in the foregoing clause shall prevent the County, lit 'its option, from additionally requesting that The Contractor deliver to the County an elCeculed bond as security for the faithful performance of this contract and for payment of all obligations of TIle Contractor, ~ Upper lloh Wn.rhoul Emergency Rwornllon, XO / 244 Mnler/nt Supply -I~ G. eM.) I <;:"':':',i:,-'..'~:T::,;,;<:\,;',:",':; - .X";I"r';";...~'"..'f;..''' '.::','..\~,;'~,,'_-i~..i ::,1,.',_,_:.-.-....;:,_._,:,-"::",, 'I ;,,"..Y'j-,,';j~'..............:~ ........... " ) 10 I o o 32 x 10 .I!IIIIlII ..._ ~.~ I, I r r I, r r r , Z <. :x:1- I 1-a5 a::E <::;) Wu --'0 [ uo en ' enW w:x: --'I- enu. L -0 ~ ~~ ~:; u.< r !!.1a :x:w I-:x: ZI- L ;:0 Z 1-, wW1 :E ;:)" ::;) 0' [ UC/l 0- ob ww: :x:u I I- i=: !:!:o Z wen u- -:x: I b""' Z I I ,r'" , , '0 o o IN WITNESS WHEREOF, the Contractor has executed this instrument on the day and year first below written, and the Board of County Conunissioners has caused this instrument to be executed by and in the name of said County of 1efferson the day and year first above written. Executed by the Contractor .1996 Foregoing Contract Approved and Ratified SETON CONSTRUCTION mc CQl1tmcto~ /71A- By: j ~ / JI!J) .1996, SUrety By: Attorney-in-fact SEAL ATrEST: if~ 112~ ~". '- /(!)Pa Director, Dept. !Jf Public Works L I I I \ j Upper lfoh Waslmul Emergency Resloral/on, XO 12014 Maler/al Supply . (_....,-0-'-'-_. ."-W .LM .. ~ ~. G ('i~ !~,~iL,,' , ~.:.:.l# ',' ",.,""',\""" k."lMl."' " 'Jjj;Ijf[2~~~"'" "-j,- , '::<",';"'^; - "J'" '.I~.~'~"';"~1 ;.., Tl17 t' ' . 10 ~ I ..... - o o 32Xlo --, ., ~-~~--- ,(. .'0 .'....,.. ..- .- I I I I I I I Z < . :x:1- 1-a5 I a::E <::;) Wu --'0 uo I enw ~~ rJlu. -0 [ W> :EI- ~:::; u.< !!.1a r :X:w I-:x: ZI- ;:0 [ z....! WW :E 5.1 ::l ' Uen [ 0- o!:: ~~I t;: t=\ [ _0. z wen u- t= ~: I. ~1 , L L ';'r""" i L r , 0 C o -- o Bond No. 2350 '30 052482 CONTRAcr BOND JEFFERSON COUNTY, WA.SHINGTON KNOW AlL MENDY ilmSE PRESENTS: That EMPL~<irl~gJ~Wo!lif of PORTTOWNSEND WASHINGroN .as Prindpal. and A MUTUAL COMPANY . as Surety, are Jointly and severally held and bound unto tI!e COUNTY OF 1EFFERSON, the penal JUI1l of TWO HUNDlUID SEVEN nrous....ND 'I'HRBB HUNDRFD FORTY and NoIIOQ I)oUars ($ 207.340 00 ). fur the payment of which weJointly and severaUy bind ounelves, or heirs, e:tecutors, admh1istrators, and assigns, and sucoessors and assigns, tlnnIy by these presents, 11le condition oflhi, bond is such that WHEREAS, on the _ day of ----' AD" 1996, the said SETON CONSTRUcnb~ Principal herdn, executed a certain contract with the County of Jefferson, by the terms" conditions and DroVlsidns ofwhich contract the said SETON CONSTRUCTION. INC. . Principal herewith, agrees to furnish all matetWs and do certain worlc, to-wit: That the said Principal herein will undertake lIIld complete tlte fuU~~ described wOrk: MATERIAL SUPPLY l'Rinmn. Ouarry Saall$, and Gravel Base). EMERGENCY RESTORATION UPPER HOR ROAD W ASHOlJT COUNTY PROJECT XOI244 In Ie&rson County, W~gton, as per maps, plnns and specifications made a p~ of said contract, which contract as so e:teculed, is hereunto attached, and Is now rnfened to and by this reference is incorporated herein and made a part hereof as fun for aU purposes as Ifhere set forth at length, NOW lHEREFORE, If the Principal herein shall flIitbfully and truly obllelVe and comply With the terms, conditions and provisiOnJI of said contract, In all respects and shall well and truly and fully do and perfonn all matters and things by the! said Principal undertaken to be perfonned under said contrac;t. upon the tenns proposed therein, and within the ~ prescribed therein, and until the same is accepted, and shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who shall supply such contractor or suboontractor with pI"Ovislons and supplies for the C8I'I}fu1g on of such work, and shall in alll'ellpeCts faithfully perform said contract according to law, then this obligation tu be void, otherwise to remain In full furce and effect. WITNESS cur Nnds this .22- day of March .1996, ~~~ PlUNCIPAL Dy:J. ~ EMPLOYERS INSURANCE OF WAUSAU A MUTUAL COMPANY ~(XJMp;L y: -~A #~ Lori Whitted " i., By: At~omey.in-fIu:t , ~OVBD fl~-;F?rM ONLY this ' .~.l$/l. .'of_l-<f~I9" /' . :..L~ ~~ PrOIIeCUting Attorney - Address ofl~ omce IUld agent ofsurety company: Marsh & McLennan,Inc, 720 Olive Way Seattle, WA 98101 , I o o lJpf'tll' Ho" Wtu"Olll Em'f'RtnC)' 1l'8IoraIl01l. xonu },(tll'l'/tll Suppl)' ~", ...,\ , {....."'~......".-..:...~ . ': .",,'i:' '~'B~)" ..., -. ...... .. - ',-.- ,'-# .32X.lcr> v ,- [ r ! Z :2~ 1-a5 a::E <::;) ~g Uo ff3~1 ' ~~' L ~ >~ :EI- ~::::; u.< !!.1a :X:w I-:x: ZI- ;:0 Z I-! WWj ~5'\ Uen 0- ob ww, :X:U' ~g; Z, wOO ~~j ~1 J I ";roo'" I 'j '" ~ o w a: ~ a: ~ 0. 0. <( ~ o z Ul w o o ~ z w :;; w '-'S ZUl - Ul l Z I ,0:: ~ -0<( ;: 1.,:5: ~ - 1= <( L ~ 3: [ ~ -' I ~ , 0 z I. I I: [ -0 o '., I f C:Ou~'-M~ o o .. No, 223-248- 00080 EMPlDVERS INSURANCE OF WAlJSAlJ A Mutual Company POWER OF ATTORNEY K!':OW ALL MEN RY THESE PRESENTS, That the EMPLOYERS INSURANCE OF W AUSAU A Mutual Company, a corporation duly organized and existing under tht' laws of the State of Wisconsin. and having its principal of lice in the City of Wausau. County of Marathon. State of \\'iscunsin. has made. constituted and appointed. and does by these presents make. constitute and appoint LORI WHITTED, KRISTA M. STROHBERG it:-:; truC' and lawful attorney.in.fact. with full power and authority hereby conferred in its name. place and stead. to execute. seal. lIcknowled~e and deliver ANY OR ALL BONDS, UNDERTAKINGS, RECOGNIZANCES OR OTHER WRJ'l"rEN OHI.IGATIONS IN THE NATURE THEREOF INCLUDING CONSENTS OF SURETY AND WAIVERS TO THE CONDITIONS OF CONTRACTS. NOT TO EXCEED THE PENAL SUM OF TEN MILLION DOLLARS ($10,000,000). ___ --- and tn hind thE.> ('nrpnrntinn thereby a8 fully and to the same extent as ifsuch bonds weresiA'ned by the President, sealed with tht. ("urptlrnu." seal elf the cnrpnration and duly attested hy its secretary hereby ratifyin~ and confirminR' all that the said attnrnt'y.in.(nct mny do in the premises. Thi:-; puw(>r nfnHnrney is J:ranted pursuant to the followinJ: resolution adopted by the Board oflHrectorsofsaid Company ala ml,(.tinJ.:' duly C"alh.d and held nn the lAth day ofMsy. 197:1, which resolution is still in effect: "R~:ROI.VEJl. that the PresidE'nl and any Vice President - electiv(> or appointive - ofEMPJ.OYERS INSURANCE OF W AllSAlJ A Mutual Company bE>, and that each ofthE'mhereby is. authorized to execute powers of attorney qualifyin~ thE" ntlorn€'y named in thl' ~iven pnWl'r of attorney tu execute nn hehnlfofF.MPI.OYF.RS INSURANCF. OF W AUSAU A Mutual Compnny hondl'!. undE'rtnkin~l'O and nil contracts nfsuretyship; and that any secretary or aSRistant secretary be. nnrlthut ench ur any flf thE'm hl'r(>hy is. authorized to oUest the execution nf any such power of attorney. and to attach th,'r,"" th,' ..nl "f ~:MPI.OYERS INRURANCF. OF WAUSAU A Mutual Company," "FlrHTH~:H H~:ROI.V~;Il, that th..i~nnture,"f.uch IIfficers and thesealllfEMPI.OYERR INSURANCE OFW AUSAU ^ Mutual Cumpnny mny Iw llffixt'd to nny l'lu('h power of attorney IIr to any certificute relatinJt thereto by facsimile. and lln~' Nu('h puw('r of nttCltnf')' or (.t'rtifit'ute hN\rinJ,C such (n('~imil(' signatures and facNimile s(>al Elhall be valid and binding uJlon thl' EMPI.OVI-:H,S IN~tlHANC}O; OF WAUSAU A Mutual Company wh(>n an uffixed nnd in the future with resp'i?ct tu nn~' hllnri. undt'rtnkin", nr ('ontrO(.t of Nur(>tYKhip to which it il'l nttrlt'hed:' 1:<: WITN~;HS WII~:HE(}F, ~:MI'1.0Y~:HR INHlJRANCE OF WAlJRAlJ A Mutual Cllmpnn,v ha.cau.ed these presents tn he signed by the vice president and attested by its assistant secretary. llnd its corporate seal 10 be herelo aflilled this 1ST day of DECEMBER ,19~, d~n \~~ ~..'" EMPLOYERS INSURANCE OF WAUSAU A Mutual Company By /-.~~- }, Stephen Ryan Vice President Attest: Assistant Secretary STATE OF WISCONRIN ) ) 8S. COUNTY OF MARATHON) On thl. 1ST day of DECEMBER , 19...2!t.... beforo me pel1looally came J. Stephen Ryan' . tome known. who being by me duly sworn. did depose and soy 'hat he is a vice pro.lden, or 'he EMPLOYERS INSURANCE OF WAUSAU A MutuBlCompany. the corpora'loa described In and which clleC'uled the above Instrument: lIun he knows the seal of said c:orporution: that the seal affixed to laid Instrument Is such corporate seal and that It was so afnxed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. I~ WIT~fSS WHFI~E()F.I ha\le herCUnltl sel my IHlnd lInd IIffixed my ol'fic:ial seullheday and year herein first above written, ~ CfJ ~ ~a./~ Pamela A. Kleman NOTARY PUBLIC H"An: OF WISC'ONKIN 1 MYCOM~1~~~~~~NSINy 9 C'ITYOFWMISAlI I.., MA 24. t 98 ('OllNTY eW MAIlATflClN , CERTIFICATF. I, th.. und,'r.il/nod, "..i.t"nt .""Il'l"ry "f ~;MI'I.()Y~:IIR INKlTHAN(.'~: O~' WAU!lAU A Mutunl C"mpanv. n Wiacnnaln t'lIrpnrntinn. nil hl'rt'h~ c'('rli(~' Ihllt tht, fnrl'j.(lIln~ IInrf Iltlll,'lwrf f)Uw('r fir Rtlnrnt'Y. WHICH MUST CONTAIN A V AI.IIMTINO STAT~:M~:NT I'RINTF.I> IN TH~: MAIICHN THF:R~:OF IN RF.li INK. remnlna In full fnree nnd hna nllt IWI,rt rl"'llk.,cl: nnd (urthNmurl' thnt thl' r.'twlutinn llrlht' Hllllrn urlHrt'rtnrH M(lt furth in the pnw(lfUrnUnrney IItAtillln fnrco. Hi~n.'" nnd ."III"d In th,' City uf Wnuaau. Mornthun Cuunly, !ltnte nf Wiaennaln. thl. 13th dny uf --1:!:;~~ ' IfI-2~ A' J1 L JL l."'N"~ ~/~ I. SfA'!!J R, J, ne"emon r ,/ Notary Public ~""~..!..!-"~ i(......"l. \,:;~~:~ A"I'lonl Secre'ary Non;. IF "CHI IIAVg ANY qm:STIONR 1l~:OAIlIllN(l 1'm: VAI.lIlITY OR WORllING OF THI~ POWER O~' 1\'1"()IlN~:\'. ('AI.I. 1'01.1, ~'llf:I': IMlIIl) M~II'llIllI.lIN WISCON!lIN. CALI. IMIKII 47~'Il0411. 1 ) : i D I o 0 .L~ . : ",~i- J_ G:~~"u~, '- . '. ..,.",'-1."'; 32><10 .~,:~ , : v ,- I I Z <. :x:1- 1-a5 a: :E, <::;) Wu --'0 Uo en ' enW w:X: --'I- en u.' -0 w>! :EI- ~:J u.< ;as :X:w I-:x: ZI- -0 !z 1-, ww, ~5'\ Uen 0- o!:: WWi :X:u ~[3 Z WOO U- -J: bI- Z I r ! I I I I L 1 I I I I , (--'0- .....- I". , o o o o .. CONTENTS CALL FO R BIDS--.-------------------------------------------------------------------------- ----- ii NOTICE TO PROSPECTIVE BIDDERS ---------------------------------------------------------- iii INTRO D U CTI 0 N ------------------------------------------------------------------------------------------ 1 AMENDMENTS TO THE STANDARD SPECIFICATIONS ------------------------------------ 1 SECTION 1-02 BID PROCEDURES AND CONDITIONS ------------------------------------ 2 SECTION 1-06 CONTROL OF MATERIAL------------------------------------------------------- 2 SECTION 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC --- 2 SECTION 1-09 MEASUREMENT AND PAYMENT --------------------------------------------- 6 SPECIAL PRO VIS IONS ----------------------------------------------. ,r._________________________________ 7 D ESCRIPTI ON OF WO RK -------------------------------------------------------------------------------- 7 BID PROCEDURES AND CONDITIONS ------------------------------------------------------------ 7 Public Opcning Of Proposal------------------------------------------------------------------------------ 7 Datc Of Opening Bids ----------------------------------------------------------------------------------- 7 A WARD AND EXECUTION OF CONTRACT --------------------------------------------------.----- 8 Cons idera tion 0 f Bids ------------------------------------------------------------------------------------ 8 SCO PE 0 F TH E \V 0 RK ------------------------------------------------------------------------------------ 8 Intent of thc Contract --------------------------------------------------------.-...-------.---.....---.----- 8 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLlC------------..-...--..---- 8 LlIws to be observed ..-.-..----------.-------..-..--------------------.---..------..-------.-.--.--.----- 8 Prevention Of Environmental Pollution And Preservation Of Public Natural Resources 8 S ta te T IIxes--.---.----..--..---.--~--.-----.--.--------------..-.---..--------.--------.-----.-------.--------- 9 W ages ---------....--------.------------.---....-.------------...----------.-------.---------------.-.---.----- 9 G e n e r 111- - ---. .-- -.. - ------.---- ---- - -. -.- ..--. ------ - ...-.-.-- --...--.....-... .---..-. ---. ---. --- ...-. .--- --- 9 EquIII Employment Opportunity Responsibilities -..-----.------------.--.--..----..---.--.-.-.....- 9 Disadvantllged Business Enterprise Partlelpatlon (DOE) .___.___..____.._____._.____..__._.___.__16 .\"01244 Iv Uppar II"" R"ad Park BOIlIle/ary Was"""1 Malarial SlIpply . ,:;'::,~,~!r:~~i,~:i:;~'.::':'::~:" :;."..ij".^'~';;:#i/.~'r';,~ "c,:,:,,,-I .: [ 0(,,) , ~,~ ~~ ( ) 10 ~ "c."'" ". I o o , , -Ih_ I I I 3,2>1.!g-; If ,- Z :2~ 1-.., a::E; <::;) ~g Uo ~~j ~I- en u.' ~Ol :E ~, ~::; u.< !!.1a j:!:~ ZI- ~~, WW\ ~5'1 Uen 0- o!:: Ww :x:u t;:t= _0 Z ~!!.1 t=i!: o Z I i L t ~ro<" i I :1 iO l I. f I. o (--;'_. o o .. General Requirements for Recipients --------------------------------------------------------------- 16 Definitions ------------------------------------------------------------------------------------------------- 1 7 D BE Eligibility ------------------------------------------------------------------------------------------- I 9 Joint V enture Approval-------------------------------------------------------------------------------- 20 D BE Goals------------------------------------------------------------------------------------------------- 21 Counting DBE Participation Toward Meeting Goals-------------------------------------------- 21 Selection of Successful Bidder __________________________________m_______________________________---- 23 DDE Contract Compliance ---------------------------------------------------------------------------- 24 Statutory Penalties -------------------------------------------------------------------------------------- 24 Fu rther Info rmation ------------------------------------------------------------------------------------ 25 Proposal---------------------------------------------------------------------------------------------------- 25 Federal Agency Inspection ----------------------------------------------------------------------------- 25 Required Federal Aid Provisions -------------------------------------------------------------------- 25 CONTRACTORS RESPONSIBILITY FOR WORK ---------------------------------------------- 26 Public Liability and Property Damage Insurance ------------------------------------------------26 Rock D rillin g Sn ftey Req uiremen ts -------------------------------------------------------------------- 26 INSURANCE COVERAGE AND HOLD HARMLESS CLAUSE-----------------------------26 PROSECUTION AND PROG RESS ------------------------------------------------------------------ 29 Su bcon trneting----------------------------------------------------------------------------------------- 29 Progress Sehed u Ie --------------------------------------------------------------------------------------- 29 P rosecu tlo n of W ork--------------------------------------------------------------------------------------- 29 Tim e fo r Com plction ---------------------------------------------------------------------------.--------- 30 PRODUCTION FROM QUARRY AND PIT SITE AND STOCKPILING --..-----------------30 Fu rn is h cd Mn terin I So u rees "--------------.---..-.-------....------.--.-------.---.......--------------- 30 G RAVEL BASE --..-------...------------------..-..------..--....-----.-..---------.-....-...------..-.-.- 31 Dcserip tlon ...--------.-----.--.--...--..--....-----.-----.....-----.-....-..-.--.--.--...-.......---....---.. 31 M ens \I rc In en t-----......-----......-------.....--..-----.-..-.........------.-----.-------..----.....---...-- 31 R I PRA P ------....----................-.------.-............---.--........--.....-..---.--...---.-..-.....--....32 Mil tc rin Is .---....-------.-----.......-.-..........--.----.....-....n.._............._____..............___... 32 XOl2N Upper Noll Road Park Boundary Waslloul v Malerlal Supply { i . - 105,3 10 --- I o o 32><10 v .:- Z <0 :x:1- 1-a5 a: :E, ~::;) --'u uO 0 ~~l ~ 1-1 enu. ;:;:;0, :E~ ii!i::i u.< !!.1a :X:w I-:x: ZI- ;:::0 Z 1-, ww' :E ::;)1 ::;) o~ Uen 0- Ol::< I w UJ' :X:u I- -, !:!:b: I z wu) u :Z:' t= ~ I ~ .I L L ~r'" L i [ I I 0 r 0 I.' - o o .. Measurement---------------------------------------------------------32 Payment --------------------------------------------------------32 AGGREGA TES------------------------------------------------------------------ 32 Aggregate for Gravel Base --------------------------------------------------- 32 RIPRAP, QUARRY SPALLS, AND SLOPE PROTECTION-----------------------------32 Loose Riprap -------------------------------------------------------------------------------------- 33 CLASS V RipRap----------------------------------------------------------------------------------------- 33 P RO POSAL------------------------------------------------------------------------------------------------------- JEFFERSON COUNTY VICINITY MAP --------------------------------------------------- CONTRACT (Informational Only)--------------------------------------------------------------- CONTRACT BOND (Informational Only) ---------------------------------------------- REQUIRED CONTRACT PROVISIONS (Federal-aid Construction Contracts) --------------- STATE OF WASHINGTON, Labor & Industries Prevailing Wage Rates------------------- FEDERAL WAGE RATES ---------------------------------------------------------- I () o '\"012-1-1 Upper Noh Road Park BOllnda,>, Wmlto/ll vi Malerlal SlIpply r ,- z <' :x:1- 1-a5 c:: :E. <~ Wu --'0 Uo en . enW w:X: --'I- en u.' -Oi ~~' ~::::; u.< !!?a :X:w I-:x: ZI- i=0 Zl- WWI ~5\ uen 0- o!:: Ww :X:u I- t=, !:!:o z wen u- t= :x: , 0'" Z 2 3 4 5 6 7 8 9 10 II 12 13 14 15 16 17 18 19 I 20 21 22 I 23 24 I 25 26 27 L 28 29 30 I. 31 32 33 I. 34 3S 36 f 37 38 I 39 40 f r' o o (~-o-- o o .. INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 1994 Standard Specifications for Road. Bridge. and Municipal Construction adopted in January, 1994, AMENDMENTS TO THE STANDARD SPECIFICATIONS The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the latest date of revision. Each Amendment contains all current reVISions to the applicable section of the Standard Specifications and may include references which do not apply to this particular project. The Contracting Agency for this project is Jefferson County therefore: Where the teml "Commission" or Washington State Transportation Commission" appears in the Standard Specifications or Special Provisions, it shall be interpreted to mean the Board of County Commissioners of Jefferson County, Where the term "Department" or Department of Transportation " appears in the Standard Specifications or Special Provisions, it shall be interpreted to mean the Director of Public Works of Jefferson County and such agents as are authorized to act in her behalf, Where the term "Engineer" appears in the Standard Specifications or Special Provisions, it shall be interpreted to mean the County Engineer of Jefferson County acting directly or through her duly authorized representatives, Where the term "State" appears in the Standard Specifications or Special Provisions, it shall be interpreted to mean the Jefferson County acting through its authorized representatives. Where the term "State Treasurer-Department of Transportation" appears in the Standard Specitientions or Special Provisions, it shall be interpreted to mean the Jefferson County Treasurer, acting through its authorized representatives, Where the term "Secretary" appears in the Standard Specifications or Special Provisions, it shall be intcrpreted to mean the Project Manager, acting directly or through his duly authorized representatives, XOl2N Upper I/o/r Roml Park Bllllndaf')' Wa,,1101II c f) (I'",", '. "~':,,~, .~ ~_ ,,~-' :"~'\'/~~:~l ,--",-, ~ - -~ .', , t.,",. 10 ;;:;~Ol~ ~". I o o 32 X 10 JiilrUW" ~ , JlI .'- I 2 Z 3 <. 4 :x:1- 1-a5 5 a: :E, <::;) (; Wu --'0 7 Uo en Wi 8 ~~ 9 enu. 10 -0 w>- II :EI- ~::i 12 u.< 13 !!.1a :X:w 14 I-:x: 15 ZI- ~~ 16 wWi 17 ~5' 18 Uen 19 0- o!:: I 20 Ww :X:u 21 1-- !:!:b 22 Z I 23 wen ~~; 24 o ' 25 Z I 26 27 I. 28 29 30 t 31 32 ,r 33 I. 34 0 3S 36 'd 37 38 r 39 40 0 41 I 42 '., I r (=-;- -'-.' - o o .. SECTION 1-02 BID PROCEDURES AND CONDITIONS September 5, 1995 1-02.6 Preparation of Proposal The fifth paragraph is revised to read: The bidder shall submit with the bid a list of: 1. Subcontractors who will perform work which amounts to more than 10 percent of the bid price, and 2. The work those subcontractors will perform on the contract. 1-02.13 Irregular Proposals Item number l.,h. is deleted. SECTION 1-06 CONTROL OF MATERIAL October 17, 1994 1-06,4 Handling and Storing Materials This section is supplemented with the following: The Contractor shall repair, replace, or make good all Contracting Agency provided materials that are damaged or lost due to the Contractor's operation or while in the Contractor's possession, at no expense to the Contracting Agency, 1-06.5 Foreign-Made Materials The text in this section is deleted and the title is revised to read: 1-06,5 Vacant. SECTION 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC September 5, 1995 1-07.3(2) Merchantable Timber Requirements This section is supplemented with the following: No person may export from the United States, or sell, trade, exchange, or otherwise convey to any other person for the purpose of export from the United States, timber originating from the project. ,'(01].1-1 Uppar 110" Road I'urk 801l1ldar,v Wa,,"olll 2 c G{Z) '&i -~:=- ~ '.,.'., ~"~~'~:">:'f " ',:\,'.,;~t\b\,:,-';,',\"~:' o~"t)ll'4'';I;'''I.,''; .,.':]_'"" ~........... '......-..i...... .. , (,' l J I 1 , , , I I i 10 1 "", r~ "'- "t:......._ I - o o 32 X I 0 L4lIll11.lIIII~'"' _tllIIlU ,- z < . :x:1- 1-a5 a: :E, <::> UJu --'0 ~o 13 ~i --'I- enu. -0 w>- :EI- <- 0:--' u.< !!.15 :X:w I-:x: ZI- i=o zl- ww :E ::>: ::;)0\ Uen 0- o!:: Ww :x:u 1-- !:!:b z wen u- -:x: b.... z .,. o o I I t t I, L I I ! I I c-; m___ o o .. 3 4 The Contractor shall comply with the Forest Resources Conservation and Shortage Relief Amendments Act of 1993, (Public Law 103-45), and the Washington State Log Export Regulations, (WAC 240-15). 6 7 8 9 10 II 12 13 14 15 16 17 18 19 20 21 1-07.5 Wildlife, Fisheries, and Ecology Regulations This section title is revised to read: 1-07.5 Fish and Wildlife, and Ecology Regulations 1-07.5(1) General The first sentence is revised to read: Throughout the work, the Contractor shall comply with all current rules of the State Departments ofFish and Wildlife, and Ecology. 1-07.5(2) State Departments of Wildlife and Fisheries This section title is revised to read: 1-07.5(2) State Department of Fish and Wildlife 22 1-07.8 Vacant This section is revised to read: 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 1-07,8 High Visibility Apparel The Contractor shall require all personnel at the work site under their control (including subcontractors and lower tier subcontractors) to comply with the following: 1. To wear reflective vests, except that during daylight hours, orange clothing equivalent to "Ten Mile Cloth" or hunter orange may be worn in lieu of reflective vests, 2, To wcar white coveralls at night, 3. Whenever rain gear is worn during hours of darkness, it shall be white or yellow, and 4, The reflective vests shall always be the outermost gannen!. Exceptions to these requirements arc: (I) when personnel are out of view of and not exposed to traffic. (2) when personnel are inside a vehicle or (3) where it is ohvious that such apparel is not needed for the employees safety from traffic Reflective vests shall have a minimum of 100 square inches of reflective surface distributed 30 percent on the front and 70 percent on the back, The retroreflection value at an entrance angle of'.4 degrccs and an observation angle of 0,2 degrees shall be a minimum 500 candle power for the retlcctivc surface of the vest, XO/:N-/ Upper 11,,11 Road Park B01l11dlll)' WasllOlII 3 i i \ . 'i 1 '~ '~ .~ j I o o c )) "f:l","Jc I 0 x' I 0 E) . 32 '. ,(' . - iU'<t'. v- ,- Z <' :x:1- I-~ a: :E, <::;) Wu --'0 Uo enw ffl:x: --' 1-, en u.' -0 w I :E~ <- a:--' u.< !!.1a :X:w I-:x: ZI- ~~ ~~I ::;) 0" Uen 0- o!:: Ww :X:u ~g Z woo u- t= ~i o ' z I 2 3 4 5 6 7 8 9 10 II 12 13 14 15 16 17 18 19 I 20 21 22 L 23 24 t 25 26 27 [ 28 29 30 I, 31 J2 33 L 34 35 36 I 37 38 39 I 40 41 ! 42 43 'r' o o (~ o o .. Reflective vests, hard hats, white coveralls, rain gear, and other apparel shall be furnished and maintained in a neat, clean, and presentable condition at no expense to the Contracting Agency. 1-07.11(2) Equal Employment Opportunity Policy This section is revised to read: The Contractor shall accept as an operating policy the following statement which is designed to further the provision of equal employment opportunity to all persons without regard to their race, color, religion, sex, national origin, age, or disability, and to promote the full realization of equal employment opportunity through a positive continuing program: It is the policy of this Company to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age, or disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of payor other forms of compensation; and selection for training, including apprenticeship, preapprenticeship, and/or on-the-job training. 1-07,l1(4)A Supervisory Personnel Number 3 is revised to read: 3. Internal EEO Procedures - All personnel who are engaged in direct recruitment for the project shall be instructed by the EEO Officer or appropriate company official in the Contractor's procedures for locating and hiring minority group and female employees, 1-07,11(4)8 Employees, Applicants, and Potential Employees The portion of the first paragraph preceding No, I is revised to read: In order to make the Contractor's equal employment opportunity policy known to all 'employees, prospective employees, and potential sources of employees, e,g. schools, employment agencies, labor unions (where appropriate), college placement officers, community organizations, etc., the Contractor shall take the following actions: 1-07,11(7)A Special Training Provisions The second and third sentences of No. I are revised to read: The number of trainees to be trained and the number of training hours for the contract will be specified in the Special Provisions. The number of training hours to be performed will also be specified under the bid item Training. The last sentence of No.2 is revised to read: .'(012N UPI,,'r I/o" Rilad Park Billllldary Wa.l"alll 4 r :) .' t"'rQ;:;:"7r Ci) <: ..... ';:;:;;:. "', ~ /I ",,;,,+ :<".:.:.::.>:::.:.,r3k; .' "-1' ":2,iIt . (' : . ':J' 1ft ~. r i I i 10 .fIl I o o 32>< 10 .- z < . :x:1- 1-a5 a::E <::;) WU --'0 Uo enw ff}:x: --'I- en u.' -0 ~~; ~~ u.< !!.1a :x:w I-:x: ZI- ;:0 zl- ~~! ::;) 0', Uen 0- o!:: Ww :x:u ~t3 z Uicn u- t= ~, o z r o o c~~;....- I I I I, I' t I r I I I o o .. 2 3 4 5 6 7 8 9 10 II 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 The Contractor will be credited for each approved trainee (Section 1-07.11(7)0) employed on the contract work who is currently enrolled or becomes enrolled in an approved program (Section 1-07.1 I (7)C), and will be reimbursed for such trainees as provided hereinafter. 1-07.11(8) Unions In the first sentence of Nos, 2 and 4, "sex, or national origin" is revised to read "sex, national origin, age, or disability". 1-07.11(9) Subcontracting This section, including the title is revised to read: 1-07.11(9) Subcontracting, Procurement of Materials, and Leasing of Equipment Nondiscrimination - The Contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age, or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. Solicitation and Utilization - The Contractor shall use their best effort to solicit bids from, and to utilize, disadvantaged, minority, and women subcontractors, or subcontractors with meaningful minority and women representation among their employees, Subcontractor EEO Obligations - The Contractor shall notify all potential subcontractors and suppliers of the EEO obligations required by the contract. The Contractor shall use their efforts to ensure subcontractors compliance with their equal employment opportunity obligations. 1-07.11(10)A General Number 4 is revised to read: 4, Subcontracting - The progress and efforts being made in securing the services of disadvantaged, minority, and women subcontractors, or subcontractors with meaningful minority and female representation among their employees, 1-07.11(10)B Required Records and Retention The second paragraph is revised to read: On Federal-aid contracts only, the Contractor/Subcontractor shall submit to the Project Engineer a completed PR 1391 by August 25, The report must reflect the Contractor/Subcontractor's total employment on all Federal-Aid highway projects with the Contracting Agency as of July 31 st. The staffing ligures to be reported should represent the project work force 011 board in all or any part of the last payroll period preceding the end of July, For multi-year projects, a report is required to be submitted each year throughout the duration of the contract. .\'0 f2.U Upper I/nll flotld Park nO/llldar)' Washolll 5 .-.- [~:, e(~ ilD I o o 32 X 10 r .- Z < . :x:1- 1-a5 ~~, Wu --'0 Uo en wI' ffi:x: --'I- en u.' -0 W I :E> ~5 u.< !!.15 :X:w I-J: ZI- j:o Z 1-, WWj ~5\ Uen 0- o!:: WUJ :x:u, 1-- !:!:b z: wen u- i= XI 01-,.: Z ,'r'" o o r I I. I L L L L L I I f I I 'C~.._- -- - o o .. SECTION 1-09 MEASUREMENT AND PAYMENT 2 April 10, 1995 3 4 5 6 7 8 9 10 II 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 1-09.9 Payments The sixth paragraph is revised to read: If the Contractor fails, refuses, or is unable to sign and return the Final Contract Voucher Certification or any other documentation required for completion and final acceptance of the contract, the Contracting Agency reserves the right to establish a completion date (for the purpose of meeting the requirements of RCW 60.28) and unilaterally accept the contract, Unilateral final acceptance will occur only after the Contractor has been provided the opportunity, by written request from the Engineer, to voluntarily submit such documents. If voluntary compliance is not achieved, formal notification of the impending establislunent of a completion date and unilateral final acceptance will be provided by certified letter from the Secretary to the Contractor, which wiII provide 30 calendar days for the Contractor to submit the necessary documents. The 30 calendar day period wiII begin on the date the certified letter is received by the Contractor, The date the Secretary unilaterally signs the Final Contractor Voucher Certification shaIl constitute the completion date and the final acceptance date (Section 1-05.12). The reservation by the Contracting Agency to unilaterally accept the contract wiII apply to contracts that are physically completed in accordance with Section 1- 08.5, or for contracts that are terminated in accordance with Section 1-08.10, Unilateral final acceptance of the contract by the Contracting Agency does not in any way relieve the Contractor of their responsibility to comply with all Federal, State, or local laws, ordinances, and regulations that affect the work under the contract. 1-09.10 Payment for Surplus Processed Materials This section is revised to read: After the Contract is completed, the Contractor will be reimbursed actual production costs for surplus processed material produced by the Contractor from Contracting Agency-provided sources if its value is $3,000 or more (determined by actual production costs). The quantity of surplus material eligible for reimbursement of production costs shall be the quantity produced (but an amount not greater than 110 percent of plan quantity or as specified by the Engineer), less the actual quantity used, The Contracting Agency wiII determine the actual amount of surplus material for reimbursement, The Contractor shall not dispose of any surplus material without permission of the Engineer, Surplus material shall remain the property of the Contracting Agency without reimbursement to the Contraclor if it is not eligible for reimbursement. .rOIN-I Upper lIol, Road Park OOlmclary /Vasho/ll 6 ~ _ n[,,~ .L 1.I 1t.U_ .~'.~,. J~.~J:tII~dild. ,,:i, :,::",~'~;'j:t~:::~::;:'ri,:,:_::,,;:"') ,', ':~r-I'" '/~)~;~:H~i'fl'~i~:.':;; .:;::;.;:....----"-' 1iIIIl*-1.......lJ--.~-.IlItlIiMl I, I I ,1';" -" 10 ~ .Iii I o o 32 X 10 .... '.Uftlltil ''" -.............. ~- I ~. [ :x:1- 1-a5 a: :E. I <::;) Wu dg ~ ~i I' en u.' ;:;:;0, :E ~ I" ~:J u.< !aa ~ ~ I Z I- : j:o zl-, 1_' wWi ~5'\ Uen 0- ~~ r ~~ !:!:b w~ I ~:r b.... z , ;.,.-"" o o (...-.....0.. - o o .. SPECIAL PROVISIONS 2 The following Special Provisions supersede any conflicting provisions of the 1994 Standard 4 Specifications for Road, Bridge, and Municipal Construction adopted in January, 1994, and the 5 foregoing amendments to the Standard Specifications and are made a part of this contract. 6 7 It shall be understood that all references to state officers in the above mentioned standards shall 8 mean the corresponding county offices forlhe purpose of this contract. For example, all references 9 to Highway Commission shall mean the Board of County Commissioners, and all references to the 10 Director of Highways shall mean the County Engineer, II 12 The term "Engineer" as used in these specifications or in the Standard Specifications, whenever 13 they apply, refers to the County Engineer, Jefferson County, who is in charge of this work or in 14 her absence, the County Engineer's representative. The Engineer may be contacted at the 15 Department of Public Works, in the Post Office Bldg., 1322 Washington Street, Port Townsend, 16 Wa. 98368, Ph. 360-385-9160, 17 18 DESCRIPTION OF WORK 19 20 March 13, 1995 21 This contract provides for SUPPLYING RIPRAP, QUARRY SPALLS, and GRAVEL BORROW 22 LOADED ON THE AGENCY'S TRUCKS AT THE QUARRY, PIT, OR STOCK PILE SITE, 23 and other work, all in accordance with these Contract Provisions, and the S1lInl1w:d 24 Specifications, 25 26 BID PROCEDURES AND CONDITIONS 27 28 29 Public Opening Of Propos Ill; 30 March 13, 1995 31 Section 1-02,12 is supplemented with the following: 32 33 Date Of Opening Bids 34 Sealed bids will be received at the following location before the specified time: 35 36 Jefferson County Commissioners Office 37 1820 Jefferson Street 38 P,O, Box 1220 39 Port Townsend, Wa, 98368 40 41 The bid opening date for this project shall be Mllrch 7. 1996, The bids will be publicly opened 42 and read oner 3:30 P,M.. on this date. 43 XOI2-N Upper /loll Road Park BOlIl/dary 7 Malerlal SlIpply ~~ (" o ("']' "~;;,~'~m::::,.;;; :,., '" " _...: '1'1ii!' ,,:~";"~:':"i 'r;:..;'~~~f .~." ) (' ~ lilt! i I I i I I I I I I i l 10 I o o ....::.,,\,~~~~,..; ;':...',:.:..........o..i.' '~ ' ~ 32 X 10, ,,- Z <. 4 :x:1- I-ifi 5 a: :E. LiS::l 6 --'u 7 uO en ~: 8 ~~I 9 en u. 10 -0, ~~. II <- 12 a:--' u.< 13 !!.1a :X:w 14 I-:x: 15 ZI- ;:0 16 Z 1-, 17 wW1 ~5': 18 uen 19 0- o!:: I 20 Ww :X:u 21 1-- !:!:b 22 Z L 23 WU) u- 24 i=F; 0 25 Z l. 26 27 [ 28 29 30 [ 31 32 ,'r 33 L 34 0 3S 36 '- 37 38 I 39 40 0 41 I 42 43 44 I I C=--;- ,- "'- - o o .. AWARD AND EXECUTION OF CONTRACT Consideration of Bids Section 1-03.1, is supplemented with the following: The Contracting Agency will additionally analyze the bids based on the location of the Quarry and Pit sites proposed by the Bidder indicated on the proposal form submitted by the bidder, in relation to the project site, in order to determine haul costs the Contracting Agency will incur in placing the material at the project site, The Contracting Agency reserves the right to base the award of the contract or contracts on the unit bid price for each item and may award multiple contracts for providing the material specified. Additionally, if the bidder proposed to utilize the sites provided by the Contracting Agency in the special provisions, the amounts shown in the special provision shall be added by the Contracting Agency to the various unit prices to determine the total cost of the materials to be supplied. SCOPE OF THE WORK Intent of the Contract Section 1,04,1, is supplemented with the following: The scope of work for this contract is to provide the Contracting Agency with the various materials specified, loaded on the agency's trucks, at the production rates and times specified, For the purposes of this contract, the term "agency's trucks" or "County's trucks" means any and all trucks that are utilized for the hauling of the materials for this or any other agency project whether actually owned by the agency or not. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC Lmvs to be observed Section 1-07,1 is supplemented with the following: March 13, 1995 Prevention Of Environmental Pollution And Preservation Of Public Natural Resources The Contractor shall comply with the following environmental provisions which are made a part of the contract documents. A copy of the environmental provisions are available to the Contractor at the Project Engineer's office. If the Contractor's operations involve work outside the areas covered by the following environmental provisions, the Contractor shall advise the Engineer and request a list of all ndditional environmentnl provisions covering the area involved. A copy of all additional environmenlal provisions is nlso availnble to the Contractor at the Project Engineer's office. XO/2-/.1 Upper I/o" Road Park BOllndar)' 8 Maler/al SlIpply r e(,,~ .... - " "''l-I,,~,;;''I;;'" ,.", - '-",.'-,-,,1" ;",:;' - "';:~'~)'j: ,., ",.;\':.,:",,";.,y\,-<,,.,..>........< "n ; ':'~~t((('>r' f'" -A. T T"f" ; m. --'- I · I ,I!" )I 1 10 "" r I o o 32 X I 0 ..........."'~' , "~ ~ i ,- z < . :x:1- 1-a5 a: :E, <::;) Wu --'0 Uo en wI' ffi:x: --'I- en u. -0, W ' :E~ ~::i u.< !!.1a :x:w I-:x: ZI- ;:0 Z 1-, wWi ~ ~h Uen 0- o!:: WW' :x:u 1-- !:!:b z wen u- -:x: b""' Z ;r o o C". 0 I I I 2 I 3 4 5 L 6 7 8 [ 9 10 [ II 12 13 r 14 15 16 I 17 18 19 I 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 o o .. Regulation 1 Olympic Air Pollution Control Authority State Taxes March 13,1995 The work on this contract is to be performed upon lands whose ownership obligates the Contractor to pay Sales tax. The provisions of Section 1-07.2(1) apply. Wages General Section 1-07.9(1) is supplemented with the following: March 13, 1995 The Federal wage rates incorporated in this contract have been established by the Secretary of Labor under United States Department of Labor Decision No, W A 950001. Equal Employment Opportunity Responsibilities Section I -07, I I is supplemented with the following: March 13, 1995 Requirement For Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246) I. The Contractor's attention is called to the Equal Opportunity Clause and the Standard Federal Equal Employment Opportunity Construction Contract Specifications set forth herein. 2, The goals and timetables for minority and female participation, expressed in percentage terms for the Contractor's aggregate work force in each construction craft and in each trade on all construction work in the covered area, are as follows: Women. Statewide Timetable Goal Until further notice 6,9% Minorities - by Standard Metropolitan Statistical Area (SMSA) Spokane, W A: SMSA Counties: Spokane, W A 2.8 W A Spokane, Non-SMSA Counties 3.0 ;':012-1-1 Upper Nail Road Park 801llldary 9 Malerlal SlIpply [ OC), ,'.'." ':""" ~'::~;;(",-,' ""li(\"'~'~I,('~_V.:;O/'l.":" '.. .::~.::~;\~;;,.. '\: .10 - , I I I o o 32 X 10 - -- 3 4 5 6 7 8 9 10 II 12 13 \4 \5 16 17 \8 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 4\ 42 43 44 o o .. 2 WA Adams; WA Asotin; WA Columbia; WA Ferry; WA Garfield; WA Lincoln, W A Pend Oreille; W A Stevens; W A Whitman. Richland, W A SMSA Counties: Richland Kennewick, W A 5.4 W A Benton; W A Franklin, Non-SMSA Counties 3.6 WA Walla Walla. Yakima, WA: SMSA Counties: Yakima, WA 9.7 W A Yakima, Non-SMSA Counties 7,2 W A Chelan; W A Douglas; W A Grant; W A Kittitas; W A Okanogan. Seattle, W A: SMSA Counties: Seattle Everett, WA 7.2 WAKing; W A Snohomish, Tacoma, W A 6,2 W A Pierce, Non-SMSA Counties 6.1 W A Clallam; W A Grays Harbor; W A Island; W A Jefferson; W A Kitsap; W A Lewis; W A Mason; W A Pacific; W A San Juan; W A Skagit; W A Thurston; W A Whatcom. Portland, OR: SMSA Counties: Portland,OR-WA 4.5 W A Clark. Non-SMSA Counties 3,8 W A Cowlitz; W A Klickitat; W A Skamania; W A Wahkiakum. These goals are applicable to each nonexempt Contractor's total on-site construction workforce, regardless of whether or not part of that workforce is performing work on a Federal. federally assisted or nonfedernlly related projelJt, contract or subcontract until further notice, 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 netion obligations required by the specifications set forth in 41 CFR 60-4.3(n), ;':012./-1 U"P"/' Noh Road !'ark BOllndary Maw/'/al SII""I)' 10 .- r Ci) (:):~,:~;~:~~;.,,':, '" .., ~ - I ' l ) . t', ) .1,0 - I o o 32X I 0 ,,- 2 Z 3 <. 4 :x:1- ;-aJ 5 a: :E, 6 <::l WU --'0 7 Uo 8 en ' enw w:X: 9 --'I- en u.' 10 ~Oi II :E ~, ~::::i 12 u.< 13 !!.1a :X:w 14 I-J: 15 ZI- ~~, 16 ww, 17 ~ i~h 18 Uen 19 0- o !::' I 20 wwi :X:u 2\ I- t=' 22 !:!:O Z L 23 W(/] Uj; 24 t= 1-0' ~i [ 25 26 27 L 28 29 30 I. 31 32 ':T'" 33 I. 34 0 3S 36 I 37 38 r 39 40 0 41 I 42 43 44 I I ,..,..- ( 0 T o o .. and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, in each construction craft and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects, The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goal shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4, Compliance with the goals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Engineer within 10 working days o( 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 of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed, 4. As used in this Notice, and in the contract resulting from this solicitation, the Covered Area is as designated herein. Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246) 1. As used in these specifications: a. Covered Area means the geographical area described in the solicitation from which this contract resulted; b. Director means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; c. Employer Identification Number means the Federal Social Security number used on the Employer's Quarterly Federal Tax Retum, U. S. Treasury Department Form 941; d, Minority includes: (I )Blal'k, a person having origins in any of the Black Racial Groups of Africa. (2}Hispanie, a fluent Spanish speaking, Spanish surnamed person of Mexican, Puerto Rican, Cuban, Central American, South American, or other Spanish origin, I o o XOIU~ Upper /loll .lload Park 801111e/a". II Mawr/al SI/ppl)' r 32 xl 0 ' u. ... Ci) (;';1;" .' . _'''' , . ..' .' '.., - ,~,J - .- Z <. :x:1- 1-a5 ~ :E, ~B uO o en w'l ffi:x: --'I- en u.' -0 ~~: ~::i u.< !!.1a' :X:w I-:x: ZI- ;:0 zl- wW' ~5,l Uen 0- o!:: Ww :X:u 1-- !:!:b Z wen u- t= 1=' o Z 2 3 4 5 6 7 8 9 10 II 12 13 14 15 16 17 18 19 I 20 21 22 L 23 24 t 25 26 27 L 28 29 30 I, 31 32 33 t 34 35 36 , 37 38 39 I 40 41 I 42 43 44 ~r" " o o o o .. (3)Asian or Pacific Islander, a person having origins in any of the original peoples of the Pacific rim or the Pacific Islands, the Hawaiian Islands and Samoa. (4)American Indian or Alaskan Native, a person having origins in any of the original peoples of North America, and who maintain cultural identification through tribal affiliation or community recognition. 2, Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $1 0,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted, 3, If the Contractor is participating (pursuant to 41 CFR 60-4,5) in a Hometown Plan approved by the V,S, Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan, Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith effort to achieve the Plan goals and timetables. 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of this Special Provision, The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covercd area. Covered construction contractors performing construction work in geographical areas wherc they do not have a Federal or fedcrally assisted construction contract shall apply the minority and female goals established for the geographical area wherc the work is being performed. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified, 5. Neither the provisions of any collective bargaining agrecmcnt, nor thc failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall cxcuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto, 6, In order for the non-working training hours of apprentices and trainees to be counted in mccting the goals, such apprcnticcs and trainees must be employed by the Contractor XOIU-I Uppcr /10/1 nood Park 801/IIdary 12 Malerlal SI/pply (=--0- .."'",., ..,c o (,),,~!'7&;T::,:,':., . , ,,~':':";'1"1ii\" ','"".. liIIIIIIM:d~ .. - ill' ,,' .'.....(.::=: _~ Lb....- , -J'",;""",,'i' - .(',-,,1 0 :-J;~~__ I - o o 32X 10 . ~. ~~.~... i .'- Z <. :x:1- 1-a5 a::E <::l wu --'0 Uo en ' enW w:X: --'I- enu. -0, w>! :E 1-' ~~ u.< !!.1a :X:w I-:x: ZI- ;:0 Z 1-, wW1 ~51 Uen 0- o!:: WW' :X:u t;:t= _0 Z wen u- t= :x:, Of-, Z 2 3 4 5 6 7 8 9 \0 II 12 \3 14 15 16 17 18 19 l 20 21 22 L 23 24 I, 25 26 27 I, 28 29 30 I, 3\ 32 33 L 34 35 36 f 37 38 I 39 40 4\ , 42 43 44 I I 'r' , o o o o .. 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 V,S, Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve ma'(imum results from its action. The Contractor shall docun1ent these efforts fully, and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on-site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b, Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses, c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off-the-street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respcct to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, ifreferred, not employed by the Contractor, this shall be documented in the file with the reason therefor, along with whatever additional actions the Contractor may have taken, d, Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations, e. Develop on-the-job training opportunity and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs. especially those programs funded or approved by the V,S. Department of Labor, The Contrnctor shall provide notice of these programs to the sources compiled under 7b above, XOI:!N Uppal' No" Road Park DOllndary 13 Malarial S"I'I'ly (~ ..............~ , , .l2!b....A..I:iIt.~~" ~~ r Q.,{~,) . ,~:~r:;i;Silril';~~ ., ~ ~~~ 10 L ~~--=---....".> (' . I o o 32 X 10 ~ .iM!lLl:M_lJ*8 __ .- I 2 Z <. 4 :x:!z I-w 5 ~~, 6 Wu 7 --'0 Uo 8 en Wi ~~ 9 enu. 10 -0 ~~! II <- 12 a:--' u.< 13 !aa :x:w 14 I-:x: 15 ZI- ;:0 16 Z 1-, 17 ww; :E 5'[ 18 ::;) , Uen 19 0- o!:: L 20 Ww 21 :x:u t;:t= 22 _0 L Z 23 wen U- 24 -:x: bh [ 25 Z 26 27 '- 28 29 30 (, 31 32 ,or" 33 , . '- 34 .:' 0 35 36 f 37 38 39 I 40 0 41 [ 42 I I C;-.~.- , -. o o .. f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed, g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with on-site supervisory personnel such as Superintendents, General Foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contral:tor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs, Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process, j, Encourage present minority and female employees to recruit other minority persons and women and where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's work force. k, Validate all tests and other selcction requircments where there is an obligation to do so undcr 41 CPR Part 60-3. I o o ;(0/2-1-1 Upper Holt Rood Pork Boundary , I i I i .." " I ,.:.'..~~~jl;i:~@~~s;~{~i~~g;,ll,~::t~I.~~~,. ". 32>< I 0 ~j.~l...~.......~ 14 Malcrial S/lpp(v :Cd ~ ~:, ::= ........~ ~~~~~~~~~ J::~, ~.~~~ "- z < . :x:1- 1-a5 ~~. Wu --'0 Uo en wI. ffi:x: --'I- enu. ~Ol :E>- ~~ u.< !!.1a :X:w I-:x: ZI- ;:0 zl- wWi ~5; Uen 0- o!:: Ww :X:u 1-- !:!:b z wen u- t= ~, o z 'r' o o (~--;; I I r I t t I r I ,. I 6 7 8 9 10 II 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 o o .. I 2 I. Conduct, at least annually, an inventory and evaluation of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. 4 m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EED policy and the Contractor's obligations under these specifications are being carried out. n. 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. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p, Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action obligations, 8, Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through 7p), The efforts of a contractor association, joint contractor-union, contractor-community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling anyone or more of the obligations under 7a through 7p of this Special Provision provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensure that the concrete benefits of the program are reflected in the Contractor's minority and female work-force participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrate the effectiveness of actions taken on behalf of the Contractor, The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance, 9, A single goal for minorities and a separate single goal for women have been established, The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non-minority, Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in substantially disparate manner (for example. even though the Contrnctor has achieved its goals for women generally, the Contractor mny be in violation of the Executive Order if a specific minority group of women is underutilizcd), .ro/u", Upp~r 1I0h Road/'ark llmmc/"f')' 15 Mararlal S/lpp(v c o,(~" """-'- --'~~.IIIi ~ I:ildiII.Ji ....:...I..... T-', ", .~~,-,~~.::,:.,;, '~.- --"' ...... "u~i I I .1 / 10 I o o i ~_.~3~~1 ~ ,- 2 Z <. 4 :x:1- 1-a5 5 ~ :E. 6 ~B 7 uO en ~; 8 S3:x: 9 --'I- enu. 10 ~O\ II :E ~, <- 12 a:--' u.< 13 !!.1a :x:w 14 I-:x: 15 ZI- ;:0 16 Z 1-, I 17 wW1 ~5'\ 18 uen 19 0- o!:: I 20 W UJ' :x:u 21 ~~ 22 Z [ 23 wen u- 24 -:x: bt-- I. 25 z 26 27 L 28 29 30 I 31 32 ,'r" ' 33 I 34 0 3S 36 I 37 38 I 39 40 0 oil 1 42 43 44 r I, c='~ - v o o .. 10, The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. II, The Contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12, The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspensions, termination and cancellations of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13, The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of this Special Provision, so as to achieve maximum results from its efforts to ensure equal employment opportunity, If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the government and to keep records, Records shall at least include, for each employee, their name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g" mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay. and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable fonn; however, to the degree that existing records satisfY this requirement, the Contractors will not be required to maintain separate records, 15, Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). Dlsadvnntnged Business Enterprise Participation. (DOE) April 24, 1995 General Requirements for Recipients For the purpose of this section (General Requirements for Recipients) the following definitions apply: .'(012-1-1 Upper /loh Road ['(Irk BOllndary 16 Malerlal Supply [ "(".) .., \ .,..,., ',.r:~'t7J!~~i:,.:L;".;.:, .',.:, -=-=~IlII~.....6... ~..: ~. ~.~ .~'"' ~L1Jl' ,:;:,,: ' (,',. .~ .._~ ~ ' 10 ~ I - o o 32 X 10 IIIIJ fIMId~ ~~ ...""'-'ii ~.~ Z < . :x:1- 1-a5 ~~. Wu --'0 Uo en w: ~ i=l en u.' -0, ~~i ;2::i u.< !!?a :I:w I-:x: ZI- ;:0 Z 1-, w WI ~ ~h Uen 0- o!:: Ww :I:u 1-- !:!:b z wen u- t=~ o Z '~,.... ~ . I , o o \ " C..- -0 ~- I' I ! I 1 I I I.. L L [ t t I. I, I I o o .. I 2 3 4 5 6 7 8 9 10 II 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 a. Recipient means any entity, public or private, to whom DOT financial assistance is extended directly or through another recipient. b. DOT means the U, S. Department of Transportation including its operating elements, c. Contractor means one who participates through a contract or subcontract and includes lessees. The following is quoted from the United States Code of Regulations 49 CFR Part 23.45, a, Each recipient shall agree to abide by the statements in paragraphs (I) and (2) below this section. These statements shall be included in the recipient's DOT financial assistance agreement and in all subsequent agreements between the recipient 'and any sub-recipient and in all subsequent DOT assisted contracts between recipients or sub-recipients and any Contractor, (1) Policy It is the policy of the U,S. Department of Transportation that Disadvantaged Businesses as defined in 49 CFR Part 23 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds under this agreement. Consequently the DBE requirements of 49 CFR Part 23 apply to this agreement. (2) DBE Obligation The recipient or its Contractor agrees to ensure Disadvantaged owned Businesses as defined in 49 CFR Part 23 have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with Federal funds provided under this agreement. In this regard all recipients or Contractors shall take all necessary and reasonable steps in accordance with 49 CFR Part 23 to ensure DBEs have the maximum , opportunity to compete for and perform contracts, Recipients and their Contractors shall not discriminate on the basis ofrace, color, national origin, or sex in the award and performance of DOT assisted contracts. The DBE Policy Statement and DBE Obligation cited above shall be made a part of all subcontracts and agreements entered into as a result of this contract. Definitions When referred to in this contract, the terms Disadvantaged Business Enterprise (DBE), shall be construed to have the following meaning: Disndvantaged business means a small business concern: .rOIN" Upper No" Ro"d Park DOl/ndary Material SlIpply 17 C', 1,.r.l) I", ",:",' " I o o 32Xlo ,- Z <' :x:1- 1-a5 ~~, Wu --'0 Uo en ' enW w:X: --'I- enu. -0, ~~. ~~ u.< !!.1a :X:w I-:x: ZI- ;:0 Z 1-, WWj ~5\ Uen 0- c!:: WW' :X:u 1-- !:!:b z wen u- t= ~! o ' z ,r" o o r I' I [' \ I I l L L I, r I I I I 1 I I - o o .. 2 3 (n) Which is at least 51 percent owned by one or more socially and economically disadvantaged individuals, or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more socially and economically disadvantaged individuals; and 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 (b) whose management and daily business operations are controlled by one or more of the socially and economically disadvantaged individuals who own it. Small business concern means a small business as defined pursuant to section 3 of the Small Business Act (15 U.S.C, 632) and relevant regulations promulgated pursuant thereto (see 13 CFR Part 121), except that a small business concern shall not include any concern or group of concerns controlled by the same socially and economically disadvantaged individual(s) which has annual average gross receipts in excess of $16,600,000 over the business's previous three fiscal years, Socially and economically disadvantaged individuals means those individuals who are citizens of the United States (or lawfully admitted permanent residents) and who are Black Americans, Hispanic Americans, Native Americans, Asian-Pacific Americans, or Asian-Indian Americans and any other minorities or individuals found to be disadvantaged by the Small Business Administration pursuant to section Sea) of the Small Business Act. Recipients shall make a rebuttable presumption that individuals in the following groups are socially and economically disadvantaged. Recipients also may determine, on a case-by-case basis, that individuals who are not a member of one of the following groups are socially and economically disadvantaged, (a) Black Americans, which includes persons having origins in any of the Black racial groups of Africa; (b) Hispanic Americans, which includes persons of Mexican, Puerto Rican, Cuban, Central or South American, or other Spanish or Portuguese culture or origin, regardless of race; (c) Native Americans, which includes persons who are American Indians, Eskimos, Aleuts, or Native Hawaiians; (d) Asian-Pacili.c Americans, which includes persons whose origins are from, Japan, China, Taiwan, Korea, Vietnam. Laos, Cambodia, the Philippines, Samoa, Guam, the U,S, Trust Territories of the Pacifie, and the Northern Marianas; and (e) Asian-Indian Americans, which includes persons whose origins are from India, Pakistan. and Bangladesh. XOI2.J.1 Upper II"" Raad Park 8mmdary Malerlal Supply 18 (~ u ---...~ ~ o l7 l~ , .....:.~~ hi!IiIIi.~ e (;~iI) IilIl .' ,.' ".~;,"~::~g!:::::,k .,.. ". ..". . . . . I 0 . '.., ',"~'f.'"r..""".. ';"i':':':'F.~f,.~~ ~ , I o o 32X 10, "1."- ,.. I" ,,- Z <" :x:1- 1-a5 ~~. Wu --'0 Uo en ' en Wj w:X: --'I- enu. ~Ol :E>- <!:: a:--' u.< !!.1a :X:w 1- :x: ZI- ;:0 zl- ~~J ::l 0. Uen 0- o!:: Ww :X:u 1-- !:!:b Z wen u- t= :1:, 01-, Z 'r o o I' l I. I. I I, I t I I I I I o o .. I 2 3 4 5 6 7 8 9 10 II 12 13 14 15 16 17 18 19 20 21 22 23 Women shall be presumed to be socially and economically disadvantaged individuals. DBE Eligibility Disadvantaged Business Enterprises proposed by the bidder to be used on this project shall be shown as a DBE for Federal purposes on the current list of firms accepted as certified by the Office of Minority and Women's Business Enterprises (OMWBE) or who can produce written proof from OMWBE showing they were accepted as certified as such prior to the date fixed for opening bids. Such certifications are made pursuant to authority granted by, among other things, Chapter 39.19 RCW, Chapter 326 WAC and 49 CFR. In addition to fimls accepted as certified by OMWBE and appearing on the above referenced list, the Contracting Agency will accept any firm determined by the Federal Small Business Administration to be owned and controlled by socially and economically disadvantaged individuals under Section 8(a) of the Small Business Act, 13 CFR, Part 121 as amended. Provided that the Washington State OMWBE must have received a completed OMWBE application form from such firms together with written proof of SBA 8(a) certification prior to the date fixed for opening bids and further provided that such firms do not exceed the size limits as contained herein under definitions. A consolidated list of firms accepted as certified by OMWBE is available at nominal cost from that office. 24 25 26 27 28 29 30 31 32 33 34 3S 36 37 38 39 40 41 42 DBE firms which are not so certified at the time fixed for the opening of bids will not be accepted by the Contracting Agency for participation in this project for purposes of meeting the goals as stated below, This shall be true notwithstanding any later certification. In the event the apparent low bidder, in good faith, proposes to use a firm that is certified at the time of the submission of the bid, and that firm is later found by the OMWBE to be ineligible or unable to perform, then the apparent low bidder shall be requircd to substitute another certified firm of the kind needed to meet the goal, before award, at no additional cost to the Contracting Agency. Aftcr award, and throughout thc life of the contract, any certified firm that is found by OM\V13E to be ineligible, or becomes unwilling or unable to perform their work, shall be replaced by the Contractor with another certified firm of the kind needed to meet the goal, at no additional cost to the Contracting Agency. Documentation of a good faith effort may be accepted in lieu of an actual substitution of another firm. .13 44 If, lit time of bid opening, a certilied business is projected to perform work classified in a standard industrial classification (SIC) code not listed for the business in either the .1:01],/-1 Upp~r 1I"h Road Park Ollllllda,>' 19 Ma/~rlal SlIpply ~. ( o() 1. 1 ~., 1"'~~!7;:Y" "r;'";',;',;::,:',:,::,:-,,,'.,-,;, ~ _ ):;:'~;'-\:'-l-I"~-iMt-'---~I.I~' (=--;'-'- -..-,;,,;....;..........-~ :.. i ) 10 ~ ~~ I .:....:........ o o 32 X I 0 ..,. __."-'IiI'~ v- ,- Z < . :x:1- 1-a5 ~~, Wu --'0 Uo en wI' ~~ en u.' ~o! :E>- ~~ u.< !!.1a :X:w I-:x: ZI- ~g. WW1 ~5'\ Uen 0- o!;:i ~Wi I-!d !:!:b Z wen u- t=~ o Z .r o o ('- I I I L L t I. t '- f I 1 [ [ o - ,- ~ o o .. I 2 3 4 5 6 7 8 9 10 II 12 13 14 15 16 17 18 19 20 21 22 directory of certified businesses published by the Office of Minority and Women's Business Enterprises, or the records of that office, the Contracting Agency's determination, prior to award, that the business will perform a commercially useful function shall prevail over the listed SIC code(s) in determining whether the DBE participation goals established for the contract are met. The presence or absence of SIC codes shall not be a basis for protest of an award. Only firms with DBE certification will be counted toward the goal attainment of this contract. Firms with only MBE or WBE certification are ineligible for goal attainment and utilization of such firms for goal attainment will be rejected and may result in the bidder's proposal being declared non-responsive, Joint Venture Approval Under authority of 49 CFR, money spent on contracts awarded to joint ventures can be counted toward goal, attainment when the procedure outlined in this specification is followed, a, Contents of joint venture agreement. T:,e joint venture agreement shall be in writing and signed under penalty of perjury by all of the joint venturers. Each joint venture agreement shall specify the contribution made by each joint venturer; the control each will exercise; the potential for profit or loss and the distribution thereof, Each of these elements shall be allocated in proportion to their contribution. The joint venture agreement must also identify the commercially useful function the joint venture will perform and the part of the work each joint venturer will do. The agreement shall also specify which participant(s) are DBEs and give documentation ofDBE certification, 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 b. Requests for approval. Any joint venture may request approval by the Contracting Agency, The request shall be in writing, shall include a written joint venture agreement and shall contain a statement that gives the Contracting Agency authority to audit the joint venture. A prospective bidder who has not been certified as a joint venture may not be given a bid proposal unless the bidder has submitted the joint venture agreement at least seven calendar days before the date of opening bids for a specified project. The agreement shall conform to the requirements of subsection (a) of this section. The Contracting Agency will approve a joint venture which submits an agreement that contains each of these specified clements. c. Time of request. A request for approval of a joint venture shall be submitted and approved before the time fixed for bid opening. If the joint venture is not approved, the agency will award to the lowest responsive bidder or rebid, d. Effect of approval. An approved joint venture is approved only for one specitic contract. .