town of twisp, washington - varela & associates, inc › assets › sr20-curb-sidewalk...july...

195
BID PROPOSAL, AMENDMENTS AND SPECIAL PROVISIONS For Construction of SR20 CURB & SIDEWALK IMPROVEMENTS PROJECT July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract No. TA-5575

Upload: others

Post on 24-Jun-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

BID PROPOSAL, AMENDMENTS AND

SPECIAL PROVISIONS

For Construction of

SR20 CURB & SIDEWALK IMPROVEMENTS PROJECT

July 2016

Town of Twisp, Washington

Funded by: Federal Aid Project Number STPR-0020(179)

Contract No. TA-5575

Page 2: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract
Page 3: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

INDEX TO CONTRACT DOCUMENTS

Page 1

(3)175002-SR20_03 Index.docx

TOWN OF TWISP SR20 CURB & SIDEWALK IMPROVEMENTS PROJECT

ENGINEER’S STAMP PAGE

INDEX TO CONTRACT DOCUMENTS

ADVERTISEMENT TO BID

BID: (Pink pages to be torn out and submitted)

Bid Proposal

Local Agency Proposal Bond (DOT Form 272-001A)

Bidder's Qualifications Statement

Non-Collusion Declaration (DOT Form 272-036I)

Local Agency Proposal Signature Page (DOT Form 272-036K)

Local Agency Disadvantaged Business Enterprise (DBE) Utilization Certification

(DOT Form 272-056A)

Instructions for DBE Utilization Certification (DOT Form 272-056A)

Local Agency DBE Written Confirmation Document (DOT Form 422-031A)

POST-AWARD CONTRACT FORMS: (Gray pages)

Local Agency Contract (DOT Form 272-006A)

Local Agency Performance Bond (DOT Form 272-002A)

Local Agency Payment Bond (DOT Form 272-003A)

AMENDMENTS TO THE STANDARD SPECIFICATIONS (Blue pages)

SPECIAL PROVISIONS (Goldenrod pages)

GENERAL INFORMATION AND REQUIREMENTS (White pages)

Required Contract Provisions Federal-Aid Construction Contracts (FHWA 1273)

Federal Prevailing Wage Rate Determinations (WA 01)

State Prevailing Wage Rate Determinations (RCW 39.12)

WSDOT STANDARD PLANS

CONSTRUCTION PLANS (11” x 17” DRAWINGS)

2016 STANDARD SPECIFICATIONS FOR ROAD, BRIDGE, AND MUNICIPAL

CONSTRUCTION (M41-10)*

*Not included herein; available from WSDOT

Page 4: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

(4)175002-SR20_04 Bid Ad.docx AD-1

TOWN OF TWISP, WASHINGTON

ADVERTISEMENT FOR BIDS

SR20 CURB & SIDEWALK IMPROVEMENTS PROJECT

Sealed bids will be received by the Town of Twisp at PO Box 278, Twisp, Washington 98856 or delivered to

Town Hall located at 118 S. Glover St., Twisp, WA 98856 until 11:00 a.m. on Tuesday August 23, 2016, and

will then and there be opened and publicly read aloud.

The project is located within the Town of Twisp between the Methow River Bridge and Airport Road. The

project is funded by the Federal Highway Administration and the State Transportation Improvement Board.

The improvements for which bids will be received are generally described below:

Work to begin on June 1, 2017 after construction of water main improvements.

Construction of 2,300 linear feet of concrete curb and gutter and a five foot sidewalk.

Construction of driveway entrances, ADA ramps and installation of catch basins, filter systems and

drywells for storm drainage.

Work involves extensive traffic control and project scheduling to accommodate local businesses

along SR20 during the 2017 summer season.

Plans and specifications may be viewed at the following locations:

1. City Hall, Town of Twisp, 118 S. Glover St., Twisp, WA 98856 2. Varela & Associates, Inc., 601 W. Mallon Ave., Spokane, WA 99201 (509) 328-6066 3. Various Plan Centers – call Varela & Associates or go to www.varela-engr.com for a list.

All bid proposals shall be accompanied by a bid proposal deposit in cash, certified check, cashier’s check, or

surety bond in the amount equal to five percent (5%) of the amount of such bid proposal. Should the

successful bidder fail to enter into such contract and furnish satisfactory performance bond within the time

stated in the specifications, the bid proposal deposit shall be forfeited to the Town of Twisp.

Contract documents may be obtained from Varela and Associates, Inc. located at 601 W. Mallon, Suite A,

Spokane, Washington 99201 upon payment of $30.00. Contract documents are on file for inspection at the

Twisp City Hall. For additional information regarding this project, contact Jake Dial at Varela & Associates,

Inc., by phone at (509) 328-6066, or email at [email protected].

The Town of Twisp in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, subtitle A, Office of the Secretary, Part 21, nondiscrimination in federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises as defined at 49 CFR Part 26 will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, or sex in consideration for an award. The Town of Twisp is an equal opportunity employer and encourages women and minority-owned businesses to submit bids. The Town of Twisp has the right to reject any or all bids.

Page 5: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

BID PROPOSAL

Page 1

BID PROPOSAL

TO: TOWN OF TWISP

118 S. Glover St.

Twisp, WA 98856

Bid From:

The undersigned hereby certifies that he/she has personally examined the location and construction details of work as

outlined on the contract plans and specifications for the SR20 Curb & Sidewalk Improvements Project, and has read

thoroughly and understands the plans and specifications and contract governing the work embraced in this improvement,

and the method by which payment will be made for said work, and hereby proposes to undertake and complete the work

embraced in this improvement in accordance with said plans, specifications and contract, at the following schedule of

rates and prices:

(Note: Unit prices for all items, all extensions, and total amount of bid must be shown.)

The project is located in the Town of Twisp, Washington between the Methow River Bridge and Airport Road. The

improvements for which bids will be received are generally described below:

Work to begin on June 1, 2017 after construction of water main improvements.

Construction of 2,300 linear feet of concrete curb and gutter and a five foot sidewalk.

Construction of driveway entrances, ADA ramps and installation of catch basins, filter systems and drywells for

storm drainage.

Work involves extensive traffic control and project scheduling to accommodate local businesses along SR20

during the summer season.

Page 6: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

BID PROPOSAL

Page 2

BID PROPOSAL

SR20 Curb & Sidewalk Improvements Project

Bidder: _______________________________

TWISP

SR-20 CURB & SIDEWALK IMPROVEMENTS

July 18, 2016

No. STD ITEM DIV ITEM QNTY UNIT PRICE EXTENDED

GENERAL REQUIREMENTS

1 1-05 MINOR CHANGE 1.00 EST $15,000.00 $15,000.00

2 1-05 ROADWAY & UTILITIES SURVEYING 1.00 L.S.

3 1-05 RECORD DRAWINGS (MINIMUM BID $500) 1.00 L.S.

4 0001 1-09 MOBILIZATION 1.00 L.S.

5 1-07 SPCC PLAN 1.00 L.S.

6 6971 1-10 PROJECT TEMPORARY TRAFFIC CONTROL 1.00 L.S.

EARTHWORK

7 0025 2-01 CLEARING & GRUBBING 0.34 A.C.

8 0050 2-02 REMOVAL OF STRUCTURES & OBSTRUCTIONS 1.00 L.S.

9 2-02 SAWCUT FLEXIBLE PAVEMENT 3,200.00 L.F.

10 0310 2-03 ROADWAY EXCAVATION, INCL. HAUL 765.00 C.Y.

11 0470 2-03 EMBANKMENT COMPACTION 160.00 C.Y.

12 2-09 SHORING OR EXTRA EXCAVATION CL. A 1.00 L.S.

BASES

12 4-04 CSBC, 4" DEPTH 1,600.00 S.Y.

13 4-04 CSBC, 6" DEPTH 1,670.00 S.Y.

14 4-04 CSTC, 2" DEPTH 1,670.00 S.Y.

SURFACE TREATMENTS & PAVEMENTS

15 5-04 COMMERCIAL HMA, 4" DEPTH 1,650.00 S.Y.

16 5-04 COMMERCIAL HMA, 2" DEPTH 50.00 S.Y.

DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, & CONDUITS

17 3541 7-04 SCHDL. A STORM SEWER PIPE, 8" DIAM. 125.00 L.F.

18 7-05 TREATMENT DEVICE, TYPE A 1.00 E.A.

19 7-05 TREATMENT DEVICE, TYPE B 10.00 E.A.

20 1062 7-05 PRECAST CONCRETE DRYWELL 11.00 E.A.

21 7-05 ADJUST MANHOLE 2.00 E.A.

22 7-08 SR 20 PAVEMENT REPAIR 25.00 S.Y.

23 7-09 ADJUST WATER VALVE 13.00 E.A.

Page 7: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

BID PROPOSAL

Page 3

No. STD ITEM DIV ITEM QNTY UNIT PRICE EXTENDED

MISCELLANEOUS CONSTRUCTION

24 6471 8-01 INLET PROTECTION 1.00 E.A.

25 6373 8-01 SILT FENCE 30.00 L.F.

26 8-01 SEEDING, FERTILIZING, & MULCHING 1,460.00 S.Y.

27 6700 8-04 CEMENT CONC. TRAFFIC CURB & GUTTER 2,260.00 L.F.

28 6707 8-04 CEMENT CONC. PEDESTRIAN CURB 100.00 L.F.

29 8-04 CEMENT CONC. CURB WALL 60.00 L.F.

30 8-06 CEMENT CONC. DRIVEWAY ENTRANCE TYPE 1 875.00 S.Y.

31 7055 8-14 CEMENT CONC. SIDEWALK 715.00 S.Y.

32 8-14 CEMENT CONC. CURB RAMP, SINGLE DIRECTION 6.00 E.A.

33 8-14 CEMENT CONC. CURB RAMP, PARALLEL TYPE A 2.00 E.A.

34 8-18 MAILBOX SUPPORT TYPE 1 1.00 L.S.

35 8-20 RELOCATE POWER POLE 1.00 L.S.

36 6890 8-21 PERMANENT SIGNING 1.00 L.S.

37 6827 8-22 PAINTED WIDE LANE LINE 2,560.00 L.F.

38 8-22 PAINTED BICYCLE LANE SYMBOL 8.00 E.A.

TOTAL BID PRICE: $

Page 8: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

BID PROPOSAL

Page 4

Bidder agrees and understands that:

IF Bid Schedule(s) does not include a separate line item for state sales tax applicable to this construction, all applicable

taxes have been included in the bid items listed herein.

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.

A Bid Bond is an amount of five percent (5%) of the total bid, based upon the approximate estimate of quantities at the

above prices and in the form as stipulated in the contract documents, is attached hereto.

BIDDER acknowledges receipt of the following ADDENDA:

Addendum No. _________________________ Dated ________________________

Addendum No. _________________________ Dated ________________________

Addendum No. _________________________ Dated ________________________

SUBMITTED BY:

_____________________________________

Company Name

_____________________________________

Address

_____________________________________ _______________________________

Phone No. WA Unified Business Identifier (UBI)

Contractor’s License Number Contractor’s Federal ID Number

_____________________________

Signature Date

Page 9: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Local Agency Proposal Bond

KNOW ALL MEN BY THESE PRESENTS, That we,

of as principal, and the

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

authorized to do business in the State of Washington, as surety, are held and firmly bound unto the Stateof Washington in the full and penal sum of five (5) percent of the total amount of the bid proposal of saidprincipal for the work hereinafter described, for the payment of which, well and truly to be made, we bindour 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 orits sealed proposal for the following highway construction, to wit:

NOW, THEREFORE, If the said proposal bid by said principal be accepted, and the contract beawarded to said principal, and if said principal shall duly make and enter into and execute said contractand shall furnish bond as required by the within a period of twenty (20) days from and after saidaward, exclusive of the day of such award, then this obligation shall be null and void, otherwise it shallremain and be in full force and effect.

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

and sealed this ________________________ day of _________________________, _______.

(Principal)

(Surety)

(Attorney-in-fact)

DOT Form 272-001A EF07/2011

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

SR

Page 10: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

ALL SCHEDULES

Page 1 of 2

175-002-SR20 Curb_07 Bidders Qualification Statement.doc

BIDDER’S QUALIFICATION STATEMENT

The BIDDER hereby furnishes the following information to the OWNER as a requirement of his

BID. The BIDDER understands that failure to submit this information may be reason for the

OWNER to reject his bid as being non-responsive.

Statement of BIDDER’S Qualifications:

1. Years in business

2. Number of projects currently under construction

3. Gross value of work under construction

4. Gross value of work not completed

5. Type of work by percent of gross

6. List all projects in past 5 years similar to this project*

Date Project Cost Owner Engineer

Page 11: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

ALL SCHEDULES

Page 2 of 2

175-002-SR20 Curb_07 Bidders Qualification Statement.doc

BIDDER’S QUALIFICATION STATEMENT (Continued)

7. List major equipment to be used on this project and whether it is owner, rented or leased*

8. List all bonding companies and agents in past 10 years and time with each* (including

contact persons and phone numbers)

9. List all banks in past 10 years and time with each* (including contact persons and phone

numbers)

10. The Bidder shall provide a copy of latest financial statement if requested by the Owner.

Submitted by:

Company Street or Box

Signature City, State, Zip

Name and Title

*Attach additional pages if needed.

Page 12: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Failure to return this Declaration as part of the bid proposal packagewill make the bid nonresponsive and ineligible for award.

NON-COLLUSION DECLARATION

I, by signing the proposal, hereby declare, under penalty ofperjury under the laws of the United States that the followingstatements are true and correct:

NOTICE TO ALL BIDDERS

1-800-424-9071

2. That by signing the signature page of this proposal, I amdeemed to have signed and to have agreed to the provisionsof this declaration.

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 offree competitive bidding in connection with the project for which thisproposal is submitted.

To report rigging activities call:

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. Anyonewith knowledge of possible bid rigging, bidder collusion, or other fraudulentactivities should use the “hotline” to report such activities.

The “hotline” is part of USDOT’s continuing effort to identify and investigatehighway construction contract fraud and abuse and is operated under thedirection of the USDOT Inspector General. All information will be treatedconfidentially and caller anonymity will be respected.

DOT Form 272-036I EF07/2011

SR

Page 13: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Local Agency Proposal - Signature Page

The bidder is hereby advised that by signature of this proposal he/she is deemed to have acknowledgedall requirements and signed all certificates contained herein.

Receipt is hereby acknowledged of addendum(s) No.(s)

Signature of Authorized Official(s)

Proposal Must be Signed

Firm Name

Address

State of Washington Contractor’s License No.

Federal ID No.

(1) This proposal form is not transferable and any alteration of the firm’s name entered hereonwithout prior permission from the 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 Instruction to Bidders for building construction jobs.

Note:

, &

DOT Form 272-036K EF07/2011

A proposal guaranty in an amount of five percent (5%) of the total bid, based upon the approximateestimate of quantities at the above prices and in the form as indicated below is attached hereto:

Cash

Cashier’s Check

Certified Check

Proposal Bond

In the Amount of

Dollars

Payable to the State Treasurer

In the Amount of 5% of the Bid

($ )

.

SR

Page 14: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract
Page 15: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Instructions forDisadvantaged Business Enterprise Utilization Certification

(DOT Form 272-056)

DOT Form 272-056A EF InstructionsRevised 07/2011

To be eligible for award of the contract, the bidder shall properly complete and submit a Disadvantaged Business Enterprise Utilization Certification form with the bidder’s sealed Bid Proposal that demonstrateshow the bidder intends to meet the DBE Condition of Award (COA) goal.

Box 1: Name of Bidder (Proposal holder) submitting a bid.

Column 1: Name of the Disadvantaged Business Enterprise (DBE) and Certificate Number.

Column 2: The Project Role that the DBE will be performing as follows;

• Prime,• Joint Venture,• Subcontractor,• Manufacturer,• Regular Dealer*

The role is used to determine what portion of the DBE participation may be credited toward the goal.See Crediting DBE Participation toward Meeting the Goal as described in the DisadvantagedBusiness Enterprise Condition of Award Participation specification.

Column 3: A description of the work to be performed by the DBE consistent with the eligible Descriptionof Work in the Directory of Certified DBE firms. If the DBE is to perform a portion of a biditem, then state Partial and what work is included, e.g., “Electrical (Partial) – Trenching”.“Mobilization” will not be accepted as a description of work as it is not considered a distinctitem of work that a DBE is certified to perform. The bidder may rely upon the descriptorslisted in the Directory of Certified DBE Firms.

Column 4: The dollar amount for each DBE listed in the certification that the prime intends to applytowards meeting the DBE contract goal. It may be that only a portion of the amount paid tothe DBE is eligible as COA participation. See Crediting DBE Participation in the specialprovisions; Disadvantaged Business Enterprise Condition of Award Participation.

Box 2: The goal stated in the contract in terms of a dollar amount or a percentage as noted underthe general special provision; DBE Condition of Award (COA) Goal , DisadvantagedBusiness Enterprise Condition of Award Participation. When expressed as a percentage itis a percentage of the sum total of all bid items as submitted in the bidder’s proposal.

Box 3: The total for column 4. This value must equal or exceed the goal amount.

* Note: In accordance with 49 CFR 26.55(e)(2)(i), if the materials or supplies are purchased from a DBERegular Dealer, the amount to be counted towards the DBE will be sixty percent (60%) of the cost ofthe materials or supplies, e.g., Material cost: $100,000, allowable amount toward DBE goal; $60,000.

Page 16: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Local Agency Disadvantaged Business Enterprise (DBE)Written Confirmation Document

DOT Form 422-031A EF07/2011

Contract Title:

As an authorized representative of the Disadvantaged Business Enterprise (DBE), I confirm that wehave been contacted by the referenced bidder with regard to the referenced project and if the bidderis awarded the contract we will enter into an agreement with the bidder to participate in the projectconsistent with the information provided in the bidder's Disadvantaged Business EnterpriseUtilization Certification.

Bidder's Business Name:

DBE's Business Name:

DBE's Title:

DBE Signature:

Date:

SR

The entries must be consistent with what is shown on the bidder’s Disadvantaged BusinessEnterprise Utilization Certification. Failure to do so will result in bid rejection. See contract provision;Disavantaged Business Enterprise Condition of Award Participation.

Description of Work:

Amount to be Applied Towards Goal:

Page 17: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Local Agency Contract

DOT Form 272-006A EF07/2011

THIS AGREEMENT, made and entered into this day of , .between the , and the

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 shall do all work and furnish all tools, materials, and equipment for:

in accordance with and as described in the attached plans and specifications, and thestandard specifications of the which are by this reference incorporated herein and made part hereofand, shall perform any changes in the work in accord with the Contract Documents.

The Contractor shall provide and bear the expense of all equipment, work and labor, of anysort whatsoever that may be required for the transfer of materials and for constructing andcompleting the work provided for in these Contract Documents except those items mentionedtherein to be furnished by .

II. hereby promises and agrees with the Contractor to employ, and does employ theContractor to provide the materials and to do and cause to be done the above described work and tocomplete and finish the same in accord with the attached plans and specifications and the terms andconditions herein contained and hereby contracts to pay for the same according to the attachedspecifications and the schedule of unit or itemized prices at the time and in the manner and upon theconditions provided for in this contract.

SR

under and by virtue of Title 47 RCW, as amended and

Page 18: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

III. The Contractor for himself/herself, and for his/her heirs, executors, administrators,successors, and assigns, does hereby agree to full performance of all convenants required of theContractor in the contract.

IV. It is further provided that no liability shall attach to the State by reason of enteringinto this contract, except as provided herein.

IN WITNESS WHEREOF, the Contractor has executed this instrument, on the day and yearfirst below written and has caused this instrument to be executed by and in the name of the dayand year first above written.

Executed by the Contractor , .

(Contractor)

By:

Date: ,

DOT Form 272-006A EF07/2011

SR

Local Agency:

Title:

Page 19: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Approved as to form:

[City or County] Attorney, [City of or County] Date

Local Agency Performance Bond

DOT Form 272-002A EF08/2012

PERFORMANCE BONDto [City of or County], WA

Bond No.

The [City of or County], Washington ([City or County]) has awarded to (Principal), a contract for the construction of the project designated as ,ProjectNo. , in [location], Washington (Contract), and said Principal is required to furnish a bond for performance of all obligations under the Contract.

The Principal, and (Surety), a corporation, organized under the laws of the State ofand licensed to do business in the State of Washington as surety and named in the current list of “Surety Companies Acceptable inFederal Bonds” as published in the Federal Register by the Audit Staff Bureau of Accounts, U.S. Treasury Dept., are jointly andseverally held and firmly bound to the [City or County], in the sum of US Dollars ($ ) Total Contract Amount, subject to the provisions herein.

This statutory performance bond shall become null and void, if and when the Principal, its heirs, executors, administrators, successors, or assigns shall well and faithfully perform all of the Principal’s obligations under the Contract and fulfill all terms and conditions of all duly authorized modifications, additions, and changes to said Contract that may hereafter be made, at the time and inthe manner therein specified; and if such performance obligations have not been fulfilled, this bond shall remain in force and effect.

The Surety for value received agrees that no change, extension of time, alteration or addition to the terms of the Contract, thespecifications accompanying the Contract, or to the work to be performed under the Contract shall in any way affect its obligation onthis bond, and waives notice of any change, extension of time, alteration or addition to the terms of the Contract or the workperformed. The Surety agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this bond and notice to Surety is notrequired for such increased obligation.

This bond may be executed in two (2) original counterparts, and shall be signed by the parties’ duly authorized officers. This bond willonly be accepted if it is accompanied by a fully executed and original power of attorney for the office executing on behalf of the surety.

PRINCIPAL SURETY

Surety Signature Date

Printed Name Date

Title

Principal Signature Date

Printed Name Date

Title

Name, address, and telephone of local office/agent of Surety Company is:

Page 20: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Highway ConstructionLocal Agency Payment Bond -

DOT Form 272-003A EF08/2012

PUBLIC WORKS PAYMENT BONDto [City of or County], WA

Bond No.

The [City of or County], Washington ([City or County]) has awarded to (Principal), a contract for the construction of the project designated as ,ProjectNo. , in [location], Washington (Contract), and said Principal is required under the terms of that Contract to furnish a payment bond in accord with Title 39.08 Revised Code of Washington (RCW) and (where applicable) 60.28 RCW.

The Principal, and (Surety), a corporation organized under the laws of the State of and licensed to do business in the State of Washington as surety and named in the current list of “Surety Companies Acceptable inFederal Bonds” as published in the Federal Register by the Audit Staff Bureau of Accounts, U.S. Treasury Dept., are jointly andseverally held and firmly bound to the [City or County], in the sum of US Dollars ($ ) Total Contract Amount, subject to the provisions herein.

This statutory payment bond shall become null and void, if and when the Principal, its heirs, executors, administrators, successors, or assigns shall pay all persons in accordance with RCW 39.08, 39.12, and 60.28 including all workers, laborers, mechanics,subcontractors, and materialmen, and all person who shall supply such contractor or subcontractor with provisions and supplies forthe carrying on of such work, and all taxes incurred on said Contract under Titles 50 and 51 RCW and all taxes imposed on thePrincipal under Title 82 RCW; and if such payment obligations have not been fulfilled, this bond shall remain in full force and effect.

The Surety for value received agrees that no change, extension of time, alteration or addition to the terms of the Contract, thespecifications accompanying the Contract, or to the work to be performed under the Contract shall in any way affect its obligation onthis bond, and waives notice of any changes, extension of time, alteration or addition to the terms of the Contract or the work performed. The Surety agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this bond and notice to Surety is notrequired for such increased obligation.

This bond may be executed in two (2) original counterparts, and shall be signed by the parties’ duly authorized officers. This bond willonly be accepted if it is accompanied by a fully executed and original power of attorney for the office executing on behalf of the surety.

PRINCIPAL SURETY

Surety Signature Date

Printed Name Date

Title

Principal Signature Date

Printed Name Date

Title

Name, address, and telephone of local office/agent of Surety Company is:

Approved as to form:

[City or County] Attorney, [City of or County] Date

Page 21: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

1 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/4/16

INTRO.AP1 1

INTRODUCTION 2

The following Amendments and Special Provisions shall be used in conjunction with the 3 2016 Standard Specifications for Road, Bridge, and Municipal Construction. 4 5

AMENDMENTS TO THE STANDARD SPECIFICATIONS 6 7 The following Amendments to the Standard Specifications are made a part of this contract 8 and supersede any conflicting provisions of the Standard Specifications. For informational 9 purposes, the date following each Amendment title indicates the implementation date of the 10 Amendment or the latest date of revision. 11 12 Each Amendment contains all current revisions to the applicable section of the Standard 13 Specifications and may include references which do not apply to this particular project. 14 15

1-02.AP1 16

Section 1-02, Bid Procedures and Conditions 17

April 4, 2016 18

1-02.4(1) General 19

The first sentence of the last paragraph is revised to read: 20 21

Any prospective Bidder desiring an explanation or interpretation of the Bid Documents, 22 shall request the explanation or interpretation in writing by close of business on the 23 Thursday preceding the bid opening to allow a written reply to reach all prospective 24 Bidders before the submission of their Bids. 25

26

1-02.9 Delivery of Proposal 27

The last sentence of the third paragraph is revised to read: 28 29

The Contracting Agency will not open or consider any Proposal when the Proposal or 30 Bid deposit is received after the time specified for receipt of Proposals or received in a 31 location other than that specified for receipt of Proposals unless an emergency or 32 unanticipated event interrupts normal work processes of the Contracting Agency so that 33 Proposals cannot be received. 34

35 The following new paragraph is inserted before the last paragraph: 36 37

If an emergency or unanticipated event interrupts normal work processes of the 38 Contracting Agency so that Proposals cannot be received at the office designated for 39 receipt of bids as specified in Section 1-02.12 the time specified for receipt of the 40 Proposal will be deemed to be extended to the same time of day specified in the 41 solicitation on the first work day on which the normal work processes of the Contracting 42 Agency resume. 43

44

1-02.12 Public Opening of Proposals 45

This section is supplemented with the following new paragraph: 46 47

Page 22: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

2 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/4/16

If an emergency or unanticipated event interrupts normal work processes of the 1 Contracting Agency so that Proposals cannot be opened at the time indicated in the call 2 for Bids the time specified for opening of Proposals will be deemed to be extended to 3 the same time of day on the first work day on which the normal work processes of the 4 Contracting Agency resume. 5

6

1-06.AP1 7

Section 1-06, Control of Material 8

January 4, 2016 9

This section is supplemented with the following new section and subsections: 10 11

1-06.6 Recycled Materials 12 The Contractor shall make their best effort to utilize recycled materials in the 13 construction of the project; the use of recycled concrete aggregate as specified in 14 Section 1-06.6(1)A is a requirement of the Contract. 15 16 The Contractor shall submit a Recycled Material Utilization Plan as a Type 1 Working 17 Drawing within 30 calendar days after the Contract is executed. The plan shall provide 18 the Contractor’s anticipated usage of recycled materials for meeting the requirements of 19 these Specifications. The quantity of recycled materials will be provided in tons and as 20 a percentage of the Plan quantity for each material listed in Section 9-03.21(1)E Table 21 on Maximum Allowable Percent (By Weight) of Recycled Material. When a Contract 22 does not include Work that requires the use of a material that is included in the 23 requirements for using materials the Contractor may state in their plan that no recycled 24 materials are proposed for use. 25 26 Prior to Physical Completion the Contractor shall report the quantity of recycled 27 materials that were utilized in the construction of the project for each of the items listed 28 in Section 9-03.21. The report shall include hot mix asphalt, recycled concrete 29 aggregate, recycled glass, steel furnace slag and other recycled materials (e.g. 30 utilization of on-site material and aggregates from concrete returned to the supplier). 31 The Contractor’s report shall be provided on DOT Form 350-075 Recycled Materials 32 Reporting. 33 34 1-06.6(1) Recycling of Aggregate and Concrete Materials 35 36 1-06.6(1)A General 37 The minimum quantity of recycled concrete aggregate shall be 25 percent of the total 38 quantity of aggregate that is incorporated into the Contract for those items listed in 39 Section 9-03.21(1)E Table on Maximum Allowable Percent (By Weight) of Recycled 40 Material that allow the use of recycled concrete aggregate. The percentage of recycled 41 material incorporated into the project for meeting the required percentage will be 42 calculated in tons based on the quantity of recycled concrete used on the entire 43 Contract and not as individual items. 44 45 If the Contractor’s total cost for Work with recycled concrete aggregate is greater than 46 without the Contractor may choose to not use recycled concrete aggregate. When the 47 Contractor does not meet the minimum requirement of 25 percent recycled concrete 48 aggregate for the Contract due to costs or any other reason the following shall be 49 submitted: 50

Page 23: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

3 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/4/16

1 1. A cost estimate for each material listed in Section 9-03.21(1)E that is utilized 2

on the Contract. The cost estimate shall include the following: 3 4

a. The estimated costs for the Work for each material with 25 percent 5 recycled concrete aggregate. The cost estimate shall include for each 6 material a copy of the price quote from the supplier with the lowest total 7 cost for the Work. 8

9 b. The estimated costs for the Work for each material without recycled 10

concrete aggregate. 11 12 The Contractor’s cost estimates shall be submitted as an attachment to the Recycled 13 Materials Reporting form. 14

15

1-07.AP1 16

Section 1-07, Legal Relations and Responsibilities to the Public 17

April 4, 2016 18

1-07.1 Laws to be Observed 19

In the second to last sentence of the third paragraph, “WSDOT” is revised to read 20 “Contracting Agency”. 21 22

1-07.2(2) State Sales Tax: WAC 458-20-170 – Retail Sales Tax 23

The last three sentences of the first paragraph are deleted and replaced with the following 24 new sentence: 25 26

The Contractor (Prime or Subcontractor) shall include sales or use tax on the purchase 27 or rental of tools, machinery, equipment, or consumable supplies not integrated into the 28 project, in the unit bid prices. 29

30

1-07.9(2) Posting Notices 31

Items 1 and 2 are revised to read: 32 33

1. EEOC - P/E-1 (revised 11/09, supplemented 09/15) – Equal Employment 34 Opportunity IS THE LAW published by US Department of Labor. Post for projects 35 with federal-aid funding. 36

37 2. FHWA 1022 (revised 05/15) – NOTICE Federal-Aid Project published by Federal 38

Highway Administration (FHWA). Post for projects with federal-aid funding. 39 40 Items 5, 6 and 7 are revised to read: 41 42

5. WHD 1420 (revised 02/13) – Employee Rights and Responsibilities Under The 43 Family And Medical Leave Act published by US Department of Labor. Post on all 44 projects. 45

46 6. WHD 1462 (revised 01/16) – Employee Polygraph Protection Act published by 47

US Department of Labor. Post on all projects. 48 49

Page 24: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

4 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/4/16

7. F416-081-909 (revised 09/15) – Job Safety and Health Law published by 1 Washington State Department of Labor and Industries. Post on all projects. 2

3 Items 9 and 10 are revised to read: 4 5

9. F700-074-909 (revised 06/13) – Your Rights as a Worker in Washington State 6 by Washington State Department of Labor and Industries (L&I). Post on all projects. 7

8 10. EMS 9874 (revised 10/15) – Unemployment Benefits published by Washington 9

State Employment Security Department. Post on all projects. 10 11

1-08.AP1 12

Section 1-08, Prosecution and Progress 13

January 4, 2016 14

1-08.1(1) Prompt Payment, Subcontract Completion and Return of Retainage 15

Withheld 16

In item number 5 of the first paragraph, “WSDOT” is revised to read “Contracting Agency”. 17 18

1-09.AP1 19

Section 1-09, Measurement and Payment 20

April 4, 2016 21

1-09.6 Force Account 22

The second sentence of item number 4 is revised to read: 23 24

A “specialized service” is a work operation that is not typically done by worker 25 classifications as defined by the Washington State Department of Labor and Industries 26 and by the Davis Bacon Act, and therefore bills by invoice for work in road, bridge and 27 municipal construction. 28

29

5-02.AP5 30

Section 5-02, Bituminous Surface Treatment 31

April 4, 2016 32

5-02.3(2) Preparation of Roadway Surface 33

This section is supplemented with the following new subsection: 34 35

5-02.3(2)E Crack Sealing 36 Where shown in the Plans, seal cracks and joints in the pavement in accordance with 37 Section 5-04.3(4)A1 and the following: 38 39

1. Cracks ¼ inch to 1 inch in width - fill with hot poured sealant. 40 41 2. Cracks greater than 1 inch in width – fill with sand slurry. 42

43

Page 25: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

5 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/4/16

5-04.AP5 1

Section 5-04, Hot Mix Asphalt 2

April 4, 2016 3

This section (and all subsections) is revised to read: 4 5

This Section 5-04 is written in a style which, unless otherwise indicated, shall be 6 interpreted as direction to the Contractor. 7 8 5-04.1 Description 9 This Work consists of providing and placing one or more layers of plant-mixed hot mix 10 asphalt (HMA) on a prepared foundation or base, in accordance with these 11 Specifications and the lines, grades, thicknesses, and typical cross-sections shown 12 in the Plans. The manufacture of HMA may include warm mix asphalt (WMA) processes 13 in accordance with these Specifications. 14 15 HMA shall be composed of asphalt binder and mineral materials as required, and may 16 include reclaimed asphalt pavement (RAP) or reclaimed asphalt shingles (RAS), mixed 17 in the proportions specified to provide a homogeneous, stable, and workable mix. 18 19 5-04.2 Materials 20 Provide materials as specified in these sections: 21 22

Asphalt Binder 9-02.1(4) 23 Cationic Emulsified Asphalt 9-02.1(6) 24 Anti-Stripping Additive 9-02.4 25 Warm Mix Asphalt Additive 9-02.5 26 Aggregates 9-03.8 27 Reclaimed Asphalt Pavement (RAP) 9-03.8(3)B 28 Reclaimed Asphalt Shingles (RAS) 9-03.8(3)B 29 Mineral Filler 9-03.8(5) 30 Recycled Material 9-03.21 31 Hot Poured Sealant 9-04.2(1)A 32 Sand Slurry 9-04.2(1)B 33

34 5-04.2(1) How to Get an HMA Mix Design on the QPL 35 Comply with each of the following: 36 37

• Develop the mix design in accordance with WSDOT SOP 732. 38 39 • Develop a mix design that complies with Sections 9-03.8(2) and 9-03.8(6). 40 41 • Develop a mix design no more than 6 months prior to submitting it for QPL 42

evaluation. 43 44 • Submit mix designs to the WSDOT State Materials Laboratory in 45

Tumwater, including WSDOT Form 350-042. 46 47 • Include representative samples of the materials that are to be used in the 48

HMA production as part of the mix design submittal. See Section 5-49 04.2(1)A to determine when to include samples of RAP or RAS. 50

Page 26: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

6 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/4/16

1 • Identify the brand, type, and percentage of anti-stripping additive in the 2

mix design submittal. 3 4 • Include with the mix design submittal a certification from the asphalt 5

binder supplier that the anti-stripping additive is compatible with the crude 6 source and the formulation of asphalt binder proposed for use in the mix 7 design. 8

9 • Do not include warm mix asphalt (WMA) additives when developing a mix 10

design or submitting a mix design for QPL evaluation. The use of warm 11 mix asphalt (WMA) additives is not part of the process for obtaining 12 approval for listing a mix design on the QPL. Refer to Section 5-04.2(2)B. 13

14 The Contracting Agency’s basis for approving, testing, and evaluating HMA mix 15 designs for approval on the QPL is dependent on the contractual basis for 16 acceptance of the HMA mixture, as shown in Table 1. 17 18

Table 1

Basis for Contracting Agency Evaluation of HMA Mix Designs for Approval on the QPL

Contractual Basis for Acceptance of HMA Mixture (see Section 5-04.3(9))

Basis for Contracting Agency Approval of

Mix Design for Placement on QPL

Contracting Agency Materials Testing for Evaluation of the Mix

Design

Statistical Evaluation, or Nonstatistical

Evaluation

WSDOT Standard Practice QC-8

The Contracting Agency will test the mix design materials for compliance with Sections 9-03.8(2) and 9-03.8(6).

Visual Evaluation

Review of Form 350-042 for compliance with

Sections 9-03.8(2) and 9-03.8(6)

The Contracting Agency may elect to test the mix design materials, or evaluate in accordance with WSDOT Standard Practice QC-8, at its sole discretion.

19 If the Contracting Agency approves the mix design, it will be listed on the QPL for 20 12 consecutive months. The Contracting Agency may extend the 12 month listing 21 provided the Contractor submits a certification letter to the Qualified Products 22 Engineer verifying that the aggregate source and job mix formula (JMF) gradation, 23 and asphalt binder crude source and formulation have not changed. The Contractor 24 may submit the certification no sooner than one month prior to expiration of the 25 initial 12 month mix design approval. Within 7 calendar days of receipt of the 26 Contractor’s certification, the Contracting Agency will update the QPL. The 27 maximum duration for approval of a mix design and listing on the QPL will be 24 28 months from the date of initial approval or as approved by the Engineer. 29 30

5-04.2(1)A Mix Designs Containing RAP and/or RAS 31 Mix designs are classified by the RAP and/or RAS content as shown in Table 32 2. 33

Page 27: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

7 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/4/16

1 Table 2

Mix Design Classification Based on RAP/RAS Content

RAP/RAS Classification RAP/RAS Content1

Low RAP/No RAS 0% ≤ RAP% ≤ 20% and RAS% = 0%

High RAP/Any RAS 20% < RAP% ≤ Maximum Allowable RAP2 and/or 0% < RAS% ≤ Maximum Allowable RAS2

1Percentages in this table are by total weight of HMA 2See Table 4 to determine the limits on the maximum amount RAP and/or RAS.

2 5-04.2(1)A1 Low RAP/No RAS – Mix Design Submittals for Placement 3 on QPL 4 For Low RAP/No RAS mix designs, comply with the following additional 5 requirements: 6 7

1. Develop the mix design without the inclusion of RAP. 8 9 2. The asphalt binder grade shall be the grade indicated in the Bid 10

item name or as otherwise required by the Contract. 11 12 3. Do not submit samples of RAP with these mix designs. 13 14 4. Testing RAP or RAS stockpiles is not required for obtaining 15

approval for placing these mix designs on the QPL. 16 17

5-04.2(1)A2 High RAP/Any RAS - Mix Design Submittals for 18 Placement on QPL 19 For High RAP/Any RAS mix designs, comply with the following additional 20 requirements: 21 22

1. For mix designs with any RAS, test the RAS stockpile (and RAP 23 stockpile if any RAP is in the mix design) in accordance with 24 Table 3. 25

26 2. For High RAP mix designs with no RAS, test the RAP stockpile 27

in accordance with Table 3. 28 29 3. For mix designs with High RAP/Any RAS, construct a single 30

stockpile for RAP and a single stockpile for RAS and isolate 31 (sequester) these stockpiles from further stockpiling before 32 beginning development of the mix design. Test the RAP and 33 RAS during stockpile construction as required by item 1 and 2 34 above. Use the test data in developing the mix design, and report 35 the test data to the Contracting Agency on WSDOT Form 350-36 042 as part of the mix design submittal for approval on the QPL. 37 Account for the reduction in asphalt binder contributed from RAS 38

Page 28: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

8 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/4/16

in accordance with AASHTO PP 78. Do not add to these 1 stockpiles after starting the mix design process. 2

3

Table 3

Test Frequency of RAP/RAS During RAP/RAS Stockpile Construction For Approving a High RAP/Any RAS Mix

Design for Placement on the QPL

Test Frequency1 Test for Test Method

• 1/1000 tons of RAP (minimum of 10 per mix design) and

• 1/100 tons of RAS (minimum of 10 per mix

design)

Asphalt Binder Content and Sieve

Analysis of Fine and Coarse Aggregate

FOP for AASHTO T 308 and

FOP for WAQTC T 27/T 11

1“tons”, in this table, refers to tons of the reclaimed material before being incorporated into HMA.

4 4. Limit the amount of RAP and/or RAS used in a High RAP/Any 5

RAS mix design by the amount of binder contributed by the RAP 6 and/or RAS, in accordance with Table 4. 7

8 Table 4

Maximum Amount of RAP and/or RAS in HMA Mixture

Maximum Amount of Binder Contributed from:

RAP RAS

40%1 minus contribution of binder from RAS

20%2

1 Calculated as the weight of asphalt binder contributed from the RAP as a percentage of the total weight of asphalt binder in the mixture.

2 Calculated as the weight of asphalt binder contributed from the RAS as a percentage of the total weight of asphalt binder in the mixture.

