Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Permit 6151 - Municipality of Metropolitan Seattle - Reroof
ISSUANCE BY: ,' I hereby certify that I Have of law and ordinances governing this permit does not presume regulati truction ! �4i 1y f► /!/ . • OFF Q INt3 DATE: / I, 7_ Yo read and examined I s permit and know the same to be true and correct. All provisions this work will be complied with, whether specified herein or not. The granting of to give authority to violate or cancel the provisions of any other state or local laws or the performance or work. I am authorized to sign for and obtain this building permit. SIGNATURE: c- / 2./ ND TIONS other than those noted on or attached to •ermit/•Ians : See attached letter outlining conditions of . / � c - ' DATE: CONTRACTOR Pacific Sheet Metal, Inc. i v /` / i1 1 __?,,,j COMP � /' /r`< < -St/Fe r /1'l (7 PRINT NAME: I - �'` - 2 ( . PROP RTY OWNER M etro PHONE 684 - 1304 ADDRESS 821 Second Avenue South, Seattle, WA ND TIONS other than those noted on or attached to •ermit/•Ians : See attached letter outlining conditions of ZIP 98104 CONTRACTOR Pacific Sheet Metal, Inc. PLAN CHECK FEE 'PHONE 682 -5354 ADDRESS 111 South Spokane Street, Seattle, WA 7 -26 -90 ZIP 98134 WA. ST. CONTRACTOR'S LICENSE 1 PACIFSM37ONT i EXP. DATE 4 - 30 - 91 ARCHITECT TOTAL SQUARE FEET PHONE TOTAL - ADDRESS , I . ZIP TYPE OF CONSTRUCTION: UBC EDITION (year) 88 SETBACKS: N - S - E - W - lduoug --" UTILITY PERMITS REQUIRED ?]Yes ©No •. , .,_ FIRE PROTECTION 'O ■ Detectors 0 N/A ZONING: BAR /LAND USE CONDITIONSDYes 0 No BUILDING PERMIT FEE ND TIONS other than those noted on or attached to •ermit/•Ians : See attached letter outlining conditions of this permit. 7 - 26 - 90 DESCRIPTION AMOUNT RCPT I DATE BUILDING PERMIT FEE 2,775.00 0237 7 - 26 - 90 PLAN CHECK FEE BUILDING SURCHARGE 4.50 0237 7 -26 -90 ENERGY SURCHARGE OCC. LOAD . i OCC. LOAD OTHER: OCC. LOAD TOTAL SQUARE FEET TOTAL OCC. LOAD TOTAL - 2,779.50 , I . USE / / CODE COMPLIANCE . / / / FLOOR SQUARE FEET OCC. ' L LOAD SQUARE FEET OCC. LOAD S DARE FEET OCC. LOAD . �FiE FEET OCC. LOAD SQUARE FEET OCC. LOAD TOTAL SQUARE FEET TOTAL OCC. LOAD TOTAL CITY OF TUKWILA Department of Community Development - Building Division 6200 Southcenter Boulevard, Tukwila WA 98188 (206) 433 -1849 BUILDING �� I PERMIT NO. DATE ISSUED: 7 ._ PROJECT INFORMATION DESCRIBE WORK TO BE DONE: 12100 E Marginal Wy S PLAN CHECK #90 -326 BUILDING PERMIT (POST WITH INSPECTION CARD AND PLANS IN A CONSPICUOUS LOCATION) SUI V FEES U ON 745,000.00 PROJECT NAME/TENANT Metro ASSESSOR ACCOUNT rl 7340060 - 0421 TYPE OF 0 New Building Addition Tenant Improvement (commercial) U Demolition (building) U Grading/Fill WORK: Q Rack Storaoe if@ Reroof ❑ Remodel (residential) 0 Other Tear off existing roof membrane and install new class A roof membrane. This permit shall become null and void if the work is not commenced within 180 days from the date of issuance, or if the work is suspended or abandoned for a period of 180 days from the last inspection. CERTIFICATE OF OCCUPANCY NO. wA - DATE ISSUED: 1 PERMIT NO. • CONTACTED D 1 °• / • DATE READY DATE NOTIFIED q w -1- "o'. l'� BY: (Init.) A3 PERMIT EXPIRES 2nd NOTIFICATION BY: (snit.) AMOUNT OWING 3RD NOTIFICATION BY: init. PLAN CHECK NUMBER 5a.b t BUILDING PERMIT APPLICATION TRACKING PROJECT NAME c 0 SITE ADDRESS tQ Io0 E 1r i nal U6-5 SUITE NO. INSTRUCTIONS TO STAFF • Contacts with applicants or requests for information should be summarized in writing by staff so that any time the status of the project may be ascertained. • Plan corrections shall be completed and approved prior to sending on to the next department. • Any conditions or requirements for the permit shall be noted on the plans or summarized concisely in the form of a formal letter or memo, which will be attached to the permit. • Please fill out your section of the tracking chart completely. Where information requested is not applicable, so note by using "N /A ". • BUILDING SQUARE FOOTAGE/OCCUPANCY INFORMATION (to be filled out by Plan Checker) SQUARE FEET OCC. LOAD SQUARE FEET OCC. LOAD SQUARE FEET OCC. LOAD SQUARE FEET OCC. LOAD SQUARE FEET OCC. LOAD TOTAL SQUARE FEET TOTAL OCCU- PANCY LOAD DEPARTMENTAL REVIEW "X" in box Indicates which departments need to review the project. PAR'i'IIA O PLANNING O PUBLIC WORKS O OTHER ,BUILDING - �,, initial review O FIRE REVIEW COMPLETED INIT: INIT: INIT: INIT: 'PROV ROUTED BUILDING - � ck -� final review INIT: NSOLTANT: ZONING: O CT REFERENCE FILE NOS.: TYPE OF CONSTRUCTION: EQ UIREME Date Sent FIRE DEPT. LETTER DATED: MINIMUM SETBACKS: N- UTILITY PERMITS REQUIRED? PUBLIC WORKS LETTER DATED: S- (] Yes RI No Sprin lore Detectors ME _:..::. Date Approved - INSPECTOR: A 1BARIIAND USE CONDITIONS? ( )Yes No UBC EDITION (year): CITY OF TUKWILA Department of Community Development - Building Division 6300 Southcenter Boulevard, Tukwila WA 98188 (206) 431 -3670 Af'f'1.!CATION nl(I' ;i [If f 11.1. ED OUT C0111f'1 1 11 1 Y BUILDINJ PERMIT APPLICATION c - - „ ream of . 127MICEMEMEIBMIENEMIIIMEM =ME r MIKINEMIUSEMBERMISIINIMIESIMEN I. ININEMPIENE UILDING SURCHARGE TOTAL - ;. 'x'00 VALUE OF CONSTRUCTION - $ 7 SITE ADDRESS SUITE # /2I 00 14) Y—S ° ‘ PROJECT NAME/TENAN tfLeo TYPE OF U New Building U Addition Li Tenant Improvement (commercial) ❑ Demolition (building) WORK: 0 Rack Storage Q Reroof O Remodel (residential) 0 Other ASSESSOR ACCOUNT # 73'9 0obo -O yc 1 DESCRIBE WORK TO BE DONE: --re I o Fr � e c 3 i n.Jci )Zoo c vu l3 rt, tri N417L / "L) G t }? SS ►Z °O t Wl wL D vL vk e- BUILDING USE (office, warehouse, etc.) 13 JS �� �0 NATURE OF BUSINESS: 1Roo F € WILL THERE BE A CHANGE IN USE? No U Yes IF YES, EXPLAIN: SQUARE FOOTAGE - Building: g Tenant Space: Area of Construction: WILL THERE BE STORAGE OR USE OF FLAMMABLE, COMBUSTIBLE OR HAZARDOUS MATERIALS IN THE BUILDING? 0 No 0 Yes IF YES, EXPLAIN: PROPERTY OWNER y1e 1 12.0 ADDRESS ea. - a "''` J�l� �jeb4`Trt 4, L CONTRACTOR } ) F 1 L S)f � I4 V+( ) / ADDRESS I / < o. PoK G N ti 5 +- 5e pq I 1 t- uJV WA. ST. CONTRACTOR'S I CENSE ARCHITECT A V ADDRESS RHONE y ZIPS 0 /QV PHONE & ��- � 3St� ZIP 3 EXP. DATE (.J 30- ct PHONE ZIP BUILDING OWNER OR SIGNATURE DATE - 7 - aS -g ia AUTHORIZED AGENT CONTACT PERSON PRINT NAME Pfq tk- L2 I4)rO1P ►2i ADDRESS 11) S poKf9kt3 voic PHONE 6 e; - 35 -( CITY /ZIP /477 (, ( / 3 PHONE z 5:5L1 APPLICATION SUBMITTAL. In order to ensure that your application is accepted for plan review, please make sure to fill out the application completely and follow the plan submittal checklist on the reverse side of this form. Handouts are available at the Building counter which provide more detailed information on application and plan submittal requirements: Application and plans must be complete in order to be accepted for plan review. VALUATION OF CONSTRUCTION Valuation for new construction and additions are calculated by the Department of Community Development prior to application submittal. Contact the Permit Coordinator at 431 -3670 prior to submitting application. In all cases, a valuation amount should be entered by the applicant. This figure will be reviewed and Is subject to possible revision by the Building Division to comply with current fee schedules. BUILDING OWNER / AUTHORIZED AGENT If the applicant is other than the owner, registered architect/engineer, or contractor licensed by the State of Washington, a notarized letter from the property owner authorizing the agent to submit this permit application and obtain the permit will be required as part of this submittal. EXPIRATION OF PLAN REVIEW Applications for which no permit is issued within 180 days following the date of application shall expire by limitations.. The building official may extend the time for action by the applicant for a period not exceeding 180 days upon written request by the applicant as defined in Section 304(d) of the Uniform Building Code (current edition). No application shall be extended more than once. If you have any questions about our process or plan submittal requirements, please contact the Department of Community Development Building Division at 431 -3670. DATE APPLICATION ACCEPTED - R.o DATE APPLICATION EXPIRES 1 onallu RESIDENTIAL NEW ENIGLE•FAINI,.Y..:0WELLEIGE,14ED1 - , Completed bthidnif..06OrttOPOIcatiPq .(90.1 ...... • •• v. • ••• • .•. : • ••• • • Legal descdption imitoor:Aacount • NUffit;fit::.....:• •••;.. Two sets (2) of wcddng drawings, which k .................................................... • Foundation plan Poor plan Roof plan . .•:■:130licling - AleyotiOeit (*Al • SInictural framing plans :..Wouthiotitun State Energy Code data Completed utility permit application Six (0) ikets of site plan sl*hOW1ng utilities SUBMITTAL CHECKLIST NOTE: site plan and utility site plan may be • a p p li ca tio n Adtion& iptoarepli*Od soils information #e::0401f#d : . engkiser may be r.quh unit repair facility roof replacement t/m25-90 bidding requirements and general conditions technical specifications metro UNIT REPAIR FACILITY ROOF REPLACEMENT PART A - BIDDING REQUIREMENTS AND GENERAL CONDITIONS PART B - TECHNICAL SPECIFICATIONS PART C - CONTRACT DRAWINGS PART D - ADDENDA • APRIL 1990 MUNICIPALITY: OF METROPOLITAN SEATTLE KING COUNTY, WASHINGTON T/M25 -90 TABLE OF CONTENTS PART A - BIDDING REQUIREMENTS AND GENERAL CONDITIONS 00020 ADVERTISEMENT FOR BIDS 00100 BIDDING REQUIREMENTS PART 1 - GENERAL BIDDING REQUIREMENTS PART 2 - MBE/WBE AND EEO BIDDING REQUIREMENTS 00150 CHECKUST OF BIDDING FORMS 00300 BID FORM 00310 BIDDING SCHEDULE 00320 SWORN STATEMENT REGARDING MINORITY AND WOMEN BUSINESS ENTERPRISE COMMITMENT 00330 SWORN STATEMENT REGARDING EQUAL EMPLOYMENT OPPORTUNITY 00410 BID GUARANTY BOND 00420 QUAUFICATIONS INFORMATION 00510 AGREEMENT 00610 PERFORMANCE AND PAYMENT BOND 00710 GENERAL CONDITIONS PART B - TECHNICAL SPECIFICATIONS DIVISION 1 GENERAL REQUIREMENTS 01010 SUMMARY OF WORK 01014 WORK SEQUENCE 01015 CONTRACTOR'S USE OF PREMISES 01035 ASBESTOS INFORMATION 01060 REGULATORY REQUIREMENTS 01090 REFERENCE STANDARDS 01200 PROJECT MEETINGS 01310 PROGRESS SCHEDULES AND REPORTS 01430 ASBESTOS ABATEMENT QUALITY CONTROL 01500 CONSTRUCTION FACILITIES 01560 ENVIRONMENTAL CONTROLS 01999 REFERENCE FORMS DIVISION 7 THERMAL & MOISTURE PROTECTION 07511 BUILT -UP BITUMINOUS ROOFING COLD PROCESS PART C - CONTRACT DRAWINGS PART .P- ADDENDA BIDDING. REQUIREMENT; AND GENERAL CONDITIONS SECTION 00020 ADVERTISEMENT FOR BIDS Sealed bids will be received by the Municipality of Metropolitan Seattle, ( "METRO ") until 3:00 p.m. Seattle time, April 26, 1990, at the Contracts Counter on the 11th Floor, Exchange Building, 821 Second Avenue, Seattle, Washington 98104 for the following: UNIT REPAIR FACILITY ROOF REPLACEMENT, CONTRACT T/M25 -90 As soon as practicable after said time and date, bids properly received will be publicly opened and read In Conference Room 11A on the 11th Floor of the Exchange Building. The work under this Contract includes the following: furnishing all labor, materials and equipment necessary for the removal of the existing roofing system and the installation of a new cold process built -up roofing system with CSPE (Hypalon) flashings. The area to be covered Is approximately 88,650 square feet not including walls or flashings. The location of work is at Metro's Unit Repair Facility, 12200 E. Marginal Way South, Seattle, Washington. The cost estimate range for this work is $700,000 to $950,000. A pre -bid conference will be held in Conference Room 11A on the 11th Floor of the Exchange Building, on April 12, 1990, at 10:00 a.m. The conference will include discussion of the work to be performed, constraints imposed by permits, MBE/WBE and EEO requirements, and bidding forms and procedures. All prospective bidders, subcontractors and suppliers are strongly encouraged to attend. A site tour will be conducted immediately following the conference. METRO HAS ESTABLISHED FOR THIS CONTRACT A MINIMUM MBE /WBE PARTICIPATION GOAL OF 8% OF THE TOTAL BID. THIS GOAL CAN BE MET BY THE PARTICIPATION OF EITHER MBEs OR WBEs OR A COMBINATION THEREOF. Bids which fall to establish MBE and WBE participation at a level which equals or exceeds such goal shall be non - responsive. Only MBEs and WBEs certified by the Washington State Office of Minority and Wohien's Business Enterprises prior to the bid submittal date that will perform a commercially useful function, as defined in Section 00100 of the Contract Documents, will be counted toward meeting the participation goal. The participation of an MBE or WBE bidder, or an MBE or WBE partner as a Joint venture bidder, may be counted toward meeting the MBE and WBE requirements and applicable goal. Any portions of the work that a proposed MBE or WBE will contract to other than another such certified MBE or WBE, regardless of tier, will NOT be counted toward the MBE or WBE goal. Contract Documents may be obtained and are available for review at the Contracts Counter on the 11th Floor, Exchange Building, 821 Second Avenue, Seattle, Washington 98104. If requested, Contract Documents will be forwarded UPS at requester's expense. Questions regarding obtaining Contract Documents may be directed to the Contracts Office at (206) 684 -1327. Contract Documents are on file at the following plan centers: AGC- Seattle, Tacoma and Spokane; Associated Subcontractors; Dodge -Scan; Pacific Building & Engineer, Inc.; Construction Data Plan Center; Eastside Plan Center; Central City E.D.A., Inc.; Valley Plan Center; Central Contractors Association; Construction Data News; Snohomish County Plan Center; and Builders Exchange Plan Center. Bids shall be prepared and submitted in accordance with the provisions of Part A of the Contract Documents. Bids shall include all information and documents properly completed demonstrating compliance with METRO's requirements for MBE and WBE participation and for EEO under this Contract. Bids shall constitute offers to METRO which shall be binding for 60 days from the date of opening of bids. Bids shall be submitted no later than the time and date established In the Contract Documents. Bids received after such time and date will not be considered. Bidders accept all risks of late delivery, regardless of fault. T/M25.90 00020 -1 ADVERTISEMENT No bid will be considered unless accompanied by a bid guaranty (certified or cashier's check or prescribed bond) payable to the order of the MUNICIPALITY OF METROPOLITAN SEATTLE in an amount not less than five percent (5%) of the Total Bid. METRO reserves the right to reject any portion of any bid and/or to reject all bids. METRO further reserves the right, but without obligation, to waive informalities and irregularities. If there are questions regarding the bidding requirements and contract general conditions, contact Mr. Mel Dodd at (206) 684-1337. If there are questions about the technical requirements, contact Mr. John Walser at (206) 684- 1304 MUNICIPALITY OF METROPOLITAN SEATTLE ADVERTISEMENT T /M25 -90 00100 -1 BIDDING REQUIREMENTS 3. Regional. Regulations I and II - Puget Sound Air Pollution Control Agency. 4. King County. Any applicable King County ordinances and regulations. 5. Local. Any applicable City ordinances and regulations. B. The Contractor shall comply with applicable portions of the listed statutes, ordinances and regulations and such other regulatory statutes, ordinances and regulations pertinent to the prevention of environmental pollution and the preservation of public natural resources as may be applicable to the work. 1.04 INTERPRETATION OF CONTRACT DOCUMENTS No oral interpretations will be made to any bidder as to the meaning of the Contract Documents. Requests for an interpretation shall be made in writing and delivered to the Municipality at least ten days before the date announced for submitting bids. Interpretations by the Municipality will be In the form of addenda to the Contract Documents and when issued will be sent as promptly as is practicable to all parties to whom the Contract Documents have been issued. All such addenda upon issuance by the Municipality shall become part of the Contract Documents and any subsequently awarded contract. Bidders shall not rely upon any oral statements or conversations, whether at the pre -bid conference or otherwise, they may have with the Municipality regarding the Contract Documents. 1.05 REQUIREMENTS FOR MINORITY AND WOMEN BUSINESS ENTERPRISE AND EQUAL EMPLOYMENT OPPORTUNITY To provide certified Minority and Women Business Enterprises (MBEs and WBEs) the maximum opportunity to participate in this work and to ensure affirmative action in employment, each bidder shall comply with all requirements set forth in Part 2 of this Section 00100. 1.06 ACKNOWLEDGEMENT OF ADDENDA Each bidder shall include on the Bid Form in Section 00300 specific acknowledgement of receipt of all addenda issued during the bidding period. 1.07 WAGES This Contract is subject to Chapters 39.12 and 49.28 RCW, and amendments thereto and regulations Issued thereunder, relating to prevailing wages, benefits and other requirements. Bidders shall examine and be familiar with such requirements and paragraph 00710 -1.04. No claim for additional compensation will be allowed which is based upon a lack of knowledge or a misunderstanding of any such requirements by the bidder /Contractor or a failure to include in the bidder's bid price adequate increases in such wages during the performance of this Contract. 1.08 TAXES A. The Municipality has determined that the work to be performed under this Contract qualifies as a public road improvement under the State of Washington Department of Revenue published Rule 171 (Reference: Washington Administrative Code 458 -20 -171) and that the Contractor's charge to the Municipality is not subject to payment of retail sales tax. However, bidders are advised that they are considered the consumers of all materials including prefabricated and pre -cast items, equipment and supplies used or consumed by them in performing the work and must pay retail sales /use tax to their materialmen and suppliers. If a bidder has questions about the application of Rule 171, the bidder shall contact the Department of Revenue. B. Except as provided in subparagraph C of this paragraph 00100 -1.08, the bidder shall include in the bidder's proposed prices) all applicable taxes, including retail sales /use taxes as specified above, which the Contractor will be required to pay for the work under this Contract. No adjustment will be made in the amount to be paid by the Municipality under this Contract because of any misunderstanding by or lack of knowledge of the bidder /Contractor as to liability for, or the amount of, any taxes for which the bidder /Contractor is liable or responsible by law or under this contract or because of any increases in tax rates imposed by any federal, state or local government. C. Retail sales /use taxes, if any, payable on equipment, materials and other items provided hereunder to the Contractor by the Municipality shall not be included in the bidder's proposed prices. If taxes on such items T/M25-90 00100-2 BIDDING REQUIREMENTS C C are required to be paid, the Municipality shall make such payment, either through the Contractor or direct to the Washington State Department of Revenue. 1.09 PROGRESS AND COMPLETION Time shall be strictly of the essence for this Contract. Progress and completion of the work shall comply with all requirements herein, including paragraph 00710 -6.02 and intermediate and final completion dates as may be set forth in the Specifications. The submission of a bid shall constitute the bidder's acknowledgement that such progress and completion requirements have been taken into account In formulating a price for this work. 1.10 RELATED WORK Bidders are advised that the Municipality and others may have related projects under construction at or near the site of the work and may have other projects under construction and other contracts awarded concurrently with this Contract or subsequent to it which involve: (1) work which abuts to or connects with the work of this Contract; and (2) work which must be accomplished in the same vicinity of the work under this Contract. It Is expected that such other contract work will be carried out concurrently with the work of this Contract. The Contractor shall use its best efforts to cooperate and coordinate its activities with such other contract work. 1.11 BID PRICE A. The bid price shall Include everything necessary for the prosecution and completion of the work and fulfillment of the Contract including, but not limited to, furnishing all materials, equipment, tools, plant and other (. facilities and all management, superintendence, labor and services, except as may be provided otherwise in the Contract Documents. �. B. In the event of a difference between a price quoted In words and a price quoted in figures for the same item, the words shall be the amount bid. C. Prices set forth on the Bidding Schedule will be reviewed by the Municipality for mathematical accuracy. The Municipality reserves the right to correct mathematical errors that are obvious on the face of the Bidding Schedule. In the event of a discrepancy between a unit price and the extended amount for a bid item, the unit price will control. The prices, corrected for mathematical errors, shall be used as the amount of the bid for evaluation and award purposes. D. Estimated quantities, if any, set forth on the Bidding Schedule are estimates only, being given only as a basis for the comparison of bids, and the Municipality does not warrant, expressly or by implication, that the actual amount of work will correspond to the estimated quantities. The Municipality reserves the right to increase or decrease the amount of any class or portion of the work and to make changes in the work as the Municipality may deem necessary or appropriate. The basis of payment for unit price bid items for which estimated quantities were set forth on the Bidding Schedule shall be the actual number of unit items provided or performed under this Contract. 1.12 QUALIFICATIONS OF BIDDERS A. In accordance with the Municipality's Resolution No. 4611 (incorporated herein by this reference), the following elements, in addition to price, shall be given consideration in evaluating the qualifications of and degree of responsibility to be credited to the bidder: (1) the ability, capacity and skill of the bidder to perform the Contract; (2) the character, integrity, reputation, judgment, experience and efficiency of the bidder; (3) whether the bidder can perform the Contract within the times specified; (4) the quality of performance by the bidder on previous contracts with the Municipality and with other local governments and state agencies, including, but not limited to, tiie relative costs, burdens, time and effort necessarily expended by the Municipality or such governments or agencies in securing satisfactory performance and resolving claims, notwithstanding that such performance or claims may have been finally accepted by the Municipality or such governments or agencies; (5) the previous and existing compliance by the bidder with laws and regulations relating to public contracts and to MBE/WBE and EEO requirements; and (6) the bidder's proposed subcontractors. The Municipality's determinations shall be conclusive. T/M25-90 00100 -3 BIDDING REQUIREMENTS B. Each bidder shall demonstrate to the satisfaction of the Municipality that the bidder has sufficient qualifications and financial capability to perform the work under this Contract. The burden to demonstrate such qualifications shall be on the bidder. That a bidder is licensed and registered as a contractor in accordance with the laws of the state of Washington (which is required in order for a bidder to submit a bid hereunder) and provides a bid guaranty as required herein shall not be sufficient, in and of themselves, to demonstrate such qualifications and responsibility. C. Each bidder shall be skilled and regularly engaged in the general class or type of work called for under this Contract. It is the intention of the Municipality to award this Contract to a bidder who furnishes satisfactory evidence of its key personnel's and its proposed subcontractors' requisite experience and ability and of sufficient capital, facilities, and plant to enable prosecution of the work successfully and properly and completion within the Contract Time set forth in the Contract Documents. D. The Municipality considers competent, experienced supervision and continuity of management to be of Importance to the successful and timely completion of the work. Key personnel assigned to the work shall be thoroughly familiar with all aspects of the skills required for the timely and proper execution of the Contract and shall remain in full, continuous and personal supervision of the work until its completion. E. The Municipality considers competent, experienced subcontractors to be of Importance to the successful and timely completion of the work. Proposed subcontractors shall be thoroughly familiar with the aspects of the work which they will perform. F. To determine the degree of responsibility to be credited to the bidder, the Municipality will weigh any evidence, whether submitted by the bidder or obtained otherwise by the Municipality, that the bidder, the bidder's key personnel available for employment in responsible charge of the work, and the bidder's proposed subcontractors have performed satisfactorily other contracts of like nature, magnitude and comparable difficulty and comparable rates of progress. 1.13 PREPARATION AND SUBMITTAL OF BIDS A. Bids shall be made on the forms listed in Section 00150 and provided herein. The completed forms constituting the bid shall be enclosed in a sealed envelope labeled with the Contract Number and Contract Title set forth in Section 00020; the remainder of the Contract Documents do not have to be submitted. Bidders are warned against making erasures or alterations of any kind, and bids which contain omissions, erasures or irregularities of any kind may be rejected. Any qualification, addition, limitation or provision attached to a bid may render the bid non - responsive. No oral, telegraphic or telephonic bids or modifications will be considered. B. All bids shall give the price proposed, shall give all other information required herein, and shall be signed by the bidder, or an authorized representative, with the bidder's address. If the bid is made by an individual, the bidder's name, signature and post office address must be shown; if made by a partnership or joint venture, the name and post office address of the partnership or joint venture and the signature of at least one of the general partners or authorized joint venture partners must be shown; if made by a corporation, the name of the state under the laws of which the corporation is chartered, the name and post office address of the corporation and the title of the person who signs on behalf of the corporation must be shown. If the bid Is made by a corporation, a certified copy of the bylaws or resolution of the board of directors of the corporation shall be furnished, upon request of the Municipality, showing the authority of the officer signing the bid to execute contracts on behalf of the corporation. If the bid is made by a partnership or joint venture, a certified copy of the resolution or agreement empowering such representative to execute the bid and bind the firm, partnership or joint venture shall be furnished upon request of the Municipality. C. A bidder, upon request of the Municipality, shall provide copies of articles of incorporation, partnership or joint venture agreements and any other documents evidencing the legal status of the bidder. 1.14 MODIFICATION AND WITHDRAWAL OF BIDS AND CLAIM OF ERROR A. A modification of a bid already received will be considered only If the modification is received prior to the time announced for the submittal of bids. All modifications shall be made in writing, executed and submitted In the same form and manner as the original bid. T /M25 -90 00100-4 BIDDING REQUIREMENTS C l fl C C c B. No bidder may withdraw a bid after the time and date established for submitting bids, or before the award and execution of the Contract, unless the award is delayed for a period exceeding 60 days from the date of e- opening of bids. The Municipality reserves the right to request a bidder or bidders to grant an extension of such effective period. C. No consideration will be given by the Municipality to a claim of error in a bid unless written notice of such claim and supporting evidence for such claim including cost breakdown sheets are delivered to the Municipality within forty-eight hours after the opening of bids. Any review by the Municipality of a bid and /or any review of such a claim of bid error (including supporting evidence) creates no duty or liability on the Municipality to discover any other bid error or mistake, and the sole liability for any bid error or mistake rests with the bidder or Contractor. 1.15 BiD GUARANTY The bid shall be accompanied by a bid guaranty bond, either the form provided in Section 00410 or a form containing provisions substantially similar to those in Section 00410, duly completed by a guaranty company authorized to carry on business in the state of Washington or, alternatively, by a certified or cashier's check drawn upon a banking Institution with a branch office in the state of Washington, payable to the order of the MUNICIPALITY OF METROPOUTAN SEATTLE, in an amount not less than five percent (5%) of the Total Bid. The surety signing the bid guaranty bond shall be registered with the Washington State Insurance Commissioner, and the surety's name shall appear in the current Authorized Insurance Company List in the State of Washington published by the Office of the Insurance Commissioner. 