\'012./-1 Upper /-Ioh Road Pork DOllndary 20 MafIJr/al SlIpply - [, f).,~~ ~ ~ .. > :,~ " .', "., \..~~,:;~,~,:~1.;,\.~,):;F:'.r.:,:'::1:',i,;:,_~.::,:,",..,.".' ",' .,," .:', I 0 "" '*' ".. ,'... ""'''. " '. -~~:'~ ."'''r ~1~"';~:':~: ~ ~_.:~ __ ~~ _ =~~~_:..~./l' ~~.: . .,~ ...:......: l. I o o 32X 10 DI1i.-.A thII ~r - I 2 Z 3 <. 4 :x:1- 1-a5 ~~. 6 Wu --'0 7 Uo (/)w: 8 ~~I 9 enu. 10 -0, ~~: II ~::i 12 u.< 13 !!.1a :X:w 14 I-:x: 15 ZI- ;:0 16 Zl- 17 wWi ~5'\ 18 uen 19 0- o!:: t 20 Ww :X:u 21 1-- !:!:b L 22 z 23 wen ~~i 24 O! L 25 z ' 26 27 L 28 29 30 I, 31 32 :.,. 33 t 34 0 35 36 I. 37 38 I 39 40 0 41 ! 42 I I C---;-- ':" ~ o o .. e. Investigation. The Contracting Agency may request additional information from an enterprise seeking approval as a joint venture. Failure to provide the requested information will result in the denial of the request for approval. f. Complaints, Complaints regarding the opposition of validity of an approved joint venture shall be written and shall be made to the Contracting Agency and to OMWBE. The Contracting Agency will fully investigate each complaint and issue a written report of its findings. The report will be provided to the complainant and to OMWBE. Concurrently, the Contracting Agency may investigate complaints pursuant to its rules and Chapter 39,19 RCW, DBE Goals In order to comply with the requirements of 49 CFR Part 23, the Contracting Agency has established a DBE goal in the amount of: $ 0.00 The bidder shall complete and submit with the bid, a Disadvantaged Business Enterprise Utilization Certification which has been made a part of the proposal. This certification will be used to determine whether a bidder has complied with the DBE goal requirements, The Contracting Agency will consider as unresponsive those bids submitted which do not contain the certification, which contain an incomplete or false certification, or which display insufficient projected use of DBEs. The Contracting Agency expects that the bidder shall make every effort, through negotiations and/or written solicitations, to meet the above specified goal. The Contracting Agency expects each bidder shall attain the goal. After bids are opened, the Contracting Agency in a letter will request specific information regarding the DBEs submitted with the bid package. This information shall describe the work to be performed by each DBE and the total price for each item to be paid to each DBE on this project. The total price for each item to be paid to each DBE may not be less than the prices listed on the DBE certification portion of the bid, If the written information provided by the Contractor indicates a greater dollar value of work to DBE's than the DBE utilization certification submitted with the bid, then the greater dollar value indicated in the infornlation will be included as a condition of award. Counting DOE Participation Toward Meeting Gonls DBE participation shall be counted toward meeting goals set in accordance with the following criteria: a. Except as specified below, the total dollar value of the contract awarded to the DBE is counted toward the DBE goal. '\"012401 Uppcr lIolt Road Park IJIJ/lIldary 21 Malcrlal S/lpp(v ,...[. ~ 1 ~ ,-" ", '~~~~~~~j~' -~ ,d....,...... ~,.-!~_.".,.'". '," I ',::.'...:, .. if ,d" 0 :- - . 'IIIIUII, l.::i. ::..;~~ =;~ I o o 32 X 10 , .,.... '.' "-" ~ ........... c_ Z < . :x:1- 1-a5 ~ :E. ~a uO o en W'j ~:x: --'I- enu. -0 W I :E> <!:: a:--' u.< !!.1a :X:w I-:x: ZI- ;:0 Z 1-, ~~I ::;) 0', Uen 0- o !::- Ww :X:U: 1-- !:!:b Z wUJ u- t= ~! o ' Z 6 7 8 9 10 II \2 \3 14 \5 \6 17 18 19 I. 20 2\ 22 I. 23 24 [ 25 26 27 t 28 29 30 I, 3\ 32 33 [ 34 35 36 [ 37 38 39 I 40 4\ J 42 43 44 I f ';'r'" o o "---- C?-'-- o o .. b, A portion of the total dollar value of a contract with an eligible joint venture equal to the percentage of the ownership and control of the DBE partner in the joint venture will be counted toward the DBE goal. c. As described below, expenditures for materials and supplies obtained from approved DBE regular dealers and manufacturers are counted toward the DBE goal, provided that the DBE assumes the actual and contractual responsibility for the provision of the materials and supplies, (I) Manufacturers. A Contractor may count toward its DBE goal 100 percent of its expenditures for materials and supplies required under a contract and obtained from a DBE manufacturer only if the Contracting Agency approves the description of the DBE's responsibilities for manufacturing the supplies in advance of th-e bid opening. To obtain the Contracting Agency approval, the bidder or manufacturing firm shall submit a written request which must be received by the Contracting Agency no later than ten days prior to bid opening describing the manufacturing process the DBE will perform, Once a firm's manufacturing process has been approved it is not necessary to resubmit the firm for approval unless the manufacturing process is changed, If the Contracting Agency approval of the manufacturing process is not obtained prior to the time fixed for opening bids, the expenditure to the DBE manufacturer carlllot be counted at full value. Partial counting of the DBE amount may be allowed as a regular dealer or as a service provider as described below. For purposes of this section, a manufacturer is a firm that operates or maintains a factory or establishment that produces on the premises the materials or supplies obtained by the Contractor. (2) Regular Dealers, A Contractor may count toward its DBE goal 60 percent of its expenditures for materials and supplies required under a contract and obtained from a DBE regular dealer only if the Contracting Agency approves them in advance of bid opening, To obtain approval, the bidder or regular dealer shall submit a written request which must be received by the Contracting Agency no later than ten days prior to bid opening describing the regular dealer's responsibilities, Once a firm's regular dealer status has been approved it is not necessary to resubmit the firm for approval unless the operating procedures change. If the Contracting Agency approval of the regular dealer's status is not obtained prior to the time fixed fDr opening bids, the expenditure to the DBE regular dealer cannot be counted at 60 percent. Partial counting of the DBE amount may be allowed as a service provider as described below, For purposes of this section, a regular dealer is a firm that owns, operates, or mnintains a store, warehouse, or other establishment in which materials or supplies required for the performance of the contract are bought, kept in stock, and regularly sold to the public in the usual course of business. To be a regular ,'(01:1-/.1 UPPl1r Hail (loacll'ark DOllllclal')' Malerlal Supply 22 , ~;,;,~:~:;~;'.::" i'~:~: ~ 't';'" ;;....;.. " ~ ~.. ... O~(I~ ~' ~~~:'~~~ ~ 1:. I 0 ,=== I o o I i i _32X!~j .- z <. :x:1- l-aJ a::E <::;) Wu --'0 Uo en W'j ~~ en u. -0 ~~, <- a:--' u.< !!.1a :X:w I-:x: ZI- ;:0 Z 1-, ww, :E ::;)' ::;) 0' Uen 0- O!:: Ww :X:u ~13 Z wen u- t= r=' o ' Z 2 3 4 6 7 8 9 10 1\ 12 13 14 15 16 17 18 19 I 20 21 22 I 23 24 I 25 26 27 I. 28 29 30 I ' 31 32 33 L 34 35 36 L 37 38 I. 39 40 4\ I 42 43 44 I I 'T" o o ~~~~-' , o o .. dealer, the firm must engage in, as its principal business and in its own name, the purchase and sale of the products in question. A regular dealer in such items as steel, cement, gravel, stone, and petroleum products need not keep such products in stock if it owns or operates distribution equipment. Brokers and packagers shall not be regarded as regular dealers within the meaning of this section. d. Service Providers: A Contractor may count toward its DBE goal the following expenditures to DBE firms that are not approved as manufacturers or regular dealers: (I) The fees or commissions charged for providing a BONA FIDE service, such as professional, technical, consultant, or managerial services and assistance in the procurement of essential personnel, facilities, equipment, materials, or supplies required for performance of the contract, provided that the fee or commission is determined by the Contracting Agency to be reasonable and not excessive as compared with fees customarily allowed for similar services, (2) The fees charged for delivery of materials and supplies required on a job site (but not the cost of the materials and supplies themselves) when the hauler, trucker, or delivery service is not also the manufacturer of or a regular dealer in the materials and supplies, provided that the fee is determined by the Contracting Agency to be reasonable and not excessive as compared with fees customarily allowed for similar services, (3) The fees or commissions charged for providing any bonds or insurance specifically required for the performance of the contract, provided that the fee or commission is determined by the Contracting Agency to be reasonable and not excessive as compared with fees customarily allowed for similar services, If any of the aforementioned manufacturer or supply services are commercially unnecessary, such as the case when a firm acts only as a passive conduit in the supply process or duplicates a service provided by others in the same chain of supply from manufacturer to purchaser, no credit will be granted toward the DBE goal. Selection of Successful Bidder The successful bidder will be selected on the basis of having submitted the lowest responsive bid which has met the DBE gonl as established elsewhere in these contract documents, Should the low and otherwise responsive bidder fail to attain the goal, responsiveness will be determined on the basis of good faith efforts taken to attain the goal. The Contructing Agency has established the following objective measurement of good faith, Good faith will be determined in light of the DBE participation attained by all bidders and by comparing the DBE participation to the average DBE participation XOIJ.l-l Uppvr I/oft f/oad I'ark IJmmdary 23 Malerl"I SlIpp(V ~ _-.f _ ~ : ....... o S~~.. .:~' "';'~;~:]~J:~',-;.",~"':' ">","""{',,,-~.>l.:,'\';""-:" "":",':'" "".' . ",-"" . '-'., ',:'" -,' r'T .,).J'."'....J"'''''-:.,;-.;,.'C'~'";:.;,.i'.:.... ., ,,'., 10 ~~-~~j --.:... I o o ..,~~.~.Io,j ,- z < . :x:1- 1-a5 ~~. Wu --'0 Uo en ' enW w:X: --'I- enu. -0 ~~. ;2:::; u.< !!.1a :X:w I-:x: ZI- ;:0 Z 1-, wWi ~ is, Uen 0- o!:: Ww :X:u 1-- !:!:b Z W(I) u- t=~ o Z I 2 3 4 6 7 8 9 10 II 12 13 14 15 16 17 18 19 I 20 21 22 I 23 24 t 25 26 27 L 28 29 30 t 31 32 33 f. 34 35 36 I 37 38 39 I 40 41 I 42 43 44 I I ,'r ' o o o o .. by all bidders, For purposes of computing the average DBE participation, only that amount of the DBE goal attainment which does not exceed the established goal will be used. Should the low bidder's DBE participation be lower than the average, the bid will be considered unresponsive and shall be rejected, If the lowest bid is rejected, the next lowest bid, or bids, will be examined under the foregoing criteria until the contract is awarded or all bids rejected. DBE Contract Compliance The Contracting Agency will include a letter to the successful bidder setting forth the Contractor's DBE obligations as a condition of award, Such letter shall be construed as a contract specification at the time of award. Only expenditures to DBEs that perform a commercially useful function in the work of a contract will be counted toward the DBE goal. A DBE is considered to perform a commercially useful function when it is responsible for execution of a distinct element of the work of a contract and carrying out its responsibilities by actually performing, managing, and supervising the work involved. To determine whether a DBE is performing a commercially useful function, the Contracting Agency may evaluate the amount of work subcontracted, industry practices, and other relevant factors, To ensure all obligations under contracts awarded to DBE are met, the Contracting Agency will review the Contractor's DBE involvement efforts during the performance of the contract. The Contractor shall bring to the attention of the Contracting Agency any situation in which regularly scheduled progress payments are not made to DBE subcontractors. If DBE work is diminished or deleted by change order, other work of equivalent value shall be substituted by the Contractor to the same DBE or substitute another certified DBE to perform equivalent value work or provide good faith effort documentation. In the event the DBE expects to share the resources of the prime contractor in the form of facilities, financial assistance, equipment or personnel, a written plan shall be submitted by the Contractor to the WSDOT External Civil Rights Unit before the DBE commences work describing the facilities, financial assistance, equipment or personnel to be shared to ensure that no violation to the performance of the commercially useful function occurs, If the DBE is sharing rcsources with other than the prime contractor, the above information shall be providcd as requested by the Engineer. This information, among other things, will be used by the WSDOT External Civil Rights Unit to asccrtnin the compliancc of the Contractor(s) with the commercially useful function provision of this specification, StlltlltOry Pcnnlties I r a person, firm, corporation, or business does not comply with any provision of this contract required undcr Chapter 39,19 RCW, the Contracting Agency may withhold XOIU./ Ul'I'~r /foh Road {'ark Boullclary 24 ,'vlaterlal S"I'ply - (""W"oo 04. - ,~ L~..LI.. - ( f) ~1i'i;) ,,'.. ~.~ ~._~ ~~,'~:"~\"l~ w'~~ty~.'J':i~:--;::.::? :,jl;'~%;::'1'1~oii\" "', '.. =-~~~ l <L 10 . "",~.~_q~ :;;;;;"11 "'"' - I o o __" __".... "Vt!.~ X t OJ ,\- 2 Z <. 4 :x:1- 1-a5 a: :E, 6 <::;) Wu 7 --'0 Uo 8 en ' ff3~1 9 --'I- enu. \0 -0 ~~, \I ~::i 12 u.< \3 !!?a 14 :X:w I-:x: 15 ZI- ;:0 \6 z 1-, I \7 wW1 I ~5\ \8 Uen 19 0- o!:: I 20 Ww 2\ :X:u 1-- !:!:b 22 Z L 23 wen U- 24 t= :x: , oI- l. 25 z 26 27 I 28 29 30 '1 3\ 32 r' 33 I 34 0 35 36 I 37 38 39 I 40 0 41 i 42 43 44 I I ("~~ o o .. payment, debar the Contractor, suspend or terminate the contract, and subject the Contractor to civil penalties of up to ten percent of the amount of the contract for each violation. Willful repeated violations, exceeding a single violation, may disqualify the Contractor from further participation in state contracts for a period of up to three years, An apparent low-bidder shall be in compliance with these Contract Provisions as a condition precedent to the granting of a notice of award by the Contracting Agency. Further Information If further information is desired concerning Disadvantaged Business Enterprise participation, inquiry may be directed to: External Civil Rights Unit Office of Equal Opportunity Washington State Department of Transportation Transportation Bldg., P,O. Box 47314 Olympia, WA 98504-7314 or telephone - (360) 705-7085, Fax (360) 705-6801 Proposal The Disadvantaged Business Enterprise Utilization Certification form is made a part of this contract and is attached to the Proposal. Federal Agency Inspection Murch 13, 1995 Section 1-07,12 is supplemented with the following: Required Federal Aid Provisions The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) and the amendments thereto supersede any conflicting provisions of the Standard Specifications and are made a part of this contract; provided, however, that if any of the provisions of FHWA 1273, as amended, are less restrictive than Washington State Law, then the Washington State Law shall prevail. The provisil.l.s of FHWA 1273, as amended, included in this contract require that the Contractor insert, the FHW A 1273 and amendments thereto in each subcontract, t,ogether with the wage rates which are part of the FHWA 1273, as amended, Also, a clause shall be included in each subcontract requiring the subcontractors to insert the FHWA 1273 and amendments thereto in any lower tier subcontracts, together with the wage rates. The Contractor shall also ensure that this section, REQUIRED FEDERAL AID PROVISIONS, is inserted in each subcontract for subcontractors and lower tier subcontractors. For this purpose, upon request to the Project Engineer. the Contractor will be provided with extra copies of the FHWA 1273. the amendments thereto, the applicable wage rates, and this Special Provision. .\'OI2.N Upper /lolIll"a" Park Ommdary 25 "'aterlal S/lpp/y c - O\~ . Rf1*~ ,^ \. "',)'f,-; -" rt,:"i' ..'-.;',.:,"<"", ~~-- ""1IIIl:I I \' 1 of' '. 10 -:- I o o 32X 10 ..1"..1[ .............. tb..itrI!lt .. - ,- Z <. xl- 1-a5 a: :E. <::> Wu --'0 Uc en ' enW w:X: --'I- en u.' ~o! :E >-, ~~ u.< !!.1a :X:w I-:x: ZI- ;::0 zl- WW1 ~ 5~ Uen 0- o!:: Ww :X:u 1-- u. 1-, _0 Z wen u- t= ~: o ' Z 2 3 4 5 r 6 7 8 l 9 10 I II 12 13 ! 14 15 16 ( 17 18 19 I 20 21 22 I 23 24 L 25 26 27 t 28 29 30 [ 31 32 33 L 34 35 36 I. 37 38 39 I 40 -II I 42 43 44 f. I ;'r" o o -- () o IB" CONTRACTORS RESPONSIBILITY FOR WORK Public Liability and Property Damage Insurance Section 1-07.18 is supplemented with the following: March 13, 1995 The cost to name the State as being insured shall be reported to the Engineer on DOT Form 421-025, Public Liability and Property Damage Insurance Certification. This certification shall identify only the cost to provide insurance coverage for the Contracting Agency and shall not include any cost for the Contractor's portion of the insurance. The Contractor shall make every effort to identifY the cost. However, in the event the cost is not identifiable, the Contractor will be permitted to report that fact in order to comply with the requirements of this subsection, The certification shall be submitted to the Engineer as soon as the cost can be identified but not later than when the Contractor signs and returns the Final Contract Voucher Certification for final payment as provided in Section 1-09.9, This certification shall be subject to audit, in accordance with Section 1-09.12, to ensure the costs are properly reported. Rock Drilling Safety Requirements Section 1-07.21 is supplemented with the following March 13, 1995 All rock which will be encountered in excavation or quarry has a Threshold Limit Value of 30,0 million parts per cubic foot (mppct). Section 1-07 is supplemented with the following: INSURANCE COVERAGE AND HOLD HARMLESS CLAUSE Prior to commencing work, the Contractor shall obtain at its own cost and expense the following insurance from companies licensed in the State with a BestOs rating of no less than A:VII, The Contractor shall provide to the County Risk Manager certificates of insurance with original endorsements affecting insurance required by this clause prior to the commencement of work to bll performed. The insurance policies required shall provide that thirty days prior to cancellation, suspensjon, reduction or material change in the policy, notice of same shall be given to the County Risk Manager by registered mail, return receipt requested, for all of the following stated insurance policies, If any of the insurance requirements are not complied with at the renewal elate of the insurance policy, payments to the Contractor shall be withheld until all such requirements have been met, or at the option of the County, the County may pay the renewal premium and withhold such payments from the moneys due The Contractor, ;(01:144 Uppvr I/o" Road "ark DOllndary 26 Malcrial SlIpply C'''~ '-0- ..--......, 7 ~ '. UIIIIilIIi"~ ~~~~~~:-:-:-~: ~ ~, . 91':) . ...:.,.;....:~.',." ~. .' " , I '. i',~,1'i' :"'.'. ":'\"".'.':r~'.""~:" _~I: --- 'r,'~:0J::,)-:, . '''':.'~ "..i{.,' i~"':"'~~';zr1:"':. "',t>v c"';' ~-: ..:.... '';.,1, ",.,10 :" ; ; : I - o o 32 xl 0 ....:w.......l U .", .....MliIIilitJiItl . '~ ,,- 2 3 Z <. 4 :x:1- 1-a5 5 ~~, 6 UJu 7 --'0 Uo 8 en ' ffi~1 9 --'I- enu. 10 -0 UJ>- 11 :EI- 12 ~::::i u.< 13 !!.1a 14 :X:UJ I-:x: 15 ZI- ;:0 16 zl- 17 WW\ ~5' 18 Uen 19 0- o!:: I 20 UJUJ 21 :x:u ~13 22 Z I 23 W(/l U- 24 t=~ 0 L 25 Z 26 27 '- 28 29 30 l 31 32 'r 33 t 34 0 35 36 t 37 38 39 I 40 0 41 I 42 43 I I C~;-- o o .. All notices shall name the Contractor and identify the agreement by contract number or some other form of identification necessary to inform the County of the particular contract affected. A. Workers CompensationIL & I - compliance with the applicable compensation law of the State of Washington, B. General Liability(l) - with a minimum limit per occurrence of $1,000,000 per bodily injury, death and property damage unless otherwise specified in the contract specifications. This insurance shall indicate on the certificate of insurance the following coverage: 1. Broad Form Property Damage; 2. Personal Injury Liability; 3. Broad Form Contractual/Commercial Liability (contractors only); 4, Premises - Operations; and, 5. Independent Contractors and Subcontractors. (I)Note: The County shall be named as an additional insured under this policy, C, Automobile (2) - with a minimum limit per occurrence of $1,000,000 for bodily injury, death and property damage unless otherwise specified in the contract specifications, This insurance shall indicate on the certificate of insurance the following coverage: I. Owned automobiles; 2, Hired automobiles; and, 3, Non-owned automobiles, policy, (2) Note: the County shall be named as an additional insured party under this Any deductibles or self-insured retention's shall be declared to and approved by the County prior to the approval of the contract by the County. At the option of the County, the insurer shall reduce or eliminate deductibles or self-insured retention's or The Contractor shall procure a bond guaranteeing payment of losses and The Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses, The Contractor shall include all subcontractors as insured under its insurance policies or shall furnish separate certificates and endorsements for each subcontractor, All insurance provisions for subcontractors shall be subject to all of the requirements stated herein. Failure of The Contractor to take out and/or maintain any required insurance shall not relieve The Contractor from any liability under the Agreement, nor shall the insurance XOI2.f.I UpplJf Holt Iloud I'ul'k flOlmdl1ry 27 Malerlal Supply c O(~ '..,';.,.'....\ill'l:~'T)...>....,'~, ".'1 ,.:1,~:::>!: ,"''',''''''"'L:t.L 11";'" '_ (' , . 10 I1JJ.A. - - I o o 32X 10 I .- 2 3 Z <. 4 :x:1- 1-a5 5 a::E 6 <::;) Wu 7 --'0 Uo 8 en ' ffl~1 9 --'I- en u.' 10 -0. II W ' :E ~, ~::i 12 u.< 13 !!.1a 14 :X:w I-:x: 15 ZI- ;:0 16 ZI- 17 wW1 ~5" 18 Uen 19 0- o!:: I 20 Ww 21 :X:u 1-- !:!:b 22 Z '- 23 wen U- 24 t= :x: , 0"" 25 Z L 26 27 L 28 29 30 I, 31 32 ;r'" 33 (, I 34 0 35 36 I 37 38 39 I 40 0 I I I (~_.. 1 o o .. requirements be construed to conflict with or otherwise limit the obligations concerning indemnification. I t is agreed by the parties that insurers shall have no right of recovery or subrogation against the County (including its employees and other agents and agencies), it being the intention of the parties that the insurance policies so affected shall protect both parties and be primary coverage for any and all losses covered by the above described insurance. It is further agreed by the parties that insurance companies issuing the policy or policies shall have no recourse against the County (including its employees and other agents and agencies) for payment of any premiums or for assessments under any form of policy. It is further agreed by the parties that any and all deductibles in the above described insurance policies shall be assumed by and be at the sole risk of The Contractor, It is agreed by the parties that judgments for which the County may be liable, in excess of insured amounts provided herein, or any portion thereof, may be withheld from payment due, or to become due, to The Contractor until such time as The Contractor shall furnish additional security covering such judgment as may be determined by the County. The County reserves the right to request additional insurance on an individual basis for extra hazardous contracts and specific service agreements. The Contractor hereby agrees to indemnifY and save harmless the County, its officers, employees, and agents from and against all Hability, loss or damage the County may suffer as a result of any claims, demands, costs, judgments or damage to County property in the care, custody or control of The Contractor arising directly or indirectly out of this agreement, including losses arising out of the negligent acts or omissions of the Contractor, the contractors employees, agents, or subcontractors. Claims against the County shall include, but not be limited to, assertions that the use or transfer of any software, book, document, report, film, tape or sound reproduction or material of any kind, delivered thereunder, constitutes an infringement of any copyright, patent, trademark, trade name, or otherwise results in an unfair trade practice or in unlawful restraint of competition. The Contractor further agrees to provide defense for and defend any claims or causes of action of any kind or chl.\racter directly or indirectly arising out of this Agreement at its sole expcnsc and agrees to bear all other costs and expenses relating thereto, Nothing in the foregoing clause shall prevent the County, at its option, from additionally requesting that The Contractor deliver to the County an executed bond as security for the faithful performancc of this contract and for payment of all obligations of The Centractor. XO/2.N Upper Ifoh !Ioac/I'ark OO/lndary 28 Mawrla! S/lpply :.~: - -~ ~. ,C.~::~,"10~f~1;E~)';';";:"'i'j[~~~,.~ ~~ ~ ~,,~ ,.,,10 ", ::...-;;-':"--- I - o o 32Xlo .!tIill:lIIliJ '-~~'Wlt. lrY - 2 Z <. 4 :x:1- 1-a5 5 a::E 6 <::;) Wu 7 --'0 Uo 8 en Wi en:x: 9 ~ t-, en u. 10 -0 w>) II :EI- 12 ~::i u.< 13 !!.1a 14 :x:w I-:x: 15 ZI- ;::0 16 Z 1-, 17 WW, :E ::;)1 18 ::;) o~ uen 19 0- o!:: I 20 Ww 21 :x:u 1-- !:!:b 22 Z I 23 wen u- 24 -:x:, b""" I 25 Z 26 27 I 28 29 30 L 31 32 ',r" , 33 I t 34 0 35 36 t 37 38 39 I. 40 0 41 f 42 43 , 44 I I (--;-'''-~ - o o .. PROSECUTION AND PROGRESS Subcontracting Section 1-08.1 is supplemented with the following: March 13, 1995 Prior to any subcontractor or agent beginning work, the Contractor shall submit to the Engineer a certification (WSDOT Form 420-004) that a written agreement between the Contractor and the subcontractor or between the subcontractor and any agent to the subcontractor has been executed. This certification shall also guarantee that these subcontract agreements include all the documents required by the Special Provision FEDERAL AGENCY INSPECTION. A subcontractor or an agent to the subcontractor will not be permitted to perform any work under the contract until the following documents have been completed and submitted to the Engineer: 1. Request to Sublet Work (Form 421-012), and 2. Contractor and Subcontractor or Agent Certification for Federal-aid Projects (Form 420- 004), The Contractor's records pertaining to the requirements of this Special Provision shall be open to inspection or audit by representatives of the Contracting Agency during the life of the contract and for a period of not less than three years after the date of acceptance of the contract. The Contractor shall retain these records for that period. The Contractor shall also guarantee that these records of all subcontractors and agents shall be available and open to similar inspection or audit for the same time period. Progress Schedule Section 1-08,3, is revised to read; No progress schedule is required for the project. However, the Contractor shall diligently pursue the work as described in Section 1-08.4, and as modified by these special provisions. Prosecution ofWorl< Section 1-08.4, is revised as follows: In the first sentence .....10 calendar days..." is changed to .....5 calendar days..." The second sentence is deleted, and replaced with following: ;(0/2'{'/ Vpp,'r /loll Roat/Park 11mmt/a". 29 Malurlal Supply .t" Ci) l~ t ;"1 - 10 I o o 32Xlo ~ .- z < ' :x:1- I-di a: :E, <::> Wu --'0 uc en w'I' lI3:x: --'I- enu. ~o! :E> ~5 u.< !!.15 :X:w I-:x: ZI- ~~, ww, ~ 5J, Ucn 0- o!:: Ww :X:u 1-- !:!:b Z wen u- t=~ o Z 1 2 3 4 5 6 7 8 9 10 II 12 13 14 15 16 17 18 19 I 20 21 22 I 23 24 I 25 26 27 L 28 29 30 I. 31 32 33 l. 34 3S 36 I 37 38 39 I 40 41 I 42 43 I I ;r" o o c=--;--,.. ~ o o .. 1 / I The Contractor shall provide sufficient production of the materials specified at the listed load rates as follows; Material Loaded Production Rate Riprap, CLASS V Gravel Base Quarry Spalls 75 cubic yards per hour 115 cubic yards per hour As required Time for Completion Section 1-08,5 is revised as follows; The first five paragraphs are deleted and replaced with the following: Time is of the essence for this contract. The production rates specified in these special provisions are based on completing the placing of the material (NOT A PART OF THIS CONTRACT) in four calendar weeks. It is anticipated by the contracting agency that by utilizing eight hour working days and five day work weeks the placing of the material will be completed in the four calendar weeks. However, due to weather or other unforeseen conditions, the Contractor may be required to produce and load material based on longer working days and/or longer working weeks in order to meet the required schedule or a significant change in the estimated quantities is required to complete the project. The Contractor shall be responsible for adjusting his forces, equipment and work schedules to assure that the Contracting Agency has adequate material to meet the projects needs, The Engineer will notify the Contractor in writing of any additional hours and/or days within the work period that may be required at least 36 hours prior to the commencement of any change in schedule. ~ Supplement with: The time for completion for supplying all of the materials specified in this contract is April 26, 1996, unless otherwise directed by the Engineer in writing by change order. PRODUCTION FROM QUARRY AND PIT SITES AND STOCKPILING Furnished Mnterinl Sources Februnry 21,1996 Section 3-01.3 is supplemented with the following: The following sources of material is made available at no cost to the Contractor: ;':012-1-1 Upper flo" Rood Park BOllndary 30 Malerlal SlIpply - - ""-.-.0. ::.::: ~ :~:~~ ,,' :;~;~:1~~~;{':\::,\:" .' ,~,.' ;:~:r;:/i ~-=~ 0 ~_L ~....~' I ':"':./'" o o 32xlo ~~ ~., ~. ...ltiIIW: ....... I I I. L L L I I , I I ,(~, -'-;;"'_..._- I I ~~- z < . J:I- 1-a5 ~ :E, ~a UO enO enW w:X: --' 1-, en u. -0, W ' :E~ ~::i u.< !!.1a :X:w I-:x: ZI- ~~, wW1 ~5'\ Uen 0- Or.: Ww :X:u ~i= _0 Z wen u- -:X:I bh, Z ,.,.' , I i I o o I 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 o o .. D.N,R. Tower Creek Quarry, a site for the production of riprap and quarry spalls is located in Section 23, Township 27 North, Range II West, W.M., as shown in the attached vicinity map. D.N.R. Pit H-3900, a source for production of gravel base is located in Section 30, Township 27 North, Range 10 West, W,M., as shown in the attached vicinity map, In the event that the Contractor elects to utilize Tower Creek Quarry as the source for RipRap and Quarry Spalls, the Contracting Agency will add to the unit bid price the cost of utilizing the quarry in the following amounts: $~ per cubic yard for RipRap $~ per cubic yard for Quarry Spall In the event that the Contractor elects to utilize Pit H-3900 as the source for Gravel Base, the Contracting Agency will add to the unit bid price the cost of utilizing the pit in following amounts. $-Ll.l- per cubic yard for Gravel Base If the Contractor elects to utilize pit H-3900, a unit price per acre for clearing and grubbing has been included on the bid proposal form. If the Contractor elects NOT to use pit H-3900 then the bidder should write in the location of the unit price bid "n/a" for clearing and grubbing. For Contractor provided pits and quarries and the tower creek quarry shall be included in the unit price bids submitted for supplying the materials specified. GRAVEL BASE Dcscription Section 4-02.1 is revised to read; Gravel Base, for the purposes of this contract, means a natural occurring or processed granular material that will be utilized for "Gravel Fill" or "Gravel Embankment". Gravel Base supplied under this contract is not for use in the structural section of the roadway unless it meets all requirements of Section 4-02 of the Standard Specifications, MCllsurcmcnt Section 4,02.4 is revised to read; 'y012"" Upper l/n/r Road Park Bo;mdary 31 Male-Ial SlIpply [ OJ;;) II,.., ' .1 .lit Ik....~~ ... "'i':";\I"l,..') -,:.=:-= ~""I :II 1.0 Llilil I o o '"~ 32 X 10 JlS. "-'~" ~.....~ I \i~ z <' :x:1- I-ffi ~~; Wu --'0 Uo en wI' ffi:x: --'I- en u.' -Oi ~~: ~::; u.< !!.15 :X:w 1-::1: ZI- -0 !z 1-, ~!!:l! ::;) o~ Ut/l c- O!:: Ww ::I:u 1-- !:!:b Z Wt/l u- t=~ o Z ,.,.""'" j ~ I o o r I ) .. I I '- t L [ L I [ [ I 1 2 3 4 5 6 7 8 9 10 II 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 'W o o .. Gravel base, will be measured by the cubic yard in the hauling conveyance. The contracting agency will, by measurement or other suitable means, determine the actual volume that is hauled in each hauling conveyance one time for the duration of the contract. The Contracting Agency will' monitor the loads, at the point of use in the project, throughout the duration of the contract to determine the amount hauled in each load. RlPRAP Materials Section 8-15.2 the following is added; CLASS V RipRap shall meet the requirements of Section 9-12.1(1), except as modified by these special provisions, Measurement Section 8-15.4 is revised as follows; add; CLASS V RipRap shall be measured in the hauling conveyance as specified in the special provisions under "GRAVEL BASE" revise; Quarry Spalls shall be measured in the hauling conveyance as specified in the special provisions under "GRAVEL BASE", Payment Section 8-15.5 is revised as follows: add; 9, "Class V RipRap", per cubic yard. revise; 6, "Quarry Spalls", per cubic yard. AGGREGATES Aggregate for Gravel Base Section 9-03.10, Aggregate for Gravel Base, is revised as follows; The test requirements for the Stabilometer "R" value and Swell pressure are deleted. RrPRAP, QUARRY SPALLS, AND SLOPE PROTECTrON XOI2.U Uppor /fall Road Park BOllndary Malarial Supply 32 ,~~~~. (.",0 .. .,;~~~ ~~::;..~ "~".'~,:..:.' ~"'- . ~=::7~ ,~. ~ ~ Q) ~~;;~;!f~[:;;'''i:~;',\:!,,:">:,'i{t;\i:''':'''' . 10 ' """(!!i!!!!: ;'\'G"""''''iii'{''''''l''\'''''''''''' ,""Co', (; '. " ," , h",,:,~,~""J!.'~~:,:', ' ,."~ j~irJ[T':;':.~::'_~ ~"_ _ '~~';"'2~ T I o o 32 xld "-'..,')' '...... ........:...~~ l - - o .. 1 2 Loose Riprap Z 3 per Acre <. 4 Section 9-13.1 is revised as follows; :x:1- I-ai 5 add, a: :E. 6 9-13.1(3) CLASS V RipRap <::>, Wu 7 --'0 Uo 8 CLASS V Riprap shall meet the following requirements for grading; en . enW w:X: 9 --'i- enu. 10 Minimum Size Maximum Size -0 w ' II :E~ I ~::i 12 40% to 80% 2 Ton (I cubic yard) u.< 13 60% to 80% 600 Ibs (4 cubic feet) ~a :I: LU I 14 10% to 30% 6 inch 50lb (spalls) 1-::.: 15 ZI- ~~, I ww' :E ::>1 ::;)0' UUl 0- ob I. wwi ~~" ~ !:!:o. L z wen ~:i:i b.....l l Zi L [ 'r'" 1 [ I 0 I. r I (;) 0 ! I XOI2-/4 33 Malarial SlIpply Upper I/o" Road f'tlrk Bmmdary r o ~'~> " ~' \,f,:';,:;:-;;'.<":' ',,' j,uJCili1 ,:._, ~" ':,:',.::' ", Y:'I,~;'}~\" ':..,., """'!' '.~",'''J'~ -,,) C. f ': ", .. ---. - ,- Z <. :x:1- 1-15 a: :E. <::;) Wu --'0 Uo en ' enW w:X: --'I- en u.' -01 ~~' ~::i u.< !!.1a :X:w I-:x: ZI- ;:0 Z 1-, WW' :E ::;)J ::;) 0, Uen 0- o!:: ww; :X:u 1-- !:!:b Z wen u- t= F:! o ' Z ~ I ,rl ! o ' I I , I o ('-- 0 -- I I I I I r I o o .. JEFFERSON COUNTY DEPARTMENT OF PUBLIC WORKS PROPOSAL FOR BIDDING PURPOSES UPPER HOH ROAD, CO. RD, NO. 914207, MP 11.83 TO MO 12.18 COUNTY ROAD PROJECT NO. X0l244 ~ MA1ERIAL SUPPLY rt:JyrQ'J~ ALL FORMS INCLUDED IN THE~'EP. ~TTAcHED PROPOSAL PACKAGE MUST BE COMPLETED AN. =:ED, FAILURE TO DO SO MAY IN: . REJE40F TIlE BID ' The forms marked "INFO'Dl\~~AL COPY" are example documents only and c~~~;~~bmit a bid for this project. ~rg ~ Sealcd bids will be rcceived in the Jefferson County Commissioners office located on the first floor of the Jefferson County Courthouse, 1820 Jefferson Street, Port Townsend, Washington, 98368, until 3 :30 P.M., on the date scheduled for opening bids. .--. C MJl~ -~ ~' , ! ~, '...~.~. ~ ~ ~ G C":~ ':,;,':~r!:'. ~:. , , . .' '.:" 'I 0 ...._,:::~ ",fl'rjt'>~I:1r'."r; .,',';, '~_~:~~_ !tt:S~C~ -,~ I o o 32 X I 0 f,'_ Z < ' :x:1- 1-a5 ~~. Wu --'0 Uo en W'I Sl:x: --'I- en u.' -0 ~~ ~::i u.< !!.1a :x:w I-:x: ZI- ;:0 Z 1-, wW' :E ::;)~ ::;) 0, Uen 0- o!:: ~~: ~g: Z woo u- t= ~: ~ : I L L t L L I I I I I ;.,..., o o ,(- 0 o o .. PROPOSAL TO THE BOARD OF JEFFERSON COUNTY COMMISSIONERS JEFFERSON COUNTY COURTHOUSE 1820 JEFFERSON STREET PORT TOWNSEND, WA 98368 TIllS CERTIFIES THAT THE UNDERSIGNED HAS EXAMINED THE BID DOCUMENTS, THE LOCATION OF THE MATERIAL SOURCES AND THE LOCATION OF THE UPPER HOH ROAD, COUNTY ROAD PROJECT X0l244. ~\\ COUNTY ROAD NO. 914207, IN JEFFERSON COUNTY, <<5J ~ M.P. 11.83 TOM'P'12.l8'STA'0+00TOSTA'18+S0'~ AND THAT THE PLANS, SPECIFICATIONS AND CONTRACT G THE WORK EMBRACED IN TIllS IMPROVEMENT, AND THE :METHOD B CH PAYMENT WILL BE MADE FOR SAID WORK IS UNDERSTOOD. THE ~R~GNED HEREBY PROPOSES TO UNDERTAKE AND COMPLETE THE WORK E ~~ TIllS RESTORATION, OR AS MUCH THEREOF AS CAN BE COMPLETED ONE)' AVAILABLE IN ACCORDANCE WITH THE SAID PLANS, SPECI NS AND CONTRACT; AND THE FOLLOWING SCHEDULE OF RATES AND P ) ITEM PLAN NO, QUANTITY PRICE PER UNIT DOLLARS" TOTAL AMOUNT DOLLARS 'ng and Grubbing (pit H.3900 ONLY) at per Acre 2 Riprap (Loaded for Haul) at per C.Y. · SHOW PRICE PER UNIT IN FIGURES ONLY, FIGURES WRITTEN TO THE RIGHT OF THE DOT (DECIMAL) IN THE PRICE PER UNIT COLUMN SHALl. BE INTERPRETED AS CENTS. APPLICABLE WASHINGTON STATE SALES TAX IS TO BE INCLUDED IN BID ITEM PRICE. .'(0/2"" Upper 11011 Road Park BOllndary Wa,fllolll Malerlal SIIPPI.V I~' ~' '" 0 ~J 'b::;:Z'ff~~fE(::;:;;;p,;S',j\';'..':, '.'. . ,I 0 ' '~!:-: """,w""~'1t""""'''\t"",:",,''''''H'''''.t', ~ : ::: : <>" ill/_'''~ ~:M"j '~;t~!JtL'll!"'Ill..'~lA~'t::.l' ~~~~ ~: ~:: J '.... I o o ,<32 xl 0 I'" ;,- Z < . :x:1- 1-a5 ~ ~~ Wu --'0 Uo rn w:- ffi :x:1 --' 1-, enu. -0 W> :EI- ~::J u.< !!.1a :X:w I-:x: ZI- -0 !z 1-, WW' :E ::;)o'! ::;) , Uen 0- o!:: ~~i 1-- !:!:b z: wen u- t= ~I o .; Z r I r I :r"'" ; i , I L l t L L r. I I I I . (--;-.-- o o \.. - - ,~- o o .. 3 18000 C.Y. Gravel Base (Loaded for Haul) at . per C.Y. 4 1000 C.Y. Quarry Spalls (Loaded for Haul) at . per C.Y. MATERIAL SUPPLY TOTAL ~~ '~ NOTE: FOR BID TO BE COMPLETE BIDDER MUST GIVE THE lOR NUMBER, THE OWNER, AND THE LOCATION, BY SECTION, TO AND RANGE, OF QUARRY, PIT AND\OR STOCKPILE THE BIDDER INTENDS OR ITEMS 2, 3, AND :::IIS PROPOSAL: ~~ NAME: NUMBER:' OWNER: SECTION_____ TOWNSmp _NO GE_ WEST, W.M. ITEM 3: ~O NAME: R: OWNER: SECTION_____ TOWNsm~ RTI-I, RANGE_WEST, W.M. ITEM 4: NAME: NUMBER: OWNER: SECTION_____ NORTI-I, RANGE_WEST, W.M, ~O ~ · SHOW PRICE PER UNIT IN FIGURES ONLY, FIGURES WRJITEN TO THE RIGHT OF THE DOT (DECIMAL) IN THE PRICE PER UNIT COl.UMN SHALL BE INTERPRETED AS CENTS, APPLtCABLE WASHINGTON STATE SALES TAX IS TO BE INCLUDED IN BID ITEM PRICE, ;(01244 Upper Hoil Road Park Boundary Washoul Malorlal Supply '-J ~ (:: C ~ ~'; .. ::~:;.~j~~ ,'3i:;liIjjF;~:ij.;:~:t~i'!' :,)::~_ . ..; 'OM :.... :: ~--: I o o 32X 10 ~ J' 'h~,-_i."':;":",~ii"-''':''l~ r "- Z < . :x:!z I-w ~ :E. ~a uO o en wI' ffb: --'I- enu. -0, ~~: ~:::; u.< !!.18 :x:w I-:x: ZI- ;:0 Z 1-, ww, ~ 15'1 Uen 0- o!:: Ww :I:u 1-- !:!:b Z wen u- i= J:1 0'" . Z " r o o I L L 1 L I, I I , I o o .. NON-COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project!.~ which this proposal is submitted. ~~ . <) 2. That by signing the signature page of t s ,posal, I am deemed to have signed and have agr the provisions of this declaration. ~~ NOTICE T BIDDERS . CQ) To report bid rigging activities c~~ ~~0Q.424.9071 r sportation (USDOT) operates the above toll':free u Friday, 8:00 a.m, to 5:00 p,m" eastern time. Anyone with knowled sible bid rigging, bidder collusion, or other fraudulent activities s~ the .hotline' to report such activities. The 'hotline' is part of US DOT's continuing effort to Identify and investigate highway construction contract fraud and abuse and Is operated under the direction of the USDOT Inspector General. All Information will be treated confidentially and caller anonymity will be respected. DOT r"m 272,Olr~1 fllt~Sftd Ion.. .(-~"~'-".- ~, , ~"\.~f''''r;'~l~';:'~'_;!''~'> _ 6) \~~P!i'";)\;!;;W~'I\ ",MM..diiIIId"'1iaid."~ ~ ~C:- ~_ ':'."'''i' ,'" ,....."~~~1'rc--.. 1Ii~"""".M iI_i.iI.fIllK ~ 10 ..... '~-~ I o o 32 X 10 lilIIlIldLilill' MlI!IlI I I I I [ [ [ [ '- [ r I I I I 1(....?"~- ,--J--- ..'.. ~~.~ I ..- Z < ' :x:1- 1-a5 a: :Ei <::;) Wu --'0 Uo Ulwj ffi:x: --'I- en u. ~Ol :E~ ~::i u.< en ::;), _0 :X:w I-:x: ZI- ~~, ~ ~~ ::;) 0. Uen 0- o !::, W Wi :X:u 1-- I-i U. 0' - Z: Wen U-' t= i!;1 ~ ;{ I I I I ~~,..- '! 'I o o ~, - o o .. Certification for Federal-Aid Contracts The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned. to any person for influencing or allemPt~'n to influence an officer or employee of any Federal agency. a Member Congress, an officer or employee of Congress, or an emPlo~Ye e er of Congress in connection with the awarding of any Federal t, the making of any Federal grant, the making of any Federal loa , ering into of any cooperative agreement, and the extension,~' n, renewal, amendment, or modification of any Federal contract, gr ,I n, or cooperative agreement. (2) If any funds other than Federal appropriated be paid to any person for influencing or alte tl employee of any Federal agency, a Memb employee of Congress, or an employee connection with this Federal contract the undersigned shall complete an Form to Report Lobbying,' in acc This certification is a mater' w~s pla~~d ~he,! this tra such subre Q1Lwhlch exceed $100,000 and that all ients shall certify and disclose accordingly, DOT 272,040 4.90 ,".' ':'1"":',... ,:::,:':~<.f"~" "..12 ", ";:':;1.:.<:"']iji i' ""-""~, ',:::,,:(, ',:\, '~ ----:- i I I ~ I I o 0 ID" ,. ~~ ,'~'j\'H"'J' ~:;>~\,: 32 xlo: ;...;.::....;, ~"':;;.:'.:.;_:.i.~ r .- z <" :x:1- 1-a5 ~~, Wu --'0 Uo en ' ffi~1 --'I- en u.' ~Ol :E~ ~::::; u.< !!.1a :X:w I-:x: ZI- ;:0 Z 1-, WWi ~ 5; Uen 0- o!:: ~w I-!:! !:!:b z wen u- t= :X:i ot--, Z I I l I I I I Yol I o C-"--;"-' d.~ llia.l!l. .--......... o o .. PROPOSAL - CONTINUED A proposal guaranty in an amount offive percent (5%) of the total bid, based upon the approximated estimate of quantities at the above prices and in the form as indicated below, is attached hereto: CASH IN THE AMOUNT OF DOLLARS CASHIER'S CHECK CERTIFIED CHECK ($ ) PAYABLE TO THE COUNTY TREASURER PROPOSAL BOND IIN THE AMOUNT OF 5% OF THE BID~ *Receipt is hereby acknowledged of addendum(s) noes) -'-:-- &_ ~ SIGNATURE OF ZED OFFICIAL(S) ~ F~E ~~~S~ S? STATE NUMBER OF CONTRACTOR'S LICENSE GTON Note: (I) al is not transferable and any alteration of the firm's name entered hereon prior pennission from the County Commissioners will be cause for considering the oposal irregular and subsequent rejection of the bid, (2) Please refer to Section 1-02,6 of the Standard Specifications, re: "Preparation of Proposal," or "Article 4" of the Instructions to Bidders of building cOl1structionjobs, (3) Should it be necessary to modifY this proposal either in writing or by electronic means, please make reference to the fOllowing proposal number in your communication ,rOIN" Upper Holr Rood Park BOl/lldary Waslrol/I [ ~ 1&..-, ...~ ,,0';:) ".. ~J ... ~,' ~ -... ~ Mmer/al SUl'pl)' t.~....,:ylt9'l"""'~".:''''':''. ' '.' "':." .';.:.;~ ,'iL' 'i,'.',;'"S~i:~i,\,:;:'!":;' ~'" ", .', 'j"<":;i~1;'\~/J~:<,;:" '" ':';"'i. r ~ (,) ~'l~r~ ~U =- I ) I I I I 10 I o o 32 X I 0 I i' I ':c--- L~ -.~ '_ II""" ,..-... z <. :x:!z I-w a::E <:::l wu --'0 Uo ~~ ~I- enu. -0 w ' :E ~, ~::; u.< !!.15 :x:w I-:x: ZI- ;:0 Z 1-, WWj ~ ~h Uen 0- o 1-, W ~i :X:UI I- f=i !:!:o z' ~!!.1: t= i!:! o i Z .~ I I I I I I L '- [ t t I I I, I I iT'... o o - o o -- .. CONTRACTOR'S DECLARATION OF OPTION FOR MANAGEMENT OF STATUTORY RETAINED PERCENTAGE A. I hereby elect to have the retained percentage of this contract held in a fund by the Owner until (30) days following final acceptance of the work. Date Signed ~ B. I hereby elect to have the Owner deposit the retained percentage Of~' tra: in an interest bearing account, not subject to withdrawal until after final acceptance ork. , r?P Date Signed ~ C. I hereby elect to have the Owner invest the retained pe~this contract from time to time as such retained percentage accrues. ~ ~ ~ , r hereby designate ~ as the repository for the escrow of said funds. ~, I hereby further agree to be fully respo~~payment of all costs or fees incurred as a result of placing said retained percentage ~~~ . vesting it as authorized by statute. The Owner shall not be liable in any way for any c~v in connection therewith. Dol' (tj)~ The bidder is . - ~vised that by signature of this proposal he/she is deemed to have acknowledged ~ents and signed all certificates contained herein. I XOl244 Upper Hoh Road Park Boundary Washout Matorlal Supply "~. -~_~~I~~ '~4~- ...............o....-~.l> (') o '.'...,,32><10.. r 0 I- I 0 I .. [ L ~~ I: 1-a5 a: :E ! ' <;:) ~g :;:0. ffi~ I --' 1-, enu. ;;:;0, ~~ ! u.< !!.1a :X:w I I-:x: ZI- ~~, I ~~I , ::;) o~ Uen 0- o!:: I ww: :X:u ... I- t=: !:!:~' l,' ~~: t= i!:! o ,i I z, _ I I l I I , I I /C'.'-;-.- r SUBMIT THE ENCLOSED PROPOSAL BOND FORM WITH YOUR PROPOSAL~ ~ USE OF OTHE~~ FORMS MAY SUB YOUR BID TO RE~ ON. ~\:f? . ~~({j ~ NOTE: Use of ot iG> s may limit the bond below an amount equal to five ofthe bid total. ~ o XOI244 Uppcr Hall Road Park BOllndary Was/tolll ~" Malcrlal Supply .'..., ,,'r,,\ _.<~:,'" ':i ' ' .'~ ,~~(:f", .'T" ,~,_ ""'~ ,....,1,/ ~_" I 0 o ,..,-,-"_.,.,...,,,,,,,, ~~~-~'J'~;'''.':/~ 32><1 [j l:""~;'''''';''~;'....i.-',i~ III"" .- Z < . :x:~ I-w ~~, Wu --'0 Uo en ' enw w:x: --'I- enu. -Oi ~~' ~::i u.< !!.1a :x:w I-:I: ZI- -0 ~ 1-, wWj ~::J'I ::;) o. Uen 0- o!:: Ww :x:u 1-- !:!:b Z ~!!.1 -:x: b""' Z ;tr"'~" I I I 1 L L l L t [ f I ! ' I I f,C'-- 0.-....'. o o ~~. o o .. PROPOSAL BOND KNOWN 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 finnly bound unto the State of Washington in the full and penial sum of five (5) percent of the total amount of the bid proposal of said principal for the work hereinafter described, for the payment ~f w . ch, well and truly to be made, we bind our heirs, executors, administrators and assigns, and ' sors and assigns, firmly by these presents. <6) The condition of this bond is such, that whereas the principal here@'\?ewith submitting his or its sealed proposal for the following highway construction, to ~Sl , I ~ said bid and proposal, by reference thereto, being hereof. NOW, THEREFORE, If the said propgs~y said principal be accepted, and the contract be awarded to said principal, and if said~~all duly make and enter into and execute said contract and shall furnish bond as reE' ~a,%tIie Department of Transportation within a period of twenty (20) days from and after sai a xclusive of the day of such award, then this obligation shall be null and void, otherwise' main and be in full force and effect. , The principal and surety have caused these presents to be day of , 1995. (principal) (Surety) (Attorney-in-fact) I o o XOJ244 Upper 110" Road Park Boundary Wa,~"oul MalarIal Supply '~ 32X It1 . . ~,=~.AJ Ol'~~ r - - o l;~ o .. o 1 1 j f I DISClOSURE OF LOBBYING ACTIVITIES "pcw~ by OM' OU~ Complrlc this form 10 di,close 'obbyin! Ictivitjes pur,u.nt to 31 U.s.C: 1352 (See 'eWe-fn lor public burden disclosure.) Type' of Fcdcr.lIAClion.: O .I conCt,c. b. SUint C. coope'~livC' .Isrccmcnl d.lo.ln e. Jo.an ,uu.anlec to 10'" insur.ance .c. Name :and Addle'5I ot Reportin!, Enfity: o Prime 0 Sub.w,rdce Tier _. i/ MOwn: I, 2. StIlus 01 fC'drral Action: o .I. bid/oHer/.appfiatiOl'l b. initi,' aw.ard Co pOll..w'rd 3. Rcpor1 Type: Oil. inili.a1filinS b. m'leri.' ~n8c for M.alcri" ChA"SC Only: yea, _ qUlner _ d:ale 01 Jut t~PO" __ s.. It Reporeing En.ily in No. .. is SUbIW"dc~. Enter Holme and AddrcSl ot Prime: Z < . J:I- 1-a5 a: :E, <::;) Wu --'0 Uo en WI' ~~ en u.' -0, ~~: ~::i u.< !!.1a J:w I-:x: ZI- ;:0 Z 1-, wW1 ~5'! Uen 0- o!:: Ww, J:U 1-- !:!:b Z WOO ~~f o I Z I, I L Con teniana' Disl,icl. i/ inown: '" feder.' DcpulmC'nr Alc"ey: 7. eFO... Numbor. ,I.ppli l.. '0 federal Action Number. II known: 1 / ,. Aw.a,d Amount. ,/ Ano 10, .. ""..mC' ..nd Add,C'u 01 tobbyinS Enrily ,,1 "'d''''du~/. /,lU "flm~. I"Sf ""me'. MIJ: [ I. I, I I I I. I J I. J- 11. 4mounl 0/ P.ymonl fch..k .11 1n.1 .e-plyl: o .CIUII Typo of Plymonl fchock .1111,., .pplyl: C .. reuiner o b, ono.timo 100 e c. commission o d, conringent /ee o 0, doferrod o f. olher; spocify: 12. ~rm ot P.ymonr fchock .11 I}W .ppl :0 ..., 01, c.un C b. in. kind: specify. n.alurr \',11 14, r'orm~d or '0 b.. PfrlormC'd .nd Dlt~li) 01 Service. includins otlicertsJ. employC'C'cu. ymC'nt fndiCJtC'd in Ilem 11: ';r' I , ,0 '4ltU" ('OI'I,.ftW'ltJ" VI.., . oUJ.A " "HII''''I''''' 1$, Conrinullion Shoetlll SF.LLL.... IIllchod: o V.. o No 'L ...~-- .....~l... I""-f'\ ...... ...... .. ""~"" ., "''' It u.. C. ~_HU """...,--.,......,...'IIII...._"'._.__.....-.-w'- ., -'1 .....- ......'" ~, _. ........ ~ ,.., 1_ ...~ .....'" ,..., ..."""'"_.. ""-"".. -...... .... n... ......................,.......-.-, .. 11 U" Uti ""'" ...-..1_........................ c........._ -.....,..,...... ..~ ..."...,., .1~1_ ,.,., ...._ __.... WI "If ~ ~.....'-"-- Ill.... ........,. I,.....~"..... "'1__ ,,,-....""'......'''''-.WlOIIliO...............,''''- I o Slg...rur., Prlnl Nlm., nil., Tolophono No,: o o \..... O.le, Fedo..1 U.e Only: " ,t":1: 't(~ " ';,::;~ '.~: ~ .",hot,," let Leocal ..,....tIIC1i.-. 'tlM".".,,,,.w -_.~.-.....,"P':~~~ I -.-~.~......__.. -- w .. 32 xl 0 .,.e..,~.,"""""",ID j;,~~;:~~""~~.!.-..~~..~~,.,~.."._c.~.u ..= ~ ': ~~..:..: . --.;~- '.'.--S -- ( , ~ .........--...- r, ~-= :- :-:-=~= . , -,..Q..c:;J.':::,~::[C::,::, ::: :::~: ~::: ..: -.:. ':.. ,':"':::':~~'J:: iC' , "'.nIYl' ~~~:"':'" ]J ..- ........... Z <. :x:1- 1-a5 0: :E, <::;) UJu --'0 Uo ~~i --' 1-' enu. -0 UJ>- ~!:: 0:--' u.< ~a :I:UJ I-:x: ZI- i=o zl- UJ w, ~5: Uen 0- o!:: UJw :x:u 1-- !:!:b Z wen u- i=~ o Z , ! ' L I- t ,r , l t o I. I o C~-;-"' o o .. INSTRUcnONS fOR COMPLETION OF SF-lll, DISCLOSURE Of lOBBYING ACTlVIl'ES This disclosure form sholll be completed by the reponing enriry. whether ILlb~wArdee 01 prime feder11 rccipient. it Ihe inili,uion 01 receipt 01 .a covered fedetll ~ction. or 01 m,lIcri,1 c:.h.anse to AI previous filing. pUl"1uoInt to tllle 31 U.S.C. 'cctio" 1J52. The Im"S 01 .a 'ann is required lor e,ch pJymcnl or .agreement to m.lke p.aymcnt to .any (obb.,.ing enliry for inlluendns or ancmptins to innucnce an oHicer or employee of any 'gency, I Member 0' Congress, Jl1 oHicer ar empJo)CC 0' ConSICS" or In employee 01 .a Member 01 Congress in connection with J covered FcdcrI,' .aaion. Use tl'le SF'llL~A Continu.ation Sheet lor Jddition.al infomu,licn illhe sp.ace on the form is inoldequlte. Complete 111 items th,u .pply ror bolh lhe inilill filinS .nd m.leri.J chUla. n:pon. R.f.r 10 the implemenlins auid.nc. publish.d by the OHice of M....S.menlllld Budsel lor .ddition.1 inlOf1'Nlion. 1. Id.nlily the l)'pe 01 coy.red F.d.ral ldion lor which 10bbyinS 'C1MIy rs .nd/or hIS b.en secured 10 inftuenc. Ih. outcome 0' .. covered federal .action. . . 2. Identify Ihe Stltus 01 Ihe coven:d federal .C1ion. J. Identify the .appraprilte dllsific.ation 0' this repcn. If this is a 'ollo"""'P report ausrd by a mlte';I' dun!e t., t"~ in'ann.atian pre'Viously reponed. enter the yt.ar lnd quaner in which the chlnse occ.u"e~. ~r the d.uc CI ;:.,.7, I,:u pre.,iously submitted report by this repO"inl cnliry for this covered Federl' ICUon. ... Enler th~ 'un name. address. dry. Itlte Ind zip code 01 the reponinl entity. I i:t'a"Ie' Con ressionol' Oillnct. i' known. Check the Ippropriue dlllsitiellion 0' the repo"inl entity th~1 desisnu . 'IY~ or eapcC11 10 be. .1 prime or Sub4",-'.ard recipient. Identify Che tier 01 Che subawudee. e.I.. the first lub the prime is the 1st tiC', Sub.a",,arcJ. include buc Ire nallimited to lubconu.aclS. sublrlnlS and Ccntr.aC1 rd nder sran... 5. If the orlJnizUion liIinl the repon in ilem 4 check., .SUblwude'e-. then e~~ u I nJme. ~ddrell. dry. ,UII!' "nll lip code of the prime FedelI' recipient. 'ndude Cons'euian.al Oiltric1. if ~ 6. Enter Ihe nolme 01 the federJllsency MalUn! the 'Wild or loan ~mit!!,ent. Include.at 'ent ane a'!aniutlcr.I' '""el below osenc:y n.me. if known. For e..mpl.. o.p."m.nl~r"~Otion. United Slues COISI Cuard. .. En'.. rho fede,.1 proa,.m n.me or de,criplion for th~C el ,.1 'Clion (item 11. IIltnown. .nler lh. full C,,,'oS 01 F.d.ral Oom.,ric AssisUnce (CFOAl nu er 'nn. coop."live .sreemenu. lo.n,. one lo.n commllmenrs. !, Enl.r the moll .ppropriJle fede,., jdenlllyins~.r . .ble lor the F.d.,,1 .ction identified in item I (.,5.. Rcque" far Propos.al (RFP) number: In";U~io . S) number: Iflnt ,nnauncement number: the contnct. a..nl, or lo.n .word numb.r; the .pplicui r conltol number u,isned by the Fed.,,1 .seney.. Incluee prell..,. e.s,. -Rfl'.OE'90,001,- g, For. co..r.d F.de,.1 oClion whe,. Ih~e.n .n .wud or lo.n commitmenl by the Fede,,1 .s.nC). .nl., tM Fede,,1 .mount 01 the 'W"d:loo~~m lor the prime entity idenll/ied in il.m 4 or 5. 10, W Enl.r Ihe lull n.me. .ddre, e .nd zip .ode 01 the lobbying entity ens.sed by the reponing .nll,., id.nllll.d in lIem 4 10 '~ over.d Fede,,1 .clion. (bIE...r Ihe lull nomtQ1' In 'du.lls) p.r/ormin! 'e....ices. .nd Includ. lull .dd,... il diff.renl from '0 ('), Enler L," N.m.. f' nd Middle Inlli.1 (MI), 11, Ent.r Ih. .moun ucion p.id or r..son.bly up.cr.d 10 be p.id by Ihe r.pon,n! enllly (II.", 41 to the 10bbyinS Inll OJ. IndicJl. whelher Ihe p.ym.nl hu b.en m.d. I.ClU.1) Or ",ill b. m.de (pl.M.O), Ch.cl ,II bales th I Chis is .a mJlen.a1 ch'"le rcpo". enlet the cumulltive .amoun. 0' p'ymenl m,dc or pllnnta IDbem'~ ' 12. Ch.ck th. priJl. bo.I..I, Check 411 bo.., Ihol .pply. II p'yment Is m.d. thlouSh In in.klnd .onlnbullon, ,p.CI/) Ih. n I. .nd volue 01 the in.kind p.ym.nr, , 13, Ch.ck th. .ppropriJl. bO.(.Il, Ch.ck oil bo... Ih.1 .pply. II other. 'p.cify n.tur., 14 Provid.. sp.clfic .nd d.Uiled description 01 Ih. s.rvices lh.tthe lobbylsl h.. p.r/ormed. or will b. ..pecled 10 per/arm. .nd th. dJl.W of .ny se....ic.. render.d, Includ. oil pr.p..uory .nd ,.IJI.d 'Clivity. nOl IUSllime .p.nl In .ctu.1 conUcl ",ilh F.d...1 oHic;.I.. Idcnllly th. f.d.,.1 offici.I(,) or emploYU(1l contacled or the oH,c.,III, .mploye.('l. or M.mb.r('l of Cons,e.. thU "'er. conlJCled. 1S. Ch.ck wh.ther or nol . SF.LLL,... Conlinuollon ShuU,l', 11I.ched, 16, Th. cenilylns officl.1 ,hili slsn .nd dale the form. prinl hiSill.r n.m.. lill.. .nd lelephone number. PublIC "'"po",n! bu,dC'n 'or rtI" callC'(1Jon 0' in'ann,nan i. tlhmllC'd IQ ''''''1' 30 rninr\l" pcr "'.pon.... includinl Om, for rf.I~"1 "'nlNctlon.. Hlld'unl ...nuns d.aUtoOu/Ctt.l,ut,,"nl and m...nuin'"1 tn. d.u nMC'd,lI'ld campl.Dnl and ,.....~nl ctlf callrcClon 01 ,"'o"",,"on. Srnd commenu uJuri,", me' burd,n tlnm.." Of arry Olh,r Upt'Ct of tN. COUtROn or ""'o,,"l.,on. incfudln. 'UUtltlon. lor ..due,nc th~ burd.n. 10 th. OHiu 01 "'.n'l.m.... IIld ludl'~ '11'<"""'" l<<fuCllan 'to,.., 101_<61. Wuhml'on. DC, 10101 c G, (r~) III t... " ~ \ "~!;p:;t'r;'~ l' '~ ,~,,,,"'~' 'Ie _ A .....-lIlliWa ~~- JL~__~. I i I ) I 10 I IItI ... ~ tlSlll.lllill o o i 32 X I 0] "~~ J ,- Z < . J:I- 1-a5 a: :E, <::;) Wu --'0 Uo en w'l ~~ en u.' -0: ~~i ~::i u.< !!.1a J:w I-J: ZI- ;:0 Z 1-, ~~J ::;) 0, UI/) 0- o!:: Ww :X:u ~g Z wen U- -J: bt- Z I { I. I ( L I I ',r' .. ,0 o I (=- 0 ~ =r.:: Washfngton able ~tr Department of Transporgtlon o o .. Subcontractor List Prepared In compliance with Chaptor 378 Laws 01 1993 To be SubmlUed with the Bid Proposal Project Name Subcontractors that are proposed to perform categories of work exceeding 10 percent or the contract price must be listed below, The categories of work are to be tisted below the subcontractor's name. If no subcontractor fits this criteria. enter "none proposed: Subcontractor Name Categories of Work Subcontractor Name Categories of Work Subcontractor Name Categories of Work Subcontractor Name Categories of Work Subcontractor Name Categories or Work Subcontractor Name Calegorles of Work - - ~. I DOT '.-mJ7IoO'l _<.94 J""'" ,&.,~,':. .\;i.. ... ..,.("., 10 I -- o o 3~ xlo [' o ,- o .. o z <. :x:1- 1-a5 ~ :E, ~a uO en 0, f3 ~1 --'I- enu. -0 ~~ ~::i u.< en::;) _0 :I:w I-:x: ZI- ;::0 zl- ww :E ::;)1 ::;) 0', Uen 0- o!:: Ww :X:u 1-- !:!:b z woo u- t= :x: , ot- z ~~(~-_ .-'.:. ;- _:~, ':~:" \f .:-t(>~'\.~P'.~.,",,_ if:'r, 1'~::(:'\ -,~f( ,1 L') . j " \' i,' / _,'I , -. , ~;" , ~ ,ft--~;:'-.", I~.l ~ ......;...)" ...j..;...'; __~ --:'1- - :-) ~~ ill ~ ", t 1 F7--~"~ ~,'~; ~- '", ,'l""'T~o~~~,t:~/ ~:w J r-.-i '. ~~( I :.....'t,~ ~,; ~',~~. 1~", , : , If. '\i"'I'" ! )" " I .. / 11 '~~Ir ~ :i"lm ).. 1 .. ..', ~ 0 t.. Y,.: \ M "P 101 ", J' A.:' '<',""1 Qv...~ \ ,:::.,:":",:",/,, ~.",,...,~-, :l>'litf:jl i" '. '. ~ , _ . ,:' , .. _ ,~. ~ :.: ":.. ~ f.- ~ ..... ~ J'r r ........ ..;;. ~ " ~ ,if :::r ) ~/ . i'i'J- .;,: I " <. '''''.f.. ~~ 2..~, ~_/ ' v '\.. \ .. ,"". - <1"._ ~:=-- )" " ~ \ ~KI\~ V'I ,,' t'" \ r::: '0'\ /'....- "',t .~: Q~~ l~ ., . ....::.. - '( '\ {-,-. ". "'\, \ ,X -~t:~:~"'l'\r ~,.J '" r /$ ;.,': 1\ 1l.-/(/ t~~ ''''''':'~~ ) \ \'''", .; "''' '.'i~ ~~f") ~.- _\..?~ \"1 ~__ ,_~~,..:",., .-: '~"., ")\ t, ~,I. "'- \" ':\,~ IG .. (\ ;~~" ::"~'\ \~"\ ~~. '~'- ;~':J ~.'9. J"'" ~ c,:. ;~'.." 1<" ....)' ( :; 1--' ) I- .'" \ \ ,,'I <J \ ~ " _ ~,,- I Ii t ~.... j""';;;; ...,(,... ..' ' J [ \, ~~, -" 'I" II:..~,_'" ......,'- ~ ~ 't-.... \' , ....~1.1 ,..:,,~, , ~' ,^I,,"',J,.' . '''''--::-0- '-......!. "'-.-t. , . u ,} '.....' ~ . f"J,.d ~ " ,", ~l~~ '~7 ~ '--- ~~~,-/'''..... ~~ ) "" ".:='';:r' ,j ~..,.. c.... ~ ~ \ \ \~J v:; ) V"1:<~~)"~ ,.....;;.....:;;,..,..... , . "\ i" \ ,,-... J., ;;.." '~!/. .,'~" " i ' .(..'" \ ..... J'", " ...,..,:' ," , (,' ( J' ....,~ ~ ,~ f'1.< , '........ ~ " .... 4 ~ r t I \ ....,.' .",.' . J, --' i,i " )~~' -=-= rl' \ I~' '0,,"-- ">, ' ....-' 0 \) ~~ \). , ./ (',;., ~ / '_ '. :: ;p~;'~~;. ~)' . ,/'" T - ~' ~:, r I "'-.,\'~.:~' ./ X,/I, '\ I ,. r ' (' 'r / \. ...'... .""...: " t:;Jl' .. ~~-::,.. /-:.~ J .... I..~!'~:llt, i~'V \' '\ (" , "'t' : I' ~t\' / ".. {.t \1 ' I., .,' It .. r ~\'OII S'.'U" III _ '.!- I \ / II .. ~" I j.' " H,". ~ 'V ! I. '........ ", . '. "_,! ~'I ~ \ J '\./. .-/ I ~ I T. ". ~'" .-"~t----'--\- J/;' -- " ,,/-... f/ I - -../" ,II J'" , .. '~:::~~<!,' ~-t .., I" I" I/::j" ~)j'l '.. .,'",.. ,v-" ~.J'S "1 l." - ,,' ~ if, " ",;',,' '\' \ \ . r" iii l .' ....... \~ n) "\ ,/". .:';:! ,_.' _.-1--- --'..-' ' ,."- - I ..-- ~.._--, -.-.- '," ~<,():; ," ~.)"\.( ", ~ (f- ~~.?- '\ ,,1- .~. "' ,~ D"' ~ ,j .: ,,; :,)/ lU ~." ~ " " B .-~ \ / A ) " / .- ( \ ..., ii, ...:""- ,~ '\...U~ .\. I I I '--'~dk: .~.. I. "",/. .,...... I' I "" ".... \'- , .~ :..,.;:" ,_)--. VICINITY MAP ,,,-;,---:,-,.~t~:,-::-~r~,(:,,.. ~~'(I,"-~7f-::::~~: ~~~~:{B~~~~~~~ "~,:'~, _~- 4l,' ,>")I~:r.:-;r--:, ~-I~[ ~;;..~ l~ .. -~. ~7: .. WASHOUT =-:r:. =-.:_ "';~_J,-1== J.i. -:-+AlJ?,g - ,::.\ .~r ~ r- r-?- ~?:: - .JEFFE~~~~~UNTY l'UULlC WORKS ,r !, o o ;-_.-;-.:.:- ~:r ,. ..".. ..........-~.~.,..,,~ ...... 11I11';'" . lot, "11. (,.~..". . :)""'."'.. " o. C , ' '.,~\,.. ". ,. b. w.......... ,', ~ . ~";':~ 'J.:.' _._~_.~'rr n.r.,"}w' ,.. c 10 ,. 'f''' . .1""! ~.. !- ~.:.:...... '..~, .~ ' - -- 1i!, ll~ ....... - .....1IIll'I , ,. . o 32 X I 0 .....1iI - - - o ,- o .. CONTRACT z < . J:I- I-m a: ::;;, ;'Ii::) --,u uO o en wI fib: --'I- enu. -0 ~~ ~::; u.