9 5. Develop the mix design including RAP, RAS, recycling agent, 10

and new binder. 11 12 6. Extract, recover, and test the asphalt residue from the RAP and 13

RAS stockpiles to determine the percent of recycling agent 14 and/or grade of new asphalt binder needed to meet but not 15 exceed the performance grade (PG) of asphalt binder required 16 by the Contract. 17

18 a. Perform the asphalt extraction in accordance with AASHTO 19

T 164 or ASTM D 2172 using reagent grade 20 trichloroethylene. 21

22 b. Perform the asphalt recovery in accordance with AASHTO R 23

59 or ASTM D 1856. 24 25

Page 29: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

9 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/4/16

c. Test the recovered asphalt residue in accordance with 1 AASHTO R 29 to determine the asphalt binder grade in 2 accordance with Section 9-02.1(4). 3

4 d. After determining the recovered asphalt binder grade, 5

determine the percent of recycling agent and/or grade of 6 new asphalt binder in accordance with ASTM D 4887. 7

8 e. Test the final blend of recycling agent, binder recovered 9

from the RAP and RAS, and new asphalt binder in 10 accordance with AASHTO R 29. The final blended binder 11 shall meet but not exceed the performance grade of asphalt 12 binder required by the Contract and comply with the 13 requirements of Section 9-02.1(4). 14

15 7. Include the following test data with the mix design submittal: 16 17

a. All test data from RAP and RAS stockpile construction. 18 19 b. All data from testing the recovered and blended asphalt 20

binder. 21 22

8. Include representative samples of the following with the mix 23 design submittal: 24

25 a. RAP and RAS. 26 27 b. 100 grams of recovered asphalt residue from the RAP and 28

RAS that are to be used in the HMA production. 29 30

5-04.2(1)B Commercial HMA - Mix Design Submittal for Placement on 31 QPL 32 For HMA used in the Bid item Commercial HMA, in addition to the 33 requirements of 5-04.2(1) identify the following in the submittal: 34 35

1. Commercial HMA 36 37 2. Class of HMA 38 39 3. Performance grade of binder 40 41 4. Equivalent Single Axle Load (ESAL) 42

43 The Contracting Agency may elect to approve Commercial HMA mix designs 44 without evaluation. 45 46 5-04.2(1)C Mix Design Resubmittal for QPL Approval 47 Develop a new mix design and resubmit for approval on the QPL when any of 48 the following changes occur. When these occur, discontinue using the mix 49 design until after it is reapproved on the QPL. 50 51

1. Change in the source of crude petroleum used in the asphalt binder. 52

Page 30: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

10 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/4/16

1 2. Changes in the asphalt binder refining process. 2 3 3. Changes in additives or modifiers in the asphalt binder. 4 5 4. Changes in the anti-strip additive, brand, type or quantity. 6 7 5. Changes to the source of material for aggregate. 8 9 6. Changes to the job mix formula that exceed the amounts as 10

described in item 2 of Section 9-03.8(7), unless otherwise approved 11 by the Engineer. 12

13 7. Changes in the percentage of material from a stockpile, when such 14

changes exceed 5% of the total aggregate weight. 15 16

a. Changes to the percentage of material from a stockpile will be 17 calculated based on the total aggregate weight (not including the 18 weight of RAP) for Low RAP/No RAS mix designs. 19

20 b. For High RAP/Any RAS mix designs, changes in the percentage 21

of material from a stockpile will be based on total aggregate 22 weight including the weight of RAP (and/or RAS when included 23 in the mixture). 24

25 Prior to making any change in the amount of RAS in an approved mix design, 26 notify the Engineer for determination of whether a new mix design is required, 27 and obtain the Engineer’s approval prior to implementing such changes. 28 29

5-04.2(2) Mix Design – Obtaining Project Approval 30 Use only mix designs listed on the Qualified Products List (QPL). Submit WSDOT 31 Form 350-041 to the Engineer to request approval to use a mix design from the 32 QPL. Changes to the job mix formula (JMF) that have been approved on other 33 contracts may be included. The Engineer may reject a request to use a mix design 34 if production of HMA using that mix design on any contract is not in compliance with 35 Section 5-04.3(11)D, E, F, and G for mixture or compaction. 36 37

5-04.2(2)A Changes to the Job Mix Formula 38 The approved mix design obtained from the QPL will be considered the 39 starting job mix formula (JMF) and shall be used as the initial basis for 40 acceptance of HMA mixture, as detailed in Section 5-04.3(9). 41 42 During production the Contractor may request to adjust the JMF. Any 43 adjustments to the JMF will require approval of the Engineer and shall be 44 made in accordance with item 2 of Section 9-03.8(7). After approval by the 45 Engineer, such adjusted JMF’s shall constitute the basis for acceptance of the 46 HMA mixture. 47 48 5-04.2(2)B Using Warm Mix Asphalt Processes 49 The Contractor may, at the Contractor’s discretion, elect to use warm mix 50 asphalt (WMA) processes for producing HMA. WMA processes include 51

Page 31: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

11 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/4/16

organic additives, chemical additives, and foaming. The use of WMA is 1 subject to the following: 2 3

• Do not use WMA processes in the production of High RAP/Any RAS 4 mixtures. 5

• Before using WMA processes, obtain the Engineer’s approval using 6 WSDOT Form 350-076 to describe the proposed WMA process. 7

8 5-04.3 Construction Requirements 9

5-04.3(1) Weather Limitations 10 Do not place HMA for wearing course on any Traveled Way beginning October 1st 11 through March 31st of the following year, without written concurrence from the 12 Engineer. 13 14 Do not place HMA on any wet surface, or when the average surface temperatures 15 are less than those specified in Table 5, or when weather conditions otherwise 16 prevent the proper handling or finishing of the HMA. 17 18

Table 5

Minimum Surface Temperature for Paving

Compacted Thickness (Feet)

Wearing Course Other Courses

Less than 0.10 55°F 45°F

0.10 to 0.20 45°F 35°F

More than 0.20 35°F 35°F

19 5-04.3(2) Paving Under Traffic 20 These requirements apply when the Roadway being paved is open to traffic. 21 22 In hot weather, the Engineer may require the application of water to the pavement 23 to accelerate the finish rolling of the pavement and to shorten the time required 24 before reopening to traffic. 25 26 During paving operations, maintain temporary pavement markings throughout the 27 project. Install temporary pavement markings on the Roadway prior to opening to 28 traffic. Temporary pavement markings shall comply with Section 8-23. 29 30 5-04.3(3) Equipment 31

5-04.3(3)A Mixing Plant 32 Equip mixing plants as follows. 33 34

1. Use tanks for storage and preparation of asphalt binder which: 35 36

• Heat the contents by means that do not allow flame to contact 37 the contents or the tank, such as by steam or electricity. 38

39 • Heat and hold contents at the required temperatures. 40 41 • Continuously circulate contents to provide uniform temperature 42

and consistency during the operating period. 43 44

Page 32: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

12 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/4/16

• Provide an asphalt binder sampling valve, in either the storage 1 tank or the supply line to the mixer. 2

3 2. Provide thermometric equipment: 4

5 • In the asphalt binder feed line near the charging valve at the 6

mixer unit, capable of detecting temperature ranges expected in 7 the HMA and in a location convenient and safe for access by 8 Inspectors. 9

10 • At the discharge chute of the drier to automatically register or 11

indicate the temperature of the heated aggregates, and situated 12 in full view of the plant operator. 13

14 3. When heating asphalt binder: 15 16

• Do not exceed the maximum temperature of the asphalt binder 17 recommended by the asphalt binder supplier. 18

19 • Avoid local variations in heating. 20 21 • Provide a continuous supply of asphalt binder to the mixer at a 22

uniform average temperature with no individual variations 23 exceeding 25°F. 24

25 4. Provide a mechanical sampler for sampling mineral materials 26

that: 27 28

• Meets the crushing or screening requirements of Section 1-05.6. 29 30

5. Provide HMA sampling equipment that complies with WSDOT 31 SOP T-168. 32

33 • Use a mechanical sampling device installed between the 34

discharge of the silo and the truck transport, approved by the 35 Engineer, or 36

37 • Platforms or devices to enable sampling from the truck transport 38

without entering the truck transport for sampling HMA. 39 40 6. Provide for setup and operation of the Contracting Agency’s 41

field testing: 42 43

• As required in Section 3-01.2(2). 44 45

7. Provide screens or a lump breaker: 46 47

• When using any RAP or any RAS, to eliminate oversize RAP or 48 RAS particles from entering the pug mill or drum mixer. 49

50

Page 33: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

13 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/4/16

5-04.3(3)B Hauling Equipment 1 Provide HMA hauling equipment with tight, clean, smooth metal beds and a 2 cover of canvas or other suitable material of sufficient size to protect the HMA 3 from adverse weather. Securely attach the cover to protect the HMA whenever 4 the weather conditions during the work shift include, or are forecast to include, 5 precipitation or an air temperature less than 45°F. 6 7 Prevent HMA from adhering to the hauling equipment. Spray metal beds with 8 an environmentally benign release agent. Drain excess release agent prior to 9 filling hauling equipment with HMA. Do not use petroleum derivatives or other 10 coating material that contaminate or alter the characteristics of the HMA. For 11 hopper trucks, operate the conveyer during the process of applying the release 12 agent. 13 14 5-04.3(3)C Pavers 15 Use self-contained, power-propelled pavers provided with an internally heated 16 vibratory screed that is capable of spreading and finishing courses of HMA in 17 lane widths required by the paving section shown in the Plans. 18 19 When requested by the Engineer, provide written certification that the paver is 20 equipped with the most current equipment available from the manufacturer for 21 the prevention of segregation of the coarse aggregate particles. The 22 certification shall list the make, model, and year of the paver and any 23 equipment that has been retrofitted to the paver. 24 25 Operate the screed in accordance with the manufacturer’s recommendations 26 and in a manner to produce a finished surface of the required evenness and 27 texture without tearing, shoving, segregating, or gouging the mixture. Provide 28 a copy of the manufacturer’s recommendations upon request by the 29 Contracting Agency. Extensions to the screed will be allowed provided they 30 produce the same results, including ride, density, and surface texture as 31 obtained by the primary screed. In the Travelled Way do not use extensions 32 without both augers and an internally heated vibratory screed. 33 34 Equip the paver with automatic screed controls and sensors for either or both 35 sides of the paver. The controls shall be capable of sensing grade from an 36 outside reference line, sensing the transverse slope of the screed, and 37 providing automatic signals that operate the screed to maintain the desired 38 grade and transverse slope. Construct the sensor so it will operate from a 39 reference line or a mat referencing device. The transverse slope controller 40 shall be capable of maintaining the screed at the desired slope within plus or 41 minus 0.1 percent. 42 43 Equip the paver with automatic feeder controls, properly adjusted to maintain a 44 uniform depth of material ahead of the screed. 45 46 Manual operation of the screed is permitted in the construction of irregularly 47 shaped and minor areas. These areas include, but are not limited to, gore 48 areas, road approaches, tapers and left-turn channelizations. 49 50 When specified in the Contract, provide reference lines for vertical control. 51 Place reference lines on both outer edges of the Traveled Way of each 52

Page 34: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

14 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/4/16

Roadway. Horizontal control utilizing the reference line is permitted. 1 Automatically control the grade and slope of intermediate lanes by means of 2 reference lines or a mat referencing device and a slope control device. When 3 the finish of the grade prepared for paving is superior to the established 4 tolerances and when, in the opinion of the Engineer, further improvement to 5 the line, grade, cross-section, and smoothness can best be achieved without 6 the use of the reference line, a mat referencing device may be substituted for 7 the reference line. Substitution of the device will be subject to the continued 8 approval of the Engineer. A joint matcher may be used subject to the approval 9 of the Engineer. The reference line may be removed after completion of the 10 first course of HMA when approved by the Engineer. Whenever the Engineer 11 determines that any of these methods are failing to provide the necessary 12 vertical control, the reference lines will be reinstalled by the Contractor. 13 14 Furnish and install all pins, brackets, tensioning devices, wire, and accessories 15 necessary for satisfactory operation of the automatic control equipment. 16 17 If the paving machine in use is not providing the required finish, the Engineer 18 may suspend Work as allowed by Section 1-08.6. 19 20 5-04.3(3)D Material Transfer Device or Material Transfer Vehicle 21 Use a material transfer device (MTD) or material transfer vehicle (MTV) to 22 deliver the HMA from the hauling equipment to the paving machine for any lift 23 in (or partially in) the top 0.30 feet of the pavement section used in traffic 24 lanes. However, an MTD/V is not required for HMA placed in irregularly 25 shaped and minor areas such as tapers and turn lanes, or for HMA mixture 26 that is accepted by Visual Evaluation. At the Contractor’s request the Engineer 27 may approve paving without an MTD/V; the Engineer will determine if an 28 equitable adjustment in cost or time is due. If a windrow elevator is used, the 29 Engineer may limit the length of the windrow in urban areas or through 30 intersections. 31 32 To be approved for use, an MTV: 33 34

1. Shall be a self-propelled vehicle, separate from the hauling vehicle or 35 paver. 36

37 2. Shall not connected to the hauling vehicle or paver. 38 39 3. May accept HMA directly from the haul vehicle or pick up HMA from a 40

windrow. 41 42 4. Shall mix the HMA after delivery by the hauling equipment and prior 43

to placement into the paving machine. 44 45 5. Shall mix the HMA sufficiently to obtain a uniform temperature 46

throughout the mixture. 47 48

To be approved for use, an MTD: 49 50

1. Shall be positively connected to the paver. 51 52

Page 35: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

15 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/4/16

2. May accept HMA directly from the haul vehicle or pick up HMA from a 1 windrow. 2

3 3. Shall mix the HMA after delivery by the hauling equipment and prior 4

to placement into the paving machine. 5 6 4. Shall mix the HMA sufficiently to obtain a uniform temperature 7

throughout the mixture. 8 9 5-04.3(3)E Rollers 10 Operate rollers in accordance with the manufacturer’s recommendations. 11 When requested by the Engineer, provide a Type 1 Working Drawing of the 12 manufacturer’s recommendation for the use of any roller planned for use on 13 the project. Do not use rollers that crush aggregate, produce pickup or 14 washboard, unevenly compact the surface, displace the mix, or produce other 15 undesirable results. 16 17

5-04.3(4) Preparation of Existing Paved Surfaces 18 Before constructing HMA on an existing paved surface, the entire surface of the 19 pavement shall be clean. Entirely remove all fatty asphalt patches, grease 20 drippings, and other deleterious substances from the existing pavement to the 21 satisfaction of the Engineer. Thoroughly clean all pavements or bituminous 22 surfaces of dust, soil, pavement grindings, and other foreign matter. Thoroughly 23 remove any cleaning or solvent type liquids used to clean equipment spilled on the 24 pavement before paving proceeds. Fill all holes and small depressions with an 25 appropriate class of HMA. Level and thoroughly compact the surface of the patched 26 area. 27 28 Apply a uniform coat of asphalt (tack coat) to all paved surfaces on which any 29 course of HMA is to be placed or abutted. Apply tack coat to cover the cleaned 30 existing pavement with a thin film of residual asphalt free of streaks and bare spots. 31 Apply a heavy application of tack coat to all joints. For Roadways open to traffic, 32 limit the application of tack coat to surfaces that will be paved during the same 33 working shift. Equip the spreading equipment with a thermometer to indicate the 34 temperature of the tack coat material. 35 36 Do not operate equipment on tacked surfaces until the tack has broken and cured. 37 Repair tack coat damaged by the Contractor’s operation, prior to placement of the 38 HMA. 39 40 Unless otherwise approved by the Engineer, use CSS-1, CSS-1h, or Performance 41 Graded (PG) asphalt for tack coat. The CSS-1 and CSS-1h emulsified asphalt may 42 be diluted with water at a rate not to exceed one part water to one part emulsified 43 asphalt. Do not allow the tack coat material to exceed the maximum temperature 44 recommended by the asphalt supplier. 45 46 When shown in the Plans, prelevel uneven or broken surfaces over which HMA is 47 to be placed by using an asphalt paver, a motor patrol grader, or by hand raking, as 48 approved by the Engineer. 49 50

Page 36: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

16 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/4/16

5-04.3(4)A Crack Sealing 1 5-04.3(4)A1 General 2 When the Proposal includes a pay item for crack sealing, seal all cracks ¼ 3 inch in width and greater. 4 5 Cleaning: Ensure that cracks are thoroughly clean, dry and free of all 6 loose and foreign material when filling with crack sealant material. Use a 7 hot compressed air lance to dry and warm the pavement surfaces within 8 the crack immediately prior to filling a crack with the sealant material. Do 9 not overheat pavement. Do not use direct flame dryers. Routing cracks is 10 not required. 11 12 Sand Slurry: For cracks that are to be filled with sand slurry, thoroughly 13 mix the components and pour the mixture into the cracks until full. Add 14 additional CSS-1 emulsified asphalt to the sand slurry as needed for 15 workability to ensure the mixture will completely fill the crack. Strike off 16 the sand slurry flush with the existing pavement surface and allow the 17 mixture to cure. Top off cracks that were not completely filled with 18 additional sand slurry. Do not place the HMA overlay until the slurry has 19 fully cured. 20 21 Hot Poured Sealant: For cracks that are to be filled with hot poured 22 sealant, apply the material in accordance with these requirements and the 23 manufacturer's recommendations. Furnish a Type 1 Working Drawing of 24 the manufacturer's recommendations to the Engineer prior to the start of 25 work, including the manufacturer’s recommended heating time and 26 temperatures, allowable storage time and temperatures after initial 27 heating, allowable reheating criteria, and application temperature range. 28 Confine hot poured sealant material within the crack. Clean any overflow 29 of sealant from the pavement surface. If, in the opinion of the Engineer, 30 the Contractor’s method of sealing the cracks with hot poured sealant 31 results in an excessive amount of material on the pavement surface, stop 32 and correct the operation to eliminate the excess material. 33 34 5-04.3(4)A2 Crack Sealing Areas Prior to Paving 35 In areas where HMA will be placed, use sand slurry to fill the cracks. 36 37 5-04.3(4)A3 Crack Sealing Areas Not to be Paved 38 In areas where HMA will not be placed, fill the cracks as follows: 39 40

1. Cracks ¼ inch to 1 inch in width - fill with hot poured sealant. 41 42 2. Cracks greater than 1 inch in width – fill with sand slurry. 43

44 5-04.3(4)B Soil Residual Herbicide 45 Where shown in the Plans, apply one application of an approved soil residual 46 herbicide. Comply with Section 8-02.3(3)B. Complete paving within 48 hours of 47 applying the herbicide. 48 49 Use herbicide registered with the Washington State Department of Agriculture 50 for use under pavement. Before use, obtain the Engineer’s approval of the 51

Page 37: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

17 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/4/16

herbicide and the proposed rate of application. Include the following 1 information in the request for approval of the material: 2 3

1. Brand Name of the Material, 4 5 2. Manufacturer, 6 7 3. Environmental Protection Agency (EPA) Registration Number, 8 9 4. Material Safety Data Sheet, and 10 11 5. Proposed Rate of Application. 12

13 5-04.3(4)C Pavement Repair 14 Excavate pavement repair areas and backfill these with HMA in accordance 15 with the details shown in the Plans and as staked. Conduct the excavation 16 operations in a manner that will protect the pavement that is to remain. Repair 17 pavement not designated to be removed that is damaged as a result of the 18 Contractor’s operations to the satisfaction of the Engineer at no cost to the 19 Contracting Agency. Excavate only within one lane at a time unless approved 20 otherwise by the Engineer. Do not excavate more area than can be completely 21 backfilled and compacted during the same shift. 22 23 Unless otherwise shown in the Plans or determined by the Engineer, excavate 24 to a depth of 1.0 feet. The Engineer will make the final determination of the 25 excavation depth required. 26 27 The minimum width of any pavement repair area shall be 40 inches unless 28 shown otherwise in the Plans. Before any excavation, sawcut the perimeter of 29 the pavement area to be removed unless the pavement in the pavement repair 30 area is to be removed by a pavement grinder. 31 32 Excavated materials shall be the property of the Contractor and shall be 33 disposed of in a Contractor-provided site off the Right of Way or used in 34 accordance with Sections 2-02.3(3) or 9-03.21. 35 36 Apply a heavy application of tack coat to all surfaces of existing pavement in 37 the pavement repair area, in accordance with Section 5-04.3(4). 38 39 Place the HMA backfill in lifts not to exceed 0.35-foot compacted depth. 40 Thoroughly compact each lift by a mechanical tamper or a roller. 41 42 5-04.3(5) Producing/Stockpiling Aggregates, RAP, & RAS 43 Produce aggregate in compliance with Section 3-01. Comply with Section 3-02 44 for preparing stockpile sites, stockpiling, and removing from stockpile each of 45 the following: aggregates, RAP, and RAS. Provide sufficient storage space for 46 each size of aggregate, RAP and RAS. Fine aggregate or RAP may be 47 uniformly blended with the RAS as a method of preventing the agglomeration 48 of RAS particles. Remove the aggregates, RAP and RAS from stockpile(s) in a 49 manner that ensures minimal segregation when being moved to the HMA plant 50 for processing into the final mixture. Keep different aggregate sizes separated 51 until they have been delivered to the HMA plant. 52

Page 38: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

18 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/4/16

1 5-04.3(5)A Stockpiling RAP or RAS for High RAP/Any RAS Mixes 2 Do not place any RAP or RAS into a stockpile which has been 3 sequestered for a High RAP/Any RAS mix design. Do not incorporate any 4 RAP or RAS into a High RAP/Any RAS mixture from any source other 5 than the stockpile which was sequestered for approval of that particular 6 High RAP/Any RAS mix design. 7 8 RAP that is used in a Low RAP/No RAS mix is not required to come from 9 a sequestered stockpile. 10

11 5-04.3(6) Mixing 12 The asphalt supplier shall introduce anti-stripping additive, in the amount 13 designated on the QPL for the mix design, into the asphalt binder prior to 14 shipment to the asphalt mixing plant. 15 16 Anti-strip is not required for temporary work that will be removed prior to 17 Physical Completion. 18 19 Use asphalt binder of the grade, and from the supplier, in the approved mix 20 design. 21 22 Prior to introducing reclaimed materials into the asphalt plant, remove wire, 23 nails, and other foreign material. Discontinue use of the reclaimed material if 24 the Engineer, in their sole discretion, determines the wire, nails, or other 25 foreign material to be excessive. 26 27 Size RAP and RAS prior to entering the mixer to provide uniform and 28 thoroughly mixed HMA. If there is evidence of the RAP or RAS not breaking 29 down during the heating and mixing of the HMA, immediately suspend the use 30 of the RAP or RAS until changes have been approved by the Engineer. 31 32 After the required amount of mineral materials, RAP, RAS, new asphalt binder 33 and recycling agent have been introduced into the mixer, mix the HMA until 34 complete and uniform coating of the particles and thorough distribution of the 35 asphalt binder throughout the mineral materials, RAP and RAS is ensured. 36 37 Upon discharge from the mixer, ensure that the temperature of the HMA does 38 not exceed the optimum mixing temperature shown on the approved Mix 39 Design Report by more than 25°F, or as approved by the Engineer. When a 40 WMA additive is included in the manufacture of HMA, do not heat the WMA 41 additive (at any stage of production including in binder storage tanks) to a 42 temperature higher than the maximum recommended by the manufacturer of 43 the WMA additive. 44 45 A maximum water content of 2 percent in the mix, at discharge, will be allowed 46 providing the water causes no problems with handling, stripping, or flushing. If 47 the water in the HMA causes any of these problems, reduce the moisture 48 content. 49 50 During the daily operation, HMA may be temporarily held in approved storage 51 facilities. Do not incorporate HMA into the Work that has been held for more 52

Page 39: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

19 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/4/16

than 24 hours after mixing. Provide an easily readable, low bin-level indicator 1 on the storage facility that indicates the amount of material in storage. Waste 2 the HMA in storage when the top level of HMA drops below the top of the cone 3 of the storage facility, except as the storage facility is being emptied at the end 4 of the working shift. Dispose of rejected or waste HMA at no expense to the 5 Contracting Agency. 6 7 5-04.3(7) Spreading and Finishing 8 Do not exceed the maximum nominal compacted depth of any layer in any 9 course, as shown in Table 6, unless approved by the Engineer: 10 11

Table 6

Maximum Nominal Compacted Depth of Any Layer

HMA Class Wearing Course Other than Wearing

Course

1 inch 0.35 feet 0.35 feet

¾ and ½ inch 0.30 feet 0.35 feet 3∕8 inch 0.15 feet 0.15 feet

12 Use HMA pavers complying with Section 5-04.3(3) to distribute the mix. On 13 areas where irregularities or unavoidable obstacles make the use of 14 mechanical spreading and finishing equipment impractical, the paving may be 15 done with other equipment or by hand. 16 17 When more than one JMF is being utilized to produce HMA, place the material 18 produced for each JMF with separate spreading and compacting equipment. 19 Do not intermingle HMA produced from more than one JMF. Each strip of HMA 20 placed during a work shift shall conform to a single JMF established for the 21 class of HMA specified unless there is a need to make an adjustment in the 22 JMF. 23 24 5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA 25 Sample aggregate for meeting the requirements of Section 3-04 prior to being 26 incorporated into HMA. (The acceptance data generated for the Section 3-04 27 acceptance analysis will not be commingled with the acceptance data 28 generated for the Section 5-04.3(9) acceptance analysis.) Aggregate 29 acceptance samples shall be taken as described in Section 3-04. Aggregate 30 acceptance testing will be performed by the Contracting Agency. Aggregate 31 contributed from RAP and/or RAS will not be evaluated under Section 3-04. 32 33 For aggregate that will be used in HMA mixture which will be accepted by 34 either Statistical or Nonstatistical Evaluation, the Contracting Agency’s 35 acceptance of the aggregate will be based on: 36 37

1. Samples taken prior to mixing with asphalt binder, RAP, or RAS; 38 39 2. Testing for the materials properties of fracture, uncompacted void 40

content, and sand equivalent; 41 42 3. Evaluation by the Contracting Agency in accordance with Section 3-43

04, including price adjustments as described therein. 44 45

Page 40: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

20 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/4/16

For aggregate that will be used in HMA which will be accepted by Visual 1 Evaluation, evaluation in accordance with items 1, 2, and 3 above is at the 2 discretion of the Engineer. 3 4 5-04.3(9) HMA Mixture Acceptance 5 The Contracting Agency will evaluate HMA mixture for acceptance by one of 6 three methods as determined from the criteria in Table 7. 7 8

Table 7

Basis of Acceptance for HMA Mixture

Visual Evaluation

Nonstatistical Evaluation

Statistical Evaluation

Criteria for

Selecting the

Evaluation Method

Commercial HMA placed at any location

Any HMA placed in: o sidewalks o road approaches o ditches o slopes o paths o trails o gores o prelevel o temporary

pavement1 o pavement repair

Other nonstructural applications of HMA as approved by the Engineer

All HMA mixture of the same class and PG binder grade with a Proposal quantity less than 4,000 tons. (Exclude the tonnage of HMA mixture accepted by Visual Evaluation.)

All HMA mixture other than that accepted by Visual or Nonstatistical Evaluation

1 Temporary pavement is HMA that will be removed before Physical Completion of the Contract.

9 5-04.3(9)A Mixture Acceptance – Test Section 10 This Section applies to HMA mixture accepted by Statistical Evaluation 11 and mixture accepted by Nonstatistical Evaluation. A test section is not 12 allowed for HMA accepted by Visual Evaluation. 13 14 The purpose of a test section is to determine, at the beginning of paving, 15 whether or not the Contractor’s mix design and production processes will 16 produce HMA meeting the Contract requirements related to mixture. 17 18 Use Table 8 to determine when a test section is required, optional, or not 19 allowed, and to determine when test sections may end for an individual 20 mix design. Each mix design will be evaluated independently for the test 21 section requirements. 22 23 Construct HMA mixture test sections at the beginning of paving, using at 24 least 600 tons and a maximum of 1,000 tons or as approved by the 25 Engineer. Each test section shall be constructed in one continuous 26 operation. Each test section shall be considered a lot. The mixture in each 27

Page 41: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

21 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/4/16

test section will be evaluated based on the criteria in Table 9 to determine 1 if test sections for that mix design may stop. 2 3 If more than one test section is required, each test section shall be 4 separately by the criteria in table 8 and 9. 5 6

Table 8

Criteria for Conducting and Evaluating HMA Mix Texture Sections (For HMA Mixture Accepted by Statistical or Nonstatistical Evaluation)

High RAP/Any RAS Low RAP/No RAS

Is Mixture Test Section Optional or Mandatory?

Mandatory1 At Contractor’s

Option3

Waiting period after paving the test section.

4 calendar days2 4 calendar days2

What Must Happen to Stop Performing Test Sections?

Meet “Results Required to Stop Performing Test

Sections” in Table 9 for High RAP/Any

RAS.

Provide samples and respond to WSDOT test

results required by Table 9 for Low RAP/No RAS.

1If a mix design has produced an acceptable test section on a previous contract (paved in the same calendar year, from the same plant, using the same JMF) the test section may be waived if approved by the Engineer.

2This is to provide time needed by the Contracting Agency to complete testing and the Contractor to adjust the mixture in response to those test results. Paving may resume when this is done.

3For HMA with Low RAP/No RAS, which is accepted by Nonstatistical Evaluation, a test section is not allowed.

7 Table 9

Results Required to Stop Performing HMA Mixture Test Sections1 (For HMA Mixture Accepted by Statistical or Nonstatistical

Evaluation)

Test Property Type of HMA

High RAP/Any RAS Low RAP/No RAS

Gradation

Minimum PFi of 0.95 based on the criteria

in Section 5-04.3(9)B42

None4

Asphalt Binder

Minimum PFi of 0.95 based on the criteria

in Section 5-04.3(9)B42

None4

Va

Minimum PFi of 0.95 based on the criteria

in Section 5-04.3(9)B42

None4

Hamburg Wheel Track Indirect Tensile Strength

Meet requirements of Section 9-03.8(2).3

These tests will not be done as part of

Page 42: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

22 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/4/16

Test Section.

Sand Equivalent Uncompacted Void Content

Fracture

Meet requirements of Section 9-03.8(2).3

None3

1In addition to the requirements of this table, acceptance of the HMA mixture used in each test section is subject to the acceptance criteria and price adjustments for Statistical Evaluation or Non-statistical Evaluation (see Table 7).

2Divide the test section lot into three sublots, approximately equal in size. Take one sample from each sublot, and test each sample for all of the properties in the first column.

3Take one sample for each test section lot. Test the sample for all of the properties in the first column.

4Divide the test section lot into three sublots, approximately equal in size. Take one sample from each sublot, and test each sample for all of the properties in the first column. There are no criteria for discontinuing test sections for these mixes; however, the contractor must comply with Section 5-04.3(11)F before resuming paving.

1 5-04.3(9)B Mixture Acceptance – Statistical Evaluation 2

5-04.3(9)B1 Mixture Statistical Evaluation – Lots and Sublots 3 HMA mixture which is accepted by Statistical Evaluation will be 4 evaluated by the Contracting Agency dividing that HMA tonnage into 5 mixture lots, and each mixture lot will be evaluated using stratified 6 random sampling by the Contracting Agency sub-dividing each 7 mixture lot into mixture sublots. All mixture in a mixture lot shall be of 8 the same mix design. The mixture sublots will be numbered in the 9 order in which the mixture (of a particular mix design) is paved. 10 11 Each mixture lot comprises a maximum of 15 mixture sublots, except: 12 13

• The final mixture lot of each mix design on the Contract will 14 comprise a maximum of 25 sublots. 15

• A mixture lot for a test section, which will consist of the three 16 sublots and corresponding test results used in evaluating 17 the test section for gradation, asphalt binder, and Va. 18

19 Each mixture sublot shall be approximately uniform in size with the 20 maximum mixture sublot size as specified in Table 10. The quantity of 21 material represented by the final mixture sublot of the project, for 22 each mix design on the project, may be increased to a maximum of 23 two times the mixture sublot quantity calculated. Should a lot 24 accepted by statistical evaluation contain fewer than three sublots, 25 the HMA will be accepted in accordance with nonstatistical 26 evaluation. 27 28

Table 10

Maximum HMA Mixture Sublot Size For HMA Accepted by Statistical Evaluation

HMA Original Plan Quantity (tons)1

Maximum Sublot Size (tons)2

< 20,000 1,000

Page 43: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

23 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/4/16

20,000 to 30,000 1,500

>30,000 2,000 1 “Plan quantity” means the plan quantity of all HMA of the same class and binder grade which is accepted by Statistical Evaluation.

2 The maximum sublot size for each combination of HMA class and binder grade shall be calculated separately.

1 • For a mixture lot in progress with a mixture CPF less than 2

0.75, a new mixture lot will begin at the Contractor’s request 3 after the Engineer is satisfied that material conforming to the 4 Specifications can be produced. See also Section 5-5 04.3(11)F. 6

7 • If, before completing a mixture lot, the Contractor requests a 8

change to the JMF which is approved by the Engineer, the 9 mixture produced in that lot after the approved change will 10 be evaluated on the basis of the changed JMF, and the 11 mixture produced in that lot before the approved change will 12 be evaluated on the basis of the unchanged JMF; however, 13 the mixture before and after the change will be evaluated in 14 the same lot. Acceptance of subsequent mixture lots will be 15 evaluated on the basis of the changed JMF. 16

17 5-04.3(9)B2 Mixture Statistical Evaluation – Sampling 18 Comply with Section 1-06.2(1). 19 20 Samples of HMA mixture which is accepted by Statistical Evaluation 21 will be randomly selected from within each sublot, with one sample 22 per sublot. The Engineer will determine the random sample location 23 using WSDOT Test Method T 716. The Contractor shall obtain the 24 sample when ordered by the Engineer. The Contractor shall sample 25 the HMA mixture in the presence of the Engineer and in accordance 26 with FOP for WAQTC T 168. 27 28 5-04.3(9)B3 Mixture Statistical Evaluation – Acceptance Testing 29 Comply with Section 1-06.2(1). 30 31 The Contracting Agency will test the mixture sample from each sublot 32 (including sublots in a test section) for the properties shown in Table 33 11. 34 35

Table 11

Testing Required for each HMA Mixture Sublot

Test Procedure Performed by

Va WSDOT SOP 731

Engineer

Asphalt Binder Content FOP for AASHTO T 308

Engineer

Gradation: Percent Passing 1½″, 1″, ¾″, ½″, ⅜″, No. 4, No. 8, No. 200

FOP for WAQTC T 27/T 11

Engineer

Page 44: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

24 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/4/16

1 The mixture samples and tests taken for the purpose of determining 2 acceptance of the test section (as described in Section 5-04.3(9)A) 3 shall also be used as the test results for acceptance of the mixture 4 described in 5-04.3(9)B3, 5-04.3(9)B4, 5-04.3(9)B5, and 5-04.3(9)B6. 5 6 5-04.3(9)B4 Mixture Statistical Evaluation – Pay Factors 7 Comply with Section 1-06.2(2). 8 9 The Contracting Agency will determine a pay factor (PFi) for each of 10 the properties in Table 11, for each mixture lot, using the quality level 11 analysis in Section 1-06.2(2)D. For Gradation, a pay factor will be 12 calculated for each of the sieve sizes listed in Table 11 which is equal 13 to or smaller than the maximum allowable aggregate size (100 14 percent passing sieve) of the HMA mixture. The USL and LSL shall 15 be calculated using the Job Mix Formula Tolerances (for Statistical 16 Evaluation) in Section 9-03.8(7). 17 18 If a constituent is not measured in accordance with these 19 Specifications, its individual pay factor will be considered 1.00 in 20 calculating the Composite Pay Factor (CPF). 21 22 5-04.3(9)B5 Mixture Statistical Evaluation – Composite Pay 23 Factors (CPF) 24 Comply with Section 1-06.2(2). 25 26 In accordance with Section 1-06.2(2)D4, the Contracting Agency will 27 determine a Composite Pay Factor (CPF) for each mixture lot from 28 the pay factors calculated in Section 5-04.3(9)B4, using the price 29 adjustment factors in Table 12. Unless otherwise specified, the 30 maximum CPF for HMA mixture shall be 1.05. 31 32

Table 12

HMA Mixture Price Adjustment Factors

Constituent Factor “f”

All aggregate passing: 1½″, 1″, ¾″, ½″, ⅜″ and No.4 sieves

2

All aggregate passing No. 8 sieve 15

All aggregate passing No. 200 sieve 20

Asphalt binder 40

Air Voids (Va) 20

33 5-04.3(9)B6 Mixture Statistical Evaluation – Price Adjustments 34 For each HMA mixture lot, a Job Mix Compliance Price Adjustment 35 will be determined and applied, as follows: 36 37

JMCPA = [0.60 x (CPF – 1.00)] x Q x UP 38 39

Where 40 41

JMCPA = Job Mix Compliance Price Adjustment for a given lot of 42 mixture ($) 43

Page 45: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

25 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/4/16

CPF = Composite Pay factor for a given lot of mixture 1 (maximum is 1.05) 2

Q = Quantity in a given lot of mixture (tons) 3 UP = Unit price of the HMA in a given lot of mixture ($/ton) 4 5

5-04.3(9)B7 Mixture Statistical Evaluation – Retests 6 The Contractor may request that a mixture sublot be retested. To 7 request a retest, submit a written request to the Contracting Agency 8 within 7 calendar days after the specific test results have been posted 9 to the website or emailed to the Contractor, whichever occurs first. 10 The Contracting Agency will send a split of the original acceptance 11 sample for testing by the Contracting Agency to either the Region 12 Materials Laboratory or the State Materials Laboratory as determined 13 by the Engineer. The Contracting Agency will not test the split of the 14 sample with the same equipment or by the same tester that ran the 15 original acceptance test. The sample will be tested for a complete 16 gradation analysis, asphalt binder content, and Va, and the results of 17 the retest will be used for the acceptance of the HMA mixture in place 18 of the original mixture sublot sample test results. The cost of testing 19 will be deducted from any monies due or that may come due the 20 Contractor under the Contract at the rate of $250 per sample. 21 22

5-04.3(9)C Mixture Acceptance – Nonstatistical Evaluation 23 5-04.3(9)C1 Mixture Nonstatistical Evaluation – Lots, Sublots, 24 Sampling, Test Section, Testing, Retests 25 For HMA mixture accepted by Nonstatistical Evaluation, comply with 26 the requirements in Table 13: 27 28

Table 13

Nonstatistical Evaluation Lots, Sublots, Sampling, Test Section, Testing, Retests

Comply with the Specifications Below Comply with the

Requirements of the Section for:

Test Section Section 5-04.3(9)A

Nonstatistical Evaluation

Lots and Sublots Section 5-04.3(9)B1 Statistical Evaluation

Sampling Section 5-04.3(9)B2 Statistical Evaluation

Acceptance Tests Section 5-04.3(9)B3 Statistical Evaluation

Retests Section 5-04.3(9)B7 Statistical Evaluation

29 5-04.3(9)C2 Mixture Nonstatistical Evaluation - Acceptance 30 Each mixture lot of HMA produced under Nonstatistical Evaluation, 31 for which all sublot acceptance test results (required by Table 13) fall 32 within the Job Mix Formula Tolerances for Nonstatistical Evaluation in 33 Section 9-03.8(7), will be accepted at the unit Contract price with no 34 further evaluation. 35 36 5-04.3(9)C3 Mixture Nonstatistical Evaluation – Out of Tolerance 37 Procedures 38 Each mixture lot of HMA produced under Nonstatistical Evaluation, 39 for which any sublot acceptance test result (required by Table 13) 40

Page 46: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

26 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/4/16

falls outside of the Job Mix Formula Tolerances for Nonstatistical 1 Evaluation in Section 9-03.8(7), shall be evaluated in accordance with 2 Section 1-06.2 and Table 14 to determine a Job Mix Compliance 3 Price Adjustment. 4 5

Table 14

Nonstatistical Evaluation – Out of Tolerance Procedures

Comply with the Following1

Pay Factors2 Section 5-04.3(9)B4

Composite Pay Factors3 Section 5-04.3(9)B5

Price Adjustments Section 5-04.3(9)B6 1When less than three mixture sublots exist, backup samples of the existing mixture sublots shall be tested to provide a minimum of three sets of results for evaluation. If enough backup samples are not available, the Contracting Agency will select core sample locations from the Roadway in accordance with WSDOT Test Method T 716, take cores from the roadway in accordance with WSDOT SOP 734, and test the cores in accordance with WSDOT SOP 737.

2The Nonstatistical Evaluation tolerance limits in Section 9-03.8(7) will be used in the calculation of the PFi.

3The maximum CPF shall be 1.00. 6

5-04.3(9)D Mixture Acceptance – Visual Evaluation 7 Visual Evaluation of HMA mixture will be by visual inspection by the 8 Engineer or, in the sole discretion of the Engineer, the Engineer may 9 sample and test the mixture. 10 11

5-04.3(9)D1 Mixture Visual Evaluation – Lots, Sampling, Testing, 12 Price Adjustments 13 HMA mixture accepted by Visual Evaluation will not be broken into 14 lots unless the Engineer determines that testing is required. When 15 that occurs, the Engineer will identify the limits of the questionable 16 HMA mixture, and that questionable HMA mixture shall constitute a 17 lot. Then, the Contractor will take samples from the truck, or the 18 Engineer will take core samples from the roadway at a minimum of 19 three random locations from within the lot, selected in accordance 20 with WSDOT Test Method T 716, taken from the roadway in 21 accordance with WSDOT SOP 734, and tested in accordance with 22 WSDOT SOP 737. The Engineer will test one of the samples for all 23 constituents in Section 5-04.3(9)B3. If all constituents from that test 24 fall within the Job Mix Formula Tolerances (for Visual Evaluation) in 25 Section 9-03.8(7), the lot will be accepted at the unit Contract price 26 with no further evaluation. 27 28 When one or more constituents fall outside those tolerance limits, the 29 other samples will be tested for all constituents in Section 5-30 04.3(9)B3, and a Job Mix Compliance Price Adjustment will be 31 calculated in accordance with Table 15. 32 33

Table 15

Page 47: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

27 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/4/16

Visual Evaluation – Out of Tolerance Procedures

Comply with the Following

Pay Factors1 Section 5-04.3(9)B4

Composite Pay Factors2 Section 5-04.3(9)B5

Price Adjustments Section 5-04.3(9)B6 1The Visual Evaluation tolerance limits in Section 9-03.8(7) will be used in the calculation of the PFi.

2The maximum CPF shall be 1.00. 1

5-04.3(9)E Mixture Acceptance – Notification of Acceptance Test 2 Results 3 The results of all mixture acceptance testing and the Composite Pay 4 Factor (CPF) of the lot after three sublots have been tested will be 5 available to the Contractor through The Contracting Agency’s website. 6 7 The Contracting Agency will endeavor to provide written notification (via 8 email to the Contractor’s designee) of acceptance test results through its 9 web-based materials testing system Statistical Analysis of Materials 10 (SAM) within 24 hours of the sample being made available to the 11 Contracting Agency. However, the Contractor agrees: 12 13

1. Quality control, defined as the system used by the Contractor to 14 monitor, assess, and adjust its production processes to ensure 15 that the final HMA mixture will meet the specified level of quality, 16 is the sole responsibility of the Contractor. 17

18 2. The Contractor has no right to rely on any testing performed by 19

the Contracting Agency, nor does the Contractor have any right 20 to rely on timely notification by the Contracting Agency of the 21 Contracting Agency’s test results (or statistical analysis thereof), 22 for any part of quality control and/or for making changes or 23 correction to any aspect of the HMA mixture. 24

25 3. The Contractor shall make no claim for untimely notification by 26

the Contracting Agency of the Contracting Agency’s test results 27 or statistical analysis. 28

29 5-04.3(10) HMA Compaction Acceptance 30 For all HMA, the Contractor shall comply with the General Compaction 31 Requirements in Section 5-04.3(10)A. The Contracting Agency will evaluate all 32 HMA for compaction compliance with one of the following - Statistical 33 Evaluation, Visual Evaluation, or Test Point Evaluation - determined by the 34 criteria in Table 16: 35 36

Table 16

Criteria for Determining Method of Evaluation for HMA Compaction1

Statistical Evaluation of HMA Compaction is

Required For:

Visual Evaluation of HMA Compaction is

Required For:

Test Point Evaluation of HMA Compaction

is Required For:

Page 48: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

28 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/4/16

Any HMA for which the specified course thickness is greater than 0.10 feet, and the HMA is in: o traffic lanes,

including but not limited to:

ramp lanes

truck climbing lanes

weaving lanes

speed change lanes

“HMA for Preleveling…”

“HMA for Pavement Repair…”

Any HMA not meeting the criteria for Statistical Evaluation or Visual Evaluation

1This table applies to all HMA, and shall be the sole basis for determining the acceptance method for compaction.

1 The Contracting Agency may, at its sole discretion, evaluate any HMA for 2 compliance with the Cyclic Density requirements of Section 5-04.3(10)B. 3 4

5-04.3(10)A HMA Compaction – General Compaction Requirements 5 Immediately after the HMA has been spread and struck off, and after 6 surface irregularities have been adjusted, thoroughly and uniformly 7 compact the mix. The completed course shall be free from ridges, ruts, 8 humps, depressions, objectionable marks, and irregularities and shall 9 conform to the line, grade, and cross-section shown in the Plans. If 10 necessary, alter the JMF in accordance with Section 9-03.8(7) to achieve 11 desired results. 12 13 Compact the mix when it is in the proper condition so that no undue 14 displacement, cracking, or shoving occurs. Compact areas inaccessible to 15 large compaction equipment by mechanical or hand tampers. Remove 16 HMA that becomes loose, broken, contaminated, shows an excess or 17 deficiency of asphalt, or is in any way defective. Replace the removed 18 material with new HMA, and compact it immediately to conform to the 19 surrounding area. 20 21 The type of rollers to be used and their relative position in the compaction 22 sequence shall generally be the Contractor’s option, provided the 23 specified densities are attained. An exception shall be that pneumatic tired 24 rollers shall be used for compaction of the wearing course beginning 25 October 1st of any year through March 31st of the following year. Coverage 26 with a steel wheel roller may precede pneumatic tired rolling. Unless 27 otherwise approved by the Engineer, operate rollers in the static mode 28 when the internal temperature of the mix is less than 175°F. Regardless of 29 mix temperature, do not operate a roller in a mode that results in checking 30 or cracking of the mat. 31 32 On bridge decks and on the five feet of roadway approach immediately 33 adjacent to the end of bridge/back of pavement seat, operate rollers in 34 static mode only. 35 36

Page 49: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

29 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/4/16

5-04.3(10)B HMA Compaction – Cyclic Density 1 Low cyclic density areas are defined as spots or streaks in the pavement 2 that are less than 90 percent of the theoretical maximum density. At the 3 Engineer’s discretion, the Engineer may evaluate the HMA pavement for 4 low cyclic density, and when doing so will follow WSDOT SOP 733. A 5 $500 Cyclic Density Price Adjustment will be assessed for any 500-foot 6 section with two or more density readings below 90 percent of the 7 theoretical maximum density. 8 9 5-04.3(10)C HMA Compaction Acceptance – Statistical Evaluation 10 HMA compaction which is accepted by Statistical Evaluation will be based 11 on acceptance testing performed by the Contracting Agency, and 12 statistical analysis of those acceptance tests results. This will result in a 13 Compaction Price Adjustment. 14 15

5-04.3(10)C1 HMA Compaction Statistical Evaluation – Lots and 16 Sublots 17 HMA compaction which is accepted by Statistical Evaluation will be 18 evaluated by the Contracting Agency dividing the project into 19 compaction lots, and each compaction lot will be evaluated using 20 stratified random sampling by the Contracting Agency sub-dividing 21 each compaction lot into compaction sublots. All mixture in any 22 individual compaction lot shall be of the same mix design. The 23 compaction sublots will be numbered in the order in which the mixture 24 (of a particular mix design) is paved. 25 26 Each compaction lot comprises a maximum of 15 compaction sublots, 27 except for the final compaction lot of each mix design on the Contract, 28 which comprises a maximum of 25 sublots. 29 30 Each compaction sublot shall be uniform in size as shown in Table 31 17, except that the last compaction sublot of each day may be 32 increased to a maximum of two times the compaction sublot quantity 33 calculated. Minor variations in the size of any sublot shall not be 34 cause to invalidate the associated test result. 35 36

Table 17

HMA Compaction Sublot Size

HMA Original Plan Quantity (tons)1

Compaction Sublot Size (tons)

<20,000 100

20,000 to 30,000 150

>30,000 200 1 In determining the plan quantity tonnage, do not include any

tons accepted by test point evaluation. 37

The following will cause one compaction lot to end prematurely and a 38 new compaction lot to begin: 39 40

• For a compaction lot in progress with a compaction CPF 41 less than 0.75, a new compaction lot will begin at the 42 Contractor’s request after the Engineer is satisfied that 43

Page 50: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

30 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/4/16

material conforming to the Specifications can be produced. 1 See also Section 5-04.3(11)F. 2

3 5-04.3(10)C2 HMA Compaction Statistical Evaluation – 4 Acceptance Testing 5 Comply with Section 1-06.2(1). 6 7 The location of HMA compaction acceptance tests will be randomly 8 selected by the Contracting Agency from within each sublot, with one 9 test per sublot. The Contracting Agency will determine the random 10 sample location using WSDOT Test Method T 716. 11 12 Use Table 18 to determine compaction acceptance test procedures 13 and to allocate compaction acceptance sampling and testing 14 responsibilities between the Contractor and the Contracting Agency. 15 Roadway cores shall be taken or nuclear density testing shall occur 16 after completion of the finish rolling, prior to opening to traffic, and on 17 the same day that the mix is placed. 18 19

Table 18

HMA Compaction Acceptance Testing Procedures and Responsibilities

When Contract Includes Bid

Item “Roadway Cores”

When Contract Does Not Include Bid Item “Roadway

Cores”

Basis for Test: Roadway Cores Roadway

Cores3

Nuclear Density Gauge3

In-Place Density

Determined by:

Contractor shall take cores1

using WSDOT SOP 7342

Contracting Agency will

determine core density using

FOP for AASHTO T 166

Contracting Agency will take

cores1 using WSDOT SOP

734

Contracting Agency will

determine core density using

FOP for AASHTO T 166

Contracting Agency, using

FOP for WAQTC TM 8

Theoretical Maximum Density

Determined by:

Contracting Agency, using FOP for AASHTO T 209

Rolling Average of Theoretical Maximum Densities

Determined by:

Contracting Agency, using WSDOT SOP 729

Percent Contracting Contracting Contracting

Page 51: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

31 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/4/16

Compaction in Each Sublot

Determined by:

Agency, using WSDOT SOP

736

Agency, using WSDOT SOP

736

Agency, using FOP for

WAQTC TM 8 1The core diameter shall be 4-inches unless otherwise approved by the Engineer.

2The Contractor shall take the core samples in the presence of the Engineer, at locations designated by the Engineer, and deliver the core samples to the Contracting Agency.

3The Contracting Agency will determine, in its sole discretion, whether it will take cores or use the nuclear density gauge to determine in-place density. Exclusive reliance on cores for density acceptance is generally intended for small paving projects and is not intended as a replacement for nuclear gauge density testing on typical projects.