1 The amount payable to the Municipality under the bid guaranty bond, or the certified or cashier's check and the amount thereof, as the case may be, shall be forfeited to the Municipality in case of a failure or neglect of the bidder to furnish, execute and deliver to the Municipality the required performance bond and evidences of insurance and to enter into, execute and deliver to the Municipality the agreement on the form provided in the Contract Documents within ten days after being notified in writing by the Municipality that the award has been made to and the agreement is ready for execution by the bidder. 1.18 POSTPONEMENT OF OPENING The Municipality reserves the right to postpone the date and time for opening of bids at any time prior to the date and time established herein. 1.17 COLLUSION C if the Municipality determines that collusion has occurred among the bidders, none of the bids of the participants in such collusion will be considered. The Municipality's determination shall be conclusive. 1.18 REJECTION OF BIDS A. The Municipality reserves the right to reject any bid for any reason including, but not limited to, the following: any bid which is incomplete, obscure, irregular or lacking necessary detail and specificity; any bid which omits a price on any one or more items on the Bidding Schedule; any bid in which prices are unbalanced in the opinion of the Municipality; any bid accompanied by insufficient or irregular bid guaranty; any bid from bidders who (In the sole judgement of the Municipality) lack the qualifications and /or responsibility necessary to perform the work properly considering the elements in paragraph 00100 -1.12; any bid which is not approved as being compliant with the requirements for Minority and Women Business Enterprise participation and /or Equal Employment Opportunity; any bid for which a bidder fails or neglects to complete and submit any qualifications information within the time specified by the Municipality and as may be otherwise required herein; and, any bid ( submitted by a bidder who is not registered or licensed as may be required by the laws of the state of Washington. B. The Municipality further reserves the right to reject any portion of any bid and /or to reject all bids. ( In consideration for the Municipality's review and evaluation of its bid, the bidder waives and releases any claims against the Municipality arising from any rejection of any or all bids. C ( ( T /M25.90 00100-5 BIDDING REQUIREMENTS C 1.19 BID EVALUATION CONFERENCE A. Prix to award, the apparent lowest bidder and any other bidder directed by the Municipality shall attend a bid evaluation conference. The purposes of such conference will be to receive documents and information from the bidder and to have the bidder respond to questions by the Municipality regarding evaluation of bids. The Municipality may also emphasize other items, such as Insurance and bonding, that will assist in Issuance of a notice to proceed if a contract is awarded to the bidder. B. To assist in considering a bidder's compliance with the MBE/WBE and EEO Requirements for this Contract, the bidder, at the bid evaluation conference, shall specify what affirmative action the bidder has taken or proposes to take to assure equal employment opportunity throughout all phases of the work. in addition, at the bid evaluation conference, the bidder shall submit letters of Intent to each proposed MBE and WBE, except joint venture partners, as required by paragraph 00100 -2.05. The bidder shall also bring to the conference any documents required by the Municipality as necessary for review prior to award. C. The bidder, if awarded the contract, shall complete the Work Force Profile and submit it to the Municipality's Contract Compliance Office -MS /107, 821 Second Avenue, Seattle, Washington 98104, no later than ten (10) calendar days after the Municipality's Notice of Award. Failure to complete and submit this form as required may result in the Municipality withholding or withdrawing notice to proceed on the work. In addition, the Work Force Profile Statement for Subcontractors and the Subcontractor's Sworn Statement Regarding Equal Employment Opportunity shall be completed by each subcontractor and submitted by the Contractor to the Contract Compliance Office at least five (5) days prior to the time each subcontractor shall begin work. D. By conducting a bid evaluation conference the Municipality has not thereby waived its right to make determinations regarding responsiveness and responsibility of the bidder. 1.20 AWARD OF CONTRACT A. Bids will be evaluated by the Municipality to determine which bid is the lowest responsive bid by a responsible bidder and which bid, if any, should be accepted in the best interest of the Municipality. The Municipality in Its sole discretion reserves the right, but without obligation, to waive informalities and irregularities. 1. Responsiveness. The Municipality will consider all the material submitted by the bidder to determine whether the bidder's offering is in compliance with the Contract Documents. 2. Responsibility. The Municipality will consider all material submitted by the bidder, and evidence it may obtain otherwise, to determine whether the bidder, its key personnel, and proposed subcontractors have the qualifications and experience as defined in paragraph 00100 -1.12 to successfully complete contracts of this type. 00310. 3. Lowest. The Municipality will determine the lowest" amount In accordance with Section B. Within 60 days after the opening of bids, the Municipality will either accept a bid, reject all bids, or take such other action as may be in its best interest. The Municipality reserves the right to request extensions of the bid acceptance period. The acceptance of a bid will be evidenced by a written notice of award of contract delivered in person or by certified mail to the bidder whose bid is accepted. 1.21 PERFORMANCE AND PAYMENT BOND The bidder to whom the Municipality awards this Contract shall furnish a performance and payment bond only on the form provided in Section 00610 in the amount of 100% of the Contract Price as security for the faithful performance of the work including the payment of all persons furnishing materials and performing labor on the work and all payments arising from the performance of the work due the state of Washington pursuant to Titles 50 and 51 RCW. Such bond must be executed by a duly licensed surety company which Is registered with the Washington State Insurance Commissioner, and the surety's name shall appear In the current Authorized insurance Company Ust in the state of Washington published by the Office of the Insurance Commissioner. The scope of the performance and payment bond or the form thereof prescribed in Section 00610 shall In no way affect or alter the liabilities of the Contractor to the Municipality under paragraph 00710 -5.01. The Municipality may require the sureties or surety company to appear and qualify themselves upon the bond. If at anytime the Municipality determines, in its sole judgment, that the sureties or surety company are insufficient, the Municipality may require T/M25-90 00100 BIDDING REQUIREMENTS the Contractor to furnish additional surety in form and arrangement satisfactory to the Municipality and in an amount not exceeding that originally required. Payments will not be made on the Contract until sufficient surety as required is furnished. 1.22 EXECUTION OF CONTRACT AND NOTICE TO PROCEED A. The agreement form set forth in Section 00510 shall be executed in duplicate and returned, together with the performance and payment bond, evidences of insurance, and Contractor's Work Force Profile Statement, within ten days after the bidder receives written notice of the award of contract. After execution by the Municipality, one copy of the signed Contract Documents will be returned to the Contractor. B. The Municipality reserves the right to issue Notice to Proceed at any time up to 60 days following execution of the agreement form by the Municipality. 1.23 RETURN OF BID GUARANTIES As soon as practicable after the bids are opened, the Municipality will return the bid guaranties accompanying the bids which are not to be considered in making the award. All other bid guaranties will be held until the Contract has been fully executed; after which, they will be returned to the respective bidders whose bids they accompany. If the Municipality upholds a bidder's claim of error, the bidder's bid guaranty will be returned with the Municipality's final determination on the claim of error. 1.24 PROTESTS PROCEDURES A. Any actual or prospective bidder, including subcontractors and suppliers showing a substantial economic interest in this Contract, who is aggrieved in connection with the solicitation or award of this Contract may protest to the Municipality In accordance with the procedures set forth herein. Protests based on the Specifications or other terms in this Contract Document, which are apparent prior to the date established for submittal of bids, must be received by the Municipality not later than ten calendar days prior to said date. Protests based on other circumstances must be received by the Municipality within five calendar days after the aggrieved person knows or should have known of the facts and circumstances upon which the protest is based; provided, however, that in no event shall a protest be considered if all bids are rejected or after the award of this Contract. B. In order to be considered, a protest shall be in writing and shall include: (1) the name and address of the aggrieved person; (2) the contract number and contract title under which the protest is submitted; (3) a detailed description of the specific grounds for protest and any supporting documentation; and (4) the specific ruling or relief requested. The written protest shall be addressed to: Municipality of Metropolitan Seattle, Exchange Building, 821 Second Avenue, Seattle, Washington 88104, Attention: Supervisor, Contracts Section — MS 111, Bid Protest. C. Upon receipt of a timely written protest, the Municipality will promptly consider the protest. The Municipality may give notice of the protest and its basis to other persons, including bidders, involved in or affected by the protest; such other persons may be given an opportunity to submit their views and relevant information. if the protest is not resolved by mutual agreement of the aggrieved person and the Municipality, the Municipality will promptly issue a decision in writing stating the reasons for the action taken and informing the aggrieved person of the right to appeal the decision to the Municipality's Executive Director or his designee. A copy of the decision shall be mailed (by certified mail, return receipt requested) or otherwise promptly furnished to the aggrieved person and any other interested parties. The decision will be considered final and conclusive unless appealed to the Executive Director or his designee. If the decision is appealed, then the subsequent determination of the Executive Director or his designee shall be final and conclusive. D. Failure to comply with these pretest procedures will render a protest untimely or inadequate and may result in rejection thereof by the Municipality. 1.25 QUAUFICATIONS•INFORMATION By way of demonstrating and documenting qualifications, bidders selected by the Municipality, after bids have been opened, shall submit such information as may be required by and pursuant to paragraph 00100 -1.12 herein. The Municipality may direct a bidder or bidders to submit qualifications information including, but not limited to, the items set forth in Section 00420. Upon such direction, the bidder shall promptly prepare, complete T /M25 -00 00100 -7 BIDDING REQUIREMENTS and submit such information to the Municipality; provided, such information shall be submitted no later than three days (excluding holidays, Saturdays and Sundays) after notification by the Municipality to the bidder. 1.28 INSURANCE The Municipality has established certain insurance requirements as set forth in paragraph 00710 -5.02 herein. The bidder to whom the Municipality awards this Contract shall file with the Municipality evidences of insurance from insurer(s) certifying to the coverage of all insurance required herein. Any bidder having questions about the insurance requirements should immediately contact Ms. Diana Walker, Manager of Risk Administration, (206) 684-1773. 1.27 PROHIBITION ON SOUTH AFRICAN PRODUCTS Pursuant to Resolution No. 5250 of the Municipality, products manufactured or fabricated in the Republic of South Africa shall not be acquired for installation or construction under this Contract. By submitting a bid, the WBEs early in the bidding process and prior to submitting a bid, to minimize subjectivity in evaluating bidders' efforts, and to prevent prejudice to and preserve public confidence in the competitive bidding process. D. The participation of an MBE or WBE as a bidder, or as a partner as a joint venture bidder for this Contract, may be counted toward meeting the MBE/WBE goal and requirements as applicable. E. Contractors providing goods or services to the Municipality are encouraged to utilize the services of minority-owned or women -owned banking facilities within the Seattle -King County area. F. Consistent with the policy cited above, the bidder shall take all necessary and reasonable steps to ensure that minority and women businesses have the maximum opportunity to participate in the performance of contracts and subcontracts hereunder. The bidder shall not discriminate on the basis of race, creed, color, national origin, age, sex or the presence of any sensory, mental or physical handicap in the award and performance of such contracts and subcontracts. G. Any bidder having questions about these requirements should immediately contact the Municipality's Contract Compliance Office at (206) 684 -1330. To ensure that questions can be answered in a timely manner and that all procedures are complied with prior to the bid submittal date, bidders are urged to review these requirements immediately. H. In addition, each bidder is strongly encouraged to attend the pre -bid conference scheduled by the Municipality for this Contract. Questions concerning compliance with these MBE and WBE Requirements shall be directed to the Municipality's Contract Compliance Office. If appropriate, such questions shall be treated as requests for interpretation and answered by addenda to the Contract Documents. 2.02 MINORITY AND WOMEN BUSINESS ENTERPRISE GOAL A. It shall be the bidder's responsibility to seek out and utilize MBEs and WBEs on this work. The Municipality's Contract Compliance Office will provide assistance to bidders when requested. However, It is ultimately the bidder's responsibility to secure and commit to the required MBE and WBE participation in the bidder's bid as set forth In these requirements. B. In order to be declared responsive, each bidder must commit in the bid to utilize MBEs and WBEs at levels which equal or exceed the percentage goal set forth in Section 00020. Such goal is based on the extent of subcontracting opportunities, the availability of certified businesses to perform such subcontracting work, and other factors relevant to achieving the purposes of Resolution No. 4540, as amended by Resolution No. 5593. C. The participation goal set forth herein shall apply to change orders and amendments adjusting the Contract Price such that actual MBE and WBE participation achieved during the performance under this Contract is at least or greater than the MBE and WBE participation committed to by the bidder in the bid. 2.03 MINORITY AND WOMEN BUSINESS ENTERPRISE SUBMITTALS AND EVALUATION A. As a part of the bid for this Contract, each bidder shall submit to the Municipality all documentation required herein. All materials submitted will be evaluated to determine whether the bidder has satisfied the requirements for MBE and WBE participation and Resolution No. 4540, as amended by Resolution No. 5593. B. Not later than the time and date established for submittal of bids, the bidder shall complete, execute, have notarized and submit the "Sworn Statement Regarding Minority and Women Business Enterprise Commitment" set forth in Section 00320. On Attachments A and B to said Sworn Statement, the bidder shall name the MBEs and WBEs (whether they will be subcontractors, suppliers or manufacturers) with whom the bidder proposes to contract if the bidder is awarded this Contract, Identify or describe the specific work which will be performed by each named MBE and WBE, and indicate the dollar value for each named MBE and WBE. Failure to specifically name MBEs and WBEs, provide a description of the work to be performed by each MBE and WBE, and indicate the dollar values for each shall result In a bid being determined non - responsive. If the bidder is a certified MBE or WBE and proposes to meet the goal using its own participation, the bidder shall identify itself on Attachment A or B as appropriate. C. The "Sworn Statement Regarding Minority and Women Business Enterprise Commitment", including Attachments A and B thereto, shall be used in conjunction with other information as may be obtained by T /M25 -90 00100 -9 BIDDING REQUIREMENTS the Municipality to determine whether a bidder has complied with the MBE and WBE goal and these requirements. The Municipality shall consider non - responsive those bids which do not contain a duly completed sworn statement or attachment, or contain a sworn statement or attachment with material omissions, or a sworn statement or attachment projecting utilization of MBEs or WBEs at levels less than the percentage goal set forth in Section 00020. D. After bids are opened, the Municipality may, at Its discretion, request from the named MBEs and /or WBEs, supplemental information pertaining to the portion of work to be performed by MBEs and WBEs to ensure said MBEs and WBEs currently meet certification requirements and to verify their performance of a commercially useful function. This information may include copies of quotes and bids, quantity and pricing calculations, take off sheets, records of solicitation, plans and schedules by which the MBE's or WBE's work would be performed and completed, and other documents or information determined necessary and reasonable by the Municipality. In the event the MBE/WBE expects to share the resources of a non - certified business enterprise, the Municipality may require information describing the extent to which facilities, financial assistance, equipment or personnel are to be shared. 2.04 MINORITY AND WOMEN BUSINESS ENTERPRISE EUGIBIUTY A. For purposes of meeting the MBE and WBE goal and demonstrating compliance with these Requirements, bidders shall use ONLY MBE, WBE or combination businesses which have been accepted as certified by the Washington State Office of Minority and Women's Business Enterprises (hereinafter the "State OMWBE") prior to the bid submittal date for this Contract. Firms which have not been certified by the State OMWBE by the bid submittal date shall not be considered by the Municipality in determining whether the bidder has met the goal and complied with these requirements. If a business listed by the bidder in Attachments A or B to its "Sworn Statement Regarding Minority and Women Business Enterprise Commitment" form has not been so certified, the dollar value of participation projected for said business will be deducted from the total proposed MBE or WBE (as the case requires) utilization in order to determine whether the bidder is responsive. B. The term 'certified" shall mean that the State OMWBE has notified a firm that the firm has met all requirements and eligibility criteria as an MBE, WBE or combination business enterprise under the state law and regulations and the State OMWBE has issued a certification registration number to such firm. The act of submitting an application shall not be interpreted or construed in any way to render a firm certified. The State OMWBE shall be the sole body responsible for making a determination of certification. C. To determine whether a firm is in fact certified by the State OMWBE, a bidder shall contact the State OMWBE at (206) 753 -9693. D. Bidders and firms applying to the State OMWBE for certification are advised that certification at times requires detailed analysis. It Is the bidder's responsibility to ensure that all MBEs and WBEs projected for use have been certified by the State OMWBE PRIOR to the submittal date. 2.05 MINORITY AND WOMEN BUSINESS ENTERPRISE SOUCITATION AND UTIUZATION PROCEDURES A. All bidders shall comply fully with these MBE and WBE Requirements toward the end of maximizing the equitable utilization of MBEs and WBEs. Such utilization may be accomplished through contracting, subcontracting, joint ventures, procurement of supplies, materials or equipment, or by such other methods as may be approved by the Municipality's Contract Compliance Office. B. JOINT VENTURE METHOD A joint venture (either as a bidder or proposed subcontractor) between a non - MBE/WBE and one or more MBEs and /or WBEs may be used to meet these requirements, in whole or in part, if the MBE or WBE partner(s) is /are certified by the State OMWBE and the MBE or WBE partner(s) is /are responsible for a clearly defined portion of the work which is detailed separately from the work to be performed by the non -M/WBE joint venture partner. In addition, a joint venture agreement signed by all parties shall be submitted upon request of the Municipality. Such agreement shall identify the extent to which each joint venture partner shares in the ownership, control, management, risks and profits of the joint venture. The MBE and WBE partner's portion of the work shall be assigned a commercially reasonable dollar value if that portion is intended to meet the MBE/WBE participation T/M25-90 00100 -10 BIDDING REQUIREMENTS c c. requirements for this Contract. The burden of persuasion shall be on the joint venture partners to demonstrate to the satisfaction of the Municipality that the MBE and WBE partners will perform a commercially useful function, as defined herein, under the joint venture agreement. Any such joint venture will be subjected to the closest scrutiny by the Municipality. Even though a proposed joint venture agreement may be consistent with legal principles of contracting and with usual industry practices, that, in and of itself, does not mean that the Municipality will determine that the joint venture will satisfy the MBE and WBE Requirements set forth herein. C. SUBCONTRACT METHOD The bidder may utilize MBEs and WBEs on the basis of competitive bids and /or negotiated subcontracts. The bidder shall submit, no later than the time of the bid evaluation conference, copies of letters of intent signed by the bidder and counter - signed by the MBE or WBE. Such letters of intent shall set forth the scope and dollar value of the work to be performed by the MBEs and WBEs. D. BIDDER METHOD The bidder, if a certified MBE or WBE, may count Its own participation toward meeting these requirements. 2.08 COUNTING MINORITY AND WOMEN BUSINESS ENTERPRISE PARTICIPATION TOWARD MEETING THE GOAL �. A. Failure to provide the MBEs and WBEs named in a bid with commercially useful functions as defined herein shall result in the bid being determined non - responsive. d B. Participation by certified MBEs and WBEs which will perform commercially useful functions shall be counted toward meeting the goal set forth herein as follows: 1. A bidder may count ONLY the dollar value which will actually be paid to certified MBEs and WBEs toward the MBE/WBE goal. 2. Except as provided in this paragraph 00100 -2.06, the dollar value which will actually be paid to an M/WBE owned and controlled by minority women is counted towards either the MBE or the WBE goal, but not to both; the bidder may choose the goal to which the dollar value is applied. 3. Participation by a combination minority and women business shall be counted by dividing the total dollar value of the contract or portion of the contract performed by the combination business by two. One - half of the dollar value will be counted towards the MBE goal and one -half will be counted towards the WBE goal. 4. A joint venture which includes MBE and /or WBE partner(s) may satisfy the MBE or the W BE participation requirements herein, in whole or in part, only if the joint venture meets all criteria set forth in paragraph 00100 -2.05; provided, that only the amount that will actually be paid to the MBE and /or WBE partner(s) will be counted toward the applicable goal. 5. A bidder may count the entire dollar value which will be paid to an MBE or WBE ( manufacturer (i.e., a supplier which produces goods from raw materials or substantially alters them before resale). A bidder may count ONLY twenty percent (20%) of the dollar value which will be paid to MBE and WBE suppliers which are not manufacturers. The MBE/WBE manufacturer or supplier must assume and have actual and contractual responsibility to provide the materials or supplies. Questions regarding whether an MBE/WBE will be considered a manufacturer or a supplier should be directed to the Municipality's Contract Compliance Office prior to submittal of a bid for this Contract. C. Participation by certified MBEs and WBEs will NOT be counted in circumstances which would tend to defeat the purpose of the policy of Resolution No. 4540, as amended by Resolution No. 5593, such as, but not ( limited to, the following: 1. If, prior to bid submittal, the proposed MBE or WBE did not submit a bid or otherwise commit to perform work under this Contract with the bidder. 2. If the proposed MBE or WBE will not perform a commercially useful function. Participation by MBEs and WBEs whereby the MBE or WBE will act only as a broker (unless such is consistent with normal industry practice) or passive conduit to provide goods or services shall not be considered as commercially useful functions for purposes of meeting these requirements. T /M25 -90 00100-11 BIDDING REQUIREMENTS D. The dollar value of any portions of the work (excluding the procurement of materials and supplies) that an MBE or WBE will contract to other than another certified MBE or WBE, regardless of tier, will NOT be counted toward the applicable MBE or WBE goal. E. The term "commercially useful function' shall mean that the MBE/WBE has the responsibility for the execution of a distinct element or elements of the work and will carry out its responsibilities by actually performing, managing and supervising the work Involved. To determine whether an MBE or WBE is performing a commercially useful function, the Municipality shall evaluate the type and amount of work to be performed, the extent of reliance on any non - MBE/WBE firm, industry practices and other relevant factors. An MBE/WBE that relies to a significant extent on a non- MBE/WBE firm or contracts a significantly greater portion of the work than would be expected on the basis of normal industry practice will be presumed not to be performing a commercially useful function; the MBE or WBE may present to the Municipality evidence to rebut this presumption. 1. An MBE or WBE supplier will be considered performing a commercially useful function in the supply process when the function or service is one which Is customarily performed as a distinct and necessary part of the supply process and when the MBE/WBE supplier. a. Assumes the actual and contractual responsibility for furnishing the materials; and b. Is the manufacturer of the materials or is recognized as a distributor by the manufacturers of the materials; and c. Owns or leases warehouses, yards, buildings or whatever other facilities are viewed as customary or necessary by the industry for storage of the materials; and d. Distributes, delivers or arranges for delivery. 2. Contracts with sales, marketing and similar types of representatives shall not be considered as commercially useful functions for purposes of meeting these Requirements. F. In order that MBE and WBE participation remains at the levels set forth in its bid, the bidder shall substitute proposed MBEs and WBEs, at no additional cost to the Municipality, in the following circumstances: 1. In the event such bidder proposed to use a certified MBE or WBE which is determined by the Municipality prior to award of this Contract to no longer meet the certification criteria of the Municipality. 2. In the event such bidder reasonably and justifiably relied on the assurances related to supply arrangements and qualifications submitted by an MBE or WBE proposed to participate hereunder but such MBE or WBE is determined by the Municipality prior to award of this Contract not to be performing a commercially useful function as defined herein. 3. In the event such bidder proposed to use an MBE or WBE which, subsequent to bid submittal and for reasons other than those within the control of the bidder, is unable or unwilling to perform as projected. 