<l: !!.15 :X:w I-J: ZI- ;:0 zl- ~~i ::;) 0" Uen 0- Ot:; Ww :X:u 1-- !:!:b z wt.n u- t=~ o ' z JEFFERSON COUNTY, WASHINGTON THIS AGREEMENT, made and entered into this day of , 1996, between the COUNTY OF JEFFERSON, acting through the Jefferson County Commissioners and the Director of Public Works under and by virtue of Title 36, RCW, as amended and of hereinafter called the Contractor. r WITNESSETH: ~ That in consideration of the terms and conditions contained herein and att~d made a part of this agreement, the parties hereto covenant and agree as follows: \gJ'V. I, The Contractor agrees to furnish all materials and do certain ~O-wit: That The Contractor herein will undertake and complete the following described wo~r!!!? Shoot, Blast, Excavate and Load for Haul, Riprap, Quarry Spalls and Gravel Base for uPpei::~ Park Boundary Washout Project NumberX01244 from M,P. 11.83 to M,P. 12,18 in accor ~. and as described in the attached plans and specifications and the Standard Specifications Oftl~ ton Department of Transportation which are by this reference incorporated herein and m~ ereof, The Contractor shall perform any alteration in or addition to the work provided in ~~c and every part thereof. The Contractor shall provide and be4~ense of all equipment, work and labor of any sort whatsoever that may be required for the t~~materials and for constructing and completing the work provided for in this contract and ev~~reof. 2, The County of Jefferso ~";:'omises and agrees with the Contractor to employ, and does employ the Contractor to fur oods and equipment described and to furnish the same according to the attached specification,dlitl\ erms and conditions herein contained, and hereby contracts to pay for the snme according ~ hed specifications and the schedule of unit or itemized prices hereto attached. at the ti ' 1 the manner and upon the condition provided for in this contract. The County further agrees to e Contractor to perform any alterations in or additions to the work provided for in this contra 1 y be ordered and to puy for the Same under the terms of this contract and the attnched speclficl ns at the time and in the manner and upon the conditions provided for in this contract. o 3, The Contractor for himself, and for his heirs, executor, administrators, successors, and assigns, docs hereby agree to the full performance of nil the covenants herein contained upon the part of the Contrnetor. o 4, Prior to commencing work, the Contractor shall obtain at Its own cost and expense the following insurance from companies licensed In the State with a BestOs rating of no less than A:VlI, The Contractor shnll provide'to the County Risk Manager certificates of insurance with original endorsements affecting insurance required by this clause prior to the commencement of work to be performed. XOl2N Upper Holr Roa" Park BOlI/ltlClry WCl"lrolll Mawrlal SlIpp(V (~'~...".. - .~: e.(') ~ _l-~'d ~~G" I .\-, -I. 0 ''''''''''io '",".'<,' " ,'" , ~_=J_~~_~~~~~ r -J~ IJ ___............ ~, ~If~ - T , i I l I ~ . i -- I o o 32Xlo \'J~ Z <. :cl- I-tE a: ::2;, <::;) Wu --'0 Uo en wI ff3:c --' 1-, enu. -0 ~ f:. I <- a:--' u.< !!.1a ! :X:w I-:x: ZI- ~~, I ww :E ::;)1 ::;) 0' Uen 0- o!:: I Ww :X:u ~t3 L z woo u- t= :x: , OI- I Z ! ,r" 0 o - o o .. The insurance policies required shall provide that thirty days prior to cancellation, suspension, reduction or material change in the policy, notice of same shall be given to the County Risk Manager by registered mail, return receipt requested, for all of the following stated insurance policies, If any of the insurance requirements are not complied with at the renewal date of the insurance policy, payments to the Contractor shall be withheld until all such requirements have been met, or at the option of the County, the County may pay the renewal premium and withhold such payments from the moneys due The Contractor. All notices shall name the Contractor and identify the agreement by contract number or some other form of identification necessary to inform the County of the particular contract affec;:~ A. Workers Compensation/L & I - compliance with the applicable (Q) ~ compensation law of the State of Washington, ~ B, General Liability(l) - with a minimum limit per occurre~ep~o,ooo per bodily injury, death and property damage unless otherwise specified in the contract ~ations, This insurance shall indicate on the certificate of insurance the following coverage: ~ ^ I. Broad Form Property Damage; #':"-..."V'" 2, Personal Injury Liability; 3, Broad Form Contractual/Commercial' contractors only); 4, Premises - Operations; and, ('\ 5, Independent Contractors and S l'h:at rs. IIIl '\> m limit per occurrence of $1,000,000 for bodily injury, death ecified in the contract specifications. This insurance shall le following coverage: C. Automobile (2) - with and property damage unless 0 indicate on the certificate of i s I, '@i1es; 2, ~es; and, 3, d automobiles. Note: the County shall be named as an additional insured party under this policy, Any deductibles or self-insured retcntion shall be declared to and approved by the County prior to the approval of the contract by the County. At the option of the County, the insurer shall reduce or elim inate deductibles or self.insured retention or The Contractor shall procure a bond guaranteeing pnyment of losses and The Contractor shall procure a bond guaranteeing payment of losses and related investigations. claim ndministration and defense expenses, XOI2.f./ Upper Iloh Road Park Ommdary Washam Material Supply 14~, ,:- '0 (:~-1~" '::~'$':i:i~:,' -" ,..",t",., ,10 L-Ll,JA ~~_u,...~ ~~~""""Jt_< C=-;- .. .. ~ 1~. ~:' ,,; '""';~r';.'~'\' lWIlllllil IlIIII ",' ........~~..... 'U~.~ ................_~"..... I o o 32 xl 0 ...~~r"".'.....:..'...."''"~ ..... r .~~ z < . :x:1- I-tD a: ::E. <:;, Wu --'0 Uc en wI' ~~ en u.' -0 ~ ~: <- a:..J u.< !!.115 :X:w 1-:1: ZI- ~ ~. ww' ~ s.; Utn 0- o!:: WW: :X:U 1-- !:!:b z wVJ u- t= F!:: o ' Z I I l L L t , I ''r'" o o o o .. The Contractor shall include all subcontractors as insured under its insurance policies or shall furnish separate certificates and endorsements for each subcontractor. All insurance provisions for subcontractors shall be subject to all of the requirements stated herein, Failure of The Contractor to take out and/or maintain any required insurance shall not relieve The Contractor from any liability under the Agreement, nor shall the insurance requirements be ,construed to conflict with or otherwise limit the obligations concerning indemnification, It is agreed by the parties that insurers shall have no right of recovery or subrogation against the County (including its employees and other agents and agencies), it being the intention of the parties that the insurance policies so affected shall protect both parties and be primary coverage for any and all losses covered by the above described insurance. It is further agreed by the parties that~' ranee companies issuing the policy or policies shall have no recourse against the County (including it loyees and other agents and agencies) for payment of any premiums or for assessments un~er f policy. It is further agreed by the parties that any and all deductibles in the above describ . ance policies shall be assumed by and be at the sole risk of The Contractor. 0 It is agreed by the parties that judgments for which the County e;(i liable, in excess of insured amounts provided herein, or any portion thereof, may be withhel~d from'~nt due, or to become due, to The Contractor until such time as The Contractor shall furnish a . security covering such judgment as may be determined by the County. ~ ' The County reserves the right to request a~~ ~rance on an individual basis for extra hazardous contracts and specific service agr"'~ment~g~ The Contractor hereby agrees to inde4~ save harmless the County, its officers, employees, and agents from and against all liability,~o~r age the County may suffer as a result of any claims, demands, costs, judgments or damage roperty in the care, custody or control of The Contractor arising directly or indirectly out 0.' ment, including losses arising out of the negligent acts or omissions of the Contractor, the s employees, agents, or subcontractors, 0' Claims against the include, but not be limited to, assertions that the use or transfer of any software, book, do port, film, tape or sound reproduction or material of any kind, delivered thereunder. constitut I ngement of any copyright, patent, trademark, trade name, or otherwise results in an unfai t ctice or in unlawful restraint of competition, The Contr urther agrees to provide defense for and defend any claims or causes of action of any kind, or character directly or indirectly arising out of this Agreement at its sole expense and agrees to bear all other costs and e~penses relating thereto, Nothing in the foregoing clause shall prevent the County, at its option, from additionally requesting that The Contractor deliver to the County an e~ecuted bond as security for the faithful performance of this contrnct and for payment of 011 obligations of The Contractor, .\'OI2-I~ Upper 1/011 Road Park Dmmdary Wa,rllolll Malerlal Supply ;"':';:.:.,'~~1~~U~""",~;"':,, .'~ '~ L141't""N':~~f':; '", - ,........., ., Li>.~- .[ 9C~, ~ .' t.~ ., (~'~---o'_......- __ ~ I~ 4 '-"~~~ ,(. .,'.,~ ..... --~~ 10 bUl_1-b!::I!I I o o 32 xlo '1 JhfiillMt.""'''' --... r [' ! i I I I I I L L L L L I.. I, I I I c---;-._-. ' --,," Ii - Z <. :x:1- I-tn a: :E. <::;) Wu --'0 Uc ~~l' ~I- en u.' -0 ~~ ~::i u.< !!.15 :X:w I-:x: ZI- ~~, ~~) ::;) 0. Uen 0- o!:: ~ tj! I- -' !:!:b Z wen u- t= ~I O' Z , ,1 ';'r'"'' o o o o .. IN WITNESS WHEREOF, the Contractor has executed this instrument on the day and year first below written, and the Board of County Commissioners has caused this instrument to be executed by and in the name of said County of Jefferson the day and year first above written, Executed by the Contractor .1996 Foregoing Contract Approved and Ratified ,1996. Contractor By: Surety By: SEAL ~o ~ M'm~ ~~ ~rg ~ Clerk of the Board Member ATTEST: Approved as to form only thls_ day of , 1996. Prosecuting Attorney Director, Dept. of Public Works I o 0 XO/244 Upper lIoh Road Park Boundary Wa,rhoul Malarial Supply .. c: '~_~'.A ~:~ ~f: ' 32X 10 'e:c;a ."'1)q.,: r ,- Z <. :x:1- 1-a5 ~~' Wu --'0 Uo en wI' fn:x: --'I- en u.' -0, W ' :E~ ~::i u.< !!.1a :X:w I-:x: ZI- ;:0 Z t-) WW' :E ::;)1 =:l ot Uen 0- o!:: WW! :X:u 1-- !:!:b Z wen ~:i:1 b I-! Z ';'r',' i , I I L I I L I I I ( I ':C---;-'. o o o o .. CONTRACT BOND JEFFERSON COUNTY, WASHINGTON KNOW ALL MEN BY THESE PRESENTS: That ,of as Principal, and , as Surety, are jointly and severally held and bound unto the COUNTY OF JEFFERSON, the penal sum of ~ Dollars ($ ), for the payment of which we jointly and s;:verally ~ur lves, or heirs, executors, administrators, and assigns, and successors and assigns, fi~ese presents, The condition of this bond is such that WHEREAS, on the _~':;' -' A.D., 1996, the said contract with the County of work, to-wit: work: in Jefferson ashington, as per maps, plans and specifications made a part of said contract, which contract as so executed, is hereunto attached, and is now referred to and by this reference is incorporated herein and made a part hereof as full for all purposes as if here set forth at length, XOl244 Uppcr Hair Raad Park Balmda", Washalll Malcrlal SlIpply c -, -, ~'''w -E)'.,-,.~l'l,";'!;,;,'1 '. ,A;/ , , , L ,J, ,': - i,;f i~ 10 I Q 0 ,32X 1.13 · I' - r f" z [ < . :x:1- 1-a5 a: :E, I ~::;) --'u uO 0 en wi I lfi~ --' , enu. ~Oi :E~ j ~::::; u.< !!.1a L :X:w I-:x: Z!- -0 !z 1-, L ww: :E ::;)1 ;::)01 Uen 0- ol;:' L wwi :X:u' 1-- !:!:b' L z wen u- t= ~l 0, I' Z ' f ;..,.-"" f t, I 0 I o \, o o .. CONTRACT BOND CONTINUED NOW THEREFORE, if the Principal herein shall faithfully and truly observe and comply with the terms, conditions and provisions of said contract, in all respects and shall well and truly and fully do and perform all matters and things by the said Principal undertaken to be performed under said contract, upon the terms proposed therein, and within the time prescribed therein, and until the same is accepted, and shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who shall supply such contractor or subcontractor with provisions and supplies for the carrying on of such work, and shall in all respects faithfully perform said contract according to law, then this obligation to be void, otherwise to remain in full force and effect. , 1996. ~ @ S~ANY ~ ~~ . Attorn",-in-"" APPROVED AS TO FORM ONLY thi, ~~rt:J _ day of , 1996. ::::-~ '0 Address oflocal office and agent ~~ nf'_~pmy. P'"","n, Attom~rg~ ~ WITNESS our hands this _ day of PRINCIPAL By: .\'012-14 Upper Noh Road Park BOllndary Washam Malarial SlIpply ,C' 'O--~!~', .",,;... :,!:~~~:~~,,' ' I:,~:I~ "" :',' ':, :>""''', :,.'>\:' ',: '., :';~i\:;:~:~?r),~~: :. ',10 "'.,.-'.,' ..-.; "." '''',,' ..~:..=.:....::-~iaIIu"'; - I - a o .~; '~.f;':,..,,,. -, ~ ~j JJ, '32xID~ .'~ ~.. .:..,~," :, ";":"';"';""";--"'41) .... ,- r r ~. r :x:1- 1-a5 ~:E. ! ~B uO en 0, ~~i I enu. -0 :E~ I ~:::; u.< !!.1a :X:w I I-:x: ZI- ;:0 zl- ww ( ~5' Uen 0- o !:: I Ww :X:u ... ~5 Z I Wtj) !::! :i: - bI- Z [ L .. L r "I o l I I l I I (=-;,.. ...."~ ---- L'Ar~ n..._ o o .. REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS o b _; 0::2 llLJ .. I .... -M.. . ::::: i I \ ! . I :> ," 10 4---: -Ll =r--...-J 100 I I . 3~;1 E!.. I ;;,.;,',";':'j.;;:.j,':> z < . :cl- I-~ a: :E, <l:::J wu --'0 ~O en w, w:C. --' 1-' enu. -0 LlJ>- :'1- <l:- a:--' u.<l: en::J _0 :CLlJ I-:c ZI- ;:0 zl- WLlJ :'::J ::JO Uen 0- o!:: Ww :X:u 1-- !:!:b z w(J) u- -:c bt- z V' o o l. o o .. FUWA.T 273 Erlel.on.c v.'.,on ". MM/;h 10, I'lJ4 REOUIRED CONTRACT PROVISIONS FEDERAL,AID CONSTRUCTION CONTRACTS Page 1. General. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 II. Nondiscrimination. . . . . . . . . . . . . . . . . . . . . . . 1 III. Nonsegregated Facilities. . . . . . . . . . . . . . . . . . . 3 IV. Payment of Predetermined Minimum Wage.. . . . . 3 V. Statements and Payrolls. . . . . . . . . . . . . . . . . . . 6 VI. Record of Materials, Suppli.,:!, and Labor ....... 6 VII. Subletting or Assigning the Contract .......... 7 VIlI. Safety: Accident Prevention. . . . . .. . . . . . . . .. 7 IX. F31sa Statements Concorning Highway Projects. . . 7 X. Implamonrlltion 01 Clean Air Act and Federal Water Pollution Control Act ................ 8 XI. Carlification Regarding Odbarment. Su:spension. IneligibilitV. end Voluntary Exclusion .......... 8 XII. Certification Regarding Uss of Contract Funds for Lobbying ............................. 9 ATTACHMENTS A. Employment P:'srorence for Appalachian Contracts lincluded in Appalachian conltacts only) I, GENERAL I 1. Those contract provisions shall apply to all work performed on tho contract by th" contractor's own organization and with the assistance of workers under the contractor's Immediate superintendence IlInd to all work performed on ths contract by pIecework. station work. or by subcontract. I 2. Except tIS otherwise provided for In each secdon, th" contractor ,halllnlOrt in each subcontract all of the stipulations contained In these Required Contract Provisions, and furth"r require their Inclusion In any lowar der subcontract or purchase ard"r that may In turn be made. The Roqufred ContrBct Provi- sion' shell not bl! Incorporated by reference In any case. The prime contractor shall be responsible for co":"pllance by any subcontractor or lower tier suboontraotor with Ihen RequIred Contract Provisions. I, I I. t I I 3. A breach of any of the stipulations contained In thess Aequlred Conltacl Provillon. sholl be suWcient grounds for terminatIon of the contract. 4. A breech of the following clausa. of the Requlrod Contract Provisions may 01.0 be grounds for debarment 811 provided In 29 CFR 5.12: Socllon I. paragraph 2: Section IV. paragraphs 1. 2, 3. 4. and 7; 5110tlo" V, paragraphs 1 and 2a through 2g. S. Olsputlls arising OUt of Iha labor standards provlalons 0' Section IV (except paragraph 5l Dnd Se~do" V of thsse Required Conllal'lt Pl'ovlslons sholl not be subleet 10 tho genaral disputes clouse of this contract. Such dlllputu sholl be rOlolved In Docor' dance with the prooedurOl 01 the U,S. Department 0' Lobcr IDOLI allIlIl forth 'tn 29 CFR 5, e. and 7. Ol.putu within the moaning of this clouse Include disputes between tho oonlloctor (or anv of it. .ubconWuuonl Dnd the contracting agency, the OOL. or the contractor', omployus or 1hell' l'epIUllnratlvltll. 8. S.I.o1/on of Labor: During the performance or thlll con. tract. ther contractor shall not: a. discriminate a'Jajns~ labor from any other Sla~a. poss,",s. sion. or territory of the United Status (except for emplo'yment preference ror Appalachian contracts. when applicClbl". ciS specified in Attachment AJ. or b. 'employ convict labor. for any purpose within the limits of ~he project unless it is labor performed by convicts who are 0" parole, supervised releaser, or probation. II.' NONDISCRIMINATION (Applicabl8 to all Federal.aid construction contracts and to all related subcontracts of $10.000 or more.) 1. Equal Employmllnr Opportunity: Equal employment opportunity IEEOI requirements nol to discriminate Bnd to take affirmative action to assure equal opportunity as set forth under laws. execudve orders, rules. regulations (28 CFR 35, 29 CFR 1630 and 41 CFR 601 and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall constituta tho EEO and sper-ilic affirmative action standards for the contractor's project Bctivilles under this contract. The Equal Opportunity Construction Contract Specifications set fonh under 41 CFA 60.4.3 and the provisions of the Amoricon Disabilities Act of 1990 (42 U.S.C. 12101 .!1 !!.!!,g.. sot forth under 28 CFR 3S and 29 CFA 1630 are Incorporated by reference in this contract. In the el(ecudon of Chis contraot. the contractor agrees to comply with the following minimum s~ecifio requlre",ent activities of EEO: 11. The contractor will work with the State highway agency fSHA) and the Federal Government In carrying out EEO obllga. clons and in their review ot his/her activities undor tho contract. b. The controctar willllCcept as his operating policy tho following statltment: "It Is rho polley of Ihls Company to DlSura that apr:llcants are omployed. and that employees are treated during employment. without regord to chelr race. lellglon, lex. color, national origin. age 01 disability. Such action shell (ncluder: employment. upgladlng, demotion. or Iran.f"r: lecruhment or reoruitment advertising: layoff or termlnallon: rates of payor other forms of compnnsatlon; and seloctlo,l for tlalnlng. Inoludlng apprenticeship. proapprentlcoahlp, and/or on.tho-Job training." . 2. EEO oute.,: Tho contractol will designate IInd make known to the SHA contlactlng office,. an eeo Off/cer who will have tho rospon.lbllltv for and mU.1 be capable of eff<<tcllvely admlnlsterfng end promoting an Gotlve oontlnotor progrem cf EEO and who mUlt bel assigned adoquate authority and responllblllty to do so. . 3. Dlu.mlnatlon 0' POlicy: All mltmbllfl of the conlroctor', Ilta" who 4ra authorized to hire. .uper"llO, promote, and dl.. chalge employoe_, or who recommend luoh action. 01 who are sub.tnnflally Involved In suoh aotlon. will be made rully counlzanl 0'. and will Implement. tho oonltactor'. no polley and oontrac. tual r.,.ponalbllltle.to provide eeo In eaoh grad. and claulflnao lion of omplovmant. Toen.ure that the above aaruma"t will be PIO.l o '.'-:=".-- = o J~) L- .a...&- JL I I I I 10 I - ..&,,- - ---.......- '~- ' - o o 32 X ~ [j -~ ..... r ';~1.:l":,M1!n.;.Z'.;,/l z < ' :x:~ 1-a5 a::2; <::;) LLJu --'0 ~o ~~I --'I- enu. -0 w>- :EI- <- a:--' u.< !!.1a :X:LLJ I-:J: ZI- ;:0 zl- w UJ :E::;) ::;)0 Uen 0- o!:: LLJUJ :x:u 1-- !:!:b z wrJ) u- -:x: bI- z r "'\ o o l. I r mEte, the foltowing actions will be taken as a minim'Jm: a. P"riodic meotings of supervisory ilnd personnel attics employees will be conducted before the start of work and then not: Jess olten than once evary six months. at which time the contractor's fEO policy and its implementation will be re....iewed and dxplained. The meetings will be conducted by the EEO Officer. b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer. covering ilJl major aspects of the contractor's EEO obligations within chitty days following their reporting tor duty with the contractor. c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in tho contract- or's procodures for locsting and hiring minority group employees. d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employaes, applicants for employment and potential employees. . 8. Tho contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employ. eu by means of meetings, employee handbooks, 'lor other appropriate mesns. 4. Recruitment: When advertising tor employees, the contrac. tor willlncluda in all advartisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be pieced In publications having a largo clrculacion among minority groups In the 8re8 from which the project work force would normally bit derived. e. Tho contractor will, unloss precluded by a valid bargain. Ing agroemltnt, conduct systematic and direct recruitment through publlo and privata employee referral sources likely to yield qualified minority group applicant.. To meal lhls require- ment, the contractor will Identify sourcos of pctentlal minority group employees, and establish with such identified sou roes procedures whereby minority group sppllcoryts may be referred to the contractor for employment consideration. b. In the event the contractor has 8 valid bargaining agree.. manl prollldlng 'or oxcluslve hlr/ng hall rale"al.. ha Is expacted to observe the provision. of thot agroement to the extent that the system permits the contractor's compliance with EEO contract provislonl. (Tha DOL ha. held Ihal where Imp/emantallon 0' such agreements have the effect of discriminating against mlnorltlus or women, or obligates tha contractor to do the same, such Implementation violates Executive Ordar 11246, QlI amend.. ed,l 0, Th" contractor will encourage his prasant employoes to rafa, minority group applloanu 'or amplaymanl. In'ormalion and procedures with ragard 10 rora"lng rnlnor/ty group applicants will be dlscuued with employees. 5. Per.onnel Action.: Wages, working condition., and amployea banefltl .hall ba allablllhed and admlnlllarad. and pr.lrsonnol 80tlons of Itvery type, Including hiring, upgrading, promotion, trandor, demotion, layo". and termination, shall be caken without regard to race, color, religIon, 5.0)(, natlonel origin, .g. or dll.blllty. Tha following procadura. Ihall ba 'ollowad: a, The oontraoto, will oonduct periodic Inlpaolion. 0' project .ltaa 10 Inlura thaI working condlllonl and amployaa racllltlal do nOllndloaea dl.orlmlnalory ..aatment 0' p,ojaot IlIa pallonnal, Ptqe2 o o .. b. The contractor will pltriodically svaludte thlt spread .;)f wages paid within each classific3tion to determinlt any evidltncl!t of discriminatory waglt practices. c.. Thl!t contractor will periodically review selected person- nel actions in depth to determine whether there is evidence of discrimination. Where 8"idanc8 is found, the contractor will promptly taklt corrective aClion. If the reviow indicates that the discrimination may extltnd bit yond the actions rltviewed', suc!' corroctive action shall includlt allof'octed person9. d. The contractor will promptly Investigate all complaints of o'Jlleged discrimination made .to the _ contractor In connection with his obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrltctive action within a reasonable time. If the investigation indicates that the discrimination may affect person9 other than the complainant, such corrective action shall Include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of his avenues of appeal. 6. Training and Promodon: 8. The contractor will assist in locating, qualifying, and increasing the skills of minority group and women employe os, and applicants for employment. b. Consistent with the contractor's work force require.. ments and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., appren~ ticeship, and on..the.job trslnlng programs for the geographical area of contract performance. Where. feasible, 2S percent of opprentlcol!J or trainees In each occupation shan be in their first year of apprenticeship or trnlning. In the event a special provl.. sian for training Is provided under this contract, this !Jubpera. graph will ba superseded as Indicoted In tho special provision. o. Tho contractor will advise employees and applicants for employment of available training programs snd entrance require. mltnts for each. d. Tha contraotor will periodically raview Iha training and promotion potentIal of minority group and women employoes and will ancou,aga eligible employaas to apply 'or such training, and promotion. 7. Union.: If Ihe Contractor relies In whole or In part upon unlona as a .ourCG of employees, the contractor will usa his/her belt ef'orts to obtain thlt cooperation of such unions to Inoreale opportunIties for mlnorltv groups and women within the unlono, and to effect referrals by such unions of minority and famale employees. Action. bV the contractor either directly or through 8 contractor'lI a..ochulon acting as agent will Include the proce. dur.. set 10rth bolow: a. Tha contraelor will ula bast eflortl 10 dOllalop, In cooparation Wllh .h" union.. Joint training program. a/mad loward qualifying mora minority group mamber. and women '0' mambershlp In tha un/ana and Incraa.lng lha Iklll. of minority group amploya.. and wamen 10 ehallhay m.y qualify ror hlgha, paying amploymanl. b. Tha COntraolor will UIO ball alfo". 10 Inoorpora.a .n eeo clau..lnto eaoh union agraemantlo th" and that .uoh union will ba oOlltrootuaUy bound 10 ra'ar .ppUo.nll wlthoUl ragard '0 thalr raca, oolor, rollg/on, .ax, natlonol origIn. age or dllablllty. o. The oontroote, II 10 oblaln In'ormalion a. to lha ra'a".1 o ~ - IIIIJI.: - - _a.....l o -c ..L...___'__ ~ 1[1 --.,...-..:.:.:. ..I.~. I --- o o 32 X ~ 0 bIIJ:i1l!!lil1 ~. ,'c:,;:t:::l;'f:t'!:<;.':: Z < . If- f-dl 0:;2 <::> Wu --'0 ~O ill~1 --'f- enu. -0 W>- :EI- <- a:-' u.< rJ)::> _0 Iw I-:x: ZI- ;:0 Zf- w w :E::> ::>0 UrJ) 0- O!:: Ww :X:u 1-- ~b Z Wen U- -I bf- Z ,.. "'\ o o L practiclI9 and policiu at thelebor union U'cept that to thllt axtent such information is within the excluaive po.sassion of tha labor union and such labor union r.fullas to furnish Iuch information to the contractor. thll contractor shall so certify to tha SHA and shall sat torth what efforts havlt boan made to obtain such information. d. In the event the union is unebllt to prov;d. the contrac. tor with 8 nasonabhl flow of minority dnd women referrels within the time limit set forth in the collective bargaining agreement. the contr3ctor will. through independent recruitment efforts. till the empfo'ftTla"t vacancies without regard to race. color. religion. sex. nalionol origin. agtt or disability: making full afforts to obtain qualiliad and/or qUdlifiable minority group persons and women. fTha DOL has hald that it shall be no axcuse that the union with which tho contractor has a collective bergaining agreement ~ro"iding for exclusive ref<<mal failed to rater minority employees.) In ths event the union referral practiclt prevents the contrector from maating tha obligations pursuant to Executive Order 11248. ell amend(Jd, and thesa special provisions. such contractor shall immedietaly notify the SHA. I I I I. S. S.loctlon of Subcontracta.... Procur.mant of Mat.r'.'. and L.ulnQ 0' Equipmont: The contractor shall not discriminate on tho grounds of raco. color. religion, se)(, national origin, ago or disability in thl!t selecdon and retontlon of subcontractors, Includ. lng procuramont of materials and leeses 0' equipmont. II. The contractor shall notify all ~otenti81 subcontractors and suppliers of his/her EEO obligations under this contract. b. Disadvantaged buslnOlls enterprises (OeE), as defined in 49 CFR 23. shaU havs aqual opportunltv to compata for and perform subcontracts which tho contractor antars Into pursuant to this oontraot. The oontractor will use his best .,tortS to solicit bIds from and to utlUze DeE subcontraotors or subcontractors with maonlngtul minority group and female representation among their employees. Contractor. shall obtain lists of OaE construc" tion firms from SHA personnel.. t t I. I. I I o. The oontractor will uso his best effortll to ensure subcontractor compliance with their fEO Obligations. 9. Record. .nd Repon.: The oontr.ctor shall keep such records 81 necessary to document compliance with the fEO requlremenra. Such records shell be ret.elned for 8 period of throe Yelln following complotlon at the contract work and ,hall be availeble at reBllonable times and plaoes for Inspection by aUlho" r'rad rtpre.lIntatlves of the SHA and the FHWA. e. The records kepr by the oontractor shall document the tollowlng: "l The number at minority and non.mlnorlly group members and women "mployed In each work clluslncallon on tha prolecr; (2) The progrell and altoru baing madaln cooparatlon wlrh unions, when applloabla, 10 lnorella employmenr oppollunl- tlell for mlnorltlo. and women: 13) The progress and ottores being mode In locallno, hltlng, Iralnino. quallfylno, and uporadlng minOrity and femala employeea: and 14} The progrell and atloru belno mada 'n securlno rhe servloes af ODe subaontraclOfJ or lIubcontractora with meaning' ful mlnorlly and famnla npresenltulon nmong Ihelr employeae. o o - b. The contractors will submit an ennu~1 report to the SHA aech July for the duration of the project, indicating tho number 0' minority. women. end non-minority group amployoos currently angaged in aech work classification r'!quired by the contract work. This information is to ba r"port~d on Form FHWA.1391. If on' the job training is being requirad by spacial provision. tha contractor will be requirad to collect and r"port training data. III. NONSEGREGATED FACILITIES (Applicabllt to all F'odaral-aid constluction contracts and to all rel~ued subcontracts of $10,000 o.r more.) a. By submission of this bid. the execution of this contract or slJbconrtact, or the consummation of this matttrial supply agraa' ment or purchase order, as appropriate, the bidder. Federal-aid constluction contractor. subcontractor. material supplier, or vandor. as a~propri8ta. certifies that the firm does not maintain or provide 'or its em~loyees any segregated facilities at any of its establishments. and that ;:'e firm does not permit its employees to pertorm their services at any location. undor its control. where segregatltd tacilities are maintained. Tha firm agreos that a breach of this certification is a violation 0' the EEO provisions of this contreot. The firm further oertirles that no employed will ba doniad access to adequatG facililies on the basis of sex or disability. b. As usad in this cltrtifloatlon. the term .segregated facilities" means any wailing rooms. work areas. restrooms and washrooms, restaurants and other eating areas. tlmeclocks. locker rooms, and other storage or dressing are8S. pllrking lots. drinking 'ountalns, recreation or entartalnmont arees, transpor- tation, and housing facllltlas provldad ror employees which are segregated bV explicit dlroctive, or are, In fact, segregated on the basis of rece. color. religion, national origin, ago or disability. because of habit, local custom, or othorwlse. Tho only exception will be for the disabled when thfl demands ror accessibility override Ce.g. disabled parklngl. c. The contractor agreas that It has obtalnad or will obtain Identical certlfioatlon from proposed subcontractors or matorlal suppliers prior to award of .lIubcorHracts or consummation of matarlal 8uPl'ly agreements 0' $10.000 or more and Ihat It will rataln such certiflcatlona In iu mOll. IV, PAYMENT OF PREDETERMINED MINIMUM WAGE (Applicable to all Federal-aid conatruotlon oontraots exceeding '2.000 IlInd to all relatllld 8uboontraots, exoept for projoats located on roadways classified as locel road, or rural minor collectors, which are sxempt,l 1. Oen.,.1: a. All mechanics and laborar. employad or working upon the site 0' the work will bll paid uncondlllonally and not Ie.. ohan Ihan onca ,. wllIek and without aublflquent deducllon or rebata on any account fexcept .lJch payroll deduotlons nil are permllled bV regulations 129 CFR 3) IlSued by Ihe Secretary 0' lnbor under th. Copeland AOl140 U.S,C. 27801/ the rull amoun.. 0' waon and bona tide frlnae banefltll 'or oa.h equlvalenl' Ihereof) due at lime of paymllnl. The payment shall be aompuced at WIIQS rates not I... than thOle oonlnlned In Ihe wage delerml.. narlon of tha Secratllry of Labor (harrtlnafror .the wage delerml.. "nil on.) which Is aUaohed hereto and madft II part hereo', reoardle.. ot any contractual relatlon.hlp whloh may ba alleged to rndll between Ihe Contractor or Ita subcontractors IInd .uch laborers and mechanlo.. Thll wage detarmlnatlon UncludlnG any P'O.3 ,'-","'"""""'''':''' ,.~.,.__.._--- : o:l o ) ~ lJ '- I o o 32x~D .1,,~':,.;:,,';':.:"~:;'1 z < . J:I- I-di a:;:< <::> Wu --'0 :;;0 CJ)Wj UJ J: i --'I- <flu. -0 UJ>- :EI- <- a:..J u.< !!.115 J:w I-J: Zl- ;:0 zl- ww :E::> ::>0 Ucn 0- ot;: WUJ :X:u 1-- ==5 z wen u- -J: bI- Z y "'\ o o (, additional classifications and waqs ratss conformed '.Jnder paragraph 2 of this Section IV and ths DOL postar (WH.13 21) or Form FHW A.149S) shall be posted at all times by tha contractor and its subcontractors at the site or the work in a prominent and acctJssible placIJ where it can be easily seen by the workers. For the purpose of this Section, contributions made or costs reason. ably anticipated for bona tide fringe benefits under Section l1b1l21 of tho Davi.,eacon Act (40 U,S,C. 276.) on b.half 01 laborers or mechanics ore considered wag~s paid to such laborers or mechanics, subject to the provisions 0' Section IV, paragraph 3b, hereot. Also, for the purpose ot this Section, regular contributions: mode or costs incurred for more than II weekly period (but, not less often than quarterly) under plans, funds. or programs, which cover ths particular weekly period. are deemed to bs constructively made or incurred during such weeklv period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determinafion for the classification of work actually performed. without regard to skill, except as provided in paragraphs 4 and 5 of this Section IV. b. Laborers or mechanics performing work in mora than one classification may be compensated at the rate specified for each classification for the time actulllly worked therein, provided, that the employer's payroll records accuratelv get farth the time spent in each classification in which work is performed. I I t c. All rulings and interpretations at the Oavis.Bacon Act end related act9 contained in 29 CFR 1. 3, and 5 are herein incorporatad by reference In this contract. 2. Cla..ificatlon: a. The SHA contracting officer shall require thot any class 01 laborers or mechanics employee! under the contract. which is not listed in the wege determination. shall be classifiad In conformance with the wage determination. t I I. I. I I b. The contracting officer sholl approve an additional classification. wage rato and fringe banafits only when the tollowlng criteria have bean met: IT) tho work to b. p.rrorm.d by tho addltlonol cl.s.UI- cation raquested Is not performed by B clauiflcation in the wage determlllotlon; 121 Ih. additional clas.lfleatlcn Is utilized In th. 0'.0 by the constfuct(on Industry: t3J tha proposod wag a rate, IncludlnO any bona fide Irlnge banafits, bears 0 raasonable ralollonshlp to the woga rotos contained In the wlIga determination: and (4) with r..p.otto h.lp.". wh.n such a cla.sifleatlon provalls In th. aroa In whloh th. wo,k I. pn,rorm.d. a. II the contractor or subcontractors, B8 approprlato, tha laborars and mechanic. (II known) to be employad In thl addltlonnl clasalllcBtlon or tholr rapresonultlvos, Dnd the contract- Ing aUloar agroe on the clouiliaatlon and wage rate !InclUding the amount deslgnatad lor frlnga bane'lt. whera opproprlota), I '.pOrl 01 th. ..tlon tok.n sholl b. sont by th. eonlraollng ollle.r to th. DOL, Admlnl...alor 01 Ih. Wsg. .nd Hour Division. Employm.nl 51.nd.,d. AdmlnlslWlon, Wa.hlngton, D,C;, 20210. Tho Waga and Hour Admlnl...ator, or on allthorl..d r.pr...ntl\< lIv.. will .pp,ov.. modify, or dlaappravo .v.,y IddlUon.1 ol...Woatlon .otlon wllhln 30 day. or ,.calpl and 'a Idvls. th. conlr.ollng o(lle.r or will nollly tho eonl/aerlng om..r wllhln Ih. 30,day p.,lod Ih.t addlrlanalllm. I' n.a....ry. P'O." - o o .. d. In the event the conUactor or subcontractors, .99 appro. pri~te. the laborer9 or mechanics to be emploved in the additional classification or their representatives, and tho contracting oHicer do not agree on the proposed clessification and wage rate (including the amount designated for fringe benefits. where appropriatel. the contracting officer shall refer tha questions. including the views of all interested parties and ths recommend a-- tion of the conuacting officer. to the Wage and Hour Administra. tor for determination. Seid Administrator. or an authorized representative, will issue a determination within 30 days of recdipt and so advise the contracting officer or will notify th& contracting officer within the 30-day period that additional time is; necassary o. The wage rate !including fringe benefits whore appropri- ate) determined pursuant to paragraph 2c or 2d of this Section IV shall be paid to 811 workers performing work in the additional classification from tlie first day on which work is performed in the cfassification. 3. Paymant of Fringe aanefil.: 8. Whenever the minimum wage rata prescribed in tha contract for a class of labore,s or mechanics includes 8 fringe benefit which is not expressed as an hourly rate, the contractor or subcontractors. 8S appropriate, shall either pay the benefit as stated in the wage determination or shall pay another bonB fide fringe benefit or an hourly cese equivalent thereof. b. If the contractor or subcontractor, 8S appropriate, does not make payments to a trustee or other third person. he/she may consider as 8 port ot the wages of any loborer or mechanic the amount 01 any costs reasonably anticipated In providing bono fido Iringe benelits under 8 plen or program. provided, that tho Secre.. tory 01 Labor has lound. upon the written request of Ihe contrac. tor. that the applicable standards 0' the Oavls.Bacon Act have been met, Tho Secretary of Labor may require tho contractor to set aside In 0 saparote account assets for tho meeting 01 obligations under the plan or program, 4. Appr.ntlce. and Trainee. (Program. of the U.S. DOLI and H.rper.: a. Apprantlces: III Apprantle.. will b. p.rmlnod 10' work .tl... than the predetermined rBta for the work they per'ormed whon they era employed pursuant to Dnd IndIvidually registered In 8 bona tld. approntle..hlp progr.m roglst.rod with th. DOL. Employ. m.nt ond Training Admlnlstr.tlon, Bur..u 01 Appr.ntle..hlp and Training, or with. Sl.t. .ppr.ntle..hlp ao.ncy r.cognlzed by th. Bu,..u, or II a p.,son Is .mplay.d In hls/ha, 1I,.t 90 days 01 probatlonory employment os an opprantlceln such an Dppren1Ic"~ ship p,ogrsm. who I. nOllndlvldually ,.glstor.d In th. p,cg,am. bUI who h.. b..n cortln.d by th. Bur..u 01 Appr.ntle..hlp and T,olnlng or q Stato app,.ntle..hlp .g.noy (wh.r. approp,lat.'to bs eligible 'or probationary ftmplovment dl an opprdntlae. 121 Th. ollow.bl. ,.tlo of appr.ntlc.s to jou,n.yman- l.v.1 .mploy..s on tho job .11. In sny ora't cl...illeatlon .holl nol b. gr..t.r rhan tho r.llo p.,mIU.d to tho cant,aetor .. to Ih. .nllr. wo,k lo,c. undor th. ,.glot.,.d p,ogr.m. Any .mplay.. 'hltod on 8 payroll Dt an apprentice wage rDte, who I, not rogis. t.,.d or olh.rwl.. amploy.d a. .tot.d abov.. ,hall b. p.ld nol I... thon Ih. opplleabl. wag. rol. II.I.d In tho wog. d.,.rmln.. lion lor th. el...llleotlon 01 work .eluslly po,/orm.d. In sddlllon. .ny .ppr.nllc. p.,'ormlng wo,k on tha job sit. In ..e... 0' I". rotlo p.rmiU.d und.r th. r.glll.r.d program shall b. paid noli... o = o Jl lIIIB ) ~[J - - I o o 3") v' ~ 0'''1 , ~ ..r.. ~ .. z < ' :x:1- t-a5 a::E <::;) UJu --'0 ~o r:2~1 --'I- UlU. -0 UJ>- :EI- <- a:--' u.< !!.1a :X:UJ I-:x: ZI- ;:0 ZI- ww :E::;) ::;)0 Uen 0- O!:: Ww :x:u 1-- !:!:b z wCJ) u- -:x: bf- z r " o o than tho applicable wage tllta on the wage dotermination for tho work actually pertormod. Whero a contractor or subcontractor is performing construction on a project in 0 locality other than that in which its program is registared. the ratio:! and wage rlltes [expressed In parcentagu of thlt journeyman-level hourly rllta) spacifiod in tho contractor's or subcontractor's rogistered program shall be observed. I I I I I I- t t I I I (31 Every app,etnticlt must be paid at not las9 than the rate specified in tho rogistared program for the apprentics', laval of progr"ss. oxpressed as 8 percantagd of the journeyman-loyal hourlv 'ala spltcifiod in. tho applicable. wage determination. Apprentices shall be paid fringe bClnefits in accordanc., with ths provisions 0' tho apprenticsship program. If the apprenticeship program don not specify fringe bene'its, apprentices must be paid the full amount of fringo banefits listed on the wage determi. nation 'or the l1pplicabla classific8tion. If the Administrator for the Wage and Hour Oivi9ion determines thot 8 different practics prevails for the applicable apprentica classification. fringes shall be paid in accordance with that determination. o o - 'ess Ihen the applicable predetarmined rate for the work por. formed until an acceptable program is approved. c. Helpers: Helpsrs will bo permitted to work on e project iI the halper clllssitication is specified and defined on the applicable wage dotermination or i!ll approved pursuant to the conformance procedura sat forth in Section IV.2. Any worker listed on a payroll at 8 helper wage rate. who is not a help.,r under a approved definirion, shall btl paid not less than the applicable wag8 rate on the wags determination for the classification of work actually performed. 5. Apprenticu end Trainee. IProGram. of the U.S. DOT): Apprentices a"d trainees working under appranticaship Bnd skill training programs which have b8en certified by the Secretory of Transportation as promoting EEO in connecdon with Federal, aid highway construction programs are not subject to the require. ments of paragraph 4 of this Section IV. The straight time hourly wage rates tor apprentices and trainees unddr such programs will be established by the particular programs. Th8 ratio of apprentic. es and traineas to journeymen shalf not be greater than perminod by the torms at tho particular program. 6. Withholding: Th8 SHA shall upon its own action or upon wrinen request of an authorized r8presentatlve of th8 eOL withhold, or caus" fO bit withheld, from thlt contractor or subcontroctor under this contract or any other Federal contract with the same prime contractor, or any other Federally-assisted contract subject to Davis.Bacon preveiling wage requir8ment8 which Is held by the sam8 prima contractor. all much of the accrued payments or advancftS as may be considered nec'essary to pay laborer. and mechanics, Including apprenticOl, trainees, and helpers. em. ploved by the oontractor or eny suboontractor tho full amount 01 wages required by the contract. In th8 event of failure to pay any laborer or mechanic. Including any apprentice, trainee, or helper. emploY8d or working on the site of the work. all or pert of tha wages required by the contrBot. the SHA oontractlng offlcar may, after wrltt8n notice to the contractor, take such action as may be neo8ssary to cause the suspension 01 any 'urther payment. ad....ance. or guarantee of fundi until suoh violations havo caased. ) (4) In the evant the Bureau of Apprenticeship and Training. or Q State apprenticeship agency recognized by the Bureau. withdraws appro....al 0' an appr8nticeship program. th8 contrector or subcontractor will no longer be permitted to utilize approntices at less tht'ln the applicable predet.,rrnin8d rate for the comparable work parformed by ragular 8mployees until an accaptabl8 prooram is approved. b. Trainaes: 11) Except a!ll prov;ded In 29 CFR 5.1 e. ,ralnoes will not be parmiUad to work at less than th8 predatermlnod rata for the work perlorm8d un'sSI thoy are employed pursuant to and individually registered In e program which has recol....ed prior epproval, evfdancad by formal c8rtlflciJllon by the OOL, Employ. ment end Training Administration. (2) Th8 ratio of trainees to journayman.laval employaes on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Any employo8 IIstad on the payroll at a trainee rete who is not regis- tered and partlolpaclng In a training plan approved by the Employ. ment end Training Admlnltnratlon sha/l be paid not less than th8 applicable wage rllfe on the wage determination lor the clalllflce. tion 0' work actually performed. In addition, anv trainee perform. lng work on tho lob .Ita In excess of the ratio permluad under tho registered program shall be paid not lalll then the appllcabl8 wago rato on tho wag8 detdrmlnatlon for the work actually performed. (3) Every trainee mu.t be paid at not lalls than the rate specified In the approved program for hl.(her 10vollJf progre.., axpresaed all a p8rcentage of th8 journ8yman.level hourly r8to . specified In the applicable wege determination. Tralnusshall be paid 'rlnga benefit! In accordance with the provisions of tha tralne8 program. It the trainee program does not man110n frlngo benefits, traln08s 8hall be paid the full amount of Irlnge benaflts listed on tho wage determination unlu" the Administrator of th8 Wage and Hour Clvislon determln.. IhAt Ihere I. an apprentice. ship program anoclatad with tha corraspondlng Journeyman. laval wage rllte on Ihe wllge determination whloh provides lor leu lhan full Irlnge benents for epprenticlII, In which C8l0 such trulnaet .hall recalva Iha same 'rlnge bane"ts at ftpprantlces, 14) In the eVflnt 11'1" Employment and Tralnln(.l Adm/nit. ltatlon wl1hdrawl apprnvol or II trainIng progrnm. Ihe contractOr or lIubcontractor will no lunger bft permlnod to \fullu tralneel l\t 7. Overtime Requirement.: No contr80tor or subcontraotor contraotlng for any part 0' tha contract work which mey require or Involve the employ. ment of laborerl, machanlol, watchmen,. or guard. (InclUding apprantlcal, trainees, and helpe" described In paragraph. 4 and 5 abova) thall raqulre or parmlt any laborar, machanlo, watch. man, or guard In any workweek In which he/llhe II amploved on such work, to work In excel. of 40 hour. In .uoh workwaak. unIon luch foboror. mechanlo, wetchman. or guard receives comp8ntatlon at a ral8 not les. than one.and'ono.half tlmn hit/her ballc r"to 0' pay for all hours worked In 8XCell of 40 houII In such workw8ek. 8. Vlol.tlon: I o o LI.blllly I., Unp.,d W.a..: Uquld.t.d O.m.au: In tho evant or any violation ot the clauae lilt forth In paragraph 7 abova, the contracto' and any .ubconCraotor ratpon.lblll thereof Ihall be liable to Ihe aUocted employee for hl,/her unpaId wages. In addition, suoh con11110tOr and subcontractor .hall b8 IIGble to PIG_II ~,'.",~~","~.,~~ - = )l ~ [J ~D l 0 0 32x _III' L ~.ML"'- - Ia...!....- ... .... ~ ---- --~ l.J::.~~L lL..lI the United States (in the case of work done under contract for the ~istrict of Columbia or 8 r-Hritory. to such District or to such territory) lor liquidated damdges. Such liquidated damages shall be computed with respect to each individual laborer. mechanic. wetchman. or guard employed in violation of the clause set forth in paragraph 7. in chs sum of $10 for each calendar dayon which such employes was required or permitted Co wark in excess of Ihs standard worl( wsek of 40 hours without payment of the overtim" wages required by the clause set forth in paragraph 7. 9. Withholding for Unpaid l,V4Qe. and Uquid~ted Damege.: Th" SHA shalt upon its own action or upon written raquast of any authorized representative of the DOL withhold, or caUS8 to he withheld. from any monies payable on account of work performed by.the contractor or subcontractor under any such contract or any other Federal contract with th8 same prime contractor. or any other Federally-assisted contract subject to the Contract Work Hours end Safaty Standards Act. which is held by the same prima contractor. such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph 9 above. V. STATEMENTS AND PAYROLLS (Applicable to all Federal.aid construction contracts exceeding $2.000 and to all related subcontracts, except for projects located on roadways classified as local roads or rural collectors, which ere exempt.) 1. Compliance wl1h Copeland Regulation. (29 CFR 3): The contractor shall comply with the Copeland Regulations of the Secretary of Labor which are herein incorporated by refor- ence. 2. Payroll. and Payroll Record.: II. Payrolls and basic records rolatlng therato shall be maintainod by the contractor Dnd each subcontractor during the course of the work and preserved for 0 period of 3 years from the dote of completion of tho contract for all laborers, mer:honlc9, appranticas, trainees, watchmen, helpers, and guards working at the sita of the work. b. The payroll records shall contain tha nome, social sacurlty number. and addross of each such amployee; his or her correct closslflcation: hourly rates of wogos paid (Includlnq rotos of contributions or costs antlclpOhJcJ for bona tide fringtt benefits or cosh equivalent thereof tho typos desl:ribed in Section 1 (b1l21(BI olth. Oovl. Booon ActJ: doily ond wo.kly numb., of hours worked: dnductlons made; and Dctuol wages paid. In addition, tor Appalochlnn contracts, the poyroll records shall contoin a notollon IndlcDtlng whethftr Ihe omployee does, or doos not, normally raside In rhe labor area aB do fined in Anachment A, paragraph 1. Whonovor tho Socrotluy of Lobar, pursuant to Soctlon IV, paragraph 3b, has fnund Ihat rho wages at any labor"r or mechanic Include tho amount of ony COSUI reosonobly onticlpollld in providing banotitg undor 0 plan or program do. .cribod In Sootlon llbl(2)(BI o'tho Oovlo Bocon ACl, tho controc. tor and odeh subcontractor shall molnrnln rscords which show that thft commtlrnont to provldn such banaflts Is onrorcoable, thnt tho plan Dr program Is f1nonclnlly responsiblo, thai thl! plan or program hns b""n communi cat lid In wrlllng to thl! laborars or mechanlclJ aFflicted, nnd IIhow Ihe cosl anticipated or Iho aClunl cnU Incurred In prol,'lding banor".. Conlractors or lubcontrac. tors omploylng appron,lc". or Hllin""" undor npproved pr"grams f'''V",tI - o o .. shall maintain wrinen evidence of the registration of apprentic8$ and trainees. and ratios and wage rates prl!scribed in the applicable programs. c. Each contractor and subcontractor shall furnish, each week in which any contract work is performed. to the SHA resident engineer a payroll of wagas paid aach of its employees (including apprentices, trainees, and helpers. described in Sdction IV, paragraphs 4 and 5, and watchmen and guards engaged on work during the precading weekly payroll period). The payroll submitted shall set out accurately and completely all of the information required to be maintained undar p.uagraph 2b of this Section V. This information may be submitted in any form desired. Optional Form WH.347 is available for this putpose and may be purchased from the Superintendent of Documents (Federal 9tock number 029.005.0014-1). U.S. Government Printing Office, Washington, D.C. 20402. The prime contractor is responsible for thlll submission of copies of payrolls by all subcontractors. d. Each payroll submittad shall tie accompanied by a "Statement of Compliance," signed by the contractor or subcon. tractor or his/her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) that the payroll for the pEJyroll period contains the information required to be maintained under paragraph 2b of this Section V and that such Information is correct, and complote: (2) that :such laborer or mechanic (including each helper, apprentice, and trainee) employed on thlll contract during tho payroll period has been paid tha full weekly wages earned, without rebate, either directly or indirectly, and that no doduc- tlons have been made either directly or Indirectly from the rull wages earned, other than permissibl~ deductions 8S set forth In th. R.oulatlon.. 29 CFR 3: 13) that each laborer or mechanic has been paid not less that tha applicable waga rata and fringe benents or Qosh equivs. lent for the classification of worked porformed, as specified In the applicable wage determination Inoorporated into tha contract. e. . The weakly submission of a properlv oxecuted certlflco". lion ..tlorth on th. r.v.... .Id. 01 Option.' Fo,m WH.347 .hail satisfy the requirement for submission of tha .Statement of Compilonc.- ,.qul,ad by parogroph 2d olthla S.ctlon V. f. The falsifioatlon of any of the above certifications may ,ublect the contractor to civil or criminal prosecution under 18 U,S.C, 1001 ond 31 U.S,C. 231. g. The oontroolor or subcontractor shall make Iha records r.qulr.d und., pn,agr.ph 2b 01 thl. S.cllon V ovollobl. '0' I n.pection, copying, or transcrlpllon by au thorlzed 'reprase nlallves 0' th. SHA, th. FHWA. 0' tho DOL, .nd .hall p.rmlt 8uch r.p,.' sentatlves to Intervlow employe os during working hours on tho Job. It the contrlotor or lubcontraotor falls to lubl"lt tho required record. or to maka tham available, tho SHA,lhe FHWA, the COL, or nil may, arler wrlttan notice to the contractor, sponsor, nppllcllnl, or ownor, take such ac~lonll D' may be necetllary fa causa Iho lIu.punslon of onv turther payment, advance, or guaranleo at 'unds. Furthermore, failure to submit tho roqulred racordl upon requolt or to make such records 'IIvnllable moy be grounds 'or dobarment nc,lon pursuant to 29 CFR 5,12. I () o VI, RECORD OF MATERIALS. SUPPLIES. AND LABOR ,..'~,","""""""'~,~,",~,,- = 0 ]J 10 32X ~J (] ,-- .Ll ....JI~'--'_: . - __Ub.. JIIlIII\I - ......-, - -11I111.... ... ..:ac.. ~ l 0 1lIb...d::::. ~.L!:o. (;,~:~iWit'~l,'lj; z < ' :x:1- 1-15 a::E <::;) Wu --'0 ~Cl t3 ~1 --'I- enu. -0 w>- :21- <- a:--' u.< en::;) _0 :x:w I-:x: ZI- ;:0 zl- ww :E::;) ::;)Cl Uen 0- O!:: Ww :x:u 1-- ~b z wen u- -:x: bI- z ".. "'\ o o .I-.~ <. 0 - r 1. On all Federal-aid conCracC. on the Nacionel Highw8V System. lIXcepC chou which pro....idll solely for che instellation of protllcti..... de.,,;ce. lit railroad grade crossings. those which arll construct cd on . forclI account or direct labor basis. highway bcautification contracts. end contracts for which the total final construction cost for roadway and bridge is less than S 1.000.000 (23 CFR 635l the contractor shell: e. Become familiar with thalist of spacific materials and supplies contained in Form FHWA.47. .Statement of Materials and Labor Used by Contractor of HighwaV Construction Involving Federsl Funds, . prior to the commancemont at work under this contract. t b. Maintain II record of thIS total co.t of all materials and supplies purchased tor and incorporatad In the work, and aloo of tho quantitiu of these specific meteriels and supplies listed on Form FHWA.47. and in tho u"its shown on Form FHWA.47. I I c. Furnish. upon the completion of tho contract. to the SHA resident engineer on Form FHWA.47 together with the data required in paragraph 1b reladva to materials and supplies. a finel labor summary at .U contract work Indicating the total hours worked and the total amount earned. I I t: I, t r I I r 2. At the prima contractor's option. aither a single report covering all contract work or saparate reports for tha contractor and for each subcontract shall ba submitted. VII. SUBLETTING OR ASSIGNING THE CONTRACT 1. The contractor shall perform with Its own organization contract work emountlng to not las8 than 30 percent (or a gruter percentago if specified elsewhare In tho contract) of the totel original eontrect prica, excluding any specialty Items designated bV the State. Specialty Items may be performed by lubcontr8ct and the amount of 8ny such spaclalty Items par~ formad may be daduc.ted from the total original contract price before computing tha amount of work required to be performad by the contractor's own organization (23 CFR 8351. 8. .It. own organization- lIh811 be con8trued to Include only worka" employed and p81d directly by tha prime cont~lIctor and equipment owned or rented by the prime oontrector. with or without operata,.. Such term does not Include employees or equipment of a .uboontractor, alllllllgnee, or agent 0' the prime contractor. b. .Speclalty Itemll" shall be construed to be limited to work that requlras highly specialized knowledge, abllltllll, ar equipment not ordinarily availeble In the type of contracting organizations qu.olltled and expactad to bid on tha contract as 0 whole and In general arll to be IImltad to minor componantll 0' tha overall contract. 2'. The contract amount upon' whloh the raqulrement. lat 'orth In paragraph 1 a' Section VII II computed Include. tha COllt a' mOlterlll1 end manufaotured productl which are to be purchated or produced by the contractor under the oonlract provlllonl, 3. The oontraotor Ihall furnh,h la) a competent luperlnlendent or super....l.or who II employed bV the firm, hOl 'ull authority to direct performanoe of tho work In aacordanca with the cantrnol requirements, and Ie In charge of all conltructlon operatlQnlt (reglJrdlell 0' who performl the work) and Ibt luch other of Itl own organluelana' ,.1I0UrCel C.uparvlslon, management, lInd er'lglMllerlng urvlcal} ae the SHA contracllng o"lcer delermlnet II necuury to UlIurll the performance 0' the contract. -- o o .. 4. Nn portion of tho contract shall be sublet, auignad or otherwise disposed at except with the writtan consent of the SHA contracting officer, or euthorizad represanteti....e. and such consent when given shall not' be construed to raUevo :he contractor of any responsibility for the fulfillment of tho contract. Writtan consent will be givan onlv aftar the SHA has assured that each subcontract is evidenced in writing and that it concains all pertinent provisions and requirements of the prima contract. VIII, SAFETY' ACCIDENT PREVENTION ,. !n the, performance at this con,tract the contractor shall comply with all applicable Federal. Stete, end local laws Co....er". ing sefaty. health. and senitation 123 CFR 635). Tho contractor shell provide all safeguards, ufety devices and. protecti....e equipment and tako anv other needed actions as it daterminlJS. or e. che SHA contracting officer may d.cermina, to be r08son. ablv necessary to protect the life end health of employees on the job and the safety 'of the public and to protect propluty in connection with the performance of the work covered bV the contract. 2. II is a condition of this contract, and shall be made a condition of each subcontract. which the contractor anters into pursuant to this contract, that tho contractor and any subcontrac. tor shall not permit any employee. In performance of the con. tract, co work in surroundings or under conditions which are unsenitary, hazardous or dangerous to his/her health or aafaty, as determined under construction safety and health standard::J C29 CFR 1926) promulgated by the Secratary of Labor. In tlccordanclt with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 333.. 3. Pursuant to ~9 CFR 1928.3, it Is . condition of this contraot that tha Secratary 0' Labor or authorized reprasentatl....e thereat, shall have right of entry to any ,'ta of contract perlor' manco to Inspect or Investigate tha maUer of ccmpllance with the construction ufety and health standards and to CIIrry out the dutle. of tha Secretory undor Section 107 0' the Contract Work HOUri and Safety Standards Act (40 U.S.-C. 333), IX. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS In order to assuro high quality and durable construction In conformity with approved plens and apltcltfcatlons and a high dagreo of reliability on .tatements and representation I made bV engineer" contractors, suppliers, and workers on Federal.ald highway proJecta, It II alSentlal that all personl C10ncarned with the project perform their functions 01 carefully, thoroughlv. and honully illS posslblo. Willful fal.lflcatlon, dietortfon, or mlsrepro. lentatlon with rOlpoct to any faots related to tha proJect I. a violation 01 Foderal IdW. To, provent any mleunderstandlng regarding the IOrloU8n8l1 of Ihaee and .Imllsraeta, the fOllowing notice sheH be pOlted on each Federal.ald highway project 123 CFR 835) In one or moro place. whare It I. readily avalloble to all petlon_ concerned wHh the prolact: NOTICE TO ALL PERSONNEL ENOAGEO ON FEOERAL'AIO HIGHWAY PROJECTS 1S U,S,C. 1020 ".d. ..'olI.w.: -WhOIlV"', beIng an olllcllr, .g.nt, or ,mp/oy.. of Ihll Unlflld SIsru,. or of Bny S,.,. 0' Tllff'tOry, or who.'I,r, wh.,htlr . p"4on, IIUDc/lft/on, fIrm, or corpor.t/on, knOWingly m"k.# ..ny IIJI$. 4tlJI,m.nf, "'4. "pr."nfllt/on, "r I,,/~, r.port.~ to the charllctllr,qu"lIty, quant/WI or calt"I the m.t"'.! uud Of to h. UJ.d, Of 'hI qu.ntity Of qu~/"ty of Ihll work pllffOfm"d Of to bll '14- , r';".,_..~,l"'~~"'-"'f = -~ ......JI -' u _J o~ - - . III ..:= ~--... ) ~o I ~- - o o 32 X ~ 0 -~ JL"]lIq-~ ~-1 ::::','.;~~,lIlili:'~ Z I < . :x:1- 1-a5 a::E ,) <::;) Wu --'0 ~O ~~I --'I- enu. -0 W;>o \ :EI- <- a:--' u.< en::;) _0 I ' J:W I-J: ZI- ;:0 Zl- I WW :E::;) ::;)0 Urn 0- O!:: I Ww :x:u 1-- !:!:b I z wVJ u- -:x: bI- z I- I, r "\ I 0 [ '- I 0 I J ( r porformsd, or the cost thsrtlof in cannsction with the submission of plans, maps, spscilications, contracts, or costs 01 construction on any highway or rslated proj8ct submitted for approval to ths S8crllt3ry of Transportation; or Whosv8r knowingly makes any falsestatem8nt, lalss represen. lation, false ruport or lalse claim with respect to the character, quality, quantity, or cost of any work performed or 10 bfl psr. lorm8d, or materials furnishsd or to be furnishsd, in conn fiction with the construction 01 any highway or rslat8d projsct approved by the Secretary of Transportation,' or Whoevsr knowingly makes any false statemBnt or falss repr8. ssnlstion as to material fact in any statement, certifieatB, or rsport submitted pursuant to provisions of thfl Federal.aid Roads Act approvsd July I, 1916, 139 Stat. 355), as amsnd8d and supphlm8ntfld,. Shall bs fin9d not mOfS that $10,000 or imprisoned not mars than 5 yesrs or both. . X, IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT (Applicable to all Federal.aid conscruction contracts and co all related subcontraccs of $100,000 or more.) By submission of chis bid or the execudon of this concract, or subcontract, 8S appropriate, the bidder. Federal-aid consuuction conrraccor, or subconCractor. 