1 When using the nuclear density gauge for acceptance testing of 2 pavement density, the Engineer will follow WSDOT SOP 730 for 3 correlating the nuclear gauge with HMA cores. When cores are 4 required for the correlation, coring and testing will be by the 5 Contracting Agency. When a core is taken for gauge correlation at the 6 location of a sublot, the relative density of the core will be used for the 7 sublot test result and is exempt from retesting. 8 9 5-04.3(10)C3 HMA Statistical Compaction – Price Adjustments 10 For each HMA compaction lot (that is accepted by Statistical 11 Evaluation) which has less than three compaction sublots, for which 12 all compaction sublots attain a minimum of 91 percent compaction 13 determined in accordance with FOP for WAQTC TM 8 (or WSDOT 14 SOP 736 when provided by the Contract), the HMA will be accepted 15 at the unit Contract price with no further evaluation. 16 17 For each HMA compaction lot (that is accepted by Statistical 18 Evaluation) which does not meet the criteria in the preceding 19 paragraph, the compaction lot shall be evaluated in accordance with 20 Section 1-06.2(2) to determine the appropriate Compaction Price 21 Adjustment (CPA). All of the test results obtained from the 22 acceptance samples from a given compaction lot shall be evaluated 23 collectively. Additional testing by either a nuclear density gauge or 24 cores will be completed as required to provide a minimum of three 25 tests for evaluation. 26 27 For the statistical analysis in Section 1-06.2, use the following values: 28 29

x = Percent compaction of each sublot 30 USL = 100 31 LSL= 91 32 33

Each CPA will be determined as follows: 34 35

CPA = [0.40 x (CPF – 1.00)] x Q x UP 36 37 Where 38 39

Page 52: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

32 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/4/16

CPA = Compaction Price Adjustment for the compaction lot 1 ($) 2

CPF = Composite Pay Factor for the compaction lot 3 (maximum is 1.05) 4

Q = Quantity in the compaction lot (tons) 5 UP = Unit price of the HMA in the compaction lot ($/ton) 6 7

5-04.3(10)C4 HMA Statistical Compaction – Requests for 8 Retesting 9 For a compaction sublot that has been tested with a nuclear density 10 gauge that did not meet the minimum of 91 percent of the theoretical 11 maximum density in a compaction lot with a CPF below 1.00 and thus 12 subject to a price reduction or rejection, the Contractor may request 13 that a core, taken at the same location as the nuclear density test, be 14 used for determination of the relative density of the compaction 15 sublot. The relative density of the core will replace the relative density 16 determined by the nuclear density gauge for the compaction sublot 17 and will be used for calculation of the CPF and acceptance of HMA 18 compaction lot. When cores are taken by the Contracting Agency at 19 the request of the Contractor, they shall be requested by noon of the 20 next workday after the test results for the compaction sublot have 21 been provided or made available to the Contractor. Traffic control 22 shall be provided by the Contractor as requested by the Engineer. 23 Failure by the Contractor to provide the requested traffic control will 24 result in forfeiture of the request for retesting. When the CPF for the 25 compaction lot based on the results of the cores is less than 1.00, the 26 Contracting Agency will deduct the cost for the coring from any 27 monies due or that may become due the Contractor under the 28 Contract at the rate of $200 per core and the Contractor shall pay for 29 the cost of the traffic control. 30 31

5-04.3(10)D HMA Compaction – Visual Evaluation 32 Visual Evaluation will be the basis of acceptance for compaction of the Bid 33 items “HMA for Pavement Repair Cl. ___ PG ___”and “HMA for 34 Prelevelling Class___ PG___”. This HMA shall be thoroughly compacted 35 to the satisfaction of the Engineer. HMA that is used to prelevel wheel 36 ruts shall be compacted with a pneumatic tire roller. 37 38 5-04.3(10)E HMA Compaction – Test Point Evaluation 39 When compaction acceptance is by Test Point Evaluation, compact HMA 40 based on a test point evaluation of the compaction train. Perform the test 41 point evaluation in accordance with instructions from the Engineer. The 42 number of passes with an approved compaction train, required to attain 43 the maximum test point density, shall be used on all subsequent paving. 44 45 5-04.3(10)F HMA Compaction Acceptance – Notification of 46 Acceptance Test Results 47 The obligations and responsibilities for notifying the Contractor of 48 compaction acceptance test results are the same as for mixture 49 acceptance test results. See Section 5-04.3(9)E. 50 51

Page 53: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

33 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/4/16

5-04.3(11) Reject Work 1 This Section applies to HMA and all requirements related to HMA (except 2 aggregates prior to being incorporated into HMA). For rejection of aggregate 3 prior to its incorporation into HMA refer to Section 3-04. 4 5

5-04.3(11)A Reject Work – General 6 Work that is defective or does not conform to Contract requirements shall 7 be rejected. 8 9 5-04.3(11)B Rejection by Contractor 10 The Contractor may, prior to acceptance sampling and testing, elect to 11 remove any defective material and replace it with new material. Any such 12 new material will be sampled, tested, and evaluated for acceptance. 13 14 5-04.3(11)C Rejection Without Testing (Mixture or Compaction) 15 The Engineer may, without sampling, reject any batch, load, or section of 16 Roadway that appears defective. Material rejected before placement shall 17 not be incorporated into the pavement. 18 19 No payment will be made for the rejected materials or the removal of the 20 materials unless the Contractor requests the rejected material to be 21 tested. If the Contractor requests testing, acceptance will be by Statistical 22 Evaluation, and a minimum of three samples will be obtained and tested. 23 When uncompacted material is required for testing but not available, the 24 Engineer will determine random sample locations on the roadway in 25 accordance with WSDOT Test Method T 716, take cores in accordance 26 with WSDOT SOP 734, and test the cores in accordance with WSDOT 27 SOP 737. 28 29 If the CPF for the rejected material is less than 0.75, no payment will be 30 made for the rejected material; in addition, the cost of sampling and 31 testing shall be borne by the Contractor. If the CPF is greater than or 32 equal to 0.75, the cost of sampling and testing will be borne by the 33 Contracting Agency. If the material is rejected before placement and the 34 CPF is greater than or equal to 0.75, compensation for the rejected 35 material will be at a CPF of 0.75. If rejection occurs after placement and 36 the CPF is greater than or equal to 0.75, compensation for the rejected 37 material will be at the calculated CPF with an addition of 25 percent of the 38 unit Contract price added for the cost of removal and disposal. 39 40 5-04.3(11)D Rejection – A Partial Sublot (Mixture or Compaction) 41 In addition to the random acceptance sampling and testing, the Engineer 42 may also isolate from a mixture or compaction sublot any material that is 43 suspected of being defective in relative density, gradation or asphalt 44 binder content. Such isolated material will not include an original sample 45 location. The Contracting Agency will obtain a minimum of three random 46 samples of the suspect material and perform the testing. When 47 uncompacted material is required for testing but is not available, the 48 Engineer will select random sample locations on the roadway in 49 accordance with WSDOT Test Method T 716, take cores samples in 50 accordance with WSDOT SOP 734, and test the material in accordance 51

Page 54: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

34 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/4/16

with WSDOT SOP 737. The material will then be statistically evaluated as 1 an independent lot in accordance with Section 1-06.2(2). 2 3 5-04.3(11)E Rejection – An Entire Sublot (Mixture or Compaction) 4 An entire mixture or compaction sublot that is suspected of being defective 5 may be rejected. When this occurs, a minimum of two additional random 6 samples from this sublot will be obtained. When uncompacted material is 7 required for the additional samples but the material has been compacted, 8 the Contracting Agency will take and test cores from the roadway as 9 described in Section 5-04.3(11)D. The additional samples and the original 10 sublot will be evaluated as an independent lot in accordance with Section 11 1-06.2(2). 12 13 5-04.3(11)F Rejection - A Lot in Progress (Mixture or Compaction) 14 The Contractor shall shut down operations and shall not resume HMA 15 placement until such time as the Engineer is satisfied that material 16 conforming to the Specifications can be produced when: 17 18

1. the Composite Pay Factor (CPF) of a mixture or compaction lot 19 in progress drops below 1.00 and the Contractor is taking no 20 corrective action, or 21

22 2. the Pay Factor (PFi) for any constituent of a mixture or 23

compaction lot in progress drops below 0.95 and the Contractor 24 is taking no corrective action, or 25

26 3. either the PFi for any constituent (or the CPF) of a mixture or 27

compaction lot in progress is less than 0.75. 28 29 5-04.3(11)G Rejection – An Entire Lot (Mixture or Compaction) 30 An entire lot with a CPF of less than 0.75 will be rejected. 31 32

5-04.3(12) Joints 33 5-04.3(12)A Transverse Joints 34 Conduct operations such that placement of the top or wearing course is a 35 continuous operation or as close to continuous as possible. Unscheduled 36 transverse joints will be allowed, but the roller may pass over the 37 unprotected end of the freshly laid HMA only when the placement of the 38 course is discontinued for such a length of time that the HMA will cool 39 below compaction temperature. When the Work is resumed, cut back the 40 previously compacted HMA to produce a slightly beveled edge for the full 41 thickness of the course. 42 43 Construct a temporary wedge of HMA on a 50H:1V where a transverse 44 joint as a result of paving or planing is open to traffic. Separate the HMA in 45 the temporary wedge from the permanent HMA upon which it is placed by 46 strips of heavy wrapping paper or other methods approved by the 47 Engineer. Remove the wrapping paper and trim the joint to a slightly 48 beveled edge for the full thickness of the course prior to resumption of 49 paving. 50 51

Page 55: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

35 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/4/16

Waste the material that is cut away and place new HMA against the cut. 1 Use rollers or tamping irons to seal the joint. 2 3 5-04.3(12)B Longitudinal Joints 4 Offset the longitudinal joint in any one course from the course immediately 5 below by not more than 6 inches nor less than 2 inches. Locate all 6 longitudinal joints constructed in the wearing course at a lane line or an 7 edge line of the Traveled Way. Construct a notched wedge joint along all 8 longitudinal joints in the wearing surface of new HMA unless otherwise 9 approved by the Engineer. The notched wedge joint shall have a vertical 10 edge of not less than the maximum aggregate size nor more than ½ of the 11 compacted lift thickness, and then taper down on a slope not steeper than 12 4H:1V. Uniformly compact the sloped portion of the HMA notched wedge 13 joint. 14 15 On one-lane ramps a longitudinal joint may be constructed at the center of 16 the traffic lane, subject to approval by the Engineer, if: 17 18

1. The ramp must remain open to traffic, or 19 20 2. The ramp is closed to traffic and a hot-lap joint is constructed. 21 22

a. Two paving machines shall be used to construct the hot-lap 23 joint. 24

25 b. The pavement within 6 inches of the hot-lap joint will not be 26

excluded from random location selection for compaction 27 testing. 28

29 c. Construction equipment other than rollers shall not operate 30

on any uncompacted HMA. 31 32

When HMA is placed adjacent to cement concrete pavement, construct 33 longitudinal joints between the HMA and the cement concrete pavement. 34 Saw the joint to the dimensions shown on Standard Plan A-40.10 and fill 35 with joint sealant meeting the requirements of Section 9-04.2. 36 37

5-04.3(13) Surface Smoothness 38 The completed surface of all courses shall be of uniform texture, smooth, 39 uniform as to crown and grade, and free from defects of all kinds. The 40 completed surface of the wearing course shall not vary more than ⅛ inch from 41 the lower edge of a 10-foot straightedge placed on the surface parallel to the 42 centerline. The transverse slope of the completed surface of the wearing 43 course shall vary not more than ¼ inch in 10 feet from the rate of transverse 44 slope shown in the Plans. 45 46 When deviations in excess of the above tolerances are found that result from 47 a high place in the HMA, correct the pavement surface by one of the 48 following methods: 49 50

1. Remove material from high places by grinding with an approved 51 grinding machine, or 52

Page 56: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

36 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/4/16

1 2. Remove and replace the wearing course of HMA, or 2 3 3. By other method approved by the Engineer. 4 5

Correct defects until there are no deviations anywhere greater than the 6 allowable tolerances. 7 8 Deviations in excess of the above tolerances that result from a low place in the 9 HMA and deviations resulting from a high place where corrective action, in the 10 opinion of the Engineer, will not produce satisfactory results will be accepted 11 with a price adjustment. The Engineer shall deduct from monies due or that 12 may become due to the Contractor the sum of $500.00 for each and every 13 section of single traffic lane 100 feet in length in which any excessive 14 deviations described above are found. 15 16 When portland cement concrete pavement is to be placed on HMA, the 17 surface tolerance of the HMA shall be such that no surface elevation lies 18 above the Plan grade minus the specified Plan depth of portland cement 19 concrete pavement. Prior to placing the portland cement concrete pavement, 20 bring any such irregularities to the required tolerance by grinding or other 21 means approved by the Engineer. 22 23 When utility appurtenances such as manhole covers and valve boxes are 24 located in the Traveled Way, pave the Roadway before the utility 25 appurtenances are adjusted to the finished grade. 26 27 5-04.3(14) Planing Bituminous Pavement 28 Plane in such a manner that the underlying pavement is not torn, broken, or 29 otherwise damaged by the planing operation. Delamination or raveling of the 30 underlying pavement will not be construed as damage due to the Contractor’s 31 operations. Pavement outside the limits shown in the Plans or designated by 32 the Engineer that is damaged by the Contractor’s operations shall be repaired 33 to the satisfaction of the Engineer at no additional cost to the Contracting 34 Agency. 35 36 For mainline planing operations, use equipment with automatic controls and 37 with sensors for either or both sides of the equipment. The controls shall be 38 capable of sensing the grade from an outside reference line, or a mat-39 referencing device. The automatic controls shall have a transverse slope 40 controller capable of maintaining the mandrel at the desired transverse slope 41 (expressed as a percentage) within plus or minus 0.1 percent. 42 43 Remove all loose debris from the planed surface before opening the planed 44 surface to traffic. The planings and other debris resulting from the planing 45 operation shall become the property of the Contractor and be disposed of in 46 accordance with Section 2-03.3(7)C, or as otherwise allowed by the Contract. 47 48 5-04.3(15) Sealing Pavement Surfaces 49 Apply a fog seal where shown in the Plans. Construct the fog seal in 50 accordance with Section 5-02.3. Unless otherwise approved by the Engineer, 51 apply the fog seal prior to opening to traffic. 52

Page 57: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

37 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/4/16

1 5-04.3(16) HMA Road Approaches 2 Construct HMA approaches at the locations shown in the Plans or where 3 staked by the Engineer, in accordance with Section 5-04. 4

5 5-04.4 Measurement 6 HMA Cl. ___ PG ___, HMA for ___ Cl. ___ PG ___, and Commercial HMA will 7 be measured by the ton in accordance with Section 1-09.2, with no deduction being 8 made for the weight of asphalt binder, mineral filler, or any other component of the HMA. 9 If the Contractor elects to remove and replace HMA as allowed by Section 5-04.3(11), 10 the material removed will not be measured. 11 12 Roadway cores will be measured per each for the number of cores taken. 13 14 Crack Sealing-LF will be measured by the linear foot along the line of the crack. 15 16 Soil residual herbicide will be measured by the mile for the stated width to the nearest 17 0.01 mile or by the square yard, whichever is designated in the Proposal. 18 19 Pavement repair excavation will be measured by the square yard of surface marked 20 prior to excavation. 21 22 Asphalt for fog seal will be measured by the ton, as provided in Section 5-02.4. 23 24 Longitudinal joint seals between the HMA and cement concrete pavement will be 25 measured by the linear foot along the line and slope of the completed joint seal. 26 27 Planing bituminous pavement will be measured by the square yard. 28 29 Temporary pavement marking will be measured by the linear foot as provided in Section 30 8-23.4. 31 32 Water will be measured by the M gallon as provided in Section 2-07.4. 33

34 5-04.5 Payment 35 Payment will be made for each of the following Bid items that are included in the 36 Proposal: 37 38

“HMA Cl. ___ PG ___”, per ton. 39 “HMA for Approach Cl. ___ PG ___”, per ton. 40 “HMA for Preleveling Cl. ___ PG ___”, per ton. 41 “HMA for Pavement Repair Cl. ___ PG ___”, per ton. 42 “Commercial HMA”, per ton. 43 The unit Contract price per ton for “HMA Cl. ___ PG ___”, “HMA for Approach Cl. 44 ___ PG ___”, “HMA for Preleveling Cl. ___ PG ___”, “HMA for Pavement Repair Cl. 45 ___ PG ___”, and “Commercial HMA” shall be full compensation for all costs, 46 including anti-stripping additive, incurred to carry out the requirements of Section 5-47 04 except for those costs included in other items which are included in this 48 Subsection and which are included in the Proposal. 49 50 “Crack Sealing-FA”, by force account. 51

Page 58: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

38 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/4/16

“Crack Sealing-FA” will be paid for by force account as specified in Section 1-09.6. 1 For the purpose of providing a common Proposal for all Bidders, the Contracting 2 Agency has entered an amount in the Proposal to become a part of the total Bid by 3 the Contractor. 4 5 “Crack Sealing-LF”, per linear foot. 6 The unit Contract price per linear foot for “Crack Sealing-LF” shall be full payment 7 for all costs incurred to perform the Work described in Section 5-04.3(4)A. 8 9 “Soil Residual Herbicide ____ ft. Wide”, per mile, or 10 “Soil Residual Herbicide”, per square yard. 11 The unit Contract price per mile or per square yard for “Soil Residual Herbicide” 12 shall be full payment for all costs incurred to obtain, provide and install herbicide in 13 accordance with Section 5-04.3(4)B. 14 15 “Pavement Repair Excavation Incl. Haul”, per square yard. 16 The unit Contract price per square yard for “Pavement Repair Excavation Incl. 17 Haul” shall be full payment for all costs incurred to perform the Work described in 18 Section 5-04.3(4)C with the exception, however, that all costs involved in the 19 placement of HMA shall be included in the unit Contract price per ton for “HMA for 20 Pavement Repair Cl. ___ PG ___”, per ton. 21 22 “Asphalt for Fog Seal”, per ton. 23 Payment for “Asphalt for Fog Seal” is described in Section 5-02.5. 24 25 “Longitudinal Joint Seal”, per linear foot. 26 The unit Contract price per linear foot for “Longitudinal Joint Seal” shall be full 27 payment for all costs incurred to construct the longitudinal joint between HMA and 28 cement concrete pavement, as described in Section 5-04.3(12)B. 29 30 “Planing Bituminous Pavement”, per square yard. 31 The unit Contract price per square yard for “Planing Bituminous Pavement” shall be 32 full payment for all costs incurred to perform the Work described in Section 5-33 04.3(14). 34 35 “Temporary Pavement Marking”, per linear foot. 36 Payment for “Temporary Pavement Marking” is described in Section 8-23.5. 37 38 “Water”, per M gallon. 39 Payment for “Water” is described in Section 2-07.5. 40 41 “Job Mix Compliance Price Adjustment”, by calculation. 42 “Job Mix Compliance Price Adjustment” will be calculated and paid for as described 43 in Section 5-04.3(9)B6, 5-04.3(9)C3, and 5-04.3(9)D1. 44 45 “Compaction Price Adjustment”, by calculation. 46 “Compaction Price Adjustment” will be calculated and paid for as described in 47 Section 5-04.3(10)C3. 48 49 “Roadway Core”, per each. 50

Page 59: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

39 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/4/16

The Contractor’s costs for all other Work associated with the coring (e.g., traffic 1 control) shall be incidental and included within the unit Bid price per each and no 2 additional payments will be made. 3 4 “Cyclic Density Price Adjustment”, by calculation. 5 “Cyclic Density Price Adjustment” will be calculated and paid for as described in 6 Section 5-04.3(10)B. 7 8

9

6-02.AP6 10

Section 6-02, Concrete Structures 11

April 4, 2016 12

6-02.3(2)A Contractor Mix Design 13

The following new sentence is inserted after the first sentence of the third paragraph: 14 15

The mix design submittal shall also include test results no older than one year showing 16 that the Aggregates do not contain Deleterious Substances in accordance with Section 17 9-03. 18

19

6-02.3(2)A1 Contractor Mix Design for Concrete Class 4000D 20

The following new sentence is inserted after the second sentence of the last paragraph: 21 22

Mix designs using shrinkage reducing admixture shall state the specific quantity 23 required. 24

25 The following new sentence is inserted before the last sentence of the last paragraph: 26 27

Testing samples of mixes using shrinkage reducing admixture shall use the admixture 28 amount specified in the mix design submittal. 29

30

6-02.3(2)B Commercial Concrete 31

The last sentence of the first paragraph is revised to read: 32 33

Commercial concrete does not require mix design or source approvals for cement, 34 aggregate, and other admixtures. 35

36

6-02.3(26)D2 Test Block Dimensions 37

The first sentence is revised to read: 38 39

The dimensions of the test block perpendicular to the tendon in each direction shall be 40 the smaller of twice the minimum edge distance or the minimum spacing specified by 41 the special anchorage device manufacturer, with the stipulation that the concrete cover 42 over any confining reinforcing steel or supplementary skin reinforcement shall be 43 appropriate for the project-specific application and circumstances. 44

45

6-02.3(27)A Use of Self-Consolidating Concrete for Precast Units 46

Item number 2 of the first paragraph is revised to read: 47 48

2. Precast reinforced concrete three-sided structures, box culverts and split box 49 culverts in accordance with Section 7-02.3(6). 50

Page 60: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

40 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/4/16

1

6-09.AP6 2

Section 6-09, Modified Concrete Overlays 3

April 4, 2016 4

6-09.3(8)A Quality Assurance for Microsilica Modified and Fly Ash Modified 5

Concrete Overlays 6

The first sentence of the first paragraph is revised to read the following two new sentences: 7 8

The Engineer will perform slump, temperature, and entrained air tests for acceptance in 9 accordance with Section 6-02.3(5)D and as specified in this Section after the Contractor 10 has turned over the concrete for acceptance testing. Concrete samples for testing shall 11 be supplied to the Engineer in accordance with Section 6-02.3(5)E. 12

13 The last paragraph is deleted. 14 15

6-09.3(8)B Quality Assurance for Latex Modified Concrete Overlays 16

The first two paragraphs are deleted and replaced with the following: 17 18

The Engineer will perform slump, temperature, and entrained air tests for acceptance in 19 accordance with Section 6-02.3(5)D and as specified in this Section after the Contractor 20 has turned over the concrete for acceptance testing. The Engineer will perform testing 21 as the concrete is being placed. Samples shall be taken on the first charge through 22 each mobile mixer and every other charge thereafter. The sample shall be taken after 23 the first 2 minutes of continuous mixer operation. Concrete samples for testing shall be 24 supplied to the Engineer in accordance with Section 6-02.3(5)E. 25

26 The second to last sentence of the last paragraph is revised to read: 27 28

Recommendations made by the technical representative on or off the jobsite shall be 29 adhered to by the Contractor. 30

31

6-14.AP6 32

Section 6-14, Geosynthetic Retaining Walls 33

January 4, 2016 34

6-14.5 Payment 35

The bid item “Concrete Fascia Panel”, per square foot, and the paragraph following this bid 36 item are revised to read: 37 38

“Concrete Fascia Panel For Geosynthetic Wall”, per square foot. 39 40 All costs in connection with constructing the concrete fascia panels as specified shall be 41 included in the unit Contract price per square foot for “Concrete Fascia Panel For 42 Geosynthetic Wall”, including all steel reinforcing bars, premolded joint filler, 43 polyethylene bond breaker strip, joint sealant, PVC pipe for weep holes, exterior surface 44 finish, and pigmented sealer (when specified), constructing and placing the concrete 45 footing, edge beam, anchor beam, anchor rod assembly, and backfill. 46

47

Page 61: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

41 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/4/16

6-19.AP6 1

Section 6-19, Shafts 2

January 4, 2016 3

6-19.4 Measurement 4

The first paragraph is revised to read: 5 6

Soil excavation for shaft, including haul, will be measured by the cubic yards of shaft 7 excavated. The cubic yards will be computed using the shaft diameter, top of shaft 8 elevation and bottom of shaft elevation shown in the Plans, less all rock excavation 9 measured as specified for rock excavation. Excavation between the existing ground 10 line and the top of shaft elevation is considered incidental to soil excavation for shaft 11 and will not be measured. 12

13 The second paragraph is deleted. 14 15

6-19.5 Payment 16

The paragraph following the bid item “Soil Excavation For Shaft Including Haul”, per cubic 17 yard is revised to read: 18 19

The unit Contract price per cubic yard for “Soil Excavation For Shaft Including Haul” 20 shall be full pay for performing the work as specified, including all costs in connection 21 with furnishing, mixing, placing, maintaining, containing, collecting, and disposing of all 22 mineral, synthetic, and water slurry, and disposing of groundwater collected by the shaft 23 excavation, and the incidental excavation of soils between the top of shaft elevation 24 shown in the Plans and the existing ground line. 25

26

8-01.AP8 27

Section 8-01, Erosion Control and Water Pollution Control 28

April 4, 2016 29

8-01.2 Materials 30

This section is supplemented with the following new paragraph: 31 32

Recycled concrete, in any form, shall not be used for any Work defined in Section 8-01. 33 34

8-01.3(8) Street Cleaning 35

This section is revised to read: 36 37

Self-propelled street sweepers shall be used to remove and collect sediment and other 38 debris from the Roadway, whenever required by the Engineer. The street sweeper shall 39 effectively collect these materials and prevent them from being washed or blown off the 40 Roadway or into waters of the State. Street sweepers shall not generate fugitive dust 41 and shall be designed and operated in compliance with applicable air quality standards. 42 43 Material collected by the street sweeper shall be disposed of in accordance with Section 44 2-03.3(7)C. 45 46 Street washing with water will require the concurrence of the Engineer. 47

Page 62: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

42 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/4/16

1

8-10.AP8 2

Section 8-10, Guide Posts 3

January 4, 2016 4

8-10.3 Construction Requirements 5

The last sentence of the second paragraph is deleted. 6 7

8-20.AP8 8

Section 8-20, Illumination, Traffic Signal Systems, Intelligent Transportation 9

Systems, and Electrical 10

April 4, 2016 11

8-20.3(5)A General 12

The last paragraph is revised to read: 13 14

Immediately after the sizing mandrel has been pulled through, install an equipment 15 grounding conductor if applicable (see Section 8-20.3(9)) and any new or existing wire 16 or cable as specified in the Plans. Where conduit is installed for future use, install a 17 200-pound minimum tensile strength pull string with the equipment grounding 18 conductor. The pull string shall be attached to duct plugs or caps at both ends of the 19 conduit. 20

21

8-20.3(5)A1 Fiber Optic Conduit 22

The last paragraph is deleted. 23 24

8-20.3(5)D Conduit Placement 25

Item number 2 is revised to read: 26 27

2. 24-inches below the top of the untreated surfacing on a Roadbed. 28 29

8-20.3(9) Bonding, Grounding 30

The following two new paragraphs are inserted after the first paragraph: 31 32

Install an equipment grounding conductor in all new conduit, whether or not the 33 equipment grounding conductor is called for in the wire schedule. 34 35 For each new conduit with innerduct install an equipment grounding conductor in only 36 one of the innerducts unless otherwise required by the NEC or the Plans. 37

38 The fourth paragraph (after the preceding Amendments are applied) is revised to read: 39 40

Bonding jumpers and equipment grounding conductors meeting the requirements of 41 Section 9-29.3(2)A3 shall be minimum #8 AWG, installed in accordance with the NEC. 42 Where existing conduits are used for the installation of new circuits, an equipment 43 grounding conductor shall be installed unless an existing equipment ground conductor, 44 which is appropriate for the largest circuit, is already present in the existing raceway. 45 The equipment ground conductor between the isolation switch and the sign lighter 46 fixtures shall be minimum #14 AWG stranded copper conductor. Where parallel circuits 47

Page 63: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

43 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/4/16

are enclosed in a common conduit, the equipment-grounding conductor shall be sized 1 by the largest overcurrent device serving any circuit contained within the conduit. 2

3 The second sentence of the fifth paragraph (after the preceding Amendments are applied) is 4 revised to read: 5 6

A non-insulated stranded copper conductor, minimum #8 AWG with a full circle crimp 7 on connector (crimped with a manufacturer recommended crimper) shall be connected 8 to the junction box frame or frame bonding stud, the other end shall be crimped to the 9 equipment bonding conductor, using a “C” type crimp connector. 10 11

The last two sentences of the sixth paragraph (after the preceding Amendments are applied) 12 are revised to read: 13 14

For light standards, signal standards, cantilever and sign bridge Structures the 15 supplemental grounding conductor shall be #4 AWG non-insulated stranded copper 16 conductor. For steel sign posts which support signs with sign lighting or flashing 17 beacons the supplemental grounding conductor shall be #6 AWG non insulated 18 stranded copper conductor. 19

20 The fourth to last paragraph is revised to read: 21 22

Install a two grounding electrode system at each service entrance point, at each 23 electrical service installation and at each separately derived power source. The service 24 entrance grounding electrode system shall conform to the “Service Ground” detail in the 25 Standard Plans. If soil conditions make vertical grounding electrode installation 26 impossible an alternate installation procedure as described in the NEC may be used. 27 Maintain a minimum of 6 feet of separation between any two grounding electrodes 28 within the grounding system. Grounding electrodes shall be bonded copper, ferrous 29 core materials and shall be solid rods not less than 10 feet in length if they are ½ inch in 30 diameter or not less than 8 feet in length if they are ⅝ inch or larger in diameter. 31

32

8-22.AP8 33

Section 8-22, Pavement Marking 34

January 4, 2016 35

8-22.4 Measurement 36

The first two sentences of the fourth paragraph are revised to read: 37 38

The measurement for “Painted Wide Lane Line”, “Plastic Wide Lane Line”, “Profiled 39 Plastic Wide Lane Line”, “Painted Barrier Center Line”, “Plastic Barrier Center Line”, 40 “Painted Stop Line”, “Plastic Stop Line”, “Painted Wide Dotted Entry Line”, or “Plastic 41 Wide Dotted Entry Line” will be based on the total length of each painted, plastic or 42 profiled plastic line installed. No deduction will be made for the unmarked area when the 43 marking includes a broken line such as, wide broken lane line, drop lane line, wide 44 dotted lane line or wide dotted entry line. 45

46

8-22.5 Payment 47

The following two new Bid items are inserted after the Bid item “Plastic Crosshatch Marking”, 48 per linear foot: 49 50

Page 64: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

44 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/4/16

“Painted Wide Dotted Entry Line”, per linear foot. 1 2 “Plastic Wide Dotted Entry Line”, per linear foot. 3

4

9-03.AP9 5

Section 9-03, Aggregates 6

April 4, 2016 7

9-03.1(1) General Requirements 8

This first paragraph is supplemented with the following: 9 10

Reclaimed aggregate may be used if it complies with the specifications for Portland 11 Cement Concrete. Reclaimed aggregate is aggregate that has been recovered from 12 plastic concrete by washing away the cementitious materials. 13

14

9-03.1(2) Fine Aggregate for Portland Cement Concrete 15

This section is revised to read: 16 17

Fine aggregate shall consist of natural sand or manufactured sand, or combinations 18 thereof, accepted by the Engineer, having hard, strong, durable particles free from 19 adherent coating. Fine aggregate shall be washed thoroughly to meet the specifications. 20

21

9-03.1(2)A Deleterious Substances 22

This section is revised to read: 23 24

The amount of deleterious substances in the washed aggregate shall be tested in 25 accordance with AASHTO M 6 and not exceed the following values: 26 27

Material finer than No. 200 Sieve 2.5 percent by weight 28 Clay lumps and friable particles 3.0 percent by weight 29 Coal and lignite 0.25 percent by weight 30 Particles of specific gravity less than 2.00 1.0 percent by weight. 31 32 Organic impurities shall be tested in accordance with AASHTO T 21 by the glass 33 color standard procedure and results darker than organic plate no. 3 shall be 34 rejected. A darker color results from AASHTO T 21 may be used provided that 35 when tested for the effect of organic impurities on strength of mortar, the relative 36 strength at 7 days, calculated in accordance with AASHTO T 71, is not less than 95 37 percent. 38

39

9-03.1(4) Coarse Aggregate for Portland Cement Concrete 40

This section is revised to read: 41 42

Coarse aggregate for concrete shall consist of gravel, crushed gravel, crushed stone, or 43 combinations thereof having hard, strong, durable pieces free from adherent coatings. 44 Coarse aggregate shall be washed to meet the specifications. 45

46

9-03.1(4)A Deleterious 47

This section, including title, is revised to read: 48 49

Page 65: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

45 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/4/16

9-03.1(4)A Deleterious Substances 1 The amount of deleterious substances in the washed aggregate shall be tested in 2 accordance with AASHTO M 80 and not exceed the following values: 3 4

Material finer than No. 200 1.01 percent by weight 5 Clay lumps and Friable Particles 2.0 percent by weight 6 Shale 2.0 percent by weight 7 Wood waste 0.05 percent by weight 8 Coal and Lignite 0.5 percent by weight 9 Sum of Clay Lumps, Friable Particles, and 10 Chert (Less Than 2.40 specific gravity SSD) 3.0 percent by weight 11 12 1If the material finer than the No. 200 sieve is free of clay and shale, this 13 percentage may be increased to 1.5. 14

15

9-03.1(4)C Grading 16

The following new sentence is inserted at the beginning of the last pargraph: 17 18

Where coarse aggregate size 467 is used, the aggregate may be furnished in at least 19 two separate sizes. 20

21

9-03.1(5) Combined Aggregate Gradation for Portland Cement Concrete 22

This section is revised to read: 23 24

As an alternative to using the fine aggregate sieve grading requirements in Section 9-25 03.1(2)B, and coarse aggregate sieve grading requirements in Section 9-03.1(4)C, a 26 combined aggregate gradation conforming to the requirements of Section 9-03.1(5)A 27 may be used. 28

29

9-03.1(5)A Deleterious Substances 30

This section is revised to read: 31 32

The amount of deleterious substances in the washed aggregates 3∕8 inch or larger shall 33 not exceed the values specified in Section 9-03.1(4)A and for aggregates smaller than 34 3∕8 inch they shall not exceed the values specified in Section 9-03.1(2)A. 35

36

9-03.1(5)B Grading 37

The first paragraph is deleted. 38 39

9-03.8(7) HMA Tolerances and Adjustments 40

In the table in item 1, the last column titled “Commercial Evaluation” is revised to read 41 “Visual Evaluation”. 42 43

9-03.21(1)B Concrete Rubble 44

This section, including title, is revised to read: 45 46

9-03.21(1)B Recycled Concrete Aggregate 47 Recycled concrete aggregates are coarse aggregates manufactured from hardened 48 concrete mixtures. Recycled concrete aggregate may be used as coarse aggregate or 49 blended with coarse aggregate for Commercial Concrete. Recycled concrete aggregate 50 shall meet all of the requirements for coarse aggregate contained in Section 9-03.1(4) 51

Page 66: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

46 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/4/16

or 9-03.1(5). In addition to the requirements of Section 9-03.1(4) or 9-03.1(5), recycled 1 concrete shall: 2 3

1. Contain an aggregated weight of less than 1 percent of adherent fines, 4 vegetable matter, plastics, plaster, paper, gypsum board, metals, fabrics, 5 wood, tile, glass, asphalt (bituminous) materials, brick, porcelain or other 6 deleterious substance(s) not otherwise noted; 7

2. Be free of harmful components such as chlorides and reactive materials unless 8 mitigation measures are taken to prevent recurrence in the new concrete; 9

3. Have an absorption of less than 10 percent when tested in accordance with 10 AASHTO T 85. 11

12 Recycled concrete aggregate shall be in a saturated condition prior to mixing. 13 14 Recycled concrete aggregate shall not be placed below the ordinary high water mark of 15 any water of the State. 16

17

9-03.21(1)D Recycled Steel Furnace Slag 18

This section title is revised to read: 19 20

Steel Furnace Slag 21 22

9-03.21(1)E Table on Maximum Allowable Percent (By Weight) of Recycled 23

Material 24

The following new row is inserted after the second row: 25 26

Coarse Aggregate for Commercial Concrete 9-03.1(4) 0 100 0 0

27 28

9-04.AP9 29

Section 9-04, Joint and Crack Sealing Materials 30

January 4, 2016 31

9-04.2(1) Hot Poured Joint Sealants 32

This section’s content is deleted and replaced with the following new subsections: 33 34

9-04.2(1)A Hot Poured Sealant 35 Hot poured sealant shall be sampled in accordance with ASTM D5167 and tested in 36 accordance with ASTM D5329. Hot poured sealant shall have a minimum Cleveland 37 Open Cup Flash Point of 205°C in accordance with AASHTO T 48. 38 39

9-04.2(1)A1 Hot Poured Sealant for Cement Concrete Pavement 40 Hot poured sealant for cement concrete pavement shall meet the requirements of 41 ASTM D6690 Type IV, except for the following: 42 43

1. The Cone Penetration at 25°C shall be 130 maximum. 44 45 2. The extension for the Bond, non-immersed, shall be 100 percent. 46

47

Page 67: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

47 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/4/16

9-04.2(1)A2 Hot Poured Sealant for Bituminous Pavement 1 Hot poured sealant for bituminous pavement shall meet the requirements of ASTM 2 D6690 Type II. 3 4

9-04.2(1)B Sand Slurry for Bituminous Pavement 5 Sand slurry is mixture consisting of the following components measured by total weight: 6 7

1. Twenty percent CSS-1 emulsified asphalt, 8 9 2. Two percent portland cement, and 10 11 3. Seventy-eight percent fine aggregate meeting the requirements of 9-03.1(2)B 12

Class 2. Fine aggregate may be damp (no free water). 13 14

9-07.AP9 15

Section 9-07, Reinforcing Steel 16

January 4, 2016 17

9-07.1(1)A Acceptance of Materials 18

The first sentence of the first paragraph is revised to read: 19 20

Reinforcing steel rebar manufacturers shall comply with the National Transportation 21 Product Evaluation Program (NTPEP) Work Plan for Reinforcing Steel (rebar) 22 Manufacturers. 23

24 The first sentence of the second paragraph is revised to read: 25 26

Steel reinforcing bar manufacturers use either English or a Metric size designation while 27 stamping rebar. 28

Page 68: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 1

INTRODUCTION TO THE SPECIAL PROVISIONS 1

(August 14, 2013 APWA GSP) 2

The work on this project shall be accomplished in accordance with the Standard 3 Specifications for Road, Bridge and Municipal Construction, 2016 edition, as issued by the 4 Washington State Department of Transportation (WSDOT) and the American Public Works 5 Association (APWA), Washington State Chapter (hereafter “Standard Specifications”). The 6 Standard Specifications, as modified or supplemented by the Amendments to the Standard 7 Specifications and these Special Provisions, all of which are made a part of the Contract 8 Documents, shall govern all of the Work. 9 10 These Special Provisions are made up of both General Special Provisions (GSPs) from 11 various sources, which may have project-specific fill-ins; and project-specific Special 12 Provisions. Each Provision either supplements, modifies, or replaces the comparable 13 Standard Specification, or is a new Provision. The deletion, amendment, alteration, or 14 addition to any subsection or portion of the Standard Specifications is meant to pertain only 15 to that particular portion of the section, and in no way should it be interpreted that the 16 balance of the section does not apply. 17 18 The project-specific Special Provisions are not labeled as such. The GSPs are labeled 19 under the headers of each GSP, with the effective date of the GSP and its source. For 20 example: 21 22 (March 8, 2013 APWA GSP) 23 (April 1, 2013 WSDOT GSP) 24 25 Also incorporated into the Contract Documents by reference are: 26

Manual on Uniform Traffic Control Devices for Streets and Highways, currently 27 adopted edition, with Washington State modifications, if any 28

Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, 29 current edition 30

31 Contractor shall obtain copies of these publications, at Contractor’s own expense. 32 33

Page 69: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 2

Division 1 1

General Requirements 2

Description of Work 3

(March 13, 1995) 4

This Contract provides for the construction of curbs and sidewalks along SR 20 in the Town 5 of Twisp, Washington. The project includes installation of ADA ramps, driveways and 6 stormwater treatment facilities, as described in the Advertisement for Bids and Bid Proposal 7 and other work, all in accordance with the attached Contract Plans, these Contract 8 Provisions, and the Standard Specifications. 9 10 Work is scheduled to begin on or about June 1, 2017 after installation of a water main 11 constructed under a separate contract. 12 Work involves extensive traffic control and limitations of working time during peak summer 13 season. 14 15 The Contractor shall provide a surveyed check of curb grades to the Engineer prior to 16 installing concrete. Surveying shall be conducted in accordance with Section 1-05.4 of these 17 Special Provisions. 18 19 The Contracting Agency has established a Condition of Award Contract goal of 5 percent of 20 the Contract value for Disadvantaged Business Enterprise (DBE) goals. 21 22 1-01.3 Definitions 23

(January 4, 2016 APWA GSP) 24

25 Delete the heading Completion Dates and the three paragraphs that follow it, and replace 26 them with the following: 27

28 Dates 29

Bid Opening Date 30

The date on which the Contracting Agency publicly opens and reads the Bids. 31

Award Date 32

The date of the formal decision of the Contracting Agency to accept the lowest 33 responsible and responsive Bidder for the Work. 34

Contract Execution Date 35

The date the Contracting Agency officially binds the Agency to the Contract. 36

Notice to Proceed Date 37

The date stated in the Notice to Proceed on which the Contract time begins. 38

Substantial Completion Date 39

The day the Engineer determines the Contracting Agency has full and unrestricted 40 use and benefit of the facilities, both from the operational and safety standpoint, any 41 remaining traffic disruptions will be rare and brief, and only minor incidental work, 42

Page 70: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 3

replacement of temporary substitute facilities, plant establishment periods, or 1 correction or repair remains for the Physical Completion of the total Contract. 2

Physical Completion Date 3

The day all of the Work is physically completed on the project. All documentation 4 required by the Contract and required by law does not necessarily need to be 5 furnished by the Contractor by this date. 6

Completion Date 7

The day all the Work specified in the Contract is completed and all the obligations of 8 the Contractor under the contract are fulfilled by the Contractor. All documentation 9 required by the Contract and required by law must be furnished by the Contractor 10 before establishment of this date. 11

Final Acceptance Date 12

The date on which the Contracting Agency accepts the Work as complete. 13 14 Supplement this Section with the following: 15 16

All references in the Standard Specifications, Amendments, or WSDOT General Special 17 Provisions, to the terms “Department of Transportation”, “Washington State 18 Transportation Commission”, “Commission”, “Secretary of Transportation”, “Secretary”, 19 “Headquarters”, and “State Treasurer” shall be revised to read “Contracting Agency”. 20 21 All references to the terms “State” or “state” shall be revised to read “Contracting 22 Agency” unless the reference is to an administrative agency of the State of Washington, 23 a State statute or regulation, or the context reasonably indicates otherwise. 24 25 All references to “State Materials Laboratory” shall be revised to read “Contracting 26 Agency designated location”. 27 28 All references to “final contract voucher certification” shall be interpreted to mean the 29 Contracting Agency form(s) by which final payment is authorized, and final completion 30 and acceptance granted. 31 32 Additive 33

A supplemental unit of work or group of bid items, identified separately in the Bid 34 Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition 35 to the base bid. 36 37 Alternate 38

One of two or more units of work or groups of bid items, identified separately in the Bid 39 Proposal, from which the Contracting Agency may make a choice between different 40 methods or material of construction for performing the same work. 41 42 Business Day 43

A business day is any day from Monday through Friday except holidays as listed in 44 Section 1-08.5. 45

Page 71: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 4

1 Contract Bond 2

The definition in the Standard Specifications for “Contract Bond” applies to whatever 3 bond form(s) are required by the Contract Documents, which may be a combination of a 4 Payment Bond and a Performance Bond. 5 6 Contract Documents 7

See definition for “Contract”. 8 9 Contract Time 10

The period of time established by the terms and conditions of the Contract within which 11 the Work must be physically completed. 12 13 Notice of Award 14

The written notice from the Contracting Agency to the successful Bidder signifying the 15 Contracting Agency’s acceptance of the Bid Proposal. 16 17 Notice to Proceed 18

The written notice from the Contracting Agency or Engineer to the Contractor authorizing 19 and directing the Contractor to proceed with the Work and establishing the date on which 20 the Contract time begins. 21 22 Traffic 23

Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and 24 equestrian traffic. 25

26

1-02 BID PROCEDURES AND CONDITIONS 27

1-02.1 Prequalification of Bidders 28

Delete this section and replace it with the following: 29 30

1-02.1 Qualifications of Bidder 31

(January 24, 2011 APWA GSP) 32

Before award of a public works contract, a bidder must meet at least the minimum 33 qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified 34 to be awarded a public works project. 35

36 1-02.2 Plans and Specifications 37

(June 27, 2011 APWA GSP) 38

Delete this section and replace it with the following: 39 40

Information as to where Bid Documents can be obtained or reviewed can be found in the 41 Call for Bids (Advertisement for Bids) for the work. 42 43 After award of the contract, plans and specifications will be issued to the Contractor at no 44 cost as detailed below: 45

Page 72: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 5

1

To Prime Contractor No. of Sets Basis of Distribution

Reduced plans (11" x 17") 3 Furnished automatically upon award.