4. In the event such bidder reasonably and justifiably relied upon the assurances of a proposed MBE or WBE that the portion of work to be counted toward the MBE or WBE goal would not be further subcontracted to non- certified businesses, but prior to the award of this contract, the Municipality determines that the MBE or WBE will further subcontract a portion of the work to a non - certified firm. The term 'substitute', for purposes of this paragraph 00100 -2.06, means replacing one certified MBE or WBE for another or increasing the level of utilization of MBEs or WBEs in order to maintain the level of utilization set forth in the bidder's bid. 2.07 EQUAL EMPLOYMENT OPPORTUNITY GOALS AND BIDDING REQUIREMENTS A. The bidder shall comply with the Equal Employment Opportunity Requirements set forth in the Municipality's Resolution No. 4540, as amended by Resolution No. 5593, which Resolution is incorporated herein by this reference. T /M25 -E0 00100 -12 BIDDING REQUIREMENTS { C' C C' B. In furtherance of the Municipality's equal employment opportunity policies, the Municipality has established certain requirements and goals which bidders, contractors and subcontractors shall make every reasonable effort to meet. The employment goals established by the Municipality are: (1) 10.41 percent for minodties; and (2) 12 percent for women. These goals are applicable to the total number of hours of employment at all levels under this Contract. The evaluation of the Contractor's performance in meeting these goals shall be based on total hours of employment of minorities and women employees in all levels of 'employment. A minority woman is counted toward either the minority or the women's goal, but not both; the bidder may choose the goal. For the purpose of determining compliance by the Contractor on this Contract, owners will not be counted towards meeting the EEO goals for minorities and women. C. The bidder shall complete the 'Sworn Statement Regarding Equal Employment Opportunity" set forth in Section 00330 and shall submit such completed Sworn Statement as part of Its bid not later than the time and date established for submittal of bids. D. The Sworn Statement shall be completed, signed and notarized, and shall constitute the bidder's plan of affirmative action to ensure that equal opportunity in employment is afforded in the event a contract Is awarded to the bidder. If the bidder fails to submit the Sworn Statement as required, the bid will be considered non- responsive and will not be considered for award. This checklist Is provided only as a convenience for bidders. Bidders are advised to read carefully all portions of the Contract Documents and to comply with all requirements therein. SECTION 00300 BID FORM 00310. BIDDING SCHEDULE 00320 SECTION 00150 CHECKLIST OF BIDDING FORMS SWORN STATEMENT REGARDING MINORITY AND WOMEN BUSINESS ENTERPRISE COMMITMENT 00330 SWORN STATEMENT REGARDING EQUAL EMPLOYMENT OPPORTUNITY 00410 BID GUARANTY BOND (unless a certified or cashier's check Is provided) CHECKLIST OF BIDDING FORMS The undersigned, as bidder, declares that we have examined all of the Contract Documents herein contained and that we wHI contract with the Municipality of Metropolitan Seattle on the agreement form provided herewith and at the prices and on the terms and conditions contained herein to do everything necessary for fulfillment of: UNIT REPAIR FACILITY ROOF REPLACEMENT, CONTRACT T /M25.9O. In addition to this Bid Form, we agree that the following shall form a part of this Bid: Bidding Schedule; Sworn Statement Regarding Minority and Women Business Enterprise Commitment; Sworn Statement Regarding Equal Employment Opportunity; and qualifications information provided at the direction of the Municipality. Attached is a bid guaranty bond completed by a guaranty company authorized to carry on business in the state of Washington in the amount of at least five percent (5%) of our Total Bid or, alternately, there is attached a certified or cashier's check payable to the Municipality of Metropolitan Seattle drawn upon a banking institution with a branch office in the state of Washington, in the amount of at least five percent (5%) of our Total Bid. We agree that our Bid constitutes an offer to the Municipality which shall be binding for 60 days from the date of opening of bids. If our Bid is accepted, we agree to sign the Agreement form and to furnish the performance and payment bond only on the form contained herein and evidences of Insurance required herein within ten days after receipt from the Municipality of written notice of award of contract. We certify that we are, at the time of submitting this Bid and shall remain throughout the period of the Contract, registered and licensed by the state of Washington to perform the type of work required under the Contract Documents. We further certify that we are skilled and regularly engaged in the general class and type of work called for in the Contract Documents. We further agree, if our Bid is accepted and a contract is awarded by the Municipality, to plan and prosecute the work with such diligence that the work and portions thereof shall be completed and ready for use within the period set forth in the Specifications. We acknowledge that addenda numbers _ through _ have been delivered to us and have been taken into account as part of our Bid. Firm: Address: City/Zip: Telephone: State of Contractor's Incorporation: License No: By: Signature Print Name Title: State of County of I certify that I know or have satisfactory evidence that signed this instrument, on oath stated that (he /she) was authorized to execute the instrument and acknowledged it as the of to be the free and voluntary act of such party for the uses and purposes mentioned in the instrument. Date: T /M25.00 (Stamp or Seal) SECTION 00300 BID FORM SIGNED this day of , 19 Signature of notary public Title My appointment expires END OF SECTION 003001 BID FORM SECTION 00310 BIDDING SCHEDULE We propose to perform all work under the terms and conditions herein contained for the lump sum Total Bid of: Dollars. (words) (figures) BID EVALUATION AND CONTRACT AWARD Signature of. Bidder We acknowledge that, in accordance with paragraph 00100 -1.08 and Washington State Department of Revenue Rule 171, state and local sales taxes have been included in the price and that the waiver of industrial insurance immunity in paragraph 00710 -5.01 was made pursuant to RCW 4.24.115. In accordance with the provisions of these Contract Documents, bids will be evaluated to determine the lowest Total Bid offered by a responsive, responsible bidder. A contract will be awarded, If at all, based on the lowest Total Bid proposed by a responsive, responsible bidder. The Municipality reserves the right to reject any portion of any bid and /or to reject all bids. The Municipality further reserves the right, but without obligation, to waive informalities and irregularities. END OF SECTION T /M25 -90 00310.1 BIDDING SCHEDULE Contact Metro's Contract Compliance Office if there are any questions regarding the MBE/WBE and EEO Requirements for this contract. �, : T/M25 -00 Checklist -1 State of County of SECTION 00320 SWORN STATEMENT REGARDING MINORITY AND WOMEN BUSINESS ENTERPRISE COMMITMENT Pursuant to paragraph 00100 -2.03, the bidder shall complete the following form: ss. ) The undersigned, being first duly sworn, on oath states to the Municipality of Metropolitan Seattle on behalf of the Bidder as follows: A. This Sworn Statement Regarding Minority and Women Business Enterprise Commitment constitutes the Bidder's statement of its efforts to solicit and obtain firms certified as minority and women business enterprises (MBEs and WBEs) by the Washington State Office of Minority and Women's Business Enterprises. In addition, this Sworn Statement constitutes the Bidder's commitment, if awarded this Contract by the Municipality, to utilize certified and qualified MBEs and WBEs at least to the percentage and dollar levels set forth in this Sworn Statement. B. The Bidder hereby designates: Name: Title: as the person who has been charged by the Bidder with the responsibility for carrying out and reporting the Bidder's compliance with the Municipality's Requirements for Minority and Women Business Enterprise. C. The Bidder hereby affirms that the Bidder has complied with the requirements set forth in Part 2 of Section 00100 of the Contract Documents for providing certified MBEs and WBEs the maximum practicable opportunity to participate in the performance of the work and that all documentation submitted herewith to demonstrate such compliance is true and accurate. D. As demonstration of the Bidder's compliance and efforts, the Bidder has completed the MBE/WBE Contractor Contact - Utilization Report (Attachment A to this Sworn Statement) and the MBE/WBE Supplier Contact - Utilization Report (Attachment B to this Sworn Statement), both of which Reports are incorporated herein by this reference. The Bidder has identified herein those MBEs and WBEs with whom the Bidder will subcontract if awarded this Contract. E. The Bidder, if a certified MBE or WBE and proposing to count its own participation toward meeting the MBE/WBE goal, as applicable, states that it has Included Its participation in the following Summary of Commitment and has included itself on Attachment A or B, as appropriate. F. The Bidder acknowledges that the information provided on said Reports and such other information as may be obtained by the Municipality will be used by the Municipality to determine whether the Bidder's MBE and WBE submittal complies with all requirements of Section 00020 and Part 2 of Section 00100 of the Contract Documents. T /M25 -90 00320-1 MBE /WBE SWORN STATEMENT State of County of Date: Amount of Total Bid Minority Business Enterprise Participation Women Business Enterprise Participation Total MBE and WBE Participation SUMMARY OF COMMITMENT By: Title: I certify that I know or have satisfactory evidence that signed this Instrument, on oath stated that (he /she) was authorized to execute the instrument and acknowledged it as the of to be the free and voluntary act of such party for the uses and purposes mentioned In the instrument. (Stamp or Seat) Signature of notary public Title Name of Bidder My appointment expires T /M25 -a0 00320.2 MBE/WBE SWORN STATEMENT C' C. • ATTACHMENT A C .. MBE/WBE CONTRACTOR CONTACT - UTILIZATION REPORT Name of Firm: ( ) Bidder C Address /City/Zip: ( ) Joint Venture Telephone: ( ( ) Subcontract Description of work to be performed: Dollar value of participation: $ MBE: WBE: C. Name of Firm: ( ) Bidder Address /City/Zip: ( ) Joint Venture Telephone: () ( ) Subcontract Description of work to be performed: C Dollar value of participation: $ MBE: WBE: C Name of Firm: ( ) Bidder Address /City /Zip: ( ) Joint Venture Telephone: ( ( ) Subcontract Description of work to be performed: C Dollar value of participation: $ MBE: WBE: Name of Firm: ( ) Bidder Address /City/Zip: ( ) Joint Venture C Telephone: � ( ) Subcontract Description of work to be performed: C. Dollar value of participation: $ MBE: WBE: (Make additional copies of form if necessary.) C` T /M25-90 00320 - 3 ATTACHMENT A C ATTACHMENT B MBE/WBE SUPPLIER CONTACT - UTILIZATION REPORT Pursuant to paragraph 00100 -2.06 8.5, a bidder may count only twenty percent (20%) of the expenditures to MBE/WBE suppliers which are not manufacturers. Name of Firm: Address /City/Zip: Telephone: (__) Description of supplies, material or equipment to be purchased: Check applicable: Manufacturing Supply Only Supply & install Dollar value of participation: $ MBE: WBE: Name of Firm: Address /City/Zip: Telephone: ( j Description of supplies, material or equipment to be purchased: Check applicable: Manufacturing Supply Only Supply & Install Dollar value of participation: $ MBE: WBE: Name of Firm: Address /City/Zip: Telephone: Description of supplies, material or equipment to be purchased: Check applicable: Manufacturing Supply Only Supply & Install Dollar value of participation: $ MBE: WBE: (Make additional copies of form if necessary.) END OF SECTION T /M25 -90 00320-4 ATTACHMENT B ( SECTION 00330 SWORN STATEMENT REGARDING EQUAL EMPLOYMENT OPPORTUNITY Pursuant to paragraph 00100 -2.07, the bidder shall complete the following form: State of ) )ss. County of ) ( The undersigned, being first duly sworn, on oath states to the Municipality of Metropolitan Seattle on behalf of the Bidder as follows: T/M25 -90 00330-1 EEO SWORN STATEMENT H. The Bidder gives assurance that the Bidder will provide opportunity for training and advancement for minorities and women in pre - apprentice, apprentice, Joumeyworkers and all other positions, whether with the Bidder or subcontractors, employed on the work. I. The Bidder will maintain records in an easily retrievable and understandable form that will document any and all openings and opportunities for advancement that occur, the Bidder's efforts to train, recruit and promote minorities and women, and the results of those efforts. J. The Bidder gives assurance that the Bidder will communicate the affirmative action obligations under this Sworn Statement to its subcontractors, labor unions or representatives of workers with which the Bidder has a collective bargaining agreement or other contract. K. The Bidder acknowledges that neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Bidder has a collective bargaining agreement to refer either minorities or women, shall excuse the Bidder's obligation under this Sworn Statement and any contract awarded to the Bidder. State of County of I certify that I know or have satisfactory evidence that signed this instrument, on oath stated that (he /she) was authorized to execute the instrument and acknowledged it as the to be the free and voluntary act of such party for the uses and purposes mentioned In the Instrument. Date: T /M25.90 (Stamp or Seal) Name of Bidder By: Title: Signature of notary public This My appointment expires END OF SECTION 00330.2 EEO SWORN STATEMENT END OF SECTION T/M25.90 00410 -1 BID GUARANTY BOND As required in paragraphs 00100 -1.12 and 00100 -1.25, the bidder shall demonstrate to the satisfaction of the Municipality that the bidder is qualified to perform the work under this Contract. To assist the Municipality In the review of the bidder's qualifications, the bidder, Jf directed by the Municipality, shall provide the information required by each Item set forth below. If the bidder has been in business for less than the time period set forth in any item, the bidder shall submit such Information for the time it has been in business. If the bidder is a joint venture, the bidder shall submit information for each member of the joint venture. The Municipality reserves the right to Inspect records, reports and other information which may be maintained by or for the bidder to the extent necessary, as determined by the Municipality, to verify, clarify or otherwise consider the Information provided by the bidder. 1. Identify all contracts, whether completed or in progress, in which the bidder installed COLD PROCESS roofing systems within the past five years. Include the names of the contracts, the contract prices, the names of the owners; the date of installation; the name of the manufacturer of the cold process roofing materials; and a brief description of the roofing system installed. T/M25 -90 Contract Name: Contract Price: Name of Owner: Date of Installation: Name of Roofing System Manufacturer: Brief Description of Roofing System Installed Contract Name: Contract Price: Name of Owner: Date of installation: Name of Roofing System Manufacturer: Brief Description of Roofing System Installed Contract Name: Contract Price: Name of Owner: Date of installation: Name of Roofing System Manufacturer: Brief Description of Roofing System Installed SECTION 00420 QUALIFICATIONS INFORMATION 00420.3 QUALIFICATIONS INFORMATION 2. Identify the manufacturer of the cold process roofing system the bidder proposes to use under this Contract and provide the following information: Name of Manufacturer: How many years in business: How many years in the manufacture of roofing products How many years in the manufacture of the cold process roofing products to be used under this contract: 3. Identify the names of the Field Engineer and Field Representative that will be assigned by the manufacturer of the cold process roofing products. Include a description of each person's experience with the installation of cold process roofing products and a description of the Field Engineer's experience in conducting final inspections of the installation of such cold process roofing products. 4. List the name and provide a brief description of experience for the key personnel the bidder will assign to this Contract. "Key personnel" means management and supervisory personnel to be so assigned. 5. List the name and business address, and provide a description of the scope of work and a statement of experience with references, for all subcontractors, including M/WBEs identified in Section 00320, to whom the bidder proposes to sublet portions of the work. 6. To assist in considering the bidder's compliance with the Municipality's EEO Requirements for this Contract, the bidder shall provide a response to the following: a. Does the bidder's current work force meet the Municipality's Equal Employment Opportunity (EEO) Goals? Yes No b. How many employees of the Bidder's current work force are projected to work on this Contract? Total Minority Women c. How many women and minority employees does the Bidder intend to hire for work on this Contract in order to meet the EEO goals? Minorities Women d. What is the total number of employees projected to work on this Contract? 7. Submit proof of adequate financial resources which would be available to the bidder for the prosecution and completion of the work hereunder. Such information shall as a minimum include: (a) documentation of an open letter of credit or other arrangement with an established bank under which financing would be avaUable for prosecution and completion of the work called for hereunder; and (b) certification by the principal financial officer of or an independent accountant for the bidder stating that the bidder has adequate financial resources for the prosecution and completion of the work called for hereunder. ( T /M25-90 004204 GUAUFICATIONS INFORMATION ( ) '8.•• Identiy for the past five years any construction contracts in which the bidder has been Involved in bond forfeiture by the bidder or litigation or a major claim between the bidder and the owner; include a brief, concise and accurate explanation of the reasons or basis for such forfeiture, litigation or major claim. For purposes of this kern, 'major claim' shall mean any claim or aggregate" of claims which exceed ten percent of the price of such contract. State the periods within the past five years that the bidder has: a. Not been an active contractor; b. Been in bankruptcy, reorganization and /or receivership; c. Not been registered and licensed as a construction contractor; and d. Been disqualified by any federal, state or local agency from being awarded and /or participating in public contracts. 10. Identify all criminal convictions, including pleas of nolo contendre, of the bidder and any officers of the bidder. 11. Provide any other explanation or information which would assist the Municipality in evaluating the qualifications of the bidder, the bidder's key personnel and proposed subcontractors. THIS AGREEMENT, made this day of , 19_ by and between the Municipality of Metropolitan Seattle, Seattle, Washington, hereinafter called the "Municipality' and , hereinafter called the "Contractor". WHEREAS, the Municipality has caused Contract Documents for UNIT REPAIR FACILITY ROOF REPLACEMENT, CONTRACT T/M25 -90 to be prepared for certain work as described therein; and WHEREAS, the Contractor has offered to perform the proposed work in accordance with the terms of . said Contract Documents; and WHEREAS, the Municipality has accepted the Contractor's offer at a price of $ NOW, THEREFORE, in consideration of the mutual covenants and agreements of the parties herein contained and to be performed, the Contractor hereby agrees to complete the work at the price and on the terms and conditions herein contained, and to assume and perform all of the covenants and conditions herein required of the Contractor, and the Municipality agrees to pay the Contractor the Contract Price provided herein for the fulfillment of the work and the performance of the covenants set forth herein. IT IS FURTHER AGREED that the terms, conditions and covenants of the Contract are set forth in the following exhibit parts, each of which is attached hereto and by this reference made a part hereof: Part A Bidding Requirements and General Conditions; Part B Technical Specifications; Part C Contract Drawings; and Part D Addenda. IN WITNESS WHEREOF, this Agreement has been executed in duplicate as of the day and year first above written, MUNICIPALITY OF METROPOLITAN SEATTLE APPROVED AS TO FORM: By: NAME OF CONTRACTOR By: Title: State of County of I certify that I know or have satisfactory evidence that signed this instrument, on oath stated that (he /she) was authorized to execute the instrument and acknowledged it as the of to be the free and voluntary act of such party for the uses and purposes mentioned In the instrument. Date: (Stamp or Seal) SECTION 00510 AGREEMENT Vladimir Khazak, Director Carolyn J. Purnell Technical Services Department Administrative Legal Counsel Signature of notary public Title My appointment expires END OF SECTION T/M25 -90 00510 -1 AGREEMENT Principal: Surety: By: By: Title: Title: Address: Address: City/Zip: City /Zip: Tel: Tel: Witness: Witness: Note: A power of attorney must be provided which appoints the Surety's true . and lawful attorney -in -fact to make, execute, seal and deliver this performance and payment bond. END OF SECTION T/M25 -90 00610 -1 PERFORMANCE AND PAYMENT BOND SECTION 00710 TABLE OF CONTENTS PART 1-GENERAL 1.01 DEFINITIONS OF WORDS AND TERMS 1 1.02 JOINT VENTURE CONTRACTOR 3 1.03 CONTRACT REQUIREMENTS 3 1.04 LABOR STANDARDS 4 1.05 LAWS, REGULATIONS AND PERMITS 6 1.06 HEADINGS 6 1.07 SUBCONTRACTORS 6 1.08 DISRUPTIONS CAUSED BY LABOR OR OTHER DISPUTES 7 1.09 INTERPRETATION OF CONTRACT DOCUMENTS 8 1.10 INTENT OF CONTRACT 8 1.11 ARCHAEOLOGICAL AND HISTORICAL PRESERVATION 9 1.12 WATER POLLUTION CONTROL REQUIREMENTS 9 1.13 RIGHTS OF WAY 9 1.14 ENVIRONMENTAL MITIGATION PLAN 9 1.15 COMPLIANCE WITH REQUIREMENTS 10 1.16 CONFLICTS OF INTEREST AND NON - COMPETITIVE PRACTICES 10 1.17 PROHIBITION ON SOUTH AFRICAN PRODUCTS 10 PART 2 - MUNICIPALITY- CONTRACTOR RELATIONS 2.01 AUTHORITY OF MUNICIPALITY 11 2.02 AUTHORITY OF CONTRACTOR 12 2.03 RESPONSIBILITIES OF CONTRACTOR 12 2.04 MUNICIPALITY- CONTRACTOR COORDINATION 14 PART 3 - SPECIFICATIONS AND DRAWINGS 3.01 INTERPRETATION OF SPECIFICATIONS AND DRAWINGS 16 3.02 DISCREPANCIES IN SPECIFICATIONS AND DRAWINGS 16 3.03 PROTECTION OF PUBUC AND PRIVATE UTILITIES 16 3.04 SUBMITTALS 17 3.05 CONTRACTOR'S COPIES OF CONTRACT DOCUMENTS 18 PART 4 - MATERIAL, EQUIPMENT AND WORKMANSHIP 4.01 GENERAL 18 4.02 PRODUCT DATA 18 4.03 QUALITY IN THE ABSENCE OF DETAILED SPECIFICATIONS 18 4.04 MATERIAL AND EQUIPMENT SPECIFIED BY NAME 19 4.05 REQUESTS FOR SUBSTITUTION 19 T/M25 -90 00710.1 TABLE OF CONTENTS 4.06 DEMONSTRATION OF COMPLIANCE WITH REQUIREMENTS 19 4.07 STORAGE OF MATERIALS AND EQUIPMENT 21 4.08 MANUFACTURER'S DIRECTIONS 21 4.09 DEFECTIVE WORK 21 4.10 MATERIALS AND EQUIPMENT FURNISHED BY MUNICIPALITY 21 4.11 GUARANTEE 22 4.12 WARRANTY OF TITLE 22 PART 5 - LIABILITY, INDEMNIFICATION, AND INSURANCE 5.01 LIABILITY AND INDEMNIFICATION 23 5.02 INSURANCE 23 5.03 DAMAGE TO WORK 26 5.04 LITIGATION EXPENSES 26 PART 6 - PROGRESS AND COMPLETION 6.01 NOTICE TO PROCEED 27 6.02 CONTRACT TIME 27 6.03 SUSPENSION PROCEDURES 29 6.04 TERMINATION PROCEDURES 29 6.05 POSSESSION AND USE OF COMPLETED PORTIONS OF THE WORK 31 PART 7 - MEASUREMENT AND PAYMENT 7.01 PAYMENTS TO CONTRACTOR 31 7.02 CHANGE ORDERS 35 7.03 CHARGES TO CONTRACTOR 38 7.04 COMPENSATION TO MUNICIPALITY FOR TIME EXTENSION 38 7.05 ACCEPTANCE OF WORK 38 7.06 LITIGATION DELAY COSTS 38 7.07 STATEMENT CONCERNING IMPORTED ITEMS 39 PART 8 - SUPPLEMENTARY PROVISIONS 8.01 DAMAGES FOR DELAY 39 8.02 ABNORMAL WEATHER CONDITIONS 39 8.03 RETENTION OF RECORDS AND AUDIT 40 PART 9 - REQUIREMENTS FOR MINORITY AND WOMEN BUSINESS ENTERPRISE AND EQUAL EMPLOYMENT OPPORTUNITY 9.01 MINORITY AND WOMEN BUSINESS ENTERPRISE COMPLIANCE DURING WORK 40 9.02 NONDISCRIMINATION REQUIREMENTS DURING WORK 41 9.03 EQUAL EMPLOYMENT OPPORTUNITY REPORTS DURING WORK 42 9.04 SANCTIONS FOR NON - COMPLIANCE 42 T/M25-90 00710-ii TABLE OF CONTENTS SECTION 00710 GENERAL CONDITIONS PART 1 - GENERAL 1.01 DEFINITIONS OF WORDS AND TERMS Where used In the Contract Documents, the following words and terms shall have the meanings indicated. The meanings shall be applicable to the singular, plural, masculine, feminine and neuter of the words and terms. Acceptance. Formal action of the Director of Technical Services in determining that the Contractor's work has been completed in accordance with the Contract. Act of Nature. A cataclysmic phenomenon of nature, such as an earthquake, flood or cyclone. Abnormal weather conditions as described in paragraph 00710 -8.02 will be construed as an act of Nature. Addenda. Written additions, deletions, clarifications, interpretations, modifications or corrections to the Contract Documents Issued by the Municipality during the bidding period and prior to the date and time established for submittal of bids. Bid. The offer of a bidder submitted on the prescribed Bid Form and including the Bidding Schedule, bid guaranty, MBE/WBE and EEO forms, qualifications information, and all other forms and documentation required by the Contract Documents. Bidder. Individual, association, partnership, firm, company, corporation, or a combination thereof, including joint venturers, submitting a bid to perform the work. Bid Price. Offer of a bidder submitted on the prescribed form setting forth the price or prices for the work to be performed. Change Order. Written order issued by the Municipality, with or without notice to sureties, making changes In the work within the scope of this Contract. Contract Documents or Contract. The writings and drawings embodying the legally binding obligations between the Municipality and the Contractor for completion of the work. The Contract or Contract Documents (terms used interchangeably) includes the following parts: Part A-- Bidding Requirements and General Conditions Part B-- Technical Specifications Part C— Contract Drawings Part D -- Addenda Change Orders Contract Drawings or Drawings. The drawings included in the Contract plus those prepared by the Municipality and the Contractor pursuant to the terms of the Contract. They Include: 1. Drawings in Part C of the Contract; 2. Drawings issued by addenda; 3. Drawings submitted by the Contractor to the Municipality during the progress of the work either as attachments to change orders or as non - modifying supplements to drawings in Part C; and, 4. Drawings submitted by the Municipality to the Contractor during the progress of the work either as attachments to change orders or as explanatory supplements to drawings in Part C. Contract Price. Amount payable to the Contractor under the terms and conditions of the Contract based on the lump sum prices, unit prices, or combination thereof, on the Bidding Schedule, with adjustments made in accordance with the Contract. Contract Time. Number of calendar days and /or the intermediate and final completion dates stated in the Contract for the completion of the work. T /M25 -90 00710 -1 GENERAL CONDITIONS Contractor. The individual, association, partnership, firm, company, corporation, or combination thereof, including joint venturers, contracting with the Municipality for the performance of the work. Contractor's Plant and Equipment. Equipment, material, supplies, and all other items, except labor, brought onto the site by the Contractor to carry out the work, but not to be incorporated in the work. Contractor's Representative. The individual designated in writing by the Contractor to act on its behalf under this Contract. Day. Calendar day. Direct. Action of the Municipality by which the Contractor is ordered to perform or refrain from performing work under the Contract. Directive. Written documentation of the actions of the Municipality in directing the Contractor. Director of Technical Services or Director. The Municipality's Director of Technical Services who shall act on behalf of the Municipality under this Contract. Other employees of the Municipality may be authorized in writing by said Director to act on the Director's behalf for specific matters relating to this Contract. Engineer. The employee(s) designated in writing by the Director of Technical Services to act as the Director's representative at the construction site and to perform construction inspection services and administrative functions relating to this Contract. Furnish. To supply and deliver any item, equipment or material to the job site or other specified location. Herein. Refers to the Contract. Install. Placing, erecting, or constructing complete in place any item, equipment, or material. May. Refers to permissive actions. Municipality or Metro or Owner. The Municipality of Metropolitan Seattle. The terms "Municipality ", "Metro" and "Owner" are used interchangeably. Paragraph. For reference or citation purposes, paragraph shall refer to the paragraph, or paragraphs, called out by section number and alphanumeric designator. For example, this definition is found in paragraph 00710 -1.01; permits and licenses are discussed in paragraph 00710 -1.05 B. Person. Includes individuals, associations, firms, companies, corporations, partnerships, and joint ventures. Proposed Work Change or PWC. A written document issued by the Engineer to the Contractor identifying contemplated changes in the work and requesting a price and /or schedule proposal from the Contractor; such a request shall not be interpreted or construed to constitute a change order. Provide. Furnish and install, complete in place, without additional charge. Punch List. List prepared by the Engineer identifying items of work which are incomplete or not in conformance with the Contract. Reference Documents. Reports and drawings, if any, available to bidders for information and reference in preparing bids but not as part of the Contract. RCW. Means the Revised Code of Washington. Shall or Will. Whenever used to stipulate anything, shall or will means mandatory by either the Contractor or the Municipality, as applicable, and means that the Contractor or the Municipality, as applicable, has thereby entered into a covenant with the other party to do or perform the same. Shown. Refers to information presented on the Contract Drawings, with or without reference to such Drawings. T /M25 -90 00710 -2 GENERAL CONDITIONS () Specifications or Technical Specifications. Part B of the Contract consisting of written descriptions of the technical features of materials, equipment, construction systems, standards, workmanship and Installation. Specify. Refers to information described, shown, noted, indicated or presented in any manner in any part of the Contract. Subcontractor. The individual, association, partnership, firm, company, corporation, or joint venture entering into an agreement with the Contractor or another subcontractor to perform a specific part of the work covered by this Contract. Submittals. Information which is submitted to the Engineer in accordance with the Technical Specifications. WAC. Means the state of Washington Administrative Code. Work, Refers to the labor, materials, equipment, supplies, services, and other items necessary for the execution, completion and fulfillment of this Contract by the Contractor to the satisfaction of the Municipality. 