8S appropriate. will be deemod to have stipuhued 8S follows: 1. That any fscillly that Is or will be ucilized In the performance of this contract. unless such contract Is exempt under cho Clean Air Act. 81 omendad (42 U.S.C. 1 8S7 !1 !.!S., a9 amonded by Pub.t. 91-604), snd under che Fadarsl Woter Polluclon'Conrrol Act, 01 amended (33 U.S.C. 1251 !!.!!!l., as emandad by Pub.L. 92.500), Executive Order 11738. and regulations in Implementa. tlon th.r.o' (40 CFR 151 I. not lI.t.d. on tho d.t. 0' contr.ct awerd, on the U.S. E!nvlronmenca' ProtecClon Agancy IEPA) list 01 Viol.tlng F.ciliti.. pur.u.nt to 40 CFR 15,20. 2. That the firm agrees to comply and remain In compliance whh all Cha raqulramenCs of Socclon 114 at the. Cloan Air Act end SecCion 308 01 the Fedo~8f Wacor PolluclDn Concrol Act and all reguloclons and guldollnes listed cheroundor. 3, Th.t tho IIrm .h.1I promptly notlly th. SHA 0' tho r.c.lpt 0' any communication from the Dlrectot, Office of Federal Accivltles, EPA. Indlc.tlng thot . "aclllty th.t I. or will b. utlllz.d '0' tho conuoct is under conslderadon Co be listed on the EPA list of Vlolallng Faclllli... 4. That the firm agrees Co Incruds or couse 10 be Included cha requirements of paragraph 1 Ihtough 4 ot chi. Sactlon X In overy nonexempt subcontraot, and funher agtDeS to take such dation 49 the govetnment may dlraol 01 I meons of enforcing luch requlremantl. XI. CERTIFICATION REGARDING DEBARMENT, eUSPENSION. INELIGIBILITY AND VOLUNTARV EXCLUSION t. In'lructlon. lor C.rtlflcadon ' Prlm.ry Cov.r.d Tran..c. tlon.: IAppilcobl. 10 all F.d.rol'old controcl. . 49 Cr-R 291 a, By .Ignlng ond .ubmlttlng thl. propoool. th. pro.p.ctlv. P"'-J.' -- o o .. primary participant is providing the c8rtificacion set out below. b. The inability of a porson to provide the cDnificacion set out below will not necessarify result in dGnial of participacion in Chis covered transacdon. The prospective participant shall submic an explanacion of why it.cannoc provide che cenification sat ouC below. The certification or explanacion will be considared in conneccion wich che department or agency's decerminacion whether to onCer into this transaction. However. failure of che prospective primary participant to furnish a certification or an explanation shall disqualify such a person from participalicn in Chis transaction. . c. Thecortification in this clause is a matorial represenca- don of fact upon which relianes was placed when che departmenc or agency decermined to ~mCet into chis transaccion. lfit is lacer decermined that the prospective primary parth:ipant knowinQly rendered an erroneous certification. in addition Co other remedies available co the Federal Government, the depanment or agency may terminate this crans action for cause of default. d. The prospective primary participant shall pro....ide immediate wriuen notice to the deparcmenc or agency to whom this proposal Is submitted if any cime the prospecdve primary participant learns that Its cenification was erroneous when submitted Ot has become errondOUS by reason of changed citcumscances. o. The terms "covered transaction," "debarred," "suspend- ed," "Ineligible," "lower cier covered transaction." .parllcipant." .person," .primary covered trans8ctlon," "principal," "proposel," and "voluntarily excluded," 8S used In this clause, have che meanings set out In the Oeflnitlons and Coverage seccions ot rules Implemenci,ng Execudve Order 12549. You may contact the deparlment or ogancy to which this proposol Is IlJbmltted for assiscance In Obtaining a copy ot those regUlations. f. The prospective primary parlicipant agrees by submlulng this proposal Ihat, should the proposed covered transaction be enCered Inco, it shall not knowingly entor Into any lowerder covered tronsacclon with a porson who is debarred, suspended, d.clor.d In.llglbl., 0' voluntarily ..clud.d from portlclpotlon In this covered tron8aollon. unless 8uchorlzed by tho department or agency entering Into thl. trens8cclon. g. Th. pro.pactlv. primary po,tlclp.nl furth.r og'... by .ubmlttlng thl. propo..1 th.t It will Includ. tho clau.. IltI.d "Cenltlcaclon Regarding Oebarment, Suspension, Inellglblllcy and Voluncary Excluslon.Lower T1ar Covered Transaction," provided by the deportment or agency enlarlng Into this coverod transao- lion, whhout modlflcaclon, In all lower clor C10vered tran,aollons and In 011 sollcltaclonl for lower tier covered transacclons. h. A participant In a coveted Iron.ootlon may rely upon a corclflcadon af a prospective paniclpant In I low"r tiar coverett tranlDcclo" that Is not debarred, suspended, Ineligible, or volun. tarilv excluded from the cover"d UanllGctlon, unlOl.lt knows chat th. c.rtlllcotlon i. .rron.ouo. A partlclpont may d.cldo tho m.thcd ond lr.quoncy by which It d.l.rmln.. tho .lIglblllty 0' It. prlnclpol.. Each p.rtlclpont moy, but I. not r.qulr.d to, ch.ck lho nonprocur.monl portion 0' tho 'U.,. 0' Parli.. E.clud.d From Federal Procurement or Nonprocutemenl Pragrom."INonprocure. m.nt Li.lI whIch I. compil.d by tho G.n.r.1 S.rvlc.. Admlnl.tra. ticn. I. NOlhlng conlalnod In lh. 'o,ogolng .holl ba constru.d 10 roqulrd eslobll.hmant at I Iy.rem of recotd.ln otder 10 render In good 'ollh th. c.rtlflcotlon r.qul/.d by thl. cl.u.... Th. kn.wl. o :l .-..""~_f~. ,", = ~ = l 0 .h. _A .oM l.r"" -- - - ...... ) 1[1 I - o o 3;!xlrJ .i. , 'U'O'..Il>.......dl~'"" ;;'.;.:r-J..'t.j;::,;....:i!J.!. z < ' :1:1- 1-a5 a::E <::;) Wu --'0 ~O t:l~1 --'I- Cf)u. -0 l.U>- ::!:I- <- a:--' u.< en=> _0 :l:W I-:x: ZI- ;:0 ZI- ww ::!:::;) ::;)0 Uen 0- O!:: Ww :X:u 1-- !:!:b Z WCf) u- -:I: bt- Z r l 01 o (, 0 J>. f. edge .nd information of participant i. not required to exceed ttlut which is normally posse:5lsed by a prudent porson in the brdintlfY course of business doalings. I f J. Except far transactions authorized unde, peroor.ph . of theae instructions. if a participant in a covered traMoction knowingly entors into a lowe, lIer coyerctd Itaftuction with. person who is suspended, debarred, ineUgibte. or voluntarily excluded from participotion in this transaction. in dddilion to othor romodie. ayailable to the Fed"r.1 Goyernment. tho depart. ment at egency may terminate Ihis transaction for cause dofdlult. \ I, \ f. ,- Conification Regarding Deb4rment. Su.p.n.lon. InaKgibility and Volunury EJIlclu,lon..Primory Covered Tran.octlon. 1. The prospective primary participant cortinas to the best of its knowledge and beliar, Ihat it and its principals: 81. Are not presently debarred, suspended, proposod for dobarmont, doclarod ineligible. or voluntarily oxcluded from covered transactions by any Federal deportment or agency; b. Have not within a 3-ya8r period precoding this proposal been convicted of or had a civil judgement ronde red .gainst them tor commission at tr8ud or a criminal ollenlllln connection with obtaining, anempting to obtein, or pertorminG a public IFederal, S tata or locel) tr.MuctlO" or contract under a public transaction; violacion of Fedoral or State .antltrult statutos or commission at embezzloment, thoft, forgery, bribery, falsification or deslructlon of racords, making tofu staloment" or receiving slolan property: 1 f) { I. t o. Aro not presently indictad tor or otherwise criminally Or civilly chargod by a governmental entity IFederal, State or local) wilh commluion at any of the of'onse. onumerated in paragraph 1 b of thl. cortlflcadon: and . d. Have not wil"ln . 3.vaar period precedlno this appllcOo tlon/propo.al had one or more public transactions (Fedoral, State or local) termineted for caute or do'ault. 2. Whers Ihe prospective primary parllclpant I, unabla to carllty to any or the statementll In this certifIcation, lIuch prolpecllve parllclpant shall attach .n axplanatlon to thie proposal, 2, In'trucllone for C.r1lIlc'llo" ~ Lowor Tier Covered Tr.nuc- done: (Applicable to oil .ubcontracte, purch.lIe ordell and other lowor tier transactione of $ 25,000 or mora ~ 49 CFR 29) ( t 'I. I' ., By Ilgnlng and lIubmltllno thlt propolll, the prospeotlve lowor Ilor I. providing tho cflrtUlCallon lOt out below. b, Tho celttlflcallon in thl. chluu Is . macerhlll reptelent.- tlon of facr upon w"lch tellanee was placed when Ihls tr.n..a~ lion we' enlared 'nlo. If It I. later detelminad Ihat ,"e pro.pec~ tlve lower tIer penlclpent knowingly rendor"d an erronecus cartlficaflon,ln addillon to other remedl.. available to the Foderal Government, the department, Ot agency with which this Itllnuc. lion originated may punue 4vallnble lemedlal, Includlno lu'pttn. - (\ o .. sion and/or dolHtlmont. c. The prospectiva lower tior pStticipant shall provide immediate written notice to 1"0 pareon 10 which thi. proposal is lubmiued if .t .ny time Ihe prospective lower tier participant learn. that U. cortification was erroneous by reason of changed circumstdnce.. d. Tha terms .covered transaction." .debarred,. "suspond. ed,. .ineligible.. .primary coverad tran,action.. .participant,- .person," "principal." .proposal," and "voluntarily excludad. - os used in this claus.,. hIve the meaninos sot out in tho Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact tha person to which this proposal is submitted for assistance in obteining a copy of Ihose regulations. e. The prospective lower tier participanlag,eel by submit- ting this proposal that, should tho proposed covered trensaction be entored into. il sholl not knowingly onlor into any lower tior covered transection with a person who is debarred, suspended, daclarad intlligible, or volunt.arily excluded from participetion in this covered transaction. unlels authorized by the department or agency with which t!1is t,ansaction originated. f. Tho prospective lower tier participant funhor agrees by submitting Ihls proposal that it will include this clause til/ed "Certification Regarding Oobarment. Suspension, 'neligibililY and Voluntary Exclusion.Lower Tier Covered Transaction," without modification, In all lower tier covered transaclions and in all solicitations for lower lier covered tran9acllons. g. A participant in 81 cave,red transaction may rei V upon a certification of a prospective participant In a lower tier covered transaction that Is not debarred. suspended, ineligible, or volun. tarily excludod from the covered trllnlactlon, unleu it knows thot the cortlflcatlon Is erroneous. A participant may decide the method and frequency by which it determines the eligibility of lis principals. Each participant may, but Is not required to, check the Nonprocurement Ust. h. Nothing contained In the foregolno shall be construed to require establishment of e system of records in order to render In good talth the cenltlcallon required by thl. clause. The knowl. edge and information of participant 10 not roqulred to 8lil'ceod that which is normally polt8Sl1ed bV a pludent parson In the ordlnery courllo of buslnells dealings. I. Elil'cept for traniactlons authorized under paragraph.. of the.e In. !ructions, If a partiCipant In II covered transaction knowingly enters Into a lowet tier cove rod tran.actlon with a petlan who I. suspended, debarrod, Ineligible, or voluntarily excluded from participation In thlll tr.nIGctlan, In addition 10 olhar remedies available to the Federal Government, the depart. ment or agency with which this transaction orlglnatad mey pursue availnble remodlos, IncludinG IUlponllon and/or deber. ment. C.rtffle.llon RegardinG C.b.rmant, Burp.n,lon, 'nellglbllltv and Voluntary !.IIclu.lon..Low.r TI., Coy.r.d Trln..allon.: ,. The pro.pectlve lower tlet participant clulUlet, by lubml.. .Ion 0' thl. plopallll, thai nallhet it nor It. prlnclpole In prello,uly deb.rred. IUS pend ed, propolOd fordabarmont. declared Inollglble. or voluntarllv excluded from panlclpallon In thl, tranlactlon by any Fed.ral department or agency. PIG_ . - = - ~ .- - ---1- II J o~ .dIIlJ2J1!1'J~-=----~- -.-... ) 10 --- ,. I o o 32 >< ~ 0 Wlm_L -........ ... r ::';~j Z <( . :J:f- 1-15 a:::;; <:;, wu --'0 ~o fB ~I --'I- enu. -0 w>- :EI- <- a:--' u.< !!.15 :X:w I-:J: Zf- ;:0 zl- ww :E ::;); ::;)0 Uen 0- o!:: Ww :X:u 1-- !:!:b z WfJ) u- t= :J:, Or- Z r ""\ o o --:- o o .. r .( y r r (' (., l I l [ '- [ L [/ I L f r r 2. Where the prospective lower tier participant is unable 10 certify to any. 01 tho statements in this certification. such prospoctive participant shall attach an eJCplanation to this proposal. I I j) I 1 I o o I _Ulb\~--;;'" -"'---- [ ~! 0 2 " 10 L~~ I ~j . ___-L I III - M..tM. :b.J JJ :: ' >-' ~=-:'lL ~.:::~- --- ~- r ,;"i~'~?M;,'.1J1 r f. z r < ' :I:f- f-al a:::i: I <~ Wu --'0 ~C .. r (/)w! w:I:, --'I- enu. -0 w>- I. ::i:f- <- a:--' u.<l: en~ _0 I, :X:w I-:I: Zf- ;:0 zl- ~. WW :E~ ::;)0 Uen 0- I o!:: Ww :I:u 1-- !:!:b '[ Z wen u- -:I: bf- e z r r '" r. 0 I. r [ 0 / f r r o o - State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Rates For Public Works Contracts 100 ../ .=----~ : ]) 10 ~O c 0 0 32>< '.b.._ - - . ~ '-.d.is1 -~ - ".,... ........:b..... J1 ..AM -- J........ .- 1 ( z r <( , zf- f-dl cr:::; I <::> Wu --'0 Uo ~~ I --'f- enu. -0 w>- L :2f- <- cr:-' u.< !!.115 L :X:w I-z Zf- i=o zf- k LU w :2::> ::>0 U(/l 0- l Ot: Ww Zu f-- !:!:b 1 Z wen u- -z bI- t Z '[ 1. r " 0 L I, f. 0 ,j I r c o c .. CTATE OF WASHINGTON DEPARTMENT OF LABOR AND INDUSTRIES PO BOX 44540, OLYMPIA, WASHINGTON 98504-4540 (360) 902-5335 FA-X (360) 902-5300 February 1, 1996 TO: ALL INTERESTED PARTIES FROM: JIM p, CHRISTENSEN, INDUSTRIAL STATISTICIAL'\I SUBJECT: REVISED PREVAILING WAGE RATES Attached are revised prevailing wage rates in effect for contracts bid on or after March 2, 1996. Revised rates for Truck Drivers are included in the attached wage sheets. Specific mtes for both dump trucks and transit mix trucks are included, These rates are the result of a recent wage and hour survey. I very much appreciate the input many of you provided. BID SPECIFICATIONS OR CONTRACTS THAT DO NOT CONTAIN THE PREVAILING WAGE RATES (ATTACHED) ARE IN VIOLATION OF RCW 39.12.030, TRA VEL TIME REMINDER Washington prevailing wage law applies to an public work, regardless of whether the work is performed at the project site, EXAMPLE: If workers are required under the terms of the contract to report to a remote location and ride a bus to the project site, this would be compensable time under the public works contract. Another example is trucking (which can include hauling excavated materials from the project or delivering materials to the project and participating in the incorporation of those materials into the project). i!),,~~ o = o :l ) ~ [J I o o ':) "',> ',,' ~ r-, ~$ ~;,... ,~-. 1ft. ~!~., o o .. r State of Washington DEPARTMENT OF LABOR AND INDUSTRIES r Prevailing Wage Section. Telephone (360) 902-5335 PO Box 44540. Olympia, WA 9850~40 C Washington State Prevailing Wage Rates For Public Works Contracts z JEFFERSON COUNTY < ' II- Effective 03-02-96 f-t5 cr::E I ......."'....,..".,.....-....._..................*_......*-**.....**..***......*._........_..*.**.......".**..*******.*****.****."........ <::;) (Se. Benefit Code Key) UJu --'0 I ~o Hourly Hourly Over en L.U; t,er.ss;ne.l;on Wage Fringe lime Holiday Note w:t:i ~ ~ ~ Code ~ --'f- en u. -0 ASBESTOS ABATEMENT WORKERS UJ>- I' JOURNEY LEVEL $19,SI S4,85 1M 50 :EI- <- 10lLERMAKERS a:--' u.< .- JOURNEY LEVEL $23,57 S8,76 lR 5N en::;) _0 t BRICKLAYERS & MARBLE MASONS :x:w I-I JOURNEY LEVEL $23,09 $5,38 lR SA Zf- ':ABINET MAKERS (IN SHOP) ;:0 JOURNEY LEVEL $13,12 $0,00 ZI- l :ARPENTERS UJ w . ACOUSTICAL WORKER :E::J $22,28 $5,81 1M 50 ::;)0 Uen CARPENTER $22,12 $5,81 1M 50 O- r CREOSOTEO MA TERrAL $22.22 $5,81 1M 50 o!:: UJw ORYWALL APPLICATOR $22,12 S5,81 1M 50 :x:u FLOOR FINISHER $22,25 $5,81 1M 50 1-- !:!:b [ FLOOR LAYER $22,25 $5,81 1M 50 Z FLOOR SANDER $22.25 S5,81 1M 50 WOO U- MILLWRIGHT AND MACHINE ERECTORS $23,12 $5,81 1M ,50 -:x: bl- PILEORIVER $22.12 $5,SI 1M 50 Z I. SAIM'ILER $22,25 $5,81 1M 50 SHINGLER $22,25 $5,81 1M 50 STATIONARY PO\M:R SAW OPERATOR $22,25 $5,SI 1M 50 l STATIONARY WOOOWORKING TOOLS, $22,25 $5,81 1M 50 :EMENT MASONS CEMENT MASON $21.59 $7,27 IN BE CONCRETE SAW $21.84 $7,27 IN 8E f. CURB & GUTTER. SIOEWALKS $21,59 $7,27 IN 8E CURING $21.59 $7,27 IN 8E r FINISH COLOREO CONCRETE $21.64 $7,27 IN 8E [ GUNITE N02ZLE PERSON $21.84 $7.27 IN 8E MASTIC, EPOXY, PLASTIC $21,S4 $7,27 IN 8E 0 PATCHING & PAVING $21.59 $7,27 IN BE r PO\M:R TOOLS & GRINOERS $21.84 $7,27 IN 8E SANOBLASTING $21,84 $7.27 IN 6E SEALING COMPOUND $21.59 $7,27 IN BE TRO\M:L MACHINE ON COLORED SLABS, COMPOSITION OR KALMAN $23,09 $7,27 IN BE r FLOORS TRO\M:LING MACHINE. CURe & GUTTER MACHINE, SCREED & $21.B4 $7.27 IN BE I 0 RODDING MACHINE TUNNEL WORKERS $21.84 $7,27 IN BE 0 0 r UNoERLAYMENT $21.84 $7.27 IN BE , IVERS & TENDERS OlVER $54,19 $5,S1 1M so 8A DIVER TENDER $24.11 S5,81 1M 50 P.oo 1 : o ~ ~ [1 ~' ["oJ 11'...4") "j ,3..-;_ .....', ~,. '.'1.... (, o . .h....M. LMIll .. u_ -" ,- ~---..7--VO-'... ~ _LL I~JnIill - o .f~"'7:tl:..~ o .. I: JEFFERSON COUNTY r EffectIVe 03-02-96 ......................**********'*****................******..*""****.***.***.........***.........**......*****........***...*** ,-- (See Benefit Code Key) r~fi I Hourly Hourly Over Z Wage Fringe Time Holiday Note <l: ' :I:I- laSSllca Ion ~ Benefits Code Code Code 1-15 o::E f 'OREDGE WORKERS <::l ASSISTANT ENGINEER $21.50 $6,81 lN 50 6L Wu --'0 ' ASSISTANT MATE (DECKHAND) $21.07 $8,81 IN 50 8L ~c CJ)W; I 80ATMEN $21.50 $6,81 IN 50 8L w::I:! CRANEMAN $21.55 $6,81 lN SO 8L -'I- enu. ENGINEER WELDER $21.55 $6,81 lN 50 8L -0 LEVERMAN, HYDRAULIC $21.93 $6,81 lN 50 8L w>- ~I- I' MAINTENANCE $21.07 $6,81 lN 50 8L <- MATES $21.50 $6,81 1N 50 0:--' 8L u.< (fl::l OILER $21.15 $6,81 IN 50 8L _0 fORYWALL TAPERS :I:w I-:I: JOURNEY LEVEL $22,45 $5,21 lJ SA ;<:1- 'ELECTRICAL FIXTURE MAINTENANCE WORKERS ;:0 Zl- JOURNEY LEVEL $8,00 $1,37 lJ SA W w [SLECTRICIANS -INSIDE :E::l ::l0 CABLE SPLICER $26,74 $7,61 lJ 6H Uen CABLE SPLICER (TUNNEL) $29.41 $7,67 lJ 6H 0- C!:: I CERTIFIED WELDER $25,53 $7,57 1J 5H Ww CONSTRUC'r10N STOCK PERSON $13,37 $4,61 lJ 6H :I:U 1-- JOURNEY LEVEL $24,31 $7,53 lJ 6H ) !:!:b ' JOURNEY LEVEL (TUNNEL) $28,74 $7,61 lJ 6H Z wen II'LECTRICIANS - MOTOR SHOP U- . CRAFTSMAN $13,95 $1.42 2A 6C -:I: bt- JOURNEY ~EVEL $13,29 $1.40 2A 6C Z I 'ELECTRICIANS - POWERLlNE CONSTRUCTION _ CABLE SPLICER ' $26.37 $6,17 4A SA 8E CERTIFIED LINE WELDER $23,61 $6,08 4A SA 8E '(, GROUNDPERSON $16,69 $4,84 4A SA 8E HEAO GROUNDPERSON $17,97 $4,88 4A SA 8E HEAVY LINE EOUIPMENT OPERATOR $23,81 $6,OB 4A SA 8E JACKHAMMER OPERATOR $17,97 $4,88 4A 5A 8E I, JOURNEY LEVEL LINEPERSON $23,81 $8,08 4A SA 8E LINE EOUIPMENT OPERATOR $20,54 $4,97 4A SA 8E r "'\ POLE SPRAYER $23,61 $8,08 4A SA 8E [ POWOERPERSON $17.97 $4,88 4A SA 8E ELECTRONIC & TELECOMMUNICATION TECHNICIANS 0 JOURNEY LEVEL $12,07 $0,00 (E!l.EVATOR CONSTRUCTORS CONSTRUCTOR $17,87 $7,65 4A 81 . MECHANIC $25,53 $8.30 4A 81 MECHANIC IN CHARGE $28,72 $8,57 4A 51 ( PROBATIONARY CONSTRUCTOR $12,77 $0,32 4A 81 FABRICATEO PRECAST CONCRETE PRODUCTS 0 ALL CLASSIFICATIONS $13,50 $0,00 I 11 FENCE ERECTORS 0 0 FENCE ERECTOR $13,80 $0,00 FENCE LABORER $11.60 $0,00 ,: FLAOOERS I' JOURNEY LEVEL $14,03 $4,65 1M 50 r Page 2 .~'-''''~~~::vr... - : ) \... 0 0 ~O ~12 X ~D __1- - ":IllI&._ "- ,Us JH -. 1.~--.....Ltt1 L-4h [ I' _*.....*._..h............._.__...._.:~:.C~.~~~~::~*__..._.._................................... (See Benefit Code Key) r Classificalion i' JEFFERSON COUNTY Z <t ' :r:1- I-a] a:::; <::> Wu ..JO ~o ~~! ..JI- enu. -0 w>- :::;1- <- a:..J u.<t !!.15 :r:w I-:r: ZI- ;:0 Zl- w w ::;::> ::>0 UCJ) 0- Oc WUJ :r:U 1-- ,,=b Z wen u- -:r: bf- Z r GLAZIERS JOURNEY LEVEL . HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC [' HEATING EQUIPMENT MECHANICS MECHANIC INDUSTRIAL ENGINE AND MACHINE MECHANICS I" MECHANIC ,INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL INLAND BOATMEN f DECKHAND " ENGINEER.DECKHAND OPERATOR I. NSPECTION. CLEANING. SEALING OF SEWER & WATER SYSTEMS CLEANER OPERATOR, FOAMER OPERATOR GROUT TRUCK OPERATOR HEAD OPERATOR TECHNICIAN TV TRUCK OPERATOR INSULATION APPLICATORS [" JOURNEY LEVEL RONWORKERS JOURNEY LEVEL [.A BORERS , ASPHALT RAKER BALLAST REGULATOR MACHINE BATCH WEIGHMAN CARPENTER TENDER CASSION WORKER CEMENT DUMPER/PAVING CEMENT FINISHER TENDER CHIPPING GUN CHUCK TENOER CLEAN.UP LABORER CONCRETE FORM STRIPPER CONCRETE SAW OPERATOR CRUSHER FEEDER CURING CONCRET~ DEMOLITION, WRECKING & MOVING (INCLUOING CHARREO MATERIALS) DIVER ORILL OPERATOR (HYORAULIC, DIAMOND, AIR TRAC) EPOXY TECHNICIAN FALLER/BUCKER, CHAIN SAW FINAL OETAIL CLEANUP (1.0" dusting, vacuuming, window claonlng; NOT construction dobrls claonup) GABION BASKET BUILDER GENERAL LABORER GRADE CHECKER & TRANSIT MAN GRINOERS l V' r I. L r ( o o r r r Pogs 3 (.. ._-. : - o = .. $19,99 $19,51 $14,83 $19,51 $20,35 $19,99 $19,51 $19,SI $19,51 $19,51 $19,51 $10,99 S14,B3 S19,51 $19,51 S20,35 $19,99 S19,51 S19,99 S12,51 S19,51 S19,51 $'9,99 S19,51 o o Hourly Wage EM! Hourly Fringe 8enetlts 514,53 525,16 516,04 512,B6 57,90 $15.19 516,81 517,59 $6,25 $9,50 510,50 $6,25 $8.75 $16.56 $20,50 S4,65 $4,65 54,65 $4,65 $4,65 54,65 $4,65 $4,65 54,65 $4,65 , $4,65 $4,65 $4,65 $4,65 $4,65 $4,65 S4,65 $4,65 $4,65 S4,6S $4,65 S4,6S S4,65 S465 - o $0,00 54,B9 52.41 52,79 51.17 52,96 $2,96 52,96 $1.4$ $1.9B $2,28 50,00 $1.78 50,00 59,32 .) Oller Time Code Holiday Code lF 6R lJ SA lK lK lK 50 50 50 lB SA 1M 1M 1M 1M 1M 1M 1M 1M 1M 1M 1M 1M 1M 1M 1M 1M 1M 1M 1M 1M SO 50 50 SO 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 1M 1M 1M 1M 50 50 50 50 Note ~ --.M~_L1~~-";' ~o "T" .. I o o II , J '~''"I ')( wi "'-I ......'_,. t, 1_, ~J.lIo..Ao.........dl . ..- - o ,':;';;.U.'t:~~~ o - r JEFFERSON COUNTY [ Effective 03-02-96 ...****'***1IIHI*********...............**********........_.************'*"************************........'********.*.*111''''...***** (See Benefit Code Key) r Hourly Hourly Over Z Wage Fringe Time Holiday Note < . :x:1- Classification ~ Benefits Code Code Code 1-a5 a:::E [ HAZARDOUS WASTE WORKER LEVEL A 520,35 $4,65 1M 50 <::> HAZARDOUS WASTE WORKER LEVEL B $19,99 $4,65 1M 50 "'u --'0 HAZARDOUS WASTE \NORKER LEVELS C B. 0 $19,51 $4,65 1M 50 ~o r HIGH SCALER $19,99 $4,65 1M 50 en WI w:X:1 HOD CARRIERIMORTARMAN $19,99 $4,65 1M 50 --'I- JACKHAMMER $19,99 54,65 1M 50 enu. -0 MINER $20,35 $4,65 1M 50 w>- r NOZZLEMAN, CONCRETE PUMP. GREEN CUTTER WHEN USING HIGH $19,99 $4,65 1M 50 :EI- <- PRESSURE AIR B. WATER ON CONCRETE B. ROCK. SANDBLAST. a:--' u.< GUNITE. SHOTCRETE. WATER BLASTER en::;) PAVEMENT BREAKER $19,99 $4,65 1M 50 _0 r :X:w PILOT CAR $14,63 $4,65 1M 50 I-:x: PIPE RELINER (NOT INSERT TYPE) $19,99 $4,65 1M 50 ZI- ;:0 PIPELAYER B. CAULKER $19,99 $4,65 1M 50 ZI- t POT TENCER $19,61 $4,65 1M 50 '" w :E::;) PO'MJERMAN $20,35 $4,65 1M 50 ::;)0 PO'MJERMAN HELPER $19,51 $4,65 1M 50 Uen 0- 1 RAILROAD SPIKE PULLER (POWER) $19,99 $4,65 1M 50 O!:: RE-TIMBERMAN $20,35 $4,65 1M 50 Ww SPREADER (CLARY POWER OR SIMILAR TYPES) $19,99 $4,6S 1M 50 :x:u D 1-- SPREADER (CONCRETE) $19,99 $4,6S 1M 50 !:!:b Z I. STAKE HOPPER $19.51 $4,65 1M 50, woo TAMPER & SIMILAR ELECTRIC, AIR & GAS $19,99 $4,65 1M 50 u- -:x: TAMPER (MULTIPLE & SELF PROPELLED) $19,99 $4,65 1M 50 b~ I TOOLROOM MAN (AT JOB SITE) $19,51 $4,65 1M 50 Z TOPMAN. TAlLMAN $19,51 $4,65 1M 50 TRACK LINER (POWER) $19,99 $4,65 1M 50 TUGGER OPERATOR $19,51 $4,65 1M 50 1 VIBRATING SCReED (AIR. GAS. OR ELECTRIC) $19,51 $4,65 1M 50 VIBRATOR $19,99 $4,65 1M 50 WELL.POINT MAN $19,99 $4,65 1M 50 I LABORERS. UNDERGROUND SEWER & WATER GENERAL LABORER $19,51 $4,65 1M 50 r PIPE LAVER $19,99 $4,65 1M 50 [ LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $11,42 $0,00 0 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK ORIVERS $7,61 $0,00 LANOSCAPINCl OR PLANTING LABORERS $7,93 $0,00 J: LATHERS JOURNEY LEVEL $22.26 $5,61 lJ 5A MACHINISTS (HVDROELECTRIC SITE WORK) f. MACHINIST $16.B4 $0,00 METAL FABRICATION (IN SHOP) I FlnERMlOLOER $15.18 $0,00 J LABORER $11,13 $0,00 0 0 r MACHINE OPERATOR $10,86 $0,00 PAINTER $11.41 $0,00 PAINTERS r BRUSH & ROLL PAINTER $12,80 $0,00 SPRAY PAINTER $13,30 $0,00 r P.g. 4 ...:~'..,q_...,..,".. --- = ) 10 ( ~[] 0 0 '-'? . v_. X .. - .1 - ~... ~ (,) o .. r JEFFERSON COUNTY r Effective 03-02-96 ..............J;.......... "'*""...."... .............................. A...... ............,.,.......,............***********"*"*'**........"..,..***....*...**......***.**...........***** (See Benefit Code Kay) I ~"SSifiC'lion Hourly Hourly Over Z Wage Fringe Time Holiday Note < ' Rate Benefits Code ~ ~ J:I- ...iri .PLASTERERS a::E <:::> I JOURNEY LEVEL $21.69 $7,25 1R SA Wu --'0 .PLAYGROUND & PARK EQUIPMENT INSTALLERS ~o JOURNEY LEVEL $7,93 $0,00 ~~I [PLUMBERS & PIPEFITTERS --'l- . JOURNey LeveL $31.66 $0,00 enu. -0 POWER EQUIPMENT OPERATORS "'>- [ ASSISTANT ENGINEERS (OILERS) 519,66 $6,61 lN 50 8L :EI- <(- BACKHOES, (75 HP & UNDER) $21.76 $6,81 IN 50 8L a:--' u.< BACKHoes, (OVeR 75 HP) $22,12 $6,Bl 1N 50 8L !!.115 f BACKHOES, (3 YO & UNDeR) $22,12 $6,81 lN 50 8L J:w BACKHOES, (OVER 3 YO ANO UNDER 6 YO) $22.56 $6,81 lN 50 8L "':X: ZI- BACKHOES, (6 YO AND oveR \MTH ATTACHMeNTS) $23,06 $6,B1 lN 50 8L ;:0 BATCH PLANT OPERA TOR, CONCRETe $22,12 $6,81 1N 50 8L zl- f BeLT LOADeRS (ELEVATING lYPE) $21.76 $6,81 IN 50 8L ww ::!:::;) BOBCAT $19,66 $6,81 lN 50 8L :::>0 Uen BROOMS $19,66 $6,81 1N 50 8L 0- BUMP CUTTER $22.12 $6,Bl lN 50 8L o!:: t "'''' CABLeWAYS $22.56 $6,B1 lN 50 BL J:u CHIPPER $22.12 $6,81 1N 50 BL D 1-- !:!:b COMPRESSORS $19.68 $8,Bl 1N 50 8L Z I CONCRETe PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $22,12 $6,81 lN 50 8L WOO CONCRETE PUMPS $21,78 $8,81 1N 50 8L u- t=~ CONVEYORS $21.76 $8,81 IN 50 8L 0 ( CRANes, THRU 19TONS. WITH ATTACHMENTS $21,78 $6,81 lN 50 8L Z CRANES. 20 - 44 TONS, WITH ATTACHMENTS $22,12 $6,81 1N 50 8L , CRANes, 4S TONS -99 TONS. UNDeR 150 FT OF BOOM (INCLUDING JIB $22,58 $6,B1 1N 50 8L \MTH A TACHMENTS) L CRANes, 100 TONS -199 TONS, OR 150 FT OF BOOM (INCLUOING JIB $23.08 $8,81 IN 50 8L WITH ATTACHMENTS) CRANES. 200 TONS & oveR, OR 250 FT OF BOOM (INCLUDING JIB WITH $23,58 $8,81 IN 50 8L I. ATTACHMENTS) CRANes, A-FRAMe. 10 TON AND UNDeR $19,68 $8,81 IN 51? BL CRANes, A-FRAME. OVER 10 TON $21,78 S8,81 1N 50 8L r "'I CRANes, oveRHEAD, BRIDGE lYPE ( 20 - 44 TONS) S22,12 $8,81 1N' 50 8L l CRANes, oveRHeAD, BRIDGe lYpe (45.99 TONS) $22,56 $6,B1 IN 50 8L CRANes, oveRHeAD, BRIDGe lYpe (100 TONS & OVeR) S23,08 $8,81 IN 50 OL 0 'CRANes, TOIM:R CRANe S23,08 $8,81 1N 50 8L [ CRUSHeRS $22,12 S8,81 lN 50 8L DeCK eNGINeeR/DECK \MNCHeS (POIM:R) $22,12 S8,81 IN 50 8L DeRRICK, BUILDING $22,58 $6.al 1N 50 8L DozeRS, 0-9 & UNDER S21.78 $6.a1 IN 50 8L ' t DRILL OILERS. AUGER lYpe. TRUCK OR CRANE MOUNT $21.78 S8,81 IN 50 8L DRILLING MACHINe $22,12 S8,81 IN 50 8L I 0 eLEvATOR AND MANLIFT. peRMANeNT AND SHAFT-lYPE S19,88 $8,Bl IN 50 8L 0 0 r EQUIPMENT SERVICE ENGINEER (OILeR) $21.78 S8,81 IN 50 8L FINISHING MACHINE/CURB EXTRUDER $22,12 $8,81 IN 50 8L FORK LIFTS, (3000 LDS AND OVER) $21.78 S8.61 IN 50 8L r FORK LIFTS, (UNOER 3000 LBS) $19,88 $6.al IN 50 8L GRAOE eNGINEER $21.78 SO,81 IN 50 8L GRAOeCHECKER AND STAKeMAN $19,68 S8,81 IN 50 81. r Page 5 I ~_.,,,,__ft:'l".~1:'Ift C . ) 10 ~ rJ l 0 0 32x - ~ -'I - - - - . , lJ~. - o o .. f JEFFERSON COUNTY I Effective 03-02-96 ...........-._..........*--_....-._.**..........*.*-**...*..***.......**********....._**.....**************.*.............. (See Benefit Code Key) f Hourly Hourly Over Z \Nage Fringe Time Holldav Note < ' If- Classificallon ~ Benefits .~ ~ 1-a5 Code a:::;; I HOISTS, AIR TUGGERS $21.76 $6,81 IN 50 8L <:;:) HYORALlFTS/BOOM TRUCKS (10 TON & UNDER) $19,60 $6,81 IN 50 Wu 8L --'0 ~o HYORALIFTS/BOOM TRUCKS (OVER 10 TON) $21.76 $6,81 IN 50 8L ~~I I LOADERS, OVERHEAD (UNDER 6 YO) 522,12 $6,81 IN 50 8L --'I- LOADERS, OVERHEAD (6 YO UP TO 8 YO) $22,56 $6,81 IN 50 8L enu. LOADERS, OVERHEAD (8 YO 80 OVER) 523,06 $6,81 IN 50 8L -0 LOCOMOTIVES, ALL 522,12 $6,81 1N 50 8L UJ>- ::;;1- L MECHANICS, ALL (WELDERS) 522,12 $6,81 IN 50 8L <- a:--' MIXERS, ASPHALT PLANT $22,12 $6,61 IN 50 8L u.< en::;) MOTOR PATROL GRADER (FINISHING) $22,12 $6,81 IN 50 8L _0 MOTOR PATROL GRADER (NON,FINISHING) $21,76 $6,81 IN 50 8L :x:w r I-:x: MUCKING MACHINE, MOLE, TlJNNEL DRILL ANOIOR SHIELD $22,56 $6,81 IN 50 8L ZI- OIL OISTRIBUTORS, BLOWER DISTRIBUTION ANO MULCH SEEDING $19,66 $8,81 IN 50 ;:0 8L OPERATOR ZI- t PAVEMENT BREAKER W UJ $19,66 $6,Bl IN 50 8L :E::;) PILEDRIVER (OTHER THAN CRANE MOUND $22,12 $6,81 IN 50 8. ::;)0 Uen PLANT OILER (ASPHALT CRUSHER) 521.76 $6,81 IN 60 8L 0- POSTHOLE OIGGER, MECHANICAL $19,66 $6,Bl IN 50 8L o!:: [ Ww POWER PLANT $19,66 $6,81 IN 50 8L :x:u PUMPS. WATER $19,66 $8,81 IN 50 8L 1-- D I- QUAD 9. 0-10, AND HO-41 $22,56 ::0 $6,Bl IN 50 BL Z L REMOTE CONTROL OPERATOR $22,66 $p,81 IN 50 8L WOO U- ROLLAGON $22,56 $8,81 IN 50 8L -:x: bl- ROLLER, OTHER THAN PLANT ROAD MIX $19,86 $8,Bl IN 50 8L Z l ROLLERS, PLANTMIX OR MUL TILIFT MATERIALS (COMPOSITION $21.76 $8,81 IN 50 8L MATERIALS) ROTO-MILL, ROTO.GRINDER S22,12 S8,81 IN 50 8L [ SAWS. CONCRETE $21,76 $6,61 IN 50 8L SCRAPERS. CONCRETE AND CARRY ALL S21,76 S6,Bl IN 50 8L SCRAPERS, SELF-PROPELLED (UNOER 45 YO) $22,12 $8,61 IN 50 8L SCRAPERS, SELF.PROPELLEO (45 YO AND OVER) $22,56 S6,Bl IN 50 BL t SCREED MAN $22,12 $6,Bl IN 50 8L SHOTCRETE GUNITE $19,86 $6,Bl IN 50 6L .,. "' SHOVELS, (3 YO 80 UNDER) S22,12 $6.81 IN 50 6L 1 SHOVELS, (OVER 3 YO AND UNDER 6 YO) $22,56 $6.81 IN 50 6L SHOVELS, (8 YO AND OVER WITH ATTACHMENTS) $23.06 S8,Bl IN 50 8L 0 SLIPFORM PAVERS $22,56 $6,61 IN 50 6L SPREADER, TOPSIOE OPERATOR. BLAWKNOX $21,76 S6,Bl IN 50 6L r SUBGRAOE TRIMMER S22,12 $6,Bl IN 50 6L TRACTORS, (75 HP 80 UNOER ) $21.76 $6,Bl IN 50 6L TRACTORS, (OVER 75 HP) $22,12 $6,81 IN 50 6L 'I TRANSPORTERS, ALL TRACK OR TRUCK TYPE $22.56 $6,61 IN 50 6L TRENCHING MACHINES $21,76 $6,81 IN 50 8L 0 TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $21.76 $6.81 IN 60 6L I I TRUCK CRANE OILER/DRIVER (100 TON & OVER) $22,12 $6.81 IN 50 6L 0 0 Wl-iEEL TRACTORS, FARMALL TYPE $19,66 $6,Bl IN 50 6L YO YO PAY DOZER S22,I2 $6,81 IN 50 6L POWER EQUIPMENT OPERATORS. UNDERGROUND SEWER 80 WATER r ALL CLASSIFICATIONS $19,65 $0,00 POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $20,10 $5,05 4A SA f P.g. 6 <- 0 ,....-- - = 0 ) ij [] "),., ~jq '. '" ('II 1 ....,'.t.:.. >, '" .... - o o .. { JEFFERSON COUNTY I Effective 03-02-96 **"'**'lIIt......***..***1It1l*******"'****.***.*******.......*******~*****'*********..*****.*****************...***'*..***** (See Benefit Code Key) Hourly Hourly Over Z I Wage Fringe TIme _ Holiday Note < ' Classification Rate Benefits Code ~ ~ II- 1-1ij LINE CLEARANCE EQUIPMENTOPERATOFl $19,12 $4,32 4A 5A a:::2; l. <=- SPRAY PERSON $18,79 $4,30 4A 5A Wu TREE TRIMMER $17,35 $4,96 4A 5A --'0 ~o TREE TRIMMER GROUNDPERSON ICHIPPER OPERATOR $12,17 54,08 4A 5A ffl~1 I ,qEFRIGERA nON & AIR CONDITIONING MECHANICS --'f-- MECHANIC 527,68 50,00 en u. -0 RESIDENTIAL CARPENTERS UJ>- t' JOURNEY LEVEL $11.65 $3,50 :EI- <- RESIDENTIAL DRYWALL TAPERS a:-' u.< JOURNEY LEVEL $16,95 $0,00 !!.1a RESIDENT1AL ELECTRICIANS Iw JOURNEY LEVEL $15,94 $0,00 I-I Zl- ~ESIDENT1AL GLAZIERS ;:0 JOURNEY LEVEL $10.72 $0,00 zf-- I RESIDENTIAL INSULATION APPLICATORS UJW :E=- JOURNEY LEVEL $11.00 $2,96 ::;)0 RESIDENTIAL LABORERS U(fl 0- JOURNEY LEVEL 58,44 $0,00 o!:: WUJ { ~ESIDENTlAL PAINTERS Iu .. JOURNEY LEVEL $10,00 $0,00 :> 1-- !:!:b RESIDENTIAL PLUMBERS & PIPEFITTERS Z I' JOURNEY LEVEL ' $18,91 $0,00 W(/) ..'IESIDENTlAL REFRIOERA nON & AIR CONDITIONING MECHANICS u- -I JOURNEY LEVEL $18,68 $4,26 lB SA bI- Z t "lESIDENTlAL SHEET METAL WQRKERS JOURNEY LEVEL $13,55 $2,70 ROOFERS ' JOURNEY LEVEL $21.40 $4,90 lR SA I USING IRRITABLE BITUMINOUS MATERIALS $24,40 $4,90 lR SA lHEET METAL WORKERS JOURNEY LEVEL $25,71 $7,06 lJ 511 ( liON MAKERS & INSTALLERS (ELECTRICAL) JOURNEY LEVEL $17,29 $2,00 ". , . STOCK PERSON $8,65 $1,14 I 'lION MAKERS & INSTALLERS (NON-ELECTRICAL) JOURNEY LEVEL $12,15 $0,00 0 '~OFT FLOOR LAYERS JOURNEY LEVEL $10,68 $0,00 r IOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $9,95 $0,36 lB 60 SPRINKLER FlnERS (FIRE'PROTEc'nON) I JOURNEY LEVEL $25,00 $9,30 18 5C ITAOE RIGGING MECHANICS (NON STRUCTURAL) I 0 JOURNEY LEVEL $10,50 $2,73 0 0 SURVEYORS 1 CHIIIN PERSON $0,3S $0,00 , INSTRUMENT PERSON $11.40 $0,00 PARlY CHIEF $13,40 $0,00 I 'SLEPtiONE LINE CONSTRUCTION. OUTSIDE CIIBLE SPLICER $18,06 $3,08 28 511 POO. 7 r .-,:-"",,..,..,.,.,.:.-,.. C _l I [J a IJ (. 0 0 3"'" '''' ''':;,A -l_UIIJ ~ - . - _~Li ~- - -- P" o o - { JEFFERSON COUNTY t Effective 03-02.96 (See Benefit Code Key) -******...*-.,..-**'******.**.......-....****.....**"****.********.********-************....*********.*******.......** I Hourly Hourly Over Z Wage Fringe Time Holiday <. :x:f- Classification ~ Benefits ~ ~ f-a5 o:::E I HOLE DIGGER/GROUND PERSON $8,83 $2,53 28 SA <::;) INSTALLER (REPAIRER) 517,20 53,03 28 SA UJu --'0 JOURNEY LEVEL TELEPHONE LINEPERSON $16,60 $3,00 28 SA ~o POLE SPRAYER $16,60 53,00 28 SA ~':i!1 I SPECIAL APPARATUS INSTALLER I $18,06 $3,08 26 SA --' f-' en u. SPECIAL APPARATUS INS'rALLER II $17,64 $3,06 28 SA -0 TELEPHONE EQUIPMENT OPERA TOR (HEAVY) 518,06 53,08 26 SA UJ>- :El- l' TELEPHONE EQUIPMENT OPERATOR (LIGHT) $16,60 53,00 28 SA <- TELEVISION GROUND PERSON $8,24 52.49 28 SA a:--' u.< ~a TELEVISION LINEPERSON $11.90 52,71 28 SA :X:UJ [ TELEVISION SYSTEM TECHNICIAN 514,72 $2,68 28 SA I-:x: TELEVISION TECHNICIAN 512,95 $2,78 28 SA ZI- TREE TRIMMER 516,60 53,00 28 SA ;:0 Zl- TERRAZZO WORKERS & TILE SETTERS UJ w [ JOURNEY LEVEL $22,27 55,31 lR SA :E::;) ::;)0 TILE, MARBLE & TERRAZZO FINISHERS Uen FINISHER 517,60 $5,06 lR SA 0- O!:: [ TRAFFIC CONTROL STRIPERS Ww JOURNEY LEVEL $18.33 $4,46 lK 5A :x:u 1-- TRUCK DRIVERS !:!:b L DUMP TRUCK $20,64 56,28 1M 50 Z DUMP TRUCK & TRAILER 521.22 56,28 1M 50. wen u- OTHER TRUCKS 521.22 $8,28 1M 50 -:x: bl- TRANSIT MIXER $1,4.47 $0,00 1 Z [ WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $11,60 $0,00 OILER $9,45 $0,00 I. WELL DRILLER $11.60 $0,00 r I 0 l [ l 0 f I r, Page 6 ~.~l~~"', ..-....- = - Jl ( 0 0 ..LJ ....... - ~- .i-----d. Note Code 8L 8L 8L -,.....-.. 10 -- I o o ')'} V Ij. [] ~J.u;,~ ,.." ~ ' 1::'__ z <' :r:f- f-1E 0:;2 <::::l UJu --'0 ~D en w, UJ :r:, --'f- enu. -0 UJ;>- :EI- <- 0:--' u.< en::::l _0 :x:w I-:r: ;Z:f- ;:0 Zl- UJ w :E::::l ::;)0 Uen 0- o!:: UJUJ :x:u 1-- ':!::b z w(/'J u- -:x: br- z or " o o l - o o .. r 1 t I BENEFIT CODE KEY EFFECTIVE 03-02-96 "'.... '" "'.... .... ....... "'.. ... ..... '" '" '" .......... '" ........... ...... ................... ....... "'.. "'...... .... ..... "'.. "'.... .................. ..... OVERTI'IE CODES L ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID ATONE AND ONE.HALF TIMES THE HOURL Y RATE OF WAGE, A, ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE. HALF TIMES THE HOURLY RArE 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 HOURL Y RATE OF WAGE, I I { I I. I, I I. t I. I I I I r C, ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURL Y RATE OF WAGE, E ALL HOURS WORKED ON SATURDA YS (EXCEPT MAKEUP DAYS), SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE. HALF TIMES THE HOURL Y RATE OF WAGE, F, THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE,HALF TIMES THE HOURLY RATE OF WAGE, ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (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 OFWAGE, 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 ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE, ], THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATIJRDAY. AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE, K, ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE.HALF TIMES THE HOURLY RATE OF WAGE, ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE, L, ALL HOURS WORKED ON SATIJRDAYS, 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 HOURL Y RATE OF WAGE, M, ALL HOURS WORKED ON SATIJRDAYS (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 SATU,RDAYS (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 DOUIJLE THE HOURL Y RATE OF WAGE, p, ALL HOURS WORKED ON SATIJRDAYS (EXCEPT MAKEUP DAYS) AND SUNDAYS SHALL BE PAID AT ONE AND ONE. HALF TIMES THE HOURLY RATE OF WAGE, ALL HOURS WORKED ON HOLIDAYS SHALL DE PAID AT DOUBLE THE HOURL Y RATE OF WAGE, R, ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT 1W0 TIMES THE HOURL Y RATE OF WAGE, U, ALL HOURS WORKED ON SATIJRDAYS SHALL BE PAID liT ONE AND ONE.HALF TIMES THE HOURLY RATE OF WAGE, ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL DE PAID AT 1WO TIMES THE HOURLY RATE OF WAGE, ALL HOURS WORKED ON LABOR DAY SHALL DE PAID AT THREE TIMES THE HOURLY RATE OF WAGE, W, ,\LL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL DE PAID AT ONE AND ONE.HALF TIMES THE HOURLY RATE OF W,\GE, SATIJRDAYS AND SUNDAYS MAY DE WORKED AS A MAKE.UP DAY AT THE PREVAILING HOURLY RATE OF WAGE (NO OVERTIME) WHEN WORK IS LOST DUE TO ANY REASON BEYOND THE EMPLOYER'S CONTROL, ALL HOURS WORKED ON HOLIDA YS SHALL DE PAID AT 1W0 TIMES !fIE HOURLY RATE OF WAGE, ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER OA Y OR FORTY ('10) flOURS rER wEEK SHALL DE PAID" TONE ,\NO ONE.H"LF TIMES TilE 1I0URLY RATE OF WAGE, ", THE FmST SIX(6) HOURS ON SATURD"Y SH"LL BE PAID ATONB AND ONE-H"LF TIMES TflE HOURL Y RATE OF WAGE ALL HOURS WOIIKED IN EXCESS OF SIX (6) IIOURS ON S,\TtJRD"YAND ALL HOURS WOIIKED ON SUNDAYS ,\NIl HOLlO" YS SHALL BE rAIO AT 1W0 TIMF.S TilE HOIJRLY Il.o\T':.oP W,\GE fJ, ALL HOURS WORKED ON HOLIOA YS SHALL DE P,\lD AT ONE ,\ND ONE.IIALF TIMES TIfF. HOIJRL Y RATE or wMiF. ) : o o - ....- ....- -- ~ ) tl [J - --.-' I o o :3 2: :~~ MY - lJbII -~ ~~RWfIII v-- Z < ' I.... ....a5 a::E <::;) L.UU --'0 ~O en L.U I w::I:! --'.... U)u. -0 L.U>- :E.... <- a:--' u.< U)::;) _0 :x:w I-:x: ZI- ;:0 Z.... ww :E::;) ::;)D Uen 0- Ot: Ww IU 1-- !:!:b z wen U- -:x: bI- z V' "I o o l. o c .. r L 1 ! BENEFIT CODE KEY EFFECTIVE 03,02-96 E, ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE. HALF TIMES THE HOURLY RATE OF WAGE, ALL HOURS WORKED ON SUNDAYS ORON LABOR DAY SHALL BE PAlO AT TWO TIMES THE HOURL 'I RATE OF WAGE, F, THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE UF WAGf.I'N . ADDITION TO THE HOLIDAY PAY, ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALl, DE PAID AT DOUBLE THE HOURLY RATE OF WAGE, ), ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE.HALF TI~IES THE HOURLY RATE OF WAGE, rNCLUDING THE HOI.lDAY PAY, ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES TIlE HOURLY RATE OF WAGE, i ! L I l. L. l 1. l l '- I. , I f L. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE, ALL HUURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. IN ADDITIUN TO TIlE HOLIDAY PAY, N, ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE.HALF TI~lES THE HOURLY RATE OF WAGE, IN ADDITION TO THE HOLIDAY PAY, 0, ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURL Y RATE OF WAGE, A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE, HOLIOAY CODES A, HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGlVIlJG DAY, fRlDN,' AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7), B. HOLIDAYS: NEW YEAR'S DAY. MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY. THANKSGIVING DAY, FRIDA Y AFTER THANKSOlVING DAY, THE DAY BEFORE CHRISTMAO. AND CHRISTMAS DAY (8), C, HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY. THE FRIDAY AITER THANKSGIVING DAY, AND CHRISTMAS DAY (8), 0, HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY. LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). G, HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY. INDEPENDENCE DAY, LABOR DAY. THANKSGIVING DAY, TilE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7), II, HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AITER THANKSGIVING DAY. AND CHRISTMAS (6), HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY. AND CHRISTMAS DAY (6), M, HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AITER TH/\NKSGIVING DAY, THE DAY BEFORE CHRISTMAS DA Y, AND CHRISTMAS DAY (8), N, HOLIDAYS: NEW YE/\R'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR D/\Y, VETERANS' DAY, THANKSOIVING D/\ y, THE FRIDAY AITER THANKSGIVING DA y, AND CHRISTMAS DA Y ('J), 0, PAID HOI.IDAYS: NEW YEAR'S DAY, WASfIINOTON'S BIRTHDAY, INDEPENDENCE DAY, LABOR D/\Y, TII/\NKSOIVINO 0,\ y, AND CIIRISTMAS DA Y (6), Q, PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LADOR DAY, TfI,\NKSOIVING DAY, ANI) CHRISTM/\S DAY (6), o ~ )) o ) ~[j I o o ~~,~ :;~ >< Z <l: . :I:f- f-~ a:~ <l:::::l Wu -'0 ~Cl (flw, w:I:, -'I- (flu. -0 w>- ~f- <- a:-' u.<l: en::::l _0 :I:w I-:I: ZI- ;:0 ZI- ww ~::::l ::::lCl Uen 0- Ot:: Ww :I:U f-- =:b Z W(/) u- -:x: b~ Z ,.. o o l r I 1 I I I I 6, t I. I 1- L l I., '- f I I o () c - BENEFIT CODE KEY EFFECTIVE 03-02-96 S PAID HOLIDAYS: NEW YEAR'S DAY, WASfIINGTON'S BIRTHDA y, MEMORIAL DAY, INDEPENDENCE DA y, LABOR llA Y. THANKSGIVING DAY. AND CHRISTMAS DAY (7), T, PAID HOLIDAYS: SEVEN (7) PAlO HOLIDAYS, PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY,INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY. AND A DAY OF THE EMPLOYEES CHOICE (7), PAID HOLIDAYS, SIX (6) PAlO HOLlOAYS, u, v, W, PAID HOLIDAYS: NINE (9) PAID HOLIDAYS, HOLIDAYS: AFfER 520 HOURS. NEW YEAR'S DAY. THANKSGIVING DAY AND CHRISTMAS DAY, AFfER 2080 HOURS. NEW YEAR'S DAY, WASfIINGTON'S BIRTHDA y, ME~IORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8), X, y, HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DA y, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DA Y (8), z, HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE FRIDAY AFfER THANKSGIVING DAY, AND CHRISTMAS DAY (8), A, PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (7), HOLIDAYS, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY, AND THE DAY BEFORE NEW YEAR'S DAY(9), HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9), HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AND SATURDAY AFfER THANKSGIVING DAY AND CHRISTMAS DAY (8), HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (9), 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), PAID HOLIDAYS: NEW YEAR'S pAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7), PAID HOLIDAYS, THANKSGIVING AND CHRISTMAS, UNPAID HOLIDAYS; NEW YEAR'S DAY, ,MEMORIAL DA y, INDEPENDENCE DAY, LABOR DAY AND THE DAY AFTER THANKSGIVING, PAID HOLIDAYS, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY AND CIIRISTMAS DA y, UNPAID HOI.IDA YS: NEW YEAR'S DAY AND THE DAY AFfER THANKSGIVING DAY, PAID HOLIDAYS, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY. LABOR DAY, THANKSGIVING DAY, TilE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY, UNPAID HOLIDAY; PRESIDENTS' DAY, HOLIDAYS: NEW YEAR'S DAY: MARTIN LUTIIER KING, JR, DAY: WASHINGTON'S DIRTlID,\Y: MEMORIAL DAY: INDEPENDENCE DAY: THANKSGIVING DAY: TilE FRIDAY AFTER TIIANKSGlVING DAY: AND CIIRISTMAS DAY (8), PAID HOI.IDA YS: NEW YEAR'S DAY, MEMORIAl. D,\Y, INDEPENDENCE DAY, LADOR DAY, TII,\NKSGIVING DAY, THE FRID,\ Y AFTER TIIANKSGIVING DA y, CHRISTMAS EVE DAY, ,\ND CHRISTMAS DAY (8), PAID HOLIIlAYS: NEW YEAR'S DAY, WASIllNGTON'S BIRTHDAY, MEMORI~.L DAY. INDEPENDENCE DAY, I.ADOR DAY, TIIANKSGIVINO DAY, TflE FRIDAY AFTER TIIANKSGIVINO D,\Y, TflE t.AST WORKING DAY DEFORE CIIRISTMAS DA y, AND CIIIUSTMAS DAY (9), 8. C, E. F, fI, M, N, Q, R, 5, T, ~ v.,o.-., i l ~ o ..6 - ~l.:llj 'iiIlIIlll1lld ---~--~,.....::..;t:.".~",~..QI&l"".l. -. I (l o I Z < ' :x:1- 1-15 a:~ <::;) Wu --'0 ~o ~~! --' f-' enu. -0 w>- :EI- <(- a:--' u.< en::;) _0 :X:w 1-:1: ZI- ;:0 zl- ww :E::;) ::;)0 Uen 0- ot: Ww :X:u 1-- !:!:b z wen u- -:I: br- z r ""I o o l I L I ! 1 I 1.8 I t I. 1 I- t L '- I I I I ~'-','''''''''''n- o o o - BENEFIT CODE KEY EFFECTIVE 03-02-96 U, PAID HOLIDAYS: NEW YEAR:S DAY, MEMORIAL DAY. INDEPENDENCE DAY. LABOR DAY. THANKSGIVING DAY. THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY. CHRISTMAS DAY, AND A FLOATING HOLIDA Y (9), PAID HOLIDAYS: NEW YEAR'S DAY. MEI-IORIAL DAY, INDEPENDENCE DAY, LABOR DAY. THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY. CHRISTMAS DAY, AND EMPLOYEE'S BIRTHDAY (9). V, W, PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY. MEMORIAL DAY, INDEPENDENCE DAY. LABOR DA y, THANKSGIVING DAY. DAY AFTER THANKSGIVING DA y, CHRISTMAS DA y, DAY BEFORE OR AFTER CHRISTMAS DAY (10), x, PAID HOLlDA YS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY. MEMORIAL DAY, INDEPENDENCE DAY. LABOR DAY, TfIANKSGIVING DAY. DAY AFTER THANKSGIVING DAY, CHRlSTlolAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (II), NOTE CODES A, THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE.HALF TIMES THE DIVERS RATE OF PAY, IN ADDITION TO THE HOURL Y WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER SO' TO 100'. SI,OO PER FOOT FOR EACH FOOT OVER SO FEET OVER 100' TO 175'. S2,25 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 115' TO 250' - 55,50 PER FOOT FOR EACH FOOT OVER 115 FEET OVER 250' - DIVERS IolA Y NAME THEIR OWN PRICE. PROVIDED IT IS NO LESS THAN THE SCALE LISTED FOR 250 FEET B, THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALFTIMES THE DIVERS RATE OF PAY, IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEF.T OR MORE: OVER SO' TO 100'.51.00 PER FOOT FOR EACH FOOT OVER SO FEET OVER 100' TO 115'. S2,25 PER FOOT FOR IiAl;H FOOT OVER 100 FEET OVER 115' TO 250'. 55.s0 PER FOOT FOR EACH FOOT OVER 115 FEET C, THE STANDey RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: 0, OVER SO' TO 100' . 5 I ,00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 150'. 5LSO PER FOOT FOR EACH FOOT OVER 100 FEET OVER I SO' TO 200' . 52,00 PER FOOT FOR EACH FOOT OVER I SO FEET OVER 200' . DIVERS MAY NAME THEIR OWN PRICE WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL 51 ,00 PER HOUR ALL CLASSIFICATIONS, INCLUDING ALL APPRENTICES, REPORTING TO AN EMPLOYER'S DESIGNATED JOB HEADQUARTERS AND WORKING A MINIMUM OF FOUR (4) HOURS IN ANY ONE (I) DAY SHALL RECEIVE A PER DIEM ,\LLOWANCE OFTWENTY.FOUR DOLLARS (524,00) IN ADDITION TO THE PREVAILING HOURLY RATE OF WAGE AND FRINGE BENEFITS, WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS. LEVEL A: $0,15, LEVEL B: 50,50, AND LEVEL C: 50,25, WORKERS ON HAZMAT PROJECTS RECEIVE ADDlTlONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A'" B: noo, LEVELS C &. 0: $0,50, WORKERS ON HAZMAT PROJECTS RECI!lVE ADDITIONAL HOURLY PREMIUMS AS FOLI.OWS . LEVEL A: 51.00, LEVEL 0: 50,15, LEVEL C: 50,50, AND LEVEl. 0: 50,25, E, L, M, N, : o ) ~ [J ..... - - , .._~"" .b.t>.. .. I (I () tIIoIA'I. " ;,1 ("] :~.,(~, ')( ~, ~,."-,.j"~J ~ 1:IIiiII-r- II!I...-.. iii"" i~~ z < . :cl- 1-t5 a::E <:) Wu --'0 Uc ~~i ~ ~1 enu. -0 w>- :EI- <- a:--' u.< en::;) _0 :cw I-:x: ZI- ;:0 ZI- ww :E:) ;:)c uen 0- O!:: Ww :cu 1-- !:!:b Z wen u- -:x: bI- z r r r 'I I I 1 I I I I 1 t t I, I I I I I'" o o -- .. Federal Wage Rates o o C-;""'-..-- IiI\Illli~ _ - "-WI _J11 c - r 0') _.LlIJlI~ J --_ ,,'" f 10 . --...- I o o 32 X I 0 ~fM.1 .4.- .a:lJ~ .- ',;;~-\U~..'t z <( . J:I- 1-a5 a::E <=> Wu --'0 ~o ffl~i --'I- enu. -0 W>- :EI- <- a:-' u.< !!.15 J:UJ I-J: ZI- ;:0 zl- W UJ :E=> ::;)0 Uen 0- o!:: Ww J:u 1-- ==b z woo u- -:x: bf- z ( I I Construction Type: DREDGING HEAVY HIGHWAY o o .. GENERAL DECISION WA950001 02/23/96 WA1 General Decision Number WA950001 State: Washington Superseded General Decision No. WA940001 County(ies) : STATEWIDE ! I I I t t t I. l r ~ Oil Il j: I f HEAVY AND HIGHWAY AND DREDGING CONSTRUCTION PROJECTS Modification Number o 1 2 3 4 5 6 7 8 9 10 11 12 13 'COUNTY (ies) : STATEWIDE CARP0001W 06/01/1995 Publication Date 02/10/1995 04/07/1995 06/02/1995 06/16/1995 06/23/1995 07/07/1995 07/28/1995 08/04/1995 08/11/1995 09/01/1995 10/06/1995 12/01/1995 02/02/1996 02/23/1996 Rates Fringes COUNTIES EAST OF THE 120TH MERIDIAN: COLUMBIA RIVER DISTRICT COUNCIL:, ADAMS, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GRANT, OKANOGAN (EAST), AND WALLA WALLA COUNTIES CARPENTERS: GROUP 1: GROUP 2: GROUP 3: GROUP 4: GROUP 5: GROUP 6: 20.79 21.79 21.04 20.79 51.55 24.54 4.41 4.41 4.41 4.41 4.41 4.41 SPOKANE DISTRICT COUNCIL: ASOTIN, GARFIELD, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN COUNTIES CARPENTERS: GROUP 1: GROUP 2 I GROUP 3. GROUP 4 I GROUP 5. GROUP 6 I WA950001, MOD 13 20.17 21.17 20.42 20.17 50.03 23.92 4.4l 4.4l 4.4l 4.41 4.41 4.41 I o o ,..._",."~1.'t"'~,, ..,_.._._40- = ] 10 32 X I f] l 0 0 _...........LL1:b.._ L1 - ,LIJ t::..1 -., ~ .:;, -.----',- -. .lL III.-"'~__ o .~"lWl2'.i'J o .. { CARPENTERS CLASSIFICATIONS - GROUP~: Carpenter, burner-welder; rigger and signaler; insulators (all types), acoustical, drywall and metal studs; metal panels and partitions; floor layer, sander, finisher and astro truf; layout carpenters; form builder; rough framer; outside or inside finisher, including doors, windows, and jams; sawfiler; shingler (wood, composition), solar, fiberglass; aluminum or metal; scaffold erecting and dismantling; stationary saw-off bearer; wire, wood and metal lather applicator GROUP 2: Millwright, machine erector GROUP 3: piledriver - includes pulling, cutting, pacing collars, setting, welding,or':creosote treated material, on all piling GROUP 4: Bridge dock and wharf carpenters GROUP 5: Divers GROUP 6: Divers Tender z < . :I: I- 1-a5 a::E <::;) Wu --'0 ~o [l ~I --'I- enu. -0 w>- :EI- ~::; u.< !!.1a :I:w I-:x: ZI- ;:0 zl- ww, ~5 Uen 0- o!:: Ww :x:u 1-- !:!:b z woo u- -:x: 51- z o 1 I I. r [ I, I. 1 I L L [ r I f WA950001. MOD 13 HAZMAT PROJECTS Anyone working on a HAZMAT job (task, where HAZMAT certification is required, shall be compensated at a premium, ,in addition to the classification working in as follows: LEVEL D + $.25 per hour - This is the lowest level of protection. No respirator is used and skin protection is minimal. LEVEL C + $.50 per hour - This level uses an air purifying respirator or additional protective clothing. LEVEL B + $.75 per hour - Uses same respirator protection as Level A. supplied air line is provided in conjunction with a chemical "splash suit". LEVEL A +$~.OO per hour - This level utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line. ' CARP00030 06/01/1995 Rates SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH) , SKAMANIA, AND WAIIKIAKUM COUNTIES Fringes 'r SEE ZONE DESCRIPTION FOR CITIES BASE POINTS o (="'_~"n,,,",,,.,,.__.. ..'-- C -=.... ..bALl -~ ~~ - o ~ "f!. " -~ 2 I' 10 -;;'- -- I o o - 32 X I 0 I 1i1.n'----L1....Ll J IV" .~m: Z < . :l:f- f-ji a:~ <::J UJu --'0 Uc en ' ffl~1 --'I- enu. -0 w>- :EI- <- a:-' u.< !!.1a :l:w 1-:1: ZI- ;:0 zf- UJ w :E::J ::;)c Urn 0- o!:: WUJ :l:u 1-- !:!:b Z wrn u- -:I: b"' Z 'r ""I o o ..~.:." (, 0 -u. o o .. r CARPENTERS Zone ~: CARPENTERS; ACOUSTICAL DRYWALL FLOOR LAYERS & FLOOR FINISHERS (the laying of all hardwood floors nailed and mastic set, parquet and wood-type tiles, and block floors, the sanding and finishing of floors, the preparation of old and new floors when the materials mentioned above are to be installed); INSULATORS (fiberglass and similar irritating materils MILLWRIGHTS PILEDRIVERS DIVERS DIVERS TENDERS 5.02 5.02 5.02 5.02 5.02 22.~2 22,~2 5.02 5.02 22.27 22.62 22.62 52.9~ 24.29 I I. t L L l I I. I f I I Zone Differential (Add to Zone ~ rates) : Zone 2 - $0.85 Zone 3 - ~.25 Zone 4 - ~.70 Zone 5 - 2.00 Zone 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 #~707 and mileage shall be computed from that point.) ZONE~: 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 -----------~---------------------------------------------------- WA950001, MOD 13 c o :J ...... ,-- --........... -' b!ltld i> 3 (' 10 . ~---~~....- I o o .l::J1:I!:3lDf I Il 3~2!1 ~J ",~;1l~:;.oe'lJ Z < . II- I-rD a::E <::::J LUU --'0 ~Cl ~~l --'I- (flu. -0 LU> [ :<1- <- a:-' u.< (fl::::J _0 I :X:w I-:x: ZI- ;:0 ZI- t ww :E::::J ::;)0 Uen 0- O!:: I LUW :X:u 1-- !:!:b t z WOO U- -:x: bf- I Z 1 l ... "'l 0 I. I, I 0 f I f l 0 CARP0770D 06/01/1995 o o .. Rates Fringes COUNTIES WEST OF THE 120TH MERIDIAN (WESTERN WASHINGTON) : CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (NORTH OF WAHKIAKUM COUNTY), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES CJl.RPENTERS AND DRYWALL APPLICATORS CARPENTERS ON CREOSOTE MATERIAL SAWFILERS, STATIONARY POWER SAW OPERATORS, FLOOR FINISHER, FLOOR SHINGLER, FLOOR SANDER OPERATORS OF OTHER STATIONARY WOOD WORKING TOOLS MILLWRIGHT AND MACHINE ERECTORS ACOUSTICAL WOKRERS PIf.EDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING BRIDGE, DOCK & WHARF CARPE~ERS DIVERS DIVERS TENDER 22.12 22.22 LAYER, 22.25 23.12 22.28 22.32 22.12 54.68 24.33 5.81 5.81 5.81 5.81 5.81 5.81 5.81 5,81 5.81 (HOURLY ZONE PAY APPLICABLE TO ALL CLASSIFICATIONS EXCEPT PILEDRIVER) 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 Auburn Bremerton Renton Shelton Aberdeen-Hoquiam Tacoma Ellensburg Everett Centralia Mount Vernon Chelan Pt. Townsend Zone Pay o -25 radius miles 25-35 radius miles 35-45 radius miles 45-55 radius miles Over 55 radius'miles (HOURLY ZONE PAY - PILEDRIVER ONLY) Bellingham Anacortes Yakima Wenatchee Kelso Pt. Angeles Sunnyside Free $J..OO/hour $J..J.5/hour $J..35/hour $J..55/hour Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center Zone Pay o -25 radius miles 25-45 radius miles Over 45 radiuD miles WA950001, MOD 13 Free $ .70/hour $J..50/hour ': o :J J:.:I. - -- -- - 4 - 10 --r .Lt::.. I o o 32 X ~ 0 -- ... ....-.-. .... '>>;;:;;W,K.2't),l z < ' :r:f- I-t::l a::E <=> UJu -'0 ~O ~~I -'f- enu. -0 UJ>- I :Ef- <- a:-' I.L.< en=> _0 I :r:W f-:r: Zf- ;:0 ZI- I UJ UJ :E=> ::;)0 Urn 0- o!;: ( UJUJ :r:U 1-- !:!:b I Z W(/) u- -:r: bt- [ Z L "'\ t I'" 0 t I I 0 I I r ~,"";. l 0 I o o .. San Juan County. Work in San Juan County (except Lopez Island) shall be considered as a subsistence Employees will be paid $40.00 per work day subsistence unless room and board is furnished by the Employer. Piledrivers who reside in Anacortes, Mount Vernon, Olympia, Wenatchee, or Yakima Local Union Jurisdic tion areas, working on jObs in their respective area, shall have their Zone Pay measured from their respective city center. CENTRAL WASHINGTON: CHELAN, DOUGLAS (WEST OF THE ~20TH MERIDIAN) , KITTITAS, OKANOGAN (WEST OF THE ~20TH MERIDIAN), AND YAKIMA COUNTIES CARPENTERS AND DRYWALL APPLICATORS CARPENTERS ON CREOSOTED MATERIAL SAWFILERS, STATIONARY POWER SAW OPERATORS, FLOOR FINISHER, FLOOR LAYER, SHINGLERS, FLOOR SANDER OPERATORS MILLWRIGHT AND MACHINE ERECTORS PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESO'l'E TREATED MATERIAL, ALL PILING BRIDGE, DOCK AND WHARF CARPENTERS DIVERS DIVERS TENDER ~8.03 ~8.~3 5.8~ 5,8~ ~8.16 23 .~2 5.81 5.81 22.32 22 .~2 54.68 24.33 5.8~ 5.8~ 5.8~ 5.8~ ELEC0046A 1~/27/1995 ---------------------------------------------------------------- Fringes c Rates CALLAM, JEFFERSON, KING, KITSAP COUNTIES 24.3~ 26.74 6.795+3t 6.795+3t ELECTRICIANS CABLE SPLICERS ---------------------------------------------------------------- Fringes Rates 24.50 25.25 7.50+3t 7.50+3t * ELEC0048C 01101/1996 CLARK, KLICKITAT SKAMANIA COUNTIES ELECTRICIANS CABLE SPLICERS ELEC0073A 07/0~/~995 ---------------------------------------------------------------- Rates Fringes ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN COUNTIES ELECTRICIANS CABLE SPLICERS 21.05 21.42 6.28+3t 6.28+3t ---------------------------------------------------------------- WA950001, MOD 13 o ) 5 i :> ! 10 I o o 32 >< I 0 ~ ,,:\:~:_~u:t z < . J:I- 1-a5 a::E <::;) UJu -'0 ~o en wI ~~) enu. -0 UJ> :21- <- a:--' u.< !!.1a J:w I-:x: ZI- ;:0 zl- ww :E:::l :::l0 Uen 0- o!:: Ww J:u 1-- ~b z woo u- -J: bI- Z ,.. " o o --- r I I I ( I I t I. I I, l. I. I , r I I -':~~~ / l o .-. -- o o .. ELEC0076B 0~/0~/~996 Rates Fringes GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON COUNTIES ELECTRICIANS CABLE SPLICERS 22.9~ 25.20 ---------------------------------------------------------------- Fringes ELEC0077C 02/0~/~996 Rates LINE CONSTRUCTION CABLE SPLICERS LINEMEN, POLE SPRAYERS, HEAVY LINE EQUIPMENT MAN LINE EQUIPMENT MEN POWDERMEN, JACKHAMMERMEN GROUNDMEN TREE TRIMMER 26.37 23.81 20.54 17.97 16.89 18.52 ELEC0112E 01/01/1996 7.74+3% 7,74+3% 5.25+3.5% 5.25+3.5% 4.25+3.5% 4.25+3.5% 4.25+3.5% 4.25+3.5% Rates Fringes ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA WALLA, YAKIMA COUNTIES ELECTRICIANS 23.20 CABLE SPLICERS 24.36 ELEC0191C 06/01/1995 7.08+3% 7.08+3% ELECTRICIANS CABLE SPLICERS 23.95 26.35 Rates Fringes ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES 5.95+3t 5.95+3% ELEC0191D 06/01/1995 Rates CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES ELECTRICIANS CABLE SPLICERS 21.25 23,38 ELEC0970A 01/01/1995 Rates COWLITZ AND WAHKIAKUM COUNTIES COMMUNICATIONS AND SYSTEMS TECHNICIANS ELECTRICIANS CABLE SPLICERS 15,47 22.41 24.65 WA950001, MOD 13 7"' o 1 Lt.l ----, - Fringes 5.96+3% 5.96+3% Fringes 2,75+3% 6.05+3% 6.05+3% ) - 6 I' D -~.......- .....~..- 10 - I o o 32 X 10 M 11 _K4.Lb:...- -_. ~ .')4u::..-\1".:d.~ z < . :x:1- I-dJ a::E <=> Wu --'0 ~O t{l~1 ....J }-: enu. -0 W> :21- <- 0::--' u.< !!.1a :x:w I-:x: ZI- ;:0 ZI- WW, :E=> ::;)0 Uen 0- O!:: Ww :I:U f-- !:!:b Z woo u- -:x: bI- z 'r l o o ( 0 o o .. SCOPE OF WORK FOR TECHNICIAN Includes the installation, testing, service and maintenance, of the following systems which utilize the transmission and/or transference of voice, sound, vision and digital for commercial, education, security and entertainment purposes for the following: TV monitoring and surveillance, background-foreground music, intercom and telephone interconnect, inventory control systems, microwave transmission, multi-media, multiplex, nurse call systems, radio page, school intercom and sound, burglar alarms and low voltage master clock systems. WORK EXCLUDED Raceway systems are not covered (excluding Ladder-Rack for the purpose of the above listed systems). Chases and/or nipples (not to exceed ~o feet) may be installed on open wiring systems. Energy management systems. SCADA (Supervisory Control and Data Acquisition) 'when not intrinsic to the above, listed systems (in the scope). Fire alarm systems when installed in raceways (including wire and cable pulling) shall be performed at the electrician wage rate, when either of the following two (2) conditions apply: 1. The project involves new or major remodel building trades construction. 2. The conductors for the fire alarm system are installed in conduit. ---------------------------------------------------------------- ENGI0302E 06/0~/1995 Rates Fringes CHELAN, CLALLAM, DOUGLAS (WEST OF THE ~20TH MERIDIAN), GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, KITTITAS, MASON, SAN JUAN, SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA COUNTIES CATEGORY A PROJECTS (excludes Category below) POWER EQUIPMENT OPERATORS: ZONE 1 (0-25 radius miles) : GROUP 1M GROUP ~A GROUP ~ GROUP 2 GROUP 3 GROUP 4 B projects, as show 23.56 23.06 22.56 22.~2 21.76 19.66 6.81 6.81 6.81 6,8~ 6.81 6.81 ZONE 2 (26-45 radius miles) - Add $ .70 to Zone 1 rates ZONE 3 (Over 45 radius miles) - Add $1.00 to Zone 1 rates BASEPOINTS, Bellingham, Mount Vernon, Kent, Port Angeles, Port Townsend, Aberdeen, Shelton, Bremerton, Wenatchee, Yakima, Seattle, Everett WA950001, MOD 13 c o'.J - 1iII--'-" - .11.' 7 " !> 10 ..~.. I o o 32 X I 0 - .a1. M _ L If A;~;~J>L~;..:;.ll z < ' :rf- I-di a::E <::l LUU --'0 ~O ~~I --'I- enu. -0 W>- :EI- <- 0:--' u.< !!.15 :x:w I-:x: ZI- ;:0 zl- ww :E::l ::;)0 Uen 0- o!:: LUW :x:u 1-- !:!:b z wCJ) u- -:x: bI- z rol o L.. 0 o o .. POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP lAA - Cranes over 200 tons with 250 ft. of boom, with jib and attachments. GROUP lA - Cranes - 100 tons thru 199 tons or 150' of boom (including jib with attachments); Loaders, 8 'yards and over; Shovel, backhoes 6 yds. and over with attachments; Overhead, bridge type, 100 tons and over; tower crane. GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150' of boom (including jib with attachments); Overhead, bridge type, 45 tons thru 99 tons; Rollagon; Derricks on building work; Remote control operator on rubber tired earth moving equipment; Loader _ overhead, 6 yds to, but not including 8 yds; Mucking machine, mole, tunnel drill and/or shield, shovels, backhoes over 3 yds. and under 6 yds.; Slipform pavers; Scrapers, self-propelled 45yds and over; Transporters, all track or truck type; Quad 9, ED 41, DI0. GROUP 2 - Concrete batch plant operator; Bump cutter; Cranes, 20 tons thru 44 tons; Chipper, Crusher, Drilling machine; Finishing machine; Loaders, overhead under 6 yds.; Loaders-plant feed; Locomotives, all; Mixers, asphalt plant; Motor patrol graders, finishing; Pump truck mounted concrete pump with boom attachment; piledriver (other than crane mount); screed man; shovels, backhoes 3 yds. and under; Subgrader trimmer, tractors, backhoe over 75 h.p.; Scrapers, self-propelled under 45 yds.; Yo yo pay dozer; Roto-mill, Roto-grinder; Truck crane oiler/driver - 100 tons and over; Cranes - overhead, bridge type - 20 ton thru 44 tons. Deck Engineer/Deck winches, mechanic GROUP 3 - Dozers D9 and under, A-frame crane over 10 tons, Cranes thru 19 tons, Conveyors, Hoists, air tuggers, strato tower bucket elevators; Hydralifts/boom trucks over 10 tons; Elevating type belt loaders; Fork lifts with attachments 3,000 Ibs and over; Motor patrol grader-nonfinishing; Concrete pumps; Roller, plant mix or multi-lift materials; Saws, concrete; Scrapers, concrete; Scrapers, carryall; Spreaders, topside operator, blaw knox, cedarapids, jaeger flaherty or similar types; Trenching machines; Equipment service engineer, Tractors, backhoe 7S h.p. and under; Drill oiler - auyer type, truck or crane mount; Plant oiler - asphalt, crusher; Truck crane oiler/driver - under 100 tons GROUP 4 - A-frame cranes 10 tons and under; Bobcat; Brooms; Compressor; Gradechecker; Hydralifts/boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Permanent shaft-type elevator and manlift; Posthole digger, mechanical; Power plant; Pumps, water, Roller, other than plant mix; Wheel Tractors, farmall type; Shot crete/gunite equipment operator; Forklifts - under 3,000 Ibs; Btakehop. CATEGORY B PROJECTS - 90t of the basic hourly rate for each group plus full fringe benefits applicable to Category A projects shall apply to the following projects. Reduced rates may be paid on the following. WA950001, MOD 13 : 0, ] 1M.. ~ -- ----._- -- 8 _:.....~ :;> 10 I o o 32 X I 0 Jill .~ ~ ~ .. '~;;1"~~~ Z < . :x:1- 1-a5 a:::;o <::;) Wu --'0 ~o ffJ~1 --'t-- enu. -0 LU> :EI- <- a:--' u.< en::;) _0 :X:LU I-:x: ZI- ;:0 Zl- ww :E=> ::;)0 Uen 0- O!:: Ww :X:u 1-- !:!:b Z wen u- -:1: bI- Z ,.. o o I I I I I.. I. I I I I I r I I l o c .. 