Contract Provisions

3 Furnished automatically upon award.

Large plans (e.g., 22" x 34")

1 Furnished only upon request.

2

Additional plans and Contract Provisions may be obtained by the Contractor from the 3 source stated in the Call for Bids, at the Contractor’s own expense. 4

5 1-02.5 Proposal Forms 6

(June 27, 2011 APWA GSP) 7

Delete this section and replace it with the following: 8 9

The Proposal Form will identify the project and its location and describe the work. It will 10 also list estimated quantities, units of measurement, the items of work, and the materials 11 to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal 12 form that call for, but are not limited to, unit prices; extensions; summations; the total bid 13 amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment 14 of addenda; the bidder’s name, address, telephone number, and signature; the bidder’s 15 D/M/WBE commitment, if applicable; a State of Washington Contractor’s Registration 16 Number; and a Business License Number, if applicable. Bids shall be completed by 17 typing or shall be printed in ink by hand, preferably in black ink. The required 18 certifications are included as part of the Proposal Form. 19

20 The Contracting Agency reserves the right to arrange the proposal forms with alternates 21 and additives, if such be to the advantage of the Contracting Agency. The bidder shall 22 bid on all alternates and additives set forth in the Proposal Form unless otherwise 23 specified. 24

25 1-02.6 Preparation of Proposal 26

(June 27, 2011 APWA GSP) 27

Supplement the second paragraph with the following: 28

4. If a minimum bid amount has been established for any item, the unit or lump sum 29 price must equal or exceed the minimum amount stated. 30

5. Any correction to a bid made by interlineation, alteration, or erasure, shall be 31 initialed by the signer of the bid. 32

33 Delete the last paragraph, and replace it with the following: 34 35

The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. 36 37

Page 73: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 6

A bid by a corporation shall be executed in the corporate name, by the president or a 1 vice president (or other corporate officer accompanied by evidence of authority to sign). 2 3 A bid by a partnership shall be executed in the partnership name, and signed by a 4 partner. A copy of the partnership agreement shall be submitted with the Bid Form if any 5 D/M/WBE requirements are to be satisfied through such an agreement. 6 7 A bid by a joint venture shall be executed in the joint venture name and signed by a 8 member of the joint venture. A copy of the joint venture agreement shall be submitted 9 with the Bid Form if any D/W/MBE requirements are to be satisfied through such an 10 agreement. 11

12 (January 4, 2016 APWA GSP) 13

The fifth and sixth paragraphs of Section 1-02.6 are deleted. 14 15 1-02.7 Bid Deposit 16

(March 8, 2013 APWA GSP) 17

Supplement this section with the following: 18 19 Bid bonds shall contain the following: 20

1. Contracting Agency-assigned number for the project; 21

2. Name of the project; 22

3. The Contracting Agency named as obligee; 23 4. The amount of the bid bond stated either as a dollar figure or as a percentage which 24

represents five percent of the maximum bid amount that could be awarded; 25

5. Signature of the bidder’s officer empowered to sign official statements. The signature 26 of the person authorized to submit the bid should agree with the signature on the 27 bond, and the title of the person must accompany the said signature; 28

6. The signature of the surety’s officer empowered to sign the bond and the power of 29 attorney. 30

31 If so stated in the Contract Provisions, bidder must use the bond form included in the 32 Contract Provisions. 33 34 If so stated in the Contract Provisions, cash will not be accepted for a bid deposit. 35

36 1-02.9 Delivery of Proposal 37

(August 15, 2012 APWA GSP, Option A) 38

Delete this section and replace it with the following: 39 40 Each proposal shall be submitted in a sealed envelope, with the Project Name and 41 Project Number as stated in the Call for Bids clearly marked on the outside of the 42 envelope, or as otherwise required in the Bid Documents, to ensure proper handling and 43 delivery. 44 45 If the project has FHWA funding and requires DBE Written Confirmation Documents or 46 Good Faith Effort Documentation, then to be considered responsive, the Bidder shall 47

Page 74: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 7

submit with their Bid Proposal, written Confirmation Documentation from each DBE firm 1 listed on the Bidder’s completed DBE Utilization Certification, form 272-056A EF, as 2 required by Section 1-02.6. 3 4 The Contracting Agency will not open or consider any Bid Proposal that is received after 5 the time specified in the Call for Bids for receipt of Bid Proposals, or received in a 6 location other than that specified in the Call for Bids. 7

8 1-02.10 Withdrawing, Revising, or Supplementing Proposal 9

(July 23, 2015 APWA GSP) 10

Delete this section, and replace it with the following: 11 12 After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may 13 withdraw, revise, or supplement it if: 14

15 1. The Bidder submits a written request signed by an authorized person and 16

physically delivers it to the place designated for receipt of Bid Proposals, and 17 2. The Contracting Agency receives the request before the time set for receipt of 18

Bid Proposals, and 19 3. The revised or supplemented Bid Proposal (if any) is received by the 20

Contracting Agency before the time set for receipt of Bid Proposals. 21 22

If the Bidder’s request to withdraw, revise, or supplement its Bid Proposal is received 23 before the time set for receipt of Bid Proposals, the Contracting Agency will return the 24 unopened Proposal package to the Bidder. The Bidder must then submit the revised or 25 supplemented package in its entirety. If the Bidder does not submit a revised or 26 supplemented package, then its bid shall be considered withdrawn. 27 28 Late revised or supplemented Bid Proposals or late withdrawal requests will be date 29 recorded by the Contracting Agency and returned unopened. Mailed, emailed, or faxed 30 requests to withdraw, revise, or supplement a Bid Proposal are not acceptable. 31

32 1-02.12 Public Opening of Proposals 33

Section 1-02.12 is supplemented with the following: 34 35 (April 1, 2013) 36

Sealed bids are to be received at the following location prior to the date and time 37 specified: 38 39 Town of Twisp, City Hall, located at 118 S. Glover St., Twisp, WA 98856, until 11:00 40

A.M. of the bid opening date. 41 42 The bid opening date for this project is Tuesday August 23, 2016. Bids received will be 43 publicly opened and read after 11:00 A.M. Pacific Time on this date. 44 45

Page 75: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 8

1-02.13 Irregular Proposals 1

(January 4, 2016 APWA GSP) 2

Delete this section and replace it with the following: 3 4

1. A proposal will be considered irregular and will be rejected if: 5

a. The Bidder is not prequalified when so required; 6

b. The authorized proposal form furnished by the Contracting Agency is not 7 used or is altered; 8

c. The completed proposal form contains any unauthorized additions, deletions, 9 alternate Bids, or conditions; 10

d. The Bidder adds provisions reserving the right to reject or accept the award, 11 or enter into the Contract; 12

e. A price per unit cannot be determined from the Bid Proposal; 13

f. The Proposal form is not properly executed; 14

g. The Bidder fails to submit or properly complete a Subcontractor list, if 15 applicable, as required in Section 1-02.6; 16

h. The Bidder fails to submit or properly complete a Disadvantaged Business 17 Enterprise Certification, if applicable, as required in Section 1-02.6; 18

i. The Bidder fails to submit written confirmation from each DBE firm listed on 19 the Bidder’s completed DBE Utilization Certification that they are in 20 agreement with the bidders DBE participation commitment, if applicable, as 21 required in Section 1-02.6, or if the written confirmation that is submitted fails 22 to meet the requirements of the Special Provisions; 23

j The Bidder fails to submit DBE Good Faith Effort documentation, if applicable, 24 as required in Section 1-02.6, or if the documentation that is submitted fails to 25 demonstrate that a Good Faith Effort to meet the Condition of Award was 26 made; 27

k. The Bid Proposal does not constitute a definite and unqualified offer to meet 28 the material terms of the Bid invitation; or 29

l. More than one proposal is submitted for the same project from a Bidder under 30 the same or different names. 31

32 2. A Proposal may be considered irregular and may be rejected if: 33

a. The Proposal does not include a unit price for every Bid item; 34

b. Any of the unit prices are excessively unbalanced (either above or below the 35 amount of a reasonable Bid) to the potential detriment of the Contracting 36 Agency; 37

c. Receipt of Addenda is not acknowledged; 38

d. A member of a joint venture or partnership and the joint venture or 39 partnership submit Proposals for the same project (in such an instance, both 40 Bids may be rejected); or 41

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

Page 76: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 9

1 1-02.14 Disqualification of Bidders 2

(March 8, 2013 APWA GSP, Option B) 3

Delete this section and replace it with the following: 4 5

A Bidder will be deemed not responsible if the Bidder does not meet the mandatory 6 bidder responsibility criteria in RCW 39.04.350(1), as amended; or does not meet the 7 following Supplemental Criteria: 8 9 1. Delinquent State Taxes 10

A Criterion: The Bidder shall not owe delinquent taxes to the Washington State 11 Department of Revenue without a payment plan approved by the Department 12 of Revenue. 13 14

B. Documentation: The Bidder shall not be listed on the Washington State 15 Department of Revenue’s “Delinquent Taxpayer List” website: 16 http://dor.wa.gov/content/fileandpaytaxes/latefiling/dtlwest.aspx , or if they are 17 so listed, they must submit a written payment plan approved by the 18 Department of Revenue, to the Contracting Agency by the deadline listed 19 below. 20

21 2. Federal Debarment 22

A Criterion: The Bidder shall not currently be debarred or suspended by the 23 Federal government. 24

25 B. Documentation: The Bidder shall not be listed as having an “active exclusion” 26

on the U.S. government’s “System for Award Management” database 27 (www.sam.gov). 28

29 3. Subcontractor Responsibility 30

A Criterion: The Bidder’s standard subcontract form shall include the 31 subcontractor responsibility language required by RCW 39.06.020, and the 32 Bidder shall have an established procedure which it utilizes to validate the 33 responsibility of each of its subcontractors. The Bidder’s subcontract form 34 shall also include a requirement that each of its subcontractors shall have and 35 document a similar procedure to determine whether the sub-tier 36 subcontractors with whom it contracts are also “responsible” subcontractors 37 as defined by RCW 39.06.020. 38

39 B. Documentation: The Bidder, if and when required as detailed below, shall 40

submit a copy of its standard subcontract form for review by the Contracting 41 Agency, and a written description of its procedure for validating the 42 responsibility of subcontractors with which it contracts. 43

44 4. Prevailing Wages 45

A Criterion: The Bidder shall not have a record of prevailing wage violations as 46 determined by WA Labor & Industries in the five years prior to the bid 47 submittal date, that demonstrates a pattern of failing to pay workers prevailing 48

Page 77: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 10

wages, unless there are extenuating circumstances and such circumstances 1 are deemed acceptable to the Contracting Agency. 2

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

submit a list of all prevailing wage violations in the five years prior to the bid 5 submittal date, along with an explanation of each violation and how it was 6 resolved. The Contracting Agency will evaluate these explanations and the 7 resolution of each complaint to determine whether the violation demonstrate a 8 pattern of failing to pay its workers prevailing wages as required. 9

10 5. Claims Against Retainage and Bonds 11

A Criterion: The Bidder shall not have a record of excessive claims filed against 12 the retainage or payment bonds for public works projects in the three years 13 prior to the bid submittal date, that demonstrate a lack of effective 14 management by the Bidder of making timely and appropriate payments to its 15 subcontractors, suppliers, and workers, unless there are extenuating 16 circumstances and such circumstances are deemed acceptable to the 17 Contracting Agency. 18

19 B. Documentation: The Bidder, if and when required as detailed below, shall 20

submit a list of the public works projects completed in the three years prior to 21 the bid submittal date that have had claims against retainage and bonds and 22 include for each project the following information: 23

24 • Name of project 25 • The owner and contact information for the owner; 26 • A list of claims filed against the retainage and/or payment bond for any of 27

the projects listed; 28 • A written explanation of the circumstances surrounding each claim and 29

the ultimate resolution of the claim. 30 31

6. Public Bidding Crime 32

A Criterion: The Bidder and/or its owners shall not have been convicted of a 33 crime involving bidding on a public works contract in the five years prior to the 34 bid submittal date. 35

36 B. Documentation: The Bidder, if and when required as detailed below, shall sign 37

a statement (on a form to be provided by the Contracting Agency) that the 38 Bidder and/or its owners have not been convicted of a crime involving bidding 39 on a public works contract. 40

41 7. Termination for Cause / Termination for Default 42

A Criterion: The Bidder shall not have had any public works contract terminated 43 for cause or terminated for default by a government agency in the five years 44 prior to the bid submittal date, unless there are extenuating circumstances 45 and such circumstances are deemed acceptable to the Contracting Agency. 46

47 B. Documentation: The Bidder, if and when required as detailed below, shall sign 48

a statement (on a form to be provided by the Contracting Agency) that the 49 Bidder has not had any public works contract terminated for cause or 50

Page 78: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 11

terminated for default by a government agency in the five years prior to the 1 bid submittal date; or if Bidder was terminated, describe the circumstances. 2

3

8. Lawsuits 4

A Criterion: The Bidder shall not have lawsuits with judgments entered against 5 the Bidder in the five years prior to the bid submittal date that demonstrate a 6 pattern of failing to meet the terms of contracts, unless there are extenuating 7 circumstances and such circumstances are deemed acceptable to the 8 Contracting Agency 9

10 B. Documentation: The Bidder, if and when required as detailed below, shall sign 11

a statement (on a form to be provided by the Contracting Agency) that the 12 Bidder has not had any lawsuits with judgments entered against the Bidder in 13 the five years prior to the bid submittal date that demonstrate a pattern of 14 failing to meet the terms of contracts, or shall submit a list of all lawsuits with 15 judgments entered against the Bidder in the five years prior to the bid 16 submittal date, along with a written explanation of the circumstances 17 surrounding each such lawsuit. The Contracting Agency shall evaluate these 18 explanations to determine whether the lawsuits demonstrate a pattern of 19 failing to meet of terms of construction related contracts 20

21 As evidence that the Bidder meets the mandatory and supplemental responsibility 22 criteria stated above, the apparent two lowest Bidders must submit to the Contracting 23 Agency by 12:00 P.M. (noon) of the second business day following the bid submittal 24 deadline, a written statement verifying that the Bidder meets all of the mandatory and 25 supplemental criteria together with supporting documentation including but not limited 26 to that detailed above (sufficient in the sole judgment of the Contracting Agency) 27 demonstrating compliance with all mandatory and supplemental responsibility criteria. 28 The Contracting Agency reserves the right to request such documentation from other 29 Bidders as well, and to request further documentation as needed to assess Bidder 30 responsibility. The Contracting Agency also reserves the right to obtain information 31 from third-parties and independent sources of information concerning a Bidder’s 32 compliance with the mandatory and supplemental criteria, and to use that information 33 in their evaluation. The Contracting Agency may (but is not required to) consider 34 mitigating factors in determining whether the Bidder complies with the requirements of 35 the supplemental criteria. 36 37 The basis for evaluation of Bidder compliance with these mandatory and supplemental 38 criteria shall include any documents or facts obtained by Contracting Agency (whether 39 from the Bidder or third parties) including but not limited to: (i) financial, historical, or 40 operational data from the Bidder; (ii) information obtained directly by the Contracting 41 Agency from others for whom the Bidder has worked, or other public agencies or 42 private enterprises; and (iii) any additional information obtained by the Contracting 43 Agency which is believed to be relevant to the matter. 44 45 If the Contracting Agency determines the Bidder does not meet the bidder 46 responsibility criteria above and is therefore not a responsible Bidder, the Contracting 47 Agency shall notify the Bidder in writing, with the reasons for its determination. If the 48 Bidder disagrees with this determination, it may appeal the determination within two (2) 49 business days of the Contracting Agency’s determination by presenting its appeal and 50 any additional information to the Contracting Agency. The Contracting Agency will 51

Page 79: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 12

consider the appeal and any additional information before issuing its final 1 determination. If the final determination affirms that the Bidder is not responsible, the 2 Contracting Agency will not execute a contract with any other Bidder until at least two 3 business days after the Bidder determined to be not responsible has received the 4 Contracting Agency’s final determination. 5 6 Request to Change Supplemental Bidder Responsibility Criteria Prior To Bid: Bidders 7 with concerns about the relevancy or restrictiveness of the Supplemental Bidder 8 Responsibility Criteria may make or submit requests to the Contracting Agency to 9 modify the criteria. Such requests shall be in writing, describe the nature of the 10 concerns, and propose specific modifications to the criteria. Bidders shall submit such 11 requests to the Contracting Agency no later than five (5) business days prior to the bid 12 submittal deadline and address the request to the Project Engineer or such other 13 person designated by the Contracting Agency in the Bid Documents. 14

15 1-02.15 Pre Award Information 16

(August 14, 2013 APWA GSP) 17

Revise this section to read: 18 19 Before awarding any contract, the Contracting Agency may require one or more of these 20 items or actions of the apparent lowest responsible bidder: 21

1. A complete statement of the origin, composition, and manufacture of any or all 22 materials to be used, 23

2. Samples of these materials for quality and fitness tests, 24

3. A progress schedule (in a form the Contracting Agency requires) showing the order 25 of and time required for the various phases of the work, 26

4. A breakdown of costs assigned to any bid item, 27

5. Attendance at a conference with the Engineer or representatives of the Engineer, 28

6. Obtain, and furnish a copy of, a business license to do business in the city or county 29 where the work is located. 30

7. Any other information or action taken that is deemed necessary to ensure that the 31 bidder is the lowest responsible bidder. 32

33

1-03 AWARD AND EXECUTION OF CONTRACT 34

1-03.1 Consideration of Bids 35

(January 23, 2006 APWA GSP) 36

Revise the first paragraph to read: 37 38 After opening and reading proposals, the Contracting Agency will check them for 39 correctness of extensions of the prices per unit and the total price. If a discrepancy 40 exists between the price per unit and the extended amount of any bid item, the price per 41 unit will control. If a minimum bid amount has been established for any item and the 42 bidder’s unit or lump sum price is less than the minimum specified amount, the 43 Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum 44 specified amount and recalculate the extension. The total of extensions, corrected 45

Page 80: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 13

where necessary, including sales taxes where applicable and such additives and/or 1 alternates as selected by the Contracting Agency, will be used by the Contracting Agency 2 for award purposes and to fix the Awarded Contract Price amount and the amount of the 3 contract bond. 4

5 1-03.3 Execution of Contract 6

(October 1, 2005 APWA GSP) 7

Revise this section to read: 8 9

Copies of the Contract Provisions, including the unsigned Form of Contract, will be 10 available for signature by the successful bidder on the first business day following award. 11 The number of copies to be executed by the Contractor will be determined by the 12 Contracting Agency. 13 14 Within 21 calendar days after the award date, the successful bidder shall return the 15 signed Contracting Agency-prepared contract, an insurance certification as required by 16 Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before 17 execution of the contract by the Contracting Agency, the successful bidder shall provide 18 any pre-award information the Contracting Agency may require under Section 1-02.15. 19 20 Until the Contracting Agency executes a contract, no proposal shall bind the Contracting 21 Agency nor shall any work begin within the project limits or within Contracting Agency-22 furnished sites. The Contractor shall bear all risks for any work begun outside such areas 23 and for any materials ordered before the contract is executed by the Contracting Agency. 24 25 If the bidder experiences circumstances beyond their control that prevents return of the 26 contract documents within the calendar days after the award date stated above, the 27 Contracting Agency may grant up to a maximum of 21 additional calendar days for return 28 of the documents, provided the Contracting Agency deems the circumstances warrant it. 29

30 1-03.4 Contract Bond 31

(July 23, 2015 APWA GSP) 32

Delete the first paragraph and replace it with the following: 33 34

The successful bidder shall provide executed payment and performance bond(s) for the 35 full contract amount. The bond may be a combined payment and performance bond; or 36 be separate payment and performance bonds. In the case of separate payment and 37 performance bonds, each shall be for the full contract amount. The bond(s) shall: 38 39 1. Be on Contracting Agency-furnished form(s); 40

2. Be signed by an approved surety (or sureties) that: 41

a. Is registered with the Washington State Insurance Commissioner, and 42

b. Appears on the current Authorized Insurance List in the State of Washington 43 published by the Office of the Insurance Commissioner, 44

3. Guarantee that the Contractor will perform and comply with all obligations, duties, 45 and conditions under the Contract, including but not limited to the duty and obligation 46 to indemnify, defend, and protect the Contracting Agency against all losses and 47 claims related directly or indirectly from any failure: 48

Page 81: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 14

a. Of the Contractor (or any of the employees, subcontractors, or lower tier 1 subcontractors of the Contractor) to faithfully perform and comply with all contract 2 obligations, conditions, and duties, or 3

b. Of the Contractor (or the subcontractors or lower tier subcontractors of the 4 Contractor) to pay all laborers, mechanics, subcontractors, lower tier 5 subcontractors, material person, or any other person who provides supplies or 6 provisions for carrying out the work; 7

4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the 8 project under titles 50, 51, and 82 RCW; and 9

5. Be accompanied by a power of attorney for the Surety’s officer empowered to sign 10 the bond; and 11

6. Be signed by an officer of the Contractor empowered to sign official statements (sole 12 proprietor or partner). If the Contractor is a corporation, the bond(s) must be signed 13 by the president or vice president, unless accompanied by written proof of the 14 authority of the individual signing the bond(s) to bind the corporation (i.e., corporate 15 resolution, power of attorney, or a letter to such effect signed by the president or vice 16 president). 17

18

Page 82: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 15

1-04 SCOPE OF THE WORK 1

1-04.2 Coordination of Contract Documents, Plans, Special Provisions, 2 Specifications, and Addenda 3

(March 13, 2012 APWA GSP) 4

Revise the second paragraph to read: 5 6 Any inconsistency in the parts of the contract shall be resolved by following this order of 7 precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 8

1. Addenda, 9

2. Proposal Form, 10

3. Special Provisions, 11

4. Contract Plans, 12

5. Amendments to the Standard Specifications, 13

6. Standard Specifications, 14

7. Contracting Agency’s Standard Plans or Details (if any), and 15

8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 16

17

1-05 CONTROL OF WORK 18

1-05.4 Conformity With and Deviations from Plans and Stakes 19

Supplement this section with the following: 20 21

Contractor Surveying – Roadway and Utilities 22

Copies of the Contracting Agency provided primary survey control data are available for 23 the bidder's inspection at the office of the Project Engineer. 24 25 The Contractor shall be responsible for setting, maintaining, and resetting all alignment 26 stakes, slope stakes, and grades necessary for the construction of the roadbed, 27 drainage, surfacing, paving, channelization and pavement marking, illumination and 28 signals, guardrails and barriers, signing and utilities. Except for the survey control data 29 to be furnished by the Contracting Agency, calculations, surveying, and measuring 30 required for setting and maintaining the necessary lines, grades and offsets shall be the 31 Contractor's responsibility. 32 33 The Contractor shall inform the Engineer when monuments are discovered that were 34 not identified in the Plans and construction activity may disturb or damage the 35 monuments. All monuments noted on the plans “DO NOT DISTURB” shall be protected 36 throughout the length of the project or be replaced at the Contractors expense. 37 38 Detailed survey records shall be maintained, including a description of the work 39 performed on each shift, the methods utilized, and the control points used. The record 40 shall be adequate to allow the survey to be reproduced. A copy of each day's record 41 shall be provided to the Engineer within three working days after the end of the shift. 42 43

Page 83: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 16

The meaning of words and terms used in this provision shall be as listed in "Definitions 1 of Surveying and Associated Terms" current edition, published by the American 2 Congress on Surveying and Mapping and the American Society of Civil Engineers. 3 4 The survey work shall include but not be limited to the following: 5 6

1. Verify the primary horizontal and vertical control furnished by the Contracting 7 Agency, and expand into secondary control by adding stakes and hubs as well 8 as additional survey control needed for the project. Provide descriptions of 9 secondary control to the Contracting Agency. The description shall include 10 coordinates and elevations of all secondary control points. 11

12 2. Establish, the centerlines of all alignments, by placing hubs, stakes, or marks 13

on centerline or on offsets to centerline at all curve points (PCs, PTs, and PIs) 14 and at points on the alignments spaced no further than 50 feet. 15

16 3. Establish clearing limits, placing stakes at all angle points and at intermediate 17

points not more than 50 feet apart. The clearing and grubbing limits shall be 5 18 feet beyond the toe of a fill and 10 feet beyond the top of a cut unless 19 otherwise shown in the Plans. 20

21 4. Establish grading limits, placing slope stakes at centerline increments not more 22

than 50 feet apart. Establish offset reference to all slope stakes. If Global 23 Positioning Satellite (GPS) Machine Controls are used to provide grade 24 control, then slope stakes may be omitted at the discretion of the Contractor 25 26

5. Establish the horizontal and vertical location of all drainage features, placing 27 offset stakes to all drainage structures and to pipes at a horizontal interval not 28 greater than 25 feet. 29

30 6. Establish roadbed and surfacing elevations by placing stakes at the top of 31

subgrade and at the top of each course of surfacing. Subgrade and surfacing 32 stakes shall be set at horizontal intervals not greater than 50 feet in tangent 33 sections, 25 feet in curve sections with a radius less than 300 feet, and at 10-34 foot intervals in intersection radii with a radius less than 10 feet. Transversely, 35 stakes shall be placed at all locations where the roadway slope changes and 36 at additional points such that the transverse spacing of stakes is not more than 37 12 feet. If GPS Machine Controls are used to provide grade control, then 38 roadbed and surfacing stakes may be omitted at the discretion of the 39 Contractor. 40

41 7. Establish intermediate elevation benchmarks as needed to check work 42

throughout the project. 43 44 8. Provide references for paving pins at 25-foot intervals or provide simultaneous 45

surveying to establish location and elevation of paving pins as they are being 46 placed. 47

48 9. For all other types of construction included in this provision, (including but not 49

limited to channelization and pavement marking, illumination and signals, 50 guardrails and barriers, signing and utilities) provide staking, layout and offsets 51

Page 84: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 17

as necessary to adequately locate, construct, and check the specific 1 construction activity. 2

3 10. Contractor shall determine if changes are needed to the profiles or roadway 4

sections shown in the Contract Plans in order to achieve proper smoothness 5 and drainage where matching into existing features, such as a smooth 6 transition from new pavement to existing pavement. The Contractor shall 7 submit these changes to the Project Engineer for review and approval 10 days 8 prior to the beginning of work. 9

10 The Contractor shall provide the Contracting Agency copies of any calculations and 11 staking data when requested by the Engineer. 12 13 To facilitate the establishment of these lines and elevations, the Contracting Agency will 14 provide the Contractor with primary survey control information consisting of descriptions 15 of two primary control points used for the horizontal and vertical control, and 16 descriptions of two additional primary control points for every additional three miles of 17 project length. Primary control points will be described by reference to the project 18 alignment and the coordinate system and elevation datum utilized by the project. In 19 addition, the Contracting Agency will supply horizontal coordinates for the beginning and 20 ending points and for each Point of Intersection (PI) on each alignment included in the 21 project. 22 23 The Contractor shall ensure a surveying accuracy within the following tolerances: 24

25 Vertical Horizontal 26 Slope stakes 0.10 feet 0.10 feet 27 Subgrade grade stakes set 28 0.04 feet below grade 0.01 feet 0.5 feet 29 (parallel to alignment) 30 0.1 feet 31 (normal to alignment) 32 33 Stationing on roadway N/A 0.1 feet 34 Alignment on roadway N/A 0.04 feet 35 Surfacing grade stakes 0.01 feet 0.5 feet 36 (parallel to alignment) 37 0.1 feet 38 (normal to alignment) 39 40 Roadway paving pins for 41 surfacing or paving 0.01 feet 0.2 feet 42

(parallel to alignment) 43 0.1 feet 44 (normal to alignment) 45 46

The Contracting Agency may spot-check the Contractor's surveying. These spot-47 checks will not change the requirements for normal checking by the Contractor. 48 49 When staking roadway alignment and stationing, the Contractor shall perform 50 independent checks from different secondary control to ensure that the points staked 51 are within the specified survey accuracy tolerances. 52

Page 85: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 18

1 The Contractor shall calculate coordinates for the alignment. The Contracting Agency 2 will verify these coordinates prior to issuing approval to the Contractor for commencing 3 with the work. The Contracting Agency will require up to seven calendar days from the 4 date the data is received. 5 6 Contract work to be performed using contractor-provided stakes shall not begin until the 7 stakes are approved by the Contracting Agency. Such approval shall not relieve the 8 Contractor of responsibility for the accuracy of the stakes. 9

10 Stakes shall be marked in accordance with Standard Plan A10.10. When stakes are 11 needed that are not described in the Plans, then those stakes shall be marked, at no 12 additional cost to the Contracting Agency as ordered by the Engineer. 13 14 Payment 15

Payment will be made in accordance with Section 1-04.1 for the following bid item when 16 included in the proposal: 17 18

"Roadway and Utilities Surveying", lump sum. 19 20

The lump sum contract price for "Roadway and Utility Surveying" shall be full pay for all 21 labor, equipment, materials, and supervision utilized to perform the Work specified, 22 including any resurveying, checking, correction of errors, replacement of missing or 23 damaged stakes, and coordination efforts. 24

25 Electronic Survey Data 26

Electronic data is available for the Contractor’s convenience upon request, this data is 27 informational only, and is not considered a part of the Contract, or these provisions. No 28 guarantee is made by the Contracting Agency that the electronic data if provided to the 29 Contractor is: 30 31

1. Compatible with any systems utilized by the Contractor; 32 2. Complete; 33 3. Representative of actual conditions at the project site; 34 4. Accurately reflects the quantities and character of the actual Work required. 35

36 Furnished electronic design data or documentation shall not relieve the Contractor from 37 any risks or of any duty to make examinations and investigations as required by Section 38 1-02.4 or any other responsibility under the Contract or as required by law. No 39 corrections, additions, or updates of any kind will be made to the electronic data that is 40 available to the Contractor. 41

42 1-05.7 Removal of Defective and Unauthorized Work 43

(October 1, 2005 APWA GSP) 44

Supplement this section with the following: 45 46

If the Contractor fails to remedy defective or unauthorized work within the time specified 47 in a written notice from the Engineer, or fails to perform any part of the work required by 48 the Contract Documents, the Engineer may correct and remedy such work as may be 49

Page 86: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 19

identified in the written notice, with Contracting Agency forces or by such other means as 1 the Contracting Agency may deem necessary. 2 3 If the Contractor fails to comply with a written order to remedy what the Engineer 4 determines to be an emergency situation, the Engineer may have the defective and 5 unauthorized work corrected immediately, have the rejected work removed and replaced, 6 or have work the Contractor refuses to perform completed by using Contracting Agency 7 or other forces. An emergency situation is any situation when, in the opinion of the 8 Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk 9 of loss or damage to the public. 10 11 Direct or indirect costs incurred by the Contracting Agency attributable to correcting and 12 remedying defective or unauthorized work, or work the Contractor failed or refused to 13 perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from 14 monies due, or to become due, the Contractor. Such direct and indirect costs shall 15 include in particular, but without limitation, compensation for additional professional 16 services required, and costs for repair and replacement of work of others destroyed or 17 damaged by correction, removal, or replacement of the Contractor’s unauthorized work. 18 19 No adjustment in contract time or compensation will be allowed because of the delay in 20 the performance of the work attributable to the exercise of the Contracting Agency’s 21 rights provided by this Section. 22 23 The rights exercised under the provisions of this section shall not diminish the 24 Contracting Agency’s right to pursue any other avenue for additional remedy or damages 25 with respect to the Contractor’s failure to perform the work as required. 26 27

1-05.11 Final Inspection 28

Delete this section and replace it with the following: 29 30

1-05.11 Final Inspections and Operational Testing 31

(October 1, 2005 APWA GSP) 32

1-05.11(1) Substantial Completion Date 33

When the Contractor considers the work to be substantially complete, the Contractor 34 shall so notify the Engineer and request the Engineer establish the Substantial 35 Completion Date. The Contractor’s request shall list the specific items of work that 36 remain to be completed in order to reach physical completion. The Engineer will 37 schedule an inspection of the work with the Contractor to determine the status of 38 completion. The Engineer may also establish the Substantial Completion Date 39 unilaterally. 40 41 If, after this inspection, the Engineer concurs with the Contractor that the work is 42 substantially complete and ready for its intended use, the Engineer, by written notice to 43 the Contractor, will set the Substantial Completion Date. If, after this inspection the 44 Engineer does not consider the work substantially complete and ready for its intended 45 use, the Engineer will, by written notice, so notify the Contractor giving the reasons 46 therefor. 47 48 Upon receipt of written notice concurring in or denying substantial completion, whichever 49 is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized 50

Page 87: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 20

interruption, the work necessary to reach Substantial and Physical Completion. The 1 Contractor shall provide the Engineer with a revised schedule indicating when the 2 Contractor expects to reach substantial and physical completion of the work. 3 4 The above process shall be repeated until the Engineer establishes the Substantial 5 Completion Date and the Contractor considers the work physically complete and ready 6 for final inspection. 7 8 1-05.11(2) Final Inspection and Physical Completion Date 9

When the Contractor considers the work physically complete and ready for final 10 inspection, the Contractor by written notice, shall request the Engineer to schedule a 11 final inspection. The Engineer will set a date for final inspection. The Engineer and the 12 Contractor will then make a final inspection and the Engineer will notify the Contractor in 13 writing of all particulars in which the final inspection reveals the work incomplete or 14 unacceptable. The Contractor shall immediately take such corrective measures as are 15 necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, 16 diligently, and without interruption until physical completion of the listed deficiencies. This 17 process will continue until the Engineer is satisfied the listed deficiencies have been 18 corrected. 19 20 If action to correct the listed deficiencies is not initiated within 7 days after receipt of the 21 written notice listing the deficiencies, the Engineer may, upon written notice to the 22 Contractor, take whatever steps are necessary to correct those deficiencies pursuant to 23 Section 1-05.7. 24 The Contractor will not be allowed an extension of contract time because of a delay in 25 the performance of the work attributable to the exercise of the Engineer’s right 26 hereunder. 27 28 Upon correction of all deficiencies, the Engineer will notify the Contractor and the 29 Contracting Agency, in writing, of the date upon which the work was considered 30 physically complete. That date shall constitute the Physical Completion Date of the 31 contract, but shall not imply acceptance of the work or that all the obligations of the 32 Contractor under the contract have been fulfilled. 33 34 1-05.11(3) Operational Testing 35

It is the intent of the Contracting Agency to have at the Physical Completion Date a 36 complete and operable system. Therefore when the work involves the installation of 37 machinery or other mechanical equipment; street lighting, electrical distribution or signal 38 systems; irrigation systems; buildings; or other similar work it may be desirable for the 39 Engineer to have the Contractor operate and test the work for a period of time after final 40 inspection but prior to the physical completion date. Whenever items of work are listed in 41 the Contract Provisions for operational testing they shall be fully tested under operating 42 conditions for the time period specified to ensure their acceptability prior to the Physical 43 Completion Date. During and following the test period, the Contractor shall correct any 44 items of workmanship, materials, or equipment which prove faulty, or that are not in first 45 class operating condition. Equipment, electrical controls, meters, or other devices and 46 equipment to be tested during this period shall be tested under the observation of the 47 Engineer, so that the Engineer may determine their suitability for the purpose for which 48 they were installed. The Physical Completion Date cannot be established until testing 49 and corrections have been completed to the satisfaction of the Engineer. 50 51

Page 88: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 21

The costs for power, gas, labor, material, supplies, and everything else needed to 1 successfully complete operational testing, shall be included in the unit contract prices 2 related to the system being tested, unless specifically set forth otherwise in the proposal. 3 4 Operational and test periods, when required by the Engineer, shall not affect a 5 manufacturer’s guaranties or warranties furnished under the terms of the contract. 6

7 1-05.13 Superintendents, Labor and Equipment of Contractor 8

(August 14, 2013 APWA GSP) 9

10 Delete the sixth and seventh paragraphs of this section. 11 12 1-05.14 Cooperation With Other Contractors 13

14 Section 1-05.14 is supplemented with the following: 15 16

(March 13, 1995) 17

Other Contracts Or Other Work 18

It is anticipated that the following work adjacent to or within the limits of this project will 19 be performed by others during the course of this project and will require coordination of 20 the work: 21 22 Construction Contracts: 23

Twisp Avenue Sidewalk Project 24 SR-20 Water Main Replacement Project 25

26 Community Events: 27

RCC Mazama Ride, June 25 & 26 28 Northern Tier Tour – Adventure Cycling, September 8 - 16 29

30 1-05.15 Method of Serving Notices 31

(March 25, 2009 APWA GSP) 32

Revise the second paragraph to read: 33 34 All correspondence from the Contractor shall be directed to the Project Engineer. All 35 correspondence from the Contractor constituting any notification, notice of protest, notice 36 of dispute, or other correspondence constituting notification required to be furnished 37 under the Contract, must be in paper format, hand delivered or sent via mail delivery 38 service to the Project Engineer's office. Electronic copies such as e-mails or 39 electronically delivered copies of correspondence will not constitute such notice and will 40 not comply with the requirements of the Contract. 41

42

Page 89: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 22

Add the following new section: 1 2

1-05.16 Water and Power 3

(October 1, 2005 APWA GSP) 4

The Contractor shall make necessary arrangements, and shall bear the costs for power 5 and water necessary for the performance of the work, unless the contract includes power 6 and water as a pay item. 7

8 Add the following new section: 9

10 1-05.18 Record Drawings 11

(March 8, 2013 APWA GSP) 12

The Contractor shall maintain one set of full size plans for Record Drawings, updated 13 with clear and accurate red-lined field revisions on a daily basis, and within 2 business 14 days after receipt of information that a change in Work has occurred. The Contractor 15 shall not conceal any work until the required information is recorded. 16 17 This Record Drawing set shall be used for this purpose alone, shall be kept separate 18 from other Plan sheets, and shall be clearly marked as Record Drawings. These Record 19 Drawings shall be kept on site at the Contractor’s field office, and shall be available for 20 review by the Contracting Agency at all times. The Contractor shall bring the Record 21 Drawings to each progress meeting for review. 22 23 The preparation and upkeep of the Record Drawings is to be the assigned responsibility 24 of a single, experienced, and qualified individual. The quality of the Record Drawings, in 25 terms of accuracy, clarity, and completeness, is to be adequate to allow the Contracting 26 Agency to modify the computer-aided drafting (CAD) Contract Drawings to produce a 27 complete set of Record Drawings for the Contracting Agency without further investigative 28 effort by the Contracting Agency. 29 30 The Record Drawing markups shall document all changes in the Work, both concealed 31 and visible. Items that must be shown on the markups include but are not limited to: 32

33 Actual dimensions, arrangement, and materials used when different than shown in 34

the Plans. 35 Changes made by Change Order or Field Order. 36 Changes made by the Contractor. 37 Accurate locations of storm sewer, sanitary sewer, water mains and other water 38

appurtenances, structures, conduits, light standards, vaults, width of roadways, 39 sidewalks, landscaping areas, building footprints, channelization and pavement 40 markings, etc. Include pipe invert elevations, top of castings (manholes, inlets, 41 etc.). 42

43 If the Contract calls for the Contracting Agency to do all surveying and staking, the 44 Contracting Agency will provide the elevations at the tolerances the Contracting Agency 45 requires for the Record Drawings. 46 47

Page 90: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 23

When the Contract calls for the Contractor to do the surveying/staking, the applicable 1 tolerance limits include, but are not limited to the following: 2

Vertical Horizontal

As-built sanitary & storm invert and grate elevations

± 0.01 foot ± 0.01 foot

As-built monumentation ± 0.001 foot ± 0.001 foot

As-built waterlines, inverts, valves, hydrants

± 0.10 foot ± 0.10 foot

As-built ponds/swales/water features ± 0.10 foot ± 0.10 foot

As-built buildings (fin. Floor elev.) ± 0.01 foot ± 0.10 foot

As-built gas lines, power, TV, Tel, Com ± 0.10 foot ± 0.10 foot

As-built signs, signals, etc. N/A ± 0.10 foot 3 Making Entries on the Record Drawings: 4

5 Use erasable colored pencil (not ink) for all markings on the Record Drawings, 6

conforming to the following color code: 7

Additions - Red 8

Deletions - Green 9

Comments - Blue 10

Dimensions - Graphite 11

Provide the applicable reference for all entries, such as the change order number, 12 the request for information (RFI) number, or the approved shop drawing number. 13

Date all entries. 14

Clearly identify all items in the entry with notes similar to those in the Contract 15 Drawings (such as pipe symbols, centerline elevations, materials, pipe joint 16 abbreviations, etc.). 17

18 The Contractor shall certify on the Record Drawings that said drawings are an accurate 19 depiction of built conditions, and in conformance with the requirements detailed above. 20 The Contractor shall submit final Record Drawings to the Contracting Agency. 21 Contracting Agency acceptance of the Record Drawings is one of the requirements for 22 achieving Physical Completion. 23

24 Payment will be made for the following bid item: 25 26 “Record Drawings”, Lump Sum 27 (Minimum Bid $500) 28 29 Payment for this item will be made on a prorated monthly basis for work completed in 30 accordance with this section up to 75% of the lump sum bid. The final 25% of the lump 31 sum item will be paid upon submittal and approval of the completed Record Drawings set 32 prepared in conformance with these Special Provisions. 33 34 A minimum bid amount has been entered in the Bid Proposal for this item. The 35 Contractor must bid at least that amount. 36

Page 91: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 24

1

1.06 Control of Material 2

Section 1-06 is supplemented with the following: 3 4

Buy America 5

(August 6, 2012) 6

In accordance with Buy America requirements contained in 23 CFR 635.410, the major 7 quantities of steel and iron construction material that is permanently incorporated into 8 the project shall consist of American-made materials only. Buy America does not apply 9 to temporary steel items, e.g., temporary sheet piling, temporary bridges, steel 10 scaffolding and falsework. 11 12 Minor amounts of foreign steel and iron may be utilized in this project provided the cost 13 of the foreign material used does not exceed one-tenth of one percent of the total 14 contract cost or $2,500.00, whichever is greater. 15 16 American-made material is defined as material having all manufacturing processes 17 occurring domestically. To further define the coverage, a domestic product is a 18 manufactured steel material that was produced in one of the 50 States, the District of 19 Columbia, Puerto Rico, or in the territories and possessions of the United States. 20 21 If domestically produced steel billets or iron ingots are exported outside of the area of 22 coverage, as defined above, for any manufacturing process then the resulting product 23 does not conform to the Buy America requirements. Additionally, products 24 manufactured domestically from foreign source steel billets or iron ingots do not 25 conform to the Buy America requirements because the initial melting and mixing of 26 alloys to create the material occurred in a foreign country. 27 28 Manufacturing begins with the initial melting and mixing, and continues through the 29 coating stage. Any process which modifies the chemical content, the physical size or 30 shape, or the final finish is considered a manufacturing process. The processes include 31 rolling, extruding, machining, bending, grinding, drilling, welding, and coating. The action 32 of applying a coating to steel or iron is deemed a manufacturing process. Coating 33 includes epoxy coating, galvanizing, aluminizing, painting, and any other coating that 34 protects or enhances the value of steel or iron. Any process from the original reduction 35 from ore to the finished product constitutes a manufacturing process for iron. 36 37 Due to a nationwide waiver, Buy America does not apply to raw materials (iron ore and 38 alloys), scrap (recycled steel or iron), and pig iron or processed, pelletized, and reduced 39 iron ore. 40 41

Page 92: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 25

The following are considered to be steel manufacturing processes: 1 2

1. Production of steel by any of the following processes: 3 4

a. Open hearth furnace. 5 6 b. Basic oxygen. 7 8 c. Electric furnace. 9 10 d. Direct reduction. 11 12

2. Rolling, heat treating, and any other similar processing. 13 14 3. Fabrication of the products. 15 16

a. Spinning wire into cable or strand. 17 18 b. Corrugating and rolling into culverts. 19 20 c. Shop fabrication. 21 22

A certification of materials origin will be required for any items comprised of, or 23 containing, steel or iron construction materials prior to such items being incorporated 24 into the permanent work. The certification shall be on DOT Form 350-109EF provided 25 by the Engineer, or such other form the Contractor chooses, provided it contains the 26 same information as DOT Form 350-109EF. 27

28 1-06.1(4) Fabrication Inspection Expense 29

(June 27, 2011 AWPA GSP) 30

Delete this section in its entirety. 31 32 1-06.6 Recycled Materials 33

(January 4, 2016 APWA GSP) 34

Delete this section, including its subsections, and replace it with the following: 35 36

The Contractor shall make their best effort to utilize recycled materials in the construction 37 of the project. Approval of such material use shall be as detailed elsewhere in the 38 Standard Specifications. 39 40 Prior to Physical Completion the Contractor shall report the quantity of recycled materials 41 that were utilized in the construction of the project for each of the items listed in Section 42 9-03.21. The report shall include hot mix asphalt, recycled concrete aggregate, recycled 43 glass, steel furnace slag and other recycled materials (e.g. utilization of on-site material 44 and aggregates from concrete returned to the supplier). The Contractor’s report shall be 45 provided on DOT form 350-075 Recycled Materials Reporting. 46

47

Page 93: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 26

1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1

1-07.1 Laws to be Observed 2

(October 1, 2005 APWA GSP) 3

Supplement this section with the following: 4 5 In cases of conflict between different safety regulations, the more stringent regulation 6 shall apply. 7 8 The Washington State Department of Labor and Industries shall be the sole and 9 paramount administrative agency responsible for the administration of the provisions of 10 the Washington Industrial Safety and Health Act of 1973 (WISHA). 11 12 The Contractor shall maintain at the project site office, or other well known place at the 13 project site, all articles necessary for providing first aid to the injured. The Contractor 14 shall establish, publish, and make known to all employees, procedures for ensuring 15 immediate removal to a hospital, or doctor’s care, persons, including employees, who 16 may have been injured on the project site. Employees should not be permitted to work 17 on the project site before the Contractor has established and made known procedures 18 for removal of injured persons to a hospital or a doctor’s care. 19 20 The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of 21 the Contractor’s plant, appliances, and methods, and for any damage or injury resulting 22 from their failure, or improper maintenance, use, or operation. The Contractor shall be 23 solely and completely responsible for the conditions of the project site, including safety 24 for all persons and property in the performance of the work. This requirement shall apply 25 continuously, and not be limited to normal working hours. The required or implied duty of 26 the Engineer to conduct construction review of the Contractor’s performance does not, 27 and shall not, be intended to include review and adequacy of the Contractor’s safety 28 measures in, on, or near the project site. 29 30

1-07.2 State Taxes 31

Delete this section, including its sub-sections, in its entirety and replace it with the following: 32 33

1-07.2 State Sales Tax 34

(June 27, 2011 APWA GSP) 35

The Washington State Department of Revenue has issued special rules on the State 36 sales tax. Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The 37 Contractor should contact the Washington State Department of Revenue for answers to 38 questions in this area. The Contracting Agency will not adjust its payment if the 39 Contractor bases a bid on a misunderstood tax liability. 40 41 The Contractor shall include all Contractor-paid taxes in the unit bid prices or other 42 contract amounts. In some cases, however, state retail sales tax will not be included. 43 Section 1-07.2(2) describes this exception. 44 45 The Contracting Agency will pay the retained percentage (or release the Contract Bond if 46 a FHWA-funded Project) only if the Contractor has obtained from the Washington State 47 Department of Revenue a certificate showing that all contract-related taxes have been 48 paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the 49

Page 94: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 27

Contractor any amount the Contractor may owe the Washington State Department of 1 Revenue, whether the amount owed relates to this contract or not. Any amount so 2 deducted will be paid into the proper State fund. 3 4 1-07.2(1) State Sales Tax — Rule 171 5

WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, 6 roads, etc., which are owned by a municipal corporation, or political subdivision of the 7 state, or by the United States, and which are used primarily for foot or vehicular traffic. 8 This includes storm or combined sewer systems within and included as a part of the 9 street or road drainage system and power lines when such are part of the roadway 10 lighting system. For work performed in such cases, the Contractor shall include 11 Washington State Retail Sales Taxes in the various unit bid item prices, or other contract 12 amounts, including those that the Contractor pays on the purchase of the materials, 13 equipment, or supplies used or consumed in doing the work. 14 15 1-07.2(2) State Sales Tax — Rule 170 16

WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or 17 existing buildings, or other structures, upon real property. This includes, but is not 18 limited to, the construction of streets, roads, highways, etc., owned by the state of 19 Washington; water mains and their appurtenances; sanitary sewers and sewage 20 disposal systems unless such sewers and disposal systems are within, and a part of, a 21 street or road drainage system; telephone, telegraph, electrical power distribution lines, 22 or other conduits or lines in or above streets or roads, unless such power lines become a 23 part of a street or road lighting system; and installing or attaching of any article of 24 tangible personal property in or to real property, whether or not such personal property 25 becomes a part of the realty by virtue of installation. 26 27 For work performed in such cases, the Contractor shall collect from the Contracting 28 Agency, retail sales tax on the full contract price. The Contracting Agency will 29 automatically add this sales tax to each payment to the Contractor. For this reason, the 30 Contractor shall not include the retail sales tax in the unit bid item prices, or in any other 31 contract amount subject to Rule 170, with the following exception. 32 33 Exception: The Contracting Agency will not add in sales tax for a payment the Contractor 34 or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or 35 consumable supplies not integrated into the project. Such sales taxes shall be included 36 in the unit bid item prices or in any other contract amount. 37 38 1-07.2(3) Services 39