1.02 JOINT VENTURE CONTRACTOR in the event the Contractor is a Joint venture of two or more contractors, the grants, covenants, provisos and claims, rights, power, privileges and liabilities of the Contract shall be construed and held to be several as well as joint. Any notice, order, direction, request or any communication required to be or that may be given by the Municipality to the Contractor under this Contract, shall be well and sufficiently given to all persons being the Contractor if given to any one or more of such joint venture contractors. Any notice, request or other communication given by any one of such joint venture contractors to the Municipality under this Contract shall be deemed to have been given by and shall bind all joint venture contractors being the Contractor. In the event of the dissolution of the joint venture Contractor, the Municipality shall have the unqualified right to select which joint venture partner, if any, shall continue with the work under this Contract, and such selected partner shall assume all liabilities, obligations, rights and benefits of the Contractor under this Contract. Such dissolution of the joint venture shall not be effected without prior consultation with the Municipality. In the event of failure or inability of either joint venture partner to continue performance under this Contract, the other joint venture partner shall perform all services and work and assume all liabilities, obligations, rights and benefits to the Contractor under this Contract. Such determination of failure or inability to continue performance shall not be effected without prior consultation with the Municipality. Nothing in this subparagraph shall be construed or interpreted to limit the Municipality's rights under this Contract or by law to determine whether the Contractor or either joint venture partner thereof has performed within the terms of this Contract. 1.03 CONTRACT REQUIREMENTS A. SUCCESSORS' OBLIGATIONS The grants, covenants, provisos and claims, rights, powers, privileges and liabilities contained in the Contract shall be read and held as made by and with, and granted to and Imposed upon, the Contractor and the Municipality and their respective heirs, executors, administrators, successors and assigns. A surety under the Performance and Payment Bond electing to complete the work in the event of a default, termination or other failure of the Contractor to perform the work, will comply fully with all Contract requirements. B. ASSIGNMENT OF CONTRACT The Contract shall not be assigned in whole or in part by the Contractor without the prior written consent of the Municipality. To the maximum extent permitted by law, involuntary assignment of the Contract caused by the Contractor being adjudged bankrupt, assignment of the Contract for the benefit of Contractor's creditors or appointment of a receiver on account of Contractor's Insolvency shall be T/M25 -90 00710 -3 GENERAL CONDITIONS considered as a failure to comply with the provisions of the Contract and subject to the termination provisions contained herein. C. WAIVER OF RIGHTS BY MUNICIPALITY Except as herein provided, no action or want of action on the part of the Municipality at any time with respect to the exercise of any rights or remedies conferred upon it under this Contract shall be deemed to be a waiver on the part of the Municipality of any of its rights or remedies. No waiver shall be effective against the Municipality except an express waiver in writing. No waiver of one right or remedy by the Municipality shall act as a waiver of any other right or remedy or as a subsequent waiver of the same right or remedy. D. AMENDMENT OF GENERAL CONDITIONS After award of this Contract, these general conditions may be amended only by change order under paragraph 00710 -7.02. 1.04 LABOR STANDARDS A. WAGES OF EMPLOYEES 1. General. This Contract is subject to the minimum wage requirements of Chapters 39.12 and 49.28 RCW (as amended or supplemented). The Contractor, each subcontractor and other person doing any work under this Contract shall pay laborers, workers and mechanics not less than the prevailing rate of wage for an hour's work in the same trade or occupation in the locality within the state of Washington where such labor is performed. Wages and benefits higher than the minimums required by law may be paid. In the event rates of wages and benefits change while this Contract is in force, the Contractor shall bear the cost of such changes and shall have no claim against the Municipality on account of such changes. 2. Prevailing Rates of Wages. All determinations of the prevailing rate of wage shall be made by the industrial statistician of the department of labor and industries of the state of Washington. The schedule of prevailing wage rates applicable to this Contract are set forth in Attachment A to this Section 00710. If employing labor in a class not listed in such schedule, the Contractor shall request the industrial statistician to determine the correct wage rate for that class and locality. 3. Disputes. In case any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be adjusted by the parties in interest, including labor and management representatives, the matter shall be referred for arbitration to the director of the department of labor and industries of the state of Washington and said director's decision therein shall be final and conclusive and binding on all parties involved in the dispute. 4. Posting Notices. Except as provided otherwise in Chapter 39.12 RCW, the Contractor, each subcontractor and other person required to pay the prevailing rate of wage shall post in a location(s) readily visible to workers at the Job site: (1) a copy of the statement of intent to pay prevailing wages approved by the industrial statistician of the department of labor and Industries under RCW 39.12.040; and (2) the address and telephone number of the industrial statistician of the department of labor and industries where a complaint or inquiry concerning prevailing wages may be made. 5. Apprentices. Apprentice workers employed hereunder for whom an apprenticeship agreement has been registered and approved with the state apprenticeship council pursuant to Chapter 49.04 RCW must be paid at least the prevailing hourly rate for an apprentice for that trade. Any worker for whom an apprenticeship agreement has not been registered and approved by the state apprenticeship council shall be considered to be a fully qualified journeyworker, and, therefore, shall be paid at the prevailing hourly rate for journeyworkers. 6. Required Documents. Pursuant to Chapter 39.12 RCW, the Contractor and each subcontractor shall submit the following documents to the Municipality: a. Before payment is made by the Municipality, the Contractor and each subcontractor shall submit a "Statement of Intent to Pay Prevailing Wages" which has been approved by the industrial statistician of the department of labor and industries. T/M25-90 00710-4 GENERAL CONDITIONS t; b. With each request for payment, the Contractor shall submit a statement that prevailing wages have been paid in accordance with the "Statement of Intent to Pay Prevailing Wages" filed with the Municipality. c. Following final acceptance of the work and before funds retained according to RCW 60.28.010 are released to the Contractor, the Contractor and each subcontractor shall submit an "Affidavit of Wages Paid" which has been approved by the Industrial statistician of the department of labor and industries. Any fees charged by the department of labor and industries for filing the "Statement of Intent to Pay Prevailing Wages" and the "Affidavit of Wages Paid" shall be paid by the Contractor and each subcontractor, as applicable; if, for any reason, the Municipality pays such fees, then the Contractor shall be charged the amounts thereof. 7. Audits. The Municipality may inspect or audit the Contractor's wage and payroll records at any time while the Contract is in force and for at least three years after the date of final acceptance. The Contractor shall maintain such records for that period. The Contractor shall also guarantee that wage and payroll records of all its subcontractors and agents shall be open to similar inspection and auditing for the same period of time. The Municipality will give the Contractor reasonable notice of the starting date if an audit will begin more than 60 days after the date of acceptance of work. B. WORKER'S BENEFITS The Contractor shall make all payments required for unemployment compensation under Title 50 RCW and for industrial insurance and medical aid required under Title 51 RCW. The Contractor shall also obey all federal, state and local laws, ordinances, and regulations establishing safety standards for the protection of employees. If any payment required by Title 50 or Title 51 is not made when due, the Municipality may retain such payments from any money due the Contractor and pay the same into the appropriate fund. The Public Works Contract Division of the department of labor and Industries will provide the Contractor with applicable industrial insurance and medical aid classification and premium rates. Before release of any funds retained according to RCW 60.28.010, the Contractor shall complete a "Request for Release" form and submit such form to the department of labor and industries for approval for the purpose of obtaining a release with respect to the payments of industrial insurance and medical aid premiums. Such approved form shall be submitted to the Engineer. C. HOURS OF LABOR The Contractor shall comply with Chapter 49.28 RCW. Failure of the Contractor to perform the work in accordance with this policy of the state of Washington shall be deemed a failure on its part to comply with the provisions of this Contract within the meaning of paragraph 00710 -6.04. D. SCHEDULE OF WORKING HOURS, OVERTIME, SHIFT AND TIDE WORK Within ten days after the effective date of Notice to Proceed, the Contractor shall submit a schedule of working hours, including overtime, shift and tide work, to the Engineer for approval. Such schedule shall take into account applicable governmental laws, regulations and permits and shall comply with any other work hour constraints set forth in the Specifications. The schedule approved by the Engineer shall be effective during the performance of work under this Contract. If allowed by such laws, regulations, permits and constraints, the Contractor may work hours other than those on the approved schedule ( "unscheduled hours ") but will be responsible for paying the Municipality's overtime inspection costs unless the Contractor obtains the Engineer's concurrence at least 72 hours prior to working unscheduled hours. If the Contractor works unscheduled hours and /or if the Contractor did not obtain the Engineer's concurrence at least 72 hours prior to the start of unscheduled work, the Contractor shall be liable for the costs of the Municipality's overtime inspection at the rate of $45 for each hour or portion thereof for each person performing such inspection for and on behalf of the Municipality. The Contractor agrees that the Municipality will deduct overtime inspection charges from payments due the Contractor. In the event of a change order requiring the Contractor to work unscheduled hours, the Contractor will not be charged for the Municipality's overtime inspection costs. T/M25 -90 00710-5 GENERAL CONDITIONS 1.05 LAWS, REGULATIONS AND PERMITS A. GENERAL The Contractor shall perform all work hereunder in full compliance with the terms and conditions of the Contract, with local, state and federal laws, ordinances, resolutions and regulations, and with permit and easement conditions pertaining to the conduct of the work; the Contractor shall be liable for violations of same. The Contractor shall give the notices, file information and pay taxes, deductions and premiums as may be required by law. The Contractor shall cooperate with all governmental entities regarding inspection of the work and compliance with such requirements. The Contractor shall not perform work known to be contrary to the terms and conditions of the Contract and /or laws, ordinances, resolutions, regulations or permit and easement conditions. If the Contractor observes that the Drawings, Specifications or other portions of the Contract Documents are In conflict with any laws, resolutions, regulations and /or permit and easement conditions, the Contractor shall promptly notify the Engineer in writing of such conflict. The Municipality will promptly review the matter and, if necessary, will issue a change order or take any other action necessary to bring about compliance. B. PERMITS AND LICENSES Unless otherwise specified in the Specifications, permits and licenses from governmental agencies which are necessary only for and during the prosecution of the work and the subsequent guarantee period shall be secured and paid for by the Contractor. Permits and licenses of regulatory agencies which are necessary to be maintained after expiration of the guarantee period will be secured and paid for by the Municipality. C. PATENTS AND ROYALTIES The costs involved in fees, royalties or claims for any patented invention, article, process or method that may be used upon or in a manner connected with the work under this Contract or with the use of completed work by the Municipality shall be paid by the Contractor. The Contractor and its sureties shall protect and hold the Municipality, and its officers, agents and employees, harmless against any and all demands made for such fees or claims brought or made by the holder of any invention or patent. Before final payment is made on the account of this Contract, the Contractor shall, if requested by the Municipality, furnish acceptable proof of a proper release from all such fees or claims. Should the Contractor, its agent, servants or employees, or any of them be enjoined from furnishing or using any invention, article, material or appliances supplied or required to be supplied or used under the Contract, the Contractor shall promptly substitute other articles, materials or appliances in lieu thereof of equal efficiency, quality, finish, suitability, and market value, and satisfactory in all respects to the Municipality. In the event that the Municipality elects, in lieu of such substitution, to have supplied and to retain and use any such invention, article, material or appliances as may be required to be supplied by the Contract, the Contractor shall pay such royalties and secure such valid licenses as may be requisite and necessary for the Municipality, its officers, agents, servants and employees, or any of them to use such invention, article, material or appliance without being disturbed or in any way interfered with by any proceeding in law or equity on account thereof. Should the Contractor neglect or refuse to make the substitution promptly or to pay such royalties and secure such licenses as may be necessary, then in that event the Municipality shall have the right to make such substitution or the Municipality may pay such royalties and secure such licenses and charge the Contractor even though final payment under the Contract may have been made. 1.06 HEADINGS Headings to parts, divisions, sections, paragraphs, subparagraphs and forms are inserted for convenience of reference only and shall not affect the interpretation of the Contract. 1.07 SUBCONTRACTORS Subcontractors to the Contractor will not be recognized as having a direct relationship with the Municipality, nor are subcontractors intended or incidental third -party beneficiaries to this Contract. The T/M25-90 00710 -8 GENERAL CONDITIONS � 0 0 persons engaged in the work, including employees of subcontractors and suppliers, will be considered employees of the Contractor and their work shall be subject to the provisions of the Contract. This Contract is between the Municipality and the Contractor. The Contractor will be responsible for performing all work shown on the Drawings and described in all sections of the Specifications. The Contract Documents have not been written with the intent of, and the Municipality shall not be a party to, defining the division of work between the Contractor and its subcontractors. The Contractor with its own organization shall perform work amounting to at least 33 percent of the original Contract Price. Before computing this percentage, however, the Contractor may subtract from the original Contract Price the costs of portions of the work to be subcontracted work that are designated herein, or approved by the Engineer, as specialty items. No work shall be subcontracted without written consent of the Engineer; provided, written consent shall not be required for subcontractors identified by the Contractor as part of its bid to perform the work under this Contract if the Municipality did not object to such subcontractors; and, provided further, written consent shall not be required for a subcontractor whose subcontract amount is less than three percent of the Contract Price or less than $250,000, whichever is the lesser amount. Each request to subcontract shall be on the form the Engineer provides. If requested by the Engineer, the Contractor shall provide documentation that the proposed subcontractor is experienced and equipped to do the subcontract work. The subcontractor shall be properly licensed, registered or certified, as applicable to perform the assigned work. The Contractor shall require each subcontractor to comply with all provisions of this Contract pertinent to the subcontract work, including minority/women business enterprise participation and affirmative action in employment. Consent to subcontract any portion of the work shall not relieve the Contractor of any responsibility for performance of the Contract. Subcontracting shall create no contract between the Municipality and the subcontractor, nor shall the subcontractor have any rights against the Municipality by reason of its subcontract with the Contractor. The Contractor shall be responsible for all work and material furnished, and no subcontract shall in any case release the Contractor of its obligations or liability under this Contract and the Performance and Payment Bond. Before payment on each monthly partial payment request and the final payment, the Contractor shall submit the affidavits identifying amounts paid to and owed to, as applicable, minority and women business enterprises as required by paragraph 00710 -9.01 herein. If dissatisfied with any part of the subcontracted work, the Engineer may request in writing that the subcontractor be removed. The Contractor shall comply with this request at once, shall not employ the subcontractor for any further work under the Contract, and shall have no claim whatsoever against the Municipality on account of such removal. 1.08 DISRUPTIONS CAUSED BY LABOR OR OTHER DISPUTES The Contractor shall take all reasonable steps to prevent all disputes arising from the presence of or the performance of work by the Contractor and any of its subcontractors or suppliers from: (1) disrupting the work under this Contract; (2) interfering with access to the Municipality's property by the Municipality, including its agents, representatives, employees and officials; (3) interfering with access and work by any other contractors engaged In construction activities; and, (4) interfering with access to property by members of the public. If such a dispute disrupts the work under this Contract or interferes in any way with access to the Municipality's property or to the site of the work by any persons, the Contractor shall promptly and expeditiously take all reasonable actions to eliminate or minimize such disruption or interference, including but not limited to: (1) utilizing all reasonable means to prevent all unlawful conduct or picketing, and restricting all lawful picketing or other activities to a single entrance to the property or site of the work; (2) posting notices or signs which advise interested persons and labor organizations that a particular entrance to the property or site of the work is for the employees of "primary" or, as the case may be, "neutral" employers; (3) policing entrances to ensure that only authorized personnel use the entrances; (4) notifying all interested labor organizations of the "primary" or "neutral" status of particular entrances; (5) upon request of the Municipality, altering or rerouting the access to the site; and (6) in the event of any such picketing or activity T/M25 -90 00710 -7 GENERAL CONDITIONS is unlawful or has a secondary impact upon the employees of neutral employers, promptly and expeditiously taking appropriate action to seek recourse through the appropriate governmental agency or state or federal courts to limit the location of such picketing or activity so as to reduce the impact thereof upon neutral employers. The Municipality will cooperate with the Contractor to accomplish the foregoing actions and will render assistance as may be in the best interests of the Municipality. However, the Municipality shall have the right, without providing additional compensation to the Contractor, to direct the Contractor to modify any of the foregoing actions the Contractor has taken or plans to take or to overrule such actions, to designate the entrances to be used as "primary" or "neutral" entrances, and to take appropriate legal action in order to protect the Municipality's property and interests. Neither the failure of the Municipality to request that the Contractor take a specific action nor the exercise by the Municipality of its rights hereunder shall modify or constitute a defense to or waiver of the obligations imposed upon the Contractor in this paragraph. Failure by the Contractor to take the actions described above or to comply with the directives of the Municipality shall be considered a material breach of this Contract and the Municipality shall have all rights provided by law and in this Contract for such breach. In any event, to the maximum extent permitted by law, the Contractor shall be liable for and shall defend, indemnify, save and hold harmless the Municipality and its agents, representatives, employees and officials from: (1) all claims, suits, or actions brought against the Municipality by any third party (including, but not limited to, contractors, licensees and invitees of the Municipality), including the costs of the same and attorney's and consultant's fees, which claims, suits, actions, damages or costs are caused in whole or in part by any dispute which disrupts the work hereunder or otherwise interferes with access to Municipality property; (2) all damages sustained by the Municipality, including but not limited to the costs incurred by the Municipality in relocating or rerouting access to Municipality property and for taking other actions required to maintain the uninterrupted progress of work under this Contract or other contracts and the uninterrupted operations of Municipality facilities; and (3) all extra costs incurred by the Municipality in administering this Contract, including attorney's and consultant's fees, arising from such disruptions or Interference. The term "dispute" as used in this paragraph 00710 -1.08 includes labor - related and non labor - related disputes, whether or not the person or other entities involved In the dispute have an employment relationship with either the Contractor or the Municipality. Examples of such disputes Include, but are not limited to, informational or other picketing, and all other forms of concerted or nonconcerted activity. The Municipality shall be entitled to recover from the Contractor all of the attorney's fees and costs Incurred by the Municipality in establishing or enforcing the Municipality's right to Indemnity under this paragraph 00710 -1.08. 1.09 INTERPRETATION OF CONTRACT DOCUMENTS In the event of any conflict or Inconsistency between any of the Contract Documents, the conflict or inconsistency shall be resolved upon the governing document. The hierarchy of the documents is listed below, with each document governing over those listed below it: 1. Part D - Addenda 2. Part A - Bidding Requirements and General Conditions 3. Change Orders 4. Part B - Technical Specifications 5. Part C - Contract Drawings 1.10 INTENT OF CONTRACT The intent of the Contract is to prescribe a complete work. The Contractor shall provide, coordinate and supervise all labor, services, materials, tools, equipment, transportation, supplies and incidentals required to complete all work In compliance with the requirements of the Contract. The Contract Price, whether lump sum or unit prices or a combination thereof, shall be full pay for all work and materials required to fully complete the Contract work. T/M25 -90 00710-8 GENERAL CONDITIONS 1.11 ARCHAEOLOGICAL AND HISTORICAL PRESERVATION The Contractor shall comply fully with the requirements set forth in Chapter 27.53 RCW entitled Archaeological Sites and Resources. The Contractor shall immediately notify the Engineer if any artifacts, skeletal remains or other archaeological resources (as defined under RCW 27.53.040) are unearthed during excavation or otherwise discovered on the site of the work. If directed by the Engineer, the Contractor shall immediately suspend any construction activity which, in the opinion of the Engineer, would be in violation of Chapter 27.53 RCW. The suspension of work shall remain in effect until permission to proceed has been obtained by the Engineer from the State Historic Preservation Officer or private landowner, as applicable. 1.12 WATER POLLUTION CONTROL REQUIREMENTS The Contractor shall comply with and be liable for all penalties, damages and violations under Chapter 90.48 RCW in the performance of this work. By submitting a bid for and entering into this Contract, the Contractor has thereby assured the Municipality that the Contractor has knowledge of, understands and will comply with the provisions and requirements of Chapter 90.48 RCW, Including any regulations issued pursuant thereto. The Contractor shall also perform its work in compliance with water pollution control requirements as may be set forth in this Contract and as may be a part of any permit or other authorization Issued or obtained for this Contract. 1.13 RIGHTS OF WAY All rights of way to be provided by the Municipality for use by the Contractor and for the completed work shall be set forth in the Specifications and may be shown on the Drawings. The Contractor's construction activities shall be confined within the identified rights of way, unless the Contractor makes arrangements for use of additional public and /or private property and complies with this paragraph 00710- 1.13. The Contractor shall comply with all requirements set forth in such rights of way documents and in the Contract applicable to the performance of work hereunder. The Contractor shall provide written notice to the Engineer of the dates of commencement and completion of work on each right of way provided by the Municipality. If the Contractor fails to diligently prosecute and complete the work on each such right of way and, as a result of such failure, the Municipality becomes obligated to pay additional amounts for the use of such right of way, the Contractor shall be charged such additional costs in accordance with paragraph 00710 -7.03. Upon completion of use of each right of way, the Contractor shall provide the Engineer with a written release signed by such owner, or authorized agent therefor, stating that the owner has no claims whatsoever against the Municipality on account of the Contractor's use of such right of way. Such release shall be on the form set forth in the Specifications. If the Contractor makes arrangements for use of such additional public and /or private property, the Contractor, prior to using such property, shall provide the Engineer with written permission of the owner, or duly authorized agent of such owner, for such use. Upon completion of use of such property, the Contractor shall provide the Engineer with a written release signed by such owner or authorized agent therefor stating that the owner has no claims whatsoever against the Municipality on account of the Contractor's use of such property. Such release shall be on the form set forth in the Specifications. The Contractor shall save the Municipality harmless from all suits and legal proceedings of every kind and description that might result from use of or damage to rights of way and public and /or private property by the Contractor. The Contractor shall comply with all laws, rules, regulations, ordinances, resolutions or directives relating to its use of public rights or way, streets or highways; and its use of same shall not disturb the rights and property of adjacent property owners. 