1. Projects involving work on structures such as buildings and structures whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs, etc.) less than $150,000. WORK PERFORMED ON HYDRAULIC DREDGES: Total Project Cost $150,000 and over GROUP 1 21.07 GROUP 2 21.15 GROUP 3 21.50 GROUP 4 21.55 GROUP 5 21.93 GROUP 6 21.07 6.81 6.81 6.81 6.81 6.81 6.81 GROUP 1: GROUP 2: GROUP 3: Assistant Mate (Deckhand) Oiler Assistant Engineer (Electric, Diesel, Steam or Booster Pump); Mates and Boatmen Craneman, Engineer Welder Leverman, Hydraulic Maintenance GROUP 4: GROUP 5: GROUP 6: Total Project GROUP 1 GROUP 2 GROUP 3 GROUP 4 GROUP 5 GROUP 6 cost under $150,000 18.96 19.04 19.35 19.40 19.74 18.96 6.81 6.81 6.81 6.81 6.81 6.81 GROUP 1: GROUP 2: GROUP 3: Assistant Mate (Deckhand) Oiler Assistant Engineer (Electric, Diesel, Steam, or Booster Pump); Mates and Boatmen Craneman, Engineer Welder Leverman, Hydraulic Maintenance GROUP 4: GROUP 5: GROUP 6: HEAVY WAGE RATES (CATEGORIES A & B) APPLIES TO CLAM SHELL DREDGE, HOE AND DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND BULLDOZERS. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be eligible for compensation in accordance with the following group schedule relative to the level ,of hazardous waste as outlined in the specific hazardous waste project site safety plan. H-l Base wage rate when on a hazardous waste site when not outfittsd with protective clothing H-2 Class "C" Suit - Base wage rate plus $.25 per hour. H-3 Class "B" Suit - !:lase wage rate plus $.50 per hour. H-4 Class "A" Suit - Base wage rate plus $.75 per hour. WA950001, MOD 13 o = ) o 9 il I [J - I o () 32 X i [] l o o o .. ENGI0370C 06/01/1995 Rates Fringes ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, SPO~, STEVENS, WALLA WALLA, AND WHITMAN COUNTIES ZONE 1: POWER EQUIPMENT OPERATORS: GROUP lA GROUP 1 GROUP 2 GROUP 3 GROUP 4 GROUP 5 GROUP 6 GROUI? 7 GROUP 8 18.12 18.62 18.92 19.47 19.62 19.77 20.02 20.27 21.27 5.15 5.15 5.15 5.15 5.15 5.15 5.15 5.15 5.15 ZONE DIFFERENTIAL (Add to Zone 1 rate): Zone 2 - $2.00 Zone 1: Within 45 mile radius of Spokane, Moses Lake, Pasco, Washington; Lewiston, Idaho Zone 2: Outside 4S mile radius of Spokane, Moses Lake, Pasco, Washington; Lewiston, Idaho I?OWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP lA: Boat Operator; Crush Feeder; Oiler; Steam Cleaner GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors (under 2000 CFM, gas, diesel, or electric power); Deck Hand; Drillers Helper (Assist driller in making drill rod connections, service drill engine and air compressor, repair drill rig and drill tools, drive drill support truck to and on the job site, remove drill cuttings from around bore hole and inspect drill rig while in operation); Fireman & Heater Tender; Grade Checker; Hydro-seeder, Mulcher, Nozzleman; Oiler Driver, & cable Tender, Mucking Machine; Pumpman; Rollers, all types on subgrade, including seal and chip coatings (farm type, Case, John Deere & similar, or Compacting Vibrator), except when pulled by Dozer with operable blade; Welding Machine GROUP 2: A-frame Truck (single drum); Assistant Refrigeration I?lant (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 (solf-propelled); Straddle Buggy (Ross & similar on construction job only); Tractor (Farm type R/T with attachment, except Backhoe); Tugger Operator WA950001, MOD 13 .~ ) o "'11I Lt::... 10 - Ll :> ij [J -.-- - - I o o 32><~~] ..m::~- ..- -""'" [ r z l <. :x:f- I-fii a: :E, f, <::l Wu --'0 Uo (/)w' L' fib: I --'I- enu. -0 W>- L :EI- <- a:-' u.< !!.16 [ :X:w I-J: Zf- ;:0 zl- [ ww :E ::l' ::;) 0' Uen 0- t o!:: Ww :X:u ~t3 [ Z wen u- t=~ 0 ( Z I I 'r 0 ( I r 0 l. ]' I, r~""""""'- ( 0 o o .. GROUP 3: A~frame Truck (2 or more drums); Assistant Refrigeration Plant .. Chiller Operator (over ~ooo ton) ; Backfillers (Cleveland.. similar); Batch Plant.. Wet Mix Operator, single unit (concrete); Belt-Crete Conveyors with power pack or similar; Belt Loader (Kocal or similar); Bending Machine; Bob Cat; Boring Machine (earth); Boring Machine (rock under 8" 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 comb:i.na tion Mixer & Compressor;' Locomotive Eng'inee'r; Mixerrnobi1e; Mucking Machine; Posthole Auger or Punch; Pump (grout or jet); Soil Stabilizer (1' .. H or similar); Spreader Machine; Tractor (to D-6 or equivalent) and Traxcavator; Traverse Finish Machine; Turnhead Operator GROUP 4: Concrete Pumps (squeeze-crete, flow-crete, pump- crete, Whitman .. similar); Curb Extruder (asphalt or concrete); Drills (churn, core, calyx or diamond) (operate drilling machine, drive or transport drill rig to and on job site ",nd weld well casing); Equipment Serviceman; Greaser.. Oiler; Hoist (2 or more dr~ms 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 B" bit) GROUP 5: B~~~hoe (under 45,000 gw); Backhoe.. Hoe Ram (under 3/4 yd.); Carrydeci- .. Boom Truck under 25 tons); Cranes (25 tons .. under); Derricks .. Stifflegs (under 65 tons); Drilling Equipment (8" bit.. over) (Pobbins, reverse circulation.. similar) (operates drilling machine, drive or transport drill rig to and on job site and weld well casina); Hoe Ram; Piledriving Engineers; Paving (dual drum); Railroad Track Liner Operaotr (self-propelled); Refrigeration Plant Engineer (~OOO tons .. over); Signalman (Whirleys, Highline Hammerheads or similar) , WA950001, MOD 13 c o ~..,=> 11 " D 10 I o o 32Xlo ^',(';:;,::,'C'/ii:.."i,",);.r" I r Z f, <( . :cf- f-ifi 0::2 1 <(::> L.Uu -'0 ~o ~~I I -'f- CJ)u.. -0 L.U>- L :2f- <(- 0:-' u..<( CJ)::> _0 I :CL.U f-:c Zf- i=o Z I- I L.UL.U :2::> ::>0 UCJ) 0- t o!:: L.UL.U :cu f-- !:b I. Z WCJ) u- -:c bi- I. Z t ,... ... .( 0 l r [ 0 i 1 0 L I -....~,:~ l 0 o o - 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 ~~O,OOO gw); Backhoes & Hoe Ram (3/4 yd. to 3 yd.); Batch Plant (over 4 units); Batch & Wet Mix Operator (multiple units, 2 & incl. 4); Blade Operator (motor patrol & attachments, Athey & Huber); Boom Cats' (side); Cable Controller (dispatcher); Clamshell Operator (under 3 yds.); Compactor (self-propelled with blade); Concrete Pump Boom Truck; Concrete Slip Form Paver; Cranes (over 25 tons, including 45 tons); Crusher, Grizzle & Screening Plant Operator; Dozer, B34 R/T & similar; Draglines (under 3 yds.); Drill Doctor; H.D. Mechanic; H.D. Welder; Loader Operator (front-end & overhead, 4 yds. incl. B 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); Rubber-tired Scraper (one motor with one scraper under 40 yds.); Rubber-tired Scraper, Multi-engine power with one scraper (Euclid, TS 24 & similar); Rubber-tired Scraper, one motor with one scraper (40 yds. & over), Rubber-tired Scraper, Multiple engines with one scrapers (Euclid, TS 24 & similar), Push Pull or Help Mate in use; Rubber-tired Scraper, Multiple Engines with two scrapers; Screed Operator; Shovel (under 3 yds.); Tractors (D-6 & equilvalent & over); Trenching Machines (7 ft. depth & over); Tug Boat Operator GROUP 7: Backhoe (over ~~O,OOO gw); Backhoes & Hoe Ram (3 yds & over); Blade (finish & bluetop) Automatic, CMI, ABC, Finish Athey & Huber & similar when used as automatic; Cableway Operators; Clamshell Operator (3 yds. & over); Cranes (over 45 tons to but not including B5 tons); Derricks & Stiffleys (65 tons & over); Draglines (3 yds. & over); Elevating Belt (Holland type); Loader (360 degrees revolving Koehring Scooper or similar); Loaders (overhead & front-end, over B yds. to ~o yds.); Rubber- tired Scrapers (multiple engine with three or more scrapers); Shovels (3 yds. & over); Whirleys & Hammerheads, ALL GROUP B: Cranes (B5 tons and over, and all climbing, rail and tower); Loaders (overhead and front-end, ~o yards and over); Helicopter Pilot BOOM PAY: (All Cranes, Including Tower) ~80' to 250' $ .30 over scale Over 250' $ .60 over scale NOTE: In computing the length of the boom on Tower Cranes, they shall be measured from the base of the Tower to the point of the boom. HAZMAT: Anyone working on HAZMAT jobs, working with supplied air shall receive $~.OO an hour above classification. ENGI0370G 06/0~/199S Rates Fringes ADAMS, ASOTIN, BENTON, COLUMBIA, FERRY, F~<LIN, GARFIELD, GRANT, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLS AND WHITMAN COUNTIES WA950001, MOD 13 "-~.~ = _Jl o - 12 _ -----r D ~o -. I o o 32 X ~ [J L-~ .. o t~S~\iri"i'l o .. WORK PERFORMED ON HYDRAULIC DREDGES GROuP ~: GROuP 2: GROuP 3: GROuP 4: GROuP 5: GROuP 6: 2~.H 2~.H 21. 48 2~.53 2~.90 2~.04 5.~5 5.~5 5.~5 5.~5 5.~5 5.~5 GROUP ~: GROuP 2: GROuP 3: Assistant Mate (Deckhand) Oiler Assistant Engineer (Electric, Diesel, Booster Pump); Mates and Boatmen Craneman, Engineer Welder Leverman, Hydraulic Maintenance Steam, or GROuP 4: GROuP 5: GROuP 6: HEAVY WAGE RATES APPLIES TO CLAM SHELL DREDGE, HOE AND DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND BULLDOZERS. ENGI06~2A 06/0~/~995 Rates Fringes LEWIS, PIERCE, PACIFIC (THAT PORTION WHICH LIES NORTH OF A PARALLEL LINE EXTENDED WEST FROM THE NORTHERN BOUNDARY OF WAHKAIKUM COUNTY TO THE SEA IN THE STATE OF WASHINGTON) AND THURSTON COUNTIES CATEGORY A PROJECTS (excludes Category below) POWER EQUIPMENT OPERATORS: ZONE ~ (0-25 radius miles) : GROUP ~AA GROUP 1A GROUP ~ GROUP 2 GROUP 3 GROUP 4 B projects, as shown 23.56 23.06 22.56 22.~2 2~.76 ~9.66 6.8~ 6.8~ 6.8~ 6 .8~ 6.8~ 6 .8~ ZONE 2 (26-45 radius miles) - Add $.70 to Zone ~ rates ZONE 3 (Over 45 radius miles) - Add $~.OO to Zone ~ rates BASEPOINTS: Tacoma, Olympia, and Centralia POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP ~AA - Cranes 200 tons and over, or 250 ft. of boom including jib with attachments GROuP lA - Crane 100 tons thru ~99 tons, over ~50 of boom including jib with attachments, Overhead, bridge type, 100 tons and over Tower crane; Loader 8 yds. and over, Shovels, Backhoes - 6 yds and over with attachments WA950001, MOD 13 : oJ --LI. -- .-- ...l::... - 13 j) 10 I o o 32 X ~ 0 .~I..d.1 v- \;,::ta::mtQlti:tJ I I Z r <(' :cf- f-ifi 0::2 { <l::::> wu -'0 ~o ~~I 1 -'f- (J)u.. -0 L.U>- L :2f- <(- 0:-' u..<( (J)::> _0 r :CL.U f-:c Zf- i=o zf- r WL.U ~6 U(J) 0- L Cl!:: L.UL.U :cu f-- !:b L Z WCJ) u- -:c bi- z I [ ,... " r 0 L f I 0 r r r, .--~--~~~-~.- L o - o o .. GROUP ~ - Cableways; Cranes - 45 tons thru 99 tons, under ~50 ft of boom including jib with attachments; Overhead bridge type - 45 tons thru 99 tons; Rollagon; Remove control operator on rubber tired earthmoving equipment; Loaders, overhead 6 yds. up to but not including B yds.; Shovels/Backhoes over 3 yds. and under 6 yds.; Slipform/Pavers; Scrapers, self-propelled 45 yds and over; Mucking Machine, Mole, Tunnel Drill and/or Shield; Transporters - all track or truck type; Quad -9, HD-41, D-~O GROUP 2 - Concrete batch plant operator; Bump cutter; Cranes 20 tons through 44 tons with attachments; Overhead, bridge type Crane - 20 tons thru 44 tons; Chipper, Concrete Pump - Truck Mounted with boom attachment; Crushers, Deck Engineer/Deck Winches (power); Drilling machine; Finishing machine; Guardrail punch; Loaders, overhead under 6 yds.; Loaders, plant feed; Locomotive - all; Mechanics, Mixers, asphalt plant; Motor patrol graders - finishing; piledriver (other than crane mount); Scrapers, self propelled - under 45 yds.; Screed man, Shovels, backhoes 3 yds. and under; Subgrader trimmer; Tractors, backhoes over 75 hp.; Truck Crane Oiler/driver - ~oo tons and over, Yo Yo Pay dozer. GROUP 3 - Dozers D-9 and under,; Crane - thru ~9 tons with attachments, A-frame crane, over ~o tons; Conveyors; Drill Oilers - Auger type, truck or crane mount; Fork lifts - 3,000 lbs, and over with attachments; Hoists, Air Tuggers, Strato Tower Bucket Elevators; Hydralifts/Boom Trucks - over ~o tons; Loaders - Elevating Type, Belt; Motor patrol grader-nonfinishing; Plant Oiler - Asphalt, Crusher; Pumps, Concrete; Roller, plant mix or multi-lift materials; Saws, concrete; Scrapers, Concrete and Carryall; Spreaders, Topside Operator, blaw knox, cedarapids, jaeger, flaherty or similar types; Trenching machines; Truck Crane Oiler/Driver - under ~OO tons; Tractor, backhoe - under 75 h.p. GROUP 4 - Bobcat; Brooms; Compressor; Crane - A-Frame, ~O tons and under; Elevator and manlift - permanent and shaft type; Forklifts - under 3,000 Ibs. with attachments, Gradechecker; Hydralifts/boom trucks, ~o tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker, Posthole Digger - mechanical; Power plant, Pumps - Water; Roller - other than Plant Mix; Wheel Tractors, Farmall type; Shotcrete/Gunite Equipment Operator CATEGORY B PROJECTS - 90t of the basic hourly rate for each group plus full fringe benefits applicable to Category A projects shall apply to the following projects: Reduced rates may be paid on the following, ~. Projects involving work on structures such as buildings and structures whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 miJ.lion where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (doct.s, wharfs, etc.) less than $150,000 WA950001, MOD 13 ")) c o ~.bd.. 14 - ................ 10 I o o 32 >< ~ [] _.....i!~ JIIl--..l Assistant Mate (Deckhand) Oiler Assistant Engineer (Electric, Diesel, Steam or Booster Pump); Mates and Boatmen GROUP 4: Craneman, Engineer Welder GROUP 5: Leverman, Hydraulic GROuP 6: Maintenance HEAVY WAGE RATES (CATEGORIES A & B) APPLIES TO CLAM SHELL DREDGE, -HOE AND DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND BULLDOZERS o ,~.l"t.l.:te.'~ o - Z <( . :cf- f-ifi 0::2 <(::> Wu -'0 ~o ~~I -'f- CJ) u.. -0 w>- ~!:: 0:-' u..<( >!18 :cw f-:c Zf- i=o zf- WL.U :2;:) ;:)0 UCJ) 0- o!:: L.UL.U :cu f-- !:b Z wen u- -::I: bi- Z I l r { J L f L I- t 1 [ " {' r r r r I" WA950001, MOD 13 WORK PERFORMED ON HYDRAULIC DREDGES: Total Project cost $~50,000 and over GROUP ~ 2~.07 GROUP 2 2~. .~5 GROUP 3 2~. SO GROUP 4 2~.5S GROUP 5 21. 93 GROUP 6 21. 07 GROUP ~: GROUP 2 : GROUP 3 : GROUP 4 : GROUP 5: GROUP 6 : Assistant Mate (Deckhand) Oiler Assistant Engineer (Electric, Diesel, Steam or Booster Pump); Mates and Boatmen Craneman, Engineer Welder Leverman, Hydraulic Maintenance Total Project GROUP ~ GROUP 2 GROUP 3 GROUP 4 GROUP 5 GROUP 6 Cost under $~50,OOO ~B.96 ~9.04 ~9.35 ~9.40 ~9.74 ~8,96 GROuP J.: GROuP 2: GROuP 3: HANDLING OF HAZARDOUS WASTE MATERIALS H-~ - when not 'outfitted with protective clothing of level D equipment - Base wage rate H-2 - Class "C" Suit - Base wage rate + $.25 per hour H-3 - Class "B" Suit - Base wage rate + $.50 per hour H-4 - Class "A" Suit - Base wage rate +$.75 per hour ,... ., ENGI070J.D 06/01/~995 Rates Fringes CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKllM COUNTIES o OPERATORS (See Footnote A) POWER EQUIPMENT ZONE ~: GROuP 1 GROuP 2 GROUP 3 GROUP 4 GROUP 5 GROUP 6 22.40 22.01 2~.33 20.98 20.34 lB.72 o -~~'"~..~~ ( 0 c o ~ I>... - _&... 6.8~ 6.BJ. 6.8J. 6.BJ. 6.n 6.B~ 6.B~ 6.8~ 6.8~ 6.8~ 6.81 6.8~ 6.55 6.55 6.55 6.55 6.55 6.55 15 -. ... 10 - I o o 32 X ~ IJ u \:-;':Q1~-.:;r:.'((~ Z <( . :cf- f-ifi 0::2 <(::> L.Uu -'0 ~o ~~I -'f- CJ) u.. -0 L.U>- :2f- <(- 0:-' u..<( ~i5 :CL.U f-:c Zf- i=o zf- L.UL.U :2::> ::>0 UCJ) 0- o!:: L.UL.U :cu f-- !:b Z W(J) u- -:c bi- z .,. "'\ o o o o .. f t 1 Zone Differential (add to Zone ~ rates) : Zone 2 - $L50 Zone 3 - 3.00 For the following metropolitan counties: MULTNOMAH; CLACKAMAS; MARION; WASHINGTON; YAMHILL; AND CT.ARK 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 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 Washington County East of Highway 47 and all jobs or projects located in Yamhill County East of Highway 47 and Highway 99W and all jobs or projects located in Clark County, Washington shall receive Zone I for all Classifications. I f t { I. All jobs or projects located in the area outside the identified boundary above, but less than SO miles from the Portland City Hall shall receive Zone II pay for all classifications. All jobs or projects located more than SO miles from the Portland City Hall, but outside the identified border above, shall receive Zone III pay for all classifications. For the following Class A cities: ALBANY; EUGENE; ROSEBURG; GRANTS PASS; MEDFORD 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. I I ! { I. I 'I I r f I All jobs of projects located more than 30 miles ans less than SO miles from the respective city hall of the above mentioned oities shall receive Zone II pay for all classifi~ations. All jobs of projects located more than SO miles from the respective city hall of the above mentioned cities shall receive Zone III pay for all classifications. For the following Class B Citieo: LONGVIEW, WASHINGTON; COOS BAY; KLAMATH FALLS; BEND All jobs or projects located within 20 miles of the respective city hall of the above mentioned oities shall receive Zone I pay for all olassifications. All jobs or projects located more than 20 miles and less than 40 miles from the respective city hall of the above mentioned oities shall receive Zone II pay for all classifications. All jobs or projects located more than 40 miles from the respective city hall of the above mentioned cities shall receive Zone III pay for all classifications. For the following Class C cities. ASTORIA; THE DALLES; PENDLETON; LA GRANDE; BAKER; ONTARIO; MCMINNVILLE WA950001, MOD 13 16 .,~""'-'~~ 'j) 7' o ~ o .'11 . - ~lL D I fJ .....,...-,.-,- I _illL~ o o 32 >< ~ [] ~ ..L...&.... r { z ( <( . :cl-- f-ifi 0::2 ( <(:;, L.Uu -'0 ~o ~~I i -'I-- CJ)u. -0 L.U>- I :21-- <(- 0:-' u..<( ~a 1 :CL.U f-:c ZI-- i=o zl-- L.UW :2:;' ::>0 Uen 0- o!:: L.UL.U :cu f-- !:b t z wen u- -:c bi- f z [ .(' ,... "I 0 r I r 0 l o o .. All jobs or projects located within 5 miles of the respective city hall of the above meneioned cities shall receive Zone I pay for all classifiactions. There is no Zone II pay for Class lie" cities. All jobs or projects located more than 5 miles from the respective city hall of the above mentioned cities shall receive Zone III pay for all classifications. POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP~: CONCRETE: Batch Plant and/or Wet Mix Operator, three units or more; CRANE: Crane Operator, over 200 tons; Whirley Operator 90 tons and over; Helicopter Operators, when used in erecting work; Floating Crane, ~50 tons but less than 250 tons; Lattice Boom Crane - 200 tons and over, Boom 2011 through 280'; FLOATING EQUIPMENT: Floating Crane, 250 tons and over GROUP 2: ASPHALT: Asphalt Plant Operator (any type); Roto- mill, pavement profiler, operator, six foot lateral cut and over; BLADE: Auto Grader or "Trimmer" Operator (Grade Checker required); BULLDOZERS: Tandem bulldozer operator, quad-nine and similar type; D-~~; Tandem Bulldozer Operator, Quad-nine and similar type; CONCRETE: Batch Plant and/or Wet Mix Operator, one and two drum; Automatic Concrete Slip Form Paver Operator; Concrete Canal Line Operator; Concrete Profiler, Diamond Head; CRANE: Cableway Operator, 25 tons and over; Crane Operator, over 40 tons and including ~oo tons; Crane Operator, over ~oo tons and including 200; Tower Crane Operator, over 80 tons and including ~50 tons; Whirley Operator - under 90 tons; Lattice Boom Crane _ 90 through ~99 tons, Boom a ~50' through 200'; CRUSHER: Crusher 'Plant Operator; FLOATING QUIPMENT: Floating Clamshell, etc. Operator, 3cu. yds. and over; Floating Crane (derrick barge) Operator, 30 tons but less than 80 tons; Floating Crane (derrick barge) Operator, BO ton but less than ~50 ton; LOADERS: Loader Operator, 6 cu. yds. but less than ~2 cu. yds.; Loader Operator, ~2 cu. yds. and over; REMOTE CONTROL: Remote controlled earth- moving equipment (no one operator shall operate more than two pieces of earth-moving equipment at one time); RUBBER-TIRED SCRAPERS: Rubber-tired Scraper Operator, with tandem scrapers, multi-engine; SHOVEL, DRAGLINE, CLAMSHELL, BACKHOE, SKOOPER, OPERATOR: Shovel, etc., 3 cu. yds., but less than 5 cu. yds.; Shovel, etc., 5 cu. yds. and over; TRENCH MACHINE: Wheel Excavator, under 750 cu. yds. per hour (Grade Oiler required) ; Canal Trimmer (Grade Oiler required); Wheel Excavator, over 750 cu. yds. per hour (two Operators and at least one Grade Oiler required); Band Wagon (in conjunction with wheel excavator); UNDERWATER EQUIPMENT: Underwater Equipment Operator, remote or otherwise, when'used in construction work. GROUP 3: CRANES: Lattice Boom Crane - SO through B9 tons; FORKLIFT: Rock Hound Operator; LOADERS: Loader Operator, 4 cu. yds. but less than 6 cu. yds.; Rubber-eired Rt~BER-TIRED SCRAPERS: Scraper Operator, with tandem scrapers; Self-loading, paddle wheel, augsr type, finish and/or 2 or mOre units WA950001, MOD 13 . .~,.,---..~ ) 7'" o o :D 17 10 I o o 32 >< I 0 . r ( Z [ <( . :cf- f-ifi 0::2 ( <(::> Wu -'0 ~o ~~1 } -'f- CJ)u.. -0 L.U>- \ :2f- <(- 0:-' u..<( ~15 f' :cL.U f-:c Zf- \ i=o zf- [ L.U L.U :2::> ::>0 UCJ) 0- t o!:: L.UL.U :cu f-- !:b L Z wen u- -:c bi- t Z l ( ,... "'I 0 1 r i r 0 i r \.. 0 o o .. GROUP 4: ASPHALT: Screed Operator; Asphalt Paver Operator (Screed man required); Diesel-Electric engineer, Plant; Roto- Mill, pavement profiler, operator, under six foot lateral cut; BLADE: Blade Operator, externally controlled by electronic, mechanical hydraulic means; Blade operator, multi-engine; BULLDOZERS: Bulldozer Operator; Drill Cat Operator; Side-boom Operator; Bulldozer Operator, twin engine (TC ~2 and similar type, D-~O); Cable-Plow Operator (any type); CLEARING: Log Skidders; Chippers; Incinerator; Stump Splitter (loader mounted or similar type); Compactor Operator, with blade; Compactor Operator, multi-engine; CONCRETE: Mixer Mobile Operator; Screed Operator; Concrete Cooling Machine Operator; Concrete Paving Road Mixer; Concrete Breaker; Reinforced Tank Banding Machine (K-~7 or similar types); CRANE: Chicago boom and similar types; Lift Slab Machine Operator; Boom type lifting device,S' ton capacity or less; Cherry Picker or similar type crane-hoist, 5 ton capacity or less; Crane Operator, under 25 ton (except for rough terrain), Hoist Operator, two drum; Hoist Operator, three or more drums; Derrick Operator, under ~oo ton; Hoist Operator, stiff leg, guy derrick or similar type, SO ton and over; Cableway Operator, up to twenty-five ton; Crane Operator, over twenty-five ton and including forty ton; Bridge Crane Operator; Locomotive, Gantry, Overhead; Lattice Boom Crane - 25 through 49 tons; CRUSHER: Generator Operator; Diesel-Electric Engineer; Grizzley Operator; DRILLING: Drill Doctor; Boring Machine Operator; Driller- Percussion, Diamond, Core, Cable, Rotary and similar type; Cat Drill (John Henry); FLOATING EQUIPMENT: Diesel-electric Engineer; Jack Operator, elevating barges, Barge Operator, self-unloading; Piledriver Operator (not crane type) (Deckhand required) ; Floating Clamshelll, etc. Operator, under 3 cu. yds. (Fireman or Diesel-Electric Engineer required); Floating Crane (derrick barge) Operator, less than 30 tons; GENERATORS: Generator Operator; Diesel-electric Engineer required); GUARDRAIL EQUIPMENT: Guardrail Punch Operator (all types); Guardrail auger Operator (all types); Combination Guardrail machines, i.e. punch, auger, etc.; HEATING PLANT: Surface Heater and Planer Operator; HYDRAULIC HOES: Hydraulic Backhoe Operator, Track Type 3/8 cu. yd. takes shovel Classif. rate); LOADERS: Belt Loaders, Kolman and Ko Cal types; Loaders Operator, front end and overhead, 2-~/2 cu. yds. and under 4 cu. yds.; Elevating Loader Operator, Athey and asimilar types; Elevating Grader Operator, operated by Tractor Operator, sierra, Euclid or similar types; PILEDRIVERS: Hammer Operator; piledriver Operator (not crane type); Pipe Cleaning Machine Operator; Pipe Doping Machine Operator; PIPELINE, SEWER WATER: Pipe Bending Machine Operator; Pipe Wrapping Machine Operator; Boring Machine Operator; Back Filling Machine Operator; REPAIRMEN, HEAVY DUTY: Diesel-Electric Engineer (Plant or Floating); Bolt Treading Machine Operator; Drill Doctor (bit grinder); H.D. Mechanic; H,D. Welder; Machine Tool Operator; Combination H.D. MechaniC-Welder, when dispatched and/or when required to do both; Welder-Certified, when dispatched and/or required; RUBBER-TIRED SCRAPERS: Rubber-tired Scraper Operator, single engine, single scraper; Self-loading, paddle wheel, auger type under ~5 cu. yds.; rubber-tired Scraper Operator, twin engine; Rubber-tired Scraper Operator, with push- pull attachments; Self-loading, paddle wheel, auger type ~5 cu, yds. and over, single engine; SHOVEL, DRAGLINE, CLAMSHELL, BACKHOE, SKOOPER OPERATOR: Diesel-Electric Engineerl Stationary Drag Scraper Operator; Shovel, Dragline, Clamshell, Hoe, etc., Operator, under 1 cu. yd.; Shovel, etc., 1 cu. yd. and less than WA950001, MOD 13 = o )) L ~ ) 18 ~ [] -...-' I o o '~')V~r] V 4\..." /"- ~ iI.... ~..LI~ I "~:,i..q~:.~~~;:t.;l z <( . :cf- f-ifi a::2 <(::> L.Uu -'0 ~o ~~i -' f-' CJ)u.. -0 L.U>- :2,.. <(- a:-' u..<( ~a :CL.U f-:c z,.. i=o z,.. L.U L.U :2::> ::>0 UCJ) 0- o!:: L.UL.U :cu f-- !'!'b z wen u- -:I: bi- Z r "I o o I f. l ( 1 I I L l I r L ( l. f '\ ! , --- o o .. 3 cu. yds.; Grade-all Operator, under ~ cu. yd,; Grade-all 1 cu. yd. and over; SURFACING (BASE) MATERIALS: Blade Mounted Spreaders, Ulrich and similar types; TRACTOR-RUBBER TIRED: Tractor Operator, rubber-tired, over SO H.P. Flywhee1; Tractor Operator, with boom attachment; Rubber-tired Dozers and Pushers (Michigan, Cat, Hough type); TRENCHING MACHINE: Trenching Machine Operator, maximum digging capacity over 3 ft. depth (Grade Oiler required); Back Filling Machine Operator; TUNNEL: Mucking Machine Operator; Shield Operator; Boring Machine Operator GROUP 5: ASPHALT: Extrusion Machine Operator; Roller Operator (any asphalt mix); Asphalt Burner and reconditioner Operator (any type), 84; roto-mill, Pavement Profiler, ground man.; COMPRESSORS: Compressor Operator any power), over ~,250 cu. ft. total capacity; COMPACTORS: Compactor Operator, including vibratory; Wagner pactor Operator or similar type (w~thout blade); CONCRETE: Combination mixer and Compressor Operator, gunite work; Concrete Batch Plant Quality Control Operator; Beltcrete Operator; Pumpcrete Operator (any type) Pavement Grinder and/or Grooving Machine Operator (riding type); Cement Pump Operator, Fuller-Kenyon and.similar; Concrete Pump Operator; Grouting Machine Operator; Concrete Mixer Operator, single drum, under five bag capacity and bver; Cast place pipe laying machine; Maginnis Internal Full Slab Vibrator Operator; Concrete Finishing machine Operator, Clary, Johnson, Bidwell, Burgess bridge deck or similar type; Curb Machine Operator, mechanical Berm, Curb and/or Curb and Gutter; Concrete Joint Machine Operator; Concrete Planer Operator; Tower Mobile Operator; Power Jumbo Operator setting slip forms; Concrete Paving Machine Operator; Concrete Finishing Machine Operator; Concrete Spreader Operator; CRANE: Helicopter Hoist Operator; Hoist Operator, single drum; Elevator Operator; A-frame Truck Operator, Double drum; Boom Truck Operator 'Hydraulic Boom Truck, Pittman; DRILLING: Churn Drill and earth Boring Machine Operator; FLOATING EQUIPMENT: Fireman; FORKLIFT: Lull Hi-Lift Operator or similar type; Fork Lift, over 5 ton; HYDRAULIC HOES: Hydraulic Backhoe Operator, wheel type 3/B cu. yd and under with or without front end attachment 2-~/2 cu. yds. and under (Ford, John Deere, Case, Type); LOADERS: Loaders, rubber-tired type, 2-~/2 cu. yds, and under; Elevating Grader Operator, Tractor Towed requiring Operator or Grader; OILERS: Service Oiler (Greaser); PIPELINE, SEWER WATER: Hydra Hammer or similar types; Pavement Breaker Operator; RAILROAD EQUIPMENT: Locomotive Operator, under 40 tons; Ballast Regulator Operator; Ballast Tamper Multi-Purpose Operator; Track Liner Operator; Tie Spacer Operator; Shuttle Car Operator; Locomotive Operator, 40 tons and over; SURFACING (BASE) MATERIAL: Roller Operator, Oiling, C.T.B.; Rock Spreaders self-propelled; Pulva-mixer or similar types; Chip Spreading Machine Operator Lime Spreading Operator, construction job site; SWEEPERS: Sweeper Operator (wayne Traotor Operator, rubber-tired, SO H.P. Flywheel and under; TRENCHING: Trench Machine Operator, maximum digging capacity 3 ft. depth WA950001, MOD 13 19 =- ) ~::o"O'~. -- .:L - u l 0 o .. D ~D ...,.., I - o o 32X~O -~ ~ -~I~:1_ .,.- - o .(;J;;hV;~;C~t; o .. z <( . :cf- f-ifi 0::2 <(::> L.Uu -'0 ~o (J) L.U, L.U :c I -'I- (J)u.. -0 L.U>- :2f- <(- 0:-' u..<l: (J)::> _0 :CL.U f-:c Zf- i=0 Zf- L.U L.U :2::> ::>0 U(J) 0- O!:: L.UL.U :cu f-- !'!'b Z wen u- -:c bi- z [ , I GROUP 6: ASPHALT: Plant Oiler; Plant Fireman; pugmill Operator (any type); Truck mounted asphalt spreader, with screed; BLADE: Blade Operator, pulled type; COMPRESSORS: Compressor Operator (any power), under ~,250 cu. ft. total capacity; CONCRETE: Plant Oiler, Assistant Conveyor Operator; Conveyor Operator; Mixer Box Operator (C.T.B., dry batch, etc.); Cement Hog Operator; Concrete Saw Operator; Concrete Curing Machine Operator (riding type); Wire Mat or Brooming Machine Operator; CRANE: Oiler; Truck Crane Oiler-Driver, 2S tons capacity or over; Fireman, all equipment; A-frame Truck Operator, single drum; Tugger or Coffin Type Hoist Operator; CRUSHER: Crusher Oiler; Crusher Feederman; DRILLING: Drill Tender; Auger Oiler; FLOATING EQUIPMENT: Deckhand; Boatman; FORKLIFT: Self-propelled Scaffolding Operator, construction job site (excluding working platform); Fork Lift or Lumber Stacker Operator, construction job site; GUARDRAIL EQUIPMENT: Oiler, auger oiler; Oiler, combination guardrail machines; Guardrail Punch Oiler; HEATING PLANT: Temporary Heating Plant Operator; LOADERS: Bucket Elevator Loader Operator, Barber-Greene and similar types; Bobcat, Skid Steer - Under ~ yd; OILERS: Oiler; Guardrail Punch Oiler; Truck Crane Oiler-Driver, 25 ton or over; Auger Oiler; Grade Oiler, required to check grade; Grade Checker; Tar Pot Fireman; PIPELINE SEWER WATER: Tar Pot Fireman (power agitated); Hydraulic Pipe Press Operator; PUMPS: Pump Operator, under 4"; Pump Operator (any power), 4" and over; Hydrostatic Pump Operator; RAILROAD EQUIPMENT: Brakeman; Oiler; Switchman; Motorman; Ballast Jack Tamper Operator; REPAIRMAN HEAVY DUTY: Parts Man (Tool Room); SHOVEL, DRAGLINE, CLAMSHELL, BACKHOE, SKOOPER OPERATORS: Oiler; Grade Oiler (required to check grade); Grade Checker; Fireman; Signalman; Bell Boy, phones, etc., Operator; Helicopter Radioman (ground); SURFACING (BASE) MATERIAL: Roller Operator, grading of base rock (not asphalt); Tamping Machine Operator, mechanical, self-propelled; Hydrographic Seeder Machine Operator, staw, pulp or seed; SWEEPERS: Broom Operator, self-propelled, construction job site; TRENCHING: Oiler; Grade Oiler (required to check grade); TUNNEL: Conveyor Operator (any type); air Filtration Equipment Operator; Motormen (dinkey); Oiler; WELDING MACHINES: Welding Machine Operator o { \ I I [ I. t I t I l I I FOOTNOTE A: HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be eligible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outline 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 - Basic hourly wage rate plus $~.OO per hour, fringes plus $0.15. H-3 Class "B" Suit - Basic hourly wage rate plus $~.50 per hour, fringee plus $0.15. H-4 Class "A" Suit - Basic hourly wage rate plus $2.00 per hour, fringes plus $0.15. ,... ""i o I o o WA9500o1, MOD13 20 l 0 ....-.-- : 0 ]) 10 32 X ~ 0 ... .M. 'L -----1-_ . . , -...--.--" ~~ -- ~~u~ - o ,i~ o - I I Z I <( . :cf- f-ifi 0::2 C <(::> L.Uu -'0 ~o ~ ~I I -'f- CJ)u.. -0 L.U>- { :2f- <(- 0:-' u..<( !!?~ t :CL.U f-:c Zf- i=o zf- I:. L.U L.U :2::> ::>0 UCJ) o- r o!:: L.UL.U :cu f-- !'!'b I. Z W(/'J u- i=[E= 0 [ z t l .,. "'I 0 L I j ( r. 'j 1 (. 0 ENGI070~E 06/0~/~994 Rates Fri.nges CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH) , SKAMANIA, AND WAHKIAKUM COUNTIES DREDGING: ZONE A LEVERMAN , HYDRAULIC 24.22 5.97 LEVERMAN , DIPPER, FLOATING CLAl~SHELL 24.22 5.97 ASSISTANT ENGINEER 23.47 5.97 TENDERMAN 22.92 5.97 ASSISTANT MATE 20.93 5.97 ZONE B LEVERMAN , HYDRAULIC 25.72 5.97 LEVERMAN , DIPPER, FLOATING CLAMSHELL 25.72 5.97 ASSISTANT ENGINEER 24.97 5.97 TENDERMAN 24.42 5.97 ASSISTANT MATE 22.43 5.97 ZONE C LEVERMAN , HYDRAULIC 26.~2 5.97 LEVERMAN , DIPPER, FLOATING CLAMSHELL 26 .~2 5.97 I ASSISTANT ENGINEER 25.37 5.97 !> TENDERMAN 24.82 5.97 ASSISTANT MATE 22.83 5.97 I , ZONE D 1 LEVERMAN , HYDRAULIC 26.62 5,97 I LEVERMAN, DIPPER, FLOATING CLAMSHELL 26.62 5.97 I ASSISTANT ENGINEER 25.87 5.97 I TENDERMAN 25.32 5.97 ASSISTANT MATE 23.33 5.97 I ZONE E LEVERMAN , HYDRAULIC 27.22 5.97 LEVERMAN , DIPPER, FLOATING CLAMSHELL 27.22 5.97 ASSISTANT ENGINEER 26.47 5.97 TENDERMAN 25.92 5.97 ASSISTANT MATE 23,93 5.97 WA950oo1, MOD 13 21 : o.:.J} 10 - I o o 32 X I 0 I - o ':Jlt:'m~ o .. z <( . :J:f- f-ifi 0::2 <(::> L.Uu -Jo ~o ~~I -'f- CJ)u.. -0 UJ>- :2f- <(- 0:-' u..<( !!l15 :J:L.U f-:c Zf- i=o zf- L.U UJ :2::> ::>0 UCJ) 0- o!:: L.UL.U :cu f-- !'!'b Z wen u- -:J: bi- Z I { I r I IRONWORKERS Rates 20.50 Fringes 9.32 ZONE DESCRIPTION FOR DREDGING ZONE A - All jobs or projects located within ~5 road miles of Portland City Hall ZONE B - ~5-30 road miles from Portland City Hall. ZONE C - 30-50 road miles from Portland City Hall. ZONE D - 50-70 road miles from Portland City Hall. ZONE E - Over 70 road miles from Portland City Hall. *All jobs or projects shall be computed from the city hall by the shortest route to the geographical center of the project. IRONOO~4F 07/0~/~995 LABOOOO~D 06/0~/~995 Rates Fringes CHELAN, DOUGLAS (WEST OF THE ~20TH MERIDIAN), KITTITAS, AND YAKIMA COUNTIES ,... "'l \ I r t I. [ I { t I l f I ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES) I ZONE 2 -$ .70 ZONE 3 . $1.00 LABORERS: ZONE ~: GROUP ~ GROUP 2 GROUP 3 GROUP 4 GROUP 5 ~2.14 14.46 ~6.~8 16.66 ~7.02 4.67 4.67 4.67 4.67 4.67 ZONE DIFFERENTIAL (ADD TO ZONE ~ RATES) : ZONE 2 - $ .70 ZONE 3 - $~.OO BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA ZONE ~ - 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 WEST OF THE ~20TH MERIDIAN: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (NORTH), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES LABORERS: ZONE 1: GROUP ~ GROUP 2 GROUP 3 GROUP 4 GROUP 5 ~2.51 ~4.83 ~9.5~ 19.99 20.35 4.67 4.67 4.67 4.67 4.67 o o o WA950001, MOD 13 ) . ( 0 c o - 1.<1:1 __ ..MI ~.. -- dm..-JI - 22 or D 10 I o o 32 X I 0 Jh.~l --L:.::::..............~-IIl_~.~ _I:U~~ o t~~G:U o .. Z <( . :cl-- f-ifi 0::2 <(::;) L.Uu -'0 ~o ~~I -'I-- CJ)Ll.. -0 L.U>- :2f- <(- 0:-' u..<( ~i5 :CL.U f-:c Zf- i=o zl-- L.U w :2::;) ::>0 Uen 0- c!:: L.UL.U :cu f-- !'!'b Z woo u- -:c bi- z r [ I ZONE ~ ZONE 2 I ZONE 3 LABORERS CLASSIFICATIONS BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON - Projects within 25 radius miles of the respective city hall. - More than 25 but less than 45 radius miles from the respective city hall. - More than 45 radius miles from the respective city hall GROUP~: 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, pilot car,' and flagman, fence laborer. GROUP 3: General laborer, asbestos abatement laborer, air, gas or electric vibrating screed, ballast regulator machine, brush cutter, brush hog feeder, burner, change house or dry shack, chipping gun (under 30 lbs) , coker setter, chucking 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, group machine tender, grinders, guardrail erector, hazardous waste worker (level C), pot tender, scale person, sloper sprayer, signal person, stock piler, stake hopper, topper-tailer,track laborer, truck spotter, tool room man (at job site), vinyl seamer. o I I { ( I f I I i 1 I ---------------------------------------------------------------- 'I" .,. GROUP 4: Cement dumper-paving, chipping gun (over 30 Ibs) , clary power spreader, concrete saw operator,' concrete dumper/chute operator, faller and bucker chain saw, grade checker and transit man, groutmen (pressure) including post tension beams,hazardous waste worker (level B), high scaler, jackhammer, laserbeam operator, manhole builder-mudman, mortarman and hodcarrier, nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster vacuum blaster), pavement breaker; pipe layer and caulker" pipe pot tender, pipe wrapper, power jacks, raker-asphalt, rivet buster, rodder, sloper (over 20'), spreader (concrete), timber-person-sewer (lagger, shorer and cribber), vibrator, well point laborer. o GROUP S: Caisson worker, miner, powderman, re-timberman hazardous waste worker (level A) . WA9500o1, MOD 13 ,,-~-~.- =-- o :J l o tAt...---...._ - .-1tI 1itIM. - - 23 - ) 10 -=~-::== I - ~ - o o M~~X ~PJ I' o t~~ o .. LAB0023BE 06/0~/~995 Rates Fringes COUNTIES EAST OF THE ~2 OTH MERIDIAN: ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, G~', LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA, WHITMAN COUNTIES LABORERS: ZONE ~: GROUP ~ GROUP 2 GROUP 3 GROUP 4 GROuP 5 GROUP 6 ~5.67 ~7.59 ~7.84 ~8.09 ~8.34 ~9.59 3.99 3.99 3.99 3.99 3.99 3.99 Zone Differential (Add to Zone ~ rate): $2.00 BASE POINTS: Spokane, Moses Lake, Pasco, Lewiston Zone~: 0-45 radius miles from the main post office. Zone 2: 45 radius miles and over from the main post office. LABORERS CLASSIFICATIONS GROUP~: Flagman, Scaleman: Traffic Control Maintenance (erection and maintenance of barricades, signs, and relief of flagperson); Window Washer GROUP 2: Asbestos Abatement worker; Brush Hog Feeder; Carpenter Tender; Cement Handler; Concrete Creman (to include Stripping of forms, hands operating jacks on slip form construction, application of concrete curing compounds, Pumpcrete Machine, Signaling, Handling the nozzle of squeezcrete or Dimilar machine - 6 in. and smaller); concrete Signalman; Crusher Feeder; Demolition (to'include Clean-up, burning, loading, wrecking and salvage of all material); Dumpman; Fence Erector; General laborer; Grout Machine Header Tender; Hazardous Waste Worker; Nippers; Riprap Man; Scaffold Erector, Wood or steel; Stake Jumper; Structural Mover (to include separating foundation, preparation, cribbing, shoring, jacking and unloadin~ of Structures); Tailhoseman (water nozzle); Timber Bucker and Faller (by hand); Truck Loader; Well-point man; Window cleaner; Miner class "A" - Bull Gang, Pump Crete Crewman including Distribution Pipe, Assembling and Dismantle and Nipper; Track Laborer; Railroad Equipment; Form Cleaning Machine Tender; Stacker; Sandblast Tailhoseman; Hazmat Worker - Level D. WA9500o1, MOD 13 : o } - .. 24 - ..b. ) , ,1 .1 , 'l 1 J. J 1 , I 10 I o o 32 X i 0 ~b.I. ~ ...:'::LAII.-.. l::~ z <(" :cf- f-ifi 0::2 <(::> Wu -'0 ~o r ~~! -'f- CJ)u.. -0 L.U>- L :2f- 4:- 0:-' u..<( ~s I. :cw f-:c Zf- i=o zf- [ W L.U :2::> ::>0 UCJ) 0- o!:: t WL.U :CU f-- ==b t z wen u- i=~ 0 I. z [ t ,... 0 L l. ( 0 1 ! I ..;........"."'""""'"'~ (. 0 o o .. GROUP 3: Asphalt Raker; Asphalt Roller, Walking; Cement Finisher Tender; Concrete saw, Walking Demolition Torch; Dope Pot Firemen Non-Mechanical; Driller Tender (when required to move and position machine); Form Setter, Paving; Grader Checker using Level; Jackhammer Operator; Nozzleman, water, air or steam; Pavement Breaker (under 90 Ibs.); Pipelayer, corrugated metal culvert; pipelayer, multi-section; Pot tender; Powderman Tender; Power buggy operator; Power tool operator, gas, electric, pneumatic; Rodder and Spreader; Tamper (to include operation of Barco, Essex and similar tampers and pavement breakers); Trencher, Shawnee; Tugger Operator; Wagon Drills; Water Pipe Liner; Wheelbarrow, Power driven; Miner' Class UBI! - Brakeman, Finisher, Vibrator, and Form Setter; Railroad Equipment, Power driven, except dual mobile power spiker or puller; Rail.road Power Spiker or puller, dual mobile; Hazmat Worker - Level C. GROUP 4: Air Track Drill; Brush machine (to include, horizontal construction joint clean-ip Brush machine, power propelled; Caisson Worker, Free air, -Chain saw operator and Faller; Concrete Steack (to include, laborers when 40 ft. high); Gunnite (to include, operation of machine and nozzle); high scaler; Monitor operator (track or similar mounting); Mortar Mixer; Nozzleman (to include, Jet blasting Nozzleman, over ~,200 Ibs., Jet Blas~ing machine power propelled, Sandblaster Nozzle); Pipelayer (to include working Topman, Caulker, Collerman, Jointer, Mortarman, Rigger Jacker, shorer valve or meter installer); Pipewrapper; Vibrators; Miner Class "C" - Miner and Nozzleman for Concrete; Pavement Breaker, (90 Ibs. and over); Hazmat Worker - Level B. GROUP 5 - Drills with dual masts; Miner Class "D", Raise and Shaft Miner on Raises and Shafts; Hazn.at Worker - Level A. GROUP 6 - Powderman LAB0023BG 04/01/~995 Rates Fringes COUNTIES EAST OF THE ~20TH MERIDIAN: ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAs, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA, WHITMAN HOD CARRIERS ~B.76 3.99 LAB00335A 06/01/1995 Rates Fringes CLARK, COwr,ITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES LABORERS: ZONE ~: GROUP ~ GROUP 2 GROUP 3 GROUP 4 GROUP 5 GROUP 6 GROUP 7 ~7.59 ~7.94 ~8.24 ~B.49 16.35 14.47 12.26 5.65 5.65 5.65 5.65 5.65 5.65 5.65 WA950001, MOD 13 -, ~L1.' . =- Q. _.I~ - 11 - .--- 25 10 .r .:.:::A.....~..".......-::~."1lIII- _. I o o 32Xlo ..L-'I~ _ - . II=- o .:i~~;!'t.~ o .. Zone Differential (Add to Zone ~ rates): Zone 2 $ 0.65 Zone 3 - L~5 Zone 4 - ~.70 Zone 5 - 2.75 BASE POINTS: GOLDENDALE, LONGVIEW, AND VANCOUVER z <( . :cf- f-ifi 0::2 <(::> L.Uu -'0 ~Cl ~~I -'f- CJ)u.. -0 L.U>- :2f- <(- 0:-' u..<( ~a :CL.U I--:c Zf- i=o zf- L.U L.U :2::> ::>0 UCJ) 0- o!:: WL.U :cu 1--- !'!'b z woo u- -:c bi- z ZONE ~: Projects within 30 miles of the respective city all. ZONE 2 : More than 30 miles but less than 40 miles from the ! respective city hall. ZONE 3 : More than 40 miles but less than SO miles from the respective city hall. I ZONE 4: More than SO miles but less than BO miles from the respective city hall. ZONE 5 : More than 80 miles from the respective city hall. LABORERS CLASSIFICATIONS "'I GROUP ~: 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; Choke Setter; Clean-up Laborers; Concrete Laborers; Curing Concrete; Demolition, Wrecking, and Moving Laborers; Dumpers, road oiling crew; Dumpmen (for grading crew); Elevator Feeders; Guard Rail, Median Rail, Reference Post, Guide Post, Right-of-way Marker.; Fine Graders; Form Strippers (not swinging stages); General Laborers; Hazardous Waste Laborers; 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); Weightman, 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; Crusher Feeder; Demolition and Wrecking Charred Materials; Grade Checker; 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); vibrators (less than 4" in diameter); Post Hole Digger, air, gas or electric; Vibrating Screed; Tampers; Sand Blasting (Wet); Stake-Setter; Tunnel- mvckers, brakemen, concrete crew, bull gang (underground) ::> 'I ,... [ [ I- f. I 1. '. 01 [ , I II JI 1 ! t ,I I I 1 ~ j 1 , I I J I I o o .;~~,.. WA95oo01, MOD 13 26 I I r 0 .'~".'..' 10 I~ 32X .II J .....- ... ~-~ -- - -- ~ ~ ~-.. ""- o .LI. ,..-- '~Dg. Z <( . :cf- f-ifi ~ ~, L.Uu -'0 ~o en Wj ~ ~j CJ)u.. -0 L.U>- ( :2f- <(- cc-' u..<( ~a t :CL.U f-:c Zf- i=o zf- I L.U L.U, :2::> ::>0 UCJ) 0- o!:: L L.UL.U :cu f-- !'!'b { Z wen u- -:c bi- t Z L l y- O I. I t 0 I I I ,--r~~._.". l 0 ,-- o o - GROUP 3: Asbestos Removal (structural removal only); Bit Grinder; Concrete Saw Operator; Drill Doctor; Drill Operators, air tracks, cat drills, wagon drills, rubber-mounted drills, and other similar types including at crusher plants; Concrete saw operator; Gunite d Nozzelman; 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; Power Saw Operators (bucking and falling); Pumpcrete Nozzlemen; Sand Blasting (Dry); Pipe Layers (all types); Sewer Timberman; Track Liners, Anchor Machines, Ballast Regulators, Multiple Tampers, Power Jacks; Tugger Operator; Tunnel-Chuck Tenders, Nippers, and Timbermen; Vibrator (4" and 'larger); Water Blaster GROUP 4: Asphalt Raker; Tunnel Miners; Tunnel Powderman; Motorman-Dinky Locomotive; Shield Operator GROUP 5: Traffic Flaggers GROUP 6: Fence Builders GROUP 7: Landscaping or Planting Laborers PAIN0005A 03/0~/~993 Rates Fringes CLALLAM, GRAYS HARBOR, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, PACIFIC, SNOHOMISH AND THURSTON COUNTIES PAINTERS AND DRYWALL TAPERS ~9.04 2.27 PAIN0005B 07/0~/~99~ Rates Fringes STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES STRIPERS ~8 .14 2.47 PAIN0054D 07/01/~994 Rates Fringes 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 WA950001, MOD 13 c .' 0::) .. l1L- --' 27 (' D 10 I o o 32 X I 0 I o ,'!~ o .. :z I <( . :J:f- f-ifi 0::2 I <l:::> UJu -'0 ~o ff3~1 I -'f- rnu.. -0 UJ>- { :2f- <l:- 0:-' u..<( !!?15 L :J:L.U f-:c :Zf- j::o :zf- L UJ L.U :2::> ::;)0 UCJ) 0- [ Cl!:: UJL.U :J:U f-- !:!:b l z WCJ) u- -:c bi- l :z t I. r "'I 0 L I [ 0 I I I <- 0 PAINTERS*: Brush, Roller, Paperhanger, , Striping, Steam-cleaning Spray Application of Cold Tar Products, Epoxies, Polyure thanes, Acids, Radiation Resistant Material, Water and Sandblasting, Bridges, Towers, Tanks, Stacks, Steeples TV Radio, Electrical Transmission Towers Lead Abatement, Asbestos Abatement Taper 3.59 3.52 ~7.09 ~7.86 3.64 3.64 ~7.92 3.64 ~8.64 3.64 ~7.09 ~7.66 *$.70 shall be paid over and above the basic wage rates listed for work on swing stages and high work of over 30 feet. PAIN0055C ~0/0~/~993 Rates Fringes CLARK, COWLITZ, KLICKITAT, SKAMANIA, AND WAHKIAKUM COL~IES (INDUSTRIAL - ANY INDUS'I'RIAL FACILITY, PAPER MILLS, ALUMINUM PLANTS, BRIDGES, TANK FARMS, WATER TOWERS, PIPE LINES) PAINTERS: BRUSH ~3.50 2.04 SPRAY AND SANDBLASTING U.OO 2.~9 OVER 60 FT. ON SWING STAGE \) MECHANICAL CLIMBER, SPIDER BUCKET TRUCK ~4.00 2.~9 HIGHWAY AND PARKING LOT PAINTER ~8.~4 2.37 PLAS0072E 06~0~/~995 Rates Fringes ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, AND YAKIMA COUNTIES ZONE 1: CEMENT MASONS ~9.5~ 4.65 Zone Differential (Add to Zone ~ rate): Zone 2 - $2.00 BASE POINTS: Spokane, pasco, Moses Lake, Lewiston Zone 1: 0 - 45 radius miles from the main post office Zone 2: Over 45 radius miles from the main post office WA95ooo1, MOD 13 28 ) c o ,.' ..:::f~ . I \ I 1 I " 1 1 ~; :'J .J I 10 ....,.....- - I o 0 32 X ; 0 ...Hi. ~. -" o ',~TJJ:14i o .. f I Z I <(' If- f-ifi 0::2 [ <(::> Wu --'0' ~O ~~I I -'f- CJ)u.. -0 W>- I :2f- <(- 0:-' u..<( !!la I :CL.U f-:c Zf- i=o Zf- I WL.U :2::> ::>0 UCJ) 0- o!:: t L.UL.U :cu f-- !'!'b L Z WOO u- -:c bi- t Z L I .... "'l 0 ( I I 0 I [ I l 0 PLAS052BA 06/0~/~994 Rates Fringes CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (NORTH), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES CEMENT MASON COMPOSITION, COLOR MASTIC, TROWEL MACHINE, GRINDER, POWER TOOLS, GUNNITE NOZZLE 2L56 6.60 21. B~ 6.60 PLAS05S5B 06/0~/1995 Rates Fringes CLARK, COWLITZ, KITCKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES SEE ZONE DESCRIPTION FOR CITIES BASE POINTS Zone ~: CEMENT MASONS ~7.74 COMPOSITION WORKERS AND POWER MACHINERY OPERATORS ~B . 09 CEMENT MASONS ON SUSPENDED, SWINGING AND/OR HANGING SCAFFOLD U. 09 CEMENT MASONS DOING BOTH COMPOSITION/POWER MACHINERY AND SUSPENDED/HANGING SCAFFOLD ~8.45 8.52 8.52 8.52 8.52 Zone Differential (Add To Zone ~ Rates) : Zone 2 - $0.65 Zone 3 - ~.~5 Zone 4 - ~.70 Zone 5 2.75 BASE POINTS: BEND, CORVALLIS, EUGENE, LONGVIEW, MEDFORD, PORTLAND, SALEM, THE DALLES, VANCOUVER ZONE ~: 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, ZOm: 3 : More than 40 mi1es but less than SO miles from the respective city hall. ZONE 4: More than 50 miles but less than BO miles from the reupective city hall. ZONE 5 : More than BO miles from the respective city hall WA950001, MOD 13 = o .) 17"fI'l 29 " " :> , '1 J I I ! I r I 10 I o o 32 X 10 ~:1~~.~'::,il,!;!.o Z <( . :cf- f-ifi 0::2 <(::> L.Uu -'0 ~o ~~I -'f- CJ)u.. -0 L.U>- :2f- <(- 0:-' u..<3: \!l5 :rL.U f-:c Zf- ;:0 zf- L.U L.U :2::> ::>0 UCJ) 0- c!:: WL.U :cu 1--- !'!'b Z wen u- -:c bi- z .,. ~ o o l I ! I ! I { I I. [ I. t t I I I I I I I o o o .. PLUM0032B 0~/0~/~995 Rates CLALLAM, KING AND JEFFERSON COUNTIES PLUMBERS AND PIPEFITTERS 26.60 PLUM0032D 0~/0~/~995 Fringes 9.2~ Rates Fringes CHELAN, KITTITAS (NORTHERN TIP), DOUGLAS (NORTH), AND OKANOGAN (NORTH) COUNTIES PLUMBERS AND PIPEFITTERS 22.05 PLUM0040B 06/27/~995 Rates WHATCOM COUNTY PLUMBERS AND STEAMFITTERS Plumbing projects over $3,000,000 Plumbing projects $3,000,000 and under 26.09 20.08 PLUM0044C 06/0~/~994 Rates ADAMS (NORTHERN PART), ASOTIN (CLARKSTON ONLY), FERRY PART), LINCOLN (EASTERN PART), PEND ORIELLE, STEVENS, AND WHITMAN COUNTIES PLUMBERS AND PIPEFITTERS 25.28 PLUM0082A 06/0~/~994 8.55 Fringes 7.8~ 7.8~ Fringes (EASTERN SPOKANE, 6.67 Rates Fringes GRAYS HARBOR, LEWIS, MASON (EXCLUDING NE SECTION), AND PACIFIC PIERCE AND THURSTON COUNTIES PLUMBERS AND PIPEFITTERS 26.40 CLARK (NORTHERN TIP INCLUDING WOODLAND), COWLITZ, SKAMANIA AND WAHKIAKUM COUNTIES PLUMBERS AND PIPEFITTERS 23,35 PLUM0265C 06/0~/~994 Rates ISLAND, SKAGIT, SNOHOMISH, AND SAN JUAN COUNTIES PLUMBERS AND PIPEFITTERS: Plumbing work $750,000 and over Plumbing work under $750,000 27.44 23.32 WA950001, MOD 13 J} c- o ----.d~~- l>dl II - 7.~4 7.~4 Fringes 7.29 7.29 30 ;) ~ ~D -------.. I o o 32 X ~ 0 ~ _I::.... ~... r-- ... o ;';j:.lli~'iL:::') o .. I [ z I <( . :cf- f-ifi 0::2 1 <(::> L.Uu --'0 ~o ~~I I -'f- CJ)u.. -0 UJ>- I :2f- <(- 0:-' u..<( ~i5 I :CL.U f-:c Zf- i=o zf- t L.U L.U :2::> ::>0 UCJ) 0- o!:: t L.UL.U :cu f-- !'!'b I z wen u- -::I: bi- t Z I [ r '" 0 I I I 0 I I I ( 0 - ----" PLUM0290K ~0/0~/~993 Rates CLARK (ALL EXCEPT NORTHERN TIP INCLUDING WOODLAND) Fringes PLUMBERS AND PIPEFITTERS 22.09 5.85 PLUM059BE 06/0~/1995 Rates Fringes ADAMS (SOUTHERN PART), ASOTIN (EXCLUDING THE CITY OF CLARKSTON) , BENTON, COLUMBIA, DOUGLAS (EASTERN HALF), FERRY (WESTERN PART) , FRANKLIN, GARFIELD, GRANT, KITTITAS (ALL BUT NORTHERN TIP) , KLICKITAT, LINCOLN (WESTERN PART), 'OKANOGAN (EASTERN), WALLA WALLA AND YAKIMA COUNTIES PLUMBERS 25.50 B.65 PLUM063~A 06/0~/~995 Rates Fringes MASON (NE SECTION), AND KITSAP COUNTIES PLUMBERS AND PIPEFITTERS 20.78 ~0.2B TEAM0037C 06/0~/~995 Rates Fringes CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM COUNTIES TRUCK DRIVERS D ZONE ~: GROUP ~ 20.~2 5.52 GROuP 2 20.24 5.52 GROUP 3 20.37 5.52 GROUP 4 20.62 5.52 GROuP 5 20.84 5.52 GROUP 6 20.99 5.52 GROUP 7 2~.~9 5.52 Zone Differential (Add to Zone ~ Rates) : Zone 2 - $0.65 Zone 3 - ~.~5 Zone 4 - ~.70 Zone 5 - 2.75 BASE POINTS: ASTORIA, BINGEN, GOLDENDALE, THE DALLES, LONGVIEW, PORTLAND 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 lesll than 80 miles from the respective city hall. I ZONE 5 : More than BO miles from the respective city hall. 0 0 WA9500o1, MOD 13 31 ~ o ~ I fJ 32x~D t. .. --.-- ~----- - I 'till!t~'ii:il;(JI;l Z <( . :cf- f-ifi 0::2 <(::> L.Uu -'0 ~o ~~I -'f- (J)u.. -0 L.U>- :2f- <(- 0:-' u..<( (J)::> _0 :CL.U f-:c Zf- i=o zf- L.UW :2::> ::>0 U(J) 0- o!:: L.Uw :cu f-- !'!'b Z woo u- -:c bi- z ,... o o o o .. TRUCK DRIVERS CLASSIFICATIONS I I I I I L t L t l I I I I I I GROUP~: Battery Rebuilders; Bus or Manhaul Driver; Concrete Buggies (power operated); Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations there of: up to and including ~o 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; 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. "A" Frame or Hydra-lift Truck with load bearing surface,; LUbrication Man, 'Fuel Truck Driver, Tireman, Wash Rack, Steam Cleaner or combinations; Team Driver; Slurry Truck Driver or Leverman; Tireman GROUP 2: Flaherty Spreader Driver or Leverman; Lowbed Equipment, Flat Bed Semi-trailer, Truck and Trailers 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; Water Wagons (rated capacity) - 3,000 to 5,000 gallons; Dumpsters or similar equipment, all sizes; Transit Mix and Wet or Dry Trucks, over 5 cu. yds, and including 7 cu. yds, GROUP 3: Dump Trucks, side, end and bottom dumps, including semi Trucks and Trains or combinations thereof: over ~o cu. yds. and including 30 cu. yds.; Transit Mix and Wet or Dry Mix Trucks, over 7 cu. yds. and including ~~ cu. yds.; Truck Mechanic - Welder - Body Repairman; Water Wagons (rated capacity) - 5,000 to 7,000 gallons. GROUP 4: Dump Trucks, side, end and bottom cumps, including Semi-Trucks and Trains or combinations thereof: over 30 cu. yds. and including so cu. yds.; Transit Mix and Wet or Dry Mix Trucks, over ~1 cu. yds. and including ~5 cu. yds.; Water Wagon (rated capacity) over ~O,OOO gallons to ~5,000 gallons GROUP 5: Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over SO cu. yds. and including 60 cu. yds. GROUP 6: Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains of combinations thereof: over 60 cu. yds. and including BO cU. yds. GROUP 7: Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 80 cu. yds. and including ~Oo cu. yds. WA950001, MOD 13 32 ~ .-~"l~._.~"!:'~ : o l o - ---..... - -- i j , I j I 80 -.. I o o 32 X ~ 0 ll~ __1~J.'t.w.1 Ii" .:;':.i<y;~,'D'::\}';,;:: z <{ . :cf- f-ifi 0::;:2 <(::> L.Uu 08 ~ ~I -'f- U)u.. -0 L.U>- :2f- <{- 0::-' u..<( ~6 :CL.U f-:c Zf- i=o zf- u.J L.U :2::> ::>0 UCJ) 0- o!:: L.UL.U :cu f-- !'!'b Z wen u- -:c bi- z ,... o o ( I I I f I I I I I [ I - o o .. . TEAMO~74A 06/0~/~995 Rates Fringes CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES TRUCK DRIVERS; GROuP ~: GROuP 2: GROuP 3: GROuP 4: 2~.59 2~.0~ ~9.25 ~5.85 5.9~ 5.9~ 5.9~ 5.9~ TRUCK DRIVERS CLASSIFICATIONS GROUP ~ _n A-frame or Hydraliftn trucks and Boom trucks or similar equipment when llA" frame or nHydralift" 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, Athey Wagon, Eucid, 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: ~6 yds. to 30 yds. capacity. Over 30 yds., $.~5 per hour additional for each ~o yd. 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 (3000 gallons and over capacity) . GROUP 2 - Bull lifts, 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 combination thereof: Less than ~6 yd. 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; 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 (single real axle) I Wrecker, Tow truck and similar equipment GROUP 3 - Flatbed (single rear axle); Pickup Sweeper; Pickup Truck. (Adjust Group 3 upward by $2.00 per hour for onsite work only) GROUP 4 - Escort or pilot Car WA950001, MOD 13 l, __-',....~~.~r~.___ 1.241 IIr o ::: } o 33 ) 10 I o o 32X ~ 0 . ;;;;t1ttl.i~4..'1 Z <( . :cf- I--ifi 0::2 <(::> L.Uu -'0 ~o CJ) L.UI I W:I:1 -'f- (J)u.. -0 W>- { :2f- <(- 0:-' LL<( ~a ( :CL.U I--:c Zf- i=o Zf- I L.U L.U ~5 UCJ) 0- o!:: I. WL.U :cu 1--- !'!'b t Z WC/J u- i=j:= 0 t Z t I. ,... "'l 0 t I I 0 I I I l 0 .I'-- M ~ o ("l .. HAZMAT PROJECTS Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in addition to the classification working in as follows: LEVEL C: +$.25 per hour - This level uses an air purifying respirator or additional protective clothing. LEVEL B: +$.50 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction wi.th a chemical "splash suit.u LEVEL A: +$.75 per hour - This level utilizes a fully- encapsulated suit with a self-contained breathing apparatus or a supplied air line. . ZONE DIFFERENTIALS Zone pay will be calculated from the city center of the following listed cities: BELLINGHAM CENTRALIA RAYMOND OLYMPIA EVERETT SHELTON ANACORTES BELLEVUE SEATTLE PORT ANGELES MT. ,VERNON KENT TACOMA PORT TOWNSEND ABERDEEN BREMERTON TRAVEL - Zone A - o - 25 miles - Free Zone Zone B - 25 - 45 miles - $ .70 per hour. Zone C - Over 45 miles - $~.OO per hour. * TEAM0760C 06/0~/~995 Rates Fringes COUNTIES FROM THE TOP OF THE CASCADE MOUNTAIN RANGE EAST: ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, 'GARFIELD, GRANT KIT7.'TTAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, AND YAKIMA COUNTIES TRUCK DRIVERS (ANYONE WORKIl!G ON HAZMAT JOBS SEE FOOTNOTE A BELOW) ZONE 1: GROUP ~ ~6.59 5.66 GROUP 2 ~9.03 5.66 GROUP 3 ~9.~3 5.66 GROUP 4 ~9.43 5.66 GROUP 5 ~8.53 5.66 GROUP 6 19.68 5.66 GROUP 7 20.17 5.66 GROUP 8 20.47 5.66 Zone Differential (Add to Zone ~ rate: Zone 2 - $2.00) BASE POINTS: Spokane, Moses Lake, Pasco, Lewiston Zone ~: Zone 2: 0-45 radius miles from the main post office. 45 radius miles and over from the main post office WA950001, MOD 13 ,----- :. \. :J li<_ o ..~ b<.~.IIll.1I_II<IJ ...M 34 D 10 -~_. I o o 32 X I 0 --0... ~L- r ';.>~1,;~,:.;::;;~~':& - o o .. 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); Seeder & Mulcher; Stationary Fuel Operator; Tractor (small, rubber-tired, pulling trailer or similar equipment) GROUP 3: Auto Crane (2000 Ibs. capacity); Buggy Mobile & Similar; Bulk Cement Tanks & Spreader; Dumptor (6 yds. & under); Flat Bed Truck with Hydraullic System; Fork Lift (300~-~6,000 Ibs.); Fuel Truck Driver, Steamcleaner & Washer; Power Operated Sweeper; Rubber-tired Tunnel Jumbo; Scissors Truck; Slurry Truck Driver: Straddle Carrier (Ross, Hyster, & similar); Tireperson; Transite Mixers & Truck Hauling Concrete (3 yd. to & including 6 yds.); Trucks, side, end & bottom dump (under 6 yds.); Warehouseperson (to include shipping & receiving); Wrecker & Tow Truck GROUP 4: A-Frame; Burner, Cutter, & Welder; Service Greaser; Trucks, side, end & bottom dump (over 6 yds. to & including ~2 yds.); Warehouseperson;' Water Tank truck (O-B,OOO gallons) GROUP 5: Dumptor (over 6 yds.); Lowboy (SO tons & under); Semi- Truck & Trailer; Tractor with Steer Trailer; Transite Mixers and Trucks Hauling Concrete (over 6 yds. to and including ~o yds.); Trucks, side, end & bottom dump (over ~2 yds. to & including 20 yds.); Truck-Mounted Crane (with load bearing surface either mounted or pulled) GROUP 6: Flaherty Spreader Box Driver; Flowboys; Fork Lift . (over ~6,OOO lbs.); Dumps (Semi-end); Mechanic (Field); Semi- end Dumps; Transite Mixers & Trucks Hauling Concrete (over ~o yds. to & including 20 yds.); Trucks, side, end & bottom dump (over 20 yds. to & including 40 yds.); Truck and Pup; Tournarocker, DW's & similar with 2 or more 4 wheel-power tractor with trailer, gallonage or yardage scale, whichever is greater Water Tank Truck (8,00~-~4,000 gallons) GROUP 7: Oil Distributor Driver; Transite Mixers & Trucks Hauling Concrete (over 20 yds.); Truck, side, end & bottom dump (over 40 yds. to & including ~OO yds.) GROUP 8: Trucks, side, end, and bottom dump (over ~OO 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: - $~,OO PER HOUR (Uses supplied air is conjunction with a chemical spash suit Or fully encapsulated suit with a self-contained breathing apparatus. WA950oo1, MOD 13 ~ :J o 35 ~D I o o 32 X ~ [1 17" -- g~"Z.:.'1I I I Z I <(. :J:f- f-a:l 0::2 f <(::> Wu -'0 ~a ill ~I I -'f- en u. -0 w>- :2f- ( <(- 0:-' u..<( !!la :J:w I f-:c Zf- i=o zf- ww I :i:::J ::>a UCJ) 0- a!:: t Ww :cu f-- !:!:b z I. wen u- -:J: bi- Z I. I ,... I 0 I I 0 I I I I ( 0 o o .. NOTE: Trucks pulling Equipment Railers: shall receive $.~5/hour over applicable truck rate ----------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. . ------------------------------~--------------------------------- Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5 (a) (~) (v)) . ---------------------------------------------------------------- In the listing above, the "SU" designation means that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. END OF GENERAL DECISION WA950001, MOD 13 c .) o 36 l' D 10 .. I o o 32x 10 r' I ,- z ct' :I:f- f-ifi a: :2. L5::> -'u uO cnO cnW w:c ....If- cnu.. :; 01_ :;;>- ~5 u..<( ~a :I:L.lJ f-:c Zf- i=o Z f-, WWj ~51 UCJ) 0- O!:: w W~ :I:U .....- !!:b z woo u- i= :I: , o~, Z ..,... I , I o o '~-" i0....~ - o o .. ( \ 1~i(~,~,.- '.4tt ",/. .~.~- - -;,.-~ " JEFFERSON COUNTY DEPARTMENT OF PUBLIC WORKS P.O. Box 2070 1322 Washington 51. Port Townsend. WA 98368 (360) 385-9160 Klara A. Fabry. Director/County Engineer MEMORANDUM To: Cathy Taylor, Accounting From: A.R.Newman, Engineering Date: July 10, 1997 Subject: Project XOl244, Lackeside Industries final payment. We shall try again. Having reviewed the file and work sheets on XO I 244, I have discovered that the County does not hold the 5% retainage on our contract with Lakeside Industries as they have a Contract Surety Bound. The Contract cannot be closed till we receive releases from the Dept. of Revenue but these funds can be released at this time. Please remit funds in the amount of $2214,52, to Lakeside Industries in regards to this project and charge to X01244, 545,31.65. This will be FINAL CONTRACT PAYMENT. If you have any questions please conlact me at X230. th;;;( ::::~ 100% Rocycled Paper ,- c -,-~, ,0'(1::) 10 -- I o o 32 x.1 0 Prime Contractor I Federal Employer I.D. No. . State Contract No. LAKESIDE INDUSTRIES 91-0879481 SA-2784 Job Description (Title) Request No. UPPER HOH ROAD PARK OOUNDAAY WASHOUT 1 ADorovill is Requested to Sublet the Following Described Work to: Subcontractor or Agent Federal Employer I.D. No_ . ANGELES HYDRO SEEDING 91-1592-021 Address Telephone No. 461 MT. PLEASANT ROAD (360)452-8744 City State Zip Estimated Starting Date PORT ANGELES, WA 98362 JUNE 5, 1996 'If no Ft.'I1cr..1 Employer 10 No.,ulIc oW(lds SocIJI Security :-Jo. Work 10 be Sublet Item No. Partial Item Description Amount 9 SEEDING, FERTILIZING & MULCHING 900.00 lIjhrrract(~ Dille 1 um/uslantlant/ will i"~llrc IIrlll Ole .~ub,()nlra~tiJr will c",,,ply fully wit/r Or' . . 5-6-96 p/~115 Rill! sp;dfiralitms under wMdrlMs wnrk is "thrS ",r(tmtltll. Thl. Area lor Dellarl",.nl 01 T~~lal'l-;'n U.. O~IY - Percent of Totnl C(lnlrllct DOnE OMTlE DWTlE This Request -.-..1-- % l~lHnarks: Prcvl()tl~ J~cqlle!its -./)-- % Subll~t to Dille __L__ t,~, ~---"'"'ji;,~'ct Ineer 0,11" _J. Approved District Construction Enlllnecr Dilto __._~~~tl:~_____ _ _ it, ~--==-_J~L- =~:::__ -- -- ~ , 'ffll Z <(' :cf- f-ifi ~~' L.UU -'0 ~o ~~I -'f- (J)u.. -- 0 L.U>- :2f- ~::::; u..<( (J)::> _0 :CL.U f-:c Zf- i=0 Zf- L.U L.U :2 ::>' ::>0 U(J) 0- a!:: Ww :cu f-- !'!'b Z wen U- i=~ o Z r o o (~'-~- 046060 001 .,~I.Ol;J 1I11Vl..,,,1 RIO~ c Washington State Department of Transportation ~ 1)11l111!lII!ll1tl o o .. c Request to Sublet Work ~bcontractor 0 Agent W'I~I' .1},~lrlt:l I'Hl~ ' '''Oll,l;l fnrl1lltlOl Golrkmlllrt. COfllt'lClllf .",..,...... ",nl.... .dlUon, ;....;..,~:-..:- o(~ ~l '----:..JnJ ' "'.:"1;"': ( :1 q j 1 I ! l . ~ ,':..,. ^ . '~=alBl. ::~ r,' 10 ~~~-- ~~~~ ':1i' I o o IIIL 32 X 10 ~~"U ~- ---~L lid ...... 1.'1 I III- 1111 !II i .. II .. iill. m III .11 I!lIIlI IIiIIIIII .,. .- a .' 1- .-... II ... . ...... .. Bill a ... . ,- Z <( . :I;f- f-t'ii a: :2, <(::> Wu -'0 Uo ffi~l -'f- CJ)u.. -0 ~~ <(- 0:-' u..<( !:!la :Cw f-:I; Zf- i=o zf- ~~! ::>0' Uen 0- o!:: L.lJw :cu f-- ~b z wCJ) u- -:c b I-! Z .r' o o o o .. . 