The Contractor shall not collect retail sales tax from the Contracting Agency on any 40 contract wholly for professional or other services (as defined in Washington State 41 Department of Revenue Rules 138 and 244). 42

43

Page 95: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 28

1-07.6 Permits and Licenses 1

Section 1-07.6 is supplemented with the following: 2 3

(September 20, 2010) 4

The Contracting Agency has obtained the below-listed permit(s) for this project. A copy 5 of the permit(s) is attached as an appendix for informational purposes. All contacts with 6 the permitting agency concerning the below-listed permit(s) shall be through the 7 Engineer. The Contractor shall obtain additional permits as necessary. All costs to 8 obtain and comply with additional permits shall be included in the applicable bid items 9 for the work involved. Copies of these permits are required to be onsite at all times. 10 11 None. 12

13 1-07.7 Load Limits 14

Section 1-07.7 is supplemented with the following: 15 16

(March 13, 1995) 17 If the sources of materials provided by the Contractor necessitates hauling over roads 18 other than State Highways, the Contractor shall, at the Contractor's expense, make all 19 arrangements for the use of the haul routes. 20

21 1.07.9 Wages 22

General 23

Section 1-07.9(1) is supplemented with the following: 24 25

(January 8, 2016) 26

The Federal wage rates incorporated in this contract have been established by the 27 Secretary of Labor under United States Department of Labor General Decision No. 28 WA160001. 29 30 The State rates incorporated in this contract are applicable to all construction activities 31 associated with this contract. 32

33 (April 2, 2007) 34

Application of Wage Rates for the Occupation of Landscape Construction 35

State prevailing wage rates for public works contracts are included in this contract and 36 show a separate listing for the occupation: 37 38 Landscape Construction, which includes several different occupation descriptions such 39 as: Irrigation and Landscape Plumbers, Irrigation and Landscape Power Equipment 40 Operators, and Landscaping or Planting Laborers. 41 42 In addition, federal wage rates that are included in this contract may also include 43 occupation descriptions in Federal Occupational groups for work also specifically 44 identified with landscaping such as: 45 46 Laborers with the occupation description, Landscaping or Planting, or 47 48

Page 96: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 29

Power Equipment Operators with the occupation description, Mulch Seeding Operator. 1 2 If Federal wage rates include one or more rates specified as applicable to landscaping 3 work, then Federal wage rates for all occupation descriptions, specific or general, must 4 be considered and compared with corresponding State wage rates. The higher wage 5 rate, either State or Federal, becomes the minimum wage rate for the work performed in 6 that occupation. 7 8 Contractors are responsible for determining the appropriate crafts necessary to perform 9 the contract work. If a classification considered necessary for performance of the work 10 is missing from the Federal Wage Determination applicable to the contract, the 11 Contractor shall initiate a request for approval of a proposed wage and benefit rate. 12 The Contractor shall prepare and submit Standard Form 1444, Request for 13 Authorization of Additional Classification and Wage Rate available at 14 http://www.wdol.gov/docs/sf1444.pdf, and submit the completed form to the Project 15 Engineer’s office. The presence of a classification wage on the Washington State 16 Prevailing Wage Rates For Public Works Contracts does not exempt the use of form 17 1444 for the purpose of determining a federal classification wage rate. 18

19 1-07.11 Requirements for Nondiscrimination 20

Section 1-07.11 is supplemented with the following: 21 22

(August 5, 2013) 23

Requirement for Affirmative Action to Ensure Equal Employment Opportunity 24 (Executive Order 11246) 25

1. The Contractor's attention is called to the Equal Opportunity Clause and the 26 Standard Federal Equal Employment Opportunity Construction Contract 27 Specifications set forth herein. 28

29 2. The goals and timetables for minority and female participation set by the Office of 30

Federal Contract Compliance Programs, expressed in percentage terms for the 31 Contractor's aggregate work force in each construction craft and in each trade on 32 all construction work in the covered area, are as follows: 33

34 Women - Statewide 35

36 Timetable Goal 37

38 Until further notice 6.9% 39 Minorities - by Standard Metropolitan Statistical Area (SMSA) 40 41 Spokane, WA: 42

SMSA Counties: 43 Spokane, WA 2.8 44

WA Spokane. 45 Non-SMSA Counties 3.0 46

WA Adams; WA Asotin; WA Columbia; WA Ferry; WA Garfield; WA 47 Lincoln, WA Pend Oreille; WA Stevens; WA Whitman. 48

49

Page 97: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 30

Richland, WA 1 SMSA Counties: 2

Richland Kennewick, WA 5.4 3 WA Benton; WA Franklin. 4

Non-SMSA Counties 3.6 5 WA Walla Walla. 6

7 Yakima, WA: 8

SMSA Counties: 9 Yakima, WA 9.7 10

WA Yakima. 11 Non-SMSA Counties 7.2 12

WA Chelan; WA Douglas; WA Grant; WA Kittitas; WA Okanogan. 13 14 Seattle, WA: 15

SMSA Counties: 16 Seattle Everett, WA 7.2 17

WA King; WA Snohomish. 18 Tacoma, WA 6.2 19

WA Pierce. 20 Non-SMSA Counties 6.1 21

WA Clallam; WA Grays Harbor; WA Island; WA Jefferson; WA Kitsap; 22 WA Lewis; WA Mason; WA Pacific; WA San Juan; WA Skagit; WA 23 Thurston; WA Whatcom. 24

25 Portland, OR: 26

SMSA Counties: 27 Portland, OR-WA 4.5 28

WA Clark. 29 Non-SMSA Counties 3.8 30

WA Cowlitz; WA Klickitat; WA Skamania; WA Wahkiakum. 31 32 These goals are applicable to each nonexempt Contractor’s total on-site 33 construction workforce, regardless of whether or not part of that workforce is 34 performing work on a Federal, or federally assisted project, contract, or subcontract 35 until further notice. Compliance with these goals and time tables is enforced by the 36 Office of Federal Contract compliance Programs. 37 38 The Contractor's compliance with the Executive Order and the regulations in 41 39 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity 40 Clause, specific affirmative action obligations required by the specifications set 41 forth in 41 CFR 60-4.3(a), and its efforts to meet the goals. The hours of minority 42 and female employment and training must be substantially uniform throughout the 43 length of the contract, in each construction craft and in each trade, and the 44 Contractor shall make a good faith effort to employ minorities and women evenly on 45 each of its projects. The transfer of minority or female employees or trainees from 46 Contractor to Contractor or from project to project for the sole purpose of meeting 47 the Contractor's goal shall be a violation of the contract, the Executive Order and 48 the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured 49 against the total work hours performed. 50

51

Page 98: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 31

3. The Contractor shall provide written notification to the Office of Federal Contract 1 Compliance Programs (OFCCP) within 10 working days of award of any 2 construction subcontract in excess of $10,000 or more that are Federally funded, at 3 any tier for construction work under the contract resulting from this solicitation. The 4 notification shall list the name, address and telephone number of the 5 Subcontractor; employer identification number of the Subcontractor; estimated 6 dollar amount of the subcontract; estimated starting and completion dates of the 7 subcontract; and the geographical area in which the contract is to be performed. 8 The notification shall be sent to: 9

10 U.S. Department of Labor 11 Office of Federal Contract Compliance Programs Pacific Region 12 Attn: Regional Director 13 San Francisco Federal Building 14 90 – 7th Street, Suite 18-300 15 San Francisco, CA 94103(415) 625-7800 Phone 16 (415) 625-7799 Fax 17

18 Additional information may be found at the U.S. Department of Labor website: 19 http://www.dol.gov/ofccp/TAguides/ctaguide.htm 20

21 4. As used in this Notice, and in the contract resulting from this solicitation, the 22

Covered Area is as designated herein. 23 24 Standard Federal Equal Employment Opportunity Construction Contract Specifications 25 (Executive Order 11246) 26 27 1. As used in these specifications: 28 29

a. Covered Area means the geographical area described in the solicitation 30 from which this contract resulted; 31

32 b. Director means Director, Office of Federal Contract Compliance Programs, 33

United States Department of Labor, or any person to whom the Director 34 delegates authority; 35

36 c. Employer Identification Number means the Federal Social Security 37

number used on the Employer's Quarterly Federal Tax Return, U. S. 38 Treasury Department Form 941; 39

40 d. Minority includes: 41 42

(1) Black, a person having origins in any of the Black Racial Groups 43 of Africa. 44

45 (2) Hispanic, a fluent Spanish speaking, Spanish surnamed person 46

of Mexican, Puerto Rican, Cuban, Central American, South 47 American, or other Spanish origin. 48

49 (3) Asian or Pacific Islander, a person having origins in any of the 50

original peoples of the Pacific rim or the Pacific Islands, the 51 Hawaiian Islands and Samoa. 52

Page 99: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 32

1 (4) American Indian or Alaskan Native, a person having origins in 2

any of the original peoples of North America, and who maintain 3 cultural identification through tribal affiliation or community 4 recognition. 5

6 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion 7

of the work involving any construction trade, it shall physically include in each 8 subcontract in excess of $10,000 the provisions of these specifications and the 9 Notice which contains the applicable goals for minority and female participation and 10 which is set forth in the solicitations from which this contract resulted. 11

12 3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan 13

approved by the U.S. Department of Labor in the covered area either individually 14 or through an association, its affirmative action obligations on all work in the Plan 15 area (including goals and timetables) shall be in accordance with that Plan for 16 those trades which have unions participating in the Plan. Contractors must be able 17 to demonstrate their participation in and compliance with the provisions of any such 18 Hometown Plan. Each Contractor or Subcontractor participating in an approved 19 Plan is individually required to comply with its obligations under the EEO clause, 20 and to make a good faith effort to achieve each goal under the Plan in each trade in 21 which it has employees. The overall good faith performance by other Contractors 22 or Subcontractors toward a goal in an approved Plan does not excuse any covered 23 Contractor's or Subcontractor's failure to take good faith effort to achieve the Plan 24 goals and timetables. 25

26 4. The Contractor shall implement the specific affirmative action standards provided in 27

paragraphs 7a through 7p of this Special Provision. The goals set forth in the 28 solicitation from which this contract resulted are expressed as percentages of the 29 total hours of employment and training of minority and female utilization the 30 Contractor should reasonably be able to achieve in each construction trade in 31 which it has employees in the covered area. Covered construction contractors 32 performing construction work in geographical areas where they do not have a 33 Federal or federally assisted construction contract shall apply the minority and 34 female goals established for the geographical area where the work is being 35 performed. The Contractor is expected to make substantially uniform progress in 36 meeting its goals in each craft during the period specified. 37

38 5. Neither the provisions of any collective bargaining agreement, nor the failure by a 39

union with whom the Contractor has a collective bargaining agreement, to refer 40 either minorities or women shall excuse the Contractor's obligations under these 41 specifications, Executive Order 11246, or the regulations promulgated pursuant 42 thereto. 43

44 6. In order for the nonworking training hours of apprentices and trainees to be counted 45

in meeting the goals, such apprentices and trainees must be employed by the 46 Contractor during the training period, and the Contractor must have made a 47 commitment to employ the apprentices and trainees at the completion of their 48 training, subject to the availability of employment opportunities. Trainees must be 49 trained pursuant to training programs approved by the U.S. Department of Labor. 50

51

Page 100: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 33

7. The Contractor shall take specific affirmative actions to ensure equal employment 1 opportunity. The evaluation of the Contractor's compliance with these 2 specifications shall be based upon its effort to achieve maximum results from its 3 action. The Contractor shall document these efforts fully, and shall implement 4 affirmative action steps at least as extensive as the following: 5

6 a. Ensure and maintain a working environment free of harassment, 7

intimidation, and coercion at all sites, and in all facilities at which the 8 Contractor's employees are assigned to work. The Contractor, where 9 possible, will assign two or more women to each construction project. The 10 Contractor shall specifically ensure that all foremen, superintendents, and 11 other on-site supervisory personnel are aware of and carry out the 12 Contractor's obligation to maintain such a working environment, with 13 specific attention to minority or female individuals working at such sites or 14 in such facilities. 15

16 b. Establish and maintain a current list of minority and female recruitment 17

sources, provide written notification to minority and female recruitment 18 sources and to community organizations when the Contractor or its unions 19 have employment opportunities available, and maintain a record of the 20 organizations' responses. 21

22 c. Maintain a current file of the names, addresses and telephone numbers of 23

each minority and female off-the-street applicant and minority or female 24 referral from a union, a recruitment source or community organization and 25 of what action was taken with respect to each such individual. If such 26 individual was sent to the union hiring hall for referral and was not referred 27 back to the Contractor by the union or, if referred, not employed by the 28 Contractor, this shall be documented in the file with the reason therefor, 29 along with whatever additional actions the Contractor may have taken. 30

31 d. Provide immediate written notification to the Director when the union or 32

unions with which the Contractor has a collective bargaining agreement 33 has not referred to the Contractor a minority person or woman sent by the 34 Contractor, or when the Contractor has other information that the union 35 referral process has impeded the Contractor's efforts to meet its 36 obligations. 37

38 e. Develop on-the-job training opportunity and/or participate in training 39

programs for the area which expressly include minorities and women, 40 including upgrading programs and apprenticeship and trainee programs 41 relevant to the Contractor's employment needs, especially those programs 42 funded or approved by the U.S. Department of Labor. The Contractor 43 shall provide notice of these programs to the sources compiled under 7b 44 above. 45

46 f. Disseminate the Contractor's EEO policy by providing notice of the policy 47

to unions and training programs and requesting their cooperation in 48 assisting the Contractor in meeting its EEO obligations; by including it in 49 any policy manual and collective bargaining agreement; by publicizing it in 50 the company newspaper, annual report, etc.; by specific review of the 51 policy with all management personnel and with all minority and female 52

Page 101: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 34

employees at least once a year; and by posting the company EEO policy 1 on bulletin boards accessible to all employees at each location where 2 construction work is performed. 3

4 g. Review, at least annually, the company's EEO policy and affirmative action 5

obligations under these specifications with all employees having any 6 responsibility for hiring, assignment, layoff, termination or other 7 employment decisions including specific review of these items with on-site 8 supervisory personnel such as Superintendents, General Foremen, etc., 9 prior to the initiation of construction work at any job site. A written record 10 shall be made and maintained identifying the time and place of these 11 meetings, persons attending, subject matter discussed, and disposition of 12 the subject matter. 13

14 h. Disseminate the Contractor's EEO policy externally by including it in any 15

advertising in the news media, specifically including minority and female 16 news media, and providing written notification to and discussing the 17 Contractor's EEO policy with other Contractors and Subcontractors with 18 whom the Contractor does or anticipates doing business. 19

20 i. Direct its recruitment efforts, both oral and written to minority, female and 21

community organizations, to schools with minority and female students 22 and to minority and female recruitment and training organizations serving 23 the Contractor's recruitment area and employment needs. Not later than 24 one month prior to the date for the acceptance of applications for 25 apprenticeship or other training by any recruitment source, the Contractor 26 shall send written notification to organizations such as the above, 27 describing the openings, screening procedures, and tests to be used in 28 the selection process. 29

30 j. Encourage present minority and female employees to recruit other 31

minority persons and women and where reasonable, provide after school, 32 summer and vacation employment to minority and female youth both on 33 the site and in other areas of a Contractor's work force. 34

35 k. Validate all tests and other selection requirements where there is an 36

obligation to do so under 41 CFR Part 60-3. 37 38 l. Conduct, at least annually, an inventory and evaluation of all minority and 39

female personnel for promotional opportunities and encourage these 40 employees to seek or to prepare for, through appropriate training, etc., 41 such opportunities. 42

43 m. Ensure that seniority practices, job classifications, work assignments and 44

other personnel practices, do not have a discriminatory effect by 45 continually monitoring all personnel and employment related activities to 46 ensure that the EEO policy and the Contractor's obligations under these 47 specifications are being carried out. 48

49 n. Ensure that all facilities and company activities are nonsegregated except 50

that separate or single-user toilet and necessary changing facilities shall 51 be provided to assure privacy between the sexes. 52

Page 102: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 35

1 o. Document and maintain a record of all solicitations of offers for 2

subcontracts from minority and female construction contractors and 3 suppliers, including circulation of solicitations to minority and female 4 contractor associations and other business associations. 5

6 p. Conduct a review, at least annually, of all supervisors' adherence to and 7

performance under the Contractor's EEO policies and affirmative action 8 obligations. 9

10 8. Contractors are encouraged to participate in voluntary associations which assist in 11

fulfilling one or more of their affirmative action obligations (7a through 7p). The 12 efforts of a contractor association, joint contractor-union, contractor-community, or 13 other similar group of which the Contractor is a member and participant, may be 14 asserted as fulfilling any one or more of the obligations under 7a through 7p of this 15 Special Provision provided that the Contractor actively participates in the group, 16 makes every effort to assure that the group has a positive impact on the 17 employment of minorities and women in the industry, ensure that the concrete 18 benefits of the program are reflected in the Contractor's minority and female work-19 force participation, makes a good faith effort to meet its individual goals and 20 timetables, and can provide access to documentation which demonstrate the 21 effectiveness of actions taken on behalf of the Contractor. The obligation to 22 comply, however, is the Contractor's and failure of such a group to fulfill an 23 obligation shall not be a defense for the Contractor's noncompliance. 24

25 9. A single goal for minorities and a separate single goal for women have been 26

established. The Contractor, however, is required to provide equal employment 27 opportunity and to take affirmative action for all minority groups, both male and 28 female, and all women, both minority and non-minority. Consequently, the 29 Contractor may be in violation of the Executive Order if a particular group is 30 employed in substantially disparate manner (for example, even though the 31 Contractor has achieved its goals for women generally, the Contractor may be in 32 violation of the Executive Order if a specific minority group of women is 33 underutilized). 34

35 10. The Contractor shall not use the goals and timetables or affirmative action 36

standards to discriminate against any person because of race, color, religion, sex, 37 or national origin. 38

39 11. The Contractor shall not enter into any subcontract with any person or firm 40

debarred from Government contracts pursuant to Executive Order 11246. 41 42 12. The Contractor shall carry out such sanctions and penalties for violation of these 43

specifications and of the Equal Opportunity Clause, including suspensions, 44 terminations and cancellations of existing subcontracts as may be imposed or 45 ordered pursuant to Executive Order 11246, as amended, and its implementing 46 regulations by the Office of Federal Contract Compliance Programs. Any 47 Contractor who fails to carry out such sanctions and penalties shall be in violation 48 of these specifications and Executive Order 11246, as amended. 49

50 13. The Contractor, in fulfilling its obligations under these specifications, shall 51

implement specific affirmative action steps, at least as extensive as those 52

Page 103: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 36

standards prescribed in paragraph 7 of this Special Provision, so as to achieve 1 maximum results from its efforts to ensure equal employment opportunity. If the 2 Contractor fails to comply with the requirements of the Executive Order, the 3 implementing regulations, or these specifications, the Director shall proceed in 4 accordance with 41 CFR 60-4.8. 5

6 14. The Contractor shall designate a responsible official to monitor all employment 7

related activity to ensure that the company EEO policy is being carried out, to 8 submit reports relating to the provisions hereof as may be required by the 9 government and to keep records. Records shall at least include, for each 10 employee, their name, address, telephone numbers, construction trade, union 11 affiliation if any, employee identification number when assigned, social security 12 number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), 13 dates of changes in status, hours worked per week in the indicated trade, rate of 14 pay, and locations at which the work was performed. Records shall be maintained 15 in an easily understandable and retrievable form; however, to the degree that 16 existing records satisfy this requirement, the Contractors will not be required to 17 maintain separate records. 18

19 15. Nothing herein provided shall be construed as a limitation upon the application of 20

other laws which establish different standards of compliance or upon the 21 application of requirements for the hiring of local or other area residents (e.g., those 22 under the Public Works Employment Act of 1977 and the Community Development 23 Block Grant Program). 24

25 16. Additional assistance for Federal Construction Contractors on contracts 26

administered by Washington State Department of Transportation or by Local 27 Agencies may be found at: 28

29 Washington State Dept. of Transportation 30 Office of Equal Opportunity 31 PO Box 47314 32 310 Maple Park Ave. SE 33 Olympia WA 34 98504-7314 35 Ph: 360-705-7090 36 Fax: 360-705-6801 37 http://www.wsdot.wa.gov/equalopportunity/default.htm 38

39 (December 8, 2014 APWA GSP, Option B) 40

Supplement this section with the following: 41 42 Disadvantaged Business Enterprise Condition of Award Participation 43

The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR Part 26 apply 44 to this Contract. Demonstrating compliance with these specifications is a Condition of 45 Award (COA) of this Contract. Failure to comply with the requirements of this 46 specification may result in your bid being found to be nonresponsive and may be 47 rejected. 48 49

Page 104: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 37

DBE COA Goal 1

The Contracting Agency has established a COA Contract goal in the amount of: 5 2 percent (5%) of the contract total for COA DBE goals. 3 4 DBE Eligibility/Selection of DBEs 5

A Directory of Certified DBE Firms denoting the Description of Work the DBE 6 Contractors are certified to perform is available at: 7 8

www.omwbe.wa.gov/certification/index.shtml. 9 10

The directory provides plain language on the Description of Work that the listed 11 DBE’s have been certified by the Office of Minority and Women’s Business 12 Enterprises (OMWBE) to perform. The Bidder shall use the Directory of 13 Certified DBE Firms to confirm if a DBE is certified for the “Description of 14 Work” the Bidder lists on the DBE Utilization Certification form # 272-056 EF 15 (see form instructions) and therefore qualifies for credit towards the COA goal. 16 17

Crediting DBE Participation 18

Joint Venture 19

When a DBE performs as a participant in a joint venture, only that portion of 20 the total dollar value of the Contract equal to the distinct, clearly defined 21 portion of the Work that the DBE performs with its own forces shall be credited. 22 23 DBE Prime Contractor 24

A DBE Prime Contractor may only take credit for that portion of the total dollar 25 value of the Contract equal to the distinct, clearly defined portion of the Work 26 that the DBE Prime performs with its own forces. 27

28 DBE Subcontractor 29

When a DBE firm participates as a Subcontractor only that portion of the total 30 dollar value of the Contract equal to the distinct, clearly defined portion of the 31 Work that the DBE performs with its own forces shall be credited. 32 33

Include the cost of supplies and materials obtained by the DBE for the 34 Work in the Contract including supplies purchased or equipment leased 35 by the DBE. 36

▪ However, you may not take credit for supplies, materials, and 37 equipment the DBE Subcontractor purchases or leases from the 38 Prime Contractor or its affiliate. In addition, Work performed by a 39 DBE, utilizing resources of the Prime Contractor or its affiliates 40 shall not be credited. 41 42

In very rare situations, a DBE firm may utilize equipment and/or 43 personnel from a non-DBE firm other than the Prime Contractor or its 44 affiliates. Should this situation arise the arrangement must be short-45 term and have prior written approval from the Office of Equal 46 Opportunity (OEO). 47 48

Page 105: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 38

Count the entire value of fees or commissions charged by a DBE firm 1 for providing a bona fide service, such as professional, technical, 2 consultant, managerial services, or for providing bonds or insurance. 3 4

When a DBE subcontracts to another firm, the value of the 5 subcontracted Work may be counted as participation only if the DBE's 6 lower tier Subcontractor is also a DBE. Work that a DBE subcontracts 7 to a non-DBE firm shall not be credited. 8

9 10

When non-DBE Subcontractor further subcontracts to a lower-tier 11 Subcontractor or supplier who is a certified DBE, then that portion of 12 the Work further subcontracted may be credited as DBE participation, 13 provided it is a distinct clearly defined portion of the Work that the DBE 14 is certified to perform and the DBE Subcontractor performs the Work 15 with its own forces. 16

17 If a firm is not certified as a DBE at the time of the execution of the 18

contract, their participation cannot be counted toward any DBE goals. 19 20 Trucking 21

Use the following factors in determining DBE credit and whether a DBE 22 trucking company is performing a commercially useful function: 23 24

1. The DBE must be responsible for the management and supervision of 25 the entire trucking operation for which credit is being claimed. 26

27 2. The DBE must itself own and, with its own workforce, operate at least 28

one fully licensed, insured, and operational truck used on the 29 Contract. 30

31 3. The DBE receives credit only for the value of the transportation 32

services it provides on the Contract using trucks it owns or leases, 33 licenses, insures, and operates with drivers it employs. For purposes 34 of this requirement a lease must indicate that the DBE has exclusive 35 use of and control over the truck. This does not preclude the leased 36 truck from working for others provided it is with the consent of the 37 DBE and the lease provides the DBE first priority for use of the leased 38 truck. Leased trucks must display the name and identification number 39 of the DBE. 40

41 4. The DBE may lease trucks from another DBE firm including an 42

owner-operator provided they are certified as a DBE for trucking. The 43 DBE who leases trucks from another DBE may claim participation for 44 the total value of the transportation services the lessee DBE provides 45 on the Contract. 46

47 5. The DBE may also lease trucks from a non-DBE firm and may enter 48

into an agreement with an owner-operator who is a non-DBE. The 49 DBE shall only receive credit for the number of additional non-DBE 50 trucks equal or less than the number of DBE trucks the firms owns or 51

Page 106: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 39

has leased/subcontracted through another DBE trucking company. 1 The DBE must control the work of the non-DBE trucks. If the non-2 DBE is performing the work without supervision of that work by the 3 DBE, the DBE is not performing a Commercially Useful Function 4 (CUF). 5

6 6. In any lease or owner-operator situation, as described in requirement 7

#4 and #5 above, the following rules shall apply: 8 9

a. A written lease/rental agreement is required for all trucks 10 leased or rented; documenting the ownership and the terms 11 of the agreement. The agreements must be submitted and 12 approved by the Contracting Agency prior to the beginning 13 of the Work. The agreement must show the leaser’s name, 14 truck description and agreed upon amount and method of 15 payment (hour, ton, or per load). All lease agreements shall 16 be for a long-term relationship, rather than for the individual 17 project. (This requirement does not apply to owner-operator 18 arrangements.) 19

20 b. Only the vehicle, (not the operator) may be leased or rented. 21

(This requirement does not apply to owner-operator 22 arrangements). 23

24 7. Credit may only be claimed for DBE trucking firms operating under a 25

subcontract or a written agreement approved by the Contracting 26 Agency prior to performing Work. 27

28 Expenditures paid to other DBEs 29

Expenditures paid to other DBEs for materials or supplies may be counted 30 toward DBE goals as provided in the following: 31 32

Manufacturer 33

You may claim DBE credit for 100 percent of value of the materials or 34 supplies obtained from a DBE manufacturer. 35 36 A manufacturer is a firm that operates or maintains a factory or 37 establishment that produces, on the premises, the materials, supplies, 38 articles, or equipment required under the contract. A manufacturer shall 39 include firms that produce finished goods or products from raw or 40 unfinished material or that purchases and substantially alters goods and 41 materials to make them suitable for construction use before reselling 42 them. 43 44 In order to receive credit as a DBE Manufacturer, the firm must be certified 45 by OMWBE as a manufacturer in a NAICS code that falls within the 46 31XXXX to 33XXXX classification. 47 48

Page 107: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 40

Regular Dealer 1

You may claim credit for 60 percent of the value of the materials or 2 supplies purchased from a DBE regular dealer. Rules applicable to 3 regular dealer status are contained in 49 CFR Part 26.55.e.2. 4

5 To be considered a regular dealer you must meet the following criteria: 6

7 WSDOT considers and recognizes a regular dealer, as a firm that 8

owns, operates, or maintains a store, warehouse, or other 9 establishment in which the materials or supplies required for the 10 performance of the Contract and described by the specifications of 11 the Contract are bought, kept in stock and regularly sold or leased 12 to the public in the usual course of business. 13

14 Sixty percent (60%) of the cost of materials or supplies purchased 15

from an approved regular dealer may be credited as DBE 16 participation. 17

18 Regular dealer status is granted on a contract-by-contract basis. A firm 19 wishing to be approved as a regular dealer for WSDOT contracted 20 projects or Highways & Local Program administered projects must submit 21 a request in writing to OEO for approval, no later than seven days prior to 22 bid opening. 23 24 Once the OEO has received the request, an onsite review will be set up 25 with the firm and a review conducted to determine the firm’s qualifications. 26 If it is determined that the firm qualifies as a regular dealer the OEO will 27 list the firm on an Approved Regular Dealers List. The list may be 28 accessed through the OEO Home website is at: 29

30 www.wsdot.wa.gov/equalopportunity. 31

32 Note: Requests to be listed as a regular dealer will only be processed if 33

the requesting firm is certified by the Office of Minority and 34 Women’s Business Enterprises in a NAICS code that fall within 35 the 42XXXX NAICS Wholesale code section. 36

37 Materials or Supplies Purchased from a DBE 38

With regard to materials or supplies purchased from a DBE who is neither 39 a manufacturer nor a regular dealer you may claim credit for the following: 40

41 1. Fees or commissions charged for assistance in the procurement 42

of the materials and supplies. 43 44 2. Fees or transportation charges for the delivery of materials or 45

supplies. 46 47

In either case you may not take credit for any part of the cost of the 48 materials and supplies. 49

50

Page 108: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 41

Commercially Useful Function (CUF) 1

The Prime Contractor has a responsibility and must treat the working 2 relationship with the DBE such that the DBE is performing a commercially 3 useful function. The Prime Contractor may only take credit for Work performed 4 by a DBE that is determined to be performing a commercially useful function. 5 6 A DBE performs a commercially useful function when it is responsible for 7

execution of a distinct element of Work and is carrying out its 8 responsibilities by performing, managing and supervising the Work 9 involved. The DBE must also be responsible with respect to materials and 10 supplies used on the Contract. For example; negotiating price, 11 determining quality, determining quantities, ordering, installing (if 12 applicable) and paying for the material itself. 13 14

A DBE does not perform a commercially useful function if its role is limited 15 to that of an extra participant in a transaction, Contract, or project through 16 which funds are passed. 17

18 19

Joint Checking Allowance 20

Prime Contractors and DBEs must receive pre-approval by the OEO before 21 using a joint check. Joint check requests shall be submitted by the Prime 22 Contractor to the Contracting Agency for approval. 23

24 When requesting approval for use of a joint checking allowance, the Contractor 25 must distribute a written joint check agreement among the parties (including 26 the suppliers involved) providing full and prompt disclosure of the expected 27 use of the joint checks. The agreement shall contain all the information 28 concerning the parties’ obligations and consequences or remedies if the 29 agreement is not fulfilled or a breach occurs. The joint check request shall be 30 submitted to the Contracting Agency for approval prior to signing the contract 31 agreement. 32

33 The following are some general conditions that must be met by all parties 34 regarding joint check use: 35

36 a. It is understood that the Prime Contractor acts solely as the guarantor 37

of a joint check. 38 39 b. The DBE’s own funds are used to pay supplier of materials. The 40

Prime Contractor does not make direct payment to supplier. In order 41 to be performing a Commercially Useful Function (CUF), the DBE 42 must release the check to the supplier (paying for the materials it-self 43 and not be an extra participant in a transaction). 44

45 c. If the Prime Contractor makes joint checks available to one DBE 46

Subcontractor, the service must be made available to all 47 Subcontractors (DBE and non-DBE). 48

49 d. The relationship between the DBE and its suppliers should be 50

established independently of and without interference by the Prime 51

Page 109: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 42

Contractor. The DBE has final decision-making responsibility 1 concerning the procurement of materials and supplies, including 2 which supplier to use. 3

4 e. The Prime Contractor and DBE shall be able to provide receipts, 5

invoices, cancelled checks and/or certification statements of payment 6 if requested by the Contracting Agency. 7

f. The DBE remains responsible for all other elements of 49 CFR 8 26.55(c)(1). 9

10 Failure by the Prime Contractor to request and receive prior approval of a joint 11 check arrangement will result in the joint check amount not counting towards 12 the Prime Contractor’s DBE goal. 13 14 Disadvantaged Business Enterprise Utilization Certification FORM # 272-15 056 EF 16

To be eligible for award of the Contract, the Bidder shall properly complete and 17 submit a Disadvantaged Business Enterprise Utilization Certification with the 18 Bidder’s sealed Bid Proposal, as specified Section 1-02.9 Delivery of Proposal. 19 The Bidder’s Disadvantaged Business Enterprise Utilization Certification must 20 clearly demonstrate how the Bidder intends to meet the DBE COA goal. A 21 Disadvantaged Business Enterprise Utilization Certification (form # 272-056 22 EF) is included in your Proposal package for this purpose as well as 23 instructions on how to properly fill out the form. 24 25 In the event of arithmetic errors in completing the Disadvantaged Business 26 Enterprise Utilization Certification the amount listed to be applied towards the 27 goal for each DBE shall govern and the DBE total amount shall be adjusted 28 accordingly. 29 30 Note: The Contracting Agency shall consider as non-responsive and shall 31

reject any Bid Proposal submitted that does not contain a 32 Disadvantaged Business Enterprise Utilization Certification that 33 accurately demonstrates how the Bidder intends to meet the COA 34 goal. 35

36 Disadvantaged Business Enterprise (DBE) Written Confirmation 37 Document(s) FORM # 422-031 EF 38

The Bidder shall submit a complete and accurate Disadvantaged Business 39 Enterprise (DBE) Written Confirmation Document for each DBE firm listed in 40 the Bidder’s completed Disadvantaged Business Enterprise Utilization 41 Certification as submitted with the bid. Failure to do so will result in the 42 associated participation being disallowed, which may result in bid rejection. 43 44 A Disadvantaged Business Enterprise (DBE) Written Confirmation Document 45 (form No. 422-031 EF) is included in your Proposal package for this purpose. 46 47 The form(s) shall be received as specified in the special provisions for Section 48 1-02.9 Delivery of Proposal. 49 50

Page 110: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 43

It is prohibited for the Bidder to require a DBE to submit a Written Confirmation 1 Document with any part of the form left blank. Should the Contracting Agency 2 determine that a Written Confirmation Document was signed by a DBE that 3 was not complete; the validity of the document comes into question and the 4 associated DBE Participation may not receive credit. 5 6 Selection of Successful Bidder/Good Faith Efforts (GFE) 7

The successful Bidder shall be selected on the basis of having submitted the 8 lowest responsive Bid, which demonstrates a good faith effort to achieve the 9 DBE COA goal. Achieving the goal may be accomplished in one of two ways, 10 as follows: 11 12

1. By meeting the goal 13 The best indication of good faith efforts is to document, through 14 submission of the Disadvantaged Business Enterprise Utilization 15 Certification and supporting Disadvantaged Business Enterprise 16 (DBE) Written Confirmation Document(s) that the Bidder has obtained 17 enough DBE participation to meet or exceed the assigned DBE COA 18 contract goal. That being the case no additional GFE documentation is 19 required. Or; 20 21

2. By documentation that it made adequate GFE to meet the goal 22 The Bidder may demonstrate a GFE in whole or part through GFE 23 documentation ONLY IN THE EVENT a Bidder’s efforts to solicit 24 sufficient DBE participation have been unsuccessful. In this case, the 25 Bidder must supply GFE documentation in addition to the 26 Disadvantaged Business Enterprise Utilization Certification, and 27 supporting Disadvantaged Business Enterprise (DBE) Written 28 Confirmation document(s). 29

30 Note: In the case where the Bidder was awarded the contract based on 31

demonstrating adequate GFE the advertised DBE goal will not be 32 reduced to the Bidder’s partial commitment. The Bidder shall 33 demonstrate a GFE during the life of the Contract to attain the DBE 34 Condition of Award (COA) Goal as assigned to the project. 35

36 Good Faith Efforts (GFE) Documentation 37

GFE documentation shall be received, as specified in the special provisions for 38 Section 1-02.9 Delivery of Proposal. 39 40 Based upon all the relevant documentation submitted in Bid or as supplement 41 to Bid, the Contracting Agency shall determine whether the Bidder has 42 demonstrated a sufficient GFE to achieve DBE participation. The Contracting 43 Agency will make a fair and reasonable judgment of whether a Bidder that did 44 not meet the goal through participation, made adequate good faith efforts as 45 demonstrated by the GFE documentation. 46 47 The following is a list of types of actions, which would be considered as part of 48 the Bidder’s GFE to achieve DBE participation. It is not intended to be a 49 mandatory checklist, nor is it intended to be exclusive or exhaustive. Other 50 factors or types of efforts may be relevant in appropriate cases: 51

Page 111: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 44

1 1. Attendance by the Bidder at any pre-solicitation or pre-Bid meetings 2

that were scheduled by the Contracting Agency to inform DBEs of 3 contracting and subcontracting or material supply opportunities 4 available on the project; 5

2. Contacting local Tribes, Tribal Employment Rights Offices (TERO) 6 concerning the subcontracting or supply opportunities in sufficient 7 time to allow the enterprises to participate effectively; 8

3. Selection by the Bidder of specific economically feasible units of the 9 project to be performed by DBEs in order to increase the likelihood of 10 participation by DBEs even if the Bidder preferred to perform these 11 Work items as the Prime Contractor; 12

13 4. Advertising by the Bidder in general circulation, trade association 14

minority and trade oriented, women focus publications, concerning 15 the subcontracting or supply opportunities; 16

17 5. Providing written notice from the Bidder to a reasonable number of 18

specific DBEs, identified from the OMWBE Directory of Certified DBE 19 Firms for the selected subcontracting or material supply Work, in 20 sufficient time to allow the enterprises to participate effectively; 21

22 6. Follow-up by the Bidder of initial solicitations of interest by contacting 23

the DBEs to determine with certainty whether they were interested. 24 Documentation of this kind of action shall include the information 25 outlined below: 26

27 a. The names, addresses, telephone numbers of DBEs who were 28

contacted, the dates of initial contact, and whether initial 29 solicitations of interest were followed-up by contacting the DBEs 30 to determine with certainty whether the DBEs were interested; 31

32 b. A description of the information provided to the DBEs regarding 33

the plans, specifications, and estimated quantities for portions of 34 the Work to be performed; 35

36 c. Documentation of each DBE contacted but rejected and the 37

reason(s) for that rejection; 38 39

7. Providing, to interested DBEs, adequate information about the plans, 40 specifications, and requirements for the selected subcontracting or 41 material supply Work; 42

43 8. Negotiating in good faith with the DBE firms, and not, without 44

justifiable reason, rejecting as unsatisfactory, Bids that are prepared 45 by any DBE. The DBE's standing within its industry, membership in 46 specific groups, organizations, or associations and political or social 47 affiliations - union vs. non-union employee status - are not legitimate 48 causes for the rejection or non-solicitation of bids in the Prime 49 Contractor's efforts to meet the project goal; 50

51

Page 112: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 45

9. Advertising and making efforts to obtain DBE participation that were 1 reasonably expected to produce a level of participation sufficient to 2 meet the goal or requirements of the Contracting Agency; 3

4 10. Making any other efforts to obtain DBE participation that were 5

reasonably expected to produce a level of participation sufficient to 6 meet the goal or requirements of the Contracting Agency; 7

8 11. Using the services of minority community organizations, minority 9

contractor groups, local, State, and federal minority business 10 assistance offices and other organizations identified by WSDOT and 11 advocates for disadvantaged, minority, and women businesses that 12 provide assistance in the recruitment and placement of 13 disadvantaged, minority, and women business enterprises; and 14

15 12. Using the WSDOT OEO DBE Supportive Services to assist you. For 16

more information please contact the OEO by calling toll free at (888) 17 259-9143 or emailing [email protected]. 18

19 Administrative Reconsideration of GFE Documentation 20

Any Bidder has the right to reconsideration but only for the purpose of 21 reassessing their GFE documentation that was determined to be inadequate. 22 23

The Bidder must request and schedule a reconsideration hearing 24 within seven calendar days of notification of being nonresponsive or 25 forfeit the right to reconsideration. 26

27 The reconsideration decision on the adequacy of the Bidder’s GFE 28

documentation shall be made by an official who did not take part in the 29 original determination. 30

31 The Bidder shall have the opportunity to meet in person with the 32

official for the purpose of setting forth the Bidder’s position as to why 33 the GFE documentation demonstrates a sufficient effort. 34

35 The reconsideration official shall provide the Bidder with a written 36

decision on reconsideration within five business days of the hearing 37 explaining the basis for their finding. 38

39 Procedures between Award and Execution 40

After Award and prior to Execution the Bidder shall provide the additional 41 information described below. Failure to comply shall result in the forfeiture of 42 the Bidder’s Proposal bond or deposit. 43 44

1. Additional information for all successful DBE’s as shown on the 45 Disadvantaged Business Enterprise Utilization Certification: 46

47 a. Correct business name, federal employee identification number 48

(if available), and mailing address. 49 50

Page 113: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 46

b. List of all Bid items assigned to each successful DBE firm, 1 including unit prices and extensions. 2

3 c. Description of partial items (if any) to be sublet to each 4

successful DBE firm specifying the distinct elements of Work 5 under each item to be performed by the DBE and including the 6 dollar value of the DBE portion. 7

8 Total amounts shown for each DBE shall not be less than the 9 amount shown on the Disadvantaged Business Enterprise 10 Utilization Certification. A breakdown that does not conform to 11 the Disadvantaged Business Enterprise Utilization Certification or 12 that demonstrates a lesser amount of DBE participation than that 13 included in the Disadvantaged Business Enterprise Utilization 14 Certification will be returned for correction. 15

16 2. A list of all firms who submitted a Bid or quote in an attempt to 17

participate in this project whether they were successful or not. 18 Include the business name and a mailing address. 19

20 Note: The firms identified by the Prime Contractor may be contacted by the 21

Contracting Agency to solicit general information as follows: age of 22 the firm and average of its gross annual receipts over the past three-23 years. 24

25 Procedures after Execution 26

Crediting DBE Participation toward Meeting the Goal 27

Reporting 28

All DBE work whether COA or race neutral participation is reported. 29 The Prime Contractor shall submit a Quarterly Report of Amounts 30 Credited as DBE Participation form (422-102 EF) on a quarterly basis 31 for any calendar quarter in which DBE has accomplished Work or 32 upon completion of the project, as appropriate. The dollars are to be 33 reported as specified herein. 34 35 In the event that the payments to a DBE have been made by an entity 36 other than the Prime Contractor, as in the case of a lower-tier 37 Subcontractor or supplier, then the Prime Contractor shall obtain the 38 quarterly report, including the signed affidavit, from the paying entity 39 and submit the report to the Contracting Agency. 40

41 Changes in DBE COA participation 42

Owner initiated Change Orders 43

The Prime Contractor shall demonstrate a GFE to substitute COA DBE 44 participation when the Contracting Agency deletes Work items by change 45 order that impact a COA DBE’s Work. 46 47 When the Contract allows alternate Work methods which serve to delete 48 or create under-runs in COA DBE Work then the Prime Contractor must 49 provide documentation of negotiating the change with the DBE that was to 50

Page 114: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 47

perform the reduced Work and demonstrate a GFE to substitute other 1 DBE COA participation. 2

3 Original Quantity Under runs 4

In the event that Work committed to a DBE firm as part of the COA under 5 runs the original planned quantities the Prime Contractor shall 6 demonstrate a GFE to substitute other DBE COA participation. 7

8 Contractor-Initiated Proposals—General 9

The Contractor cannot reduce the amount of work committed to a DBE 10 firm at contract award without good cause and only with written 11 concurrence from the OEO. Reducing a COA DBE’s Work is viewed as a 12 partial DBE termination, subject to the procedures below. 13 14 DBE Termination 15

A COA DBE Subcontractor may only be terminated in whole or part with 16 the approval of the Contracting Agency (in coordination with OEO). 17 Approval will be granted provided the Prime Contractor demonstrates that 18 the termination is based on good cause. 19 20 Good cause typically includes situations where the DBE Subcontractor is 21 unable or has failed to perform the work of its subcontract in accordance 22 with normal industry standards. While not all inclusive, some examples of 23 good cause include the following circumstances: 24 25

Good cause may exist if: 26 27

The listed DBE Subcontractor fails or refuses to execute a 28 written contract. 29 30

The listed DBE Subcontractor fails or refuses to perform the 31 work of its subcontract in a way consistent with normal 32 industry standards. 33

34 The listed DBE Subcontractor fails or refuses to meet the 35

Prime Contractor’s reasonable, nondiscriminatory bond 36 requirements. 37

38 The listed DBE Subcontractor becomes bankrupt, insolvent, 39

or exhibits credit unworthiness. 40 41

The listed DBE Subcontractor is ineligible to work on public 42 works projects because of suspension and debarment 43 proceedings pursuant 2 CFR Parts 180, 215 and 1,200 or 44 applicable state law. 45

46 The listed DBE Subcontractor voluntarily withdraws from the 47

project and provides to you written notice of its withdrawal. 48 49

Page 115: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 48

The listed DBE is ineligible to receive DBE credit for the type 1 of work required. 2

3 A DBE owner dies or becomes disabled with the result that 4

the listed DBE is unable to complete its work on the contract. 5 6 Good cause does not exist if: 7 8

The Prime Contractor seeks to terminate a COA DBE so that 9 the Prime can self-perform the Work. 10 11

The Prime Contractor seeks to terminate a COA DBE so the 12 Prime Contractor can substitute another DBE or non-DBE 13 after contract award. 14 15

The failure or refusal of the DBE Subcontractor to perform its 16 work on the subcontract results from the bad faith or 17 discriminatory action of the Prime Contractor (e.g., the failure 18 of the Prime Contractor to make timely payments or the 19 unnecessary placing of obstacles in the path of the DBE’s 20 Work). 21

22 Prior to requesting termination, the Prime Contractor must give notice in 23 writing to the DBE Subcontractor with a copy to the Contracting Agency of 24 its intent to request to terminate DBE work and the reasons for doing so. 25 The DBE Subcontractor shall have five (5) days to respond to the prime 26 Contractor’s notice. The DBE’s response shall either support the 27 termination or advise the Contracting Agency and the Prime Contractor of 28 the reasons it objects to the termination of its subcontract. 29 30 When a COA DBE firm is “terminated” from a Contract (or fails to complete 31 its Subcontract for any reason), the Prime Contractor shall make every 32 good faith effort to substitute another DBE Firm (ref.to 49 CFR 26.53(g)). 33 34 Graduation 35

When a DBE firm “graduates” from the DBE program (during the course of 36 an executed subcontract), the DBE participation of that firm “may” 37 continue to count towards the contract DBE goal. 38 39 Decertification 40