1.14 ENVIRONMENTAL MITIGATION PLAN If and as required in the Specifications, the Contractor shall prepare and submit to the Engineer, within 15 days after the effective date of Notice to Proceed, a plan by which the Contractor and its subcontractors shall ensure all environmental mitigation requirements shall be complied with during performance of the work under this Contract. The plan shall specifically address each such requirement. Failure to submit a complete environmental mitigation plan may result in suspension of work; delays, if any, resulting therefrom shall be considered avoidable delays, and additional costs, If any, resulting therefrom T/M25 -90 00710-9 GENERAL CONDITIONS shall be borne by the Contractor. Preparation of such a plan and compliance with all environmental mitigation requirements shall be deemed incidental to the work under this Contract and all costs therefor shall be included in the Contract Price. 1.15 COMPLIANCE WITH REQUIREMENTS The Engineer will not approve payments for portions of the work not performed in full compliance with provisions of the Contract, laws, ordinances, resolutions, regulations, permits and /or easements and will withhold such payments from monthly progress payments to the Contractor. At any time prior to final payment by Metro, the Contractor shall have the right to present to the Engineer written evidence explaining why such withheld payments should be paid. Such evidence shall include a record of compliance and mitigation steps taken by the Contractor to avoid subsequent incidents of non - compliance and to reduce the effects of the previous Incidents of non - compliance. The Contractor shall be responsible, and have no claim whatsoever against the Municipality, for all costs and effects of delays resulting or arising from suspension and /or stop work orders issued by the Engineer and /or any governmental authority as a result of incidents of non - compliance by the Contractor and /or its subcontractors and suppliers. 1.16 CONFLICTS OF INTEREST AND NON - COMPETITIVE PRACTICES Consistent with the Municipality's Resolution No. 2613, the Contractor agrees as follows: A. CONFLICT OF INTEREST The Contractor, by entering Into this Contract with the Municipality to perform or provide work, services or materials, has thereby covenanted that it has no direct or indirect pecuniary or proprietary interest, and that it shall not acquire any interest, which conflicts in any manner or degree with the work, services or materials required to be performed and /or provided under this Contract and that it shall not employ any person or agent having any such interest. In the event that the Contractor or its agents, employees or representatives hereafter acquires such a conflict of Interest, it shall immediately disclose such interest to the Municipality and take action immediately to eliminate the conflict or to withdraw from this Contract, as the Municipality may require. B. CONTINGENT FEES AND GRATUITIES The Contractor, by entering into this Contract with the Municipality to perform or provide work, services or materials, has thereby covenanted: 1. That no person or selling agency except bona fide employees or designated agents or representatives of the Contractor has been employed or retained to solicit or secure this Contract with an agreement or understanding that a commission, percentage, brokerage, or contingent fee would be paid; and 2. That no gratuities, in the form of entertainment, gifts or otherwise, were offered or given by the Contractor or any of its agents, employees or representatives, to any official, member or employee of the Municipality or other governmental agency with a view toward securing this Contract or securing favorable treatment with respect to the awarding or amending, or the making of any determination with respect to the performance of this Contract. 1.17 PROHIBITION ON SOUTH AFRICAN PRODUCTS Pursuant to Resolution No. 5250 of the Municipality, the Contractor shall not acquire products manufactured or fabricated in the Republic of South Africa for Installation or construction under this Contract. Failure to comply with this requirement shall be a material breach of this Contract and the Municipality may exercise all rights and remedies available to it under this Contract and by law on account of such breach. T/M25 -90 00710 -10 GENERAL CONDITIONS PART 2 - MUNICIPALITY - CONTRACTOR RELATIONS 2.01 AUTHORITY OF MUNICIPAUTY A. GENERAL The Municipality, acting through the Director and the Engineer, shall be the sole judge of the work and materials with respect to both quantity and quality as set forth In the Contract. It is expressly stipulated that the Drawings, Specifications and other Contract Documents set forth the requirements as to the nature of the completed work and do not purport to control the means or method of performing work except in those Instances where the nature of the completed work Is dependent on the method of performance. The Director will designate the Engineer and notify the Contractor in writing. B. AUTHORITY OF DIRECTOR OF TECHNICAL SERVICES 1. General. The Director shall act on behalf of the Municipality on change orders, extensions in time, progress payments, contract interpretation and administrative decisions, acceptability of the Contractor's work, early possession, assessment of damages and all other matters related to administration of this Contract. 2. Change Orders. The Director shall accept or reject change orders. 3. Progress Payments. The Director shall accept or reject requests for progress payments which have been submitted by the Contractor and recommended by the Engineer. 4. Contract Decisions. Should the Contractor disagree with the Engineer's decision with respect to the Contract, the Contractor may request that the Director review the Engineer's decision and make a determination on behalf of the Municipality in the manner provided under paragraph 00710 -2.04 G.2. 5. Acceptability of Work. The Director shall make determinations of the acceptability of the work. The Director also shall accept or reject the Engineer's recommendations regarding retention of defective work as provided In paragraph 00710 -4.09. 6. Early Possession. The Director shall determine whether to take early possession in accordance with paragraph 00710 -6.05. 7. Assessment of Damages. The Director shall determine amounts to be assessed as damages hereunder. C. AUTHORITY OF ENGINEER 1. General. The Engineer is the construction site representative of the Municipality. The Director has delegated the authority to the Engineer to make initial decisions regarding questions which may arise as to the quality or acceptability of materials and work furnished, the manner of performance and the rate of progress of the work under the Contract. The Engineer interprets the intent and meaning of the Contract and makes initial decisions with respect to the Contractor's fulfillment of the Contract and the Contractor's entitlement to compensation. The Contractor shall look initially to the Engineer in matters relating to compliance with Contract requirements. The Engineer's decisions are subject to review by the Director in accordance with paragraph 00710 -2.04 G.2. 2. Inspection of Construction. The Engineer and its designated representative(s) shall have access to the work and to the site of the work and to the places where work is being prepared or where materials, supplies, equipment, machinery and other items are being obtained for the work. If requested by the Engineer, the Contractor shall provide the assistance necessary for obtaining such access, and shall provide information related to the inspection of construction. Absence of such access or information, as and when needed, will result in the non - acceptance of the work. 3. Change Orders. The Engineer has the authority only to initiate or recommend proposed change orders. All change orders are subject to review and approval oy the Director. 4. Progress Payments. The Engineer has the authority to process payment requests submitted by the Contractor and recommend payment in accordance with paragraph 00710 -7.01. 5. Possession. The Engineer has the authority to recommend the taking possession by the Municipality of completed portions of the work, in accordance with paragraph 00710 -6.05. T/M25 -90 00710 -11 GENERAL CONDITIONS D. USE OF CONTRACTOR'S PLANT AND EQUIPMENT The Director shall have the right to make use of the Contractor's plant and equipment for the performance of work at the site. The Municipality agrees that such use of plant and equipment will be considered as extra work and paid for accordingly, unless such use is necessary to protect or preserve the work from damage threatened or caused by acts of Nature or Contractor breach of contract. 2.02 AUTHORITY OF CONTRACTOR A. CONTRACTOR'S REPRESENTATIVE The Contractor shall in writing notify the Engineer of the name of the Contractor's Representative. The Contractor's Representative shall supervise the work to ensure that the Contractor carries out the provisions of the Contract and provides all necessary supplies, services, materials, equipment, tools and labor without delay. The Contractor's Representative shall have the authority to act for the Contractor in all matters relating to this Contract unless the Municipality is advised in writing of limitations on said authority. The Contractor shall provide full -time supervision whenever its employees, subcontractors or suppliers are performing work under this Contract. B. CONSTRUCTION PROCEDURES The Contractor shall actively supervise and direct the work at all times. The Contractor shall determine the means, methods, techniques, sequences and procedures of construction, except in those instances where the Contract Documents, to define the quality or sequencing of an item of work, specify a means, method, technique, sequence or procedure for construction of that item of work. 2.03 RESPONSIBILITIES OF CONTRACTOR A. SUBCONTRACTORS, MANUFACTURERS AND SUPPLIERS The Contractor shall be responsible for the adequacy, timeliness, efficiency and sufficiency of its subcontractors, manufacturers, suppliers and their employees. References in the Contract, if any, to actions required of subcontractors, manufacturers, suppliers, or any person other than the Contractor, the Municipality or the Engineer shall be interpreted as requiring that the Contractor shall require such subcontractor, manufacturer, supplier or person to perform the specified action. B. CONTRACTOR'S EMPLOYEES The Contractor shall be responsible for the adequacy, timeliness, efficiency and sufficiency of its employees. Workers shall have sufficient knowledge, skill and experience to perform properly the work assigned to them. The Contractor's and Its subcontractor's employees shall be properly licensed, registered or certified, as applicable, to perform their assigned work. Upon request of the Engineer, the Contractor shall provide copies of licenses, registrations or certifications held by its employees. In addition, any such employee determined by the Engineer in writing not to be sufficiently qualified to perform assigned work or not to be appropriately cooperative with the Engineer shall be removed by the Contractor from all work under this Contract. C. PAYMENT FOR LABOR AND MATERIALS The Contractor shall pay and require its subcontractors to pay any and all accounts for labor including workers compensation premiums, state unemployment and federal social security payments and other wage and salary deductions required by law. The Contractor also shall pay and cause its subcontractors to pay any and all accounts for services, equipment, and materials used by it and its subcontractors during the performance of work under this Contract. Such accounts shall be paid by the Contractor as they become due and payable. If requested by the Engineer, the Contractor shall promptly furnish proof of payment of such accounts. D. ATTENTION TO WORK The Contractor, acting through its Representative, shall give personal attention to and shall manage the work so that it shall be prosecuted faithfully and completed in accordance with all requirements T/M25 -90 00710 -12 GENERAL CONDITIONS Safety Standards" published by the Washington State Department of Labor and Industries. The Contractor shall maintain at the work site office or other well known place at the work site all materials (e.g., a first aid kit) necessary for giving first aid to the Injured, and shall establish, publish and make known to all employees procedures for ensuring immediate removal to a hospital or a doctor's care, persons, including employees, who may have been Injured on the site. Employees shall not be permitted to work on the site before the Contractor has established and made known procedures for removal of Injured persons to a hospital or a doctor's care. If the Contractor's and /or any subcontractors work crew consists of five or more employees, the Contractor shall ensure that at least one of such employees has a valid, effective first aid card. In order to protect the lives and health of employees performing work under this Contract, the Contractor shall comply with the Federal Occupational Safety and Health Act of 1970 (OSHA), including all revisions, amendments and regulations issued thereunder, and the provisions of the Washington Industrial Safety Act of 1973 (WISHA), including all revisions, amendments and regulations issued thereunder by the Washington State Department of Labor and Industries. The WISHA regulations shall apply (without limitation) to all excavation, trenching and ditching operations. In case of conflict between any such requirements, the more stringent regulation or requirement shall apply. The Contractor shall prepare a written "Safety Program" demonstrating the methods by which all applicable safety requirements will be met. The Contractor shall ensure its subcontractors have a written "Safety Program" or formally adopt the Contractor's "Safety Program ". The Contractor shall designate a Safety Officer who shall be responsible for proper implementation of the "Safety Program ". The Contractor shall submit a copy of its "Safety Program" to the Engineer as required in the Specifications. The Contractor shall conduct a monthly safety meeting with all subcontractors and others on the site performing work hereunder to discuss general and specific safety matters. The Contractor shall provide written notice of each meeting to the Engineer. The Contractor shall provide the Engineer with a record of each meeting, including a sheet on which each attendee signed in and a list of the matters discussed. The Contractor shall conduct weekly safety meetings ( "tool box talk ") with employees of the Contractor and subcontractors. The Contractor shall provide written notice of each meeting to the Engineer. The Contractor shall provide the Engineer with a copy of the sheet on which each attendee signed in and a description of the safety topics discussed at the meeting. F. PUBLIC SAFETY AND CONVENIENCE The Contractor shall conduct its work so as to ensure the least possible obstruction to vehicular traffic and inconvenience to the general public and the residents in the vicinity of the work and to ensure the protection of persons, property and natural resources. No road or street shall be closed to the public except with the permission of the Engineer and the proper governmental authority. Fire hydrants on or adjacent to the work shall be accessible to fire fighting equipment at all times. Temporary provisions shall be made by the Contractor to ensure the safe use of sidewalks, private and public driveways and proper T /M25-90 00710 -13 GENERAL CONDITIONS functioning of gutters, sewer inlets, drainage ditches and culverts, irrigation ditches and natural water courses, if any, on the work site. G. SANITATION The Contractor shall comply with WAC 296- 155 -140 establishing sanitation standards in the construction industry. H. HAZARDOUS MATERIALS The Contractor shall conduct Its work to meet the requirements set forth in the Specifications and any applicable laws or regulations related to hazardous materials encountered during performance of the work. Hazardous materials include asbestos, PCBs, radioactive materials, explosives and other materials deemed as such by regulatory agencies. If the material proves positive as containing asbestos, such material shall be handled in compliance with WAC 296-62 -077 through 296- 62-07753. The Contractor shall give Immediate oral notice, and written notice within three days, to the Engineer upon the discovery of any such hazardous materials and proceed thereafter only as directed by the Engineer or as set forth in the Specifications. In case of any conflict between any such requirements, the more stringent requirement shall apply. 2.04 MUNICIPAUTY- CONTRACTOR COORDINATION A. SERVICE OF NOTICE Any notice, order, direction, request or other communication given by the Engineer or Director to the Contractor will be deemed to be well and sufficiently given to the Contractor if left at any office used by the Contractor or delivered to any of its officers, clerks or employees or posted at the site of the work or mailed to any post office addressed to the Contractor at the address given in the Contract or mailed to the Contractor's last known place of business. If mailed, any form of communication will be deemed to have given to and received by the Contractor a day after the day of mailing as evidenced by the postmark date. B. SUGGESTIONS TO CONTRACTOR Any plan or method of work suggested by any representative of the Municipality to the Contractor but not specified or required by the Contract Documents, If adopted or followed by the Contractor in whole or in part, shall be used at the risk and responsibility of the Contractor. The Director and the Engineer assume no responsibility therefor and in no way will be held liable for any defects in the work which may result from or be caused by use of such plan or method of work. C. COOPERATION WITH ENGINEER The Contractor, when requested, shall assist the Engineer in obtaining access to work which is to be inspected. The Contractor shall provide the Engineer with information requested in connection with the inspection of the work and administration of this Contract. D. COOPERATION OF OTHERS The Contractor agrees to permit entry to the site of the work by the Director, the Engineer, other employees of the Municipality, representatives of federal, state or local agencies, or other contractors performing work on behalf of the Municipality. The Contractor shall cooperate with the Municipality, other contractors and their employees and shall arrange its work and dispose of its materials in such a manner as not to interfere with the activities of the Municipality or of others upon the site of the work. The Contractor shall promptly mak3 good any Contractor- caused injury or damage that may be sustained by other contractors or employees of the Municipality and other agencies. The Contractor shall coordinate its work with that of others and perform its work in proper sequence in relation to that of others. If requested by the Contractor, the Engineer will arrange meetings with other contractors performing work on behalf of the Municipality to plan coordination of construction activities and to keep the Contractor Informed of the planned activities of other contractors. The Contractor shall attend such meetings if directed by the Engineer. T/M25-90 00710-14 GENERAL CONDITIONS " E. DEVIATION FROM CONTRACT The Contractor shall not make an alteration or variation in, addition to, or deviation or omission from the requirements of this Contract without the written consent of the Director. Unless such written consent expressly so provides, any such alteration, variation, addition, deviation or omission by the Contractor shall not result in any extra compensation or extension of time. The Director shall have the right to treat a deviation as a breach or default, if the Director determines the deviation to Jeopardize the integrity or quality of the work. F. PHYSICAL CONDITIONS The Contractor shall have full responsibility for physical conditions encountered during the work. The Contract Price shall be deemed to include all of the Contractor's costs to perform the work. G. CLAIMS 1. Determination by Engineer. Questions or claims regarding the meaning and intent of the Contract or arising from this Contract shall be referred by the Contractor in writing to the Engineer for decision within five days of the date in which the Contractor knows or should know of the question or claim. The Engineer will ordinarily respond to the Contractor in writing with its decision, but absent such written response the question or claim shall be deemed denied upon the tenth day following receipt by the Engineer. If the Contractor disagrees with the Engineer's decision or is of the opinion that the decision requires extra work, the Contractor shall, within five days thereafter, notify the Engineer in writing of the disagreement or of the claimed extra work involved and of the cost of said work. Failure of the Contractor to timely file a claim will operate as a complete waiver of the Contractor's right thereafter to pursue that claim in any forum. 2. Appeals to the Director of Technical Services. In the event the Contractor disagrees with any determination or decision of the Engineer, the Contractor shall, within 15 days of the date of such determination or decision, appeal the determination or decision in writing to the Director. Such written notice of appeal shall include all documents and other information necessary to substantiate the appeal. The Director will review the appeal and will transmit a decision in writing to the Contractor within 30 days from the date of receipt of the appeal, or the appeal will be deemed denied on the 30th day. Failure of the Contractor to appeal the decision or determination of the Engineer within said 15 -day period will constitute a waiver of the Contractor's right to thereafter assert any claim resulting from such determination or decision. Appeal to the Director shall be a condition precedent to litigation under paragraph 00710 -2.04 G,3. 3. Jurisdiction and Venue. All claims, counterclaims, disputes and other matters in question between the Municipality and the Contractor that are not resolved between the Director and the Contractor, or waived, will be decided in the Superior Court of King County, Washington, which shall have exclusive jurisdiction and venue over all matters in question between the Municipality and the Contractor. This Contract shall be interpreted and construed in accordance with the laws of the state of Washington. 4. Litigation Costs. As a condition precedent to any litigation under paragraph 00710- 2.04 G.3, for all claims arising under this Contract or arising out of the work under this Contract, the party asserting a claim against the other must in a written notice state the following: a. the dollar amount of the claim; and b. the specific legal bases and /or contract sections upon which the claim is If in any subsequent legal action the claiming party recovers less than ninety percent (90%) of the amount claimed, the claiming party shall pay to the other that other party's attorneys' fees, expert witness and consultant fees and all other litigation costs, in such proportion as the difference between the amount claimed and the principal amount recovered bears to the amount claimed. This paragraph shall not apply to claims relating to defective work (paragraph 00710 -4.09) or guarantees (paragraph 00710 - 4.11). 5. No Consequential Damages. No claim for equitable adjustment, extra work or any other claim arising from this Contract will be made by the Contractor or allowed by the Municipality for the recovery of consequential damages, including (without limitation), lost profits, lost opportunities or the like. made. T /M25.90 00710-15 GENERAL CONDITIONS Pending final decision of a dispute hereunder, the Contractor shall proceed diligently with the performance of the Contract and in accordance with the direction of the Director. Failure to comply precisely with the time deadlines under this paragraph 00710 -2.04 G as to any claim shall operate as a waiver and release of that claim and an acknowledgement of prejudice to the Municipality. PART 3 - SPECIFICATIONS AND DRAWINGS 3.01 INTERPRETATION OF SPECIFICATIONS AND DRAWINGS The Specifications and Drawings are intended to be explanatory and supportive of each other. Work specified on such Drawings and not in such Specifications, or vice versa, shall be executed as If specified in both. In the event the work to be done or matters relative thereto are not sufficiently detailed or explained in the Contract, the Contractor shall apply to the Engineer for further explanations as may be necessary and shall conform thereto so far as may be consistent with the terms of the Contract. The Contractor shall refer issues or questions regarding the true meaning of such Specifications or Drawings to the Engineer for decision. The Specifications and Drawings are divided into groups for convenience. These divisions are not for the purpose of apportioning work or responsibility for work among subcontractors, suppliers and manufacturers. The Contractor is responsible for all work shown, specified or described, regardless of location(s) in the Contract. 3.02 DISCREPANCIES IN SPECIFICATIONS AND DRAWINGS A. ERRORS AND OMISSIONS if the Contractor, in the course of the work, becomes aware of any errors or omissions in the Contract or in the Municipality's field work, the Contractor shall immediately inform the Engineer in writing. The Engineer will promptly review the matter and if the Engineer finds an error or omission has been made, the Engineer will determine the corrective actions and advise the Contractor accordingly. If the corrective work associated with an error or omission increases or decreases the amount of work called for in the Contract, the Contractor shall prepare or request in writing that the Engineer prepare an appropriate change order in accordance with paragraph 00710 -7.02 for submittal to the Director for approval. After discovery by the Contractor of an error or omission, related work performed by the Contractor shall be done at its own risk unless authorized by the Engineer. B. CONFLICTING PROVISIONS In cases of conflict between the Specifications and Drawings, the Specifications shall govern. Figure dimensions on such Drawings shall govern over scale dimensions and detail drawings shall govern over general drawings. In the event an item of work is described differently in two or more locations on such Drawings or in such Specifications, the Contractor shall immediately notify the Engineer in writing and request clarification. Upon request of the Engineer, the Contractor shall submit in writing to the Engineer the description upon which the Contractor relied in preparing its bid or laying out the work, excerpts from its bid worksheets and all information supporting the Contractor's claim of reliance. If the Engineer directs the Contractor to perform work in a manner other than that contemplated by the Contractor in preparing its bid or laying out the work, the Contractor will request in writing that the Engineer prepare a change order. In this event, the Contractor shall submit to the Engineer such supporting Information, including bidding or layout documents, as may reasonably be necessary for the Engineer to determine whether the Contract Price and Contract Time should be increased or decreased or remain unchanged by the change order. 