046060 1 f I ...... VI ( c',',' t Washington State Department of Transportation Request to Sublet Work o Subcontractor 0 Agent State Contract No. Prime Contractor LAKESIDE INDUSTRIES Job Description mtle) UPPER HOH ROAD PARK 8CXJNDARY WASHCXJT A Federal Employer l.D. No. . 91-0879481 SA-2784 Request No. 3 Subcontractor or Agent PETERSEN BROrHERS, INC. Address 2008 EAST VALLEY HIGHWAY City SUMNER, WA 98390 roval is Requested to Sublet the Following Described Work to: Federal Employer I.D. No. . 91-0867329 Telephone No, (206)833-2544 Estimated Starting Date MAY 28, 1996 State Zip . If nu Federal Employer II) No., use.' owner's Sod,)l Securlly No. Item No. Partial Work to be Sublet Item Description Amount 11 12 14 BEAM GUARDRAIL TYPE 1 BEAM GUARDRAIL ANCHOR TYPE 1 FLEXIBLE GUIDE I?OSTS 9,100.00 730.00 1,056.00 Percont of Tutal Contract This Heque'l Pruvlnus HcC)uosts Sublet to D.110 r~ L Date _ _., ~_<'.e-9~ This Area (or Dc ."ltnenl o( Tr.nsporlallon UAe oElL DOnE DMnE I o Ilmdcr~tatlrl antI will in.~"re thllt tilt ."iu"ctJP'ltr~(If)r will comply fully with tile plaP'l~ IInrI5pf.dfic:atioP'l~ uP'll/r.r wMdl tllis wnrk 15 btinR ptrfmmed. ~ ~% ~% j.C2.._ % r~e"'tlrkH: o [~ved 0,110 I)QI ",no I' ll11vlfllll1nt\l, 0,110 ^p'proved OIAtrlct ConAlrllctlon EnHlneer .---L (when rl'tlulfL'd) ~.:!:.~-- Wh~o' lllllllll':I Clnklnnrnd . Cnlllfllr.'f~ Pmlr . I'mlnGI t nUlIlIlfH .u...,...... "'.vloul 1,lIIllnl , .,' . ;', ~':' '.,'.', . "_ .,' .:,.,.." ,,~.,.... ,~..,,-', "':, :.' '.' ,'\., -', "',' ~,' ",' -J, '.! -~-1:: ....' , , ........... z <(0 :J:f- f-ifi 0::2 <(::> Wu -'0 Uo (J) , (J)W w:J: -'f- (J)\J.. ~o, :2>- ~5 u..<( (J)::> _0 :J:L.U f-:c Zf- i=o zf- WL.U, ~5 U(J) 0- o!:: Ww :J:u f-- !'!'b z wen u- i=~ o Z r o o 046060 ~ -rJp Washington State ..",.~., Department of Transportation c Prime Contractor LAKESIDE INDUSTRIES Job Description mtle) UPPER HOH ROAD PARK BOUNDARY WASHOUT Subcontractor or Agent APPLY-A-LlNE, INC. Address 106 FRONTAGE ROAD N:lRTH City PACIFIC, WA 98047 Item No. Partial rat o o (1 Request to Sublet Work ~ubcontractor 0 Agent State Contract No, Federal Employer I.D. No. . 91-0879481 SA-2784 Request No. 2 uestcd to Sublet the Following Described Work to: Federal Employer I.D. No. . 91-1270515 Telephone No, (206)939-9925 Zip Estimated Starting Date JUNE 3, 1996 . If no Fcdcrall~mpluyC'r ID No., u!lcownl'r'~ Social Security Nu. 13 PAIN'!' STRIPE State Work to be Sublet Item Description Amount 1,110.00 I utltlr.rs/(mtl (Inti will i",~url! tll~t 11Jr. subrcHltrllClor w{lf comply futly witll tlle ptaPIS aml.ftprtificl,timls unrltr wl,icll tllis work j51'd",~ ptrformrtl. ~k::t Plm:ont orTotill Contract This I{equest PrevIous [~cqucsts Subll!t tn D.lte ~rol'ed d .___._w~ 001 .l:'I.U1;J 1It1V!KtltIAIO' (=-;"...'.-.-- ron.por .Ilon Use Only ~___ o DI3E 0 MUE; r-:-"'" ltJ/tP'Ub { ".,o1-tiJ.(..~ IA)C.O~ e.'r' A /J ~t,41. Approved DlslI'\ct Constroctlon Hnlllneor Dote (wlwl1 n~qulrL'd) This Arc. ,ror Dep.rtmenl or I --/- % z.._ t;h % (~{~mi1rks: Di1l0 D,ltc $-0t---- WIJil" , Uml,tGI Qotfjo'lIun(f, ClIlllrnr;IOl "fl~' PrnlllCllflOlllflllf .u".,...... p,.vleu. .d,uonl ~ 0\ :> ,. ',." , " " "RIVF:;;,.:\ ".,;,,".':"'\.".'''''','.'.'':''. '.--4 '\I~""""""~ r' f<' t ;~ i I I I I I 1 I . J 10 o o " " . I \ ~ , ' l, -,~ ., " " ,,',' , ~ ,f ..,! ' 32 X 10 y ~ t~ Z <t' :J:f- I-ffi ~ :2, w13 ~o' Uo U) L.lJj' ~:c ~f- CJ)u..' ;;:;0; :2 ~' ~::; u..<( !l26 :J:w f-:J: Zf- i=o zf- ~ ~J ::>0, UCJ) 0- c!::i ~~: ~g: z, Wl/l U-, f= i!:1 ~:, o -- o o .. c LAKESIDE INDUSTR 142 ECLIPSE INDUSTRIAL PAR~AY. P.O. BOX 728 . PORT ANGELES",'W """o:.:.~....... I JeM,e/II.>on County PuUic. ~!--, P.o. Bo:t: 2070 if. ',\ P~ Towrv:.end. WA 9836 in Attn: Bwce LauMe ';(~:,~~,;f(~':tt." Re: Co~ct #SA-2784 Uppell. Hall Road Palik R~n Jo/, SupeJt.lnte.nderw.. Emelr.gency Phorw. N~ '''\,'41 ;4 'V ~;~~ LakeMde I~ he/l.eJ,y de!.>ignate6 Jame;:, R. Reick ~ ow" genelt<d <)u~ndent. Geo-\ge6 B. Peabody w-Ul I>e aMigruut ~ OUll, 10/, <)up~nt. And-\ew U!OUlt. aMigruut p1I.Oject managell.. Tom BuettM/l. w-Ul (,e aMigne4 P'Wiect cli.<>patch.iilr-.. '''They w-Ul (,e IU!/.)pO~ in ne.gotiati.on any /,ieA.d change ~.' .;~."", &wee: LiMed I>elow alte. the home phorw. num.I>eM. (,o1r. e.meIr.gency tItaUlc contltot: Jance Yonce JeU KonopMIU Jame;:, R. Reicft Ge04ge6 Pea60dy And-\ew R~e Ge01l{Je Peal.ody 452-2831 452-3270 452-3144 452-6607 457-0928 457-5702 The6e indll1iduaM> may 6e ll.eached at anytime in cal.>e 0(, an emeItgency. I hope tIW:. meet6 with yOUIL appltO(JtU. Sinc.eM!oly. QiL~ Catlul.M.rw. Smith. ContMctlng POiIit Ang~ CS!CIo cc: (MeI.> Redmond CO~cUng PHONE: PORT ANGE~ES (206) 462.7603 PORT TOWNSEND (206) 366.4914 AN eQUAL OPPORTUNITV EMP~OVER WA Sf, CONT, REG, NO. 223-01 ~A-KE.SI.* 274.10 -, 'f-" .:.::,.'i.......:.....\.,..c.,',//:"::.,:;.: ..,' ", ' ...,~ ~ '""., ,'.... ,.'1.:,,, ;,_;;,v"",::,,"Y':i~,' .,' ',',":"1, .. ....i." (~,:.?J:}~") ~')}-;, :;' -,:,",", _~,< i ..,:'~":?~>5;\:'\ :,:<:~: :'".\, :.~:,;:;,r:':(~';::,.:,:~', '~. " {,'Ii I,",!),,.,,,,, ",!.,<>"c, .'C'""T0}-..' In / 10' ~~,,\ -~ I Ci) o ,:32X,lo f')~_.~: '"' ""~ ',. ~,' v ,- z <( . :t:f- f-ifj ~:::E ~B uO CJ)O, ~~I ...Jf- CJ) u.. -0 w>- :2f- ;ii:J u..<( ~a :t:L.U f-:c Zf- i=o zf- ww :2 ::>,: ::>0' UCJ) 0- o!:: L.Uw :cu f-- !:!;b Z WCJ) u- f= :t:, 01-, Z . r o o (~_:o:o._. .. o o (: )(0 (2.44-, ((yJi'.t.A-~ l JEFFERSON COUNTY SI_ 1 of 1 DEPARTMENT OF PUBLIC WORKS Change D"': 11120/96 CHANGE ORDER Order No. 3 0rdcRd by County Enginccl' lUIdct...... or []]Sc<tion I .04.4 .(the Standard SpociflCAli- X01244 ContraA:l No, DChange propoocd by Conlrad<>r To lAkeside Industries, 1nc. 101 Eclipse Industrial Prkwy. Endonrod by: Lakeside Industries Inc. P.O. Box 728 ~E: Pon Angeles, W A 98362 (360)3854913 S/gMtur. SiaplRoulC 914207 Tilt. Fc:dcraIAidNo, ER.96O 1-(002) Consent giwn by Sur.ty: (when ,.qulr.d) Project Title Emergency Restoration Upper Hob Road By: Anoffl'Y./n./act You arc ordered to perfonn the following described work. upon receipt. of an approved copy oflhis change order: Furnish "Entering Olympic National Park" Pennanent Sign per specifications provided by Olympic National Park, SignwiJI delivered to O,N.P, Port Angeles Maintenance Shop For installation by O,N.P. Estimate A(tached S1,862.36 Est. Cost: ORIOINAL CONTRACT AMOUNT CURRENT CONTRACT AMOUNT All work, materials and mClL'lurcmcnlto be in accordance with Ule provision oflhe Slnndord Specifications snd Special Provisions ror the t or construction involved. I'n>j, Engineer []] ApprovII roqulred I]] county F.nglnecr VII R ulred S164,835,91 c ""'- ~-- ESTIMATEDNIlT CIIANOE TIllS ORDER IlSTlMATIlD CONTRACT TOTAL AFl'ER CIIANOIl 'ft g"..(~" oO,.i'."; wi . ~. ,~~~~. r' 'r.' .,t'. 10 ~~~~ ~ ! II 'I I I I ~ j - I o o 32 X 10 - :0 iIIII~ -: 11 p-- - - o ,- o .. "? z <(' :I:f- f-a'J ~~, Wu -'0 uo en wI ~~ CJ) u.' -0 W>- :2,;- ~::::; u..<( 5!lZS :I:w f-:I: Zf- i=o z f-, WL.U1 ~ 5) UCJ) 0- o!:: Wwi :cu f-- !'!'b z' WCJ) !:! 5:1 f- f-,. ~! () , JEFFERSON COUNTY CcnlnI<:t No. XOI244 - _1_01'_1_ DEPARTMENT OF PUBLIC WORKS CIwI&c Dale: 11120196 CHANGE ORDER ESTIMATE Order No. 3 ESTIMATED ESTIMATED ITEM GROUP DESCRIPTION UNIT UNIT QUANTITY AMOUNT NO. NO, MEASURE PRICE CHANGE CHANGE 26 Furnishing Permanent .Olympic National Park" Sign Each $1,862.36 1 $1,862.36 NOTE: Unit Coot is far lUrnUhing lisn. F,O.B.. Olympio Nllional Pork MoinlIincnco Yard, Poot AnFleo, Wuhinglcn. CcIllncludeo W.S.S.T, @7,9% TOTAL THIS EST. $1,862.36 ,r- ". ( , o o \, '(7-'077-T;:=_ ,L-, '., '" .,,,....,.. , I --1". ~_ _, ~ !' .. ,-</-", '" ..~, ',' I o o '<32 xlD j-.ty;,""C I III . I - II I!.II iii .. rsilllU rII .. -- - . .Ar . -- llII . .. 11I_ - .. .. . II .. - II 11II ~.- III! !III II . (-' JEFFERSON COUNTYrl ~~~"c,.v:. ~ , I of 2 DEPARTMENT OF PUBLIC woiogj Clunac -r~i -/ o:.c: 5/6/96 CHANGE ORDER Order No. 2 Ordered by Count)' En&inccr under tcrml of [KlScotion J - 04. 4 orlho SIandIard SpociJiGatic:n X01244 Contract No. OChonse propoood by ConInocIor To Lakeside Induatrica. Ino. 101 Eclipoc In<hulriol Prkwy. ::c J~3t: P.O. Box 728 Pori Anselea, W A 98362 SI kA fe_to 'nII"a,_ (360) 38S4913 Sign Route 914207 Tit!. FcdcroI Aid No. ER-9601{002) CON.'" S'"" by Sunty: (wMl'lnlfU,,..d) Project Title Emergency Rcatoration Upper Hoh Road By: Affo,."...,.,,,.facl o J,'~ o .. Z <to :J:f- f-ifi ~~' Wu -'0 Uo CJ) . enL.U w:C -'f- CJ)u.. -0 ~~. (2::; u..<( !!?a :J:w f-:c Zf- i=0 Zf- WL.U1 ~S, Uen 0- o!:: WL.U :J:U f-- ~b z WtJ) U- i= :I: , Oi- , Z I You aro ordered lo perform lha followins dcaoribod work upon rcceipl of an approved copy oClhis change order: r DESCRIPTION Wire Fence Type 2, Delete 1825 L.F. Wire Fence Type JC-ML. Add 1825 L.F, Type JC-ML fenee shall be eonslnicled wilh 9 foot long 6 inch by 6 inch cedar posts, with a minimwn of 3 feet buried, 8 foot nwximwn center to center spacing; 7 strand, 12 gagc 4 barb, barbed wire, the bollom strnnd 6 inches from ground and the lop strand at 4 and 1/2 feet above ground, with wire stays at 8 feel on center placed halfway betwcen posts; Fence sholl include 3 gale slniclurcs, that shall eonsist of2 eoch commcrciolly available painted or galvanized 2 inch diameter tubing goles ofo nominalsjze of8 feet in width and 4 1/2 to 5 1/2 feet high. 23 (NEW ITEM) Asphalt Conerele Pavement for Pavement Repair, Closs B Ineludes furnishing, hauling, and plaeing Asphalt Concrete Pavement, Closs B, at 0 three ineh depth; removal oflhree inehes of gravel as required; and seolingjoints, 24 (NEW ITEM) Crushed Surfaeing Top Course - Q I 50 Adds additional source, Pit No. Q-I 50, Blue Mountain Pit for this nwteriol, ITEM NO. 21 21 o 25 (NEW ITEM) 'Entering Olympic National Pork" Temporary Sign Ineludes furnishing all labor and material, except existing sign, 10 ereettempomry sign per tho attaehed plnns, All work.. materi.l. and moaurcmcnt to be In aooordanco wllh the provi.lon orlho Sland.,d Spcalfiolllonllnd Spclcl.1 ProvldON fot tho I of OOIUlruotlon Involved. Proj.[1..nSI_ I]] Approval required I]] County I!nsl_ aIR ulred ORIGINAL CONTRACT AMOUNT CURRENT CONTRACT AMOUNT ESTlMA TIlD NET CIIANGE TInS ORDER o $123198,29 $41,637.62 APPROVED '-A 7 Q..~ Coun En In",. !E APPROVED By: ,RL.;fyf ;ry;,~ TO.,I n &- Cmulructlan En f"",. ....,....'f/':I.':".', x 0 /2.-'" f- O"-R7~ll AMOUNT ($9,307.50) $14,508.75 $24,512.25 $10,784.02 $1,140.10 IlSTIMA TIlP CONTRACT TOTAL AFTIlR CHANGE $164 835,91 k,? Dar. t/!~6 , Dn" c.? G 1 , , I J I 1 'I '1, 'j .~ J 1 j l I ,) ,I I I 1 j I i ! I i i I I i i I I I , ! \ J I o o ... --- - o ,,-- o .. z <(' :I:~ f-w ~~. Wu -'0 Uc C/)w' ~~I CJ) u.' :01 :;;~ ~:; u..< !!l5 :I:w f-:I: Zf- ~~ wW1 ~ 5~ UCJ) 0- c!:: Ww Xu f-- !!:b z WC/l u- i=~ o Z (; JEFFERSON COUNTY tj ConIrad No. X0l244 "DEPARTMENT OF PUBLIC WORKS ~-: 8_-=-1_ 01 _1_ Cbange , 2 Datr. 5/6196 CHANGE ORDER ESTIMATE OrdcrNo. ESTIMATED ESTIMATED ITEM OROUP DESCRIPTION UNIT UNIT QUANTITY AMOUNT NO. NO. MEASURE PRICE CHANOE CHANOE 21 WIRE FENCE TYPE 2 (DELETE) L.F. 55.10 (1,825) ($9,307.50) 21 WIRE FENCE, TYPE JC-ML (ADD) L.F. $7.95 1825 $14,508.75 23 ASPHALT CONCRETE PAVEMENT FOR TON 571.05 345 $24,512.25 PAVEMENT REPAIR, CLASS B (NEW ITEM) $0.00 24 CRUSHED SURFACING TOP COURSE - Q150 TON $11.83 494 $10,784.02 25 "ENTERING O.N.P," TEMPORARY SIGN EACH 51.140.10 1 $1,140.10 TOTAL $41,637.62 r,' , , . :: "Ir" , o o \, , ilIil..1 'C:~'O--'--:~ ..'...' ~::. - - ~.....-...:. l .' .; " ' . ,.,.f)~~:':~'Zf:~;;,:2!;;]i:":'.,::;:,~.n:;:.~'~".. " ..1 0 . 't" 'i~ ..'...r'.".'..~~".,..1:i..,'..',."....,....~!.....,...',....,t., ,A"..,. ...' .::.:L... ..; ':-.: " "~.~:'::'~ = ~_,; : ;:~-::: '-'~:.., ,';1' -;,.,.,.-. . ,~. .~'~. ~;l~~ I o o 32Xlo. Ii! .-- -ilIillYI--' .~' ... ,- Z <( . :cf- t--ifi ~~, L.Uu -'0 uo ~~I' ~f- CJ) u..' - 0, ~~' <(- a:-' u..<( ~a :cw f-:c Zf- i=o zf- ~~I ::>0 UCJ) 0- o!:: L.UL.U :cu ~i= _0 Z wen u- -::r: bi- z f" 0, o l>. o o .. 8M<< I of 2 5/6/96 JEFFERSON COUNTY . DEPARTMENT OF PUBLIC woRY.;; CHANGE ORDER Order No. 2 Chanp Date: Ordcrod h) Count)' Enainoct under to"". or []]Soolion I .04. of uftho SlandanI Spc..:ifioatiorw DCMnp pI"Op06Od by Contr.utor Contnct No. XOl244 To LakClidc Induatrica. Inc. 101 Ectipec Induatrial Prkwy. P.O. Box 728 Port Angel... W A 98362 (360) 38' 4913 Sign Route Federal Aid No. Project Tille 914207 ER-960I-(0O2) Emcrplcy Reatonlion Upper Hob Road Tit" CO,.""' g'WH by SUIYty: (wMn rwqu'tYJd) ny: Alto,.,.. I,.. act You arc ordered to pcr(onn tho following dclaribcd work upon rcocipt aran approved copy oflhi. changCl order: ITEM NO. 21 DESCRIPTION Wire Fence Type 2, Delete 1825 L.F. Wire Fence Type JC-ML. Add 1825 L.F, Type JC-ML fence shall be constructed with 9 foot lon8 6 inch by 6 inch cedar posts, with a minimum of 3 feet buried, 8 foot maximum center to center spacing; 7 strand, 12 gage 4 barb, barbed wire, the bottom strand 6 inches from ground and the top strand at 4 and 1/2 rcetabove ground, with wire stays at 8 feet on center placed halfway Mtween posL.; Fence shall include 3 gate structures, that shall consist of 2 each commercially available painted or galvanized 2 inch diameter tubing gates of a nominal si"" of 8 feet in width and 4 1/2 to 5 1/2 fc'Ct high. 23 (NEW ITEM) Aspholt Concrete Povement for Pavement Repair, Closs B Includes furnishing, hauling, and placing Asphalt Concrete Pavement, Class n, ot a three inch depth; removal of three inches of gravel as required; ulld tlel,ling joinls. AMOUNT ($9,307.50) $14,508.75 21 $24,512.25 24 (NEW ITEM) Crushed Surracing Top Course - Q 1 50 Adds odditioncl source, Pit No. Q-I 50, Dlue Mountain Pit for tllis material. $10,784.02 25 (NEW ITEM) 'Entering Olympic Notional Pork' Temporary Sign Includcs lI.rnishing 011 labor and material, except existing sign, to erect temporary sign pcr the nUochcd plans. All won. mlte';lr. and mOAlurcmenllo holn ItCCOrdanco with tho rrovl.lon of the StandArd speOlnoalloM "nd Speoll! Provi.loOl for Ihe I tG of Ot,",lruolIIMl Involved. l'roJ. I!na1noor (X] ^1I1""vII nHlul",d (]] C"unIY P.nalnoer ^ VII nOt ulrcd $1,140.10 OIUOINAI. CONTRACT AMOUNT CURIlHNT CONTRACr AMOUNT IlSTIMA TIlD NIlT CIIANOIl 11 liS ORDER I!STIMA TIlD CONTRACT TOTAL AFTI!R CIIANOH $133,336.89 $123 198.29 $41,637.62 $164835.91 AIIIIROYAt.RI!C~I!~ .J<3~tf-L-~ ~ l'rollr.,H" ,W [] AI'I'ROYAI.RI!COM A1'I'ROVI!D / '0;,. .,,' /) J,/1 ~~ -- C2.C:-"::::e....-.. ~/ft:, Oat. Corm En tnllll,. Do" [31 AI'I'1l0YRD "y:~~~~~ ~~p&: Do', ( ...... - I 4'". ~.. ,.,. ~. Q)~lI~ ~ ""'l'fctr'~~ j' :J[" o i,;~':'jJ" - iIjI ) '(' 10 "1.----- -- I o o 32 X I 0 .. ..-- ~~dtlIIIIiIJ ~ .... -- Z <(' :r:f- f-ifi a: :2, <(::> L.Uu -'0 uo l:l~ ~f- C/lu.. ;;:;oi :2~ ~~ u..<( !!l5 :cw f-:c Zf- i=o z f-, w w; ~5,1 UC/l 0- o!:: L.Uw :cu ~i3 Z WC/l u- i=~ o Z .or""' I ~ o o \,.. -.-.. - -- -- 'l1 , I e o o o .. C JEFFERSON COUNTY e Centrad No. X01244 Sbect _2_ or _2_ 'DEPARTMENT OF PUBLIC WORKS Change Dale: "6196 CHANGE ORDER ESTIMATE OrdcrNo. 2 ESTIMATED ESTIMATED ITEM GROUP DESCRIPTION UNIT UNIT QUANTITY AMOUNT NO. NO. MEASURE PRICE CHANGE CHANGE 21 WIRE FENCE TYPE 2 (DEl.ETE) LF. $'.10 (1.82'> ($9,307,50) 21 WIRE FENCE, TYPE JC-ML (ADD) LF. $7.9' 1815 $14,508.75 23 ASPHALT CONCRETE PAVEMENT FOR TON $71.0' 34' $24,512.25 PAVEMENT REPAIR, CLASS B (NEW ITEM) $0.00 24 CRUSHED SURFACING TOP COURSE - Q150 TON $21.83 494 $10,784,02 25 "ENTERING O.N.P." 'IEMPORARY SIGN EACH 51,140.10 I $1,140,10 TOTAL $41,637.62 32X 50 v ,- " Z <(' :cf- f-~ 0: :2, L5::> -,u UO o CJ)Wj' ffiJ: -'f- en u.. ~o\ :2~ ~::i u..<( ~a :cw f-J: Zf- ~~, L.UW :2 ::>' ::> o~ UCJ) 0- o!:: Ww' J:u f- i=. !,!: o. Z w CJ)' !:!XI b...., z} ',.... , iO o ,(~'--o-.-:,. o o ~ ~ ;;.,... () RETAINAGE BOND Bond No. B B004349 c. LAKESIOE INOUSTRIES KNOW ALL MEN BY THESE PRESENTS, that as Principal authorized to do business in the State of Washington and RELIANCE INSURANCE COMPANY as Surety, a corporation organized and existing under the laws of the State of Pennsylvania and authorized to transact business in the State of Washington as Surety, are jointly and severally held and bound unto COUNTY OF JEFFERSON as Obligee in the penal sum of SIX THOUSAND SIX HUNDREO SIXTY SIX ANa 84/100-n----nnn-Dollars($ 6.666.B4 ),which is 5% of the Principal's bid. WHEREAS, on the 2nd day of May , 19 96 ,the said Principal, herein, executed a contract with the Obligee, for SURFACING AND TRAFFIC ITEMS. EMERGENCY RESTORATION UPPER HOH ROAD WASHOUT. COUNTY PROJECT X01244, JEFFERSON COUNTY WHEREAS, said contract and RCW 60,28 require the Obligee to withhold from the Principal the sum of 5% from monies eamed on estimates during the progress of the construction, hereinafter referred to as earned retained funds. AND NOW WHEREAS, Principal has requested that the Obligee not retain any earned retained funds as allowed under RCW 60,28. NOW, THEREFORE, the condition of this obligation is such that the Principal and Surety are held and bound unto the beneficiaries of the trust fund created by RCW 60.28 In the penal sum of 5% of the final contract cost which shall Include any increases due to change orders, Increases in quantities of work or the addition of any new Item of work. If the Principal shall use the earned retained funds, which will not be retained. for the trust fund purposes of RCW 60,28, then this obligation shall be null and void; otherwise, It shall remain In full force and effect until release Is authorized In writing by the Obligee. This bond and any proceeds therefrom shall be made subject to all claims and liens and in the same manner and priority as set forth for retained percentages in RCW 60,28, PROVIDED HOWEVER, that: 1. The liability of the Surety undBr this bond shall not exceed 5% of the total amount earned by the Principal If no monies are retained by the Obligee on estimates during the progress of construction. 2. Any suit under this bond must be Instituted within the time period provided by applicable law. WITNESS our hands this 17th May ,1996 day of ~~ Contr ller Prlnel I RELIANCE INSURANCE COMPANY Surety . ./ b? By I -,;".J2--bt.-y-u' =cf!..,.-/.-r~ Mary A. Dobbs A~~rprK~~.f~~k'~r:\ Stswart, 100.. 1800 . 9th Ave., Suite 1'00, Seattle, WA. 98101 Nama and Addrae. Local Orneo or Agent ""~','" .~~~: . T' ,.~ '. &,..":"" . ......... ... .....1<;,1 -, _:~: .~, , ,~ , ! 10 v- I o o 32xlo () - o .. Z <(' :cl- f-ifi 0::2 <1:::> L.Uu --'0 Uo CJ) . ~~i -' f-' CJ)u.. -0 UJ>- ~!:: a:-' u..<( !!la :rL.U f-:c Zf- i=o zf- L.U UJ :2 ::>i ::;)0' UCJ) 0- O!:: L.UUJ :rU f-- !'!'b Z wen u- -:c b 1-, Z ~~~~~=:=~CO~:",','~".:r'~"'~~'I.":l~'"'r.t~;:::c:~::~::= ~~::: l I I I I I I ! , ADMINISTRATIVE OFFICE. PHILADELPHIA. PENNSYLVANIA POWER OF ATrORNEY KNOW ALL MEN BY THESE PRESENTS, that RELIANCE SURETY COMPANY Is a corporation duly organizad undar tha laws of tha Stata of Oal. awara, and that RELIANCE INSURANCE COMPANY and UNITEO PACIFIC INSURANCE COMPANY. ara corporations duly organizad undar tha laws of the Commonwealth of Pennsylvania and that RELIANCE NATIONAL INDEMNITY COMPANY is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called "the Companies") and that the Companies by ",Inue at signature and seals do hereby make.. constitute and appoint Stl!Jven W. Palmer.. Mary A. Dobbs. Geraldine C. Stewart.. David J. Forsyth.. Holly E. Ulfer.; of Seattle. Washington their true and lawful Attorney(sHn-Fact. to make. eX3cute, seal and deliver for and on thalr behalf. and as their act and deed any and all bonds and undsrtsklngs of suretyship and to. bind the Companies thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the Companies and sealed and attested by one other of such officers. and hereby ratifies and confirms all that their said Attorney(s)-in-Fact may do in pursuance hereof_ This Power of Attorney is granted under and by the authority of Anicle VII of the By-Laws of RELIANCE SURETY COMPANY. RELIANCE INSURANCE COMPANY. UNITED PACIFIC INSURANCE COMPANY. and RELIANCE NATIONAL INDEMNITY COMPANY which provisions are now in full force and effect. reading as follows: ARTICLE VII - EXECUTION OF BONDS AND UNDERTAKINGS 1. The Board at DIrectors. the President, the Chairman of Ihe Board. an., Sanlor Vice PrUldant. any Vlc. President or Aulltant Vice President or othar officer deslgnatad by lhe BOltd of Directors shall have power and Iuthoril., to 'II appoInt Attornaylsl.ln-Fact and to authorize them 10 .xecute on bahalr or Ihe Company. bond. and undllrtaklngs. racognlzanca.. conttacts of IndemnIty and ol"er writings obligatory In Ihe natlJre t".reof. Ind lbl to remove any such AttornevllHn-Feclat any time and rllYoke the pow.r and authority given to Ihem. 2. Anomeyfs)./n.Fact shllll hav. powar and authority. subjact 10 the terms and UmlflClons of Ih. Power or Anotn.y IUUed to thlll'n. to eXKUIlI deliver on behalt of Ihe Company. bonds and undertakings. recogninncu. contract! of Indemnlly and other writings obllg;lIory In the nalwll Ih".o'. The eorporlll. ...1 I. not nec.uery for Ih. vaUdlty of an., bonds and undertakIngs. recognitancls. contraCls of Indemnity .nd othlr writIngs obligatory in the nalure Ih".ol. 3. Anorneyls}.in-Fact shalt hive power and .ulhorlty to uecut. affidavit. rlqulr.d 10 be attached 10 bo,,". rlCognlzanc.... contraeta of Indemnity or olher condltlonat or obllgalory undlrtaklngs and IhlV shall alIa have power and aUlhority 10 certify Ihe Ilnancla' 11atement or It'll Complny.nd to copl.. or the By-lawlor the Company or any 'rtlcla or section Ihereof. This Power 01 AlIorne., ra signed and ..aled bV lacsimlle under and bV authorll" of Ihe foUowlng relolutlon adopted by 11'1' Execulive .nd Finance Commlnae. or Ih. Boards of Olreetora or Relianc. Insuranc. Comp.ny. Unlled Pacific In.utanee Company and Reliance National IndemMlty Company by Unanlmou' Consene dSled .. 0' Fttbru.ry 28. 1994 arm by Iha Encullv. and FInancIal Comml1l8ll of th. Boatd 01 DireCtors of Rel.anca Surety Company by Unan.moul Con.enl dated II 0' March 31.1994. -Rllolvld that I'" algno1turea or such dl,eC10ra and olllcers .:and lhe e..1 at the Company may be afflx.d 10 ."., aueh Powlr or Atto",ey or IIny cllrtlllcalel relallng Iher.to b., facsimil..and en., luch Power of Anorne., at certllleate beating luch facalmile Ilgnacure. or facsimile 111I1 11'1111 b. valid and binding upon th. Company and an., luch Power 10 .ucuted and eerrilled by facs,mile Ilgnalurel and faeslmU. .eallhall be valid and binding upon Ih. Compeny. In Ih. futur. with rupacr 10 any bond 01 undertakIng 10 which 1111 anaCh.a. - IN WITNESS WHEREOF, tho Companies have caused these presents to be signed and their corporate seals to be hereto affixed, this January 30, 1996. RELIANCE SURETY COMPANY RELIANCE INSURANCE COMPANY UNITED PACIFIC INSURANCE COMPANY RELIANCE NATIONAL INDEMNITY COMPANY e~ ?:J~~~ STATE OF W.shlngton COUNTY OF King I s~. r ~~~h~~~~I~~~~r~f ~~~ ~~~:~~oe'~~~e~oC~~n:~~I.a~~~~;,~e~r~~a~~~s,~~~:r:f ~:I~~~r:.crn~~a~~~'g:~p~~~ ~~~~~'1J:~I?I~d 1~~~r~~~~O c~~~a8n~,e~~J Rolianco National Indemnity Company and that os such. being authorized to do 80, executed the foregoing Instrument for the purposo thoroln contalnad by signing tha nama of tha corporation by hlmsalf a. Its rlzod orflcar, OB In wltno.. wharoof. I harounto sal my hond and Officio' saal, <i: ~. '!.!!~~~"....\ '^' l\iauc ~ ,--;, 12"7 ~. OF''IIA&Y.\~ o o N tory PubliC In ond for tha 5lata of W.shlngt n Re idlng at Puy.liup I, Robyn Leyng, As.lstant Sacrotory of REI.IANCE SURETY COMPANY. RELIANCE INSURANCE COMPANY, UNITED PACIFIC INSURANCE COMPo ANY, ond RELIANCE NATIONAL INOEMNITY COMPANY do horoby cartlfy that tho .bova ond foragolng I. a true .nd corract copy of tho Powor of Anornoy a.ocutad by aald Componias, which I. stili In lull forco and affoct, IN WITNESS WHEREOF, I havo horounto .ot my hond and aUI.od tho .a.l. of ..Id Componla. Ihl...!Z!!:!.. d.y of /oloy ~~ Aul.tant S.crot.ry 19~, ("~"'-;"" .-- ( o(~ ~ J l " J J '~ j ;1 .t 1 ,~ ,j 1 :'1 :j j .J ,1 \ ,1. , f ) j (' 10 - - I o o 32 X I 0 ..:.,...'.:;.....~1. :.D~ '~" .~~ . '.\:-,.,....:I'\:.:....'~I......'~....~:..... '"'!..".......:J..'\.'r:::~,rj11;'.','.~'~":._..,~,.I'I~_: ,.....'.~.;.......,,: "'~":"';::~'~'~...' ...<' "~ Z <( . :cf- f-ifi a: :2, <(::> L.Uu -'0 uo CJ) . CJ)W w:c -'f- CJ)u.. -0 L.U I :2 ,- ~~ u..<( ~a :cw f-::I: Zf- i=o zf- L.UW. '" ::>' :5 0" UUl 0- o!:: L.UW ::I:U f-- !'!'b Z WCJ) u- -:c bI- z ',"" o o (~-_. _1.1 o o .. 01 <0 cloD ,..--..,. (, JEFFERSON COUNTY ~I Sheet 1 of 2 DEPARTMENT OF PUBLIC WOJu{s Chang. D<Ic: 5/6/96 CHANGE ORDER Order No. 1 Ordered by County Ensin= undc:< lennI of [R)- I .04.4 of the SlandanI Specifications XOI244 Contract No, DChange proposed by Conlnodor To Lakeside Industries, Inc. 101 Eel;"", lndu5trial Prkwy. Endor...J by: Lakeside Industries Inc. P.O. Box 728 ~~~~r~ Port Angeles, W A 98362 (360) 3854913 Signature i como Sign Route 914207 TIII4 .-_. Federal Aid No. ER.960 I{OO2) Consent gJwm by Surety: (when required) Project Titl. Emcrgen<y RcstoratilHl Uppel' Hob Road By: Anornsy.ln.[act You arc ordered to perform the following described work upon rcccipt of an approved copy of this change order. Delcle l1em Numbers 2, 3, and 4, Clearing and Grubbing, Removing Obstructions and Slruclurcs, and Corrugated Polyelhylenc Culvert Pipe - 18" dia. Revise l1em Number 11, Beam Guardrail Type I to Weathering Steel Per Standard Specification 9-16,8. Estimate Altaehcd All work, materials and measurement to be in accor<lm1cc wilh the provision of tile Standard Spccilicutlons and Special Provisions for Ute t of COIIStructiOIl involved. Pro), Engineer [R} Approvnl required [R} County Engin.... val R ulred ORIOINAL CONTRACT AMOUNT CURRENT CONTRACT AMOUNT ESTIMATED CONTRACT TOTAl. AFTER CIIANOE ESTIMATED NET CIIANOE TillS ORDER $133 336,89 $133,336,89 gO<h'6 rDat. IE-APPROVED ny: 47~~1V ""j"')clJl n '" Con"rucUon En In'.' '" {7r/~~ Dnl, ~ llJtll C ltM:ll 7 --.Ill 9(1;' nJU' , , 'r;""',.w~7'~r:'?'!,'"' 10 t,_~;!:{~.~~~ ':' I.: ,J w a i \ 1 1 1 :I " '~ 1 j 1 J I 1 I I o o .. 32 x I 0 - -mun .Illl v- - Z <( , :cf- f-ifi a: ::!, ~::> -,U uO o en wI' ffl:c -'f- enu.. -0 W>- :2f- ;2::; u.< ~a' :X:w f-:x: Zf- ~~, wW1 :2 ::>, ;:)01, U(/l 0- o !::' WW' :c u' ~g z w en' ~ :C' f- '"' I o _\ Z \ ; o 1:(- - o o - .. l JEFFERSON COUNTY , Contract No. X0l244 Sheet _1_ of _I_ DE" ARTMENT OF PUBLIC WORKS change Dale: 5;6196 CHANGE ORDER ESTIMATE Order No, 1 ESTIMATED ESTIMATED ITEM GROUP DESCRIPTION UNIT UNIT QUANTITY AMOUNT NO, NO. MEASURE PRICE CHANGE CHANGE 2 l,..."Z;;I-- Clearing and Grubbing A= $7,000.00 (0,65) ($4,550,00) 3 J.,- Removal of Obstructure and Structures L.S. Lump Sum N/A ($2,300.00) 4 Corregated Polyethylene Culvert Pipe - 18" Dia. L.F. $24.50 (1'8,00) ($3,871.00) II~ Beam Guardrail Type 1- Add for Weathering L.F. SO.80 728.00 $582,40 ./Virr. Steel per Std. Specification 9-16.8 L'::>:I:. TOTAL (510,138.60) ~Ol\ . -- ."~.' '~;~"il;-:""'" , ,'n," '. ':.. " :'1' r o 1,;",.. "":"'i'}~'" .,.,.,.Ci),~l:,>'( r :_:,,'-(,[,~-~_',~-',~:,J:;:I ". I (;) o q32xlo.. - Z <l:' :I:f- f-aJ ~~, Wu -"0 Uo <nW'1 ~~ <nu..' -0 ~~ ~::; u..<( !Q5 :I:w f-:I: Zf- i=o Z f-, wW' :E :JI :J 0'1 Urn 0- of-' ~~! ~i3 Z ~ !Qi - :c' bhl z ',r'" I , , o o ,( -, ~--~- To: File Contractor: Lakeside Industries Date: May 10, 1996 - - o 0, .. /' \. Agency: Project Title: Jefferson County Public Works Upper Hoh Road Park Boundary Washout X01244 Contract No.: 1. Time: 9:10 a.m. Location of Meeting: County Shop - 5632 Upper Hoh Road, Forks, W A 98331 2. Persons attending and organizations represented: Andy Rose Georges Peabody James Reick Richard Burnham Allan R. Newman Susan Oliver Marelyne Lewis Robert G. Nesbitt Lakeside Industries Lakeside Industries Lakeside Industries Jefferson County Jefferson County ONP Landowner Jefferson County 452-7803 452-7803 452-7803 385-9160 385-1064 (h) 452-4501 ext. 288 457-4853 385-9173 3, Description of working: Surface and Signing at Upper Hoh Road at or about MP 11.83 to MP 12.18, 4. Discussion of work: (a) Lakeside submitted asphalt mix design and said it was the same as for the City of Forks, (b) Subcontractor: Peterson is putting up guard rail. (c) Traffic Safety and Control: Lakeside (d) Soft spots in the road bed will be taken care of. (e) Start datc: 5-20-96; expect to be completed in 5 working days, (f) Fence for the right-of-way along Lewis homestead may take a little more time, Will be completed by Lakeside. cc: Lakeside, Bob Nesbitt . ~. ".,-,.::." " '..',:' ~ ,,:- ""." Prepared by Allan R. Newman, I o o ,'.. . ,'" ", "i'" · 'tl~;~'H'~" .- .' .'\;~,.\ . ,; -. .'. .... ,-~ 32Xloi ,- . Z <( . :cf- f-ifi a:: :2. <(::> L.UU -'0 Ue ~~I' ~f- CJ) u..' -0 ~~ <(- 0:-' u..<( !a15 :r:LU f-:r: Zf- i=o zf- L.U L.U, ~5'1 UCJ) 0- o!:: LULU :cu ~[3 Z wen u- - :I:i b'"'" Z :r' o o - o ( () CONTRACT JEFFERSON COUNTY, WASHINGTON THIS AGREEMENT, made and entered into this ~ day of 1YJ1l1l 1996, between the COUNTY OF JEFFERSON, acting through the Jefferson County Commission~ofPublic Works under and by virtue of Title 36, RCW, as amended and LAKESIDE INOUSTRIES of Port Anlleles Washin~on hereinafter called the Contractor. WllNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: I. The Contractor agrees to furnish all materials and do certain work, to-wit: That The Contractor herein will undertake and complete the following described work: Surfacing and traffic items and other various related work Upper Hoh Road Park Boundary Washout Project Number XOl244 from M.P. 11.83 to M.P. 12.18 in accordance with and as described in the attached plans and specifications and the Standard Specifications of the Washington Department of Transportation which are by this reference incorporated herein and made a part hereof. The Contractor shall perform any alteration in or addition to the work provided in this contract and every part thereof. The Contractor shall provide and be at the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof. 2. The County of Jefferson hereby promises and agrees with the Contractor to employ, and does employ the Contractor to furnish the goods and equipment described and to furnish the same according to the attached specifications and the terms and conditions herein contained, and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time an in the manner and upon the condition provided for in this contract. The County further agrees to employ the Contractor to perform any alterations in or additions to the work provided for in this contract that may be ordered and to pay for the same under the terms of this contract and the attached specifications at the time and in the manner and upon the conditions provided for in this contract. 3, The Contractor for himself, and for his heirs, executor, administrators, successors, and assigns, does hereby,agree to the full performance of all the covenants herein contained upon the part of the Contractor. 4. Prior to commencing work, the Contractor shall obtain at its own cost and expense the following insurance from companies licensed in the State with a best's rating of no less than A:VII. The Contractor shall provide to the County Risk Manager certificates of insurance with original endorsements affecting insurance required by this clause prior to the commencement of work to be performed, The insurance policies required shall provide that thirty days prior to cancellation, suspension, reduction or material change in the policy, notice of same shall be given to the County Risk Manager by registered mail, return receipt requcsted, for all of the following stated insurance policies. Jfnny of the insurance requirements arc not complied with at the renewal date of the insurance policy, payments to the Contractor shall be withheld until all such rcquirements have been met, or at the option of the County, the County may pay the renewal premium and withhold such payments from the moneys due The Contractor, All notices shall name thc Contractor and Identify the agreement by contract number or some other form of identification ilcC~5SCry to inform the County ui'lhc panicular contract affected, A, Workers Compcnsation/L & I . compliance with the applicable compensation law of thc State of Washington, IJ, General L1ability(I). with a minimum limit per occurrence of $1,000,000 per bodily injury, death and property dnmage unless otherwise specified In the contract specifications, This insurance shall Indicate on the certificate of insurance the following coverage: I. Oroad Porm Propcrty Damage; 2. I'ersonallnjury Liability; 3. Brond Form Contractual/Commercial Liability (contractors only); ll""rr /lnll II'(lJllnlll fimC'rRency RClfnmtlml, .Y012,'" Surfacln, and 7).q01c 111m. c..' ~~~_._..._-' 1'1 t ~ . (~, ,.~;'''::,':(~.... ~,:~:~="::" ~::. -{ c. 10 bIIJ~ ~~~___ _--..:;..~.......... -:.d~ ~ = = ~ I o o 32 X 10 .., l!IMirl "'"_..... Il..alW ~ I' T o ,- ( () 4. Prem ises - Operations; and. 5. Independent Contractors and Subcontractors. (I )Note: The County shall be named as an additional insured under this policy. C. Automobile (2) - with a minimum limit per occurrence of $1,000,000 for bodily injury, death and property damage unless otherwise specified in the contract specifications. This insurance shall indicate on the certificate of insurllilce the following coverage: I. Owned automobiles; 2, Hired automobiles; and, 3. Non-owned automobiles. (2) Note: the County shall be named as an additional insured party under this policy. Z <( . :cf- f-ffi 0::2 <(:::> Wu -'0 uQ Cf)Wj' ~::I: -'f- CJ)l1.. -0, W : :2~ ~::; u..<( !!15 :cw f-::I: Zf- i=o Z f-, L.UW, :2 :::>,! ::> Q' Uen 0- o!:: Ww :cu f-- !'!'b z wen u- -::I: b.... Z Any deductibles or self-insured retention shall be declared to and approved by the County prior to the approval of the contract by the County. At the option of the County, the insurer shall reduce or eliminate deductibles or self-insured retention or The Contractor shall procure a bond guaranteeing payment of losses and The Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. The Contractor shall include all subcontractors as insured under its insurance policies or shall furnish separate certificates and endorsements for each subcontractor. All insurance provisions for subcontractors shall be subject to all of the requirements stated herein, Failure of The Contractor to take out and/or maintain any required insurance shall not relieve The Contractor from any liability under the Agreement, nor shall the insurance requirements be construed to conflict with or otherwise limit the obligations concerning indemnification, It is agreed by the parties that insurers shall have no right of recovery or subrogation against the County (including its employees and other agents and agencies), it being the intention of the parties that the insurance policies so affected shall protect both parties and be primary coverage for any and all losses covered by the above described insurance, It is further agreed by the parties that insurance companies issuing the policy or policies shall have no recourse against the County (including its employees and other agents and agencies) for payment of any premiums or for assessments under any form of policy, It is further agreed by the parties that any and all deductibles in the above described insurance policies shall be assumed by and be at the sole risk of The Contractor, It is agreed by the parties that judgments for which the County may be liable, in excess of insured amounts provided herein, or any portion thereot: may be withheld from payment due, or to become due, to The Contractor until such time as The Contractor shall furnish additional security covering such judgment as may be determined by the County. The County reserves the right to request additional insurance on an individual basis for extra hazardous contracts and specific service agreements, The Contractor hereby agrccs to indemnify and Save harmless the County, its officers, employees, and agents from and against all liability, loss or damage the County may suffer os a result of any claims, demsnds, costs,judgments or damagc to County property in the care, custody or control of The Contractor arising directly or indirectly out of this agrcement, includiug losses arising out of the negligent acts or omissions of the Contractor, the contractor's employees, agents. or subcontractors, .... Clllims against the County shall include, but not be limited to, assertions that the use or transfer ofnny software, book, document, report, film, tnpe or sound reproduction or material of any' kind, delivered tbereunder, constitutes on infringement of any copyright, potent. trademark, trade nome, or otherwise results in on unfair trade practice or in unlawful restraint of competition, o o The Contractor further agrees to provide defense for and defend any claims or causes of action of any kind or character direcl,ly or indirectly arising out of this Agreement at its sole expense and agrees to bear 011 other costs and expenses relating thereto, Nothing in the foregoing clause sholl prevent the County, at its option, from additionally requesting thnt The Contructor dcllver to the County on executed bond os security for the faithful performance of this contract and for pllyment of all obligations of The Contractor, , I,'p&!r 11011 "'a.t/""" f.'mp'RC"CY RtJtorallnn, .\'01244 I ":~':j::","~', ",e?~",."",,,,,,, ," 10 .... ...",;!"I.:.",.+-\- '")'-.,..",.,,.",.,-." .".......,.. .......... .t.".. .. .. '1'-, ... -.- .. :';"Iii.,;.l~~~~''';_;~~~~~ Su,/aclnN and 7I'qQIc [11m. ("--;~"."--.~= BILT - ~ :: c - ~- .~ OC:'i) , ~~ I o o 32Xlo ~"IIIl_ .. 'liIIIIilj Ir -- -- ( o () IN WITNESS WHEREOF, the Contractor has executed this instrument on the day and year first below written, and the Board of County Commissioners has caused this instrument to be executed by and in the name of said County of Jefferson the day and year first above written. Executed by the Contractor ~1 ..:? , 1996 Z <( . :cf- f-ifi a: :2, <(::> L.Uu -'0 uo CJ) . enL.U w:I: -'f- CJ) u..' -0 ~~: ~::::; u..< !Q ~' ::c f-~ Zf- i=o Z f-, ww' :2 ::>j ::>0' UCJ) 0- o!:: L.Uw, ::cu f-t= !,!:~ wen ~~i o I Z : J LAKESIDE INDlJSTRIES Contractor ,-(~.l~ Lblf~ ~/ ADMm..lAillNQ. 11IIs IitIn8III8 does not 1"* that the surety Is a party to this contmct nor does It expand or entargl SEAL any of the surety's obligations under any of the bonds executed In connflCtlon with this contract. A ITEST: ii~ toP~ .1'...... o o UPI'D' "nl, Wa,rllOllI r.nlDrRlncy RI,,/arot/ml, XO/2,U ",(~.~-- t:' " I,'" --- - "/,.,/',,'-; J Foregoing Contract Approved and Ratified ~.:<.. .1996. RELIANCE INSURANCE COMPANY Surety By: 7~ a: ~ Attomey-i fact ~he' Approved as to form only this to ~~~"'6 Prosecuting Attorney ~ Di~~P'~ SurfacIng und '1h!D7c II.... _:_'~~.':'''1:'! I G o 32X.lo . ':, '." '.~( :.~!. .'., . ,~~"',,, '."'.,r.~ , r :i,..'! 'I':~'. .' ;':/~' .'.K ','" ..' ~,.,ff>" "'" " ~ ',' . o - o .. Z <( . :cf- f-ifi 0: :2, <(::> L.Uu -'0 uo CJ) wI' ~:c -'f- CJ) u. -0, ~~ ~::; u..<( ~a :cw f-J: Zf- i=o zf- L.U W, :2 ::>,[ ::>0' UCJ) 0- o!:: LULU :cu f-- !'!'5 z WCJ) u- -J: b~ Z A CORD_ CERTI,FIC,ATOF. L1ABll.ITY>IN$I.JFU'-\JCE~J:~C:2 DATE IMMIDDIVYJ 07/3~/96 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Atkins ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Hurley, " Stewart, J:nc. HOLDER. THIS CERTIFICATE DOES NOT AMEND. EXTEND OR lBOO Ninth Ave., Suite 1500 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Seattle WA 98~01 <;OMPANIES AFFOROING COVERAGE Ron Hartz COMPANY Phone No. 206-682-5656 fa. No. A St Paul Fire " Marine Ins CO INSURED COMPANY B COMPANY Lakeside J:ndustries C p 0 Box ~379 COMPANY Bel~evue WA 98009 0 COVERAGES ::,:::,:-',:.<:."':':::(::::::,,'::,>':-:",',,'<::,;-":;:,>"':.:::::::;',,-' ,,' THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANV REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH TH'S CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFfORDED BY THE POLICIES Di:SCRIBEO HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO TYPE OF INSURANCE POUCV NUMBER POuCV EFFECTJVE POUCV EXPIRATION LIMITS LTR DATE IMMIDDIYV) DATE IMMIDDIYYI ~ERAL LIABILITY GENERAL AGGREGATE .~, 000, 000 A 1!. 5MERCIAL GENERAL LIABILITY Klt08300322 08/0~/96 08/01/97 PRODUCTS. COMP/OP AGG . ~,OOO, 000 - CLAIMS MADE IJlI OCCUR PERSONAL &. AOV INJURY . ~,OOO,OOO 1!. OWNER'S & CONTRACTOR'S pAOT EACH OCCURRENCE . 1,000,000 X WA Stop Gap FIRE DAMAGE IAnv one tIre) . 100,000 X Per pro1ect Aaar MED EXP lAnv one petton) . 5,000 ~OMOBllE lIABILITY 08/0~/96 COMBINED SINGLE LIMIT . ~OOOOOO A 1!.. ANY AUTO 1tIt08300322 08/01/97 - ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS CPer person) . - 1!.. HIRED AUTOS BODILY INJURY lper eccldenU . 1!.. NON.OWNED AUTOS - PROPERTY DAMAGE . ==ro' LIABILITY AUTO ONL V . EA ACCIDENT . ANY AUTO OTHER THAN AUTO ONLY: EACH ACCIDENT . AGGREGATE . EXCE.S L1ABILITV EACH OCCURRENCE . ~.U"'BREl'" FOR'" AGGREGATE . OTHER THAN UMBRELLA FORM . WORKERS COMPENSATION AND AU. IDiot'. " " EMPLOYERS'I.IABILITV EL EACH ACCIDENT . THf PROPRIETOR/ R'NCL leL DIS~ASe . POLICY LIMIT . PARTNERS/EXECUTIVE OFFICERS ARE: EXCL EL DIBEASe: . EA EMPt.OVEe: . OTHER DESCRIPTION OP OPEAATIONSfLOCATIONS/VEHICLI!IIIPECIAL I1EMI ~b lI046OfO ~~s~~~~r~gtop;~i~i~k~ag7. ~g~d~im:~al~s~~aano~dg6i;o~~6.insurad u~no:ir~wug CERTIFICATE HOLDER CANCELLATION JBrCO-2 I"OUI.O ANV 0' THI AIDVI OEICRIIID POI.1CIU I. CANCILLED I.'OAI THI txptftATION OAT' THIRIO'f THllllUINa aDM'ANV WILL INOlAYO" TO MAIL ..!L DAVI WRITTIN NOTICI TO 1H' OI"TI"CATI HOlDE" NAMED TO Ttll Ll". Jaffarson county IUT ,AILURII TO MAIL IUCII NDTlellHALL IM'OIlI NO OILlOATION 0" liABILITY Dapt of Pub1iCl Works 0' ANY KIND UPON TtllI COM''''''' IT, A0U4TI O"""RUINTATIYU, 1322 Washington 8traat AUTHORIlIO """IIENTAT'V' /!.'. e -/'" _If Port: Townsand WA 98368 Ron Hartz . '" ~ ACORD 26.911;961 cAC CORPORATION 1998 ,,.... o o ,...--- t 0 c" oe:1 iJd" '::.::0:1:;;;:,;-:"'_, "l'...."~'..i'.^'I;;J;l'"'''-.'.''Ttl';l' .,t" "-....,,..( " " " , " ,.' 1""'-.-....-:-- ' . " ., ~',," 10 32 X 10 1 ,~ I f I o o v o '.- ." CI Bond No. B 6004'44 CONTRACT BOND JEFFERSON COUNTY, WASHINGTON KNOW ALL MEN BY THESE PRESENTS: That LAKESIDE INDUSTRIES , of PORT ANGELES WASHINGTON ,as Principal, and RELIANCE INSURANCE COMPAN;as Surety, are jointly and severally held and bound unto the COUNlY OF JEFFERSON, the penal sum of Q)IIE HUNDRED THIRlY-THREE THOIJSAND THRF.E HUNDRED THIRTY-SIX and 89/100 Dollars ($133 336 89), for the payment of which we jointly and severally bind ourselves, or heirs, executors, administrators, and assigns, and successors and aSsigns, finnly by these presents. The condition oftllis bond is such that WHEREAS, on the ~ day of ~ A.D., 1996, the said LAKESIDE INDUSTRIES, Principal herein, executed a certain contract with the County of Jefferson, by the tenns, conditions and provisions of which contract the said LAKESIDE INDUSTRIES, Principal herewith, agrees to furnish all materials and do z ~~ f-ffi a: ::2, <(::> ~g Uc ~wi w:C: -'f- rnu.. ~Ol ::2>- ~5 u..<t !!la :C:w f-:c: Zf- i=o z~, wW1 ~~h Urn 0- c!:: Wwi i= ~. !'!'o Z wrn U-' i= ~i o I Z , certain work, to-wit: That the said Principal herein will undertake and complete the following described work: SURFACING AND TRAFFIC ITEMS EMERGENCY RESTORA nON {IPPER HOH ROAD WASHOUT COUNTY PROJECT X0I244 , in Jefferson County, Washington, as per maps, plans and specifications made a part of said contract, which contract as so executed, is hereunto attached, and is now referred to, and by this reference is incorporated herein and made a part hereof as full for all purposes as ifhere set forth at length, NOW THEREFORE; if the Principal herein shall faithfully and truly observe and comply with the tenns, conditions and provisions of said contract, in all respects and shall well and truly and fully do and perfonn all matters and things by the said Principal undertaken to be perfonned under said contract, upon the tenns proposed therein, and within the lime prescribed therein, and until the same is accepted, and shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who shall supply such contractor or subcontractor with provisions and supplies for the clllTying on of such work, and shall in all respects faithfully perfonn sai4 contract according to law, then this obligation to be void, otherwise to remain in full force and effect. WITNESS our hands this~dayof Mey ,1996. LAKi;;SIDE INpl JSTRIES PRIN9PAL J'" t- By: L..-'3~1L Li~)L <-- ADMtN-iACCJ,NJ1. RELIANCE INSURANCE COMPANY SURElY COMPANY By: Mery A. Oobbe. Attorney-tn-Fect By: Attorney-in-fact :r" , , ^,~ 11 ROVEDAN~~ONLYthis ~~~I- , l'ro~ "'0' A"om., ~ HURLEY, ATKINS & ATIlWAnT, INC. Suite 1600 iRon. 11th 4vonll. Seattle, WA 98101 o Address oflocal office and agent of surety company: o ,"" /C7.,.~~' Lt. '~ ',~:,L' ~"Q .HIt_, t,., -~ I () o '..32xlo Iv ~- Z <( . :cf- f-ifi 0::2 <(::> L.Uu -'0 ~o ~~! ....J 1-. (J)u.. -0 L.U>- :2f- <(- 0:-' u..<( (J)::> _0 :CL.U f-:c Zf- i=o zf- L.U L.U :2::> ::>0 U(J) 0- o!:: L.UL.U :cu f-- !'!'b Z wU') u- -:c bi- z ,... '" o o o o .. RELIANCE SURETY COMPANY UNITED PACIFIC INSURANCE COMPANY . . \ RELIANCE INSURANCE COMPANY RELIANCE NATIONAL INDEMNITY COMPANY AOMINISTRATIVE OFFICE, PHILADELPHIA, PENNSYLVANIA POWER OF ATI'ORNEY KNOW ALL MEN BY THESE PRESENTS, that RELIANCE SURETY COMPANY is a corporation duly organized under the laws of the State of Oel- aware, and that RELIANCE INSURANCE COMPANY and UNITED PACIFIC INSURANCE COMPANY. are corporations duly organized under the laws of the Commonwealth of Pennsylvania and that RELIANCE NATIONAL INDEMNITY COMPANY is a corporation duly organized under the laws of I the State of Wisconsin (herein collectively called "the Companies") and that the Companies by virtue of signature and seals do hereby make. constitute and appoint Stctven W. Palmer. Mary A. Dobbs. Geraldine C. Stewan, David J. Forsyth, Holly E. Ulfers, of Seattle. Washington their true and lawful Attorney(s)-in-Fact. to make, execute, seal and deliver for and on their behalf, and as their act and deed any and all bonds and undertakings of suretyship and to bind the Companies thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the Companies and sealed and attested by one other of such officers. and hereby ratifies and confirms all that their said Anorney(s)-in-Fact may do in pursuance hereof. This Power of Attorney is granted under and by the authority of Article VII of the By-Laws of RELIANCE SURETY COMPANY. RELIANCE INSURANCE COMPANY, UNITEO PACIFIC INSURANCE COMPANY, end RELIANCE NATIONAL INOEMNITY COMPANY which provisions are now in full force and effect. reading as follows: ARTICLE VII. EXECUTION OF BONDS AND UNOERTAKINGS 1. The Board or Directors. the President. the Chairman at the Board, an... Senior Vice Pr..ident, an... Vice President or Auiltam Vice Prcaldent or other oUlcer deslgnated by the Board of Directors shan have power and eUlhorlty to lal appoint Auorneyls).ln-Fact and to authorlle thflm to uecutll on behalr ollh., Company. bonds and undertakings. recognllancu, conttact. of IndernnilY and olher writines obllgalory In tha nature thereOf, and lbl to remove en... such AttorneylsHn-Fact at any time and revoke the power and authority glve" to them. 2. AUorneyls!-in.Fact IhaU have power Ind aUlhority. sublect to thetarms and limitations of the Power at Anorn.... IlIued to them, to e)locute dlllve, on bahall at tha Compa"y. bondl and und.rtaklngs, leeognll.nc... contraCls 01 Indemnity end olher wrillngs obligatory In the nIIture thefeof. Th' corporat. ...1 I. not nltC....rv for the valldltv or anv bonds end undertllklng., 'ecognlnnc... contract. 01 Indemnity and Olhlr wllllngs obllgalory In lhe natur. ther.ot, 3. Allotn.ylaHn-Facl Ih.n hava power and euthorlty 10 e1l8cute affldavlt8 r.qulred to be anechad to bonds. recognlunces, contrllctl or Indemnity or other conditional or obligatory undoneklng. and they Ihall ello havl power and authorit... 10 Cllltlly the financial 'Ie~ement of the Company.nd to caple. at the By-LawI 0' Ihe Compan... or anv article or lectlon thereat. Thll Powe, 01 AUorney II signed and toalad by facllmile under and by ,ulhority at the lollowlng rltloludon edoplad by the ElClcutlve .nd Finance Commineol or Ihe Boardl or Director. of Reliance Inlurlnc. Comp.nv, United Plclllc Insur.nc. Comp.ny .nd Reliance National Indemnity Compeny by Un.nlmous Con.ent dJCId .1 0' Febtuery 2B. 1994 and b... the executive .nd Fln.nclll Committee of the Boerd 0' Dltaceof. at Rlllanca Sur.ty Company b... Un.nlmou. Cona.nt d.tad.. of M.rch 31.1994. .R'lolvad th.t Ihe Ilgnalurel 0' loch dl,actotl .nd otllc.,. .nd Ihe ...1 of the Compeny may be .Ulxad 10 .ny loch Power of Attornev or any c.rtltlc.t.. ral.tlng thartto bV 'ac.lmUI,end .n... .uch Power 01 Attornev or canl'lcate be.rlng such 'acalmlle .lgnetu,.. or f.cslmlle 18.1 .h,n be vaJld .nd binding upon the Company .nd eny such Power 10 elleculed and caftlllad by 'acllmil, lignalures .nd raC8lmll. ...1 Ihell b. valid .nd binding upon the Compeny. In Ihl fulure with r.apeet to any bond or undertaking to which Itll aUlchld,- IN WITNESS WHEREOF, the Companies have caused those presents to be signed and their corporate 80als to be hereto affixed, this Janullry 30, 1996. RELIANCE SURETY COMPANY RELIANCE INSURANCE COMPANY UNITED PACIFIC INSURANCE COMPANY RELIANCE NATIONAL INDEMNITY COMPANY ~~~ STATE OF Weshlngton COUNTY OF King ) at On this. Janullry 30. 1998, bofore mo, Junet Blanklev. personnlly appoared Lawrenco W. Carl,tram, who acknowledged himself to bo the Senior VieD Proslrlent of tho Rollanco Suroty Compnny, and tho Vice Prosldent of Rollance Insurance Company, United Pacific Insurance company., nnd ~~~~~~d N:~i~~O~I~~dt;,'::~~~~c::trh~~o~~~r~~I~tn ~8y ~~~~'ol~~~~t:uthorlzed t~z~~ :Hjc:~.ecuted the forogolng Instrument for the purposo t lereln B In whnoss whereof, I hereunto sot my hand nnd offfclols8nl. q;: OrA ... ..c.' . N tory Publio In and for the State of Washlngt n Re Idlng et Puyallup I. Robyn Layng, Aaslstant Seeretery of RELIANCE SURETY COMPANY, RELIANCE INSURANCE COMPANY, UNITED PACIFIC INSURANCE CaMP. ANY, end RELIANCE NATIONAL INOEMNITY COMPANY do hereby certify that the abova and foregolno la a trUe end eorract copy of tho Power of Attorney axecuted by aald Companies, which la atll1ln full 'orca and elloot. IN WITNESS WHEREOF, I hove heraunto eet my hend Dnd elllxad the a..la 0' ..Id Companlea thls..loL day 0' May 19.2L.., --vz~ Aaalstant 5eorDtary :.- o ) -'- Jr-- - C'-''''-;'='-~~- 1_ ~ --" - -- - - - - 10 .. I o o 32Xlo -.-- I II . II III IIIlI - I I III - iii . IllI I -III I 11I1I III IIlIII . ~. ... -II !II... II II . . . . .11.., II. - II ......: III ..' B"_, III -, .... . - liB - ,- Z <( . :cf- f-ifi ~ :2. ~a uO o CJ) L.U'I ~:I: -'f- CJ)u.. -0 ~~ ~::i u..<t !!la :cw f-:c Zf- i=o zf- WWi ~5' UCJ) 0- o!:: L.UL.U :I:u f-- !'!'b Z ~!!l i=~ o Z ,.. o o o o .. ACORDN "..Q.l:amlljlp~~,~.()Ij(I.lI1}..,~~lilill~~;I,NS.,~"Rt.,c.~.Pr:....'~~~~~;"'. DA;~;;;;~ ',. . ...'.'.' ,'...'.'.'.'..,...,... ....".,.."" "."...,."'.',',.,..'.,"..' TillS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE PRODUCER Hurley. Atkins ~ Stewart. Inc. 1800 Ninth Ave., Suite 1500 Soatt~e WA 98101 =N~ar,,~z6_fi:..2_"656 INSURED COMPANY A St Paul Piro & Marine Xns Co Fax No. COMPANY B COMPANY Lakeside Industries C POBOX 1379 COMPANY Bellevue ~ 98009 D c:O~~;S~:~llFY n.v;T,.;:;iiPOiJci~~;;"iNsiiAANcE'i.is1iii"iiiiLoW'ii1:;;;;.;;~J:I~~J~ii!+~;!~i~sJ~ED'N~'~ii~AiiO~~:ci~:;!~';:;;[iriJ'r:i:i;;~ INDICATED. NOTWITHSTANDING ANV REaUIREMENT. TERM OR CaND1l10N OF ANV CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERllFlCATE MAV BE ISSUED OR MAV PI1RTAIN, THE INSURANCE AFFORDED BV THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDmaNS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BV PAID CLAIMS, CO L1. POUCY EFfECTIVE POUCY EXPtRATlON DATE IMMIDD1YY1 DATE (MMIDDIY'YI UMITS TYPE OF INSURANCE POUCY HUMBER ~ UAIII\JTY A 4 ~MERClAL GENF.RAL UABIUTY ..2 ---l CLAIMS MADE [i] OCCUR 1t OWNER'S. CONTRACTOR'S PAOT X WA Stop Gap X Per Dro~. "'....... ~OMCHI1E LlAlIUJY A ..!. ANY AurO _ ALL OWNED AlJTOS _ SCHEDULm AlJTOS It HIRED AlITOS ..!. NON.OWNED AUTOS GENERAL AGGREGATE '1.000.000 08/01/96 PRODUCTS. COMPIOP AGO '1.000.000 PERSONAL &. AnV INJURV '1.000,000 EACH OCCURRENCE '1.000.000 FIRE DAMAGE (Any 0ntI fl,e' . 100.000 MEn EXP IAny one per_anI . 5.000 08/01/96 COMBINED SINGLE UMrr .1000000 eODILV INJURY . IP.p<<lIOf\J BODILV INJURY . IP., accldent! PROPERTY DAMAGE . 1Ot08300203 08/01/95 1Ot08300203 08/01/95 ~Ol! LlABIUTY --1 ANY AUTO AUTO ONLY. eA ACCIDENT . OTHER THAN AUTO ONLYI EACH ACCIDENT . AGGREGATI! . eACH OCCURRENC! . AOGRI!OATI . . DCDI UAlILfTY ~-UMIIR!UA FORM I OTHER THAN UMBRELlA FORM WORICIftS COMPOIIATM)N AND IMPLOVlRI' UAIUUTV EL I!ACH ACCIDENT . EL DISHAS! . POUCY UMrr . !L OISrA!! . fA EMPLOY!I! . WI! pnO'R1nOA/ 'AATNERSmxECUTIVI OFFICERS ARI!! OTHlft r1INCL H ~XCL DUC"IPT",H 0' OPUATlONI,..OCATtOHltvlHICW/lNCIAL rTlMI g~~t!~1~~g~'H~i:~ :g~l!dib~.~d=a~gf~a~.f~~~~.d but only with re.peot to operation. oe t~e named n.uro on tb1. ~oG. CERTlFICA T6 HOLDER , , -;c--:-; JBI'CO-2 I o o Jeeeer.on County 1322 W..hington 8treet Port Town.end WA 98368 ACORD 28.B 11/1181' ' ,<,:,,"" .", '.. ': ,.., ..,," CANC~LLATIO,.",:\ ,., """;,,' ::,.>...,;;.,.,;.'., '" I.-OULD AHY 0' m. "IDYl DUC'''IID rauclu II CANCILLID 1"0"1 nil I)(ptftATION DAn T'-M,OP, THI tI.UtHO COM,ANY W1LL INCIAVO" TO MAIL .!.!L DAVI WIlIT1lH NDT1CI 10 Tltl CrmrlCATI HCIOIR NAMoo 10 Tltl U", IlIT 'AlLUIIS TO MAIl. IUCH NOllCI IHAU IMI'IlII NO OIUOATION 0" UAlIUTV 0' ANY KINO UPON THIJllIM"'NY..ITI A<YNTS C" .II'tlUINTA1MI, AUTHOPllZIDkUtlUINTr/ fJ." ,..L .'~~~i~(r~~",..f:';,:~:~4cORDCoRPOiiATlON'.1088 ' ,.(~'''7-:- , j~ ' '. ~~;=),';~i;,;'? I 0 I 0 . ' "", " "...h".'..."..... " , . ., "- Z <( . Xf- f-ifi cr: :2. <(::> L.Uu -'0 Uo en L.UI' [fl:c -'f- en u..' -0. w>- :2f- <(- cr:-' u..<( ~a XL.U f-:c Zf- i=o Z f-, WW, :2 ::>,' :,:)0\ UCJ) 0- o!:: Ww Xu f-- !:!:b z WCJ) u- i=~ o Z ,r o o -~ o o .. ( 8~'"'''' i..... ) .... ~~ '" I STATEMEl'l f OF INTENT TO PAY PREVAILING WAGES Public Works Contract J08 . ......, $25.00 Filing Fee Required 2 ~;-;.. RD PAU:: RESTORATION Con&nCl_ 1JrqJa~' of Labor and Induuries PRvailina w."c PO BoI 44$40 Olympia WA 98504....$40 TIllS FORM MUST BE lYPED OR PRINTED IN INK lfU"nmnli!lt! ("rrn' rn.1VIn1 hi! nl'tx:i!'rtt!d aM will "'- ,,'/unvod withmn nmunval uriC. bold numbcn ma1Ch insuuWons on Mdt of (onn. ,................ III ........,.,.".....,.... .......-.-'---,-.-- (, " ,ALL FORMS WILL BEMAILEDTO...THIS ADDRESS 1 OrpnizaUonnamc:...odra..CIt,...Ule471P+4 ) aAwa:d&nIAI->" .InfEJ:SClN CDlJMTT /" LAXESIDE IIIOU$lRIES I I. p~O;lQXn'379' , I'" "IELLEWE~""" ..98009...... i \. Prime conuaaor LAKESJDE INDUSTRIES ContnctO'l' RIlJI.uuion No. LAeKf-SI.-z74.ID 3 WESTERN RATES Craft/lradelocc;uPlltion 110010 GeMnl Labor.r .-.-1-101SOH._....'...gptraon...-.--...--.-...--......--.-..---.... 110670 A.phalt Raklr"?:.t<:> -....,..1Z005I)..-.....-aut.luouf";D9......Undt,...-........-.-..---.-..-.------ ~:;:.-::;+: 120630 Motor Patrol Grader, flnllh ' , '< M..M.-1207BO-._.Ro~lctr..Operator.AspfT....M.._.....__M...----_._.- 120790 Roller Operator-Rock ....~_.120830._..M.SC.-..ct.~tor___.M...M._.M___._._._M.._.M_M._ 120870 Spreadera.ala.. Knox _.....NlO9OO......_"f'aGtor.a.o~.60Hp.....Lindef'o...M_..__...... 130150 DLIIf' Truck Drlwr(S-10 Cu. Yet.) .._.".l30'70__...().....'tit",.I_rM(.16-20MCU~...'dI)_..."..M_ 130Z80 LotIlbedIN\l'V clIty trlr 50tan to & Incl. 100 Tan aro.. ..........130290...M...M.1.~"Y)'.-ck.tty-.'tI"',.~..tlnder..50..'on....."....._........._M__ ^ "" P.O. lOX 1379 ,~ 1.111 . ..4 98009 SlanalUte ,( BELLEW( ~ OI~Nurnba: ',.,. .. U"OIlI APPROVlID: Dcpnruncnl of Lobor nnd Indwulcs !aued011 ....., ....- ...- Dy V7OB1JJ,.aXhU_.rlll_wJ'I' l.ts P...ur..'''".......c.,-, W)IlI."'...,,....., c-,....., ......rn-c...-. 001......."........ - r--- ~~~:l~' ~~~:.T~m3/3 -:Y-=O HOME OHIC!! P,O. DOX l:I7S1 (:108) IN--te81 DI!LLI!VU!, WA Sl8000 '-1J2a.y. 6l- lD2~ i r:3;,.~t~--r. ~' '$;2SCQ I - @~",tsr-d~.-at!:l ;..Ii) ~ ",""OI'NOUITnI'. AAS ...-;:0- ! posjf;fil(w:~. -;h..~ C2)n&., ~, eO.L~ I ~~n2S000021,1: S1,2'l 'lO?II' o .....',c" '" \ ..' ..'....+..'..;.' -; ~:;::::: -:":'i ,;-:-,'\,,'l~ . ~':.(J;-'\l:;';- . ~- "(:'F"1.fU"'-C'" ... .....::..:.:. II. 5171 1110211250 <1-' "~ -"; . ", ~j """'-- v ~ 10 ~'~-,;... -'-~ " -- I o o 32Xlo .1 'c. 1J.~ ~ IIr .- z <( . :cf- f-dj 0: :2, <(::> L.Uu -'0 Uo en w: ~ :rl -'f- CJ)u..' -01 ~~: ~::i u..<C !!!6 :CL.U f-:c Zf- i=o z f-, L.UW1 ~ ~~h Uen 0- o!:: WU.I; :cu f-- !'!'b z WCJ) ~~; o ! z ;r o o c;-- 0 . I o (:c'. ~~\ fh:\ )(0 Iz''f i{... -:fC/K/ ( ;n(rl;'"~-: rl'JJI'JK.D ;1 -,./.'I-it. e <- " \' STATE OF WASHINGTON County of Jefferson IN THE MA'ITER OF ACCEPTING} BID FOR SURFACING & TRAFFIC} ITEMS, EMERGENCY RESTORATION,} UPPER HOH ROAD WASHOUT, X01244} RESOLUTION NO. 36-96 WHEREAS, Jefferson County Board of Commissioners on April 8, 1996 called for bids for the above mentioned project, and; WHEREAS, due notice of the call for bids was given as required by law, and; WHEREAS, one bid was received and opened during public session on April 22, 1996, at II :25 a.m., as shown in the attached bid tabulation, and; WHEREAS, the one bid received was within five percent of the engineer's estimate, and; WHEREAS, the project is an emergency by Resolution No. 104-95, and; WHEREAS, it is in the best interest of the people of Jefferson County to select the most responsive of the acceptable bids, now therefore, IT IS HEREBY RESOLVED, that the best and most responsive bid was submitted by Lakeside industries for a total bid amount of $133,336.89 and that this bid be accepted, and; IT IS FURTHER RESOLVED, that the specifications and contract documents in their entirety as included in the bid package, are part of this bid acceptance. 1996. A TrEST: Lorna L. Delaney Clerk of the Board I f1 !~ C ), ~ - :7~^'2~~ - "'iJMilL ' J.__J1J_'.. u ~""""-"'< ~ (~.~ ~.~~':~:h!~'~';':'~:"'I~":':':;'~'"~;'. .10 I e o 32Xlo iii I IIIllI I II II III . !!!II I IilIl 11II IIIl I I II. IIIIIIIi III Bill .. 1'111 .' - - - . - II 11I11I B !. C' '........... o .. o Z <( , :cf-- f-ifi o:~ <(::l L.Uu -'0 ~o ~~I -'f- CJ)Ll. -0 ~~ <(- 0:-' u..<( ~i5 :CL.U f-:c Zf- i=o zf- L.UW :2::l ::>0 Uoo 0- o!:: L.UL.U :cu f-- !'!'b Z wen u- -:I: bi- Z o 810 TABULATION SHEET TIME 1 :04 PM DATE UPPER HOH ROAD PARK BOUNDARY WASHOUT Bu: X01244 ENGINEER'S ESTIMATE LAKESIDE INDUSTRIES ROAD RESTORATION P.O. BOX 729 BID OPENING: PORT ANGELES. WA SB362 ITEM APPROX. UNIT ITEM DESCRIPTION UNIT TOTAL UNIT TOTAL UNIT TOTAL ur NO. QUANTITY BID BID BID BID BID BID B PREPARATION 1 L.S. L.S. MOBILIZATION '10240.96 .15 200.00 $0.00 2 0.65 ACRE CLEARING AND GRUBBING $2 700.00 $1 755,00 $7000,00 $4 550.00 $0.00 3 LS. L.S. AEMOV At OF STRUCTURES AND OBSTRUCTIONS SSOO,OO $600.00 82300.00 $2300.00 SO.OO DRAINAGE 4 159 L.F. CORRUGATED POLYETHYLENE CULVERT PIPE 10- OIA. $25.00 $3 950.00 524.60 $3871.00 $0.00 SURFACING 5 0 C.Y. GRAVEL BAse $0,00 $0.00 $0,00 sO.oa $0.00 6 915 TON CRUSHED SURFACING TOP COURse '17.00 '13 855.00 '19.29 $15 721.35 $0.00 LIQUID ASPHALT 7 2.0 TON ASPHALT FOR TAel( COAT $300.00 $840,00 $350,00 $990.00 $0.00 ASPHALT CONCRETE PAVEMENT B 933 TON ASPHALT CONCRETE PAVEMENT CLASS B $60.00 $46 660,00 1565.88 $62 136.04 '0.00 EROSION CONTROL AND PLANTING 9 1 ACRE SEEDING FER'rlLlZINO AND MULCHING 12000,00 82000.00 $1 000,00 I' 000.00 10.00 10 . 1 000.00 EST. TEMPORARY WATER POLLUTION EROSION CONTROL $ 1 000.00 I' 000.00 11 000,00 $1 000.00 10.00 TRAFFIC 11 729 L.F. BEAM GUARDRAIL TYPE 1 $15.00 '10920.00 $12.60 19 100.00 $0.00 12 2 EACH BEAM GUARDRAIL ANCHOR TYPE 1 t400,OO $BoO 00 $386.00 .73000 0.00 13 3700 L.F. PAINT STRIPE $0.35 " 295.00 $0.30 .1 110.00 10,00 14 48 EACH FLEXIBLE OUIDE POSTS $25.00 $1 200.00 $22.00 $1 066.00 $0.00 15 L.S. L.S, PERMANENT SIGNING $3 000,00 $3 000 00 $1 '60.00 $ 1 260,00 16 84 HOUR CONTRACTOR PILOTED TRAFFIC CONTROL ,35,00 $2 240,00 $46 00 $2 9BO,OO '0.00 17 9 DAY TRAFFIC CONTROL SUPERVISOR $260.00 ,2000,00 460,00 $3 600.00 $0,00 19 128 HOUR TRAFFIC CONTROL LAOOR $2600 '332B,OO 2700 $3 456.00 $0.00 19 99 S.F. CONSTRUCTION BIGN CLASS A 12,00 .1 B9.00 $11 DO $1 OB9,Oo $0.00 OTHER ITEMS 20 0 E CH MONUMENT CASF AND COVER 260,00 ,2000,00 $22B,OO $1 ODD ,00 $0.00 21 1825 L,F. WIRE FENCE TYpe 2 1000 .1B 5000 '6.10 '9 307 60 0,00 22 L.S, S. TRIMMING AND CLFANUP . 000,00 ., 000,00 . 200.00 0000 '000 OTAL ~ . '-'B <fi'oo 133 330,B9 0,00 BID BOND 5" OF 910 AMOUNT! YES- PROPOSAL 91GNEDl YES" AOOENDUM'B ACKNOWlEDGED! YES .- DECLARATION OF OPTION OF RETAINAGEl YEB ..... OIBCLOBURE OF LOOOYING ACTIVITlESI YEB" SUBCONTRACTORS L19T! YEB"" ODE UTILIZATION CERTlFICATIONI YEB" ~ CompllfM't BV: Q, Lfturle WI Ch.oked Oy: O. N..bltt. P.E. ~/t... Prollct Mlneg.,: ____ : o (~=> I' 10 32 X 10 '01 --...~_...._.._-......~"",,,~ o , :'<. :',:' .'..... .:. ' :.::,,,..: ':. ::'",,<, .' ,'. : .:' "i", .<< ,:: ;,,;:,/" .,..;:::-.:,.::,;',": :" . '.'~.' :'::."~;:,:,: ':":: / .',' . ::':,,": .', .:, " , ' , " . ,~,:'. :,:\,,:,::,'.:':: ;; ~ ,:,:,",~', >- '~~:,:': .';,,"::..:,'," .'.. .',.-',.: - - I I .; ~ I - . . IIIIIIII - III II .. 11_ iii II .. -- .11 II .. IIIli II IIlI .. .... ___Ill . ... JJI . .. !'!...... ...11'" 11II IIlI - o :]~ o .. o z <( . :cl- f-iS 0: ::iE, ~=> -'u uO ",0 TIME 1:04 PM DATE 4/22196 B": ENGINEER'S ESTIMATE LAKESIDE INDUSTRIES )AD RESTORATION P.O. BOX 72B PORT ANGELES. WA 9B362 ITEM DESCRIPTION UNIT TOTAL UNIT TOTAL UNIT TOTAl UNIT TOTAL BID BID BID BID BID BID BID BID PREPARATION '10240.96 '15200.00 $0.00 $0.00 BING $2 700.00 $ 1 755.00 $7 000.00 $4 550,00 SO.OO $0.00 'URES AND OBSTRUCTIONS $500.00 $500.00 $2 300.00 $2300.00 SO.OO $0.00 DRAINAGE fHVLENE CULVERT PIPE 10" OIA. $25.00 $3 960,00 824.60 $3871.00 $0,00 $0.00 SURFACINO SO.OO $0.00 $0.00 $0.00 $0.00 $0,00 L TOP COURSE '17.00 .13865.00 819.29 $16721.36 $0.00 $0.00 LIQUID ASPHALT ;OAT 8300.00 $840.00 $360.00 S980.00 $0.00 $0.00 HALT CONCRETE PAVEMENT PAVEMENT CLASS B $60,00 $46 660.00 866.88 $62 136.04 $0,00 $0.00 ION CONTROL AND PLANTING AND MULCHING $2000.00 $2000,00 ., 000.00 $1 000.00 SO.OO $0,00 :JOLLUT10NJEAOSION CONTROL $ 1 000.00 ., 000.00 $'000.00 $1 000,00 $0.00 $0.00 TRAFFIC rE 1 '15.00 $'0020.00 $12.60 S9 100,00 $0.00 0.00 CHOR TYPE 1 . 