When a COA DBE firm who has a signed subcontract in place with a 41 Prime, later becomes “decertified” (during the course of that subcontract) 42 – the DBE participation of that firm “may” continue to count towards the 43 Contract DBE goal. 44 45 Counting payments 46

Payments to a DBE firm will count toward DBE goals only if the 47 participation is in accordance with these specifications. 48

49

Page 116: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 49

Prompt Payment 1

Prompt payment to all Subcontractors shall be in accordance with Section 2 1-08.1(1) of these Contract special provisions. 3 4 Payment 5

Compensation for all costs involved with complying with the conditions of 6 this specification and any other associated DBE requirements is included 7 in payment for the associated Contract items of Work. 8

9 Damages for Noncompliance 10

The Prime Contractor shall not discriminate on the basis of race, color, 11 national origin, or sex in the performance of this Contract. The Prime 12 Contractor shall carry out applicable requirements of 49 CFR Part 26 in 13 the award and administration of Contracts, which contain funding 14 assistance from the United States Department of Transportation. Failure 15 by the Prime Contractor to carry out these requirements is a material 16 breach of this Contract, which may result in the Termination of this 17 Contract or such other remedy as the Contracting Agency deems 18 appropriate. 19 20 If the Prime Contractor does not comply with any part of its Contract as 21 required under 49 CFR part 26, and/or any other applicable law or 22 regulation regarding DBE, the Contracting Agency may withhold payment, 23 suspend the ability of the Prime Contractor to participate in future 24 Contracting Agency contracts, impose sanctions or Terminate the 25 Contract, and subject the Prime Contractor to civil penalties of up to ten 26 percent of the amount of the Contract for each violation. In the case of 27 WSDOT Contracts, prequalification may be suspended pursuant to WAC 28 468-16-180, and continuous violations (exceeding a single violation) may 29 also disqualify the Prime Contractor from further participation in WSDOT 30 Contracts for a period of up to three years. 31 32 An apparent low Bidder must be in compliance with these Contract 33 Provisions as a condition precedent to the granting of a notice of award by 34 the Contracting Agency. The Prime Contractor is entitled to request an 35 adjudicative proceeding with respect to the Contracting Agency’s 36 determination of Contract violation and assessed penalties by filing a 37 written application within thirty days of receipt of notification. The 38 adjudicative proceeding, if requested, will be conducted by an 39 administrative law judge pursuant to the procedures set forth in RCW 40 34.05 and Chapter 10.08 of the Washington Administrative Code. 41

42 1-07.12 Federal Agency Inspection 43

Section 1-07.12 is supplemented with the following: 44 45

(January 25, 2016) 46

Required Federal Aid Provisions 47

The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) 48 Revised May 1, 2012 and the amendments thereto supersede any conflicting provisions 49

Page 117: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 50

of the Standard Specifications and are made a part of this Contract; provided, however, 1 that if any of the provisions of FHWA 1273, as amended, are less restrictive than 2 Washington State Law, then the Washington State Law shall prevail. 3 4 The provisions of FHWA 1273, as amended, included in this Contract require that the 5 Contractor insert the FHWA 1273 and amendments thereto in each Subcontract, 6 together with the wage rates which are part of the FHWA 1273, as amended. Also, a 7 clause shall be included in each Subcontract requiring the Subcontractors to insert the 8 FHWA 1273 and amendments thereto in any lower tier Subcontracts, together with the 9 wage rates. The Contractor shall also ensure that this section, REQUIRED FEDERAL 10 AID PROVISIONS, is inserted in each Subcontract for Subcontractors and lower tier 11 Subcontractors. For this purpose, upon request to the Project Engineer, the Contractor 12 will be provided with extra copies of the FHWA 1273, the amendments thereto, the 13 applicable wage rates, and this Special Provision. 14

15 1-07.13 Contractor's Responsibility for Work 16

1-07.13(4) Repair of Damage 17

Section 1-07.13(4) is revised to read: 18 19 (August 6, 2001) 20

The Contractor shall promptly repair all damage to either temporary or permanent 21 work as directed by the Engineer. For damage qualifying for relief under Sections 22 1-07.13(1), 1-07.13(2) or 1-07.13(3), payment will be made in accordance with 23 Section 1-04.4. Payment will be limited to repair of damaged work only. No 24 payment will be made for delay or disruption of work. 25

26 1-07.17 Utilities and Similar Facilities 27

Section 1-07.17 is supplemented with the following: 28 29

(April 2, 2007) 30

Locations and dimensions shown in the Plans for existing facilities are in accordance 31 with available information obtained without uncovering, measuring, or other verification. 32 33 The following addresses and telephone numbers of utility companies known or 34 suspected of having facilities within the project limits are supplied for the Contractor's 35 convenience: 36 37 Town of Twisp 118 S. Glover Street Box 278 Twisp, WA 98856 (509) 997-4081 Methow Valley Irrigation District P.O. Box 860 Twisp, WA 98856 (509) 997-6843

Okanogan County PUD 18 1st Ave W Omak, WA (509) 422-8380

38

Page 118: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 51

1-07.18 Public Liability and Property Damage Insurance 1

Delete this section in its entirety, and replace it with the following: 2 3 1-07.18 Insurance 4

(January 4, 2016 APWA GSP) 5 6 1-07.18(1) General Requirements 7

A. The Contractor shall procure and maintain the insurance described in all subsections of 8 section 1-07.18 of these Special Provisions, from insurers with a current A. M. Best 9 rating of not less than A-: VII and licensed to do business in the State of Washington. 10 The Contracting Agency reserves the right to approve or reject the insurance provided, 11 based on the insurer’s financial condition. 12

13 B. The Contractor shall keep this insurance in force without interruption from the 14

commencement of the Contractor’s Work through the term of the Contract and for thirty 15 (30) days after the Physical Completion date, unless otherwise indicated below. 16

17 C. If any insurance policy is written on a claims made form, its retroactive date, and that of 18

all subsequent renewals, shall be no later than the effective date of this Contract. The 19 policy shall state that coverage is claims made, and state the retroactive date. Claims-20 made form coverage shall be maintained by the Contractor for a minimum of 36 months 21 following the Completion Date or earlier termination of this Contract, and the Contractor 22 shall annually provide the Contracting Agency with proof of renewal. If renewal of the 23 claims made form of coverage becomes unavailable, or economically prohibitive, the 24 Contractor shall purchase an extended reporting period (“tail”) or execute another form of 25 guarantee acceptable to the Contracting Agency to assure financial responsibility for 26 liability for services performed. 27

28 D. The Contractor’s Automobile Liability, Commercial General Liability and Excess or 29

Umbrella Liability insurance policies shall be primary and non-contributory insurance as 30 respects the Contracting Agency’s insurance, self-insurance, or self-insured pool 31 coverage. Any insurance, self-insurance, or self-insured pool coverage maintained by 32 the Contracting Agency shall be excess of the Contractor’s insurance and shall not 33 contribute with it. 34

35 E. The Contractor shall provide the Contracting Agency and all additional insureds with 36

written notice of any policy cancellation, within two business days of their receipt of such 37 notice. 38

39 F. The Contractor shall not begin work under the Contract until the required insurance has 40

been obtained and approved by the Contracting Agency 41 42 G. Failure on the part of the Contractor to maintain the insurance as required shall 43

constitute a material breach of contract, upon which the Contracting Agency may, after 44 giving five business days’ notice to the Contractor to correct the breach, immediately 45 terminate the Contract or, at its discretion, procure or renew such insurance and pay any 46 and all premiums in connection therewith, with any sums so expended to be repaid to the 47 Contracting Agency on demand, or at the sole discretion of the Contracting Agency, 48 offset against funds due the Contractor from the Contracting Agency. 49

50

Page 119: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 52

H. All costs for insurance shall be incidental to and included in the unit or lump sum prices 1 of the Contract and no additional payment will be made. 2

3 1-07.18(2) Additional Insured 4

All insurance policies, with the exception of Workers Compensation, and of Professional 5 Liability and Builder’s Risk (if required by this Contract) shall name the following listed 6 entities as additional insured(s) using the forms or endorsements required herein: 7 8 the Contracting Agency and its officers, elected officials, employees, agents, and 9

volunteers 10 Varela and Associates, Inc. 11

12 The above-listed entities shall be additional insured(s) for the full available limits of liability 13 maintained by the Contractor, irrespective of whether such limits maintained by the 14 Contractor are greater than those required by this Contract, and irrespective of whether the 15 Certificate of Insurance provided by the Contractor pursuant to 1-07.18(4) describes limits 16 lower than those maintained by the Contractor. 17 18 For Commercial General Liability insurance coverage, the required additional insured 19 endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing 20 operations and CG 20 37 10 01 for completed operations. 21 22 1-07.18(3) Subcontractors 23

The Contractor shall cause each Subcontractor of every tier to provide insurance coverage 24 that complies with all applicable requirements of the Contractor-provided insurance as set 25 forth herein, except the Contractor shall have sole responsibility for determining the limits of 26 coverage required to be obtained by Subcontractors. 27 28 The Contractor shall ensure that all Subcontractors of every tier add all entities listed in 29 1-07.18(2) as additional insureds, and provide proof of such on the policies as required by 30 that section as detailed in 1-07.18(2) using an endorsement as least as broad as ISO CG 20 31 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. 32 33 Upon request by the Contracting Agency, the Contractor shall forward to the Contracting 34 Agency evidence of insurance and copies of the additional insured endorsements of each 35 Subcontractor of every tier as required in 1-07.18(4) Verification of Coverage. 36 37 1-07.18(4) Verification of Coverage 38

The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and 39 endorsements for each policy of insurance meeting the requirements set forth herein when 40 the Contractor delivers the signed Contract for the work. Failure of Contracting Agency to 41 demand such verification of coverage with these insurance requirements or failure of 42 Contracting Agency to identify a deficiency from the insurance documentation provided shall 43 not be construed as a waiver of Contractor’s obligation to maintain such insurance. 44 45 Verification of coverage shall include: 46

1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 47

2. Copies of all endorsements naming Contracting Agency and all other entities listed in 48 1-07.18(2) as additional insured(s), showing the policy number. The Contractor may 49

Page 120: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 53

submit a copy of any blanket additional insured clause from its policies instead of a 1 separate endorsement. 2

3. Any other amendatory endorsements to show the coverage required herein. 3

4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy 4 these requirements – actual endorsements must be submitted. 5

6 Upon request by the Contracting Agency, the Contractor shall forward to the Contracting 7 Agency a full and certified copy of the insurance policy(s). If Builders Risk insurance is 8 required on this Project, a full and certified copy of that policy is required when the 9 Contractor delivers the signed Contract for the work. 10 11 1-07.18(5) Coverages and Limits 12

The insurance shall provide the minimum coverages and limits set forth below. Contractor’s 13 maintenance of insurance, its scope of coverage, and limits as required herein shall not be 14 construed to limit the liability of the Contractor to the coverage provided by such insurance, 15 or otherwise limit the Contracting Agency’s recourse to any remedy available at law or in 16 equity. 17 18 All deductibles and self-insured retentions must be disclosed and are subject to approval by 19 the Contracting Agency. The cost of any claim payments falling within the deductible or self-20 insured retention shall be the responsibility of the Contractor. In the event an additional 21 insured incurs a liability subject to any policy’s deductibles or self-insured retention, said 22 deductibles or self-insured retention shall be the responsibility of the Contractor. 23 24 1-07.18(5)A Commercial General Liability 25

Commercial General Liability insurance shall be written on coverage forms at least as broad 26 as ISO occurrence form CG 00 01, including but not limited to liability arising from premises, 27 operations, stop gap liability, independent contractors, products-completed operations, 28 personal and advertising injury, and liability assumed under an insured contract. There shall 29 be no exclusion for liability arising from explosion, collapse or underground property 30 damage. 31 32 The Commercial General Liability insurance shall be endorsed to provide a per project 33 general aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement. 34 35 Contractor shall maintain Commercial General Liability Insurance arising out of the 36 Contractor’s completed operations for at least three years following Substantial Completion 37 of the Work. 38 39 Such policy must provide the following minimum limits: 40 41

$1,000,000 Each Occurrence 42 $2,000,000 General Aggregate 43 $2,000,000 Products & Completed Operations Aggregate 44 $1,000,000 Personal & Advertising Injury each offence 45 $1,000,000 Stop Gap / Employers’ Liability each accident 46

47 1-07.18(5)B Automobile Liability 48

Page 121: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 54

Automobile Liability shall cover owned, non-owned, hired, and leased vehicles; and shall be 1 written on a coverage form at least as broad as ISO form CA 00 01. If the work involves the 2 transport of pollutants, the automobile liability policy shall include MCS 90 and CA 99 48 3 endorsements. 4 5 Such policy must provide the following minimum limit: 6 7

$1,000,000 Combined single limit each accident 8 9 1-07.18(5)C Workers’ Compensation 10

The Contractor shall comply with Workers’ Compensation coverage as required by the 11 Industrial Insurance laws of the State of Washington. 12 13 1-07.23 Public Convenience and Safety 14

1-07.23(1) Construction Under Traffic 15

Section 1-07.23(1) is supplemented with the following: 16 17

(January 2, 2012) 18

Work Zone Clear Zone 19

The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours. The 20 WZCZ applies only to temporary roadside objects introduced by the Contractor’s operations 21 and does not apply to preexisting conditions or permanent Work. Those work operations that 22 are actively in progress shall be in accordance with adopted and approved Traffic Control 23 Plans, and other contract requirements. 24

25 During nonworking hours equipment or materials shall not be within the WZCZ unless they 26 are protected by permanent guardrail or temporary concrete barrier. The use of temporary 27 concrete barrier shall be permitted only if the Engineer approves the installation and location. 28 29 During actual hours of work, unless protected as described above, only materials absolutely 30 necessary to construction shall be within the WZCZ and only construction vehicles 31 absolutely necessary to construction shall be allowed within the WZCZ or allowed to stop or 32 park on the shoulder of the roadway. 33 34 The Contractor's nonessential vehicles and employees private vehicles shall not be 35 permitted to park within the WZCZ at any time unless protected as described above. 36 37 Deviation from the above requirements shall not occur unless the Contractor has requested 38 the deviation in writing and the Engineer has provided written approval. 39 40 Minimum WZCZ distances are measured from the edge of traveled way and will be 41 determined as follows: 42 43

Minimum Work Zone Clear Zone Distance 44 Regulatory

Posted Speed

Distance From Traveled Way

(Feet) 35 mph or less 10 * 40 mph 15 45 to 55 mph 20

Page 122: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 55

60 mph or greater 30 * or 2-feet beyond the outside edge of sidewalk 1

2 Lane closures are not allowed on any of the following: 3

1. A holiday, 4 2. A holiday weekend; holidays that occur on Friday, Saturday, Sunday or Monday are 5

considered a holiday weekend. A holiday weekend includes Saturday, Sunday, and 6 the holiday. 7

3. After 12:01 P.M. on the day prior to a holiday or holiday weekend, and 8 4. Before 12:01 P.M. on the day after the holiday or holiday weekend. 9

10 1-07.24 Rights of Way 11

(July 23, 2015 APWA GSP) 12

Delete this section and replace it with the following: 13 14

Street Right of Way lines, limits of easements, and limits of construction permits are 15 indicated in the Plans. The Contractor’s construction activities shall be confined within 16 these limits, unless arrangements for use of private property are made. 17 18 Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of 19 way and easements, both permanent and temporary, necessary for carrying out the 20 work. Exceptions to this are noted in the Bid Documents or will be brought to the 21 Contractor’s attention by a duly issued Addendum. 22 23 Whenever any of the work is accomplished on or through property other than public 24 Right of Way, the Contractor shall meet and fulfill all covenants and stipulations of any 25 easement agreement obtained by the Contracting Agency from the owner of the private 26 property. Copies of the easement agreements may be included in the Contract 27 Provisions or made available to the Contractor as soon as practical after they have been 28 obtained by the Engineer. 29 30 Whenever easements or rights of entry have not been acquired prior to advertising, 31 these areas are so noted in the Plans. The Contractor shall not proceed with any portion 32 of the work in areas where right of way, easements or rights of entry have not been 33 acquired until the Engineer certifies to the Contractor that the right of way or easement is 34 available or that the right of entry has been received. If the Contractor is delayed due to 35 acts of omission on the part of the Contracting Agency in obtaining easements, rights of 36 entry or right of way, the Contractor will be entitled to an extension of time. The 37 Contractor agrees that such delay shall not be a breach of contract. 38 39 Each property owner shall be given 48 hours’ notice prior to entry by the Contractor. 40 This includes entry onto easements and private property where private improvements 41 must be adjusted. 42 43 The Contractor shall be responsible for providing, without expense or liability to the 44 Contracting Agency, any additional land and access thereto that the Contractor may 45 desire for temporary construction facilities, storage of materials, or other Contractor 46 needs. However, before using any private property, whether adjoining the work or not, 47 the Contractor shall file with the Engineer a written permission of the private property 48 owner, and, upon vacating the premises, a written release from the property owner of 49 each property disturbed or otherwise interfered with by reasons of construction pursued 50

Page 123: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 56

under this contract. The statement shall be signed by the private property owner, or 1 proper authority acting for the owner of the private property affected, stating that 2 permission has been granted to use the property and all necessary permits have been 3 obtained or, in the case of a release, that the restoration of the property has been 4 satisfactorily accomplished. The statement shall include the parcel number, address, 5 and date of signature. Written releases must be filed with the Engineer before the 6 Completion Date will be established. 7

1-08 PROSECUTION AND PROGRESS 8

Add the following new section: 9 10

1-08.0 Preliminary Matters 11

(May 25, 2006 APWA GSP) 12

Add the following new section: 13

14

1-08.0(1) Preconstruction Conference 15

(October 10, 2008 APWA GSP) 16

Prior to the Contractor beginning the work, a preconstruction conference will be held 17 between the Contractor, the Engineer and such other interested parties as may be 18 invited. The purpose of the preconstruction conference will be: 19 20 1. To review the initial progress schedule; 21 2. To establish a working understanding among the various parties associated or 22

affected by the work; 23 3. To establish and review procedures for progress payment, notifications, approvals, 24

submittals, etc.; 25 4. To establish normal working hours for the work; 26 5. To review safety standards and traffic control; and 27 6. To discuss such other related items as may be pertinent to the work. 28 29 The Contractor shall prepare and submit at the preconstruction conference the following: 30 1. A breakdown of all lump sum items; 31 2. A preliminary schedule of working drawing submittals; and 32 3. A list of material sources for approval if applicable. 33

34 Add the following new section: 35

36 1-08.0(2) Hours of Work 37

(December 8, 2014 APWA GSP) 38

Except in the case of emergency or unless otherwise approved by the Engineer, the 39 normal working hours for the Contract shall be any consecutive 8-hour period between 40 7:00 a.m. and 6:00 p.m. Monday through Friday, exclusive of a lunch break. If the 41 Contractor desires different than the normal working hours stated above, the request 42 must be submitted in writing prior to the preconstruction conference, subject to the 43 provisions below. The working hours for the Contract shall be established at or prior to 44 the preconstruction conference. 45 46

Page 124: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 57

All working hours and days are also subject to local permit and ordinance conditions 1 (such as noise ordinances). 2 3 If the Contractor wishes to deviate from the established working hours, the Contractor 4 shall submit a written request to the Engineer for consideration. This request shall state 5 what hours are being requested, and why. Requests shall be submitted for review no 6 later than 72 hours prior to the day(s) the Contractor is requesting to change the hours. 7 8 If the Contracting Agency approves such a deviation, such approval may be subject to 9 certain other conditions, which will be detailed in writing. For example: 10

1. On non-Federal aid projects, requiring the Contractor to reimburse the 11 Contracting Agency for the costs in excess of straight-time costs for Contracting 12 Agency representatives who worked during such times. (The Engineer may 13 require designated representatives to be present during the work. 14 Representatives who may be deemed necessary by the Engineer include, but are 15 not limited to: survey crews; personnel from the Contracting Agency’s material 16 testing lab; inspectors; and other Contracting Agency employees or third party 17 consultants when, in the opinion of the Engineer, such work necessitates their 18 presence.) 19

2. Considering the work performed on Saturdays, Sundays, and holidays as working 20 days with regard to the contract time. 21

3. Considering multiple work shifts as multiple working days with respect to contract 22 time even though the multiple shifts occur in a single 24-hour period. 23

4. If a 4-10 work schedule is requested and approved the non working day for the 24 week will be charged as a working day. 25

5. If Davis Bacon wage rates apply to this Contract, all requirements must be met 26 and recorded properly on certified payroll 27

28 1-08.1 Subcontracting 29

(July 23, 2015 APWA GSP) 30

Delete the eighth paragraph and replace it with the following: 31 32

On all projects funded with federal assistance the Contractor shall submit “Quarterly 33 Report of Amounts Credited as DBE Participation” (form 422-102 EF) on a quarterly 34 basis, in which DBE Work is accomplished, for every quarter in which the Contract is 35 active or upon completion of the project, as appropriate. The quarterly reports are due on 36 the 20th of April, July, October, and January for the four respective quarters. 37 38

Section 1-08.1 is supplemented with the following: 39 40

(October 12, 1998) 41

Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor 42 shall submit to the Engineer a certification (WSDOT Form 420-004 EF) that a written 43 agreement between the Contractor and the subcontractor or between the subcontractor 44 and any lower tier subcontractor has been executed. This certification shall also 45 guarantee that these subcontract agreements include all the documents required by the 46 Special Provision Federal Agency Inspection. 47 48

Page 125: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 58

A Subcontractor or lower tier Subcontractor will not be permitted to perform any work 1 under the contract until the following documents have been completed and submitted to 2 the Engineer: 3 4

1. Request to Sublet Work (Form 421-012 EF), and 5 2. Contractor and Subcontractor or Lower Tier Subcontractor Certification for 6

Federal-aid Projects (Form 420-004 EF). 7 8

The Contractor's records pertaining to the requirements of this Special Provision shall 9 be open to inspection or audit by representatives of the Contracting Agency during the 10 life of the contract and for a period of not less than three years after the date of 11 acceptance of the contract. The Contractor shall retain these records for that period. 12 The Contractor shall also guarantee that these records of all Subcontractors and lower 13 tier Subcontractors shall be available and open to similar inspection or audit for the 14 same time period. 15

16 1-08.3(2)A Type A Progress Schedule 17

(March 13, 2012 APWA GSP) 18

Revise this section to read: 19 20

The Contractor shall submit 4 copies of a Type A Progress Schedule no later than at the 21 preconstruction conference, or some other mutually agreed upon submittal time. The 22 schedule may be a critical path method (CPM) schedule, bar chart, or other standard 23 schedule format. Regardless of which format used, the schedule shall identify the critical 24 path. The Engineer will evaluate the Type A Progress Schedule and approve or return 25 the schedule for corrections within 15 calendar days of receiving the submittal. 26

27 1-08.4 Prosecution of Work 28

Delete this section and replace it with the following: 29 30

1-08.4 Notice to Proceed and Prosecution of Work 31

(July 23, 2015 APWA GSP) 32

Notice to Proceed will be given after the contract has been executed and the contract 33 bond and evidence of insurance have been approved and filed by the Contracting 34 Agency. The Contractor shall not commence with the work until the Notice to Proceed 35 has been given by the Engineer. The Contractor shall commence construction activities 36 on the project site within ten days of the Notice to Proceed Date, unless otherwise 37 approved in writing. The Contractor shall diligently pursue the work to the physical 38 completion date within the time specified in the contract. Voluntary shutdown or slowing 39 of operations by the Contractor shall not relieve the Contractor of the responsibility to 40 complete the work within the time(s) specified in the contract. 41 42 When shown in the Plans, the first order of work shall be the installation of high visibility 43 fencing to delineate all areas for protection or restoration, as described in the Contract. 44 Installation of high visibility fencing adjacent to the roadway shall occur after the 45 placement of all necessary signs and traffic control devices in accordance with 1-10.1(2). 46 Upon construction of the fencing, the Contractor shall request the Engineer to inspect the 47 fence. No other work shall be performed on the site until the Contracting Agency has 48 accepted the installation of high visibility fencing, as described in the Contract. 49

50

Page 126: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 59

The first sentence of Section 1-08.4 is revised to read: 1 2

(August 7, 2006) 3

The Contractor shall begin work no earlier than the begin work date stated in the written 4 notice provided by the Engineer. The Engineer will provide a minimum of 10 calendar 5 days written notice for the date identified as the first working day. 6

7 1-08.5 Time for Completion 8

(August 14, 2013 APWA GSP, Option A) 9

Revise the third and fourth paragraphs to read: 10 11

Contract time shall begin on the first working day following the Notice to Proceed Date. 12 13 Each working day shall be charged to the contract as it occurs, until the contract work is 14 physically complete. If substantial completion has been granted and all the authorized 15 working days have been used, charging of working days will cease. Each week the 16 Engineer will provide the Contractor a statement that shows the number of working days: 17 (1) charged to the contract the week before; (2) specified for the physical completion of 18 the contract; and (3) remaining for the physical completion of the contract. The 19 statement will also show the nonworking days and any partial or whole day the Engineer 20 declares as unworkable. Within 10 calendar days after the date of each statement, the 21 Contractor shall file a written protest of any alleged discrepancies in it. To be considered 22 by the Engineer, the protest shall be in sufficient detail to enable the Engineer to 23 ascertain the basis and amount of time disputed. By not filing such detailed protest in 24 that period, the Contractor shall be deemed as having accepted the statement as 25 correct. If the Contractor is approved to work 10 hours a day and 4 days a week (a 4-10 26 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be 27 charged as a working day then the fifth day of that week will be charged as a working 28 day whether or not the Contractor works on that day. 29

30 Revise the sixth paragraph to read: 31 32

The Engineer will give the Contractor written notice of the completion date of the contract 33 after all the Contractor’s obligations under the contract have been performed by the 34 Contractor. The following events must occur before the Completion Date can be 35 established: 36 1. The physical work on the project must be complete; and 37

2. The Contractor must furnish all documentation required by the contract and required 38 by law, to allow the Contracting Agency to process final acceptance of the contract. 39 The following documents must be received by the Project Engineer prior to 40 establishing a completion date: 41

a. Certified Payrolls (per Section 1-07.9(5)). 42

b. Material Acceptance Certification Documents 43

c. Quarterly Reports of Amounts Credited as DBE Participation, as required by the 44 Contract Provisions. 45

d. Final Contract Voucher Certification 46

e. Copies of the approved “Affidavit of Prevailing Wages Paid” for the Contractor 47 and all Subcontractors 48

Page 127: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 60

f. Property owner releases per Section 1-07.24 1

2 The third paragraph of Section 1-08.5 is revised to read: 3 4

(August 7, 2006) 5

Contract time shall begin on the date stated in the written notice provided to the 6 Contractor. In no case shall the beginning of contract time be prior to June 1, 2017 or 7 later than July 5, 2017. 8

9 Section 1-08.5 is supplemented with the following: 10 11

(March 13, 1995) 12

This project shall be physically completed within 50 working days. 13 14 No work will be allowed on the Roadway on any Friday between the Friday preceding 15 Memorial Day weekend and Labor Day weekend, unless otherwise approved by the 16 Engineer. 17

18 1-08.6 Suspension of Work 19

Section 1-08.6 is supplemented with the following: 20 21

(January 4, 2016) 22

Contract time may be suspended for the procurement of critical materials (Procurement 23 Suspension). In order to receive a Procurement Suspension, the Contractor shall within 24 21 calendar days after execution by the Contracting Agency, place purchase orders for 25 all materials deemed critical by the Contracting Agency for Physical Completion of the 26 Contract. The Contractor shall provide copies of purchase orders for the critical 27 materials. Such purchase orders shall disclose the purchase order date and estimated 28 delivery dates for such critical material. 29 30 The Contractor shall show the procurement of the critical materials listed below as 31 activities in the Progress Schedule. If the approved Progress Schedule indicates that 32 materials procurement are critical activities, and if the Contractor has provided 33 documentation that purchase orders are placed for the critical materials within the 34 prescribed 21 calendar days, then Contract time will be suspended upon Physical 35 Completion of all critical work except that work dependent upon the below listed critical 36 materials: 37 38

Water Quality Treatment Devices 39 40 Charging of Contract time will resume upon the delivery of the critical materials to the 41 Contractor, notification that the critical materials are ready for delivery to the Contractor 42 from the Contracting Agency’s Materials Laboratory, or 14 calendar days after execution 43 by the Contracting Agency, whichever occurs first. 44

45

Page 128: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 61

1-08.9 Liquidated Damages 1

(August 14, 2013 APWA GSP) 2

Revise the fourth paragraph to read: 3 4

When the Contract Work has progressed to Substantial Completion as defined in the 5 Contract, the Engineer may determine that the work is Substantially Complete. The 6 Engineer will notify the Contractor in writing of the Substantial Completion Date. For 7 overruns in Contract time occurring after the date so established, the formula for 8 liquidated damages shown above will not apply. For overruns in Contract time occurring 9 after the Substantial Completion Date, liquidated damages shall be assessed on the 10 basis of direct engineering and related costs assignable to the project until the actual 11 Physical Completion Date of all the Contract Work. The Contractor shall complete the 12 remaining Work as promptly as possible. Upon request by the Project Engineer, the 13 Contractor shall furnish a written schedule for completing the physical Work on the 14 Contract. 15

1-09 Measurement and Payment 16

1-09.2 Weighing Equipment 17

1-09.2(1) General Requirements for Weighing Equipment 18

(July 23, 2015 APWA GSP, Option 2) 19

Revise item 4 of the fifth paragraph to read: 20 21 4. Test results and scale weight records for each day’s hauling operations are provided 22

to the Engineer daily. Reporting shall utilize WSDOT form 422-027, Scaleman’s 23 Daily Report, unless the printed ticket contains the same information that is on the 24 Scaleman’s Daily Report Form. The scale operator must provide AM and/or PM tare 25 weights for each truck on the printed ticket. 26

27

1-09.9 Payments 28

(March 13, 2012 APWA GSP) 29

Supplement this section with the following: 30 31

Lump sum item breakdowns are not required when the bid price for the lump sum item is 32 less than $20,000. 33

34 (March 13, 2012 APWA GSP) 35

Delete the first four paragraphs and replace them with the following: 36 37 The basis of payment will be the actual quantities of Work performed according to the 38 Contract and as specified for payment. 39 40 The Contractor shall submit a breakdown of the cost of lump sum bid items at the 41 Preconstruction Conference, to enable the Project Engineer to determine the Work 42 performed on a monthly basis. A breakdown is not required for lump sum items that 43 include a basis for incremental payments as part of the respective Specification. Absent 44 a lump sum breakdown, the Project Engineer will make a determination based on 45

Page 129: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 62

information available. The Project Engineer’s determination of the cost of work shall be 1 final. 2 3 Progress payments for completed work and material on hand will be based upon 4 progress estimates prepared by the Engineer. A progress estimate cutoff date will be 5 established at the preconstruction conference. 6

7 The initial progress estimate will be made not later than 30 days after the Contractor 8 commences the work, and successive progress estimates will be made every month 9 thereafter until the Completion Date. Progress estimates made during progress of the 10 work are tentative, and made only for the purpose of determining progress payments. 11 The progress estimates are subject to change at any time prior to the calculation of the 12 final payment. 13

14 The value of the progress estimate will be the sum of the following: 15 16

1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of 17 work completed multiplied by the unit price. 18

2. Lump Sum Items in the Bid Form — based on the approved Contractor’s lump sum 19 breakdown for that item, or absent such a breakdown, based on the Engineer’s 20 determination. 21

3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site 22 or other storage area approved by the Engineer. 23

4. Change Orders — entitlement for approved extra cost or completed extra work as 24 determined by the Engineer. 25

26 Progress payments will be made in accordance with the progress estimate less: 27 28

1. Retainage per Section 1-09.9(1), on non FHWA-funded projects; 29

2. The amount of progress payments previously made; and 30

3. Funds withheld by the Contracting Agency for disbursement in accordance with the 31 Contract Documents. 32

33 Progress payments for work performed shall not be evidence of acceptable performance 34 or an admission by the Contracting Agency that any work has been satisfactorily 35 completed. The determination of payments under the contract will be final in accordance 36 with Section 1-05.1. 37

38 1-09.9(1) Retainage 39

Section 1-09.9(1) content and title is deleted and replaced with the following: 40 41

(June 27, 2011) 42

Vacant 43 44

Page 130: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 63

1-10 Temporary Traffic Control 1

1-10.2 Traffic Control Management 2

1-10.2(1) General 3

Section 1-10.2(1) is supplemented with the following: 4 5

(January 8, 2016) 6

Only training with WSDOT TCS card and WSDOT training curriculum is recognized 7 in the State of Washington. The Traffic Control Supervisor shall be certified by one 8 of the following: 9 10

The Northwest Laborers-Employers Training Trust 11 27055 Ohio Ave. 12 Kingston, WA 98346 13 (360) 297-3035 14 15 Evergreen Safety Council 16 12545 135th Ave. NE 17 Kirkland, WA 98034-8709 18 1-800-521-0778 or 19 (425) 814-3930 20 21 The American Traffic Safety Services Association 22 15 Riverside Parkway, Suite 100 23 Fredericksburg, Virginia 22406-1022 24 Training Dept. Toll Free (877) 642-4637 25 Phone: (540) 368-1701 26

27 (January 5, 2015) 28

The primary TCS shall have a minimum of 500 hours of experience providing traffic 29 control as a TCS or traffic control labor on multilane highways with a speed limit of 30 55 mph or greater. The Contractor shall submit a certification of the TCS’s 31 experience with the TCS designation. Documentation of experience shall be 32 available upon request by the Project Engineer. 33

34 1-10.4 Measurement 35

36 11-10.4(1) Lump Sum Bid for Project (No Unit Items) 37

(August 2, 2004) 38

The proposal contains the item “Project Temporary Traffic Control”, lump sum. The 39 provisions of Section 1-10.4(1) shall apply. 40

41

42

Page 131: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 64

DIVISION 2 1

EARTHWORK 2

2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 3

2-01.1 Measurement 4

Section 2-01 is supplemented with the following: 5 6 (March 13, 1995) 7

Clearing and grubbing on this project shall be performed within the following limits: 8 9 To the lines and limits indicated on the Plans or as staked by the Engineer. 10

2-02 Removal of Structures and Obstructions 11

Add the following Section including title: 12 13

2-02.3 Construction Requirements 14

Section 2-02.3 is supplemented with the following: 15 16 (February 17, 1998) 17

Removal of Obstructions 18

Catch basin – 1 Each 19 12-inch Diam, Pipe – 24 L.F. 20 Bollards – 3 Each 21 22

Section 2-02.3 is supplemented with the following: 23

(June 26, 2000) 24

Salvage of Removed Items 25

All items shown in the Plans to be salvaged shall remain the property of the Contracting 26 Agency. 27 28 The Contractor shall transport the specified salvaged items to the following location: 29 Public Works shop at the wastewater treatment plant 30 31 The Contractor shall stack the material where directed by the Engineer. The Contractor shall 32 contact the Engineer at least five working days prior to scheduled delivery of the items to 33 confirm delivery arrangements. 34 35 Salvage and delivery of specified materials shall be considered incidental to the Work. 36 37 Supplement this section with the following: 38 39 (*****) 40

Sawcutting of flexible pavement shall be performed in accordance with the requirements of 41 Section 2-02.3(3) along the neat lines indicated on the Plans or as directed by the Engineer. 42

Page 132: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 65

2-02.4 Measurement 1

Supplement this section with the following: 2 3 (*****) 4

Sawcut Flexible pavement will be measured by the Linear-Foot. Measurement will be made 5 along the neat sawcut line as shown on the Plans or as staked by the Engineer. No 6 measurement will be made for sawcuts made outside the neat lines indicated on the Plans 7 or as designated by the Engineer. 8 9

2-02.5 Payment 10

Supplement this section with the following: 11 12 (*****) 13

“Sawcut Flexible Pavement”, per linear-foot. The Unit Contract price will be considered full 14 compensation for all tools, materials, equipment, labor, and incidentals necessary to 15 complete this item. 16 17

Page 133: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 66

DIVISION 4 1

BASES 2

4-04 BALLAST AND CRUSHED SURFACING 3

4-04.4 Measurement 4

5 Supplement this section with the following: 6 (*****) 7

Crushed Surfacing Base Course, 4” Depth will be measured by the Square Yard compacted 8 in place to the neat lines indicated on the Plans or as designated by the Engineer. 9 10 Crushed Surfacing Base Course, 6” Depth will be measured by the Square Yard compacted 11 in place to the neat lines indicated on the Plans or as designated by the Engineer. 12 13 Crushed Surfacing Top Course, 2” Depth will be measured by the Square Yard compacted in 14 place to the neat lines indicated on the Plans or as designated by the Engineer. 15 16 4-04.5 Payment 17 18 Supplement this section with the following: 19 (*****) 20

“Crushed Surfacing Base Course, 4” Depth”, square yard. 21 22 “Crushed Surfacing Base Course, 6” Depth”, square yard. 23 24 “Crushed Surfacing Top Course, 2” Depth”, square yard. 25 26 The unit Contract price for the items above shall be considered full compensation for 27 hauling, furnishing, placing, shaping, and compaction of the material and for all labor, 28 equipment, tools, and incidentals necessary to complete this item. 29 30

Page 134: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 67

Division 5 1

Surface Treatments and Pavements 2

5-04.3(3)A Material Transfer Device / Vehicle 3

(January 16, 2014 APWA GSP) 4

5 The first paragraph of this section is revised to read: 6 7

Additionally, a material transfer device or vehicle (MTD/V) is not required at the following 8 locations; project limits. 9

10 5-04.3(7)A2 Statistical or Nonstatistical Evaluation 11

Delete this section and replace it with the following: 12 13 5-04.3(7)A2 Nonstatistical Evaluation 14

(January 16, 2014 APWA GSP) 15

Mix designs for HMA accepted by Nonstatistical evaluation shall; 16 17 Be submitted to the Project Engineer on WSDOT Form 350-042 18

Have the aggregate structure and asphalt binder content determined in accordance 19 with WSDOT Standard Operating Procedure 732 and meet the requirements of 20 Sections 9-03.8(2) and 9-03.8(6). 21

Have anti-strip requirements, if any, for the proposed mix design determined in 22 accordance with WSDOT Test Method T 718 or based on historic anti-strip and 23 aggregate source compatibility from WSDOT lab testing. Anti-strip evaluation of HMA 24 mix designs utilized that include RAP will be completed without the inclusion of the 25 RAP. 26

At or prior to the preconstruction meeting, the contractor shall provide one of the following 27 mix design verification certifications for Contracting Agency review; 28 29

The proposed mix design indicated on a WSDOT mix design/anti-strip report that is 30 within one year of the approval date 31

The proposed HMA mix design submittal (Form 350-042) with the seal and 32 certification (stamp & signature) of a valid licensed Washington State Professional 33 Engineer. 34

The proposed mix design by a qualified City or County laboratory mix design report 35 that is within one year of the approval date. 36

37 The mix design will be performed by a lab accredited by a national authority such as 38 Laboratory Accreditation Bureau, L-A-B for Construction Materials Testing, The Construction 39 Materials Engineering Council (CMEC’s) ISO 17025 or AASHTO Accreditation Program 40 (AAP) and shall supply evidence of participation in the AASHTO Material Reference 41 Laboratory (AMRL) program. 42 43

Page 135: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 68

At the discretion of the Engineer, agencies may accept mix designs verified beyond the one 1 year verification period with a certification from the Contractor that the materials and sources 2 are the same as those shown on the original mix design. 3 4 5-04.3(8)A1 General 5

(January 16, 2014 APWA GSP) 6

Delete this section and replace it with the following: 7 8

Acceptance of HMA shall be as defined under nonstatistical or commercial evaluation. 9 10 Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in 11 the contract documents. 12 13 The mix design will be the initial JMF for the class of HMA. The Contractor may request a 14 change in the JMF. Any adjustments to the JMF will require the approval of the Project 15 Engineer and must be made in accordance with Section 9-03.8(7). 16 Commercial evaluation may be used for Commercial HMA and for other classes of HMA in 17 the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, 18 gores, prelevel, and pavement repair. Other nonstructural applications of HMA accepted 19 by commercial evaluation shall be as approved by the Project Engineer. Sampling and 20 testing of HMA accepted by commercial evaluation will be at the option of the Project 21 Engineer. Commercial HMA can be accepted by a contractor certificate of compliance 22 letter stating the material meets the HMA requirements defined in the contract. 23

24 5-04.3(8)A4 Definition of Sampling Lot and Sublot 25

(January 16, 2014 APWA GSP) 26

Section 5-04.3(8)A4 is supplemented with the following: 27 28

For HMA in a structural application, sampling and testing for total project quantities less 29 than 400 tons is at the discretion of the engineer. For HMA used in a structural application 30 and with a total project quantity less than 800 tons but more than 400 tons, a minimum of 31 one acceptance test shall be performed: 32 33

i. If test results are found to be within specification requirements, additional 34 testing will be at the engineer’s discretion. 35

ii. If test results are found not to be within specification requirements, additional 36 testing as needed to determine a CPF shall be performed. 37

38 5-04.3(8)A5 Test Results 39

(January 16, 2014 APWA GSP) 40

The first paragraph of this section is deleted. 41 42

Page 136: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 69

5-04.3(8)A6 Test Methods 1

(January 16, 2014 APWA GSP) 2

Delete this section and replace it with the following: 3 4

Testing of HMA for compliance of Va will be at the option of the Contracting Agency. If 5 tested, compliance of Va will be use WSDOT Standard Operating Procedure SOP 731. 6 Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T 7 308. Testing for compliance of gradation will be by WAQTC FOP for AASHTO T 27/T 11. 8

9 5-04.4 Measurement 10

Supplement this section with the following: 11 (*****) 12

Commercial HMA, 2” Depth will be measured by the Square Yard compacted in place to the 13 neat saw cut lines. HMA placed to repair existing HMA damaged by the Contractor or used 14 to replace HMA removed outside the approved removal limits shall not be included in the 15 measurement. 16 17 Commercial HMA, 4” Depth will be measured by the Square Yard compacted in place to the 18 neat saw cut lines. HMA placed to repair existing HMA damaged by the Contractor or used 19 to replace HMA removed outside the approved removal limits shall not be included in the 20 measurement. 21 22 5-04.5 Payment 23

Supplement this section with the following: 24 (*****) 25

Commercial HMA, 2” Depth”, per square yard. 26 27 Commercial HMA, 4” Depth”, per square yard. 28 29 The unit Contract price for the items above shall be considered full compensation for 30 furnishing materials, hauling, placing, shaping, and compaction of the material and for all 31 labor, equipment, tools, and incidentals necessary to complete this item. 32 33 5-04.5(1)B Price Adjustments for Quality of HMA Compaction 34

(January 16, 2014 APWA GSP) 35

Delete this section and replace it with the following: 36 37

The maximum CPF of a compaction lot is 1.00. 38 39 For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming 40 Compaction Factor (NCCF) will be determined. THE NCCF equals the algebraic difference 41 of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be 42 calculated as the product of the NCCF, the quantity of HMA in the lot in tons and the unit 43 contract price per ton of the mix. 44

45

Page 137: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 70

DIVISION 7 1

DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, 2 AND CONDUITS 3

7-05 Manholes, Inlets, Catch Basins, and Drywells 4

Add the following Section: 5 (*****) 6

7-05.3(5) Stormwater Treatment Devices 7

Stormwater treatment for this Project will be provided through the use of filter media devices 8 at the locations shown in the Plans or as approved by the Engineer. The following filter 9 media devices have obtained General Use Level Designation (GULD) from the Washington 10 State Department of Ecology (Ecology) and are approved for use in this Project: 11 12

1. Stormfilter by Contech Engineered Solutions 13 2. FloGard Perk Filter by Oldcastle Precast, Inc 14 3. BayFilter by BaySaver Technologies, LLC 15

16 The Contractor shall be required to select and size the filter media devices in accordance 17 with the requirements of this Section for use in the Project. Project design is based on a unit 18 with an integral curb inlet, internal high flow bypass structure, and a head requirement of 19 approximately 3 feet. Minimum pipe slope shall be 0.5 percent. All media filter devices 20 incorporated in the Project shall be from the same manufacturer with the same filter media 21 and cartridge height. 22 23 Cartridge Quantity and Sizing 24

Cartridge quantity and sizing are subject to the design water quality flowrate to each 25 respective filter media device. The design water quality flowrate is provided in the Plans on 26 sheets C3.1- C3.5. The design flowrate per cartridge shall meet the flowrates established by 27 Ecology in the GULD for the project. Filter media shall be as approved by Ecology in the 28 GULD. 29 30 Product information and Ecology GULD requirements can be found at the following location: 31 32 www.ecy.wa.gov/programs/wq/stormwater/newtech/technologies.html 33 34 Based on preliminary design information; two separate filter media devices will be necessary 35 for the Project. Treatment Device A will be used for water quality flows of ≤ 0.06 cfs and 36 Treatment Device B will be used for design flows greater than 0.06 cfs. 37 38 Submittal Requirements 39

The Contractor shall submit shop drawings of the proposed filter media devices to the 40 Engineer for approval prior to ordering. Shop drawings shall contain the following 41 information for each unit: 42 43

1. Device type and manufacturer 44 2. Filter media type 45 3. Cartridge height and quantity 46 4. Stormwater bypass capacity and configuration 47 5. Inlet and outlet piping invert elevations 48

Page 138: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 71

6. Device station and offset 1 2 The Contractor shall also provide the manufacturer’s installation requirements with the 3 submittal. 4 5 Installation Requirements 6

The Contractor shall install filter media devices in accordance with the manufacturer’s 7 recommendations at the locations shown on the Plans or as approved by the Engineer. The 8 Contractor shall also provide the Contracting Agency with the Operation and Maintenance 9 manual(s) for the installed devices and any special tools necessary for operations and 10 maintenance. 11 12 7-05.4 Measurement 13

Supplement this section with the following: 14 (*****) 15

Treatment Device, Type A will be measured per Each installed and adjusted to finished 16 grade by the Contractor. 17 18 Treatment Device, Type B will be measured per Each installed and adjusted to finished 19 grade by the Contractor. 20 21 7-05.5 Payment 22

Supplement this section with the following: 23 (*****) 24

“Treatment Device, Type A”, per each. 25 26 “Treatment Device, Type B”, per each. 27 28 The unit Contract price for the items above shall be considered full compensation for all 29 materials, excavation, and backfill, frame and grate, media filter cartridges, and all tools, 30 equipment, and labor necessary to install in accordance with manufacturer’s 31 recommendations and to provide a functional unit. 32 33 7-08 General Pipe Installation Requirements 34