3.03 PROTECTION OF PUBLIC AND PRIVATE UTILITIES The Contractor shall protect from damage public and private utilities encountered during the work. Utilities and similar facilities and structures shall include, but not be limited to: sewer and storm drain systems; water distribution systems; electrical distribution systems; natural gas distribution systems; telephone, telegraph and CAN systems; fire alarm systems; petroleum pipe lines; steam distribution T/M25 -80 00710 -18 GENERAL CONDITIONS ir ' ( systems; traffic control systems; powerlines and appurtenances; railroad tracks and appurtenances; and, similar utilities, facilities, systems and structures. Removal, relocation and adjustment of utilities, facilities and structures where necessary to accommodate the work hereunder shall be performed in a manner satisfactory to the utility owner. If the Specifications or Drawings do not specifically provide for the payment for such removal, relocation and adjustment by the Municipality, then it shall be the Contractor's responsibility to perform such removal, relocation and adjustment and to bear all costs associated therewith without additional cost to the Municipality and within the Contract Price. The right is reserved to the Municipality and the owners of utilities, facilities and structures, or their authorized agents, to enter upon the site of the work hereunder for the purpose of making changes as are necessary for the rearrangement of their facilities, utilities and structures or for making necessary connections or repairs. The Contractor shall cooperate with work forces engaged in this work and shall conduct its operations in such a manner to avoid any unnecessary delay or hindrance to the work being performed by other work forces. Wherever necessary, the Contractor's work shall be coordinated with the rearrangement of utilities, facilities and structures, and the Contractor shall make arrangements with the owner of the utility, facility or structure for the coordination of the work. This coordination with others for the purpose of rearranging, relocating, or repairing facilities, structures, or utilities is to be anticipated and planned for by the Contractor and shall not be claimed as unavoidable delay by the Contractor, except as provided in paragraph 00710 -6.02 D permitting extensions of time for reasonable delays. The existence and approximate locations of underground utilities, facilities and structures, as determined from available public records, are shown or indicated on the Drawings; however, additional utilities, facilities and structures may be encountered and the locations of the utilities, facilities and structures may vary from the locations shown or indicated on the Drawings. The Contractor shall take the necessary precautionary measures to protect utilities, facilities and structures encountered during the work, whether they are shown or indicated on the Drawings or revealed during the course of the work hereunder. Failure by the Municipality to show or indicate the existence of utilities, facilities or structures on the Drawings shall not relieve the Contractor from the responsibility to make an independent review and exploratory investigation of the site of the work to ascertain the existence and location of utilities, facilities and structures, nor relieve the Contractor from all liability for any damages to such utilities, facilities and structures, or to the work, resulting from the Contractor's operations. Any depths of utilities indicated are approximations and for the Contractor's convenience only, and the Contractor's responsibility for damage as specified above shall not be altered due to the actual depth being different or other than that indicated in this Contract. Prior to beginning work, the Contractor shall give proper notification as required by RCW 19.122.030 to the agencies that have utilities in place, and shall cooperate with these agencies in the protection and relocation of underground utilities, facilities and structures. In all cases, and to the maximum extent allowed by law, public and private utilities damaged by the Contractor shall be repaired by the Contractor at the Contractor's own expense. All costs incurred as the result of the performance of the Contractor's obligations in this paragraph 00710 -3.03 shall be considered as incidental to the Contract, and the cost thereof shall be included in the Contract Price. 3.04 SUBMITTALS Where required by the Specifications, the Contractor shall submit specified information which will enable the Engineer to assess whether the Contractor's proposed materials, equipment or methods of work are in general conformance with the Drawings and Specifications. The Municipality will not be obligated to accept or pay for materials, equipment or work for which submittals are required herein, unless and until all submittals have been submitted and reviewed in accordance with the Specifications. When submitting information, the Contractor shall Identify and state reasons for each deviation from the Specifications and Drawings. If the Contractor neglects or fails to identify a deviation, the Contractor shall perform the work in compliance with the Specifications and Drawings regardless of any submittal review comments by the Municipality. Neglect or failure to identify each deviation shall prejudice the Municipality. T /M25 -90 00710 -17 GENERAL CONDITIONS The Municipality's cost of review of submittals for the same proposed materials, equipment or work shall be apportioned as follows: (1) the cost of review of the initial submittal and the first revised submittal shall be borne by the Municipality; and (2) the cost of all additional revised submittals shall be charged to the Contractor. The cost of review shall include, without limitation, administrative, design and engineering activities directly related to review of submittals. If a submittal requires further engineering or redesign efforts on the part of the Municipality, the cost of such efforts shall be charged to the Contractor; provided, the Contractor shall not be charged for such efforts if implementation of the submittal results in savings to the Municipality greater than the cost of such efforts. 3.05 CONTRACTOR'S COPIES OF CONTRACT DOCUMENTS The Engineer will furnish the Contractor within seven days after Notice to Proceed the following: five sets of the Contract Documents, one set of full -size drawings, and one set of full -size sepia reproducible drawings. The Contractor is advised that revisions incorporating changes by addenda will not be incorporated into the drawings furnished under the provisions of this paragraph. Additional copies of the Contract Documents, if required by the Contractor, will be furnished by the Municipality at cost. The Contractor shall keep at the construction site at least one set of Contract Documents and one set of full -size drawings which shall be available to the Engineer. PART 4 - MATERIAL, EQUIPMENT AND WORKMANSHIP 4.01 GENERAL A. Unless otherwise specifically stated in the Contract, the Contractor shall provide and pay for materials, labor, tools, equipment, water, light, power, heat, transportation, supervision, and temporary construction of any nature, and other services and facilities of any nature, whatsoever necessary, to execute, complete and deliver the work within the Contract Time. Construction work shall be executed in conformity with the best modern practice of the trade. Material and equipment shall be new and of a quality equal to or better than that specified. Equipment offered shall be current modifications which have been in successful regular operation under comparable conditions. B. The Contractor shall furnish to the Municipality any guarantee or warranty furnished as a normal trade practice in connection with the purchase by the Contractor or any subcontractor of any equipment, materials, or items required hereunder; provided, such guarantee or warranty shall be in addition to those specific guarantee or warranty requirements for particular equipment and /or work items indicated in the Specifications, and shall not relieve the Contractor of its obligations under paragraph 00710 -4.11. 4.02 PRODUCT DATA Data required for constructing, accepting, operating or maintaining parts of the work shall be provided by the Contractor when specified. Unless otherwise specified, such data shall be provided at the time the referenced material or equipment is delivered to the lob site. The data shall include (without limitation) such items as concrete reinforcing information, concrete pour joint information and forming details, product compliance certificates, operations manuals, maintenance procedures, parts lists and record drawings. Such data shall be provided as part of the work under this Contract and its acceptability determined under normal Inspection procedures. Product data will not be reviewed in the same manner as submittals. 4.03 QUALITY IN THE ABSENCE OF DETAILED SPECIFICATIONS Where the Contract requires that materials or equipment bb provided or that construction work be performed and detailed specifications of such materials, equipment or construction work are not set forth, the Contractor shall perform the work using materials and equipment of a sound quality, at least comparable to the materials and workmanship specified for the other parts of the work, from firms of established good reputations, and shall follow best practices in the performance of construction work. The work performed shall be in conformity and harmony with the intent to secure the best standard of construction and equipment of work as a whole and in part. T/M25-90 00710 -18 GENERAL CONDITIONS 4.04 MATERIAL AND EQUIPMENT SPECIFIED BY NAME A. GENERAL Except as provided in paragraph 000710 -4.04B below, when material or equipment is specified by one or more patents, brand names, or catalog numbers, it shall be understood that this is for purpose of defining the performance or other salient requirements, and shall be considered as if followed by the words "or equal," whether or not such words appear. Other materials or equipment, of equal or better capacities, quality and function, may be considered by the Engineer in Its sole discretion upon the Contractor's request for substitution. Requests for substitution shall be made in accordance with paragraph 00710 -4,05. B. SINGLE SOURCE AND PREQUALIFIED MATERIAL AND EQUIPMENT If material or equipment is specified as a single source or prequalified, the Municipality will not consider substitutions. 4.05 REQUESTS FOR SUBSTITUTION Except as provided in paragraph 00710 - 4.048, the Contractor may offer material or equipment of equal or better quality and performance in substitution for those specified. The Municipality will consider offers for substitution only from the Contractor and not from suppliers, distributors, manufacturers or subcontractors. If the offered substitution necessitates changes to or coordination with other portions of the work, the Contractor, as a condition of the Municipality's acceptance of the substitution, shall perform such changes or coordination at no additional cost to the Municipality. The Contractor's offers of substitution shall be made in writing to the Engineer and shall include sufficient data to enable the Engineer to assess the acceptability of the material or equipment for the particular application and requirements. The written offer of substitution shall Include all pertinent data describing the proposed product including, but not limited to, a statement on how the proposed product differs (if at all) from the specified product, details and drawings of all other portions of the work affected by the proposed product, a statement regarding the efficiency and appearance of the proposed product, a list of installations where the proposed product has been in successful operation and service, and such other information as may be required by the Engineer. Within 30 days after receipt of the offer of substitution, the Engineer will review the data submitted by the Contractor and advise the Contractor of any objections to the proposed product or of any additional information necessary to complete the review. The cost of review of an initial proposed substitution will be borne by the Municipality; the cost of review, including design and engineering review, of an additional or separate proposed substitution for the same material or equipment covered by an initial proposed substitution shall be charged to the Contractor. In addition, the cost of engineering or re- design efforts Incurred by the Municipality as necessary to acceptance of a proposed substitution shall be charged to the Contractor. While the Engineer might not take any objections to the proposed substitution, such action or determination shall not relieve the Contractor from responsibility for the efficiency, sufficiency, quality and performance of the substitute material or equipment, in the same manner and degree as the material and equipment specified by name. The Director shall be the sole Judge of whether the offered substitution is acceptable for the work and whether the changes to other portions of the work necessitated by the incorporation of the offered substitution are acceptable. 4.06 DEMONSTRATION OF COMPLIANCE WITH REQUIREMENTS A. INSPECTION AND TESTING The Contractor Is responsible to ensure all materials, equipment and workmanship comply with the Contract terms and conditions. Materials, equipment and workmanship which do not comply shall be corrected by the Contractor or by the Municipality at the Contractor's expense. T/M25 -90 00710-19 GENERAL CONDITIONS The burden of proof that the work, whether in progress or completed, complies with the Contract shall be on the Contractor. The Contractor shall be responsible for inspecting and testing of the component parts of the work, including Its subcontractors' work. The Contractor shall provide inspection and testing reports in the format and at the times requested by the Engineer. The Engineer shall be entitled to have its representatives present at all locations where Contractor or its subcontractors are engaged in the performance of the work, at any and all times, to review and inspect all aspects of their performance of the work and to perform or witness whatever tests are required by the Specifications. The Contractor shall cooperate with the Engineer's review and inspection of Contractor's performance. For inspections or tests to be witnessed by the Engineer or its designate, Contractor shall advise the Engineer of said inspection or test sufficiently in advance (but in any event no later than five (5) days prior to the date thereof for inspections and tests in the Seattle -King County metropolitan area and thirty (30) days prior to the date thereof if beyond said metropolitan area) to enable Engineer to attend. Inspection or non - inspection, or witnessing or non - witnessing, by the Engineer shall not be construed as acceptance of any part of the work or an assumption of risks or liability by the Municipality nor as relieving Contractor of its responsibilities for compliance with the Contract. In connection with the specific inspections or tests required by the Engineer pursuant to this Contract, any materials necessary for the safe and efficient performance of such inspections or tests shall be provided by the Contractor at no additional cost to the Municipality. Any other inspections or tests which may be required by the Engineer and are not indicated or referred to in this Contract may be compensated by change order. All tests performed for the Engineer shall be carried out so as not to unnecessarily interfere with the work. If the Contractor closes or covers any part of the work before the required inspection or witnessing has been performed or without agreement by the Engineer, the Contractor shall, if required by the Engineer, open or uncover such work for inspection or witnessing and reclose or recover, all at Contractor's expense. Work rejected by the Engineer shall be corrected by the Contractor at the Contractor's expense subject to claim by the Contractor in accordance with paragraph 00710 -2.04 G. The Contractor shall proceed with the correction to ensure completion of the work in accordance with the intermediate and final completion dates set forth in the Specifications. B. SAMPLES OF MATERIALS In cases where compliance with requirements for materials to be incorporated in the work requires laboratory examination or special testing, the Contractor shall provide samples or specimens to the Engineer. Such samples shall be taken in the presence of the Engineer if so requested. The Contractor shall inform the Engineer of the Contractor's schedule prior to all sample taking. Such samples or specimens shall be provided in ample time to permit making proper test analysis and examinations before the time at which it is desired to incorporate the material into the work. Tests of materials shall be conducted by an independent testing laboratory in accordance with the Specifications and at the Municipality's expense. In the absence of a specific test requirement, the Engineer will determine the appropriate standard test to be used. C. CERTIFICATION In cases where compliance of materials or equipment to requirements in the Specifications is not determinable through inspection and tests, the Contractor shall, at the direction of the Engineer, provide properly authenticated documents, certificates or other satisfactory proof of compliance. Such documents, cortifications and evidence shall include performance characteristics, materials of construction and the physical and chemical characteristics of materials. All costs associated with obtaining such documents, certifications and evidence shall be paid by the Contractor. D. INSPECTION AT POINT OF MANUFACTURING If inspection and testing of materials or equipment by the Engineer in the vicinity of the work is not practicable, the Specifications may require that such inspection and testing or witnessing of tests take T /M25 -00 00710 -20 GENERAL CONDITIONS 1 C C C place at the point of manufacture. In this case and also in the event that the remote inspection and testing is not specified herein and is subsequently requested by the Engineer, the required travel, subsistence, and labor expenses of the Engineer will be paid by the Municipality. If the Contractor requests the Engineer to inspect and test material or equipment at the point of manufacture, then the cost to the Engineer for travel, subsistence, and labor expenses shall be paid by the Contractor. E. TESTING AND COMMISSIONING OF COMPLETED WORK Testing and commissioning of all mechanical, electrical and Instrumentation systems and completed portions of the work functioning as a completed system and the entirety of the work functioning as a completed facility, shall be done in accordance with the requirements of the Specifications and in the presence of the Engineer. 4.07 STORAGE OF MATERIALS AND EQUIPMENT Materials and equipment shall be stored in accordance with the manufacturer's recommendation or (. as specified in the Specifications, so as to ensure the preservation of their quality and fitness for the work. Stored equipment and materials shall be located so as to facilitate inspection by the Engineer. The Contractor shall be responsible for damages that occur in connection with the care and protection of materials and equipment until final acceptance of the work. 4.08 MANUFACTURER'S DIRECTIONS Manufactured articles, material and equipment shall be transported, stored, applied, installed, connected, erected, adjusted, tested, operated and maintained as recommended by the manufacturer, unless otherwise specified herein. 4.09 DEFECTIVE WORK A. REINSPECTION OF WORK In the event the Engineer determines that a part of the work is defective, the Contractor shall be responsible for all costs to the Municipality for subsequent reinspection(s) of the defective work. For the purposes of this paragraph 00710 -4.09, the term "defective work" shall mean the work was not complete at the time of inspection or the work failed to comply with the requirements of the Contract. B. CORRECTION OF DEFECTIVE WORK If the Engineer determines through its inspection procedures that material, equipment or workmanship proposed for or incorporated in the work does not meet the requirements of the Contract, the Engineer will give written notice of the non - compliance to the Contractor. Within five days from the receipt of such notice, the Contractor shall undertake the work necessary to correct the deficiencies and to comply with the Contract. If the Contractor disagrees with the Engineer's determination and concludes that the corrective work should be covered by a change order, the Contractor shall set forth its claim in accordance with paragraph 00710 -2.04 G. C. RETENTION OF DEFECTIVE WORK The Director may retain work which is not in compliance with the Contract If the Director determines that such defective work is not of sufficient magnitude or importance to make the work dangerous or undesirable. The Director also may retain defective work if removal of such work is impractical or will create conditions which are dangerous or undesirable. Just and reasonable value for such defective work will be determined by the Director and appropriate deductions will be made in the payments due or to become due to the Contractor. Final acceptance will not act as a waiver of the Municipality's right to recover from the Contractor an amount representing the deduction for retention of defective work. 4.10 MATERIALS AND EQUIPMENT FURNISHED BY MUNICIPALITY Materials and equipment, if any, specified in the Specifications to be furnished by the Municipality shall be Installed by the Contractor. Furnishing of material and equipment by the Municipality will be C considered conclusive evidence of their acceptability for the purpose intended. If the Contractor discovers T /M25 -90 00710 -21 GENERAL CONDITIONS C defects in material or equipment furnished by the Municipality, the Contractor shall immediately notify the Engineer in writing. After such discovery, the Contractor shall not proceed with work involving Municipality - furnished materials and equipment unless otherwise authorized by the Engineer. Unless otherwise noted or specifically stated, materials and equipment furnished by the Municipality, which are not of local occurrence, are considered to be "FOB" railroad station or truck terminal nearest to the site of the work. The Contractor shall promptly unload, transport, store and protect such material and equipment from damage. The Contractor shall inspect such Municipality- furnished material and equipment on receipt and provide the Engineer with written acceptance for the incorporation of said material and equipment into the work. After receipt by the Contractor at the point of delivery, Municipality- furnished material and equipment shall form part of the work for purposes of the Contract, including risk of loss and damage, as if it had been supplied and stored by the Contractor. 4.11 GUARANTEE For a period of 365 days commencing on the date of final acceptance of the work under paragraph 00710 -7.05 or on the date of possession and use under paragraph 00710 -6.05 by the Municipality (but commencing only as to such portions of the work so possessed or used), the Contractor shall, upon the receipt of notice in writing from the Municipality, promptly correct any defective work. If the defective work cannot be corrected, or if the corrected work has been rejected by the Municipality, the Contractor shall promptly remove it from the site and replace it with non - defective work, all at no cost to the Municipality. The Municipality is hereby authorized to make such corrections if, ten days after giving of such notice to the Contractor, the Contractor has failed to make or undertake the corrections or removal /replacement with due diligence. In case of an emergency where, in the opinion of the Director, delay could cause serious loss or damage, corrections or replacement may be made prior to or concurrent with notice being sent to the Contractor. All expenses in connection with such corrections or replacement, including costs for professional services, will be charged to the Contractor. For defective work either corrected or replaced, this guarantee shall be extended for a period equal to the time of correction or replacement. For the purpose of this paragraph 00710 -4.11, acceptance of the work shall not extinguish any covenant or agreement on the part of the Contractor to be performed or fulfilled under this Contract which has not, in fact, been performed or fulfilled at the time of such acceptance. All covenants and agreements shall continue to be binding on the Contractor until they have been fulfilled. The guarantee provided in this paragraph 00710 -4.11 shall be in addition to those specific guarantee or warranty requirements for particular equipment and /or work items indicated in the Specifications, and in addition to any other rights or remedies available to the Municipality under this Contract or at law. 4.12 WARRANTY OF TiTLE No material, supplies, equipment or items for the work shall be purchased subject to any chattel mortgage or under a conditional sale or other agreement by which an interest therein or in any part thereof is retained by the seller or supplier. The Contractor shall warrant good title to all materials, supplies, equipment and items Installed or incorporated in the work, and upon completion of all the work shall deliver the same together with all improvements and appurtenances constructed or placed thereon by the Contractor to the Engineer free from any claims, liens, or charges. Neither the Contractor nor any person, firm, or corporation furnishing any material or labor for any work covered by this Contract shall have any right to lien upon any improvement or appurtenance thereon. Nothing contained in this paragraph 00710 -4.12, however, shall defeat or impair the right of the persons furnishing materials or labor to recover under any bond given by the Contractor for their protection or any rights under any law permitting such persons to look to funds due the Contractor in the hands of the Municipality. The provisions of this paragraph 00710 -4.12 shall be inserted or referenced in or otherwise made a part of all subcontracts and material contracts, and notice of its provisions shall be given to all persons furnishing materials for the work when no formal contract is entered Into for such materials. T /M25 -90 00710-22 GENERAL CONDITIONS PART 5 - LIABILITY, INDEMNIFICATION, AND INSURANCE 5.01 LIABILITY AND INDEMNIFICATION To the maximum extent permitted by law, the Contractor shall be liable for all damages and injury which shall be caused to owners of property on or in the vicinity of the work or which shall occur to any person or persons or property whatsoever arising out of the performance of this Contract, whether or not such damage or injury be caused by negligence of the Contractor and whether or not such damage or injury be caused by the inherent nature of the work specified. To the maximum extent permitted by law, the Contractor shall indemnify and hold the Municipality and all of its officers, principals, agents and employees harmless from any liability whatsoever for any injuries to persons or property arising out of the performance of this Contract; provided, however, that if (and only if) the provisions of RCW 4.24.115 apply to the work and any such injuries to persons or property arising out of performance of this Contract are caused by or result from the concurrent negligence of Contractor or its agents or employees, and the Municipality or its agents or employees, the indemnification applies only to the extent of the negligence of the Contractor, its agents or employees. The Contractor specifically assumes potential liability for actions brought by the Contractor's own employees against the Municipality and for that purpose the Contractor specifically waives any immunity under the workers compensation act, RCW Title 51; and the Contractor recognizes that this waiver was specifically entered into pursuant to the provisions of RCW 4.24.115 and was the subject of mutual negotiation. In case any suit or legal proceedings shall be brought against the Municipality or any of its officers, principals, agents or employees on account of loss or damage sustained by any person or property as a result of the performance of this Contract, whether or not such injuries or damage be due to the negligence of the Contractor and whether or not such injuries or damage be caused by the inherent nature of the work specified, the Contractor agrees to assume the defense thereof and to pay all expenses connected therewith and all judgements that may be obtained against the Municipality or any of its officers, principals, agents or employees in such suits or legal proceedings. In the event that any lien Is placed upon the property of the Municipality or any of its officers, principals, agents or employees as a result of such suits or legal proceedings, the Contractor agrees to at once cause the same to be dissolved and discharged by giving bond or otherwise. Certain kinds of incidents may result in claims which create special problems for the Municipality. Therefore, in addition to the amounts required by Chapter 60.28 RCW to be withheld from the progress payments to the Contractor, if the Contractor or its insurance carrier does not respond in a reasonable time or manner, the Municipality may, in its sole discretion, (1) withhold amounts sufficient to pay the amount of any property damage or bodily injury claim and /or (2) pay any property damage claim of which the Municipality may have knowledge, regardless of the informalities of notice of such claim, arising out of the performance of this Contract. The terms "property damage claim" and "bodily injury claim" shall not include any claim by persons furnishing supplies or materials or performing labor under the Contract. An amount withheld will be held until the Contractor secures a written release from the claimant, obtains a court decision that such claim is without merit, or satisfies any judgment in favor of the claimant on such claim. In addition, the Contractor shall reimburse and otherwise be liable for claims costs incurred by the Municipality including without limitation costs for claims adjusting services, attorneys, engineering and administration. 