400 .00 sOOO.OO 1386.00 t730.00 $0,00 $000 .0.36 tl 206.00 '0,30 $' 110.00 '000 to.OO S $26.00 $1 200.00 $22.00 $1 068.00 $0.00 $0,00 .3000,00 '3 000.00 $' 260.00 $1 260.00 o TRAFFIC CONTROL $36.00 .2 240.00 U6,00 $2 SOO,OO to 00 000 JPERVISOR $260.00 t2000,OO $460,00 '3600,00 0,00 $0.00 IOOA t26.00 3 328,00 '27.00 3 466,00 to.OO 000 CLASS A $12.00 t, 00,00 $11.00 '1 000,00 to.OO 0.00 OTHER ITEMS 10 COVFR $260,00 000.00 226,00 .' aoo,oo .000 '000 $10,00 .," 25000 6. 0 to 307.60 000 000 NUP , 000,00 t 000 00 . 200 00 " '00,00 '0.00 -'000 TOT AL '120011,00 1133 336 00 oon ~'O DO DID DONO 6" OF DID AMOUNTI PROPOSAL SIGNED? ADOENOUM'B ACKNOWLEOOEo? OECLMATlON OF OrTlON OF RETAIN^GE? 016CLOSUnE OF LOBOYING ACTIVITIES? SUBCONTnMTOnS LIOTl DOU UTILIZ^TlON CEnTlFlCMIONI I1,P,U,~t!.- YES .... YES~' YES ...- YES .... YEs~ YEB.... , YES' ~ Proj.ct MftM08r: ' 'I '\ :0 o i I .- z <(" J:f- f-ffi a: ::iE, <(::> Wu ""'0 ~c, enW wJ: -'f- en u..' -0 ~~' ~::i u..<( !as J:w f-J: Zf- ~~, WW1 ~5'1 g!a C!::' ~~i f- i=: !'!'o z WlJl' ~ :E,I bh z , o (cz::~:::r "",",,,~,..........,.....-..b \ - o o .. J" \.) 1'1J'/~ ~_/;{..'Y.>i.:...... .,.:;-P,~~,1::z '1?'~i~~~ .' \1' ( JEFFERSON COUNTY DEPARTMENT OF PUBLIC WORKS P.O. Box 2070 1322 Washington S1. Port Townsend, WA 98368 (360) 385-9160 Klara A. Fabry. Director/County Engineer MEMORANDUM From: To: Paul E. McIlrath, Chief Deputy Prosecuting Attorney Date: Subject: Klara A. Fabry, Director/County Engineer fLlf-"t- May 2, 1996 Lakeside Industries, Inc., Contract for Emergency Restoration Upper Hoh Road Washout, XOI244 Please review the attached contract for form only for the above referenced project. The copy attached is not the signed originals because they are not yet back from the contractor. However, in the interest of time due to the nature of the project, and in anticipation that the contractor will have the documents to the County by Friday, May 3, 1996, I am asking for your review now. Public Works will bring the originals for your signature, as the contract is on the BOCC agenda for May 6, 1996. Thank you for your help on this matter. ,',,*- ' ' .............:...,;.J::.:1. . 100% Recycled Paper -'" ; ;,~,~:;.,.. ~- :':"'~;::~i" .,"'....I..l....l..liw:..u.........~........'-'""~......i'~ ..,"<,..,,:,...D' ":'\'\::':" ..' ".:, _,w .~"',: ~"~lf.\l" r C"""~"~'~"<' .... ;<,~:\' I a o ,32XI,[] "".". "," ,', -..' ...-.. -.-' ,-'-.'." I - o ,- o .. (. (, JEFFERSON COUNTY DEPARTMENT OF PUBLIC WORKS z <( , :cl- f-ifi ~:2 ~a uO o CJ)wl ~:c -'I- Vlu.. -0 L.U >- ' :21- ;;1i::; u..<t !!l1S :cw f-:c ZI- i=o zl- ~~! ::>0, UVl 0- o!:: L.Uw :cu ~~ z wen u- i= :C, oi- Z \ ,...~--"'_. ~:We' ~', ':Y~',~'t'",- '1~~k\ ',f P.O. Box 2070 1322 Washington 51. Port Townsend, WA 98368 (360) 385-9160 Klara A. Fabry, Director/County Engineer Lakeside Industries P.O. Box 728 Port Angeles, Wa 98362 Date of Award: Project Title: To: April 23, 1996 Upper Hoh Rd. Park Boundary Washout, Surfacing & Traffic ER-960 1-(002) SA-2784 Date: April 23, 1996 FA No.: Contract No,: This letter is to advise you that the contract for the above referenced project has been awarded to your firm at your bid price of $133 336 89 This letter shall become a contract specification at the time of award, It is the policy of the United States Department of Transportation and the Jefferson County Department of Public Works that Disadvantaged Business Enterprises (DB E), as defined in the specifications for this contract, shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with federal funds, Consequently, (except as specifically provided in the specifications for this contract) the requirements of 49 CFR 23 apply to this contract. As contractor, you are agreeing to ensure that DBE as defined in the specifications of this contract have the maximum opportunity to participate in the performance of this contract. In this regard, you are obliged to take all necessary and reasonable steps in accordance with 49 CFR 23 to ensure DBEs are informed of this project and given equal consideration in awarding of work, You are legally bound not to discriminate on the basis of race, color, national origin, or sex in the performance of this contract, The award of this contract was made with the understanding that you will be subcontracting the following bid items to the firms as indicated: Subcontractor Bid .... Subcontractor Bid..ltwn.s Approl'. Amount Proposal Amount Apply-A-Line, Inc. 13& 14 $ 2,166.00 $ 2,166.00 0 Peterson Brothers 11 & 12 $ 9,830.00 $ 9,830,00 o Attached arc three originals oflhe Contract documents. Please execute all three Contracts and Contract Bonds on the forms provided, at the locations indicated, Also, submit all certificates of Insurance as detailed in the Specifications and Contract Documents, Please return all three originals to this office for execution by the Board of County Commissioners liS soon liS possible and not more than 5 days from the Dnte of Award (April 23, (996). After the Commissioners have executed the contract the County will return your copy of the fully executed documents. u ... .dineerel~ . p~~ ec: Stcve Pnlrnen, Olympic Transaid Engineer 100% Recycled Paper C'''' ( E) r'.l . '." '-",;li'- ~:"",f:,,~~"." -..-- o WJ7"\I --~ .....LI..- ~~ '" - ~----.~ I' , 10 1~ X:~J~ I o o 32 X 10 , . ~~ -.IIIIIl mi II II II rII IIIII! I ... 11- II II 11II . II II . ..- B". II . ... .-'1 -. . -- II.. ..... . ... . .' -. -. . II 11II I .. Ill, , .. ",:'!",' ~.:, ,', ',{ '...' ,:,:', ,', :'~,,:', :,', : ",.:>"~; :.,>,:'.:: 'I:: :;..:~ :...,',:,,:;\ ;:, ,,',,', ':~ ::;~, ~:;,,:: ::' (,:.., ...:,:' I ':':i':::','" :',; ;,: ,:,', ':>.:'" ;:: :::,~",:, ,.:' : ,: ,'. '<.,' '.",: :', ',:,', ,,: :', ;::":<.: \: ,/' ," ,,',:, . , ',- z <( . :cf- f-ifi ~:2 ~B uO 000 ~~I -'f- (J)u.. -0 L.U>- ~!:: 0:-' u..<( (J)::> _0 :cw f-:c Zf- i=o zf- ~~' ::>0 U(J) 0- Cl!:: WL.U :I:u f-- !'!'b Z wc,n u- -:c bi- z NOTICE,TOCONTRAC:TORS ' . u~p~"C~~LH&=~~:~~"Ji244,' Nollce, Is hereby 'given that. tlUl Board 01, County ,Comri-llssloners,ol Jefferson .', 'County.,., State, ';'01 Washington, will receive sealed bids up, until the ~our 01 11 :25 AM., Monday: April 22 ,1996ajthe o.lllco 01. the C,ounty. ComrTllssione~s; Courthouse; 1820 Jelle,rson Street,' P.O, Box 1220"POrl'Townsend' Washington,98368; and will' tle'theri and, there, opened and )ead'pubilcly: alter that date and time loremergenc{1 restoratlonol O:S2miles'ofUpper Hohi 1'!0ai:l,"'~Qunty.;Road; NO:','9:142QJ:!, X01244, ,in Jefferson 'County.' M.P.,; 11.81 to ,M,P. J2.13, by grading;; draining, and constructing road bed, paving, and, various other ,work, as descrtb<ld In the,Contract Documents , Major Item,s,91lNorkw.m bE> cleartng and grubblng,"plaph,g"culverts, grading, surfacing! P!lvlngwltti asphalt concrE)to, ,erosion ,~~ntrol;,pavement marking.' guan:!r~I!~ a,!"d . permanent signing, ,),...,":. ,',:'" Eachbldshal!b.e accompanied by !I.surety bond,"poatal'money order, cash, cashiers check or certified check payable to the TreasurernlJefferson Countyl~'the' sum'0I'5%0I,the bid' amounto'lo be forfeited to Jefferson' Countybythesuccesslul bldder,ll he lails to enter Into a contract and fIIe'sn acceptable surety bond In the amount 01,100% 01 the contract prtce wilhln live (5)'days 01 the award,:rhe board of' County Commissioners, re'serves the right to reject any and all bIds, and, to'i1CCepl\hebld'deemed':mostl advantageous to Jefferson Cour,ty and towalve alllnlormalltles,ln the bidding, ... Bids shall :be sUbmltted"n' accordance with ,the plans'and speclllcatlons on'lIle at the office 01 thO DlrectorolPubllc Works,Post Olllce, bldg., Port Townsend, Washington, where copies' may be obtained,'" . The"ollowlng; Is applicable to lederal aid projects, Jefferson County In accordance wllh Title VI of the Civil' Rlghte 'Aclof1 984; 87 Stet. 252, "2~ U,S,C, 2000d to 2000-4 and Tille 49,' Code' 01 'Federal" Regulations, Depsrlment of Transportation, subtitle A, Office of the Secretary, Part 21,i nondlscrlmln'etlon In federally assisted I programs of the Department' of' Irsnsportatlon Issuedpureusnt to such Ac~ hereby notlfleeaJl,blcidere.thatlt will ~iimffi'1atlli.I9';'enliure"ttiat In 'any contract e,nteredlntd pursuant tO,thla adverllesmont" disadvantaged buslnsae enterprises will be' af'orded full opportunity to submll bids In rssponee 10thlaJnvl\~tlSm,e,ncl will not be dlecrlmlnated agalnst"on.lhe grounde of race, colororniltlonal origin In ,conelderatlon ,I,or 8n ,award., Deted this Bth day 01 Api'll, t998' BOARD OF JEFFERSON COUNTY COMMISSIONERS \"",;,:,' RIOhsrdWojt, ChaIrmen' ",4045401'7 o .,..:-:.- r .' C' ,.. o o o o .. o Affidavit of PUbl(""ltion STATE OF WASHINGTON) SS COUNTY OF JEFFERSON) SCOTT WILSON, being sworn, says he is the publisher of the Port Townsend Jefferson County Leader. a weekly newspaper which has been established, published in the English language and circulated continuously as a weekly newspaper in the town of Port Townsend in said County and State. and for general circulation in said county for more than six (6) months prior to the date of the first publication of the Notice hereto atlached and that the said Port Townsend Jefferson County Leader was on the 27th day of June 1941 approved as a legal newspaper by the Superior COurt of said Jefferson County and that annexed is a true copy of the Notice to Contractors Call for Bids Upper Hoh Road X01244 as it appeared in the regular and entire issue of said paper itself not in a supplemont thoreof for a period of two consecutive weeks. beginnlngnnthe lOthdaYOf April ,19~, & ending on the l7thday of April , 1-9~!5 and that said newspaper was regularly distributed to Its subscribers during all of this period. That the full amount of $ 172. 20 has been paid In full, at the rate of $8,85 ($8,20 for legal noUces received electronically, m?)I:)~Ch In. sertlon, ~ o o Publisher Subscribed and sworn to beforo me this 1 7 t hday of A p r i 1 19J!.6 I o 0 O'L> ,- 10 32 X 10 1- .- z <(. :cf- f-i:5 0:: :2, <(::J Wu -'0 uo CJ)w ~:r: -'f- CJ)"- ;:;:;0, :2 ~; <(- 0::-' u..<( ~a :cw f-:r: Zf- i=o zf- ~~i ::;:)0\ Uoo 0- Of- WW! :c U' f-- !'!'b z WOO ~~; o ' Z l..i J/ ! ~ I ,r o o ('~ 0.'--.' =~ .. JEFFERSON COUNTY - - o o for SPECIFICATIONS AND CONTRACT DOCUMENTS UPPER HOH ROAD COUNTY ROAD NO. 914207 COUNTY ROAD PROJECT NO. X01244 SURFACING AND TRAFFIC ITEMS 4- y- ~6 A GIN~~ APPROVAL DATE NOTICE TO PLANHOLDER: The office to administer this contract is the Jefferson County Department of Public Works, P.O, Box 2070 Port Townsend, W ^ 98368 Telephone: (360) 385-9160 ,'(OIU4 uppc/' I/o" Ilood Po/'k IJouIIIIOI)' Wa.vluJ//; c..O.. t: ~. ,.: ::: :~-:~~ - Surfacing & Traffic /;<11/19 ~) .l~,t~~ ~~-,\, "~",,r;'/~-'f\';I'J\.';L"~ '0, S~'l'::;Lit;;L:;;');'I{. .~~~~. f':::' . ~. i l 10 II - I o o Llllf I 32 >< 101 ..., ".' J - ,- Z <(' :cf- f-ifi ~~, Wu -'0 Uo en W' ~ i=1 CJ)u.. ~o! :2~ <l;- 0:-' u..<( ~a :cL.U f-:c Zf- ;::0 zf- :E ~I :;::>0: UCJ) 0- c!:: WL.U :cu f-- !:!:b z u.;CJ) u- i= ~i o ' Z ,,.. " o o - o o .. Port Townsend Leader Publish two times: Wed. April 10 & April 17, 1996 Bill to: Jefferson County Department of Public Works P. O. Box 2070 Port Townsend, Wa. 98368 Project: Upper Hoh Road Park Boundary Emergency Restoration 545.16.44 Attn: Bruce Laurie 385-9168 voice, 385-9172 fax PLEASE CONFIRM RECEIPT OF TI-US PUBLICATION REQUEST BY PHONE OR FAX -THANK YOU. **~***R********************************************* NOTICE TO CONTRACTORS CALL FOR BIDS UPPER HOH ROAD, X01244 Notice is hereby given that the Board of County Commissioners of Jefferson County, State ofWashingtoll, will receive sealed bids up until the hour of 11:25 AM. Mondav Amil 22, 1996 at the office of the County Commissioners, Courthouse, 1820 Jefferson Street, P.O. Box 1220. Port Townsend, Washington, 98368, and will be then and there opened and read publicly after that date:md time for emergency rcstoration of 0.32 miles of Upper Hoh Road, County Road No, 914207, X01244, in Jefferson County, M.P, 11.81 to M,P. 12,13, by grading, drnining, and constructing road bed , paving and various other work as described in the Contrnct Documents. Major items of work will be clearing and grubbing, placing culverts, grading, surfacing, paving with asphalt concrete, erosion control, pavement marking, guardrail, and pennanent signing., Each bid shall be accompanicd by a surcty bond, posl:1l money order, C.1Sh, C3SlUers check or certified check payable to the Treasurer of Jcfferson County in thc sum of 5% of the bid amount, to be forfeited to Jefferson County by the successful bidder if he fails to enler into a contract and file an acccpt:lble surety bond in the amount of 100% of the contrnct price within five (5) days ofthc award. 111e board of Count)' Commissioners reserves the right to reject any and all bids, and to accept the bid deemed most advant.1geous to Jeffcrson County and to waivc all infonnalities in dle bidding, Bids shall be submitted in accordance widl dlC plans and specifications on file at the office of the Director of Public Works, Post Office bldg., Port Townsend, Washington, where copies m:iy be obtained, 111e following is applicable to fcderal aid projects, Jefferson County in accordance widl Title VI of the Civil Rights Act of 1964, 87 Stat. 252, 42 U,S,C, 2000d to 2000-4 and Title 49, Code of Federnl Regulations, Department of Trnnsportntion, subtitle A, Office of the Secretary, Palt 21, nondiscrimination in federnlly assisted progrnms of the Department of trnnsportation issued pursu:mt to such Act, hereby notifies all bidders tlmt it will nffinnatively ensure that in any contract entered into pursuant to this advertisement, disadvalltaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and \vill not be discriminated against on dlC grounds of mce, color or Ill1tionnl origin in considcmtion for an award, Dated dlis 8dt day of April, 1996 \ (=-.^"- 0--'-'-- MIiIIII - 'r','~ "''',:~';~r?"'~~~',w,::-'-'','-~ t) ~,~ ... ';:";j'~6.~~ ':"" .. It,",,, b.. ~ c '.{ ) ~ T-'- I ~ l 10 .~~ I o o 32 X I 0 ..id.a1~II'~'" ."UlliJ ,..............~... .- Z ct. :J:f- .....aJ ~~, Wu -'0 Uc en ' enW W:J: -'f- en u..' ~o\ ::!;~ ~::::; u..<( !Qa :J:L.U f-:J: Zf- i=o Z f-, ~~i ::lC, UCJ) 0- c!:: Ww! :J:u' ~g Z WCJ) u- -:J: bt-- Z o it" 0--- o o .. NOTICE TO PROSPECTIVE BIDDERS UPPER HOH ROAD REPAIR CO. RD. PROJECT NO. X01244 In accordance with Section 1-02.4(1) General, it is Jefferson County's policy that no contact with prospective bidders occur during the bidding process. Questions that are pertinent to bidding the contract and are not answered by information contained in the Standard Specifications, Contract Plans or Specifications, will be responded to by submitting them via fax 360-385-9172 to the Jefferson County Department of Public Works, P.O. Box 2070, Port Townsend, WA 98368, and will be followed by a hard copy. Attn. Robert Nesbitt, P.E. All faxes must be received at least 3 days prior to the bid opening for a response. All prospective bidder questions and the County's response will be sent via fax, if possible, to all prospective bidders who have purchased plans approximately 2 days prior to the bid opening, If you believe the Contract Plans or Specifications contain an error(s), it would be appreciated if you would also provide us with that information via fax. If there is an error(s) that requires remedial action, an addendum will be issued to all prospective bidders. I have the following question(s): I believe the Plans and/or Specifications are erroneous at: Please respond to: Name Representing Address Fax Number .YO 120/0/ Upper Hoh /load Park 801111dllry Washout III Sur/acing & Traffic lIems - ~., ..g ., '''",>, . ~ ~ ,~ I o o 32xlo" >'- Z <C. :I:f- f-ifi a: :2, <C::> Wu -'0 Uo ffi ~\ -'f- (flu.. ;;:;0, :2~ ~::; u..<( !!la :I:w f-:I: Zf- ;:0 zf- WL.U, :2 ::>,: ~o' Uen 0- o!:: WL.U :cu f-- !'!'b z woo u- i= :I:, oi-: Z Yol o o o .. CONTENTS CALL FOR BIDS...........,.....,.....,.........,............................,............................................................................................ Ii NOTICE TO PROSPECTIVE BIDDERS .............,.................................................................................................... iii INTRODUCTION.....,......................................,............................................................"............................................... I SURFACING AND TRAFFIC ITEMS........................................................................................................................ I AMENDMENTS TO THE STANDARD SPECIFICA TlONS................................................................................... I SECTION 1-02 BID PROCEDURES AND CONDITIONS....................................................................................... 2 SECTION 1-06 CONTROL OF MATERIAL....,...........................................................................,............................ 2 SECTION 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC......................................... 2 SECTION 1-09 MEASUREMENT AND PAYMENT .............................................................................................. II SECTION 2-03 ROADWAY EXCAVATION AND EMBANKMENT................................................................... 12 SECTION 2-04, HAUL ...,........................................................................................................................................,., 13 SECTION 2-07 W A TERING...............................,.................,....................................................................."............. 13 SECTION 2-09 STRUCTURE EXCA VATION........................................................................................",......,...... 13 SECTION 5-04 ASPHALT CONCRETE PA VEMENT.........................,........,.......................,....."......,..,...."......." 16 SECTION 8-01 EROSION CONTROL.............................................,.....,.,....,....,.........,....,............,...,..........,..........17 SECTION 8-02, ROADSIDE PLANTING ...,........,......,.........................,....."...........................................................17 SECTION 8-10 GU IDE POSTS...,...",..........,......,.....,....,............,....................."...............,.,...................,.......,......... 17 SECTION 8-11, GUARDRAIL"...,.....,...........,.......,..............,.................,....,"............."............................................18 SECTION 8-21 PERMANENT SiGNING................,.,......................,.............,...,....,........",..,'............,.....,.............. 19 SECTION 8.22, PAVEMENT MARKING....",...............,....,......,............,................................,...........,.,.................19 SECTION 9-02 DlTUMINOUS MATERIALS ......,........."..,......,...........,.........................."....,....."......,..,,.......,...... 21 SECTION 9-03 AGGREGATES ,...."......,...,......,....,...,....."..,..................'.,..........,............"..........."....'.,..".......'....', 23 SECTION 9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS ................................................... 25 SECTION 9.09, TIMBER AND LUMBER '......,.....,....,....,..,...............,..,.,......,..,....'........."..........,'....,.,..",......,...... 26 SECTION 9-16, FENCE AND GUARDRAIL........................................................................................................... 27 SECTION 9.17 FLEXIBLE GUIDE POSTS.....".....,.,..,.............,.........,............."..."...,.....,....,......,....'....",..'....,..", 29 SECTION 9.28 SIGNING MATERIALS AND FABRICATION .............,..............................,................,........,.... 29 SPECIA L I'ROVISIONS"........,.........."........."".....,............."......,.......,.......................................",...,....................... 43 IlID PROCEEDURES AND CONDITIONS ........"......,..........."...."......................"........................."...................... 43 PltEI' AII,\'I'ION OF PIWI'OS,\ L....,....,..,..,. ....,.., .......,.....,.... ....,.. '..... ....,..,........ ..........,.............",........ ...., ....,..",.......,...,., 43 PIIIII.le OI'.:NING 01" Pltoros,\l, .......,...........,.....,..,..,.,.......,......................,.,..........,...,........",..".............".",..,....,...." 43 /)IIle 0/ Opel/lf/!: B1r1.~ ...... ..... .....,.... .,..,..,....,........ ...."......,.,.....,....,..,...,.....,.............. .....,...., ..,.,......"........,...."...,..... 44 A WARD AND EXECUTION OF CONTRACT ....................................................................................................... 44 CONS I DERATION OF III DS..................................................................................................................................... 44 CONTROL OF WORK...............................................................................................................................................44 COOPERATION WITII OTII Ell CONTRACTORS .............................................................................................. 44 0'1'11.:11 CONl'lI,\CI'S Olt OTlU:lt WorcK........,....."..............".,.....................,..........,...,........','..',..,....,..........,...,..,....,.. 44 .\'01 2-14 Iv Upper /loll flood Park IlOllI/dary Wml/flll; Sur/acini{ & Traffic I;ems ('=-' 0 M ~~. t) C.~ .', ~':""~A 4 ~ --".........-...... 1111I II ''':'J,~.~.fl,<..',\c"... ;,'. :'; ::~ ~<!/~;:::,L;i . '''''~.~r, ,~}.,,'.'..-. ;,\..,.;;;'~::".,'~..'t,',,' , - .-....' , i l i .1 ) 10 - I e o IIltdIf 32Xlo .-. '1I__~ l .JI o ,,~ o .. z ct. :I:f- f-ifi ~~. Wu -'0 Uc ffi ~I -'f- CJ) u.. -0 w>: ~f- <(- 0:-' u..<( !!16 :CL.U f-:I: Zf- i=o zf- L.U L.U, :2 ::>' ::> c~ UCJ) 0- o!:: L.UUJ :cu f-- !'!'b z WCJ) u- i= :I:i- ' o ' z CONTROL OF MATERIALS........................,......................................................................................................,.... 44 FOREIGN MADE MATERIALS ........................................................................................................................................ 44 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLiC.................................................................. 45 LAWS TO BE OBSER\'ED......................................................................................................................,.......................... 45 Prevelltim, Of Environmental Pollution And Preservation Of Public Nall/ral Resources..................................... 45 STATE TAXES ................................................................................................................................................................ 46 FISH AND WILDLIFE, AND ECOLOGY REGULATIONS................................................................................. 46 STATE DEPARTMENTS OF FISH AND WILDLIFE ..........................................................................................................46 LOAD LIMITS................................,................................................................................................................................ 47 WAGES........................................................................................................................ ................................................... 47 General............................,................................."......... ......................... ....................................... ............................. 47 EQUAL EMI'LOYMENT OPPORTUNITY RESPONSIBILITIES ........................................,....,........"..,........................,...." 48 DISAIIYANTAGED BUSINESS ENTERPRISE PARTICIPATION (DBE)..........................."............."..,.....................,..,...... 55 General Requirements for Recipiellls................................................,...................................................................... 55 Definition,. ....,............................................................................................................................... ...........,................. 56 DBE Eligibility..........,.....,................ ................................. ................................,..................................:.................... 57 Jollll Venture Apprwal.............................. ............................,..,...............,.,................................ ...,......................... 58 DB!:: Goal.....,.....".............,............. .........,..........................,.....,..........,.................. .................................................. 59 Counting DBE Participation Towtlfd Meeting Goals.....,.,...........,.,................,.............,..............................,.......... 60 Selection 'if Snccessful Bltltler.................................,.................. .....................................,..............................,......... 62 DBE Omtract Compliance .......,..... ..,...,..........,.......,......... ......,.................. ...........",.......,.,...............,...." ..... ........... 62 Statutory Peoaltles .....................,......................,....................................................,.,.......,.,..,...... ............................. 63 Furtller Ilifo",ltltl,m ..................,....".......,........,..,...................,......,................,......,.... ...,'.,...,................,...........,..." 63 Propo.ml......................................,....,...."..,...............................,..,..............,.....,.....,.........,........,...... ."...."..............,. 63 Ff:IlERAI, AGENCY INSPECTION ..,.....'"...,...,.....,.................,......,...........'..,..,.....,......,,....,....,....................""........"..,.. 63 Requlretl Fetleftll A 1,1 Provl.dtm.f...... .......,......,... ..............,......,.,...............,.....,...................."...,....,."...."......,.......,. 64 CONTRACTORS RESPONSIBILITY FOR WORK.,..........................,..........,..................................................",.. 64 ,or I'Ron:<.TION ANIl Rf:STORATION OF 1'1I00.ERTY,.......,.........,...,..,.....,.........,.......,.....,...............,..............."................ 64 ,lrcllaeologlc/tI AmI 1I1../tIrlcal ObJects.............,. .....,...,..,....."................... .....,.....,...,....".....,.....,..,..,......,...,.,... ...." 64 UTII.ITIES ANIl SIMILAlt FACILITIES ,......,..,.............,...........,..".,.........,........,...,.,.....,.....,........................"......'.......... 64 I'\IIII.IC LIAIIII.ITY ANIl 1'110Pf:It'J'Y DAMAGf: INSIIRANCE ..".....,...........,......,.........'"....,.........................,."..,.,....,..... 65 BIIII,lIf:II'S RISI' INSIIIIANCE,..,..,......" ...........'....., ....,..,......"...,..,.........,.,......,.....,...,'..............' .....,......,....,......,....,..... 66 Tlt,\ I'FIC CONTIIOI. ....,.".............,......, .....,................,......,...."...,.,..,........,....,..,..,.. .....,.......,.................. ....", .....,....'..... 66 Public Cmll'enlenL'e ,mtl Safety.,.. ,. ,.... ...,.......,..,..... :........,...".,......,....,..........,....."......,.,.,.."..,..,....,....... ,...,. ...,...." 66 Flagging. Signs, ami All Oilier Traffic Control Devlce.f ......................................................................................... 67 Trtifflc Cm/trol Plau.f.....,...........,...",.......,..,....,.,.....,........."..".,................"..........",.....,.,.,..".........."...,."..."...". .." 67 Cml.ft",ctltm Slgl/.f..,......,.,........"...",...,...........,.......".......,....."...........,....."....,.....,.........,....".,.............".,..."..."...., 67 Trtifflc C,mtrol MWlt/ge/llelll.....,...."..."...........,.......,..,....,...,..,.,.........,..........,.,...,..........,.....,....,..........""...".,."...., 69 INSURANCE COVERAGE AND HOLD HARMLESS CLAUSE.......................................................................... 69 o o I'I~OSECUTION AND PROGRESS ....,........",...,.........................,...............",.........."...............,....,:........."...,...."... 71 SIIIICONTII,\CTING .,.,..,'..'..,.,..,...."....",...,...,..,.....,.......,. .......,..,..,.........,......,................ ....,.......'........'......",........."..'., 72 1'110(; IU-:SS SCII EIIIII.I.:.,......,.,........ ......,'...,......,.....,..........,.....,..,..,......,..,......,.....,.,.....,... ..........., ...............",...."..."..... 72 TlMI': FOIl COMI'I.KI'ION ........."..,. ......',........,..............,.........,.."..................,.....'.......,........,.....,..,........,...""..."...,...." 72 MF.ASUnEMENT AND I'A YMENT ......................................................................................................................... 73 FOllC:E Acoll INT ,..,.,...,.....,.,......,'.,.... .....'....,.....,................",..".........,..,.....".....,.....',..............,........,.,....""..."..."...., 73 EAltTllWORK ............................................................................................................................................................ 73 .YO/244 UI'per "A" Noad {'ark /lOItlltltlr)1 Wa.l/wlI; v SlIrji,clllg & Traffic I;cllls I \ " (~~-; --~ ~ ) ,.. ".>~(.''''r.. I ,i" l"v 0 9 , ' \~ 'I,;., \,{',;:ri, (: ....4 -"=:'.r:~iiI{' ~.- -~~ IIJI -- .n.! - JillIwu. v, - .,...., - - I o o 32 X 10 '- .- II" ,;- Z <( . :cf- f-ifi 0: :2, <(::> wu -'0 ~Cl ffl~1 ....Jf- CJ)u.. -0, L.U ' :2>- ~~ u..<( !!la :CL.U f-:c Zf- i=o zf- L.U L.U, :2 ::>: ::>0' UCJ) 0- o!:: Ww :cu f-- !'!'b Z woo u- i= ~, o ' Z r o o ('~-;; ...~- o o .. ASPHALT CONCRETE PA VEMENT....................................................""..,..,............................................,........... 73 CONsTRuCnoN REQIJIREMENTS ...........................................................................................................................,..... 73 Spreadillg alld FillisMllg ....................................................................... .................. ........ n....................................... 73 Joillls ................................... n................................................................. ....... ................... n....................................... 74 SII p/ce Smoollmess .................................................................................................................................................. 74 CUL VERTS...........,..,..",......................"....................................................,...............,...,.................................,........... 74 MATERIALS ................................................................................................................................................................... 74 EROSION CONTROL "..............,................................,........................"....................................,................,.............. 74 CONSTIUlcnON REQUIREMENTS .............................................................,................................................................... 74 Seed;II1: ............................................................................................... ....................................................................... 74 Ferlilizillg ....................................................................................................... ........................................................... 75 IIIl1lc" illg .......................................................................... ............................ ............................................................, 75 RAISED PAVEMENT MARKERS............""..."..........................................."",..",...,..............................,...,........... 75 MATERIALS .......................,........,......,..........................,......................",....,.................................................................. 75 G UIDE POSTS...................,...........,.............".............................................................................................................. 76 MATERIAI..~ ,...............,................ ......................................."...,......"................................,.....,.,..............".............,...... 76 MONUMENT CASES ..................".....,............................................,....,.....................................,.......",......,......"..,... 77 DESCIUl.TION................................................................................................................................................................. 77 MAn:R1AI..~ ....,.................,..............,..........,.......................".....,....,,.................................,......".....,..,'....,..,.............,.., 77 CONsTIUlcnON REQUIfU:MENTS .....,........,.......................".....,..................................,....,....,....,..."..........,..............." 77 MEASUIIEMENT ....,.....................,......,......,........."......,..................."........,.......,......,..............,....,....,.......,..,.....,.........., 78 PA "MENT ...,................,....,..,................,......,.......,....,......................,....",.........',....."........,.....,.,..,............,........"........., 78 I'ERMANENT SIGNING............................................................................................................................................ 78 CONSTIUlcnoN IUCQllIfIEMI:NTS ....".........,....."......'..,....."....,.....,....,,'....,.....,....."........"....,..,......,..,....,...,.....',........' 78 SlglI Rell/lII'III.... ............ .,.,...." ..,... .."...................."..,..... ....."....".... .".... .............,....,..,.........,..... .,......."........,...,..... 78 P A VEM ENT MAI~KING.."...,...,.....,...."........................,.................................................,......................................... 78 MATEIUAI.S ..,..................'.......... ,..............,..............,...,......,................,'....,....,......,........,......',........".'....'".,....."......... 78 1'111111 PIII'ell/ellllltllrklllg - SprllJ'ed AppllclIIlllII,V .................................................................................................... 78 l'III.vlle I'lIvell/elllllfllrklllg - Preforll/ed Topes (Trllll.Vver.ve Appllell/lmls) ............................................................. 79 l'III.vlle 1'1I1'ell/ellllltorklllg - PrefMlI/ed Tllpe.v (I.m'glllldllllll ,lpJllleat/IIII..)........................................................., 79 I'I/ulle PllI'ell/ellllltllrklllg - HXlrlllle/1 AJlJI"ell;lolI,\' (SIIIlcwlde)............................................................................. 79 l'III..lle I'III'ell/elll Mllrlllllg - EWrlllled ApJl"eo;lml.........................,......................................................................., 79 l'III,\'lle I'ol'ell/CI/llltorklllg - E~trlllled. I'roflle/ll.ol/gllllc ApJllleatloll.. ("'"slem Was"'lIgtllll 0111)') ................... 79 I'ltwle l'III'ell/el/llltorklllg - .\j/ra)'etl 'tPJl"Clltlllll,...,..,.",..... ..... ....",...,.....".....',..... ...,,'...,.,.. ....".,. ....,. ."..,...,...,.. .., 80 TEMI'ORAI~V PA VEMENT MARKINGS...............................................................................................................80 M,\TEIII,\ I.S .,.............,......,'.......".....,.,....,.,........,.....".."..........,'...."...." ................',.......,.,....,.".....".".....,.......",......... 80 l'IIII11I'III'elllellllltllrklllJ: - SllfllJ'ed AI/pllellllllll.. .................................................................................................... 81 TCII/III/TII~I' l'III'clllelllllfllrklllJ: - RCllwl'IIMe Prc/tlfllletl T//pc.v.............................................................................. 81 Tell/Jlorll~l' l'III'eIllCIIIJIf/lrklllJ: - Nml.relll/","ble Pre/tlfllle/I TIIJle,........................................................................ 81 7'cII/Jlllrll~I' RlIl,ved l'III'ell/elll Mllrker.. 7'>'Jle 2 (I.m,g Terll/) ................................................................................... 81 TeIllJlOrllr)' RI/I,ved l'III'ell/elll Marker.v 7'>'Jle 2 (SllIIrl Tcrlll)................................................................................... 81 Tell/III/Tllr)' Rlllse/II'III'ell/clII Mllrkcr.f TJ'Jle 2 (SllIIrl Terlll-Selll COlli)................................................................., 82 1I111.\CIII'III'eIl/Cllt IIfllrker.v T)'pe 2 (I'crll/O/lml)............. .......................................................................................... 82 STAN DA n D I' LA NS .................................................................,.................................................................................. 83 .\'01 244 UpJler 110" No",1 Park IJOIII/dlll~' Waslllllll vi SlIrfaeit/1f & Trtiflle I;ell/s - c El-C~~ I 1 ~ ! I. (' 10 I o o 32 X I 0 '1'.1""" Z <(' :t:f- I--ifi cr; :2, <(::> Wu -'0 Uo (J) , (J)W w:C -'f- (J) u.. -0 :E~ <(- cr;-' u..<( !Q5 :t:L.U I--:c Zf- ;::0 Z f-, WWI ~ 51 UlIl 0- o!:: Ww :t:u f-- ~b z WCJ) u- 13~ Z 'T'''' , , o o -=--* o o .. PROPOSAL....................................................................................................................................................................... JEFFERSON COUNTY VICINITY MAP..................................................................................................................... CONTRACT (Informational Only).................................................................................................,............................... CONTRACT BOND (Informational Only).................................................................................................................... REQUIRED CONTRACT PROVISIONS (Federal-aid Construction Contracts)..................................................... STATE OF WASHINGTON, Labor & Industries Prevailing Wage Rates................................................................. FEDERAL WAGE RATES.............,................................................................................................................................ D .'(01240/ U"",'r I/oh Rood Pork nll/mdor)' Wosholl; vII SlIrfilcinn'" TrqQlc lIelll.' o I G o 32>< 10 ,- Z <( . J:f- f-~ ~~' -,u uO CJ)O, cnW L.U:C -'f- CJ) u..' -0, ~~ <(- 0:-' u..<( !Q5 J:L.U f-J: Zf- i=o Z f-, L.UW1 ~S'I UCJ) 0- o!::' ~~. ~g Z WCJ) u- i= ~! o Z ! Ir r I ) 1 I ! I L I 1 1 I I I I I I j C€....-...-' ;r' j o o ~- o o .. JEFFERSON COUNTY DEPARTMENT OF PUBLIC WORKS PROPOSAL FOR BIDDING PURPOSES UPPER HOH ROAD PARK BOUNDARY WASHOUT, CO. RD. NO. 914207, MP 11.83 TOMP 12.18 COUNTY ROAD PROJECT NO. X01244 SURFACING and TRAFFIC ITEMS ALL FORMS INCLUDED IN THE SEPARATELY ATTACHED PROPOSAL PACKAGE MUST BE COMPLETED AND SUBMITTED. FAILURE TO DO SO MAY RESULT IN: REJECTION OF THE BTD The forms marked "INFORMATIONAL COPY" are example documents only and cannot be used to submit a bid for this project. Scnled bids will be received in the Jefferson County Commissioners office locnted on the first floor of the Jefferson County Courthouse, 1820 Jefferson Street, Port Townsend, Wnshington, 98368, until _ 1 1:25 A,M on the dnte scheduled for opening bids. ~,' - - 11; ~ ~' "---... . .&lilLJiltJ~jiW :~\'j'i,::'> ;",,1'.;"""";'" ..".,.,.,.........,."., ,:/,',,};.::O ~'t:F:','""" . f, .. ..;;;i...L~_ I. ) ,10. -. I o o .....~A '~ 32 X 10 'lI1IIiIIIIIII~.II!"..""'-' -- Z <(' :I:f- f-ifi 0: :2, ct::> Wu ""'0 Uo ~~l ..... f-l CJ)u..' ~ O~ :2~ ct- 0:-' u.ct !as :I:L.U f-:I: Zf- i=0 Z f-, wWi ~51 Uen 0- Of- W~! :I:u f- i=' !!::o z wen, u- i= e! o r~,~ Z 'I ,I ~,...,", I I I [ I I I 1 I. [ I t I I I C" o o o o .. , r f I PROPOSAL TO THE BOARD OF JEFFERSON COUNTY COMMISSIONERS JEFFERSON COUNTY COURTHOUSE 1820 JEFFERSON STREET PORT TOWNSEND, WA 98368 THIS CERTIFIES THAT THE UNDERSIGNED HAS EXAMINED THE LOCATION OF UPPER HOH ROAD PARK BOUNDARY WASHOUT, CO. RD. PROJECT NO. X0l244, COUNTY ROAD NO. 914207, IN JEFFERSON COUNTY, M.P. 11.83 TO M,P. 12.18. AND THAT THE PLANS, SPECIFICATIONS AND CONTRACT GOVERNING THE WORK EMBRACED IN THIS IMPROVEMENT, AND THE METHOD BY WHICH PAYMENT WILL BE MADE FOR SAID WORK IS UNDERSTOOD, THE UNDERSIGNED HEREBY PROPOSES TO UNDERTAKE AND COMPLETE THE WORK EMBRACED IN THIS IMPROVEMENT, OR AS MUCH THEREOF AS CAN BE COMPLETED WITH THE MONEY AVAILABLE IN ACCORDANCE WITH THE SAID PLANS, SPECIFICATIONS AND CONTRACT; AND THE FOLLOWING SCHEDULE OF RATES AND PRICES: (NOTE: UNIT PRICES FOR ALL ITEMS, ALL EXTENSIONS, AND TOTAL AMOUNT OF BID SHALL BE SHOWN, ALL ENTRIES MUST BE TYPED OR ENTERED IN INK.) SCHEDULE of ROAD IMPROVEMENTS ITEM PLAN ITEM DESCRIPTION PRICE PER TOTAL NO, QUANTITY UNIT AMOUNT DOLLARS~ DOLLARS PREPARATION 1 Lump sum Mobilization /5/ 200,OC /5, Z(X) ro Lump Sum . 2 0,65 Acre Clearing and Gnlbbing !~OOO.OO If,S50 .00 per Acre -\'01244 Upper /loll lIoatlPark BOllndary Wasllolll Sur/acing and Trqffic I;ems .~ I G o o '-..... .tJ)r,~ -'i~',~'. ..... . ""', 32xlo' A ~ C~: ,> r ,,- Z <( . :cf- f-ifi 0: :2: <(:;) Wu -'0 Uo CJ) , ffi~1 -' f-' CJ) u..' ~o! :; r:: ~:::; u..<( !!lS :I:L.U f-:c Zf- -0 !z f-, ww, ~5\ UCJ) 0- o!:: WL.U :I:u f- i=' !'!'o Z, WIJl !::! :CI b,",i Z r r [ j I.' I ! ',f", I i , I I I I I: I. I I' I [ C---;'~.._. o o -~ o o .. ITEM PLAN ITEM DESCRlPTION PRlCE PER TOTAL NO, QUANTITY UNIT AMOUNT DOLLARS * DOLLARS PREP ARA TION CONTINUED 3 Lump Sum Removal of Structures and 2,300,00 Obstructions 2}300.CXJ Lump Sum DRAINAGE 4 158 L.F, Corrugated Polyethylene Culvert Pipe 18" Z If .5'0 3/37/.00 at SURFACING 5 1285 C.Y. Gravel Base NOT BID -e. at . per C,Y. 6 815 Ton Crushed Surfacing Top Course at / 0 . ZOJ 15;72/.35 per Ton 184.!. J e; to2B, (,D LIQUID ASPHALT 7 2,8 Ton Asphalt for Tack Coat at 350. a::> 980 .00 per Ton ASPHALT CONCRETE PAVEMENT 8 933 Ton Asphalt Concrete Pavement at 55.BS 5cJ 13~ .01 Class B per Ton XOI244 Upper Hoh Road Park BOllndary Washo/ll Surfacing and Traffic Ile",.I' - ., c. .~ E) r~ijJ ' .. '1"",,/ " 10 I o o 32Xlo ,- r r Z I <( . :c!z f-w ~~; [ Wu -'0 ~o, ! r.nW L.lJ:J: -'f- CJ)u.. -0 W>l l. :2 f-' c2::; u..<( !!l5 ) :cw f-:J: Zf- i=o z f-, 1 WW; I :2 ::>' ::> o~ UCJ) 0- I O!:: w W~ :cu f- -, !: b' I Z wCJ) ~ 5:1 b"",! L Z , , L l -:,r"'" 0 I r f 0 I. f [ -- o o .. ITEM PLAN ITEM DESCRIPTION PRICE PER TOTAL NO. QUANTITY UNIT AMOUNT DOLLARS. DOLLARS EROSION CONTROL AND PLANTING 9 1 Acre Seeding, Fertilizing, and Mulching at I) 000.00 J; 000 .aJ per Acre 10 $1,000.00 Est. Temporary Water Pollution / Erosion Control Estimated $1,000.00 TRAFFIC 11 728 L.F. Beam Guardrail Type I /'2.50 '1, /00.00 at per L.F. 12 2 Each Beam Guardrail Anchor Type 1 at '3(P5 .00 730 .00 Each 13 3700 L,F. Paint Stripe 0.30 J/IO at .(f) per L.F. 14 48 Each Flexible Guide Posts /J OS (P .00 at 2.2.00 per Each 15 Lump Sum Permanent Signing /, Z-S(),OO I J 250.C1J Lump Sum 16 64 Hour Contractor Piloted Traffic Control Jf 5 .00 2) Beo.a at per Hour I o o .rOJ244 Upper !loll Road Pork 80Illld"I'Y WO.f/rolll SlIr/aclng "lid TrqfJ1c Items 'C-' 0- "..- liI....L1 .litJ1IS.::~" ~ ~ ~~ ~ : ~~~. .:: c . ::: " , '.:.'-: .i:".,'. _,' ;": ;:",<'" " .'i',"<:<:" .:.~ .' ...._,,,"!!:::.',..,..,,,...,....,.,,...,;:" ....' '" . ,.',,' .. : - ~ : :~_..:..::J ~:..: " ' , ."',. ,~B 'i)~J::~!~~~:~~;:;::,::~.~T:~::;.::. ,,'." ','.,' ".,.., I 0 ~~;;;;; :: ~,.".""~lr'\iIl!.iJt~'..,,~:.....w...~ ,'.' ~c.. f_~z.:, ,,-":"': ~=: I: ~~= . ~ .L_- ~'~'";':':j 32><10 IlliIlDilllllMillilil/lllJ ........, <,- Z <( . :cf- f-~ ~~, I L.lJu I -'0 uo (J) , (J)W L w:c -'f- (J) u..' -0, ~~! \; ~::; u..<( !as [ J:L.lJ f-J: Zf- i=o Z f-, [ ww: :2 ::>1 ::>01 U(J) o- f' o!:: ~L.lJ! f-!:1 !'!'b f'. Z W (J); !:1 :I: I b"'i I Z I :"..". I I ~ ! 0 I ! 0 I r' - - o o .. 1 ITEM PLAN ITEM DESCRIPTION PRICE PER TOTAL NO. QUANTITY UNIT AMOUNT DOLLARS* DOLLARS TRAFFIC CONTINUED 17 SDay Traffic Control Supervisor at 150.00 3 I foOO .00 per Day IS 128 Hour Traffic Control Labor '3/ L/5fo.CO at Z. 7.00 per Hour 19 99 S.F. Construction Signs Class A f' .00 / /080;.00 at per S.F. OTHER ITEMS 20 8 Each Monument Case and Cover / Jj()() .CXJ at 2.25.00 per Each 21 1825 L.F. Wire Fence Type 2 5./0 <),307 .50 at perL.F. 22 Lump Sum Trimming and Cleanup I; ZOO, 00 1/200, OJ Lump Sum . TOTAL-SCHEDULE ROAD $/33,3348'; IMPROVEMENTS I G o xo/u"' U"""I' lIolr Road "ark /lo/lll</ary WaslrOlIl SII;faclllg and TrqfJ1c 110m.! ~~: .' , ","', " ir~ ' \~ ,,,,,';,~:'~ , ,'^-,,'..'.,.."""',' " ......." Ie, 0 -..--s= ,,',.'.! Ulf1Y_ ,I jb..~ II r -- z i ~....: i, f-as a: :2, ~::> dg CJ)O ffi~ !' -'f- CJ) u.' -0 ~~ ~~ I ~a i=~ [ Zf- ~~, ~~i I :::l o~ I Uen 8!;i I Wwi l i= ~i - !'!'b z, ~~. i= ~: ~ : I l :1"'" I I Ij ,r.' )0 I I [ I 1 ((~ 0 o - o o .. SUBMIT THE ENCLOSED PROPOSAL BOND FORM WITH YOUR PROPOSAL. USE OF OTHER FORMS MAY SUBJECT YOUR BID TO REJECTION. NOTE: Use of other forms may limit the bond below an amount equal to five percent of the bid total. I o 0 ,1;01244 Upper Nair Road Park BOlllldary Washolll SlIr/aclng alld TrajJlc I;ellls ,.'.. '. ., , '32Xln., ,,' , . L;J ,: 'r:' "" . 'j"... ", ;I~;,..r. I t> L JJ': 'I~S~~","., - Z <(. :cf- f-ifi 0: ::!;, <(::> Wu -'0 Uo en wi ! ~:c -'f- en u..' ~Ol ::!;~ I. ;2::; u..<( !85 :I:w I f-J: Zf- i=o Z f-[ I wWI ~5'\ UCJ)' 0- o!:: L ~t'ji ~~i [ Z wen' u- i= ~i o ., f. Z ''i J [ r ..;r'.... 0 I I o ,'C.o'-' o o .. PROPOSAL BOND KNOWN ALL MEN BY TIlESE 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 State of Washington in the full and penal sum of five (5) 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 highway construction, to wit: said bid and proposal, by reference thereto, being made a part hereof. NOW, TIlEREFORE, 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 Department of Transportation within a period of twenty (20) 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 __dayof ,1995, (Principal) (Surety) (Attorney-in-fact) I o o ;0:01244 Upper /loll Road Park 801llldal')' Wasllo/lt S/lrjaelllg and Traffic Ilems .L.~.4ltl .r 32>< 10 - ~ .........--a , '0, (i'1~ ...,-,-4 t " , h' ~ ,:. " '1':1.' - r-.. - Z ct. :r:f- f-GJ ~~. -'u uO o en wi lfi:r: -'f- en u..' -0, ~~ ~::; ...<( SQ5 :r:w f-:r: Zf- ~~ wW' ::E :;:)l :;:)0' Uen 0- o!:: Ww' :r:u f-- !:!:b z wen u- f= ~i o I z : " ',r'" o o iC'" o-~.- o o .. REL:r:ANOE :r:NSURANOE OOMPANY HEAD OP~ICE, PHILADELPHIA, PENNSYLVANIA Bond No. BID BOND APPROVED ey THE AMERICAN INSTITUTE OF ARCHITECTS A.I.A. DOCUMENT NO. A.310 (FEB. 1910 EO,I KNOW ALL MEN BY THESE PRESENTS. that we LAKESIOE INDUSTRIES as Principal, hereinafter called the Principal. and the RELIANCE INSURANCE COMPANY of Philadelphia, Pennsylvania, a corporation duly organized under the laws of the State of Pennsylvania, as Surety, hereinafter called the Surety, are held and firmly bound unto JEFFERSON COUNTY as Obligee, hereinafter called the Obligee. in the sum of ***FIVE PERCENT (5%) OF THE TOTAL AMOUNT ero*** Dollars ($ 5% ), for the payment of which sum well and truly to be made. the said Principal and the said Surety, bind ourselves, our heirs. executors, administrators, successors and assigns, jointly and severally. firmly by these presents, WHEREAS, the Principal has submitted a bid for UPPER HOH ROAD PARK BOUNDARY WASHOUT CRP 914201 MP I1.B3 to MP 12.18 CRP X01244 SURFACING & TRAFFIC ITEMS ~ NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall8nter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract DocumBnts with good and sufficient surety for the faithful pBrformance of such Contract and for the prompt payment of labor and matBrial fur- nished in the prosecution thereof, or in the event of the failurB of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such largBr amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then th is obligation shall bB nuli and void, otherwise to remain in full force and effect. Sign8d and sealBd this day of April A.D. 1996 15th ~.~~~, o':"~ (Wltn...1 lSoon RELIANCE INSURANCE COMPANY "??U--~ t:f: ~/.-/ Mery A. obbs. Attornoy-In-Feot BDR.2305 Ed, 10.73 c' ,~ , 'K.i.. 'rr ","',J r"'~'~oie.; ~3 ,:'" --. I o o '32xlo, r I 'i.1:.::wltfam z <( . :cf- f-ifi 0::2 <l:::> L.lJu 08 ~~i -' f-' (flu.. -0 L.lJ>- :2f- <(- 0:-' LL<( S!18 :cw f-:c Zf- ;:0 zf- WL.lJ :2::> ::>0 UCJ) 0- o!:: WL.lJ J:u f-- !'!'b Z wen u- -:c bi- z ,... o o o o .. _ ...A'I~I~ 1=1 :;.1'~-1=1'J;;III:I~I'T'Itill',I~~',lIIII :H.:..'t:Il{.]li,.'];I:t'I:T,"~~'(tt:I'"1~I.I'J~a';.'J :lu=-:/'1:J::t: j RELIANCE SURETY COMPANY RELIANCE INSURANCE COMPANYI UNITED PACIFIC INSURANCE COMPANY RELIANCE NATIONAL INDEMNITY COMPANY I ! AOMINISTRATIVE OFFICE, PHILADELPHIA, PENNSYLVANIA I POWER OF ATTORNEY ! KNOW ALL MEN BY THESE PRESENTS. that RELIANCe SURETY COMPANY is a corporation duly organized under the laws of the State of Del-I aware, and that RELIANCE INSURANCE COMPANY and UNITED PACIFIC INSURANCE COMPANY, are corporations duly organized under the laws of the Commonwealth of Pennsylvania and that RELIANCE NATIONAL INDEMNITY COMPANY is a corporation duly organized under the laws of I the State of Wisconsin (herein collectively called "the Companies") and that the Companies by virtue of signature and seals do hereby make, constitute and appoint Steven W. Palmer. Mary A. Dobbs. Geraldine C. Stewert. David J. Forsyth. Holly E. Ulfers. of Seattle. Washington their ~~de~~~j~ag~f~~ ~~::~~h'i~-~n~~ai~' ~i~dm:hkee'c~~~~~~~Ss~~~~b~ d:~i~~I~o~"adn~Oo~h~h~i~~:h:~e~~da:~f t~~~h a~~~d~ ~~~d u~~~~~~n~~ baOndd~th~~ .1 writing:; obligatory in the nature thereof were signed by an Executive Officer of the Companies and sealed and attested by one other of such I officers, and hereby ratifies and confirms all that their said Attorneylsl-in-Fact may do in pursuance hereof. I This Power of Attorney is granted under and by the authority of Article VII of the By-Laws of RELIANCE SURETY COMPANY, RELIANCE INSURANCE COMPANY. UNITEO PACIFIC INSURANCE COMPANY, and RELIANCE NATIONAL INDEMNITY COMPANY which I provisions are now in full force and effect. reading as follows: ARTICLE VII - EXECUTION OF BONDS AND UNDERTAKINGS 1, The BOdrd of Directors, the President, the Chaitman of the Board, any Senior Vice President, any Vice President at Assistant Vice President or other,olflcer designated by the Board 01 Directors shall have power and authority to lal appoint Altornev{s).ln.Fact and to authorize them to execute on behalf or the Company, bonds and undertakings. recognizance.. contracts of Indemnity l1nd othe' writings obllgatot., in Ihe nature thereo', snd lbl to remove any such AltornevlsHn.FBct at any tl:tjl and revoka thl POWlt and authuriW given to them, 2. AnorneVlsl-ln-Fact shall hav. puwer and authority, subject to thltlrms and limitations or 11'11 Power 01 Attorney ISlued to them, to execute deliver on beh.1t 0' the Company, bonda and undertakings, recognizences, contracts 01 IndlmnUy and other writings obligatory In thl nalure thareol. The corporate .eal Is not necessaty lor the valldlt'f or any bonds end undertakings, recognizance., contracta 01 Indemnity and other writings obligatory in thl nature thereol. 3, Anorney{sHn-Fact shan have power and authority to elllcut. eUldavira required to be ettached to bands, recognlzancel, contrectl of Indemnlly or other conditional or obligatory undertakings and the., shall also l':avl power and authority to certify rheflnanclalstacement of the ComPllny and to copies 01 tha By-Lawl ot the Company or any article or lectlon th"eot. This Power or Anorne., I. signed and sealed by lacsimlle undar and bV authority 01 the 'ollowlng rosolutlon adopted bv the Executive and Finance Commlttelll of the Boards 0' Dlrectorl 0' Reliance Insurance Company. United Pacific Inauranee Company and Reliance Netlonal Indemnlev Company by Unanimous Conlant dated alaI February 28, 1994 and bV the Ex.cutlva and Financial CommIttee ot the Board 01 Directors of Rallance SUlllty Company by Unanlmou. Consenl datad as 01 March 31,1994. -Resolved that Ihe .Ignatutel 01 luch directotl and officers and thl seal 01 the Company mav be afllxed to any such powar or AUorney or any c,rtl'lcates relating th"eto by facslmile,and any such Power 01 Altorne." or certificate beafing such taealmUe signaturls or lac.lmlle .eal shall be valid and binding upon tha Company and any luch Power .0 executed and cortlfled bV lacllmile signatures and laclrmne 1..I.hall be valid and binding upon tho Company. In the future with tespece to any bond or undertaking to which Itl, attachad,- IN WITNESS WHEREOF, the Companies have caused these presents to be signed and their corporate seals to be hereto affixed, this January 30. 1996, e~ ~~~ RELIANCE SURETY COMPANY RELIANCE INSURANCE COMPANY UNITED PACIFIC INSURANCE COMPANY RELIANCE NATIONAL INDEMNITY COMPANY nt1W~~~f~~nglan } at On this, Janunry 30, 1996, before mB, Janet Blankley, porsonally apPu8red Lawrence W. Carl.trom, who acknowledged hlmsolf 10 be the Senior ~~I~:~:B~~~~~n~~ '~~B~~~~~cgo~b~~y CDonr;;Pt~~~' 8D8n~~~h, v~;~:r:~~~~~I~ooJ ~OI~aon~~,ln:~~~~;OOd ~~~~~~~ooY~~t'~sr,~~~~~nf~r~~;o pe~p~~:~Y;o~~~ contained by signing the name of tho corporation by hlmsolf 8S Ita d rlzod offlcor, .\ In witness wheroot, I horounto sot my hand and official soal, N lory Public In ond 'or lho 51010 01 Waohlngl n Ro Idlng al Puyollup I, Robyn Loyng, AU'OIO", 50e,ola,y 0' RELIANCE SURETY COMPANY, RELIANCE INSURANCE COMPANY, UNITED PACIFIC INSURANCE COMPo ANY, ond RELIANCE NATIONAL INOEMNITY COMPANY do ho,aby cartily lhot tho obavo ond 'orogolng la a lruo ond eorroct copy 0' tho Powor 0' Atlornoy o.oeulod by snld Compani.s, which Is 6tlllln lulllarco and o"oct, IN WITNESS WHEREOF, I hnvo horn unto o.t my hnnd nnd nlll.od tho 00010 of ooid Campanloo thlo ~ doy of Apri I 1 9 ~, "Zf~ Aulotont Socratory l c o '"-:l _~~1bl:ttI1i A -.-- o 1IIlL_ ...Lb.:j --LL-Ll~-- 10 ..... I o o 32 X 10 .lLll .-."-~ r ,- Z <1:' :J:f- f-a:i a:: :2. <(::> L.Uu ""'0 uo CJ) . CJ)~I ~ '-1 en u.. -0, ~~: ~:::; u..<( !a5 :cw f-:J: Zf- ~o Z f-, ~~: ::>0, Uen 0- o!:: Ww :J:u f-j:: !:~ wen u- -:J:, bt--: z " i, I I I I, I 1 I. I I I ,r' o o c,.,.." 0.'....- o o .. C\ NON-COLLUSION DECLARATION I I I I I, by sIgnIng the proposal, hereby declare, under penalty of .' perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has . (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. '2. That by signing the signature page of this proposal, I am deemed to have signed and have agreed to the provisions of this declaration. NOTICE ~O All BIDDERS To report bid rigging activities .call: 1-800-424-9071 The U.S. Department of Transportation (USD01) operates the above toll-free "hotline. Monday through Friday, 8:00 a.m. to 5:00 p,m., eastern time, Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should. use the "hotline' to report such activities. The .hotline' Is part of USDOT's continuing effort to Identify and investigate highway construction contract fraud and abuse and Is operated under the direction of the USDOT Inspector General. All Information will be treated confidentially and caller anonymity wl/i be respected, ' DOT [o,mnH3t>t c ? E) ,E;~ .& '": "l:rr'~7":'c:'?~; ': :, ""::'~;~};:"::; '~ .l,," -'I ;-",..:-., ~~""-- "11I1.-.............' ~ 10 I (') o 32 xl 0 oM"'. -. .' ~ ..- z <( . :cf- f-i'5 0: ::a: ~::> -'u uO CJ)O. tJ)W L.lJ:X: ...Jf- CJ) u.' ~Oi :2~ ~::; u..<l: !:!?el :X:w f-:x: Zf- i=o Z f-, wwl ~5,l UCJ) 0- Of- L.lJ ;;:;i :cu ~5: z, ~!:!? i= :x: , 0.....1 z. :r" ' o o "... o o .. 1 [ I I d I Certification for Fec{eral.A.id Contracts The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: . (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress. an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, .Disclosure Form to Report Lobb~ing: in accordance with its instructions. This certification is a material representation of fact upon which' reliance was placed when this transaction was made or entered into. ~ubmission of this certification is a prerequisite for making or enterino into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. . The prospective participant also aorAes by submlttino his or her bid or proposal thAt he or she shall require that the lanQuaoe of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. DOT 272.040 4.90 ,,-;:.. (::::', .. .... .... ( \. " ~>,"'" .', ,1.,1 := ':':"".';.;",'..., ..- ....., . . ... ('I"'t ' ; . .....~";:~:.:' ,.', i111 ,.(--.-Ci-'-' " 'If L. I e o ~,,<'. .,; ".":i '.. .; ',.'32XI.[]' r .- I Z I <( . :cf- f-ifi ex: :2, I <(::> L.Uu -'0 Ue CJ) L.Ui j ffi:r -'f- ~ g;. L.U ' :2~ I <(- 0:-' u..<( ~i5 I :cw f-:c Zf- i=o Z f-, I WW1 ~51 Urn 0- o!:: L ww' :ru t- i=i !'!'o I z, WCJ) u- i=~ 0 [ Z I I ';,......' , 0 I I 0 ,I I I I 1 ("._~ ........ o o .. PROPOSAL - CONTINUED A proposal guaranty in an amount oftive percent (5%) of the total bid, based upon the approximated estimate of quantities at the above prices and in the form as indicated below, is attached hereto; CASH IN THE AMOUNT OF o CASl-llER'S CHECK o DOLLARS CERTIFIED CHECK ($ ) PAYABLE TO THE COUNTY TREASURER o PROPOSAL BOND .,.... I N THE AMOUNT OF 5% OF THE BID *Receipt is hereby acknowledged of addcndum(s) noes) --1-~ & 3 SIGNATURE OF AUTHORIZED OFFICIAL(S) C1~/UN ~ ~ FIRMNAME LA~SIDE INDUS/RIGS (ADDRESS) Ro. Box 723 P~7 AtJ6-L=t-ES,' um. ,:>ej3~ii STATE OF WASHINGTON CONTRACTOR'S LICENSE NUMBER GZ3 -0 I . J...A - UG -sr - :It c71.JD FEDERAL ID NO. 1~1.LtJ2I.GlI2J..2L~L.e.I.L1 Note: (I) This proposal is not transferable and any alteration of the firm's name entered hereon without prior permission from the County Commissioners will be cause for considering the proposal irregular and subsequent rejection of the bid, (2) Please refer to Section 1-02,6 of the Standard Specifications, re: "Preparation of Proposal," or "Article 4" of the Inslnlclions to Bidders of building construction jobs. (3) Should it be necessary to modify this proposal either in writing or by electronic means, please make reference to the following proposal number in your eommunication I :<O/2.J.1 Upper Noh Road I'al'k BOlllldar)' Was/will Sur/acing and Traj]/c I;oms --- c .. t ., . .'\,'<~1'::1''':"; . I 0 e..~~ "'!'""~~"(!'~~:":;:,;,, :'",.', '0'.. .~, ) ~. .:. J 'L.......::_':-- '- :. \ J ~ "nt __d~_:=LW:=~~ ~'~'~~J ''" "ri' ..........". "'" adl'IIIiIiI...~~ - a o , 32Xltf, '..c....lllllllllo!lllll~ I o ..'- o .. CONTRACTOR'S DECLARATION OF OPTION FOR MANAGEMENT OF STATUTORY RETAINED PERCENTAGE A. I hereby elect to have the retained percentage of this contract held in a fund by the Owner until (30) days following final acceptance of the work. Date Signed B, I hereby elect to have the Owner deposit the retained percentage of this contract in an interest bearing account, not subject to withdrawal until after final acceptance of the work, Date APR1.L Z?' / J 0; <::;; (p , L Signed C, I hereby elect to have the Owner invest the retained percentage of this contract from ti e to time as such retained percentage accrues. I hereby designate funds, as the repository for the escrow of said I hereby further agree to be fully responsible for payment of all costs or fees incurred as a result of placing said retained percentage in escrow and investing it as authorized by statute. The Owner shall not be liable in any way for any costs or fees in connection therewith, Date Signed The bidder is hereby advised that by signature of this proposal he/she is deemed to have acknowledged all requirements and signed all certificates contained herein. XO/2.f.f U""ar /loll Road Park /Jmmdllry Wasllou; SlIIfaclllK alld 'l'raj]/c IIams ((--'--0--- ~:.,;'," ',..."",;::,..:.-c:.:,.,,, '.'" ~: 'J,~_,q., , '~"j)"\ " '0, ;":'/:'h~:' "1';",-" , ,..~' o ";.,j,~,J,';';;' ,. - I () o 32Xlo, '~ Z. <(' :I:f- f-ifi ~~. Wu -'0 Uo en L.lJI' ffi:c -'f- en u.. -0. W ' ::2~ <(- cr:-' u.<( ~a :I:L.lJ I-:I: Zf- i=o zf- :E ~! ::::l0\ U(fl 0- a!:: WL.lJ :I:u 1-- !:!:b z wen u- i= :c. 01- Z r o o ........ (""" 0 o o .. DISCLOSURE OF LOBBYING ACTIVITIES Complete Ihis lorm 10 disclose lobbyinS activities punu.nl to 31 U.s.C: 1352 (See ,evern la, public burden disclosure.) "'PP"oo-d by OM' OHI-(:i().oI4 I. Type' 0' Fcdcul ..\(tion: :z. SI..u. 01 fnle..1 Action: 3- Repol1 Type: 0 . conlract 0 J. bidlotfer/.appliCllion o a. initial liIin! b. S,.anr b. initi~ ~.ard b. m.aterial chanSe' c. cooper,ltivC' ,agreement C. pOII-aw.ard For Ableri.., Ch.1nse Only.: d. Jo~n e. 100ln lu.aunlee yeJr _ quaner _ I, lo.an insur.ance da'e 01 I~SI repon _ '. N.ame .and Addre" 01 Reportins Entity: S. If Repor1ins En.ity in No. .. is Sublw.ardee. Enler Name D Prime [J Subawudee Ind Address 01 Prime: NO Lo88y /~fJ6-.il*7rtT/l /7/55.1 7!-i I S 1~fv1 NoT APPLlu ~U;/ (0 O~ /!..tWUJ).-L-={){...E ~ Con(rcssion.ll Oi,,'ricl. if "/town: Cona.....ional Oi.t,ic1. il known: 6- Federal Dep.a'lmen. ..J.sC'nc~ 7. FC"'detl' P'osr~m N.amelOescription= CFOA Numb.,. ,1 .pplic.b;.. I, 'edt"'" Action :o.;umbC't. ,f known: ,. Aw.ud Amount. ,Ilnown: S 10, I. "'.amf Ind Addreu 0' lobbyinS Entily b. :;'~~~~~~"J/~:'f~~~";~~f Set.icfS ,,"c/udlng ~dd'rJS If ,,/ ,"dlv,du~/. l~jI IIJmf. I"Sf "~mf'. MIl: (/~Sf t1~m~. filSf n.3mf. MIl: (~,,~," CCU"'ltu~'lalt $h...". SI.Ut." ., "f'C'uu,...I 11, Amounc 0' P'~menl tchfclt.J1I th~r ~cplyJ: 13- Type 01 P.ymenl rchock .JlIh.1 .pp;yl: ~ I:) .Clu.1 o pl.anned C I. retainer C b. one. rime Ie. U. Fo,m at P.ymenl ,chec. .JlIh.,.pplyl: C c. commission - ~. cun C d. conlln!enl I.e w 0 ~. In.kind: .pe.,fv, n.alure C .. delerred C I. other; specify: \'~Iue H, O,i,,' Octet.plio" 0' S".,icc, Perlormed or 10 b, Perlorm,d ..nd O.lleel) 01 Senicr. includins oUiccrtsJ. employee.", or McmberUJ conIJCIt'd. lor P'yment 'ndiuled in 'Cem 11: ,,,,,rlt till""......""" "".."., lIoUl.A ,I It..,.",,.... IS, Conllnu.,lon She<ll5l SF.LLl.4 'fI..hed: [J Ye. [J No 1'- ....-.... ~I.. '*"-If' ..... ....... .. "'_"-1'" .... ...~ .. U.s. c. SISMIU,,, ~_ IIU nw. .",,--., ......... ..._..... _I-.aI ~,,__ .. ...." - ........ -..-. .. ,....... ~ .1Il. 1_ ._.. ....." IIlIt Print N.m.. ,,~- .. ........ . ..I...... "'e, n.. lIlI.......... . ......., .....-.. .. " U 1 C II" """ ~,_ ..I .. ..-.... .. IN C....- .... nil.. ~.,......... ..~ ....... ........- .,., "'......... ~ .. "'t "'" ,......... ...