7-08.3 Construction Requirements 35

Supplement this section with the following: 36 (*****) 37

Trench excavation and pavement repairs performed by the Contractor within the SR 20 38 travel way shall be in accordance with the “SR 20 Pavement Repair” detail and additional 39 information provided in the Plans. 40 41

Page 139: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 72

7-08.4 Measurement 1

Supplement this section with the following: 2 (*****) 3

SR 20 Pavement Repair will be measured by the Square Yard. Measurement will be made 4 along the ground surface to the neat saw cut lines indicated on the Plans. No measurement 5 will be made for excavations made beyond the limits indicated on the Plans unless approved 6 by the Engineer. 7 8

7-08.5 Payment 9

Supplement this section with the following: 10 (*****) 11

“SR 20 Pavement Repair”, square yard. 12 13 The unit Contract price for SR 20 Pavement Repair shall be considered full compensation for 14 all materials, tools, equipment, and labor necessary to meet the requirements of the detail 15 provided in the plans. Including but not limited to; CDF backfill, crushed surfacing, and 16 HMA. Costs for excavation will be covered under items for Schedule A Storm Sewer Pipe, 8” 17 Diameter and Precast Concrete Drywell. 18 19 7-09 WATER MAINS 20

Add the following Section including title: 21 (*****) 22

23 7-09.3(25) Adjusting Existing Water Valves 24

Existing water valves where shown on the Plans or as directed by the Engineer shall be 25 raised to finished grade in accordance with the requirements of Section 7-05.3(1). 26 27 7-09.4 Measurement 28

Supplement this section with the following: 29 (*****) 30

Adjust Water Valve will be measured per Each adjusted to finished grade by the Contractor. 31 32 7-09.5 Payment 33

Delete this Section in its entirety and replace with the following: 34 (*****) 35

“Adjust Water Valve”, per each. 36 37 The unit Contract price for Adjust Water Valve shall be considered full compensation for all 38 labor, tools, materials, and equipment necessary to complete this Work as specified in 39 Section 7-05.3(1). 40

Page 140: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 73

1

DIVISION 8 2

MISCELLANEOUS CONSTRUCTION 3

8-01 Erosion Control and Water Pollution Control 4

8-01.3(1) General 5

Delete the First and Second Paragraphs of this Section in their entirety and replace with the 6 following: 7 (*****) 8

The Contractor shall delineate the clearing limits indicated on the Plans or as instructed by 9 the Engineer prior to starting any clearing and grubbing activities. Throughout the life of the 10 project, the Contractor shall preserve and protect the delineated area, acting immediately to 11 restore any damaged or missing markers. 12 13 8-01.3(2)B Seeding and Fertilizing 14

Supplement this section with the following: 15 (*****) 16

The seed mixture and application rate shall be in accordance with the information provided 17 in the Plans or as directed by the Engineer. 18 19 8-01.5 Payment 20

Supplement this section with the following: 21 (*****) 22

“Seeding, Fertilizing, & Mulching”, lump sum. 23 24

8-04 Curbs, Gutters, and Spillways 25

8-04.1 Description 26

Supplement this section with the following: 27 (*****) 28

This Work shall also consist of constructing cement concrete curb wall to the line and grade 29 as shown on the Plans or as directed by the Engineer. 30 31 8-04.3(1) Cement Concrete Curbs, Gutters, and Spillways 32

Supplement this section with the following: 33 (*****) 34

Cement concrete curb walls shall be constructed in accordance with this Section and the 35 detail provided on the Plans. 36 37

Page 141: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 74

8-04.4 Measurement 1

Supplement this section with the following: 2 (*****) 3

“Cement Conc. Curb Wall” will be measured per the Lineal-Foot. Measurement will be 4 made along the line and slope of the completed curb center line, including bends. 5 6 8-04.5 Payment 7

Supplement this section with the following: 8 (*****) 9

“Cement Conc. Curb Wall”, per Lineal-Foot. 10 11 The unit Contract price for “Cement Conc. Curb Wall”, shall be considered full compensation 12 for all excavation, materials, crushed surfacing top course, form work, class 1 finish, tools, 13 labor, and equipment necessary to complete this item. 14 15

8-14 Cement Concrete Sidewalks 16

8-14.3 Construction Requirements 17

Supplement this Section with the following: 18 (*****) 19

Single direction curb ramps shall be constructed in accordance with the requirements of 20 Section 8-14.3 and the detail provided on the Plans. 21 22 8-14.3(3) Placing and Finishing Concrete 23

Revise the first sentence of the third paragraph of this Section to read: 24 (*****) 25

Expansion joints shall be constructed at intervals of 3 times the width of the sidewalk (15 26 feet), contraction joints shall be constructed at intervals equal to the width of the sidewalk, 27 and construction joints shall be placed so they correspond with the placement of expansion 28 joints. 29 30

8-20 Illumination, Traffic Signal Systems, Intelligent Transportation Systems, and 31 Electrical 32

8-20.5 Payment 33

Supplement this section with the following: 34 (*****) 35

“Relocate Power Pole”, lump sum. 36 37 The lump sum Contract price for Relocation Power Pole shall be considered full 38 compensation for all coordination, meetings, schedule adjustments, and other incidentals 39 necessary to complete this item. 40 41

Page 142: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

Special Provisions 75

8-21 Permanent Signing 1

8-21.3(1) Location of Signs 2

Delete this Section in its entirety and replace with the following: 3 (*****) 4

Sign locations shown in the Plans are approximate. The Contractor shall coordinate the final 5 location with the Engineer in the field. For bidding purposes post lengths shall be estimated 6 at 10 feet. Final post lengths will be determined by the Contractor and verified by the 7 Engineer prior to fabrication. 8

9 8-21.3(4) Sign Removal 10

Supplement this Section with the following: 11 (*****) 12

Signs removed by the Contractor that are not indicated on the Plans for reuse shall be 13 salvaged in accordance with Section 2-02.3 Salvage of Removed Items. 14 15 16

Page 143: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

1

REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS FHWA-1273 -- Revised May 1, 2012

I. General II. Nondiscrimination III. Nonsegregated Facilities IV. Davis-Bacon and Related Act Provisions V. Contract Work Hours and Safety Standards Act Provisions VI. Subletting or Assigning the Contract VII. Safety: Accident Prevention VIII. False Statements Concerning Highway Projects IX. Implementation of Clean Air Act and Federal Water Pollution Control Act X. Compliance with Governmentwide Suspension and Debarment Requirements XI. Certification Regarding Use of Contract Funds for Lobbying ATTACHMENTS A. Employment and Materials Preference for Appalachian Development Highway System or Appalachian Local Access Road Contracts (included in Appalachian contracts only) I. GENERAL 1. Form FHWA-1273 must be physically incorporated in each construction contract funded under Title 23 (excluding emergency contracts solely intended for debris removal). The contractor (or subcontractor) must insert this form in each subcontract and further require its inclusion in all lower tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services). The applicable requirements of Form FHWA-1273 are incorporated by reference for work done under any purchase order, rental agreement or agreement for other services. The prime contractor shall be responsible for compliance by any subcontractor, lower-tier subcontractor or service provider. Form FHWA-1273 must be included in all Federal-aid design-build contracts, in all subcontracts and in lower tier subcontracts (excluding subcontracts for design services, purchase orders, rental agreements and other agreements for supplies or services). The design-builder shall be responsible for compliance by any subcontractor, lower-tier subcontractor or service provider. Contracting agencies may reference Form FHWA-1273 in bid proposal or request for proposal documents, however, the Form FHWA-1273 must be physically incorporated (not referenced) in all contracts, subcontracts and lower-tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services related to a construction contract). 2. Subject to the applicability criteria noted in the following sections, these contract provisions shall apply to all work performed on the contract by the contractor's own organization and with

Page 144: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

2

the assistance of workers under the contractor's immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract. 3. A breach of any of the stipulations contained in these Required Contract Provisions may be sufficient grounds for withholding of progress payments, withholding of final payment, termination of the contract, suspension / debarment or any other action determined to be appropriate by the contracting agency and FHWA. 4. Selection of Labor: During the performance of this contract, the contractor shall not use convict labor for any purpose within the limits of a construction project on a Federal-aid highway unless it is labor performed by convicts who are on parole, supervised release, or probation. The term Federal-aid highway does not include roadways functionally classified as local roads or rural minor collectors. II. NONDISCRIMINATION The provisions of this section related to 23 CFR Part 230 are applicable to all Federal-aid construction contracts and to all related construction subcontracts of $10,000 or more. The provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or architectural service contracts. In addition, the contractor and all subcontractors must comply with the following policies: Executive Order 11246, 41 CFR 60, 29 CFR 1625-1627, Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The contractor and all subcontractors must comply with: the requirements of the Equal Opportunity Clause in 41 CFR 60-1.4(b) and, for all construction contracts exceeding $10,000, the Standard Federal Equal Employment Opportunity Construction Contract Specifications in 41 CFR 60-4.3. Note: The U.S. Department of Labor has exclusive authority to determine compliance with Executive Order 11246 and the policies of the Secretary of Labor including 41 CFR 60, and 29 CFR 1625-1627. The contracting agency and the FHWA have the authority and the responsibility to ensure compliance with Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), and Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The following provision is adopted from 23 CFR 230, Appendix A, with appropriate revisions to conform to the U.S. Department of Labor (US DOL) and FHWA requirements. 1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR 1630, 29 CFR 1625-1627, 41 CFR 60 and 49 CFR 27) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the contractor's project activities under this contract. The provisions of the Americans with Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this

Page 145: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

3

contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO:

a. The contractor will work with the contracting agency and the Federal Government to ensure that it has made every good faith effort to provide equal opportunity with respect to all of its terms and conditions of employment and in their review of activities under the contract. b. The contractor will accept as its operating policy the following statement:

"It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age or disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, pre-apprenticeship, and/or on-the-job training."

2. EEO Officer: The contractor will designate and make known to the contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active EEO program and who must be assigned adequate authority and responsibility to do so. 3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the contractor's EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum:

a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the contractor's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer.

b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor.

c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractor's procedures for locating and hiring minorities and women.

d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees.

e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. 4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minorities and women in the area from which the project work force would normally be derived.

Page 146: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

4

a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic

and direct recruitment through public and private employee referral sources likely to yield qualified minorities and women. To meet this requirement, the contractor will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority and women applicants may be referred to the contractor for employment consideration.

b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, the contractor is expected to observe the provisions of that agreement to the extent that the system meets the contractor's compliance with EEO contract provisions. Where implementation of such an agreement has the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Federal nondiscrimination provisions.

c. The contractor will encourage its present employees to refer minorities and women as applicants for employment. Information and procedures with regard to referring such applicants will be discussed with employees. 5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national origin, age or disability. The following procedures shall be followed:

a. The contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel.

b. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices.

c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons.

d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with its obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of their avenues of appeal. 6. Training and Promotion:

a. The contractor will assist in locating, qualifying, and increasing the skills of minorities and women who are applicants for employment or current employees. Such efforts should be aimed at developing full journey level status employees in the type of trade or job classification involved.

Page 147: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

5

b. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., apprenticeship, and on-the-job training programs for the geographical area of contract performance. In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. The contracting agency may reserve training positions for persons who receive welfare assistance in accordance with 23 U.S.C. 140(a).

c. The contractor will advise employees and applicants for employment of available training programs and entrance requirements for each.

d. The contractor will periodically review the training and promotion potential of employees who are minorities and women and will encourage eligible employees to apply for such training and promotion. 7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use good faith efforts to obtain the cooperation of such unions to increase opportunities for minorities and women. Actions by the contractor, either directly or through a contractor's association acting as agent, will include the procedures set forth below:

a. The contractor will use good faith efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minorities and women for membership in the unions and increasing the skills of minorities and women so that they may qualify for higher paying employment.

b. The contractor will use good faith efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, national origin, age or disability.

c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the contracting agency and shall set forth what efforts have been made to obtain such information.

d. In the event the union is unable to provide the contractor with a reasonable flow of referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified and/or qualifiable minorities and women. The failure of a union to provide sufficient referrals (even though it is obligated to provide exclusive referrals under the terms of a collective bargaining agreement) does not relieve the contractor from the requirements of this paragraph. In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the contracting agency. 8. Reasonable Accommodation for Applicants / Employees with Disabilities: The contractor must be familiar with the requirements for and comply with the Americans with Disabilities Act and all rules and regulations established there under. Employers must provide reasonable accommodation in all employment activities unless to do so would cause an undue hardship.

Page 148: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

6

9. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall take all necessary and reasonable steps to ensure nondiscrimination in the administration of this contract.

a. The contractor shall notify all potential subcontractors and suppliers and lessors of their EEO obligations under this contract.

b. The contractor will use good faith efforts to ensure subcontractor compliance with their EEO obligations. 10. Assurance Required by 49 CFR 26.13(b):

a. The requirements of 49 CFR Part 26 and the State DOT’s U.S. DOT-approved DBE program are incorporated by reference.

b. The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the contracting agency deems appropriate. 11. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following the date of the final payment to the contractor for all contract work and shall be available at reasonable times and places for inspection by authorized representatives of the contracting agency and the FHWA.

a. The records kept by the contractor shall document the following: (1) The number and work hours of minority and non-minority group members and women employed in each work classification on the project;

(2) The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; and

(3) The progress and efforts being made in locating, hiring, training, qualifying, and

upgrading minorities and women;

b. The contractors and subcontractors will submit an annual report to the contracting agency each July for the duration of the project, indicating the number of minority, women, and non-minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form FHWA-1391. The staffing data should represent the project work force on board in all or any part of the last payroll period preceding the end of July. If on-the-job training is being required by special provision, the contractor will be required to collect and report training data. The employment data should reflect the work force on board during all or any part of the last payroll period preceding the end of July.

Page 149: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

7

III. NONSEGREGATED FACILITIES This provision is applicable to all Federal-aid construction contracts and to all related construction subcontracts of $10,000 or more. The contractor must ensure that facilities provided for employees are provided in such a manner that segregation on the basis of race, color, religion, sex, or national origin cannot result. The contractor may neither require such segregated use by written or oral policies nor tolerate such use by employee custom. The contractor's obligation extends further to ensure that its employees are not assigned to perform their services at any location, under the contractor's control, where the facilities are segregated. The term "facilities" includes waiting rooms, work areas, restaurants and other eating areas, time clocks, restrooms, washrooms, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing provided for employees. The contractor shall provide separate or single-user restrooms and necessary dressing or sleeping areas to assure privacy between sexes. IV. DAVIS-BACON AND RELATED ACT PROVISIONS

This section is applicable to all Federal-aid construction projects exceeding $2,000 and to all related subcontracts and lower-tier subcontracts (regardless of subcontract size). The requirements apply to all projects located within the right-of-way of a roadway that is functionally classified as Federal-aid highway. This excludes roadways functionally classified as local roads or rural minor collectors, which are exempt. Contracting agencies may elect to apply these requirements to other projects.

The following provisions are from the U.S. Department of Labor regulations in 29 CFR 5.5 “Contract provisions and related matters” with minor revisions to conform to the FHWA-1273 format and FHWA program requirements.

1. Minimum wages

a. All laborers and mechanics employed or working upon the site of the work, will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics.

Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph 1.d. of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and

Page 150: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

8

mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph 1.b. of this section) and the Davis-Bacon poster (WH–1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers.

b. (1) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met:

(i) The work to be performed by the classification requested is not performed by a classification in the wage determination; and

(ii) The classification is utilized in the area by the construction industry; and

(iii) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination.

(2) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary.

(3) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Wage and Hour Administrator for determination. The Wage and Hour Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary.

(4) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs 1.b.(2) or 1.b.(3) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification.

Page 151: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

9

c. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof.

d. If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program.

2. Withholding

The contracting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor under this contract, or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the contracting agency may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased.

3. Payrolls and basic records

a. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs.

Page 152: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

10

b. (1) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the contracting agency. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee ( e.g. , the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH–347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.gov/esa/whd/forms/wh347instr.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the contracting agency for transmission to the State DOT, the FHWA or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the contracting agency..

(2) Each payroll submitted shall be accompanied by a “Statement of Compliance,” signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following:

(i) That the payroll for the payroll period contains the information required to be provided under §5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under §5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete;

(ii) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3;

(iii) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract.

(3) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH–347 shall satisfy the requirement for submission of the “Statement of Compliance” required by paragraph 3.b.(2) of this section.

(4) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code.

c. The contractor or subcontractor shall make the records required under paragraph 3.a. of this section available for inspection, copying, or transcription by authorized representatives of the contracting agency, the State DOT, the FHWA, or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the FHWA may,

Page 153: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

11

after written notice to the contractor, the contracting agency or the State DOT, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12.

4. Apprentices and trainees

a. Apprentices (programs of the USDOL).

Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice.

The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed.

Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination.

In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved.

b. Trainees (programs of the USDOL).

Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and

Page 154: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

12

individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration.

The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration.

Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed.

In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved.

c. Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30.

d. Apprentices and Trainees (programs of the U.S. DOT).

Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal-aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program.

5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract.

6. Subcontracts. The contractor or subcontractor shall insert Form FHWA-1273 in any subcontracts and also require the subcontractors to include Form FHWA-1273 in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5.

7. Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12.

Page 155: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

13

8. Compliance with Davis-Bacon and Related Act requirements. All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract.

9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives.

10. Certification of eligibility.

a. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1).

b. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1).

c. The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001.

V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT

The following clauses apply to any Federal-aid construction contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by 29 CFR 5.5(a) or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include watchmen and guards.

1. Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek.

2. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1.) of this section, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1.) of this section, in the sum of $10 for each calendar day on which such individual

Page 156: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

14

was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1.) of this section.

3. Withholding for unpaid wages and liquidated damages. The FHWA or the contacting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2.) of this section.

4. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1.) through (4.) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1.) through (4.) of this section.

VI. SUBLETTING OR ASSIGNING THE CONTRACT This provision is applicable to all Federal-aid construction contracts on the National Highway System. 1. The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the contracting agency. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organization (23 CFR 635.116).

a. The term “perform work with its own organization” refers to workers employed or leased by the prime contractor, and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor or lower tier subcontractor, agents of the prime contractor, or any other assignees. The term may include payments for the costs of hiring leased employees from an employee leasing firm meeting all relevant Federal and State regulatory requirements. Leased employees may only be included in this term if the prime contractor meets all of the following conditions: (1) the prime contractor maintains control over the supervision of the day-to-day activities of the leased employees;

(2) the prime contractor remains responsible for the quality of the work of the leased employees;

(3) the prime contractor retains all power to accept or exclude individual employees from work on the project; and

Page 157: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

15

(4) the prime contractor remains ultimately responsible for the payment of predetermined minimum wages, the submission of payrolls, statements of compliance and all other Federal regulatory requirements.

b. "Specialty Items" shall be construed to be limited to work that requires highly specialized

knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid or propose on the contract as a whole and in general are to be limited to minor components of the overall contract. 2. The contract amount upon which the requirements set forth in paragraph (1) of Section VI is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 3. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract requirements, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the contracting officer determines is necessary to assure the performance of the contract. 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the contracting agency has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. 5. The 30% self-performance requirement of paragraph (1) is not applicable to design-build contracts; however, contracting agencies may establish their own self-performance requirements. VII. SAFETY: ACCIDENT PREVENTION This provision is applicable to all Federal-aid construction contracts and to all related subcontracts. 1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract. 2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3704).

Page 158: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

16

3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C.3704). VIII. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS This provision is applicable to all Federal-aid construction contracts and to all related subcontracts. In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal-aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, Form FHWA-1022 shall be posted on each Federal-aid highway project (23 CFR 635) in one or more places where it is readily available to all persons concerned with the project: 18 U.S.C. 1020 reads as follows: "Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or Whoever knowingly makes any false statement, false representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal-aid Roads Act approved July 1, 1916, (39 Stat. 355), as amended and supplemented; Shall be fined under this title or imprisoned not more than 5 years or both." IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT This provision is applicable to all Federal-aid construction contracts and to all related subcontracts.

Page 159: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

17

By submission of this bid/proposal or the execution of this contract, or subcontract, as appropriate, the bidder, proposer, Federal-aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: 1. That any person who is or will be utilized in the performance of this contract is not prohibited from receiving an award due to a violation of Section 508 of the Clean Water Act or Section 306 of the Clean Air Act. 2. That the contractor agrees to include or cause to be included the requirements of paragraph (1) of this Section X in every subcontract, and further agrees to take such action as the contracting agency may direct as a means of enforcing such requirements. X. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION This provision is applicable to all Federal-aid construction contracts, design-build contracts, subcontracts, lower-tier subcontracts, purchase orders, lease agreements, consultant contracts or any other covered transaction requiring FHWA approval or that is estimated to cost $25,000 or more – as defined in 2 CFR Parts 180 and 1200. 1. Instructions for Certification – First Tier Participants: a. By signing and submitting this proposal, the prospective first tier participant is providing the certification set out below. b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective first tier participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective first tier participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. c. The certification in this clause is a material representation of fact upon which reliance was placed when the contracting agency determined to enter into this transaction. If it is later determined that the prospective participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the contracting agency may terminate this transaction for cause of default. d. The prospective first tier participant shall provide immediate written notice to the contracting agency to whom this proposal is submitted if any time the prospective first tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. e. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. “First Tier Covered Transactions” refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or

Page 160: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

18

general contract). “Lower Tier Covered Transactions” refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). “First Tier Participant” refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). “Lower Tier Participant” refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). f. The prospective first tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. g. The prospective first tier participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transactions," provided by the department or contracting agency, entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https://www.epls.gov/), which is compiled by the General Services Administration. i. Nothing contained in the foregoing shall be construed to require the establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of the prospective participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. j. Except for transactions authorized under paragraph (f) of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. * * * * * 2. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion – First Tier Participants: a. The prospective first tier participant certifies to the best of its knowledge and belief, that it and its principals: (1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency;

Page 161: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

19

(2) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (a)(2) of this certification; and (4) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. b. Where the prospective participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 2. Instructions for Certification - Lower Tier Participants: (Applicable to all subcontracts, purchase orders and other lower tier transactions requiring prior FHWA approval or estimated to cost $25,000 or more - 2 CFR Parts 180 and 1200) a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below. b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. d. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. “First Tier Covered Transactions” refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). “Lower Tier Covered Transactions” refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). “First Tier Participant” refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). “Lower Tier Participant” refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or

Page 162: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

20

voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https://www.epls.gov/), which is compiled by the General Services Administration. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. i. Except for transactions authorized under paragraph e of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. * * * * * Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier Participants: 1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency. 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. * * * * *

Page 163: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

21

XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING This provision is applicable to all Federal-aid construction contracts and to all related subcontracts which exceed $100,000 (49 CFR 20). 1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 3. The prospective participant also agrees by submitting its bid or proposal that the participant shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly.

Page 164: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

22

ATTACHMENT A - EMPLOYMENT AND MATERIALS PREFERENCE FOR APPALACHIAN DEVELOPMENT HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS ROAD CONTRACTS This provision is applicable to all Federal-aid projects funded under the Appalachian Regional Development Act of 1965. 1. During the performance of this contract, the contractor undertaking to do work which is, or reasonably may be, done as on-site work, shall give preference to qualified persons who regularly reside in the labor area as designated by the DOL wherein the contract work is situated, or the subregion, or the Appalachian counties of the State wherein the contract work is situated, except: a. To the extent that qualified persons regularly residing in the area are not available. b. For the reasonable needs of the contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the contract work. c. For the obligation of the contractor to offer employment to present or former employees as the result of a lawful collective bargaining contract, provided that the number of nonresident persons employed under this subparagraph (1c) shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work, except as provided in subparagraph (4) below. 2. The contractor shall place a job order with the State Employment Service indicating (a) the classifications of the laborers, mechanics and other employees required to perform the contract work, (b) the number of employees required in each classification, (c) the date on which the participant estimates such employees will be required, and (d) any other pertinent information required by the State Employment Service to complete the job order form. The job order may be placed with the State Employment Service in writing or by telephone. If during the course of the contract work, the information submitted by the contractor in the original job order is substantially modified, the participant shall promptly notify the State Employment Service. 3. The contractor shall give full consideration to all qualified job applicants referred to him by the State Employment Service. The contractor is not required to grant employment to any job applicants who, in his opinion, are not qualified to perform the classification of work required. 4. If, within one week following the placing of a job order by the contractor with the State Employment Service, the State Employment Service is unable to refer any qualified job applicants to the contractor, or less than the number requested, the State Employment Service will forward a certificate to the contractor indicating the unavailability of applicants. Such certificate shall be made a part of the contractor's permanent project records. Upon receipt of this certificate, the contractor may employ persons who do not normally reside in the labor area to fill positions covered by the certificate, notwithstanding the provisions of subparagraph (1c) above. 5. The provisions of 23 CFR 633.207(e) allow the contracting agency to provide a contractual preference for the use of mineral resource materials native to the Appalachian region. 6. The contractor shall include the provisions of Sections 1 through 4 of this Attachment A in every subcontract for work which is, or reasonably may be, done as on-site work.

Page 165: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

STD DB Wage Requirements (Rev 5-16-12)

WAGE RATE REQUIREMENTS (1)

Davis Bacon Wages – 29 CFR 5.5

The Contractor shall pay the higher of the following two wage rate determinations:

Federal Wage Rate Determination: 7/22/16 WA79

State Prevailing Wage Rate Determination: Effective Date, Trade, County: Okanogan 8/23/16

This contract is subject to Davis Bacon wage rates, meaning the Contractor is required to pay

the higher of the Federal and State wage rate determinations included in these contract

documents. It is the Contractor's sole responsibility to simultaneously comply with Federal (SCA

{29 CFR Parts 4, 6, 8}) and State (RCW 39) labor laws; this includes ensuring that its

subcontractors comply with same.

If the Contractor uses labor classifications for which wage rate determinations are not included in (2)

both of the federal and state wage determinations included in these specific Contract Documents,

the Contractor, in most instances, must propose a wage rate and request approval of the proposed

rate in writing from the Owner. Such additional determinations are enforceable provisions of this

Contract, as though fully set forth herein.

(1)

The purpose of the above is to serve as guidance for compliance with the wage requirements stated

in these contract documents. It is not to be taken as comprehensive. It does not contradict or replace

the general conditions or supplemental general conditions. Further guidance, clarification, and

information must be sought from WDOL and WA L&I - not the Owner or the Owner’s engineer.

(2) For example, if a wage class is included in the state wage determination but is not included in the

federal wage determination, the Contractor cannot simply use the state rate. Some specialty

classifications may be covered by general classifications, but in most cases, Davis Bacon requires

the Contractor to request a federal wage determination.

NOTES:

There is no guarantee that labor can be obtained at the enclosed wage rates. The Federal and state

minimum wage rates included herein may change before bid opening. Revised rates will be included

in addendum(s).

Page 166: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

7/26/2016 www.wdol.gov/wdol/scafiles/davisbacon/WA79.dvb?v=1

http://www.wdol.gov/wdol/scafiles/davisbacon/WA79.dvb?v=1 1/9

General Decision Number: WA160079 07/22/2016  WA79

Superseded General Decision Number: WA20150079

State: Washington

Construction Type: Heavyincluding water and sewer line construction

County: Okanogan County in Washington.

HEAVY CONSTRUCTION PROJECTS (including sewer/waterconstruction).

Note: Under Executive Order (EO) 13658, an hourly minimum wageof $10.15 for calendar year 2016 applies to all contractssubject to the Davis‐Bacon Act for which the solicitation wasissued on or after January 1, 2015. If this contract is coveredby the EO, the contractor must pay all workers in anyclassification listed on this wage determination at least$10.15 (or the applicable wage rate listed on this wagedetermination, if it is higher) for all hours spent performingon the contract in calendar year 2016. The EO minimum wage ratewill be adjusted annually. Additional information on contractorrequirements and worker protections under the EO is availableat www.dol.gov/whd/govcontracts.

Modification Number     Publication Date          0              01/08/2016          1              07/22/2016

 CARP0001‐016 06/01/2015

OKANOGAN WHICH LIES EAST OF THE 120TH MERIDIAN

                                  Rates          Fringes

CARPENTER (Including Form   Work)............................$ 31.94            14.00MILLWRIGHT.......................$ 41.86            14.49

ZONE PAY:ZONE 1     0‐40 MILES                  FREEZONE 2     41‐65 MILES                 $2.25/PER HOURZONE 3     66‐100 MILES                $3.25/PER HOURZONE 4     OVER 100 MILES              $4.75/PER HOUR

DISPATCH POINTS:  CARPENTERS/MILLWRIGHTS: PASCO (515 N. Neel Street) or Main  Post Office of established residence of employee (Whichever  is closest to the worksite).

  CARPENTERS: SPOKANE (127 E. AUGUSTA AVE.) or Main Post Office  of established residence of employee (Whichever is closest  to the worksite).

  CARPENTERS: WENATCHEE (27 N. CHELAN) or Main Post Office of  established residence of employee (Whichever is closest to  the worksite).

Page 167: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

7/26/2016 www.wdol.gov/wdol/scafiles/davisbacon/WA79.dvb?v=1

http://www.wdol.gov/wdol/scafiles/davisbacon/WA79.dvb?v=1 2/9

  CARPENTERS: COEUR D' ALENE (1839 N. GOVERNMENT WAY) or Main  Post Office of established residence of employee (Whichever  is closest to the worksite).

  CARPENTERS: MOSCOW (302 N. JACKSON) or Main Post Office of  established residence of employee (Whichever is closest to  the worksite).

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  proection. No respirator is used and skin proection 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.

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ CARP0770‐005 06/01/2015

OKANOGAN COUNTY WHICH LIES WEST OF THE 120TH MERIDIAN

                                  Rates          Fringes

CARPENTER (Including form   work)............................$ 27.61            14.00MILLWRIGHT.......................$ 41.86            13.66

  (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON ‐ ALL  CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS

  Hourly Zone Pay shall be paid on jobs located outside of the  free zone computed from the city center of the following  listed cities:

Seattle           Olympia        BellinghamAuburn            Bremerton      AnacortesRenton            Shelton        YakimaAberdeen‐Hoquiam  Tacoma         WenatcheeEllensburg        Everett        Port AngelesCentralia         Mount Vernon   SunnysideChelan            Pt. Townsend                        

Zone Pay:0 ‐25 radius miles     Free26‐35 radius miles    $1.00/hour36‐45 radius miles    $1.15/hour

Page 168: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

7/26/2016 www.wdol.gov/wdol/scafiles/davisbacon/WA79.dvb?v=1

http://www.wdol.gov/wdol/scafiles/davisbacon/WA79.dvb?v=1 3/9

46‐55 radius miles    $1.35/hourOver 55 radius miles  $1.55/hour  

  (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON ‐ MILLWRIGHT  AND PILEDRIVER ONLY)

  Hourly Zone Pay shall be computed from Seattle Union Hall,  Tacoma City center, and Everett City center

Zone Pay:0 ‐25 radius miles      Free26‐45 radius miles      $ .70/hourOver 45 radius miles    $1.50/hour

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ ELEC0077‐001 02/01/2013

                                  Rates          Fringes

Line Construction:       LINEMEN.....................$ 45.62         4%+12.90‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐* ELEC0191‐015 06/01/2015

                                  Rates          Fringes

ELECTRICIAN......................$ 38.15            18.16‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ ENGI0302‐008 06/01/2014

OKANOGAN COUNTY WHICH LIES WEST OF THE 120TH MERIDIAN

                                  Rates          Fringes

Power equipment operators:       Group  1A...................$ 38.39            17.39     Group  1AA..................$ 38.96            17.39     Group  1AAA.................$ 39.52            17.39     Group 1.....................$ 37.84            17.39     Group 2.....................$ 37.35            17.39     Group 3.....................$ 36.93            17.39     Group 4.....................$ 34.57            17.39

Zone Differential (Add to Zone 1 rates):Zone 2 (26‐45 radius miles) ‐ $1.00Zone 3 (Over 45 radius miles) ‐ $1.30

  BASEPOINTS:  Aberdeen, Bellingham, Bremerton, Everett, Kent,  Mount Vernon, Port Angeles, Port Townsend, Seattle,  Shelton, Wenatchee, Yakima

POWER EQUIPMENT OPERATORS CLASSIFICATIONS   

  GROUP 1AAA ‐ Cranes‐over 300 tons, or 300 ft of boom  (including jib with attachments)     GROUP 1AA ‐ Cranes 200 to 300 tons, or 250 ft of boom  (including jib with attachments); Tower crane over 175 ft  in height, base to boom; Excavator/Trackhoe, Backhoes: Over  90 metric tons   

Page 169: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

7/26/2016 www.wdol.gov/wdol/scafiles/davisbacon/WA79.dvb?v=1

http://www.wdol.gov/wdol/scafiles/davisbacon/WA79.dvb?v=1 4/9

  GROUP 1A ‐ Cranes, 100 tons thru 199 tons, or 150 ft of boom  (including jib with attachments); Crane‐overhead, bridge  type, 100 tons and over; Tower crane up to 175 ft in height  base to boom; Loaders‐overhead, 8 yards and over;  excavator/Trackhoe, backhoes: over 50 metric tons to 90  metric tons

  GROUP 1 ‐ Cranes 45 tons thru 99 tons, under 150 ft of boom  (including jib with attachments); Crane‐overhead, bridge  type, 45 tons thru 99 tons; Derricks on building work;  Excavator/Trackhoe, backhoes: over 30 metric tons to 50  metric tons; Loader‐ overhead 6 yards to, but not including  8 yards; Dozer D‐10

  GROUP 2 ‐ Cranes, 20 tons thru 44 tons with attachments;  Crane‐overhead, bridge type‐20 tons through 44 tons;  Excavator/Trackhoe, backhoe: 15 to 30 metric tons;  Loaders‐overhead under 6 yards; Mechanic; Grader (finishing)

  GROUP 3 ‐ Cranes‐thru 19 tons with attachments; A‐frame crane  over 10 tons; Dozers‐D‐9 and under; Roller‐Plant Mix;  Excavator/Trackhoe, backhoe: under 15 metric tons;  Forklift: 3000 lbs and over with attachments; Oiler; Grader  (non‐finishing); Boom Truck over 10 tons  GROUP 4 ‐ Cranes‐A frame‐10 tons and under; Roller‐other than  plant mix; Forklift: under 3000 lbs with attachments; Boom  Truck 10 tons and under

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ ENGI0370‐008 06/01/2015

OKANOGAN COUNTY WHICH LIES EAST OF THE 120TH MERIDIAN

                                  Rates          Fringes

POWER EQUIPMENT OPERATOR       GROUP 1.....................$ 26.16            13.55     GROUP 2.....................$ 26.48            13.55     GROUP 3.....................$ 27.09            13.55     GROUP 4.....................$ 27.25            13.55     GROUP 5.....................$ 27.41            13.55     GROUP 6.....................$ 27.69            13.55     GROUP 7.....................$ 27.96            13.55     GROUP 8.....................$ 29.06            13.55

ZONE DIFFERENTIAL (Add to Zone 1 rate):  Zone 2 ‐ $2.00  

  Zone 1:  Within 45 mile radius of Spokane, Pasco, Washington;  Lewiston, Idaho

  Zone 2:  Outside 45 mile radius of Spokane, Pasco,  Washington; Lewiston, Idaho

POWER EQUIPMENT OPERATORS CLASSIFICATIONS    

  GROUP 1: Rollers, all types on subgrade, including seal and  chip coatings

GROUP 2: Fork Lift    

Page 170: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

7/26/2016 www.wdol.gov/wdol/scafiles/davisbacon/WA79.dvb?v=1

http://www.wdol.gov/wdol/scafiles/davisbacon/WA79.dvb?v=1 5/9

GROUP 3: Bulldozer (up to D‐6 or equivalent)   

  GROUP 4: Loaders (overhead & front‐end, under 4 yds. R/T);  Oiler

  GROUP 5: Backhoe (Under 45,000 gw); Trackhoe/Excavator (under  3/4 yd.); Cranes (25 tons & under); Boom Truck (Under 25  tons)

  GROUP 6: Asphalt Roller; Backhoe (45,000 gw and over to  110,000 gw); Trackhoe/Excavator (3/4 yd. to 3 yd.); Cranes  (over 25 tons, to and including 45 tons), Bulldozer, 834  R/T & similar; Loader Operator (front‐end & overhead, 4  yds. incl. 8 yds.); Mechanic

  GROUP 7: Backhoe (Over 110,000); Trackhoe/Excavator (3 yds &  over); Cranes (over 45 tons to but not including 85 tons);  Loaders (overhead & front‐end, over 8 yds. to 10 yds.);  Grader/Blade

  GROUP 8: Cranes (85 tons and over, and all climbing,  overhead,rail and tower); Loaders (overhead and front‐end,  10 yards and over)

BOOM PAY:  (All Cranes, Including Tower)180 ft to 250 ft    $ .50 over scale  Over 250 ft         $ .80 over scale  

NOTE:   In computing the length of the boom on Tower Cranes, they  shall be measured from the base of the Tower to the point  of the boom.

HAZMAT:    Anyone working on HAZMAT jobs, working with supplied air  shall receive $1.00 an hour above classification.

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐* IRON0014‐001 07/01/2016

                                  Rates          Fringes

IRONWORKER (Reinforcing and   Structural)......................$ 32.89            24.56‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ LABO0238‐002 06/01/2014

                                  Rates          Fringes

LABORER (Spokane)       GROUP 1.....................$ 21.95            10.95     GROUP 2.....................$ 24.05            10.95     GROUP 3.....................$ 24.32            10.95     GROUP 4.....................$ 24.59            10.95

Zone Differential (Add to Zone 1 rates):  Zone 2 ‐ $2.00

BASE POINTS:  Spokane, Pasco, Lewiston

Page 171: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

7/26/2016 www.wdol.gov/wdol/scafiles/davisbacon/WA79.dvb?v=1

http://www.wdol.gov/wdol/scafiles/davisbacon/WA79.dvb?v=1 6/9

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: Flagger

GROUP 2:  Common or General Laborer;   

  GROUP 3:  Mason Tender‐Cement/Concrete; Pipelayer; Chipping  Guns

GROUP 4:  Grade Checker

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ LABO0238‐007 06/01/2013

                                  Rates          Fringes

Laborer, Mason Tender Brick......$ 24.10            10.65‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ PAIN0005‐003 07/01/2015

                                  Rates          Fringes

PAINTER (Brush, Roller, and   Spray.)..........................$ 23.05            10.85‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  SUWA2009‐045 08/07/2009

                                  Rates          Fringes

CEMENT MASON/CONCRETE FINISHER...$ 17.21             0.00  LABORER:  Landscape..............$ 14.67             0.00  OPERATOR:  Drill.................$ 28.15             8.20  PIPEFITTER.......................$ 25.98             3.98  TRUCK DRIVER:  Dump Truck........$ 19.67             0.00  TRUCK DRIVER:  Water Truck.......$ 24.36             8.30  TRUCK DRIVER: 10  Yard Truck.....$ 24.61             8.34‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

WELDERS ‐ Receive rate prescribed for craft performingoperation to which welding is incidental.

================================================================ 

Unlisted classifications needed for work not included withinthe scope of the classifications listed may be added afteraward only as provided in the labor standards contract clauses(29CFR 5.5 (a) (1) (ii)).

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 

Page 172: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

7/26/2016 www.wdol.gov/wdol/scafiles/davisbacon/WA79.dvb?v=1

http://www.wdol.gov/wdol/scafiles/davisbacon/WA79.dvb?v=1 7/9

The body of each wage determination lists the classificationand wage rates that have been found to be prevailing for thecited type(s) of construction in the area covered by the wagedetermination. The classifications are listed in alphabeticalorder of "identifiers" that indicate whether the particularrate is a union rate (current union negotiated rate for local),a survey rate (weighted average rate) or a union average rate(weighted union average rate).

Union Rate Identifiers

A four letter classification abbreviation identifier enclosedin dotted lines beginning with characters other than "SU" or"UAVG" denotes that the union classification and rate wereprevailing for that classification in the survey. Example:PLUM0198‐005 07/01/2014. PLUM is an abbreviation identifier ofthe union which prevailed in the survey for thisclassification, which in this example would be Plumbers. 0198indicates the local union number or district council numberwhere applicable, i.e., Plumbers Local 0198. The next number,005 in the example, is an internal number used in processingthe wage determination. 07/01/2014 is the effective date of themost current negotiated rate, which in this example is July 1,2014.

Union prevailing wage rates are updated to reflect all ratechanges in the collective bargaining agreement (CBA) governingthis classification and rate.

Survey Rate Identifiers

Classifications listed under the "SU" identifier indicate thatno one rate prevailed for this classification in the survey andthe published rate is derived by computing a weighted averagerate based on all the rates reported in the survey for thatclassification.  As this weighted average rate includes allrates reported in the survey, it may include both union andnon‐union rates. Example: SULA2012‐007 5/13/2014. SU indicatesthe rates are survey rates based on a weighted averagecalculation of rates and are not majority rates. LA indicatesthe State of Louisiana. 2012 is the year of survey on whichthese classifications and rates are based. The next number, 007in the example, is an internal number used in producing thewage determination. 5/13/2014 indicates the survey completiondate for the classifications and rates under that identifier.

Survey wage rates are not updated and remain in effect until anew survey is conducted.

Union Average Rate Identifiers

Classification(s) listed under the UAVG identifier indicatethat no single majority rate prevailed for thoseclassifications; however, 100% of the data reported for theclassifications was union data. EXAMPLE: UAVG‐OH‐001008/29/2014. UAVG indicates that the rate is a weighted unionaverage rate. OH indicates the state. The next number, 0010 inthe example, is an internal number used in producing the wagedetermination. 08/29/2014 indicates the survey completion datefor the classifications and rates under that identifier.

Page 173: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

7/26/2016 www.wdol.gov/wdol/scafiles/davisbacon/WA79.dvb?v=1

http://www.wdol.gov/wdol/scafiles/davisbacon/WA79.dvb?v=1 8/9

A UAVG rate will be updated once a year, usually in January ofeach year, to reflect a weighted average of the currentnegotiated/CBA rate of the union locals from which the rate isbased.

 

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

                   WAGE DETERMINATION APPEALS PROCESS

1.) Has there been an initial decision in the matter? This canbe:

*  an existing published wage determination*  a survey underlying a wage determination*  a Wage and Hour Division letter setting forth a position on   a wage determination matter*  a conformance (additional classification and rate) ruling

On survey related matters, initial contact, including requestsfor summaries of surveys, should be with the Wage and HourRegional Office for the area in which the survey was conductedbecause those Regional Offices have responsibility for theDavis‐Bacon survey program. If the response from this initialcontact is not satisfactory, then the process described in 2.)and 3.) should be followed.

With regard to any other matter not yet ripe for the formalprocess described here, initial contact should be with theBranch of Construction Wage Determinations.  Write to:

            Branch of Construction Wage Determinations            Wage and Hour Division            U.S. Department of Labor            200 Constitution Avenue, N.W.            Washington, DC 20210

2.) If the answer to the question in 1.) is yes, then aninterested party (those affected by the action) can requestreview and reconsideration from the Wage and Hour Administrator(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:

            Wage and Hour Administrator            U.S. Department of Labor            200 Constitution Avenue, N.W.            Washington, DC 20210

The request should be accompanied by a full statement of theinterested party's position and by any information (wagepayment data, project description, area practice material,etc.) that the requestor considers relevant to the issue.

3.) If the decision of the Administrator is not favorable, aninterested party may appeal directly to the AdministrativeReview Board (formerly the Wage Appeals Board).  Write to:

            Administrative Review Board            U.S. Department of Labor            200 Constitution Avenue, N.W.

Page 174: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

7/26/2016 www.wdol.gov/wdol/scafiles/davisbacon/WA79.dvb?v=1

http://www.wdol.gov/wdol/scafiles/davisbacon/WA79.dvb?v=1 9/9

            Washington, DC 20210

4.) All decisions by the Administrative Review Board are final.

================================================================

          END OF GENERAL DECISION

Page 175: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

7/26/2016 about:blank

https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 1/21

State of Washington Department of Labor & Industries

Prevailing Wage Section ‐ Telephone 360‐902‐5335 PO Box 44540, Olympia, WA 98504‐4540

Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate offringe benefits. On public works projects, worker's wage and benefit rates must add to not

less than this total. A brief description of overtime calculation requirements are provided onthe Benefit Code Key.