5.02 INSURANCE A. EVIDENCES AND CANCELLATION OF INSURANCE Prior to execution of the Contract and prior to expiration of Insurance coverages, the Contractor shall file with the Municipality evidences of insurance from the insurer(s) certifying to the coverage of all insurance required herein. All evidences of insurance must be certified by a properly authorized officer, agent, general agent or qualified representative of the insurer(s) and shall certify the name of the insured, the type and amount of insurance, the location and operations to which the insurance applies, the expiration date, and that the insurer(s) shall give, by registered mail, notice to the Municipality at least 30 days prior to T/M25 -00 00710 -23 GENERAL CONDITIONS the effective date of any cancellation, lapse or material change In the policy. Any failure to mall such notice shall not relieve the Insurance company, its agents or representatives from obligations and /or liability hereunder. The Contractor shall, upon demand of the Municipality, deliver to the Municipality all such policies of insurance and the receipts for payment of premiums thereon; and should the Contractor neglect so to obtain and maintain In force any such Insurance or deliver such policies and receipts to the Municipality, then the Municipality shall request that the Contractor deliver a specific action plan to acquire such insurance and /or deliver policies and receipts within three days or before any further performance hereunder, whichever Is first. Failure to provide such policies of insurance within a time acceptable to the Municipality shall entitle the Municipality to suspend or terminate the Contractor's work hereunder in accordance with paragraph 00710 -6.04. Suspension or termination of this Contract shall not relieve the Contractor from its Insurance obligations hereunder. B. INSURANCE REQUIREMENTS The Contractor shall obtain and maintain the minimum Insurance set forth below. By requiring such minimum insurance, the Municipality shall not be deemed or construed to have assessed the risks that may be applicable to the Contractor under this Contract. The Contractor shall assess Its own risks and, if it deems appropriate and /or prudent, maintain greater limits and /or broader coverage. 1. General Liability. a. Bodily Injury Liability affording limits of liability of $1,000,000 each occurrence and $1,000,000 aggregate, for bodily Injury or death suffered or alleged to have been suffered by any person or persons by reason of or in the course of operations under the Contract. b. Property Damage Liability affording limits of $1,000,000 each occurrence and $1,000,000 aggregate, for damages to property suffered or alleged to have been suffered by any person or persons by reason of or in the course of operations under the Contract. c. If such Insurance is written on a Combined Single Limit (CSL) basis, the limit of liability required is $2,000,000 per occurrence, $2,000,000 aggregate, CSL 2. Automobile Liability. a. Bodily injury Liability affording limits of liability of $500,000 each person and $1,000,000 each accident, for bodily Injury or death suffered or alleged to have been suffered by any person or persons by reason of or in the course of operations under the Contract. b. Property QQmage Liability affording limits of $250,000 each accident, for damages to property suffered or alleged to have been suffered by any person or persons by reason of or in the course of operations under the Contract. c. If such insurance is written on a Combined Single Limit (CSL) basis, the limit of liability required is $1,000,000 per accident, CSL 3. The liability Insurance In paragraph 00710 -5.02 B.1 and B.2 shall indemnify the Contractor, the Municipality and its officers, officials, agents and employees against loss from liability imposed by law upon, or assumed under agreement by the Contractor and /or its subcontractors for damages on account of bodily injury, property damage and /or other damages. Such Insurance shall include: (1) personal injury; (2) blanket contractual; (3) broad form property damage; (4) products and completed operations liability; (5) owned and non -owned vehicles and equipment; and (6) Washington stop- gap (Employer's Liability). Such insurance shall not exclude explosion, collapse, or underground hazards (X,C,U). 4. Additional coverages required: a. Whenever the work under this Contract Includes 'professional services ", the Contractor shall maintain the appropriate Professional Liability, affording limits of liability of $500,000 each claim and $1,000,000 aggregate for damages sustained by reason of or In the course of operations under the Contract, whether occurring by reason of acts, errors or omissions of the Contractor. T/M25 - 90 00710-24 GENERAL CONDITIONS 7 b. Whenever the Contractor has vehicles, equipment or other property of the Municipality in Its care, custody or control, the Contractor shall maintain Garage Keepers Legal Liability, or other appropriate legal liability coverage, affording limits of liability equal to the maximum value of all property of the Municipality in the Contractor's care, custody or control or $50,000 per occurrence, whichever is greater. Coverage shall be on an "all risk' form. c. Whenever the work under this Contract Involves advertising activities, the Contractor shall maintain Advertisers Professional Liability affording limits of $500,000 each occurrence, $1,000,000 aggregate. d. Whenever the work under this Contract Involves construction on premises of the Municipality, the Contractor shall provide Owners' and Contractors' Protective coverage for limits as stated in subparagraphs 1, 2 and 3 above. e. Whenever the work under this Contract involves the use of watercraft, the Contractor shall: (1) provide Protection & Indemnity coverage affording a liability limit of $1,000,000 per occurrence and such insurance shall Include coverage for injury to crew (Jones Act); and (2) maintain Pollution Insurance in the amount of Statutory Section A limit and $1,000,000 Section B limit. f. If applicable (e.g., if work performed is on or about navigable waterways), the Contractor shall also maintain statutory United States Longshoremen & Harborworkers' coverage. g. The Contractor shall provide Asbestos Abatement insurance, pursuant to Paragraph 01430 -1.03, when air samplings register asbestos fiber exposure levels higher than those acceptable under Washington State Department of Labor and Industries regulations. The Asbestos Abatement Insurance shall afford limits of $1,000,000 each per occurrence and $1,000,000 aggregate, for damages sustained by reason of asbestos removal. h. Other insurances as may be deemed appropriate by the Municipality. Such insurance shall be maintained through the term of this Contract and, except for automobile liability, for a period of 365 days after the date of substantial completion under paragraph 00710- 6.02 F or the date of termination under paragraph 00710 -6.04, as the case may be. If coverage is on a "claims made" basis, coverage shall be further extended to cover claims made during one additional year beyond said period. All liability insurance policies, except as required in items 4a and 4b above, shall include the Municipality and its officers, officials, agents and employees as additional Insureds and shall contain "severability of interest" (cross liability) wording. The Contractor's insurance shall be primary to and not contributing with any insurance or self - insurance which may be carried by the Municipality. Such insurance shall be provided on forms and by insurance companies satisfactory to the Municipality. No provision in this paragraph 00710 -5.02 or in paragraph 00710 -4.11 shall be construed to limit the liability of the Contractor for work not done in accordance with the Contract, or express or implied warranties. The Contractor's liability for the work shall extend as far as the appropriate periods of limitation provided by law. C. WORKER'S COMPENSATION The Contractor and its subcontractors shall maintain worker's compensation insurance in the amount and type required by law for all employees employed under this Contract who may come within the protection of worker's compensation laws. The Contractor shall make all payments arising from the performance of this Contract due the state of Washington pursuant to Titles 50 and 51 RCW. D. BUILDER'S RISK 1. The Municipality will purchase and maintain property damage Insurance upon the entire work, including materials and supplies, at the site, storage offsite or while in transit, to the insurable value thereof. The insurance shall include the interests of the Municipality, the Contractor, subcontractors, and sub - subcontractors of all tiers in the work and shall insure against physical loss or damage by perils included under an 'All Risk" Builder's Risk policy form. T/M25-90 00710.25 GENERAL CONDITIONS 2. Selection of the deductible amount shall be at the sole option of the Municipality, and may be changed by the Municipality at any time without notice to the Contractor or to any subcontractor or sub - subcontractor. Any uninsured loss resulting from any such deductible shall be borne by the Municipality, except to the extent such loss: (1) Is covered by the Contractor's liability insurance; (2) results from negligence or breach of the Contract by the Contractor, subcontractor(s) or sub- subcontractor(s); or (3) is otherwise allocated by the other provisions of the Contract. 3. The Contractor shall be solely responsible for obtaining and maintaining, at its own cost, Insurance necessary to protect against loss or damage to Contractor's equipment which is not or will not become a permanent part of the work, losses sustained by any third party, or resulting from delays to Contractor and its subcontractors and sub - subcontractors. 4. The Municipality assumes no obligation to provide insurance or to assume responsibility for other damages, costs, and expenses to the Contractor and its subcontractors other than as described hereinbefore; however, if the Contractor requests in writing that Insurance for property risks related to the work, other than those covered by the Municipality's Builder's Risk insurance or unique direct risks be included in the property insurance policy, the Municipality will, if possible, include such insurance and the cost thereof shall be paid by the Contractor by appropriate change order and the Contractor hereby agrees to reimburse the Municipality for such cost by payment or by credit against monies owed to the Contractor under the terms of this Contract. 5. Any loss insured under the above referenced Builder's Risk policy shall be adjusted with the Municipality and payments made to the Municipality as trustee for the insureds, as their Interests may appear, subject to the requirements of any applicable mortgagee clause. a. The Contractor shall pay each subcontractor a just share of any insurance monies received by the Contractor, and by appropriate written agreement shall require each subcontractor to make payments to its sub - subcontractors in similar manner. b. The Contractor agrees to Indemnify and hold harmless the Municipality from and against any and all suits or claims against the Municipality by subcontractors and /or their sub - subcontractors, suppliers, agents, and employees for such payments. 6. The Municipality and the Contractor waive all rights against each other and the subcontractors, sub - subcontractors, suppliers, agents and employees each of the other for the damages caused by fire or other perils to the extent covered by the Builder's Risk policy referenced hereinbefore, or any other property insurance applicable maintained by the Municipality or the Contractor, except such rights as they may have to the proceeds of such insurance held by the Municipality as trustee. a. The foregoing waiver shall not extend to any other obligation or liability of either the Municipality or the Contractor covered elsewhere in these Contract Documents, including those provisions relating to Indemnification of the Municipality by the Contractor. 7. Claims made by the Contractor under the Builder's Risk policy shall be submitted to the Engineer for consideration by the Municipality. 5.03 DAMAGE TO WORK The work shall be under the Contractor's responsible care and charge. The Contractor shall bear all loss and damage whatsoever and from whatsoever cause, except that caused solely by the act of the Municipality, which may occur on or to the work during the fulfillment of the Contract. If any such loss or damage occurs, the Contractor shall Immediately make good any such loss or damage, and in the event of the Contractor refusing or neglecting so to do, the Municipality may itself or by the employment of some other person make good such loss or damage, and the cost and expense of so doing shall be charged to the Contractor. 5.04 LITIGATION EXPENSES In any legal action arising from the Contractor's obligations under paragraph 00710 -5.01 or asserting claims that the Contractor has not met the requirements of the Contract Documents, the prevailing party shall recover its reasonable attorneys' fees and litigation costs; provided, however that this paragraph shall not apply to any legal action (or portion thereof) by the Contractor seeking compensation from the Municipality including (without limitation) actions for delay or extra work. T /M25 -90 00710 -28 GENERAL CONDITIONS ( PART 6 - PROGRESS AND COMPLETION 6.01 NOTICE TO PROCEED ( Following execution of the Contract by the Municipality, written Notice to Proceed will be given by the Director to the Contractor in accordance with Section 00100 herein. Unless specifically required in the Contract, the Contractor shall not be obligated to perform work, and the Municipality will not be obligated to accept or pay for work performed by the Contractor, prior to delivery of the Notice to Proceed. �. 6.02 CONTRACT TIME A. GENERAL Time shall be strictly of the essence of the Contract. The Contractor shall promptly start the work as soon as possible after the date of the Notice to Proceed and shall prosecute the work so that the various portions of the work shall be complete in accordance with the intermediate and final completion C date(s) set forth in the Specifications. During periods when weather or other conditions are unfavorable for construction, the Contractor shall pursue only such portions of the work as will not be damaged thereby; no portions of the work shall be constructed while those conditions exist if acceptable quality or efficiency will be adversely affected. It is expressly understood and agreed by and between the Contractor and the Municipality that the Contract Time for completion of the work described herein is a reasonable time taking ( into consideration the weather conditions and other factors prevailing in the locality of the work. B. CONSTRUCTION SCHEDULE �. The Contractor shall provide progress schedules, cash flow projections and additional reports, as specified in the Specifications, demonstrating the Contractor's logic and sequencing plan for ( scheduling and completing the work within the Contract Time. Contract Time extensions approved by the Director shall be incorporated into updated schedules reflecting their effect at the time of occurrence. ( Progress payments will not be considered by the Engineer until the Contractor complies with these requirements. The Contractor shall promptly notify the Engineer in writing of any facts or conditions which would affect the Contractor's ability to meet the intermediate or final completion date(s) for the work. If the Contractor fails to maintain the progress necessary for the completion of the intermediate or final completion date(s) as required under this Contract, the Municipality shall have all of the rights and remedies provided by law and under this Contract. Notwithstanding such rights and remedies, the Contractor shall, upon written notice by the Engineer and at no additional cost to the Municipality, work such hours as allowed by applicable permits and other such constraints, and furnish such additional personnel, equipment and construction plant for such a period of time as necessary to regain and thereafter maintain the progress required by the Contract. If the Contractor falls to comply with the Engineer's notice or fails to regain and thereafter maintain the progress required by the Contract, the Municipality shall have all rights and remedies provided by law and provided by this Contract, including those set forth in paragraph 00710.6.04 A herein. C. DELAYS 1. Notice of Delays. Immediately (but in any event no more than three days) after the Contractor foresees or should foresee a delay in the prosecution of the work or upon the occurrence of a delay which the Contractor regards as unavoidable, the Contractor shall notify the Engineer in writing of the probability or the occurrence of such delay, the extent of the delay, the specific impacts and effects of the delay on the construction schedule, and its possible cause. The Contractor shall take immediate steps to prevent, if possible, the occurrence or continuance of the delay. If this cannot be done, the Engineer will determine how long the delay will continue and to what extent the prosecution and completion of the work are being or will be delayed thereby. The Engineer will also determine whether the delay is to be considered avoidable or unavoidable and notify the Contractor of the Engineer's determination. The Contractor agrees that no claim shall be made for the delays for which timely written notice to the Engineer is not made. T/M25 -90 00710 -27 GENERAL CONDITIONS 2. Avoidable Delays. Avoidable delays in the prosecution of the work shall include delays which could have been avoided by the exercise of care, prudence, coordination, foresight and diligence on the part of the Contractor, its subcontractors, or its suppliers at any tier. In addition, avoidable delays include, but are not limited to: a. Delays which may in themselves be unavoidable but do not necessarily prevent or delay the prosecution of parts of the work or the completion of the whole work within the Contract Time (e.g., fit within the float time shown on the accepted construction schedule). b. Time associated with reasonable interference of the Municipality or other contractors employed by the Municipality which do not necessarily prevent the completion of the whole work within the Contract Time. c. Delays which may in themselves be unavoidable, but which do not affect any critical path activity on the accepted construction schedule. 3. Unavoidable Delays. An unavoidable delay means a delay in the prosecution of the work which cannot be regarded as avoidable under paragraph 00710 -6.02 C.2. Unavoidable delays shall include delays which result from causes beyond the control of the Contractor and which could not have been avoided by the exercise of care, prudence, coordination, foresight and diligence on the part of the Contractor, its subcontractors or Its suppliers at any tier. Delays in completion of the work of other contractors employed by the Municipality will be considered unavoidable delays insofar as they interfere with the Contractor's completion of the current controlling Item on the accepted construction schedule. Delays due to abnormal weather conditions under paragraph 00710 - 8.02 will be regarded as unavoidable, but the Contractor agrees to plan its work with prudent allowances for interference by normal weather conditions. Delays caused by acts of Nature, acts of public enemy, fires, floods, epidemics, quarantine restrictions, strikes and freight embargos will be considered as unavoidable delays insofar as they prevent the Contractor from proceeding toward completion of the current controlling item on the accepted construction schedule. D. EXTENSION OF TIME 1. Avoidable Delays. The Director may grant, if requested by the Contractor, an extension of time for avoidable delay, if the Director determines that an extension is in the Municipality's best interest. If the Director grants an extension of time for avoidable delay, the Contractor agrees to pay certain of the Municipality's actual costs resulting therefrom, as specified in paragraph 00710 -7.04, incurred during the extension. 2. Unavoidable Delays. For delays which the Contractor has given notice pursuant to paragraph 00710 -6.02 C.1 and considers to be unavoidable, the Contractor shall submit to the Engineer complete written information demonstrating the effect of the delay on the controlling operations on the accepted construction schedule. The submission shall be made within 10 days of the occurrence which is claimed to be responsible for the unavoidable delay. The Engineer will review the Contractor's submission and determine the number of days of unavoidable delay and the effect of such unavoidable delay on such controlling operations. The Director will grant an extension of time to the extent that unavoidable delays necessarily affect controlling operations in the construction schedule. During such extension of time, neither compensation under paragraph 00710 -7.04 nor damages for delay will be charged to the Contractor. It is understood and agreed by the Contractor and Municipality that time extensions due to unavoidable delays necessarily involve controlling operations which would prevent completion of the work or portion thereof within the Contract Time. To the extent that any such extension of time is caused by act(s) or omissions) of someone other than the Municipality or persons acting for the Municipality, or to the extent that the extension of time arises from a reasonable delay, the Contractor's sole remedy shall be the extension of time and it may not recover any damages whatsoever arising in any manner from such delay. For purposes of this paragraph, any individual delay of up to the greater of 5 days or one percent of the Contract Time (as extended) shall be deemed reasonable and any individual delay of up to the greater of 10 days or five percent of the Contract Time (as extended) shall be presumed reasonable. E. DAMAGES FOR DELAYS For each and every day that any portion of the work remains incomplete after the Contract Time, including intermediate or final completion dates, specified in the Specifications, as modified by any extension of time granted hereunder, damage will be sustained by the Municipality. Because of the difficulty T/M25 -90 00710 -28 GENERAL CONDITIONS C. C C. in computing the actual material loss and disadvantages to the Municipality, It is determined in advance and agreed by the parties hereto that the Contractor will pay the Municipality the amount set forth in Part 8 of Section 00710 for each day of delay as representing a reasonable forecast of the actual damages which the Municipality will suffer by the failure of the Contractor to complete such work or portion thereof within said time(s). The execution of this Contract shall constitute acknowledgement by the Contractor that it has �. ascertained and agrees that the Municipality will actually suffer damages in the amount herein fixed for each and every day during which the completion of the work or portions thereof is avoidably delayed beyond the specified time(s). This paragraph shall provide the Contractor's sole remedy for any and all damages it may C suffer for delay. For unavoidable delays which are also unreasonable delays under paragraph 00710 -6.02 D.2, the Contractor must make a complete and timely claim for damages referring to this paragraph. Because of the difficulty in computing the actual losses to the Contractor, it is determined in advance and agreed by the parties hereto that the Municipality will pay the Contractor the amount set forth In Part 8 of Section 00710 for each day of unavoidable, unreasonable delay as representing a reasonable forecast of the actual damages; provided, however, that such liquidated damages will be paid only if any extension of time granted the Contractor does not fairly compensate the Contractor for such unavoidable, unreasonable delay. F. SUBSTANTIAL COMPLETION When the work under this Contract is completed to the extent that the Municipality has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, and only minor incidental work, replacement of temporary substitute facilities, or correction or repair remains to complete the entirety of the work, the Engineer will determine that the work is substantially complete. The Engineer will notify the Contractor in writing of the substantial completion date. For overruns in Contract Time occurring after the substantial completion, damages for delay assessed against the Contractor as provided in paragraph 00710 -6.02 E will not apply. For overruns in Contract Time occurring after substantial completion, damages shall be assessed against the Contractor on the basis of direct engineering, inspection, and related costs assignable to this Contract. The Contractor shall complete the remaining work as promptly as possible. Upon request by the Engineer, the Contractor shall furnish a written schedule for completing the remaining work. 8.03 SUSPENSION PROCEDURES The Engineer may, at any time and without cause, suspend all or any part of the work by notice in writing to the Contractor. The Contractor shall resume the work within five days after receiving written notice from the Engineer to do so. The Contractor may submit a claim, as provided in paragraph 00710 -7.02, for an increase in the cost of performing the Contract or an extension of Contract Time, or both, necessarily caused by any suspension; provided, the Contractor shall not be entitled to any increase for any suspension, delay, or interruption to the extent that performance would have been so suspended, delayed, or interrupted by any other cause, including the fault or negligence of the Contractor, or for which an equitable adjustment is provided for or excluded under any other provision of this Contract, or if suspension does not affect any critical activity on the accepted construction schedule, or if the suspension is based on non - compliance with requirements under paragraph 00710 -1.15. If the Engineer does not give notice in writing to the Contractor to resume work at a date within 180 days of the date of the notice to suspend, then the Contract shall be assumed to be terminated and the Contractor shall be entitled to compensation in accordance with paragraph 00710 -6.04 B. 8.04 TERMINATION PROCEDURES C A. TERMINATION BY MUNICIPALITY FOR DEFAULT The Director shall act for and on behalf of the Municipality in all termination actions and determinations. The Director may terminate the Contract upon written notice to the Contractor whenever the Contractor is deemed to be in default or fails to fulfill, in a timely and proper manner, the contract obligations, or is In violation of any provisions or covenants of the Contract. Termination shall be effective upon receipt of such notice by the Contractor. The Contractor shall immediately discontinue work and take all reasonable steps with its suppliers and subcontractors to minimize cancellation and other costs. T/M25 -90 00710 -29 GENERAL CONDITIONS The Contractor shall be deemed to be in default and subject to termination upon the occurrence of any one or more of the following events: 1. If Contractor is insolvent. 2. If Contractor makes a general assignment for the benefit of creditors. 3. If a trustee or receiver is appointed for Contractor, or for any of Contractor's property. 4. If Contractor without good cause repeatedly fails to make prompt payments to subcontractors or others for labor, materials, or equipment. 5. If Contractor disregards laws, ordinances, rules, regulations, or orders of any public body having jurisdiction. 6. If Contractor disregards the authority of any of the Municipality's representatives or Engineer. 7. If Contractor violates in any material way the provisions of the Contract Documents by failing, neglecting, or refusing to proceed according to and in full compliance with the provisions and covenants of the Contract Documents. 