~ .,.... ... tw~1 ... . ,.... fI"""at,., . __ .... "'-..- ToI.phone No~ - 1'0_..... N'.....'''''''' 1'00_'" '''11 MoIlllt..... O"e: fed...1 U... Only> ." . , .. "'~'~I.>i:~f ~;;'; ~~.:~::~~,~~: ',' " ''''''UMNi't'd ,,.. Lac" ...,.....t,IC'I.... " 1,.&114"",.,,,,,. UL c o {~ ;;'~~(cl';;';':; , '"i,' 10 Lj'i.~M...bAi --.. r _ ...Lin-----...~~. - " ~-< ~ I I I I I I I i I I ~ ~ I .~ I I o o 32 X I 0 . I 'jJl~.~1IiIliIiIIiI ~iMj I , ,- . J I Z " <to I :I:f- f-ifi I c:: :2. ( <(::> L.Uu ""0 Uo , CJ) . CJ)W ) L.U:c -'f- <nu.. I -0 ~~ ~::; u..<( !Q5 :I:L.U f-:c Zf- i=o zf- I WWI ~~, UCJ) 0- c!:: WW, :I:u f-- !'!'b I z WCJ) u- f= ~I, 0 r z ,... o o o o .. INSTRUCTIONS FOR COMPLETION OF SF-llL. DISCLOSURE OF LOBBYING ACTlVll'ES This disc1osulf: form sh~1I be completed by 'ne reponing enliry. whether sub~w..rdet:' or prime feder,' rccipient. ,U the inifi.uion or receipt 01 .a coveted FcdeuJ .Icion. Of .I m..nen,1I chlnse Co .a prc,,",OUI tiling. punu.lnt 10 rille 31 U.S.c. section 1352. The lilinS ot .Ii lann is required lor e,ch p'ymenr or .agreement to m"ke p'ymenr to any lobbying entiry lor innuencins or anemptins to innuence an oHicer or employee of my agency. I Member 01 CanSten. .an oHicer or emplo)ce 01 ConS1fSS. or In employee 01 , Member 01 Congreu in connection with .I coycred Federl' ..clion. Use Ine SF.LLl.A Conlinuolion Sh..t lor oddilion.I inlonn'lion if Ih. .poc. on .h. lonn is inod.qu'I.. Compl.l. ,IJ i'.m. Ih.. .pply lor bOlh Ihl! iniliol /ilinS Uld mll.rid ch."S. "'port. R.I.r 10 thl! imp/.m.nlinS suid.ncc publish.d by thl! OHic. 01 Muus.m.nt U1d Budg., 10' .ddition.1 inlotm.llion. 1. Identify Ihl! 'YPI! 01 cover.d F.d....1 action for which lobb)'ins 'ClMry I. llId/or h..' b..n secur.d 10 innu.nc. Ih. outcome 01 .a covered fed e,.J' .aaion. 2. Id.nrify the Sl.1tus 0/ ,h. covl!",d Fed....1 aClion. J. Idenlify th. .ppropri'lI! do..ifiution 01 ,his r.port. If Ihi. is a lo/lowup r.pon uu,.d by . ml..ria' ch.ns. I., 110. inform,uia" previously reponed. enter the 'feu ~nd qu~ner in which the ch.anSt' OCC:t.lIT,ed. Enl~' the C'&lf' CI ;~.: l.a~ p,e.,ious'y submiued ,epo" by this ,epon;"! enliry lor Ihi, covered feder.aJ 'ctlon. 01. Enler rhe' full n.ame. .ddress. dr,. st,ale .nd zip code 01 the tepoRi"1 enriry. 'ndude Consression.aJ Oistrict, if known. Check the ,ppropri.ue dassitic.ldon 01 the repani"! en.iry thole desisn,uc'I it i. is. or expect I to be. , prime or sub.,^...rd recipient. Idenufy the tiet 01 the sub.w"dce. e.l.. the 1i"1 ,ub..wudee ol.he prime is the 1st lie' Sub."",.nJI include but .lre nOllimited 10 lubccnrrJCIS. lubaunts ,1nd conl'~C1 .lw"d, under Ir~"u. s. II lht' o'KJniution minI Ihe report in ilem .. checks .Sub.lw~'dt'..... tht'n enler Iht' lull ".lme. ..ddren. dry. SUle ,inri lip code of the prime Federal recipient. 'nclude Cong'cnion..i Oillricl. if known. 6. Enfer the n..me 01 che Federai ..seney m.1lc.i"s Ihe oIwud or 'oJn commirmenl. 'nclude.1II lent one o'1an;z.JtlonJ' 1""01 b.'ow .s.ney n.ml!. il known. For ..amp'.. Oep.rtml!nl 01 r"nsporulion, Unil.d SI.ees CO"I Cu"d. ,. Enl.- Ih~ Fed.rll program nlm. or dl!scrip'ion lor 'h. cov.r.d F.d.ral aClion Citem 11. /I known, .nl.r Ih. (ull Caulos 01 F.de,,' Oom.Slic ""in.nc. CCFOAl numb.r 10' S,.nl.. caop.rlli.. .sre.m.nu. lo.n., and 10'" commirmencl. ~, Enler Ih. moS! .ppropri.r. F.d.,,' id.nlilying numb.r .v.iI.ble lor Ih. F.d.,.1 aclion id.ntifi.d in ilem 1 <.'5" R.qu.sI 'or Propou' (RFP) numb.r; Invil.tion lor Sid (/F8) numb.r; srlne .nnounc.m.ne numb.r; Ih. con!r'cr. sran,. or loan aword numb.r; Ih. 'pp/iclliorvpropo.ol canuol numb.r usisn.d by the F.d.ral .s.neyl. Incluoe pr./i.... .,5.. "RFP.OE'90'001." 9, For. cO'.,.d F.d.,., ,clion wh.re Ih.re h.. b..n ,n .ward 0' lo.n commilm.n' by Ih. F.d.,.r .s.nC), .nl.r Ine F.d.ral 'mount 01 ell. .w"d.'loan commiunonl/or th. priml! .nliry id.ntiH.d In il.m 4 or S. la, W Enl.r rh. full nam.. .ddr.... dry, .W. .nd zip cod. 01 Ihl! lobb)'ing .nliry .ns.sed by th. r.~ortins .nl'l'y id.nll/i.d in it.m 4 10 inRu.nc. the eOYl!r.d F.d..., ..Ilon. (bIEnr., rh. full n.m.. 01 ,h. lndiYidu.lIS) p.rlonnin! ..rvic.s. .nd include full .ddr... if diH.,.n, /rom 10 hI. En,.r LISI "'.m.. Fir" N.m.. ,nd Middl. Inili.1 (Mil, 1 I, Enle, Ihe ,mounl 01 comp.n..,ion p,id or r...onobly ..p.cted 10 b. p.id by th. r.port,n! .nlllY <i1.", 41 10 I~e lobbv;ns .ntlry lit.m 101, Indic". wh.,h.r Ih. p.ym.n, h.. b..n m.de e.c,u.1I or will b. m.d. lpl."neat. Ch.c\ ,II bo... Ih.1 .pply. If this is I m'l.n.' ch.ns. r.port. .rtle, thl! cumul.ti.. Imourtl 01 p.ym.nl m.d~ or pl,nnea 10 b. m,d., \2, Ch.ck Ih. .ppropnlle ba.C.,'. Ch.ck .11 bo... Ih., .pply. II p.ym.nl I, m.d. Ihroush .n in.klnd con'ribul,on, ,p.,,'" rh. nllure .nd ..Iu. 01 th. in.k/nd p.ym.nl. ll. Ch.ck Ih. ,ppropri'l. bo.Ces). Ch.ck.1I bOI., ,h.1 ,pply. 1/ oth.r, 'p.cify nllur., 14. Pro.id. I ,p.cllic .nd del.il.d description 01 Ih. s.Mees thll eh. lobbyil! h.. p.rlormed. or will b. .'p.cr.d 10 porform. ,"d Ihe d.I.Is) 01 .ny ..",ices r.nder.d, 'nclud. ./1 pr.p"'lory .nd r.I'I.d 'Cliyjry. no' JUIl time sp.nl in lelu.1 conUel wilh 'ede,.1 oHic/.I.. Identify Ih. Fed.,.I offld.II,) or .mployee(S1 conl..l.d 0' the afficerts), .mploy.oes), or M.mber(s) 01 Can sr... ehu w.r. conl.el.d. 15. Ch.ek wh.lher or nol . SF.lLL.... Conrinu'llon Sh..lls) i. '"~dI.d. 16, Th. certifylns offlcf.1 ,h.II sian .nd d~le Ihe lann, prinl hillh., n.me. ellI., .nd eelephon. numb.r. PubliC "pcIm"1 burd,n fa, ml' colltc"aon of informinG" i, IInm.altd 10 aWtlS' 30 min""u pc' "'.pc"....lncludinl Om, fa, 'f"'I~"1 "'''NCtlana. lfuct\I"1 ..lIl1na du,. lOu,eft, I,U"'';"I and mltnulnl"1 tf1, dUA nC't"dtd, ."d compl.one U1d """<<"""""1 tn. (011.'00" 0' in'Gtmlllon. SlNI COmmtnu "Buffinl the bu,d.n flamJ', Olliff olh" uPfC1 0' tNl caU,nran af informAtiOn, incfudlnl tUUI1fIOn, lar ..due,"C th~ burdon. 10 th. OHlu al M'n.c'n""' and lud,.L "PO""M etduCllon ''''Ifa IOll6-<<lA41. W"IIlnlllon. O,C. 10lOl ~" 9q~ I ~~ (~~ ~~ ,"~:'~'~~,XC;,'\,:".._, ,,:~ "~";'~:']3~t~:i-;; .r' '::';~"U' ..b..~ ~u *-.L1. .I!Ib..& i ! i I I I I 10 - . - I @ o 32 X 10 "" ~-"~""'''>d1 -1lIJiIII I - Z <l:' :I:f- f-ifi ~~, Wu ....10 Uo CJ) Wj' ~:c ....If- cnu.. -0, :E ~' <l:- 0:-' LL<( !!?a :I:L.lJ f-:c Zf- i=0 Z f-, wWi ~ ~h Urn 0- o!:: ~W, f-~ !:!:;b z WCJ) u- -:c bl-- Z I I I [ ( r I I I I f I l., r I 'Jr" o o c o .. ~ ::7: Washington Sta.. vm Department of TransporgUon Subcontractor List Preparsd in complianCB with ChaptBr 378 Laws of 1993 I !' Project Name To be SubmlUed with the Bid Proposal lJDPE1'? HDH RD, l.<.J1MHOUT Pf!1i4Ee7# XO /2i/Lj Subcontractors that are proposed to perform categories of work exceeding 10 percent of the contract price must be listed below. The categories of work are to be listed below the subcontractor's name, If no subcontractor fits this criteria, enter "none proposed." Subcontractor Name A pp I.. Y - A -1../ /If.S. IN C, Categories of Work ) -r &ul:if;- / 3 f ::it. J H- Subcontractor Na"!e :;;~;l5r:if ff07f..tEJ) <; Categories of Work -_ - _ __ _ _ Subcontractor Name Categories of Work Subcontractor N8rT1e Categor'ies of Work Subcontr8clor Name C8tegorl8s of Work Subcontr8ctor Name C8tegorles of Work DOfF..... 211.0'& R.....Md 04 c.... '0 .-....-. ::, ~= -~. -:=.-~'l - =-=~ ~ . .& (;y~ .n'~~':4i1:t;:I,'i;~'? ,\," '.. ,~, 10 ,'..~ ~~ ~ I / I I I I ~ ""lit I 1- o o 32X 10 '" IlIllilllllllllllaill.liidlllliill,,' ., . I IIIlI.I I I III .11 I rJ .. Fl II ~.lIIII IIlJ 11I11I .. _I . .. .1iIIl . 18 . . II .11 .....- "..: ... .... ..r_ ,.1 ',11I II . . .- 11IIII . -.- - II. .- ,- z <( , :cf- f-ifi ~~. L.lJu -'0 Uo ~~; ~f- enu.. -0 ~~! ~:; u..<( !Q8 :cw f-:c Zf- i=o Z f-, ww; ~E:\ Ulll 0- o!:: WWi J:U t;:i= _0 Z wen U- -J: b'" Z '... .. o o o o .. ! I 1 I' I. [ , I Subcontractor List /"'-", ". { . ,,-; ~ ,'. To be SubmlUed with the Bid Proposal Subcontractor Name Categories of Work Subcontractor Name Categories of Work Subcontractor Name Categories of Work Sub~ontractor Name Categories of Work ( Subcontractor Name Categorl8s of Work Subcontractor Name .______.__.. Categorl8s of Work Subcontractor Name Categories of Work I e o OOT ,.....7I-C".' \: -..... 17" ,- Z ~. :c:f- f-ifi a: :;:, ~::> Wu ""'0 Uo en wi ~;:JO .....~, enu.. ;:;:;01 ::E~ (i!i::::i u..<( ~a :c:L.lJ I-:c Zf- ;:~ Z , WL.lJ1 ~ 2~h UCJ) 0- o!:: Ww :c:u I- i=: !:!:o z Wt/l !::!:i.: b'"' Z :,... , o o G .... . o o .. .olICL 1r WashIngton State .-:;~- Department of Tran.portaUon Disadvantaged Business Enterprise Utilization Certification ( r To be eligible for award of this contract the bidder must fill out and submit, as a part of hlslher proposal, the following certification relaling to Disadvantaged Business Enterprise (DBE) requirements. This certification shall be deemed a part of the resulting contract. Failure to fill out and submit this certification, the Inclusion of a lalse certification, or Insufficient projected use of DBEs, shall be consid- ered as evidence that the proposal is non-responsive to the Invitation to bid. Informallon on certified firms Is available from OMWBE, phone (360) 753-9693. -LtHZJ:;cC:::; rDE J l1..J[)u \7' P J EC;. certifies that the following Disadvantaged Business Enterprise(s) Name of Bidder (DBE) have been contacted regarding participation on this project and, If It Is the successlul bidder on this project, It shall award subcontracts to or enter Into supply agreements with the following DBEs as Indicated: (If necessary, use additional sheet). 1. 2. 3. I 4, I ( 5, f 6, 7, 8, g, 10, ,~:;~ :;'1':::?';::'~;~~::}::.,.'::;>:;' ,,'Amounlto;.,; ~beAi>piied:;t TowaidS'Goiij; Disadvantaged Business Enterprlae Subcontrsctlng Goal: -e- DBE Total $ ** * Soo tho soctlon "Counting OBi: Participation Toward Meotlng the Gos,.ln the Spacial ProvisIons of this Contrscl, ** Tho Contracting Agency will ullllzo tho sbova dala to dOlo""lne who/har or not tho blddor hss mot tho gosl or tho average gosl ollalnman; 01 all blddars, DOT ~~y~!~~.~M -~lJMI lMl~t.Ilal~ :~ ' ,,~'r"'O t::,..tilI!I,;~ 11. .,'~ i~~ ,~,';~~\;~~?~;~:::.~;;;:;:".," ", ,: .,:;;;: rt' '~"< j ~ . i . .t.:; 10 I o o 32 X 10 ,- z <( , :cf- f-ifi 0: ::E, <(::> L.lJu -'0 uo U'Jw: ~~l CJ)u.. ~~\ :2f- ;2::::; u..<( 5!?a :cL.lJ f-:c Zf- i=o zf- L.lJL.lJ "" ::>' :5 0,1 UCJ) 0- o!:: L.lJL.lJ :I:u ~~ Z WrJ) u- f=~ o Z T o o 'T o o .. o --1, I ( l. i [., 1 1 JI I~:"-'-' 'z...;.':":'" '-T"\-~Jr~T'\ =<....'{..-.-,'.-. -.- .' ~ ,. ..I ~~. '''''''0-'''":'' J( . ~ , ''\ ~t', ,... \.1', .\ ~>. '~ ,~/~ t :1 ) ,) . j ". \' ~,{.,. \~ ~., 'h. :--,' \ .....~, " I \ ~) f> '..."'~ ~ L~ \. ,\;" . r1..~ .~;..,' ' ~ j) )--'!!~"--'L: 1'\ II ~ ...........J.. .....;...., ~.~ '''', -. .,..~).: ~-:::~ -'t~;?;1':':-: "'. :. ' '~~_ ('....., r.,~~'~,~'.J / 0/ ~:, !, --.... ..~\ 1"",. . --~ . '.. "'~ ,....- . ,..,: \.!r .'-.$ . ,.-'0:-,--:-: -'~I---t ~;;..~ ~~ "\'t . .... .........' 1/ \- ~~. /. { \, / .. ........", "/1..,..,, },., "'", T ". (I 0 ,'"\. v', ' '-M' . .. 1\ 'lif'!' ~ .. )" '. ,,/:,:i '~:'Mi . ,',..\;'i.., ',,'........, '..i "/ ,j", I" :~... /" 1 ,'.. '-.. ,( " " p h" ..,. ::' 'iih ~:::;- \ ,,,.&,, ~~ ,,~:r:."\i!," 'v;/ .I ~:.,~.. ;~;,~:l:~:~., ',;':-'~;:? ~~ ~~~, .~ \'~..'\~ .. ".~!. l-.."::::~~ --,- )'~: -..!) .,-,J'- If" - y ( ,) l I~.:, \. ", I ( ". i j~...:2. ~ ~:.-., ~\ \ ,;" . '.', \ X, .(W:\,\~:~r)r ~-..1 ,/ ",' $1 . . .K U~"::'~ ~.. '~" ,.,''1 ) \ .II'" (...1 .~t '~~. I. '::<... u 'f I. .....,(~ '\'- ~) ..\. nl ~ '/1" .. a n j"\ . . ----:' 1~-'~Jli;7: oJ F,,I it. :-) .; ~,,, ~ ::\.~\ ';"' .~:.;.. .:-}.~.., 'r""":~ f-v---:~'_:_" . u,... '.. \'... \ \. . u ~ :.~~ u ;, .~.'\ "" ~ "F' ,,-.... (~,/),.:" 'Gc::::;:;;."" \, u ,..:..!' ( ..( -.' I) ~ " ') \', 6. Ii ~ ~ ~ ~ ? ~) I . / , ,~...... :", ..:. J ''/ II \~~"~"~I' , ~~ "~~' ": ~ j/, ~. il . fir; t~\\:.(,II,... ~1'-!~c:~-)=J-Sl4 _____ ~it::; ,-rb<~ ''".;:'~Y''~ I'<.ill.j.,~'-----.....:-J-~\.-.. ----~"~ ~~,~~~:~:/'; . '\ I" ,,; ..... . "-'W " 'i''' II' '- ';' . """-'-"-... ...., \ >',,<" ",' I . /1])' t, , "_.L"t*-~ -f-t-~: ~ '\"\"\ .... .. / '.: ", ....,. ~..,', l ~ (~ \'~ -;:-c( \~1~X~' ~) .~.(X ~ 7 D\.~:~f.-.~;~~~'-~-~G~ N)~'t^ r-> ~~ 6 ~ =:;",. 7L' l. :<'i!.;'~ "'- J..---" /"\7 rr "\.. ,,-.-.,r- ___00" 'r:::f' ---~b T----; I. ,'.t I \ '"' -' 'n .. It..J II 'I U If ~ .:_.: I II ~._~~.,'~..~:.~:.,--- I t~.:..~~=i/. ~T-'~-~ -.----.=-<<'=fN I:'-"~ . "I""'!!."".....,. t' If.. ./.......-.... ..,ff..."":"~..;~I-.....<., I,. II 10,-'1;\ "I (" It' t....... 10 If ~ .~.\ \' L . . '" ~ ,," .... {,,,(II --"-\ ; \ ".,_, ~ -::-.., ""': ~<.:l. :=:::::::- ~: ,_,,,,," .'0-~, 1 \-y~- - .. - -'-'Tn (' ''-'' .... " . ._...~ I :.- ',,::,~, ""..; . I. <'I ""-I........... u ": H It ~... ~..~'<<t/. . II '..~It It II I II It !.., I U "... ,;.; .. , ):"\.... ,! ,,/ ' - .,~~ .... '/ '" .... .~.-- . ; ./ ' . , ~ .~.. 009 ,., ...."..i,~, .1.......-:./ ,\ j . ,---Ii ~ ---t-'kJl~ ~: .,......oS'~~()I-t)'. 1/, ,j;~. I, .....,1 \.. (, , \, I'" . ~ "., \'--. - 11- ~ ..:: '> ~, VICINITY MAP ,....._, .~\'~~,._~--~t--r~~-r::.. .i;:;7r'~"'~",,,~ j~~'~ UPPERHOHROAD '. ..... .....:.'..._- ~:::.:,~,;__:-J_,._~~;,. --'~l?3'f ,L:.'-/fJ=-~-~_I.(... ", I PARK BOUNDARY '.. ,.... " . \\ ...... '0;;:::;;.......- ~ I ,-./ ., I,." ":'t " ) ~" .. " + ..,iiV"' i ---""v, .. ~.....- -P" WASHOUT .....-r-'...._._..-.-J:~~_ - i--1---j-. -.--; :&Li-/_--7'.__...\-_....:::.f"J:: X01244 ,..... .' , " ' " ,: ......_. ...1.. I... ,:'", . . ___ ..-,.,~--:-:~ ....:__. __:..... ,JEFFERSON COUNTY PUBLIC WORKS I I , o ....", --"I' ..,.._-.,-~- ....--M'j.;:;" --:...:.:..::......:...;;:.:..-.-;..~~.~--. " ..;''' -"~-~T:':~ (='~~-'-' .... [ 0.::), ,.'.."'. . ....':." 32 x I 0 LllM"";""""" J...,,d .....J.1 t' >> 10 I o - o .. Z <1;' :I:f- f-ifi cr: :2. <1;::> Wu -'0 Uo en . en'" w:C -'f- en u..' -0 ~~; <1;- 0:;-' u...<( !!25 :I:", f-:c Zf- ;:0 Z~i wWi ~5'\ Ucn 0- o!;::i ~~'. f-- !::b: z, wen u-' i= ~! o .i Z , J C,,,,,,".,..cr,',WV '~, ,..1>Y"i;'F,' '"......::':;;.r.;~~~ .-..Ei?-~?~~.( ~,!?,:}~t-" :,'4 JEFFERSON COUNTY DEPARTMENT OF PUBLIC WORKS P.O. Box 2070 1322 Washington 51. Port Townsend, WA 98368 (360) 385-9160 Klara A. Fabry. Director/County Engineer To: All Bidders Bruce Laurie, Project Manager ~ April 15, 1996 From: Date: Subject: Addendum #1, Upper Hoh Park Boundary Washout, Project # XOl244 Surfacing and Traffic Items The Bid Bond Form Contained in the Bid Package is in Error. The bond is to be bound unto Jefferson County ~ the State of Washington. Other references to the Department of Transportation shall also be to Jefferson County. Enclosed ore corrected forms for your use and Inclusion into the bid package. ';.,.- .... " , I o o 100% Recyclod Papor -. ~,\I,''''" 'c I a o ,~2X 10 ' po- .- Z ct. :I:!z f- L.lJ' a: ;:E, 11i::> -,U uO enO CJ)L.lJ w:C -'f- en u..' -01 ~~ ~::; u..<( !Q5 :l:w 1-:1: Zf- ~~, WL.lJ' ;:E ::J,I\ ::JO UCJ) 8i= w~[, :l:U: f- i=i !:!:O: Z' ~~: -:I:' f- ....' ~j J .:,..-." 'f I o o o .. PROPOSAL BOND KNOWN 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 Jefferson County in the full and penal sum of five (5) 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 highway construction, to wit: 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 Jefferson County within a period of twenty (20) 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 , 1995, "~~\b,> \lJ, ~".j (Principal) (Surety) (Attorney- i n. fact) .VO/U4 Upper I/oh Road Park BOllndary Washll/I; SlIrfacll/g alld TrqJ]lc I;oms r I i ':co-..~. ~:l" ,L".iIL" , ~Q)' I .I~" i~."o.' - I e o 32Xlo .- Z <( . :cf- f-a:i ~~, L.lJu -'0 ue en ' CJ)W L.lJ:I: -'f- CJ) u..' -0 ~~' ~::; u..<( !!16 :cL.lJ f-:c Zf- i=o z...., WW, ~ 131 Uen 0- o!:: L.lJwl ::t (J! f- -, f-' !: 0' :z wCJ) u- -:I:' b'"'l Z "~ :-r- o o o o .. PROPOSAL BOND KNOWN 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 Jefferson County in the full and penal sum of five (5) 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 subm~~ his or its sealed proposal for the following highway construction, to wit: ~ () said bid and proposal, by reference thereto, being made a part hereof. NOW, THEREFORE, If the said proposal bid by said princip b ed, and the contract be awarded to said principal, and if said principal shall duly make and e!lter into an~e ec ftij , contract and shall furnish bond as required by Jefferson County within a period of twenty (20) days from . id award, exclusive of the day of such award, then this obligation shall be null and void, otherwise~'t shall r " . e in Ii ull force and effect. IN TESTIMONY WHEREOF, The principal ave caused these presents to be signed and sealed this day of , I . ~ ~",i"l) 1F ~ ., i (Surety) (Attorney-in-foct) XOIU" Vp",-r I/oh I?oad Park IJormcJary Wl/.,holll SIII:!aclllg and Traj]/c Ilems C~--2 '. ,. <0/' ~ r:; / . ',~'-Jl' ~r~:~~;;}7;~.~' ',~ " >j'" j' 10 ,,_, ~ , ,~~ I I ~/;Jji:~~t~~f'~'~\~~;Hl:~~~/~p '~:;;l' 'c j;' , , !' ,.__,,_,.=:::::;;;! ::;;;. ,,:;~,~,~~, c\l~~tI'Hf~'\ ".~ '.." 1:::1 'lid ij" .., :'~:.:~ _ ="" I ".,,', ;.;~ - o o ,;32~ I CJ i,_~,~-t~~~~(~, ".'~j~ .. - o o .. PROPOSAL BOND KNOWN ALL MEN BY THESE PRESENTS, That we, of as principal, and the a corporation duly organized under the laws of the state. of . and a~~~e,d.,to do business in the State of Washington, as surety, are held and fIrmly bound unto~ State-of-Washingtorr in the full and penial sum of five (5) 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 su':.~ors and assigns. firmly by these presents. '. ~ The condition of this bo nd is such, that whereas the principal here~' 0 with submitting his or its sealed proposal for the following highway construction, to wit: 0 'CO " said bid and proposal, by reference thereto, being made NOW, THEREFORE, If the said proposal' id principal be accepted, and the contract f ' be awarded to said principal, and if said pri I dlJlJ' make and enter into and execute said contract and shall' furnish bond as require 't . ~tfit'-Or TllIIlSjJortatiOl'l within a period of twen~days from and after said a~ sive of the day of such award, then this obligation shall be null and void, otherwise it s ~ and be in full force and effect. IN TESTIMONY WH e principal and surety have caused these presents to be signed and sealed this day of , 1996, ~O ~ (Principal) (Surety) (Attorney-in-fact) ,'(012-1-1 Upper Hair Road Park BOllndary Washoll' Eqlllpment Rental --- ... I o o , .- z <to J:f- f-ifi a: :2, i:5::> -,u uO CJ)O. CJ)W w:c -'f- CJ)u.. -0 :E~ ~::::; u..<( ~a J:L.lJ f-:c Zf- i=o Z f-, WWj ~ 51 UCJ) 0- c!:: wwi J: U, ~g! Z ~~. - J:I bf-,: z \. ~r:~ ! o o (~_.~, ,- o o .. \ ~,-'^w;," . "',.,.'.1;,," ",."....1' " "" - .~". -..-..'iir"'-.. . :i;;t:":lt~,..:( ^';:::i"-~...J;""-, '7,,,\>-'"' . , \y' JEFFERSON COUNTY DEPARTMENT OF PUBLIC WORKS P'Q, Box 2070 1322 Washington 51. Port Townsend, WA 98368 (360) 385-9160 Klara A. Fabry. Director/County Engineer To: All Bidders Bruce Laurie, Project Manager ~ April 16, 1996 From: Date: Subject: Change in Proposal, Gravel Base ADDENDUM #2 Upper Hob Road Park Boundary VVasbout,~01244 All bidders are hereby notified that Item #5, gravel base, is to be removed from the proposal. Bidders are instructed to place the words "not bid" in the location of unit price and enter "0" in total column for this item. Bids that include a unit price and extension of this item will have it reduced to zero dollars by the Contracting Agency and the total bid price adjusted for the purpose of analysis for award. Bidders are reminded to acknowledge the receipt of this addendum and any other addendum in the space(s) provided for on the proposal form. The reason for this addendum is that the project will be constructed to the finished gravel base grade by the Contracting Agency. 100% Recyclod Paper : ~ e ~~ "~~~;':::::::;:;;~;;:"~~:"~"?7:'""''': ,.'. ".. . ....,;.....'M..'I.., "',""..".."d,. ....',...,., " _.' '-. _. ...",:..ckl:' r,!'i'ltl. -'i~~:i'<(,"""'~"-:-""" (. ," i..I> -~nilt.~""--J'~ 1 , I ,,0 " ~f1t_tJ ....,.,;~,' - I (3 o 32Xlo\ o ,- o .. Permanent Sign List z <( . :cf- f-aJ ~~. LUU -'0 Uo CJ) , CJ)LU L.lJ:r: -'f- CJ) u..' ~O'! :2 ~, ~::; u..<( !!!5 :CLU f-:r: Zf- i=0 z f-, LU LU ~51 UCJ) 0- o!:: LULU :r:u f-- !'!'b z' tJ!!! -:r:I' bt--, z.j 'T ":~0i ...I.~~ii ' Clearance 1",,:'(- ',:'v W I W5-2B Narrow Road 0+00 Lt. 30" 30" 4" x 4" 14' 7' 14' 1 W7-3A Next 5 Miles 0+00 Lt. 24" 18" 5' 14' 16-701 Unlawful to Litter 2 $10 Min. Fine 1 +58 Lt. 48" 24" 4" x 4" 10' WII-4 Advance Cattle 3 Crossin!!: 5+28 Lt. 30" 30" 4" x 4" 14' 7' 14' 3 Wll-4A Range Area 5+28 Lt. 30" 24" 5' 14' 4 R2-1 Speed Limit 35 7+92 Lt. 24" 30" 4" x 4" 10' 5' 14' 5 DIO-1 Mile 12 8+97 Rt. 10" 27" 4" x 4" 7' 3' 14' .rO" 0, I G o 32xlo - - o .. 1'~r~ N"~"'~ \f!$rf;~: JEFFERSON COUNTY DEPARTMENT OF PUBLIC WORKS Z <Co J:f- f-m a: ::iE, ~:::l ....u uO en ~, li3J: ....f- enu..' -0 W ~5 u..<( !a5 J:w f-J: Zf- i=o Z f-, wW' :2 :::l,1 :::lOI Ucn 0- O!::i Wwi :J:u! ~gi ;Z, ~ !a: i= J:[ Oh, 'I z, .. \ P.O. Box 2070 1322 Washington 51. Port Townsend, WA 98368 (360) 385-9160 Klara A. Fabry. Director/County Engineer To: All Bidders , ~ Bruce Laurie, Project Manager'fj April 17, 1996 From: Date: Subject: Item #15, Permanent Signing ADDENDUM #3 Upper Hob Road Park Boundary VVasbout, 1(01244 Attached is the permanent sign list for the project that was omitted from the plans and specifications. All bidders are reminded to acknowledge the receipt of this addendum and all other addend urns in the space(s) provided on the proposal form. I o o 100% Rocyclod Papsr ~ ..... ........................... r - ,- z <( , :cf- f-ifi a: :2, <(::> Wu -'0 Uo CJ)w'j ~:c -'f- CJ)u.. ~Of :2~ ~::::i u..<( saa :cL.lJ f-:z: Zf- i=0 z f-, WL.lJ, ~S\ UCJ) 0- C!:: Ww :z:u ~g Z wen u- f=~ o Z .f/" o o o o .. INTRODUCTION 2 The following Amendments and Special Provisions shall be used in conjunction with the 1994 4 Standard Specifications for Road, Bridge, and Municipal Construction adopted in January, 1994. 5 6 SURFACING AND TRAFFIC ITEMS 7 AMENDMENTS TO THE ST ANDARD SPECIFICATIONS 8 9 The following Amendments to the Standard Specifications are made a part of this contract and 10 supersede any conflicting provisions of the Standard Specifications. For informational purposes, 11 the date following each Amendment title indicates the implementation date of the Amendment or 12 the latest date of revision. 13 14 Each Amendment contains all current reVIsIons to the applicable section of the Standard 15 Specifications and may include references which do not apply to this particular project, 16 17 The Contracting Agency for this project is Jefferson County therefore: 18 19 Where the term "Commission" or Washington State Transportation Commission" appears in the 20 Standard Specifications or Special Provisions, it shall be interpreted to mean the Board of County 21 Commissioners of Jefferson County. 22 23 Where the term "Department" or Department of Transportation " appears in the Standard 24 Specifications or Special Provisions, it shall be interpreted to mean the Director of Public Works 25 of Jefferson County nnd such agents as are authorized to act in her behalf. 26 27 Where the term "Engineer" appears in the Standard Specifications or Special Provisions, it shall be 28 interpreted to mean the County Engineer of Jefferson County acting directly or through her duly 29 Iluthorized representuti ves, 30 31 Where the term "State" appcnrs in the Standard Specifications or Special Provisions, it shall be 32 interpreted to mcnn the Jefferson County ncting through its nuthorized representatives. 33 34 Where the term "State Treasurer-Department of Transportation" appears in the Standard 35 Specifications or Special Provisions, it shall be interpreted to mean the Jefferson County 36 Treasurer, Ilcting through its authorized representatives. 37 38 Where the term "Secretary" appears in the Standard Specifications or Special Provisions, it shall 39 be interpreted to mean the Project Manager, acting directly or through his duly authorized 40 representatives, 41 42 43 44 45 .1'0 I 2.f.1 Up,"'1' ffoil lIoml ('ol'k /lOlll/dol')' Wa,I'''OIl' SIII'/acIIIII & Traffic flellls C~. "-;;- .~, -'~~ ( - o(1~ ~~... t "-'"'I""""I',,",r,, .,.:. ;,~:,'<~\;_,4,: \i"":;" '-"'~""\:ar ~.=.:&::;.~ ..... T!~ .. U' ..."".~ -- ,," . \ / I 1> 10 I 'L,: - o o 32 X 10 IiIllUJ . .... IlIliIIIII ,,- z <(. :cf- f-~ 0: :2. <l:=> Wu -'0 Uo en W'I ~::I: -If- CJ)l.1.. ~Ol :21: ~:::; u..<l: !!l6 ::I:w f-::I: :Zf- i=o z f-, wW; :2 =>, :::lei Uen 0- o!:: ~ tJ. f-- !'!'b z W(f) u- i=~ o z r" o o (:.0-; _ ._ -- o o .. SECTION 1-02 BID PROCEDURES AND CONDITIONS 2 3 September 5, 1995 4 1-02.6 Preparation of Proposal 5 The fifth paragraph is revised to read: 6 7 The bidder shall submit with the bid a list of: 8 9 1. Subcontractors who will perform work which amounts to more than 10 10 percent of the bid price, and II 12 2. The work those subcontractors will perform on the contract. 13 14 15 1-02.13 Irregular Proposals 16 Item number I.,h, is deleted, 17 18 SECTION 1-06 CONTROL OF MATERIAL 19 October 17, 1994 20 21 1-06.4 Handling and Storing Materials 22 This section is supplemented with the following: 23 24 The Contractor shall repair, replace, or make good all Contracting Agency provided materials 25 that are damaged or lost due to the Contractor's operation or while in the Contractor's 26 possession, at no expense to the Contracting Agency. 27 28 1-06.5 Foreign-Mnde Materials 29 Thc text in this section is deleted and the title is revised to rcad: 30 31 1-06,5Vaeant. 32 33 SECTION 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 34 November 27,1995 35 36 1-07.3(2) Merchnntnble Timber Requirements 37 This section is supplemented with the following: 38 39 No person may export from the United States, or sell, trade, exchange, or otherwise convey to 40 nny other person for the purpose of export from the United States, timber originating from the 4 1 project. 42 43 The Contrnctor shall comply with the Forest Resources Conservatiun and Shortage Relief 44 Amendments Act of 1993, (Public Law 103.45), and the Washington State Log Export 45 Regulations, (WAC 240-15). .\'0 1 UO/ Upper I/o" Ilolld !'/lrk nOlll/dlllY Was"out 2 Sur/aclllg & TrqfJ/c lIems (: 0(~ _,.......'1:... "'>''1'';)''':;'>;",''",. '>~:'",'",,;'I~~\:\\' ' i~:';':j;-iia~ I ............ .,~.----.... I:lI I ..4I.oIilb.. . r ) 1> 10 "'f T r- I G o , 32 xlo . blIIlI "'J:Sj& \il~ ",- Z <( , :cf- f-ifi ~ ~, L.lJu -'0 Uo en w; ~~I CJ)u.. -0 L.lJ>- :2f- <(- 0:-' u..<( ~S :cw f-:c Zf- i=o Z f-, W W :2 ::>' ::>0', Uoo 0- c!:: WL.lJ :cu ~f3 Z woo u- i= :I: , o~ Z .r o o - - o o .. 2 1-07.5 Wildlife, Fisheries, and Ecology Regulations This section title is revised to read: 4 5 6 7 8 9 10 II 12 13 14 15 16 17 18 19 20 21 1-07.5 Fish and Wildlife, and Ecology Regulations 1-07.5(1) General The first sentence is revised to read: Throughout the work, the Contractor shall comply with all current rules of the State Departments of Fish and Wildlife, and Ecology. 1-07.5(2) State Departments of Wildlife and Fisheries This section title is revised to read: 1-07.5(2) St&te Department ofFish and Wildlife 1-07.8 Vacant This section is revised to read: 1-07.8 High Visibility Apparel The Contractor shall require all personnel at the work site under their control (including subcontractors and lower tier subcontractors) to comply with the following: 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 I. To wear reflective vests, except that during daylight hours, orange clothing cquivalent to "Ten Mile Cloth" or hunter orange may be worn in lieu of reflective vests, 2, To wear white coveralls at night, 3, Whenever rain gear is worn during hours of darkness, it shall be white or yellow, and 4, The reflective vests shall always be the outermost garment. Exceptions to these requirements are: (I) when personnel are out of view of and not exposed to traffic, (2) when personnel are inside a vehiele, or (3) where it is obvious that such apparel is not needed for the employees safety from traffic, Reflective vests shull have u minimum of 100 square inchcs of refleetive surface distributed 30 percent on thc front and 70 percent on the back. The retroreflcetion vulue at an entrnnce ungle of -4 degrees und an observation angle of 0,2 degrees shall be a minimum 500 candle power for the reflcctive surface of the vesl. Reflective vests, hurd huts, white covernlls, min geur, und other apparel shull be furnished und l11uintuined in uncut, clean, and presentuble condition at no expense to the Contrncting Agency, XOI2.f.1 111'1'111' I/o/t Ilo"d !'al'k IJ"/IIIII"~\I /V"S/tOIl; 3 S/ll:lilclll~ & TrcifJlc II/!IIIS ( o f I~ ""; '''/',.,..)..,' C"'~-'-"-'- AL...........- ...L1 ~. b...Jnn (' . I D i 10 ...-- I - - o o 32X 10 , .. ~ .... v- ........ Z <(' :cf- f-ifi ~~. L.lJu -'0 uo CJ) . ~~1 -'f- CJ) u..' -0 ~~, ~::i u..<( !Qs :cL.lJ f-:c Zf- ~~ L.lJW, ~5, UCJ) 0- o!:: L.lJL.lJ :I:u f-- !'!'b Z WCJ) u- ~Xi 0"" Z r o o ..C'~' -0- - - o o .. 1-07.11(2) Equal Employment Opportunity Policy 2 This section is revised to read: 4 The Contractor shall accept as an operating policy the following statement which is designed 5 to further the provision of equal employment opportunity to all persons without regard to their 6 race, color, religion, sex, national origin, age, or disability, and to promote the full realization 7 of equal employment opportunity through a positive continuing program: 8 9 It is the policy of this Company to ensure that applicants are employed, and that employees 10 are treated during employment, without regard to their race, religion, sex, color, national II origin, age, or disability. Such action shall include: employment, upgrading, demotion, or 12 transfer; recruitment or recruitment advertising; layoff or termination; rates of payor other 13 forms of compensation; and selection for training, including apprenticeship, 14 preapprenticeship, and/or on-the-job training, 15 16 1-07.11(4)A Supervisory Personnel 17 Number 3 is revised to read: 18 19 3, Internal EEO Procedures - All personnel who are engaged in direct recruitment for the 20 project shall be instructed by the EEO Officer or appropriate company official in the 21 Contractor's procedures for locating and hiring minority group and female employees, 22 23 1-07.11(4)8 Employees, Applicants, and Potential Employees 24 The portion of the first paragraph preceding No. I is revised to read: 25 26 In order to make the Contractor's equal employment opportunity policy known to all 27 employees, prospective employees, and potential sources of employees, e,g. schools, 28 employment agencies, labor unions (where appropriate), college placement officers, 29 community organizations, ctc., thc Contractor shall take the following actions: 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 1-07.11(7)A Special Training Provisions Thc second and third sentences of No, I are revised to read: The number of trainees to be trained and the number of training hours for the contract will be specified in the Special Provisions. The number of training hours to be performed will also be specified under the bid item Training, The Inst scntenee of No, 2 is revised to read: The Contractor will be credited for each npproved trninee (Section 1-07.1 I (7)D) employed on the contract work who is currently enrolled or becomes enrolled in an approved program (Section 1-07.1 I (7)C), and will be reimbursed for such trainees as provided hereinafter. .'(0/240/ Upper Nolr Road /'ark Dmmtlal',\' WaS/ifill; SlIrfac/ng & Traffic {;ems 4 --; eq:7),e;> . ~: .. . "rOo ~ ::!n~~;\:~: >. ~ ':"'}"'''~J."j. ""i'i",;".,;.-..,' 1 .c. ~A -.. ,e. ) > 10 I o o 32X 10 - Z' <( . :cf- f-ifi 0: :2, <(::> L.lJu -'0 uo (J)w; ~~! rnu.. -0 w>- :2f- <(- a:-' u..<( !!?5' :I:L.lJ f-:c Zf- i=o zf- ww ~ 15; UCJ) 0- o!:: Ww :cu f-- !'!'b Z WUl U- i=~ o Z ',,.... . o o ~ T - o o .. 1-07.11(7)C Acceptable Training Programs 2 The first paragraph is revised as follows: 4 5 6 7 8 9 10 II 12 13 14 15 16 17 18 19 20 21 22 The first sentence of No. I is revised to read: I. Apprentices registered with a Washington State Department of Labor - State Apprenticeship Training Council (SATC) approved apprenticeship agreement. No.3 is revised to read: 3. Trainees participating in a non BAT/SATC program approved by the FHWAlWSDOT for the specific prqject. 1-07.11(7)D Training Program Approval The first paragraph is revised as follows: In the first sentence of No, I, "BATor JA TC" is revised to read "BAT or SA TC", In the sixth sentence of No, S, "JATC/BAT" is revised to read "SATC/BAT". 1-07.11(8) Unions In the first sentence of Nos. 2 and 4, "sex, or national origin" is revised to read "sex, national origin, age, or disability". 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 1-07.11(9) Subcontracting This section, including the title is revised to read: 1-07.11(9) Subcontracting, Procurement of Materials, and Leasing of Equipment Nondiscrimination - The Contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age, or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. Solicitation and Utilization - The Contractor shall use their best effort to solicit bids from, and to utilize, disadvantaged, minority, and women subcontractors, or subcontractors with meaningful minority and women representation among their employees, Subcontractor EEO Obligations - The Contractor shall notify all potential subcontractors and suppliers of the EEO obligations required by the contract, The Contractor shall use their efforts to ensure subcontractors compliance with their equal employment opportunity obligations, .1:012./01 UppCI' I/o" Rood l'lII'k /JO/llldol')' 11'1/.''''''" s SlIrloclllN <~ TI'I1U1c I;cms ("'-"'-;''' ..-.- _1 l O(r"'.~ J;'~ " \ :'.'"':,'\~-,\~:~',::'.',,,;;; . .-- 11I'r',' 'i~i":C"i " ,..,,f' ,~ I D I 10 - I o o 32 X 10 ;.~ Z <( . :cf- f-~ a: :2. <(::> L.lJu dg ~~i -' f-' CJ)u.. -0 ~~ <(- 0:-' u..~ saa :cw f-::t: Zf- i=o zf- ww :2 ::>, ::>0' UCJ) 0- o!:: Ww :cu ~t3 Z wen u- i= ~' o ' Z r o o o o .. 1-07.11(10)A General Number 4 is revised to read: 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 .12 43 44 4. Subcontracting .. The progress and efforts being made in securing the services of disadvantaged, minority, and women subcontractors, or subcontractors with meaningful minority and female representation among their employees, 1-07.ll(10)B Required Records and Retention The second paragraph is revised to read: On Federal-aid contracts only, the Contractor/Subcontractor shall submit to the Project Engineer a completed PR 1391 by August 25, The report must reflect the Contractor/Subcontractor's total employment on all Federal-Aid highway projects with the Contracting Agency as of July 31st. The staffing figures to be reported should represent the project work force on board in all or any part of the last payroll period preceding the end of July, For multi-year projects, a report is required to be submitted each year throughout the duration of the contract. 1-07.13(4) Repair of Damage The sccond sentence of the first paragraph is revised to read: For damage qualifying for relief undcr Sections 1-07,13(2) or 1-07.13(3), payment will be made in accordance with Section ) -09.4 using the estimated bid item "Reimbursement for Third Party Damage", The tirst paragraph is supplemented with the following: For the purpose of providing a common proposal for all bidders, the Contracting Agency has entcred an amount for "Reimbursement for Third Party Damagc" in thc proposal to become a part of the total bid by the Contractor, 1-07.18 Public Liahility and Property Dllmagc Insurance This section is revised to read: The Contractor shall obtain and kecp in force during thc term of the contract and until final acceptance, the following insurance with companies or through sources approved by the Stnte Insurnnee Commissioner pursuant to Chapter 48.05, RCW: I. Owners And Contrnetors Protective Insurnnee providing bodily injury and property dlllllllge Iillbility with the limits of $1,000,000 per occurrence nnd in the aggregate, written on lnsurnnce Services Office (ISO) form C00009 with Wnshington State Depnrtment of Transportntion Amendntory Endorsement NO, CO 29 08 or nnother forlll providing identicnl coverage, .1'0121-1 Up",'/' 110" lIo(/cll'(/rk nmmdll/)' /Va.\'1101II 6 SlIIfac/1I1! & Trl/lJlc /;d/ll.\' r- 0<:1 ~. ~.;;.'~N;;i" ,........,.':,'.....j ,':.':/".', ~ j """'- (=-~' -..--.- - ~~ ......ilsI:l ~. \ 1 I I I ~ I I I 1 10 .~ i I o o 32 X 10 v- ..- Z <( . :cf- f-ifi ~~' Wu -'0 uo CJ)w1 ~~I en u..' -0 w>\ :2f- c2::i u..<( !!la :cL.lJ f-:c Zf- i=o z f-, wW1 ~5\ UCJ) 0- o!:: ~W f-Sl !'!'b Z WCJ) u- i=~ o Z ,r o o (~._- o o .. 2 2, Commercial General Liability Insurance written under ISO Form CGOOOI or its equivalent with minimum limits of $1,000,000 each occurrence and \$2,000,000 in the aggregate for each policy year. Products and completed operations coverage shall be provided for a periJd of one year following final acceptance of the work. 4 5 6 7 8 9 10 II 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 I.07.23(3)E Trnffic Control Lnbor 44 The first parugrnph is revised to rend: 4~ 3. Commercial Automobile Liability Insurance providing bodily injury and property damage liability coverage for all owned and non-owned vehicles assigned to or used in the performance of the work for a combined single limit of not less than $1,000,000 each occurrence with the State named as an additional insured in connection with the Contractor's performance of the contract. Prior to contract execution, the Contractor shall file with the Department of Transportation, Contract Payment Section, P,O. Box 47420, Olympia, WA 98504-7420, ACORD Form Certificates ofInsurance evidencing the minimum insurance coverage's required under these specifications, All insurance policies and Certificates of Insurance shall include a requirement providing for a minimum of 45 days prior written notice to the Contracting Agency of any cancellation or reduction of coverage, Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract upon which the Contracting Agency may, after giving five working days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any ad all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand. or at the sole discretion of the Contracting Agency, off set against funds due the Contractor from the contracting Agency, All costs for insurance shall be considered incidental to and included in the unit contract prices and no additional payment will be made. I.07.23(3)C Traffic Control Plans The following sentence is added after the first sentence: All naggers ure to be shown on the traflic control plan except for emergency situations. The third sentence is revised to read: Il'the Contrnctor's mcthods differ from the contract traffic control planes). the Contractor shall propose modification ol'the traffic control plan(s) by showing the necessary construction signs, naggers, und other traffic control devices required 1'01' the project, XOl2N Upper 11011 Ilolld Pork BO/lI1t/llr)' lI'a.vl1o/l; 8/1r[aell1l1 & Trqflle fI'JI/lS - - L I.....- -,'~....."-" 9 ~~Jt . - '\''''::'''.,.,.,~t.,.~,.), ~~.u;:~. ,;;:~;~:j;Z'~,. '"", - - ~... 10 ~ .-.....::.= I e o 32 xl 0 - --"- .- Z <( , :cf- f-~ ~~. Wu -'0 Uo ~~1' ~f- enu.. -0 w>! :2 f- ' ~::::; u..<( !!la :cw f-:c Zf- i=0 Z f-, wWi ~ ~h Uen 0- o!:: WW' :cu f-- !'!'b Z wen u- i=~ o Z '".... o o c--;---= o o .. 2 The Contractor shall furnish all personnel for flagging and for the setup and removal of all temporary traffic control devices and construction signs necessary to control traffic during construction operations. Flaggers and spotters shall have a current certification (flagging card) acceptable to the State Department of Labor and Industries (WAC 296-155-305), Workers engaged in flagging or traffic control shall wear reflective vests and hard hats. During hours of darkness, white coveralls or white or yellow rain gear shall also be worn. The vests and other apparel shall be in conformance with Section 1-07.8, The Contractor shall furnish the MUTCD standard Stop/Slow paddles (18 inches wide, letters 6 inches high, and reflectorized) for the flagging operations. 3 4 5 6 7 8 9 10 II 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 The second paragraph is supplemented with the following: 5. Spotters to warn work crews of impending danger from public traffic, when approved by the Engineer, 1-07.23(3)F Construction Signs The following sentence is added after the third sentence of the second paragraph: Sign and support installation for Class A signs shall be in accordance with the Contract Plans or the Standard Plans, I-07.23(3)G Traffic Control Management This section is revised to read: When the bid proposal includes an item for "Traffic Control Supervisor," the Contractor shall designate an individual or individuals to perform the Traffic Control Supervisor's (TCS) duties for the project. The TCS shall be certified as a work5ite traffic control supervisor by one of the organizations listed in the Special Provisions. The Contractor shall not designate the project superintendent as the TCS. The TCS shall personally perform all the duties of the TCS, The TCS's duties shall include: I, Discussing proposed traffic control measures and coordinating implementation of the Contractor-adopted traffic control planes) with the Engineer. 2, Coordinating all traffic control operations, including those of subcontractors, suppliers, and any adjacent construction or maintenance operation, 3, Coordinating the project's activities (such as mmp closurcs, road closures, and lane closures) with appropriate police, fire control agencies, city or county engineering, medical emcrgency agencies, school districts, and transit companics, 4, Inspecting traffic control devices for proper location, installation, message, clellnliness, and effect on the traveling public, Traffic control devices should be XO/2.f.1 Upper 110" /Ioad Park /JO/mdal')' lI'a.l'/IOII; SlIr/ac/ng & TrqjJ1c //Cll/.' 8 c Q~ . <. ,,~~,'~'::::i;~;~.[F:~'I~:;"~. .',',',; ;".,' \~,,,.,,~,j+t:.'\"'f"~( -;,,""'.", :.' (' '.: 10 ~"r"':"'-'"1"';~~~' ", . '.. -----4-...~._~ D I e o 32 X I 0 .-*'1 "... ,'- Z <( . :cf- f-1fl 0: :2. <5::> -,u uO o CJ) L.lJ'1 ~:c -' f-. CJ) u..' ~Ol :2~ ~:;j u..<( !!1~ :cw f-:c Zf- ~~ L.lJW, ~5: UCJ) 0- o!:: L.lJL.lJ :r:u f-- !'!'b Z wen u- i=~ o Z .... o o , o o .. 2 inspected each work shift except that Class A signs need to be checked only once a week. Traffic control devices left in place for 24 hours or more should also be inspected once during the nonworking hours when they are initially set up (during daylight or darkness, whichever is opposite of the working hours), 3 4 5 6 7 8 9 10 II 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 4n 41 42 43 44 45 5, Reviewing nighttime lighting and its effect on the travelii1g public. 6, Preparing a daily traffic control diary on DOT Forms 421-040A and 421.040B, which shall be submitted to the Engineer no later than the end of the next working day to become a part of the project records, Include in the diary such items as: a, When signs and traffic control devices are installed and removed. b, Locations of signs and traffic control devices, c, Revisions to the traffic control plan, d, Lighting utilized at night, c, Observations of traffic conditions. 7, Ensuring that corrections are made if traffic control devices are not functioning as required, The TSC may make minor revisions to the traffic control plan to accommodate site conditions as long as the original intent of the traffic control plan is maintained and the revision has concurrence of the WSDOT TCS, 8, Overseeing all requirements of the contract which contribute to the convenience, safety, and orderly movement of vehicular and pedestrian traffic. 9, Having the latest adopted edition of the MUTCD including the Modifications to the MUTCD for Streets and Highways for the State of Washington and applicable standards and specifications available at all times on the project. 10, Attending all project meetings where traffic management is discussed, Traffic control management shall be provided by the TCS on a 24-hour per day basis. The Contractor shall maintain a 24-hour telephone number at which the TCS can be contacted, The Contractor shall make nrrangcmcnts so that thc'TCS will be availablc on every working day, on call at all times, nnd availnble upon thc Engineer's request at other thun normal working hours, During nonwork periods, the TCS shall be able 'to respond within a 45 minute period after notification by the Engineer. The TCS shall have approprillte IllllnpOWer, equipment, nnd materilll available at all times in order to expeditiously correct any deficiency in the traffic control system, The Contrnctol' shnll identify nnlllternnte TCS that cnn assume the duties of the assigned or pril11nry TCS in the cvent of thnt person's innbility to pcrform. Such alternnte TCS shall be ndequately truined nnd cerlilied to the snme degree as the primnry TCS, .l'O/U-I Uppel' no" fload/'al'k /Jmmdlll'Y Wml/lJ//; 9 SIl~/i1C11I1I & TI'IfQlc I1CIII,I' c 0. (r~ ;,..."....,.':.., "i'" '~~Z;h~~..'t. "'1' " .,.,~:1~'.~::\'" ,~ c~--;;--= JIIiIIIIIIi4- I , , ,>" .~ 10 'iii I e o 32 xl 0 "'''''''--' ~~ '1MMIl.il!'J: I .bii:IIik.Mb.a4 I .,- Z <( . :cf- f-ifi ~~. Wu -'0 Ue en ' enL.lJ w:c ...Jf- CJ) u..' -0 ~~ (2::::; u.<( en::> _0 J:w f-:c Zf- i=o Z f-, ~ ~! ::>0\ UCJ) 0- o!:: ww: :cu f-- !'!'b Z wen u- - J:1 b f-" Z r" o o (......0 o o .. 1 A reflective vest and a hard hat shall be worn by the TCS. 2 3 The Contractor shall provide a vehicle for every TCS. The vehicle used by the TCS shall be 4 equipped with a roof or post-mounted flashing amber light visible for 360 degrees. 5 6 The TCS shall not act as a flagger except in an emergency or in relief for short periods of 7 time. Possession of a current flagging card by the TCS is mandatory. 8 9 1-07.23(3)" Barricades, Flashers, and Other Channelization Devices 10 The title of this section is revised to read: II 12 1-07.23(3)H Temporary Traffic Control Devices 13 14 The first sentence ofthe first paragraph is revised to read: 15 16 When the bid proposal includes an item for "Temporary Traffic Control Devices", the work 17 required for this item shall be furnishing and maintaining barricades, flashers, cones, barrels, 18 and other channelization devices, unless a pay item is in the bid proposal for any specific 19 device and the contract provisions specify furnishing, maintaining, and payment in a 20 different manner for that specific device, 21 22 1-07.23(5)B Measurement 23 Item no, 5 is revised to read: 24 25 5. No specific unit of measurement will apply to the lump sum item of temporary traffic 26 control devices, 27 28 1-07.23(5)C Payment 29 Item no, 4 is revised to read: 30 31 4. "Traffic Control Supervisor" , per day. 32 The unit contract priee per day shall be full pay for all costs involved in furnishing the 33 person(s) assigned as the "Traffic Control Supervisor" during an engineer-authorized 24- 34 hour day. All costs for the vehicle(s) required for the Traffic Control Supervisor shall be 35 included in the unit contract price for "Trnffic Control Supervisor", 36 37 Item no, 5 is revised to read: 38 39 5. "Temporary Traffic Control Devices", lump sum, 40 41 The lump sum contrnct price shall be full pay for all costs for providing the work 0\2 described in Section 1-07,23(3)H, Progress payments for the lump sum item 43 "Tempornry Traffic Control Dcvices" will be mnde as follows: 44 ,1(0/2./01 Upper 1/011 Road I'tlrk nOlOldlll~' Waslrol/1 10 SIII:!ilC/II[1'" Traffic /tams --- Ii e~~ ",'J "'~",, !',,:','; .l ~~ .... IIIiLi ". ;.....,~ "',,\,,, .., --. ---LI:>..... rr:-~ r It D 10 I o o 32 X 10 JIUUIl;lIll.lll ii.i ,- Z <(. J:f- I-ifi a: :2, <(::> Wu ....10 Uo cn w'l In:c ....If- cnu.. ;:;:;0: :2~ ;;!i:J u..<( ~a J:w f-:c Zf- ;:0 Z f-, ~~l ::> 0" Ucn 0- o!:: Ww J:u ~g z wen u- ;::~ o Z .r" o o \. <:> o .. I a, When the initial temporary traffic control devices are setup, 50 percent of the 2 amount bid for the item will be paid, 3 4 b, Payment for the remaining 50 percent of the amount bid for the item will be paid 5 on a prorated basis in accordance with the total job progress as determined by progress 6 payments, 7 8 The last sentence of the paragraph following No.6 is revised to read: 9 10 The operator(s) of the vehicle(s) will be paid for under the item "Traffic Control Labor". II 12 SECTION 1-09 MEASUREMENT AND PAYMENT 13 April 10, 1995 14 15 1-09.9 Payments 16 The sixth paragraph is revised to read: 17 18 If the Contractor fails, refuses, or is unable to sign and return the Final Contract Voucher 19 Certification or any other documentation required for completion and final acceptance of the 20 contract, the Contracting Agency reserves the right to establish a completion date (for the 21 purpose of meeting the requirements of RCW 60.28) and unilaterally accept the contract. 22 Unilateral final acceptance will occur only after the Contractor has been provided the 23 opportunity, by written request from the Engineer, to voluntarily submit such documents. If 24 voluntary compliance is not achieved, formal notification of the impending establishment of a 25 completion date and unilateral final acceptance will be provided by certified letter from the 26 Secretary to the Contractor, which will provide 30 calendar days for the Contractor to submit 27 the necessary documents. The 30 calendar day period will begin on the date the certified letter 28 is received by the Contractor. The date the Secretary unilaterally signs the Final Contractor 29 Voucher Certification shall constitute the completion date and the final acceptance date 30 (Section 1-05,12), The reservation by the Contracting Agency to unilaterally accept the 31 contract will apply to contracts that arc physically completcd in accordance with Section 1- 32 08.5, or for contracts that are terminated in accordance with Section 1-08.10, Unilateral final 33 acceptance of the contract by the Contracting Agency docs not in any way relieve the 34 Contractor of their responsibility to comply with all Federal, State, or local laws, ordinances, 35 and regulations that affect the work under the contract. 36 37 38 39 40 1-09.10 Pnyment for Surplus Processed Mntcrials 41 This section is revised to read: 42 43 Allcr the Contrnct is completed, the Contractor will be reimbursed actual production costs for .14 surplus processed material produced by the Contrnctor from Contrneting Agency-provided 45 sources ifits vulue is $3,000 or marc (determined by actual production costs), XOl2%1 Upper 110" IIIlac/Park IJolllltlary Wa.vIIOUI Surfac/lli( & Trq/}/c /re/ll.' II [ (l'.~~) ~I ",.,q' ,(~"'-;-'- .J,h,.'.l,;\;!i"',, I"~;:,-,,:,:,,,,:::, ~::: ,~. ':; i~'.t, ,/::t:iL'~~,;~";L'-';"< ;. ;. 'J (,,~'.,' ~ ~ ~ ~-----4~' < ................ . I'IIIM:.~ ,..I.~ 10 ~. ~_~__1_.,.._._ _" I ~'~< - o o 32><10 .~~. ~- .~ ~ , .. ~'.aI:1..1 ~~ Z <" :1:1- 1-a5 a: ::E, <::::I Wu -'0 Uo en . enW w:I: -'I- en u.' ;;; Oi ::E>- ~5 u.< ~a :l:w 1-:1: ZI- ;:0 Z 1-, wW1 ~ 5'\ g~ o!:: ~~i :;;;g z: WC/l u- i= ~: o I z , ~v- ,p I ,0 o I ~(-".... 0 ~, ......... o o .. I 2 The quantity of surplus material eligible for reimbursement of production costs shall be the 3 quantity produced (but an amount not greater than 110 percent of plan quantity or as specified 4 by the Engineer), less the actual quantity used. The Contracting Agency will determine the 5 actual amount of surplus material for reimbursement. 6 7 The Contractor shall not dispose of any surplus material without permission of the Engineer. 8 Surplus material shall remain the property of the Contracting Agency without reimbursement 9 to the Contractor if it is not eligible for reimbursement. 10 II SECTION 2-03 ROADWAY EXCAVATION AND EMBANKMENT 12 July 18, 1994 13 14 2-03.3(7)C Contractor-Provided Disposal Site 15 The third paragraph is revised to read: 16 17 The Contractor shall provide the Engineer the location of all disposal sites to be used and also 18 provide copies of the permits and approvals for such disposal sites before any waste is hauled 19 off the project. 20 21 2-03.3(14)1 Embankments at Bridge and Trestle Ends 22 The first sentence of the first paragraph is revised to read: 23 24 This work consists of filling around the ends of trestles and bridges, the area defined in Section 25 1-01.3. 26 27 2-03.5 Payment 28 The following paragraph is added after item number 6: 29 30 Compaction will be paid for by the item "Embankment Compaetion". 3\ 32 The following paragraph is added after item number 8: 33 34 Compaction will be paid for by the item "Embankment Compaction". 35 36 ;(01244 Up"UI' Ifolt Road Pal'k fJollndary Wa"fuJIII 12 SII/faclllg & Tralflc lIulII,' c: '{'~) . <<>> ,.,;c',.;- '......f". , ...., ~ .~"'~ ~ '~ '"Jo I I i ! ,. "':';:~~j",:;: am I o o !""'.; ';1"..,.,.,.,." >32><10 .- Z < . :1:1- 1-a5 ~~. Wu -'0 Uo C/l ' C/lW w:I: -'I- C/l u.' -0 ~~ <- a:-' u.< ~a :l:w 1-:1: ZI- ;:0 Z 1-, WW, ~ 5\ UC/l 0- o!:: Ww :l:u :;;;g Z woo u- i=~ o Z r o o c=--;-..-- t."'" '-J:dl>. o o .. 1 2 3 4 5 6 7 8 9 10 II 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 SECTION 2-04, HAUL September 5, 1995 2-04.4 Measurement The second and third paragraph are deleted and replaced by the following: Excavated material will be measured in original position. The Engineer will provide a copy of the location mass diagram upon request. SECTION 2-07 WATERING February 13, 1995 2-07.5 Payment This section is supplemented with the following: The unit contract price per M gallon for "Water" shall be full pay for all labor, materials, tools, and equipment necessary to furnish, haul, and apply the water. When the contract does not include water as a pay item, providing and applying the water shall be incidental to construction. All costs shall be included in the other contract pay items. SECTION2-09 STRUCTURE EXCAVATION July 31,1995 2-09.2 Vacant 2-09.2 Mlltcrillls MlIterials shall mect the requirements of the following seetions: Portland Cement Finc Aggregate for Portland Cement Concrete Admixture for Concrcte Fly Ash Water 9-01 9-03.1 (2) 0-23.6 9-23,9 9-25 2-09.3( I) IJllcldilling Thc sccond parugrnph is revised to read: AltcrulItlvc Sources. When material from strlletllre excavation is unsuitablc for usc as backfill, thc Engineer may: requirc the Contractor to use other material covered by the contract if such substitution involves work that docs not diffcr .\'Of244 Ul'f"'" II"" fla,," Park nO/lilt/lilY JIIa,,"o/ll 13 S/lrjacfllg & TralJlc Ilo/ll.Y . ':; r\~~L,;':",;,' ".'\ 1;\;!"!J;"r"-f'~r:'; .'~.'. o:@ ......../~ ,'~'~..:..:'...._..!..;.;. J: L. ., ~-~ \ \ I i D ..~, 10 ~-~....~-- ~ "",,,,, I o o 32 X I 0 ...,j IP" ,- Z <(" :1:1- 1-a5 ~~. Wu -'0 Ue C/l , C/l WI ~ i=1 C/l u. -0 ~~! ~::; u.< ~a :l:w I-:I: ZI- ;:0 Z 1-, ww ~ 5'\ UC/l 0- o!:: Ww :l:u 1-- ~b Z WtJ) u- -:I:, b t-, Z ',r" o o ("""-; -- o o .. 2 materially from what would otherwise have been required; require the Contractor to substitute selected material in accordance with Section 2-03.3(10); require the Contractor to use control density fill; or require the Contractor to obtain material elsewhere. Material obtained elsewhere will be paid for in accordance with Section 1-04.4. 3 4 5 6 7 8 9 10 II 12 13 14 15 16 17 18 19 20 21 The following is inserted after the second paragraph: When specified in the contract or when approved by the Engineer, the Contractor shall supply controlled density fill as backfill material. Controlled density fill shall meet the following requirements: Controlled Density Fill Ingredients Portland Cement Aggregates Class 1 or 2 Air Entrainment Admixture Fly Ash Class F Water Amount per Cu. Yd. SO lb. (minimum) 3300 lb. Per Manufacturer's recommendations 300 lb. 300 lb. (maximum) 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 The material consistency shall be flowable (approx. slump 3-0 inches). If requested by the Contraetor, the proportions may be adjusted with the approval of the Engineer. Thc producer shull providc a Certificatc of Compliancc for cach truckload of controlled density fill. The Certificate of Compliance shall verify that the delivered matcrial is in compliance with the mix design and shall include: Agency Contract No. Date Truck No. Butchcd wcights of cach ingrcdicnt The certification shall bc signed by a rcsponsiblc reprcsentative of thc produccr other than the driver, affirming the accuracy ofthc information providcd. The fifth paragruph is supplemcnted with thc following: 4. Compaction of controlled dcnsity fill will not be rcquircd. ,'(OfU4 Uppcr I/oh fload Park /lmllldtll'Y Wa.,ltO/l/ 14 S/lrfaclng & Traffic f/cm.. [, ~o. q~l) i:ll~............o-............. --LLa~&. .. -' '., '~'-'::'''~'''f'':'~',r~-'l('''''- , .~ ;:i:;:;: t(~\;~,X;}'~:~:;",';i;~" ',' ,~ "-'h~~1r"r:~".',t,..f'\ i ~" """'-"""'---...- .- t ~'IIILLL~ I 1 I ! ~ ...".<:,.~,.I 0 -Jld.~.a --::- ~..~=-_',"""","~_u - I o o 32 X I D ..... -"fM l./ltlllk_ o ..~ o .. 2-09.3(4) Construction Requirements, Structure Excavation, Class B 2 The first sentence of the third paragraph is revised to read: z <. :1:1- 1-a5 a::E <::::I Wu -'0 ~o ff3~1 -' 1-' C/l u. ;;;0. ~~, a:-' u.< ~a :I:w 1-:1: ZI- ;:0 zl- ww, ~ 51 UC/l 0- o!:: Ww :l:u 1-- ~13 z WCJ) u- i=~ o z 3 .r 4 If workers enter any trcnch or other excavation 4 feet or more in depth that does not meet the 5 open pit requirements of Section 2-09.3(3)B, it shall be shored or other safety method 6 constnIcted in conformance with WISHA requirements. 7 8 2-09.4 Measurement 9 The ninth paragraph is revised to read: 10 II Gravel Baekfill. There will be no specific unit of measure for gravel backfill for 12 pipe bedding used in the installation of culvert and storm sewer pipes. All other 13 gravel backfill will be measured by the cubic yard in place determined by the 14 neat lines required by the Plans. 15 16 The 10th paragraph is revised to read: 17 18 Shoring or extra excavation. No specific unit of measurement shall apply to the lump sum 19 item of shoring or extra excavation Class A. Shoring or extra excavation Class B will be 20 measured by the square foot as follows: 21 22 The area for payment will be one vertical plane measured along the centerline of the 23 trench, including structures. Measurement will be made from the existing ground line to 24 the bottom of thc excavation and for the length of the work actually performed. If thc 25 contract includes a pay item for grading to remove materials, the upper limit for 26 measurement will be the ncat lines of thc grading section shown in the Plans. The bottom 27 elcvation for measurcment will be the bottom of the excavation as shown in the Plans or as 28 otherwise established by the Engineer. 29 30 This section is supplementcd with the following: 31 32 Controlled density fill will be mcasured by the cubic yard for the quantity of 33 matcrial placcd per thc producer's invoice, 34 35 2-09.5 I>aymcnt 36 This section is supplementcd with the following paragraph after item 4.: 37 38 Payment for rcconstruction of surfacing and paving within the limits of structurc 39 cxcavation will bc at the applicablc unit prices for the itcms involved. 40 41 This scction is supplcmcnted with the following paragraph aftcr item 7,: o o 42 43 All costs IIssociatcd with furnishing and installing "Gravel Backfill for Pipe 4'1 Bcdding" uscd in the installation of culvcrt and storm scwcr pipes shall be 45 includcd in the unit contract pricc for the type and size of pipe installed. XOf244 Upfl<'" 1/"" /load Park 8mmt/,,/'), WtI"fuJIII 15 SurfilCllllf'~ Traffic flclII,V c=u_; ..:~=.- c f) (Ii) ~i" 1,; '. '.:.';";;~p1;.\" ;'!\Y;C-,~~ -.-....... - ...........~~- f .> D 10 I () o 32 X 10 _l!.lIlIi.14 "1:i!iIIlIl ". ,"- Z <' :1:1- 1-a5 ~::E, ~a uO en 0, enW\ w:l: -'I- en u..' -Oi ~~' ~::; u.< ~a :l:W 1-:1: ZI- ;:0 Z 1-, WWl ~ 5'1 UC/l 0- o!:: Ww :l:u 1-- !:!:b :z woo u- i=~ o Z ;r" , i ! !o o " o o .. 1 SECTION 5-04 ASPHALT CONCRETE PAVEMENT 2 December 27, 1994 3 4 5-04.3(10)B Control 5 In aH four sentences of the third paragraph, "compatibility" is revised to read "compactibiIity". 6 7 5-04.3(14) Planing Bituminous Pavement 8 The two paragraphs of this section are replaced by the following: 9 10 The planing shall be performed with a milling machine of a type that has operated successfuHy 11 on work comparable with that to be done under the contract and shaH be approved by the 12 Engineer prior to use. 13 14 The surface of existing pavements or the top surface of subsurface courses shaH be planed to I 5 remove irregularities and to produce a smooth surface. 16 17 Planing shall be performed in a manner such that the underlying pavement is not torn, broken, 18 or otherwise injured by the planing operation. The surface of the underlying pavement shall be 19 slightly grooved or roughened sufficiently to ensure a bond when overlaid. 20 21 The Contractor shaH keep the planings and remove them from the project, or stockpile the 22 planings on Contracting Agency Property, if a site is shown in the Plans, for future use by the 23 Contracting Agency. If the planings are not to be stockpiled for the Contraeting Ageney's use, 24 the Contractor may utilize the planings in the asphalt concrete pavement as specified in 25 Section 5-04.2. All other debris rcsulting from the planing operations shall be disposed of by 26 the Contractor to the satisfaction of the Engineer. Unless otherwise provided, the Contractor 27 shall provide a waste site for the disposal of these materials. 28 29 For mainline planing operations, the equipment shall have automatic controls, with sensors for 30 eithcr or both sides of the equipment, eapable of sensing the proper grade from an outside 3 I reference line, or multi-footed ski-like arrangement. The automatic controls shall also be 32 capable of maintaining the desired transverse slope. The transverse slope controller shall be 33 capable of maintaining the screed at thc desired slope within plus or minus 0.1 percent. 34 35 5-04.3(14)A Heater Planing 36 This Section is deletcd. 37 38 5-04.3(14)U Cold l'laning 39 This Section is deletcd. 40 XOf2-14 UPPI!I'IIo" lIoad I'al'k nmmdal'Y Wa,,"olll 16 SlIrfaclng & TrqJJ11! "alll.. (=-;-~--. ___~----'-n.. l t, <<>>g ... ~. ..............-:..... '~ ....~ I o o ,10 .32Xlo