Journey Level Prevailing Wage Rates for the Effective Date: 08/23/16

County Trade Job Classification Wage Holiday Overtime NoteOkanogan Asbestos Abatement Workers Journey Level $36.01 5D 1H

Okanogan Boilermakers Journey Level $64.29 5N 1C

Okanogan Brick Mason Journey Level $44.94 5A 1M

Okanogan Building Service Employees Janitor $9.47   1

Okanogan Building Service Employees Shampooer $10.00   1

Okanogan Building Service Employees Waxer $9.47   1

Okanogan Building Service Employees Window Cleaner $9.47   1

Okanogan Cabinet Makers (In Shop) Journey Level $9.47   1

Okanogan Carpenters Acoustical Worker $40.98 5D 4C

Okanogan Carpenters Bridge, Dock And WharfCarpenters

$53.46 5D 4C

Okanogan Carpenters Carpenter $41.07 5D 4C

Okanogan Carpenters Carpenters on StationaryTools

$41.11 5D 4C

Okanogan Carpenters Creosoted Material $41.08 5D 4C

Okanogan Carpenters Floor Finisher $41.07 5D 4C

Okanogan Carpenters Floor Layer $41.07 5D 4C

Okanogan Carpenters Scaffold Erector $41.07 5D 4C

Okanogan Cement Masons Journey Level $14.13   1

Okanogan Divers & Tenders Diver $86.59 5A 1B 8A

Okanogan Divers & Tenders Diver on Standby $49.87 5A 1B

Okanogan Divers & Tenders Diver Tender $48.17 5A 1B

Okanogan Divers & Tenders Diving Master $58.71 5A 1B

Okanogan Divers & Tenders Surface RCV & ROV Operator $48.17 5A 1B

Okanogan Divers & Tenders Surface RCV & ROV OperatorTender

$48.17 5A 1B

Okanogan Dredge Workers Assistant Engineer $56.44 5D 3F

Okanogan Dredge Workers Assistant Mate (Deckhand) $56.00 5D 3F

Page 176: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

7/26/2016 about:blank

https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 2/21

Okanogan Dredge Workers Boatmen $56.44 5D 3F

Okanogan Dredge Workers Engineer Welder $57.51 5D 3F

Okanogan Dredge Workers Leverman, Hydraulic $58.67 5D 3F

Okanogan Dredge Workers Mates $56.44 5D 3F

Okanogan Dredge Workers Oiler $56.00 5D 3F

Okanogan Drywall Applicator Journey Level $40.98 5D 4C

Okanogan Drywall Tapers Journey Level $36.10 7E 1P

Okanogan Electrical Fixture MaintenanceWorkers

Journey Level $9.47   1

Okanogan Electricians ‐ Inside Journey Level $40.57   1

Okanogan Electricians ‐ Motor Shop Craftsman $15.37   1

Okanogan Electricians ‐ Motor Shop Journey Level $14.69   1

Okanogan Electricians ‐ PowerlineConstruction

Cable Splicer $74.92 5A 4D

Okanogan Electricians ‐ PowerlineConstruction

Certified Line Welder $65.71 5A 4D

Okanogan Electricians ‐ PowerlineConstruction

Groundperson $44.12 5A 4D

Okanogan Electricians ‐ PowerlineConstruction

Heavy Line EquipmentOperator

$65.71 5A 4D

Okanogan Electricians ‐ PowerlineConstruction

Journey Level Lineperson $65.71 5A 4D

Okanogan Electricians ‐ PowerlineConstruction

Line Equipment Operator $55.34 5A 4D

Okanogan Electricians ‐ PowerlineConstruction

Pole Sprayer $65.71 5A 4D

Okanogan Electricians ‐ PowerlineConstruction

Powderperson $49.16 5A 4D

Okanogan Electronic Technicians Journey Level $15.63   1

Okanogan Elevator Constructors Mechanic $85.45 7D 4A

Okanogan Elevator Constructors Mechanic In Charge $92.35 7D 4A

Okanogan Fabricated Precast ConcreteProducts

Journey Level ‐ In‐FactoryWork Only

$9.96   1

Okanogan Fence Erectors Fence Erector $13.80   1

Okanogan Fence Erectors Fence Laborer $11.60   1

Okanogan Flaggers Journey Level $33.91 7B 1M

Okanogan Glaziers Journey Level $16.05   1

Okanogan Heat & Frost Insulators AndAsbestos Workers

Journey Level $34.13   1

Okanogan Heating Equipment Mechanics Journey Level $18.54   1

Okanogan Hod Carriers & Mason Tenders Journey Level $37.54 7B 1M

Okanogan Industrial Power VacuumCleaner

Journey Level $9.47   1

Okanogan Inland Boatmen Journey Level $9.47   1

Okanogan Inspection/Cleaning/Sealing OfSewer & Water Systems By

Cleaner Operator, FoamerOperator

$14.11   1

Page 177: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

7/26/2016 about:blank

https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 3/21

Remote Control

Okanogan Inspection/Cleaning/Sealing OfSewer & Water Systems ByRemote Control

Grout Truck Operator $11.48   1

Okanogan Inspection/Cleaning/Sealing OfSewer & Water Systems ByRemote Control

Head Operator $17.71   1

Okanogan Inspection/Cleaning/Sealing OfSewer & Water Systems ByRemote Control

Technician $14.21   1

Okanogan Inspection/Cleaning/Sealing OfSewer & Water Systems ByRemote Control

Tv Truck Operator $17.71   1

Okanogan Insulation Applicators Journey Level $40.98 5D 4C

Okanogan Ironworkers Journey Level $30.64   1

Okanogan Laborers Air And Hydraulic Track Drill $36.55 7B 1M

Okanogan Laborers Asphalt Raker $36.55 7B 1M

Okanogan Laborers Asphalt Roller, Walking $36.28 7B 1M

Okanogan Laborers Brick Pavers $36.01 7B 1M

Okanogan Laborers Brush Hog Feeder $36.01 7B 1M

Okanogan Laborers Brush Machine $36.55 7B 1M

Okanogan Laborers Caisson Worker, Free Air $36.55 7B 1M

Okanogan Laborers Carpenter Tender $36.01 7B 1M

Okanogan Laborers Cement Finisher Tender $36.28 7B 1M

Okanogan Laborers Cement Handler $36.01 7B 1M

Okanogan Laborers Chain Saw Operator & Faller $36.55 7B 1M

Okanogan Laborers Clean‐up Laborer $36.01 7B 1M

Okanogan Laborers Compaction Equipment $36.28 7B 1M

Okanogan Laborers Concrete Crewman $36.01 7B 1M

Okanogan Laborers Concrete Saw, Walking $36.28 7B 1M

Okanogan Laborers Concrete Signalman $36.01 7B 1M

Okanogan Laborers Concrete Stack $36.55 7B 1M

Okanogan Laborers Confined Space Attendant $36.01 7B 1M

Okanogan Laborers Crusher Feeder $36.01 7B 1M

Okanogan Laborers Demolition $36.01 7B 1M

Okanogan Laborers Demolition Torch $36.28 7B 1M

Okanogan Laborers Dope Pot Fireman, Non‐mechanical

$36.28 7B 1M

Okanogan Laborers Driller Helper (when RequiredTo Move & Position Machine)

$36.28 7B 1M

Okanogan Laborers Drills With Dual Masts $36.83 7B 1M

Okanogan Laborers Dry Stack Walls $36.01 7B 1M

Okanogan Laborers Dumpman $36.01 7B 1M

Okanogan Laborers Erosion Control Laborer $36.01 7B 1M

Okanogan Laborers Final Detail Cleanup (i.e.,Dusting, Vacuuming, Window

$33.91 7B 1M

Page 178: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

7/26/2016 about:blank

https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 4/21

Cleaning; Not ConstructionDebris Cleanup)

Okanogan Laborers Firewatch $36.01 7B 1M

Okanogan Laborers Form Cleaning MachineFeeder, Stacker

$36.01 7B 1M

Okanogan Laborers Form Setter, Paving $36.28 7B 1M

Okanogan Laborers General Laborer $36.01 7B 1M

Okanogan Laborers Grade Checker $38.54 7B 1M

Okanogan Laborers Grout Machine Header Tender $36.01 7B 1M

Okanogan Laborers Guard Rail $36.01 7B 1M

Okanogan Laborers Gunite $36.55 7B 1M

Okanogan Laborers Hazardous Waste Worker(level A)

$36.83 7B 1M

Okanogan Laborers Hazardous Waste Worker(level B)

$36.55 7B 1M

Okanogan Laborers Hazardous Waste Worker(level C)

$36.28 7B 1M

Okanogan Laborers Hazardous Waste Worker(level D)

$36.01 7B 1M

Okanogan Laborers Hdpe Or Similar LinerInstaller

$36.01 7B 1M

Okanogan Laborers High Scaler $36.55 7B 1M

Okanogan Laborers Jackhammer Operator Miner,Class "b"

$36.28 7B 1M

Okanogan Laborers Laser Beam Operator $36.55 7B 1M

Okanogan Laborers Miner, Class "a" $36.01 7B 1M

Okanogan Laborers Miner, Class "c" $36.55 7B 1M

Okanogan Laborers Miner, Class "d" $36.83 7B 1M

Okanogan Laborers Monitor Operator, Air TrackOr Similar Mounting

$36.55 7B 1M

Okanogan Laborers Mortar Mixer $36.55 7B 1M

Okanogan Laborers Nipper $36.01 7B 1M

Okanogan Laborers Nozzleman $36.55 7B 1M

Okanogan Laborers Nozzleman, Water (to IncludeFire Hose), Air Or Steam

$36.28 7B 1M

Okanogan Laborers Pavement Breaker, 90 Lbs. &Over

$36.55 7B 1M

Okanogan Laborers Pavement Breaker, Under 90Lbs.

$36.28 7B 1M

Okanogan Laborers Pipelayer $36.55 7B 1M

Okanogan Laborers Pipelayer, Corrugated MetalCulvert And Multi‐plate

$36.28 7B 1M

Okanogan Laborers Pipewrapper $36.55 7B 1M

Okanogan Laborers Plasterer Tenders $36.55 7B 1M

Okanogan Laborers Pot Tender $36.28 7B 1M

Okanogan Laborers Powderman $38.20 7B 1M

Okanogan Laborers Powderman Helper $36.28 7B 1M

Page 179: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

7/26/2016 about:blank

https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 5/21

Okanogan Laborers Power Buggy Operator $36.28 7B 1M

Okanogan Laborers Power Tool Operator, Gas,Electric, Pneumatic

$36.28 7B 1M

Okanogan Laborers Railroad Equipment, PowerDriven, Except Dual Mobile

$36.28 7B 1M

Okanogan Laborers Railroad Power Spiker OrPuller, Dual Mobile

$36.28 7B 1M

Okanogan Laborers Remote Equipment Operator $36.83 7B 1M

Okanogan Laborers Remote Equipment Operator(i.e. Compaction AndDemolition)

$36.28 7B 1M

Okanogan Laborers Rigger/signal Person $36.28 7B 1M

Okanogan Laborers Riprap Person $36.01 7B 1M

Okanogan Laborers Rodder & Spreader $36.28 7B 1M

Okanogan Laborers Sandblast Tailhoseman $36.01 7B 1M

Okanogan Laborers Scaffold Erector, Wood OrSteel

$36.01 7B 1M

Okanogan Laborers Stake Jumper $36.01 7B 1M

Okanogan Laborers Structural Mover $36.01 7B 1M

Okanogan Laborers Tailhoseman (water Nozzle) $36.01 7B 1M

Okanogan Laborers Timber Bucker & Faller (byHand)

$36.01 7B 1M

Okanogan Laborers Track Laborer (rr) $36.01 7B 1M

Okanogan Laborers Traffic Control Laborer $33.91 7B 1M 8T

Okanogan Laborers Traffic Control Supervisor $34.91 7B 1M 8S

Okanogan Laborers Trencher, Shawnee $36.28 7B 1M

Okanogan Laborers Trenchless TechnologyTechnician

$36.55 7B 1M

Okanogan Laborers Truck Loader $36.01 7B 1M

Okanogan Laborers Tugger Operator $36.28 7B 1M

Okanogan Laborers Vibrators, All $36.55 7B 1M

Okanogan Laborers Wagon Drills $36.28 7B 1M

Okanogan Laborers Water Pipe Liner $36.28 7B 1M

Okanogan Laborers Welder, Electric, Manual OrAutomatic (hdpe Or SimilarPipe And Liner)

$36.83 7B 1M

Okanogan Laborers Well‐point Person $36.01 7B 1M

Okanogan Laborers Wheelbarrow, Power Driven $36.28 7B 1M

Okanogan Laborers ‐ Underground Sewer& Water

All Classifications $22.16   1

Okanogan Landscape Construction Irrigation Or Lawn SprinklerInstallers

$9.47   1

Okanogan Landscape Construction Landscape EquipmentOperators Or Truck Drivers

$9.47   1

Okanogan Landscape Construction Landscaping Or PlantingLaborers

$9.47   1

Page 180: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

7/26/2016 about:blank

https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 6/21

Okanogan Lathers Journey Level $40.98 5D 4C

Okanogan Marble Setters Journey Level $44.94 5A 1M

Okanogan Metal Fabrication (In Shop) Fitter $12.76   1

Okanogan Metal Fabrication (In Shop) Laborer $9.47   1

Okanogan Metal Fabrication (In Shop) Machine Operator $12.66   1

Okanogan Metal Fabrication (In Shop) Painter $10.20   1

Okanogan Metal Fabrication (In Shop) Welder $12.76   1

Okanogan Millwright Journey Level $27.83   1

Okanogan Modular Buildings Journey Level $9.47   1

Okanogan Painters Journey Level $30.72 6Z 1W

Okanogan Pile Driver Journey Level $41.80 5A 1B 8N

Okanogan Plasterers Journey Level $10.00   1

Okanogan Playground & Park EquipmentInstallers

Journey Level $9.47   1

Okanogan Plumbers & Pipefitters Journey Level $57.87 5A 1G

Okanogan Power Equipment Operators A‐frame Truck (2 Or MoreDrums)

$40.64 7B 1M 8D

Okanogan Power Equipment Operators A‐frame Truck (single Drum) $40.03 7B 1M 8D

Okanogan Power Equipment Operators Asphalt Plant Operator $41.24 7B 1M 8D

Okanogan Power Equipment Operators Assistant Plant Operator,Fireman Or Pugmixer(asphalt)

$40.03 7B 1M 8D

Okanogan Power Equipment Operators Assistant Refrigeration Plant& Chiller Operator (over 1000Ton)

$40.64 7B 1M 8D

Okanogan Power Equipment Operators Assistant Refrigeration Plant(under 1000 Ton)

$40.03 7B 1M 8D

Okanogan Power Equipment Operators Automatic Subgrader (ditches& Trimmers)

$41.24 7B 1M 8D

Okanogan Power Equipment Operators Backfillers (cleveland &Similar)

$40.64 7B 1M 8D

Okanogan Power Equipment Operators Backhoe & Hoe Ram (under3/4 Yd.)

$40.96 7B 1M 8D

Okanogan Power Equipment Operators Backhoe (45,000 Gw &Under)

$40.96 7B 1M 8D

Okanogan Power Equipment Operators Backhoe (45,000 Gw To110,000 Gw)

$41.24 7B 1M 8D

Okanogan Power Equipment Operators Backhoe (over 110,000 Gw) $41.51 7B 1M 8D

Okanogan Power Equipment Operators Backhoes & Hoe Ram (3 Yds &Over)

$41.51 7B 1M 8D

Okanogan Power Equipment Operators Backhoes & Hoe Ram (3/4Yd. To 3 Yd.)

$41.24 7B 1M 8D

Okanogan Power Equipment Operators Bagley Or Stationary Scraper $40.03 7B 1M 8D

Okanogan Power Equipment Operators Batch & Wet Mix Operator(multiple Units, 2 & Incl. 4)

$41.24 7B 1M 8D

Okanogan Power Equipment Operators Batch Plant & Wet MixOperator, Single Unit

$40.64 7B 1M 8D

Page 181: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

7/26/2016 about:blank

https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 7/21

(concrete)

Okanogan Power Equipment Operators Batch Plant (over 4 Units) $41.24 7B 1M 8D

Okanogan Power Equipment Operators Belt Finishing Machine $40.03 7B 1M 8D

Okanogan Power Equipment Operators Belt Loader (kocal Or Similar) $40.64 7B 1M 8D

Okanogan Power Equipment Operators Belt‐crete Conveyors WithPower Pack Or Similar

$40.64 7B 1M 8D

Okanogan Power Equipment Operators Bending Machine $40.64 7B 1M 8D

Okanogan Power Equipment Operators Bit Grinders $39.71 7B 1M 8D

Okanogan Power Equipment Operators Blade (finish & Bluetop),Automatic, Cmi, Abc, FinishAthey & Huber & SimilarWhen Used As Automatic

$41.51 7B 1M 8D

Okanogan Power Equipment Operators Blade Operator (motor Patrol& Attachments)

$41.24 7B 1M 8D

Okanogan Power Equipment Operators Blower Operator (cement) $40.03 7B 1M 8D

Okanogan Power Equipment Operators Boat Operator $39.71 7B 1M 8D

Okanogan Power Equipment Operators Bob Cat (skid Steer) $40.64 7B 1M 8D

Okanogan Power Equipment Operators Bolt Threading Machine $39.71 7B 1M 8D

Okanogan Power Equipment Operators Boom Cats (side) $41.24 7B 1M 8D

Okanogan Power Equipment Operators Boring Machine (earth) $40.64 7B 1M 8D

Okanogan Power Equipment Operators Boring Machine (Rock Under 8inch Bit ‐ Quarry Master, JoyOr Similar)

$40.64 7B 1M 8D

Okanogan Power Equipment Operators Bump Cutter (wayne, SaginauOr Similar)

$40.64 7B 1M 8D

Okanogan Power Equipment Operators Cableway Controller(dispatcher)

$41.24 7B 1M 8D

Okanogan Power Equipment Operators Cableway Operators $41.51 7B 1M 8D

Okanogan Power Equipment Operators Canal Lining Machine(concrete)

$40.64 7B 1M 8D

Okanogan Power Equipment Operators Carrydeck & Boom Truck(under 25 Tons)

$40.96 7B 1M 8D

Okanogan Power Equipment Operators Cement Hog $40.03 7B 1M 8D

Okanogan Power Equipment Operators Chipper (without Crane)Cleaning & Doping Machine(pipeline)

$40.64 7B 1M 8D

Okanogan Power Equipment Operators Clamshell, Dragline $42.61 7B 1M 8D

Okanogan Power Equipment Operators Compactor (self‐propelledWith Blade)

$41.24 7B 1M 8D

Okanogan Power Equipment Operators Compressor (2000 Cfm OrOver, 2 Or More, Gas DieselOr Electric Power)

$40.03 7B 1M 8D

Okanogan Power Equipment Operators Compressors (under 2000Cfm, Gas, Diesel Or ElectricPower)

$39.71 7B 1M 8D

Okanogan Power Equipment Operators Concrete Cleaning /Decontamination MachineOperator

$41.51 7B 1M 8D

Page 182: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

7/26/2016 about:blank

https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/21

Okanogan Power Equipment Operators Concrete Pump Boon Truck $41.24 7B 1M 8D

Okanogan Power Equipment Operators Concrete Pumps (squeeze‐crete, Flow‐crete, Whitman &Similar)

$40.80 7B 1M 8D

Okanogan Power Equipment Operators Concrete Saw (multiple Cut) $40.03 7B 1M 8D

Okanogan Power Equipment Operators Concrete Slip Form Paver $41.24 7B 1M 8D

Okanogan Power Equipment Operators Conveyor Aggregate DeliverySystems (c.a.d.)

$41.24 7B 1M 8D

Okanogan Power Equipment Operators Crane Oiler‐ Driver (cdlRequired) & Cable Tender,Mucking Machine

$39.71 7B 1M 8D

Okanogan Power Equipment Operators Cranes (25 Tons & Under), AllAttachments Incl. Clamshell,Dragline

$40.96 7B 1M 8D

Okanogan Power Equipment Operators Cranes (25 Tons To AndIncluding 45 Tons), AllAttachments Incl. Clamshell,Dragline

$41.24 7B 1M 8D

Okanogan Power Equipment Operators Cranes (45 Tons To 85 Tons),All Attachments Incl.Clamshell And Dragline

$41.51 7B 1M 8D

Okanogan Power Equipment Operators Cranes (85 Tons & Over) AndAll Climbing, Overhead, Rail& Tower. All AttachmentsIncl.

$42.61 7B 1M 8D

Okanogan Power Equipment Operators Crusher Feeder $39.71 7B 1M 8D

Okanogan Power Equipment Operators Crusher, Grizzle & ScreeningPlant Operator

$41.24 7B 1M 8D

Okanogan Power Equipment Operators Curb Extruder (asphalt OrConcrete)

$40.80 7B 1M 8D

Okanogan Power Equipment Operators Deck Engineer $40.64 7B 1M 8D

Okanogan Power Equipment Operators Deck Hand $39.71 7B 1M 8D

Okanogan Power Equipment Operators Derricks & Stifflegs (65 Tons& Over)

$41.51 7B 1M 8D

Okanogan Power Equipment Operators Derricks & Stifflegs (under 65Tons)

$40.96 7B 1M 8D

Okanogan Power Equipment Operators Distributor Leverman $40.03 7B 1M 8D

Okanogan Power Equipment Operators Ditch Witch Or Similar $40.03 7B 1M 8D

Okanogan Power Equipment Operators Dope Pots (power Agitated $40.03 7B 1M 8D

Okanogan Power Equipment Operators Dozer / Tractor (up To D‐6 OrEquivalent) And Traxcavator

$40.64 7B 1M 8D

Okanogan Power Equipment Operators Dozer / Tractors (d‐6 &Equivalent & Over)

$41.24 7B 1M 8D

Okanogan Power Equipment Operators Dozer, 834 R/t & Similar $41.24 7B 1M 8D

Okanogan Power Equipment Operators Drill Doctor $41.24 7B 1M 8D

Okanogan Power Equipment Operators Driller Licensed $42.61 7B 1M 8D

Okanogan Power Equipment Operators Drillers Helper $39.71 7B 1M 8D

Okanogan Power Equipment Operators Drilling Equipment (8 inch Bit& Over ‐ Robbins, Reverse

$40.96 7B 1M 8D

Page 183: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

7/26/2016 about:blank

https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 9/21

Circulation & Similar)

Okanogan Power Equipment Operators Drills (churn, Core, Calyx OrDiamond)

$40.80 7B 1M 8D

Okanogan Power Equipment Operators Elevating Belt (holland Type) $41.51 7B 1M 8D

Okanogan Power Equipment Operators Elevating Belt‐type Loader(euclid, Barber Green &Similar)

$40.64 7B 1M 8D

Okanogan Power Equipment Operators Elevating Grader‐type Loader(dumor, Adams Or Similar)

$40.64 7B 1M 8D

Okanogan Power Equipment Operators Elevator Hoisting Materials $40.03 7B 1M 8D

Okanogan Power Equipment Operators Equipment Serviceman,Greaser & Oiler

$40.80 7B 1M 8D

Okanogan Power Equipment Operators Fireman & Heater Tender $39.71 7B 1M 8D

Okanogan Power Equipment Operators Fork Lift Or Lumber Stacker,Hydra‐life & Similar

$40.03 7B 1M 8D

Okanogan Power Equipment Operators Generator Plant Engineers(diesel Or Electric)

$40.64 7B 1M 8D

Okanogan Power Equipment Operators Gin Trucks (pipeline) $40.03 7B 1M 8D

Okanogan Power Equipment Operators Grade Checker $40.96 7B 1M 8D

Okanogan Power Equipment Operators Gunite Combination Mixer &Compressor

$40.64 7B 1M 8D

Okanogan Power Equipment Operators H.d. Mechanic $41.51 7B 1M 8D

Okanogan Power Equipment Operators H.d. Welder $41.51 7B 1M 8D

Okanogan Power Equipment Operators Heavy Equipment RoboticsOperator

$41.51 7B 1M 8D

Okanogan Power Equipment Operators Helicopter Pilot $42.61 7B 1M 8D

Okanogan Power Equipment Operators Helper, Mechanic Or Welder,H.D

$39.71 7B 1M 8D

Okanogan Power Equipment Operators Hoe Ram $40.96 7B 1M 8D

Okanogan Power Equipment Operators Hoist (2 Or More Drums OrTower Hoist)

$40.80 7B 1M 8D

Okanogan Power Equipment Operators Hoist, Single Drum $40.03 7B 1M 8D

Okanogan Power Equipment Operators Hydraulic Platform Trailers(goldhofer, Shaurerly AndSimilar)

$41.51 7B 1M 8D

Okanogan Power Equipment Operators Hydro‐seeder, Mulcher,Nozzleman

$39.71 7B 1M 8D

Okanogan Power Equipment Operators Lime Batch Tank Operator(recycle Train)

$41.24 7B 1M 8D

Okanogan Power Equipment Operators Lime Brain Operator (recycleTrain)

$41.24 7B 1M 8D

Okanogan Power Equipment Operators Loader (360 DegreesRevolving Koehring ScooperOr Similar)

$41.51 7B 1M 8D

Okanogan Power Equipment Operators Loader Operator (front‐end &Overhead, 4 Yds. Incl. 8 Yds.)

$41.24 7B 1M 8D

Okanogan Power Equipment Operators Loaders (bucket Elevators AndConveyors)

$40.03 7B 1M 8D

Page 184: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

7/26/2016 about:blank

https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 10/21

Okanogan Power Equipment Operators Loaders (overhead & Front‐end, Over 8 Yds. To 10 Yds.)

$41.51 7B 1M 8D

Okanogan Power Equipment Operators Loaders (overhead & Front‐end, Under 4 Yds.. R/t)

$40.80 7B 1M 8D

Okanogan Power Equipment Operators Loaders (overhead And Front‐end, 10 Yds. & Over)

$42.61 7B 1M 8D

Okanogan Power Equipment Operators Locomotive Engineer $40.64 7B 1M 8D

Okanogan Power Equipment Operators Longitudinal Float $40.03 7B 1M 8D

Okanogan Power Equipment Operators Master EnvironmentalMaintenance Technician

$41.51 7B 1M 8D

Okanogan Power Equipment Operators Mixer (portable ‐ Concrete) $40.03 7B 1M 8D

Okanogan Power Equipment Operators Mixermobile $40.64 7B 1M 8D

Okanogan Power Equipment Operators Mobile Crusher Operator(recycle Train)

$41.24 7B 1M 8D

Okanogan Power Equipment Operators Mucking Machine $40.64 7B 1M 8D

Okanogan Power Equipment Operators Multiple Dozer Units WithSingle Blade

$41.24 7B 1M 8D

Okanogan Power Equipment Operators Pavement Breaker, Hydra‐hammer & Similar

$40.03 7B 1M 8D

Okanogan Power Equipment Operators Paving (dual Drum) $40.96 7B 1M 8D

Okanogan Power Equipment Operators Paving Machine (asphalt AndConcrete)

$41.24 7B 1M 8D

Okanogan Power Equipment Operators Piledriving Engineers $40.96 7B 1M 8D

Okanogan Power Equipment Operators Plant Oiler $39.71 7B 1M 8D

Okanogan Power Equipment Operators Posthole Auger Or Punch $40.64 7B 1M 8D

Okanogan Power Equipment Operators Power Broom $40.03 7B 1M 8D

Okanogan Power Equipment Operators Pump (grout Or Jet) $40.64 7B 1M 8D

Okanogan Power Equipment Operators Pumpman $39.71 7B 1M 8D

Okanogan Power Equipment Operators Quad‐track Or SimilarEquipment

$41.24 7B 1M 8D

Okanogan Power Equipment Operators Railroad Ballast RegulationOperator (self‐propelled)

$40.03 7B 1M 8D

Okanogan Power Equipment Operators Railroad Power TamperOperator (self‐propelled)

$40.03 7B 1M 8D

Okanogan Power Equipment Operators Railroad Tamper JackOperator (self‐propelled)

$40.03 7B 1M 8D

Okanogan Power Equipment Operators Railroad Track Liner Operator(self‐propelled)

$40.96 7B 1M 8D

Okanogan Power Equipment Operators Refrigeration Plant Engineer(1000 Tons & Over)

$40.96 7B 1M 8D

Okanogan Power Equipment Operators Refrigeration Plant Engineer(under 1000 Ton)

$40.80 7B 1M 8D

Okanogan Power Equipment Operators Rollerman (finishing AsphaltPavement)

$41.24 7B 1M 8D

Okanogan Power Equipment Operators Rollers, All Types OnSubgrade, Including Seal AndChip Coating (farm Type,Case, John Deere And

$39.71 7B 1M 8D

Page 185: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

7/26/2016 about:blank

https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 11/21

Similar,or CompactingVibrator), Except When PulledB

Okanogan Power Equipment Operators Roto Mill (pavement Grinder) $41.24 7B 1M 8D

Okanogan Power Equipment Operators Rotomill Groundsman $40.80 7B 1M 8D

Okanogan Power Equipment Operators Rubber‐tired Scrapers(multiple Engine With ThreeOr More Scrapers)

$41.51 7B 1M 8D

Okanogan Power Equipment Operators Rubber‐tired Skidders (r/tWith Or Without Attachments)

$40.80 7B 1M 8D

Okanogan Power Equipment Operators Scrapers, All, Rubber‐tired $41.24 7B 1M 8D

Okanogan Power Equipment Operators Screed Operator $41.24 7B 1M 8D

Okanogan Power Equipment Operators Shovels (3 Yds. & Over) $41.51 7B 1M 8D

Okanogan Power Equipment Operators Shovels (under 3 Yds.) $41.24 7B 1M 8D

Okanogan Power Equipment Operators Signalman (whirleys,Highline, Hammerheads OrSimilar)

$40.96 7B 1M 8D

Okanogan Power Equipment Operators Soil Stabilizer (p & H OrSimilar)

$40.64 7B 1M 8D

Okanogan Power Equipment Operators Spray Curing Machine(concrete)

$40.03 7B 1M 8D

Okanogan Power Equipment Operators Spreader Box (self‐propelled) $40.03 7B 1M 8D

Okanogan Power Equipment Operators Spreader Machine $40.64 7B 1M 8D

Okanogan Power Equipment Operators Steam Cleaner $39.71 7B 1M 8D

Okanogan Power Equipment Operators Straddle Buggy (ross & SimilarOn Construction Job Only)

$40.03 7B 1M 8D

Okanogan Power Equipment Operators Surface Heater & PlanerMachine

$40.80 7B 1M 8D

Okanogan Power Equipment Operators Tractor (farm Type R/t WithAttachments, ExceptBackhoe)

$40.03 7B 1M 8D

Okanogan Power Equipment Operators Traverse Finish Machine $40.64 7B 1M 8D

Okanogan Power Equipment Operators Trenching Machines (7 Ft.Depth & Over)

$41.24 7B 1M 8D

Okanogan Power Equipment Operators Trenching Machines (under 7Ft. Depth Capacity)

$40.80 7B 1M 8D

Okanogan Power Equipment Operators Tug Boat Operator $41.24 7B 1M 8D

Okanogan Power Equipment Operators Tugger Operator $40.03 7B 1M 8D

Okanogan Power Equipment Operators Turnhead (with Re‐screening) $40.80 7B 1M 8D

Okanogan Power Equipment Operators Turnhead Operator $40.64 7B 1M 8D

Okanogan Power Equipment Operators Ultra High Pressure WaterietCutting Tool SystemOperator, (30,000 Psi)

$41.51 7B 1M 8D

Okanogan Power Equipment Operators Vactor Guzzler, Super Sucker $41.24 7B 1M 8D

Okanogan Power Equipment Operators Vacuum Blasting MachineOperator

$41.51 7B 1M 8D

Okanogan Power Equipment Operators Vacuum Drill (reverseCirculation Drill Under 8" Bit)

$40.80 7B 1M 8D

Page 186: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

7/26/2016 about:blank

https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 12/21

Okanogan Power Equipment Operators Welding Machine $39.71 7B 1M 8D

Okanogan Power Equipment Operators Whirleys & Hammerheads, All $41.51 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

A‐frame Truck (2 Or MoreDrums)

$40.64 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

A‐frame Truck (single Drum) $40.03 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Asphalt Plant Operator $41.24 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Assistant Plant Operator,Fireman Or Pugmixer(asphalt)

$40.03 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Assistant Refrigeration Plant& Chiller Operator (over 1000Ton)

$40.64 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Assistant Refrigeration Plant(under 1000 Ton)

$40.03 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Automatic Subgrader (ditches& Trimmers)

$41.24 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Backfillers (cleveland &Similar)

$40.64 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Backhoe & Hoe Ram (under3/4 Yd.)

$40.96 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Backhoe (45,000 Gw &Under)

$40.96 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Backhoe (45,000 Gw To110,000 Gw)

$41.24 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Backhoe (over 110,000 Gw) $41.51 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Backhoes & Hoe Ram (3 Yds &Over)

$41.51 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Backhoes & Hoe Ram (3/4Yd. To 3 Yd.)

$41.24 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Bagley Or Stationary Scraper $40.03 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Batch & Wet Mix Operator(multiple Units, 2 & Incl. 4)

$41.24 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Batch Plant & Wet MixOperator, Single Unit(concrete)

$40.64 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Batch Plant (over 4 Units) $41.24 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Belt Finishing Machine $40.03 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Belt Loader (kocal Or Similar) $40.64 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Belt‐crete Conveyors WithPower Pack Or Similar

$40.64 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Bending Machine $40.64 7B 1M 8D

Page 187: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

7/26/2016 about:blank

https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 13/21

Okanogan Power Equipment Operators‐Underground Sewer & Water

Bit Grinders $39.71 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Blade (finish & Bluetop),Automatic, Cmi, Abc, FinishAthey & Huber & SimilarWhen Used As Automatic

$41.51 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Blade Operator (motor Patrol& Attachments)

$41.24 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Blower Operator (cement) $40.03 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Boat Operator $39.71 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Bob Cat (skid Steer) $40.64 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Bolt Threading Machine $39.71 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Boom Cats (side) $41.24 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Boring Machine (earth) $40.64 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Boring Machine (Rock Under 8inch Bit ‐ Quarry Master, JoyOr Similar)

$40.64 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Bump Cutter (wayne, SaginauOr Similar)

$40.64 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Cableway Controller(dispatcher)

$41.24 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Cableway Operators $41.51 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Canal Lining Machine(concrete)

$40.64 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Carrydeck & Boom Truck(under 25 Tons)

$40.96 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Cement Hog $40.03 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Chipper (without Crane)Cleaning & Doping Machine(pipeline)

$40.64 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Clamshell, Dragline $42.61 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Compactor (self‐propelledWith Blade)

$41.24 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Compressor (2000 Cfm OrOver, 2 Or More, Gas DieselOr Electric Power)

$40.03 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Compressors (under 2000Cfm, Gas, Diesel Or ElectricPower)

$39.71 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Concrete Cleaning /Decontamination Machine

$41.51 7B 1M 8D

Page 188: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

7/26/2016 about:blank

https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 14/21

Operator

Okanogan Power Equipment Operators‐Underground Sewer & Water

Concrete Pump Boon Truck $41.24 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Concrete Pumps (squeeze‐crete, Flow‐crete, Whitman &Similar)

$40.80 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Concrete Saw (multiple Cut) $40.03 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Concrete Slip Form Paver $41.24 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Conveyor Aggregate DeliverySystems (c.a.d.)

$41.24 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Crane Oiler‐ Driver (cdlRequired) & Cable Tender,Mucking Machine

$39.71 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Cranes (25 Tons & Under), AllAttachments Incl. Clamshell,Dragline

$40.96 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Cranes (25 Tons To AndIncluding 45 Tons), AllAttachments Incl. Clamshell,Dragline

$41.24 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Cranes (45 Tons To 85 Tons),All Attachments Incl.Clamshell And Dragline

$41.51 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Cranes (85 Tons & Over) AndAll Climbing, Overhead, Rail& Tower. All AttachmentsIncl.

$42.61 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Crusher Feeder $39.71 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Crusher, Grizzle & ScreeningPlant Operator

$41.24 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Curb Extruder (asphalt OrConcrete)

$40.80 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Deck Engineer $40.64 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Deck Hand $39.71 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Derricks & Stifflegs (65 Tons& Over)

$41.51 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Derricks & Stifflegs (under 65Tons)

$40.96 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Distributor Leverman $40.03 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Ditch Witch Or Similar $40.03 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Dope Pots (power Agitated $40.03 7B 1M 8D

Okanogan Power Equipment Operators‐ Dozer / Tractor (up To D‐6 Or $40.64 7B 1M 8D

Page 189: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

7/26/2016 about:blank

https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 15/21

Underground Sewer & Water Equivalent) And Traxcavator

Okanogan Power Equipment Operators‐Underground Sewer & Water

Dozer / Tractors (d‐6 &Equivalent & Over)

$41.24 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Dozer, 834 R/t & Similar $41.24 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Drill Doctor $41.24 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Driller Licensed $42.61 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Drillers Helper $39.71 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Drilling Equipment (8 inch Bit& Over ‐ Robbins, ReverseCirculation & Similar)

$40.96 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Drills (churn, Core, Calyx OrDiamond)

$40.80 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Elevating Belt (holland Type) $41.51 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Elevating Belt‐type Loader(euclid, Barber Green &Similar)

$40.64 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Elevating Grader‐type Loader(dumor, Adams Or Similar)

$40.64 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Elevator Hoisting Materials $40.03 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Equipment Serviceman,Greaser & Oiler

$40.80 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Fireman & Heater Tender $39.71 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Fork Lift Or Lumber Stacker,Hydra‐life & Similar

$40.03 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Generator Plant Engineers(diesel Or Electric)

$40.64 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Gin Trucks (pipeline) $40.03 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Grade Checker $40.96 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Gunite Combination Mixer &Compressor

$40.64 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

H.d. Mechanic $41.51 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

H.d. Welder $41.51 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Heavy Equipment RoboticsOperator

$41.51 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Helicopter Pilot $42.61 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Helper, Mechanic Or Welder,H.D

$39.71 7B 1M 8D

Page 190: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

7/26/2016 about:blank

https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 16/21

Okanogan Power Equipment Operators‐Underground Sewer & Water

Hoe Ram $40.96 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Hoist (2 Or More Drums OrTower Hoist)

$40.80 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Hoist, Single Drum $40.03 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Hydraulic Platform Trailers(goldhofer, Shaurerly AndSimilar)

$41.51 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Hydro‐seeder, Mulcher,Nozzleman

$39.71 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Lime Batch Tank Operator(recycle Train)

$41.24 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Lime Brain Operator (recycleTrain)

$41.24 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Loader (360 DegreesRevolving Koehring ScooperOr Similar)

$41.51 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Loader Operator (front‐end &Overhead, 4 Yds. Incl. 8 Yds.)

$41.24 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Loaders (bucket Elevators AndConveyors)

$40.03 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Loaders (overhead & Front‐end, Over 8 Yds. To 10 Yds.)

$41.51 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Loaders (overhead & Front‐end, Under 4 Yds.. R/t)

$40.80 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Loaders (overhead And Front‐end, 10 Yds. & Over)

$42.61 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Locomotive Engineer $40.64 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Longitudinal Float $40.03 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Master EnvironmentalMaintenance Technician

$41.51 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Mixer (portable ‐ Concrete) $40.03 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Mixermobile $40.64 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Mobile Crusher Operator(recycle Train)

$41.24 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Mucking Machine $40.64 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Multiple Dozer Units WithSingle Blade

$41.24 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Pavement Breaker, Hydra‐hammer & Similar

$40.03 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Paving (dual Drum) $40.96 7B 1M 8D

Okanogan Power Equipment Operators‐ Paving Machine (asphalt And $41.24 7B 1M 8D

Page 191: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

7/26/2016 about:blank

https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 17/21

Underground Sewer & Water Concrete)

Okanogan Power Equipment Operators‐Underground Sewer & Water

Piledriving Engineers $40.96 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Plant Oiler $39.71 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Posthole Auger Or Punch $40.64 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Power Broom $40.03 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Pump (grout Or Jet) $40.64 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Pumpman $39.71 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Quad‐track Or SimilarEquipment

$41.24 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Railroad Ballast RegulationOperator (self‐propelled)

$40.03 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Railroad Power TamperOperator (self‐propelled)

$40.03 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Railroad Tamper JackOperator (self‐propelled)

$40.03 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Railroad Track Liner Operator(self‐propelled)

$40.96 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Refrigeration Plant Engineer(1000 Tons & Over)

$40.96 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Refrigeration Plant Engineer(under 1000 Ton)

$40.80 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Rollerman (finishing AsphaltPavement)

$41.24 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Rollers, All Types OnSubgrade, Including Seal AndChip Coating (farm Type,Case, John Deere AndSimilar,or CompactingVibrator), Except When PulledB

$39.71 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Roto Mill (pavement Grinder) $41.24 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Rotomill Groundsman $40.80 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Rubber‐tired Scrapers(multiple Engine With ThreeOr More Scrapers)

$41.51 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Rubber‐tired Skidders (r/tWith Or Without Attachments)

$40.80 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Scrapers, All, Rubber‐tired $41.24 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Screed Operator $41.24 7B 1M 8D

Page 192: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

7/26/2016 about:blank

https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 18/21

Okanogan Power Equipment Operators‐Underground Sewer & Water

Shovels (3 Yds. & Over) $41.51 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Shovels (under 3 Yds.) $41.24 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Signalman (whirleys,Highline, Hammerheads OrSimilar)

$40.96 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Soil Stabilizer (p & H OrSimilar)

$40.64 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Spray Curing Machine(concrete)

$40.03 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Spreader Box (self‐propelled) $40.03 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Spreader Machine $40.64 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Steam Cleaner $39.71 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Straddle Buggy (ross & SimilarOn Construction Job Only)

$40.03 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Surface Heater & PlanerMachine

$40.80 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Tractor (farm Type R/t WithAttachments, ExceptBackhoe)

$40.03 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Traverse Finish Machine $40.64 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Trenching Machines (7 Ft.Depth & Over)

$41.24 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Trenching Machines (under 7Ft. Depth Capacity)

$40.80 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Tug Boat Operator $41.24 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Tugger Operator $40.03 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Turnhead (with Re‐screening) $40.80 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Turnhead Operator $40.64 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Ultra High Pressure WaterietCutting Tool SystemOperator, (30,000 Psi)

$41.51 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Vactor Guzzler, Super Sucker $41.24 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Vacuum Blasting MachineOperator

$41.51 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Vacuum Drill (reverseCirculation Drill Under 8" Bit)

$40.80 7B 1M 8D

Okanogan Power Equipment Operators‐Underground Sewer & Water

Welding Machine $39.71 7B 1M 8D

Okanogan Power Equipment Operators‐ Whirleys & Hammerheads, All $41.51 7B 1M 8D

Page 193: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

7/26/2016 about:blank

https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 19/21

Underground Sewer & Water

Okanogan Power Line Clearance TreeTrimmers

Journey Level In Charge $45.75 5A 4A

Okanogan Power Line Clearance TreeTrimmers

Spray Person $43.38 5A 4A

Okanogan Power Line Clearance TreeTrimmers

Tree Equipment Operator $45.75 5A 4A

Okanogan Power Line Clearance TreeTrimmers

Tree Trimmer $40.84 5A 4A

Okanogan Power Line Clearance TreeTrimmers

Tree Trimmer Groundperson $30.74 5A 4A

Okanogan Refrigeration & AirConditioning Mechanics

Journey Level $28.25   1

Okanogan Residential Brick Mason Journey Level $44.94 5A 1M

Okanogan Residential Carpenters Journey Level $17.41   1

Okanogan Residential Cement Masons Journey Level $11.00   1

Okanogan Residential Drywall Applicators Journey Level $16.02   1

Okanogan Residential Drywall Tapers Journey Level $9.49   1

Okanogan Residential Electricians Journey Level $29.25   1

Okanogan Residential Glaziers Journey Level $14.16   1

Okanogan Residential InsulationApplicators

Journey Level $12.93   1

Okanogan Residential Laborers Journey Level $12.50   1

Okanogan Residential Marble Setters Journey Level $44.94 5A 1M

Okanogan Residential Painters Journey Level $17.29   1

Okanogan Residential Plumbers &Pipefitters

Journey Level $37.26 5A 1G

Okanogan Residential Refrigeration & AirConditioning Mechanics

Journey Level $13.35   1

Okanogan Residential Sheet Metal Workers Journey Level (Field or Shop) $39.61 5I 1B

Okanogan Residential Soft Floor Layers Journey Level $15.51   1

Okanogan Residential Sprinkler Fitters(Fire Protection)

Journey Level $9.47   1

Okanogan Residential Stone Masons Journey Level $44.94 5A 1M

Okanogan Residential Terrazzo Workers Journey Level $9.47   1

Okanogan Residential Terrazzo/TileFinishers

Journey Level $9.47   1

Okanogan Residential Tile Setters Journey Level $9.47   1

Okanogan Roofers Journey Level $23.10   1

Okanogan Sheet Metal Workers Journey Level (Field or Shop) $31.63   1

Okanogan Sign Makers & Installers(Electrical)

Journey Level $59.42 7F 1E

Okanogan Sign Makers & Installers (Non‐Electrical)

Journey Level $16.14   1

Okanogan Soft Floor Layers Journey Level $15.79   1

Okanogan Solar Controls For Windows Journey Level $9.47   1

Page 194: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

7/26/2016 about:blank

https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 20/21

Okanogan Sprinkler Fitters (FireProtection)

Journey Level $27.67   1

Okanogan Stage Rigging Mechanics (NonStructural)

Journey Level $13.23   1

Okanogan Stone Masons Journey Level $44.94 5A 1M

Okanogan Street And Parking Lot SweeperWorkers

Journey Level $10.00   1

Okanogan Surveyors All Classifications $18.08 Null 1

Okanogan TelecommunicationTechnicians

Journey Level $12.07   1

Okanogan Telephone Line Construction ‐Outside

Cable Splicer $37.60 5A 2B

Okanogan Telephone Line Construction ‐Outside

Hole Digger/Ground Person $20.79 5A 2B

Okanogan Telephone Line Construction ‐Outside

Installer (Repairer) $36.02 5A 2B

Okanogan Telephone Line Construction ‐Outside

Special Aparatus Installer I $37.60 5A 2B

Okanogan Telephone Line Construction ‐Outside

Special Apparatus Installer II $36.82 5A 2B

Okanogan Telephone Line Construction ‐Outside

Telephone EquipmentOperator (Heavy)

$37.60 5A 2B

Okanogan Telephone Line Construction ‐Outside

Telephone EquipmentOperator (Light)

$34.94 5A 2B

Okanogan Telephone Line Construction ‐Outside

Telephone Lineperson $34.93 5A 2B

Okanogan Telephone Line Construction ‐Outside

Television Groundperson $19.73 5A 2B

Okanogan Telephone Line Construction ‐Outside

TelevisionLineperson/Installer

$26.31 5A 2B

Okanogan Telephone Line Construction ‐Outside

Television System Technician $31.50 5A 2B

Okanogan Telephone Line Construction ‐Outside

Television Technician $28.23 5A 2B

Okanogan Telephone Line Construction ‐Outside

Tree Trimmer $34.93 5A 2B

Okanogan Terrazzo Workers Journey Level $38.14 5A 1M

Okanogan Tile Setters Journey Level $38.14 5A 1M

Okanogan Tile, Marble & TerrazzoFinishers

Journey Level $30.90 5A 1M

Okanogan Traffic Control Stripers Journey Level $27.67   1

Okanogan Truck Drivers Asphalt Mix $32.11   1

Okanogan Truck Drivers Dump Truck $19.29   1

Okanogan Truck Drivers Dump Truck And Trailer $19.29   1

Okanogan Truck Drivers Other Trucks $28.59   1

Okanogan Truck Drivers Transit Mixer $17.86   1

Okanogan Well Drillers & Irrigation Pump Irrigation Pump Installer $11.15   1

Page 195: Town of Twisp, Washington - Varela & Associates, Inc › assets › SR20-Curb-Sidewalk...July 2016 Town of Twisp, Washington Funded by: Federal Aid Project Number STPR-0020(179) Contract

7/26/2016 about:blank

https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 21/21

Installers

Okanogan Well Drillers & Irrigation PumpInstallers

Oiler $9.47   1

Okanogan Well Drillers & Irrigation PumpInstallers

Well Driller $18.00   1