8. If Contractor fails to provide required insurance or bonds, or proceeds thereof. After the termination of the Contract, the Municipality may complete the unfinished work by obtaining the services of another contractor. In doing so, the Municipality will not be obligated to obtain the lowest bid to complete the unfinished work. Further, the Municipality may exclude the Contractor from the site and take possession of the work and all of the Contractor's tools, appliances, construction equipment and machinery at the she and use them in the completion of the work to the full extent they could be used by the Contractor. Materials and equipment for which the Municipality has paid any amount on to the Contractor may be incorporated in the work regardless of whether they are stored at the site or stored elsewhere. In such cases, the Contractor will not be entitled to receive any further payment until all work is finished. The Contractor shall only be entitled to payment for portions of the work satisfactorily completed prior to termination for default. If the cost to complete the work, including compensation for additional professional services, is in excess of the unpaid balance to the Contractor, the Contractor shall pay the difference to the Municipality. Where the Contract has been so terminated by the Director, the termination shall not affect any rights of the Municipality against the Contractor then existing or which may thereafter accrue. Any retention or payment of monies due the Contractor by the Municipality will not release the Contractor from liability. Amounts retained and accumulated under RCW 60.28.010 will be held as provided therein for a period of not less than thirty days following termination for default. If the Director terminates this Contract for default, and it is thereafter determined that the Contractor had not so failed to perform its obligations or defaulted in any way, the termination shall then be deemed to have been effected for the convenience of the Municipality. In that event, any adjustment of compensation to Contractor shall be determined in accordance with paragraph 00710.6.04 B. B. TERMINATION BY MUNICIPALITY FOR OTHER THAN DEFAULT The Director may, without prejudice to any other remedy the Municipality may have under law and the provisions of the Contract, terminate this Contract, in whole or in part, at any time by giving written notice to the Contractor. Termination will be affective upon receipt of such notice by the Contractor. The Contractor shall Immediately discontinue work and take all reasonable steps with its suppliers and subcontractors to minimize cancellation charges and other costs. If such termination is effected after award hereof but prior to the Municipality issuing Notice to Proceed to the Contractor, the Municipality will pay the reasonable, verifiable and directly attributable costs Incurred by the Contractor in the preparation of its bid plus fifteen percent of such costs. If such termination is effected after the Municipality has issued Notice to Proceed and the Contractor has commenced performance hereunder, the Municipality will pay the reasonable, verifiable and directly attributable costs incurred by the Contractor as determined by the physical T/M25 -90 00710-30 GENERAL CONDITIONS progress of the work satisfactorily completed to date of such termination evaluated against the approved schedule of values, plus costs of removing equipment and materials and otherwise demobilizing, plus ten percent of the sum of all such costs; provided, said payment shall not in any event exceed the Contract Price hereunder. The payment by the Municipality shall constitute full and complete satisfaction and settlement for the Contractor's overhead, anticipated profits, and all other inconvenience, expenses, damages, costs and lost profits whatsoever. The Contractor will be entitled to no further payments whatsoever for the work. Amounts retained and accumulated under RCW 60.28.010 will be held as provided therein for a period of not less than thirty days following termination. C. CONTRACTOR OBUGATIONS UPON TERMINATION On receipt of notice of termination under paragraphs 00710 -6.04 A or 00710 -6.04 B, the Contractor shall immediately discontinue the work but shall do such extra work as may be ordered by the Engineer to safeguard the work then completed and the materials and equipment then delivered to the site of the work and to leave the work in a safe and useful condition. Payment for this extra work will be made in the manner set forth in paragraph 00710 -7.02 B. D. TERMINATION BY CONTRACTOR If any delay in issuance of Notice to Proceed hereunder or in construction following award of this Contract is caused by litigation as set forth in RCW 60.28.080 and such delay exceeds 180 days, the Contractor may elect to terminate this Contract. in the event of such termination, which would be effective upon ten days written notice to the Municipality, the Municipality shall forthwith estimate all of the work done up to the time of such termination and pay the Contractor in proportion to the amount of the work completed, plus the cost of delay under paragraph 00710 -7.06 herein. Amounts retained and accumulated under RCW 60.28.010 will be held as provided herein for a period of not less than thirty days following election of the Contractor to terminate. E. OWNERSHIP OF MATERIALS UPON TERMINATION As of the date of termination, whether effected by the Municipality or the Contractor as provided herein, all the Contractor's right, title, and interest in and to materials ordered by the Contractor prior to the termination, whether or not they have been delivered to the site of the work, shall be vested in the Municipality, and the Contractor shall, upon demand of the Municipality, execute and deliver to the Municipality all requisite bills of sale, assignments, and other documents of transfer that may be necessary to give effect to the intention of the termination procedures set forth above. 6.05 POSSESSION AND USE OF COMPLETED PORTIONS OF THE WORK The Director shall have the right to take possession of and use completed or partially completed portions of the work notwithstanding the time for completing such portions may not have expired. Operations and maintenance costs of use of such portions will be borne by the Municipality. Such taking possession and use shall not be deemed as acceptance of the work. If such prior possession or use increases the cost of the work, the Contractor shall be entitled to request extra compensation within five days of each occurrence. The amount of extra compensation, if any, will be determined in accordance with the procedures given herein for determination of change order cost. The Contractor shall not be entitled to extra compensation for possession by the Municipality of portions of the work which are specifically required in the Contract Documents to be placed into use and operation before completion of the entirety of the work. PART 7 - MEASUREMENT AND PAYMENT 7.01 PAYMENTS TO CONTRACTOR A. BREAKDOWN OF CONTRACT PRICE The Contractor shall, within the time specified In the Specifications, submit a schedule of values and cash flow projection for the Contract Price, acceptable to the Engineer, showing the value assigned to each activity of the work, including an allowance for profit and overhead. The Contractor warrants that such values are accurate representations of the value of each activity, on which the Municipality T/M25 -90 00710-31 GENERAL CONDITIONS may rely. The schedule of values and cash flow projection shall be prepared in accordance with the requirements of the Specifications and shall be sufficiently detailed to permit its use by the Engineer as one of the bases for evaluating requests for payment. Failure to meet the submittal schedule of the schedule of values will delay the processing of progress payments. B. INCREASED OR DECREASED QUANTITIES Unless specifically provided otherwise on the Bidding Schedule, if there is any change that increases or decreases the actual quantity for any unit price item by more than 30 percent, the unit price will apply for the portion up to the 30 percent Increase or decrease, and the adjustment for that portion of the work in excess of the 30 percent increase or decrease shall be as follows: 1. Increases in excess of 30 percent will be determined by agreement of the parties. If the parties are unable to agree, the Engineer will determine the equitable adjustment by using unit bid prices, or by establishing the costs by other means, or by using force account, and will adjust the Contract Time as the Engineer deems appropriate. 2. Decreases in excess of 30 percent will be determined by agreement of the parties. If the parties are unable to agree, the Engineer will determine the adjustment taking into account a redistribution of fixed costs, if any. If the Contractor disagrees with an equitable adjustment determination by the Engineer, the Contractor shall appeal and strictly follow all procedures in accordance with paragraph 00710 -2.04 G.2. Failure to do so shall constitute the Contractor's acceptance of determinations by the Engineer. When ordered by the Engineer, the Contractor shall proceed with the work pending determination of the adjustment in costs or time, as applicable. When the Municipality has entered an amount for any bid item, whether unit or otherwise, solely for the purpose of providing a common bid for all bidders, this paragraph 00710 -7.01 B shall not apply. Any impact due to an increase or decrease in the amount provided for the purpose of obtaining a common bid shall be the sole risk of the Contractor. C. PROGRESS PAYMENTS 1. Payment Request Procedures. a. General: By the 5th day of each month the Contractor shall submit to the Engineer a partial payment request filled out and signed by the Contractor covering acceptable work performed and materials received during the previous payment period, or since the last partial payment estimate was submitted. Payment periods shall end on the last day of each month. The Contractor's completed affidavit of amounts paid to MBEs and WBEs as specified in Part 9 of Section 00710, the Contractor's statement regarding payment of prevailing wages as specified in paragraph 00710 -1.04, and the Contractor's current progress schedules, cash flow projections and reports as specified in the Specifications shall be provided with each partial payment estimate. If requested by the Engineer, the Contractor shall provide such additional data as may be reasonably required to support the payment for materials and labor, including payments to subcontractors and suppliers. The term "materials ", as used herein, shall be considered to include those items which are fabricated and manufactured material and equipment. Only those materials for which the Contractor can transfer clear title to the Municipality will be qualified for partial payment, except as specifically provided below. b. Partial Payment Requests: The first partial payment request shall include (1) the value of the work performed, and (2) a percentage (as determined below) of the purchase value of materials delivered but not yet incorporated in the work, all of which shall have been incurred since the Contractor's receipt of the Notice to Proceed. Every subsequent partial payment request, except the final payment request, shall include (1) the value of the work performed, and (2) a percentage (as determined below) of the purchase value of materials delivered but not yet incorporated in the work, all of which shall have been incurred since the last partial payment request was submitted. As used in this paragraph 00710- 7.01, "purchase value" shall be the Contractor's actual net cost of such materials. T/M25-90 00710-32 GENERAL CONDITIONS c. Partial Payment for Material Delivered but not Installed: To receive partial payment for materials delivered but not yet incorporated in the work, the Contractor shall submit a list with certified invoices of such materials to the Engineer for approval with the Contractor's partial payment estimate. The Contractor's claimed purchase value must be supported by certified invoices of subcontractors or suppliers. Proper storage and protection in accordance with paragraph 00710 -4.07 shall be provided. Partial payment for materials delivered but not yet incorporated in the work will not exceed 75 percent of the purchase value for such materials, except as may be determined otherwise by the Engineer. As a condition precedent to making any such payment, the Engineer may require that the Contractor provide a bond or other form of security to protect the Interests of the Municipality. d. Partial Payment Based on Unit Prices: If the Bidding Schedule for this Contract included unit price items, then partial payments for such items will be based on the actual quantities performed or provided under such unit price items. For work performed or provided under such unit price items, the Contractor shall not be entitled to any payment beyond those unit prices, except as may be elsewhere provided herein. e. Other Progress Payment Restrictions: The Contractor's attention is directed to potential progress payment restrictions set forth in the Specifications and Part 9 of Section 00710 which requires submittal of certain MBE/WBE and EEO forms. f. Payment for Record Drawings: Progress payments, when applicable, will be reduced by the amount(s) to be reserved for record drawings set forth in Section 01720 of the Specifications. The Contractor must submit acceptable record drawings in order to receive payment of reserved amount(s). 2. Review of Payment Request. Within five days after receipt of the partial payment request, the Engineer will review the request and either Indicate approval in writing to the Director or indicate in writing to the Contractor reasons for not concurring with the request. If the Engineer recommends payment and the Director concurs, the Municipality will, within 45 days after receipt of the Engineer's recommendation, pay the Contractor a progress payment on the basis of the approved partial payment request. The payments will take into account the retention provisions provided for herein. In the event the Engineer does not concur with the request, the Contractor may make the changes necessary to obtain the Engineer's concurrence and resubmit the partial payment request. If the Engineer recommends payment and the Director concurs, the Municipality will, within 45 days, pay the Contractor a progress payment on the basis of the approved partial payment request. 3. Retainage. Pursuant to RCW 60.28.010, the Municipality will retain five percent of all progress payments as a trust fund for the protection and payment of any person or persons, mechanic, subcontractor, or materiaimen who performs any labor upon the contract or work hereunder, and all persons who shall supply such person or persons or subcontractors with provisions and supplies for carrying on such work, and of Washington State with respect to taxes imposed pursuant to Title 82 RCW which may be due from such Contractor. The Municipality shall retain at all times as a trust fund a sum equal to five percent of the monies earned by the Contractor. In the event that during the performance of the Contract and prior to the expiration of the claim period as provided in Chapter 60.28 RCW, the amount retained is reduced to an amount below five percent, then the Municipality shall retain additional sums from monies earned by the Contractor so as to maintain at all times a five percent retained trust fund, unless otherwise reduced or excused by provisions of Chapter 60.28 RCW. Monies reserved under provisions of Chapter 60.28 RCW shall, at the option of the Contractor, be: a. Retained in a fund by the Municipality with no interest paid thereon to the b. Deposited by the Municipality in an interest- bearing account in a bank, mutual savings bank, or savings and loan association, not subject to withdrawal until after final acceptance of all work, or a portion thereof, as may be approved by the Municipality; or c. Placed in escrow in a bank or trust company by the Municipality until thirty days following final acceptance of the work as completed, or a portion thereof. When the monies reserved are to be placed in escrow, the Municipality will issue a check representing the sum of the monies reserved Contractor; or T/M25 -90 00710 -33 GENERAL CONDITIONS payable to the bank or trust company and the Contractor jointly. Such check shall be converted Into bonds and securities chosen by the Contractor and approved by the Municipality, and the bonds and securities held in escrow. Under option b and c above, interest will be paid to the Contractor as the interest accrues. The Contractor shall designate the option desired on a form as may be provided by the Municipality. This form shall be submitted no later than with the Contractor's first partial payment request. The Contractor in choosing option b or c agrees to assume full responsibility to pay all costs which may accrue from escrow services, brokerage charges, or both, and further agrees to assume all risks in connection with the investment of the retained monies. Regardless of the option selected by the Contractor, management of such reserved monies shall be in accordance with the Municipality's Resolution No. 2353 which is incorporated herein by this reference. D. FINAL PAYMENT The Municipality will make final payment to the Contractor following acceptance of work under paragraph 00710 -7.05, including completion of all Punch List items, release of claims brought to the attention of the Municipality as set forth in paragraph 00710 -5.01, receipt of releases from owners of property affected by the Contractor's performance under this Contract, and submittal of a final affidavit of amounts paid to MBEs and WBEs as required by Part 9 of Section 00710 herein and approved by the Municipality's Contract Compliance Office. Final payment shall include the entire sum found to be due hereunder after deducting therefrom such amounts as the terms of this Contract permit. Prior estimates and payments, including those relating to extra work or work omitted, shall be subject to correction by the final payment. Final payment will be made only for materials actually incorporated in the work; and, all materials remaining for which progress payments have been made shall revert to the Contractor, unless otherwise agreed, and partial payments made for these items shall be deducted from the final payment for the work. By accepting final payment, the Contractor shall be deemed thereby to have released the Municipality from all claims of and all liability to the Contractor for things done or furnished in connection with the work and for every act and neglect of the Municipality and others relating to or arising out of the work, other than timely written claims identified in detail and stated amounts that were submitted prior to final payment and in strict compliance with the requirements of this Contract. Payment by the Municipality shall not release the Contractor or its surety from any obligation under the Contract or under the Performance and Payment Bond. E. RELEASE OF RETAINAGE The retainage will be held and applied by the Municipality as a trust fund as required by Chapter 60.28 RCW. Payment or release of retainage will be made in ordinary course of business thirty days following final acceptance of the work under paragraph 00710 -7.05 provided the following conditions are met: 1. An Off -Shore Items Certificate has been delivered to the Engineer pursuant to paragraph 00710 -7.07. 2. Certificates approved by the Washington State Department of Labor and Industries, Washington State Employment Security Department, and all other departments and agencies having jurisdiction over the activities of the Contractor have been provided to the Engineer. 3. If the Contract Price hereunder exceeds $20,000, a release obtained from the Washington State Department of Revenue has been provided to the Engineer. 4. "Affidavits of Wages Paid" for the Contractor and each subcontractor approved by the Industrial Statistician of the Washington State Department of Labor and Industries have been provided to the Engineer. 5. No claims or notices of lien, as provided by law, have been filed against the retainage. T /M25 -90 00710-34 GENERAL CONDITIONS 6. The Municipality has no claims under this Contract. In the event claims or notices of lien are filed and not resolved at the end of said thirty day period, the Contractor shall be paid such retainage less an amount sufficient to pay any such claims or notices together with a sum determined by the Municipality sufficient to pay the cost of such action and to cover attorney's fees, together with any sums determined by the Municipality sufficient to pay any of its claims against the Contractor. 7.02 CHANGE ORDERS A. GENERAL The Director may at any time by written order designated or indicated to be a change order, make any change in the work within the scope of this Contract. Such written orders may be made without notice to any surety(ies); in the Performance and Payment Bond in Section 00610 herein, the surety(ies) waived notice of any alteration or extension of time made by the Municipality and agreed to be bound in all ways to the Municipality for any such alterations or extensions of time as if it(they) had received notice of the same. Any other written order (which includes direction, instruction, interpretation or determination) from the Municipality, which causes any such change, shall be treated as a change order only if the Contractor gives the Engineer written notice within five days of the order stating the date, circumstances, source of the order, and that the Contractor regards the order as a change order. Oral orders will not be binding on the Municipality unless confirmed in writing by the Director. The Contract Price may be changed only by a change order signed by the Director. Except as provided herein, no order, statement, or conduct of any representative of the Municipality will be treated as a change hereunder. If any change hereunder causes an increase or decrease in the Contractor's cost of, or the time required for, the performance of any part of the work under this Contract, an equitable adjustment will be made consistent with paragraph 00710 -7.02 B and the Contract modified in writing accordingly. However, no claim will be allowed for any costs incurred more than five days before the Contractor gives written notice as required. If the Contractor intends to assert a claim for an equitable adjustment hereunder, the Contractor shall comply with the claims procedure of paragraph 00710 -2.04 G. The Contractor shall provide additional detailed bid, schedule, labor and equipment records, invoices, purchase orders, job records and cost summaries as may be required by the Director to analyze and respond to such claims. B. EXTRA WORK Extra work means the furnishing of materials and equipment and the doing of work not directly or by Implication called for by the Contract. If the Municipality requires extra work, it may do the extra work itself or by the employment of others or it may direct the Contractor to do the extra work, in which case the Contractor will be paid for the extra work in accordance with paragraph 00710 -7.02 A. The value of any work covered by a change order or of any claim for increase or decrease in the Contract Price will be determined by one or more of the following methods in the order of precedence listed below: 1. Unit prices set forth in the Contract Documents or previously agreed upon in the Contract Price breakdown and schedule of values, as applicable. 2. An agreed lump sum; provided, that the basis for such lump sum shall be determined by negotiations between the Engineer and the Contractor. At least five days prior to the first negotiation meeting, the Contractor shall provide the Engineer with a detailed cost estimate for the proposed extra work. The detailed cost estimate shall be prepared in the format and detail requested by the Engineer and consistent with construction industry practice. T /M25 -a0 00710 -35 GENERAL CONDITIONS 3. On time and materials basis in accordance with the following provisions: a. The Contractor will be reimbursed for labor and for foreman supervision dedicated solely to the particular operation. The Contractor will not be reimbursed for general superintendents or general foremen. Payment will be computed by the Engineer and will be the sum of the following: (i) Weighted Wage Rate: The agreed 'basic wage rate for all labor used shall be restricted to the current basic wage the Contractor Is obligated to pay and shall reflect the Contractor's actual cost. Fringe benefits will be added to the basic wage rates and will include mandated benefits paid on behalf of labor by the Contractor such as the following: 1) Federal Insurance Compensation Act (FICA); 2) Federal Unemployment Tax Act (FUTA); and 3) State Unemployment Compensation Act (SUCA). The above items will be combined into a single wage rate for each classification of labor used which shall be designated as the "Weighted Wage Rate" for the Identified class of labor. The weighted wage rate shall reflect the Contractor's actual cost and shall not exceed that which is customarily paid comparable labor. The Contractor shall pay not less than the minimum rate as specified in paragraph 00710 -1.04. If overtime is authorized by the Engineer, the weighted wage rate will be established in the same manner as above. (ii) Travel Allowance and /or Subsistence: The Contractor will be reimbursed the actual cost of travel and /or subsistence allowances paid to labor engaged upon the work when travel and /or such allowances are required by labor agreement. (iii) Industrial Insurance and Medical Aid Premiums: The Contractor will be reimbursed for Marine Industrial Insurance, State of Washington Industrial Insurance, and Medical Aid premiums which become an obligation of the Contractor and are chargeable to the work on the basis of time worked. The agreed rate(s) of compensation for the above premiums shall be a composite rate(s) based upon the full premium for Industrial Insurance and one -half the premium for Medical Aid which premiums are prescribed by the regulatory body for the contractor(s) actually performing the time and materials work. This composite rate may be adjusted upon request to conform with adjustments prescribed by the regulatory body. (Iv) Overhead and Profit: The Contractor will be reimbursed an amount equal to 20 percent of the sum of the items listed in (I), (ii), and (iii) above for overhead, profit and any other cost incurred in supplying labor. b. The actual net cost to the Contractor for materials and supplies incorporated in, or necessary for, such extra work, excluding materials and supplies necessary to operate and maintain equipment. To such costs shall be added an amount equal to 15 percent thereof for overhead, profit and any other cost incurred in supplying such materials and supplies. c. For Contractor -owned operating equipment, excluding small hand tools, the Contractor shall be compensated for each hour that such equipment is in use on such work at the rates in effect on the date such extra work is ordered as set forth in the "Rental Rate Blue Book for Construction Equipment" published by Equipment Guide -Book Company; for such equipment not included in said Blue Book, compensation shall be at such rates as shall be mutually agreed to in writing by the Contractor and Engineer. For Contractor -owned operating equipment on standby, the Contractor shall be compensated at fifty percent (50%) of the rate in said Blue Book or mutually agreed rate, as applicable. For rented operating equipment, the Contractor shall be compensated at invoiced rental rates plus reasonable, documented costs for fuel and lube for such operating equipment. No payment will be made for standby on any piece of equipment which has been used for 8 hours or more of productive work in any 24 -hour period, and payment for a combination of productive work and standby shall not exceed a total of 8 hours in any work day. Weekends and holidays are excluded from standby time. No standby costs will be paid for any equipment idled due to routine maintenance, down time, or late delivery of other equipment. To such costs shall be added an amount equal to 15 percent thereof for overhead, profit and any other cost incurred in supplying such equipment. d. For purpose of this paragraph, the term "overhead" shall include, but not be limited to: Engineering, both field and office; Estimating; General superintendence; Purchasing; Quality Control /Quality Assurance; Clerical; Office facilities; Small hand tools; All applicable taxes (except state and local retail sales tax); Bonding and insurance costs; Any other costs of doing business. T/M25-90 00710.38 GENERAL CONDITIONS e. Extra work performed on a time and materials basis by approved subcontractors shall be charged to the Municipality by the Contractor in accordance with subparagraphs a through d above. To the accumulative total (excluding all markups for overhead and profit) shall be added an amount for the Contractor's supervision and overhead support of subcontractors based on the following supplemental markup schedule: (1) a ten percent supplemental markup shall be added for the initial $10,000 accumulated total of all extra work (excluding markups for overhead and profit) performed by subcontractors; (2) a five percent supplemental markup shall be added for all extra work in excess of the initial $10,000 accumulative total (excluding markups for overhead and profit). f. All costs of the Contractor and any subcontractor attributable to extra work are either specifically listed or covered by the multipliers specified in subparagraphs a through e above. g. The Contractor's and subcontractor's labor hours charged to extra work shall be substantiated by detailed timecards or timesheets completed on a daily basis before the close of business each working day and available for inspection thereafter at the Contractor's office. The Contractor's and subcontractor's material used for extra work shall be recorded as the extra work is performed and material costs determined as soon as supplier invoices are rendered; such records shall be available for inspection by the Engineer at the Contractor's office. The Contractor's and subcontractor's equipment hours for extra work shall be recorded on the labor timecards or timesheets as the extra work is performed. h. The Contractor's records pertaining to work paid for on a time and materials basis shall be maintained and retained as required by paragraph 00710 -8.03. Failure to maintain and produce for inspection the required records shall constitute a waiver of the Contractor's claim for costs not documented. C. OMITTED WORK The Director may, by written order to the Contractor, omit work, equipment and /or material to be provided under this Contract, and the value of the omitted work, equipment and /or material will be deducted from the Contract Price. The deducted value will be a unit price, or if there is no such unit price, the deducted value will be a lump sum agreed upon in writing by the Contractor and Engineer based on the schedule of values and other cost information submitted by the Contractor or obtained otherwise by the Municipality. In the event that no agreement can be reached on a lump sum basis, the Municipality shall be entitled to a deduction based on the value calculated on an estimated time and materials basis as determined by the Engineer, subject to the Contractor's right of claim under paragraph 00710 -2.04 G herein. D. PROPOSED WORK CHANGES The Engineer may from time to time request the Contractor to provide price estimates on Proposed Work Changes (PWCs). The Contractor shall prepare such price estimates within 21 days of receipt of a request for a PWC from the Engineer. If the Contractor fails to prepare such price estimates within that time, the Engineer has the right to determine the reasonable price under the PWC and to direct the Contractor to proceed with the PWC at that price; provided, the Contractor may submit a claim in accordance with paragraph 00710 -2.04 G herein. If the Contractor prepares such price estimates within 21 days of receipt of a PWC from the Engineer, the documented reasonable costs incurred by the Contractor in preparing such estimates shall be paid by the Municipality either as part of the accepted PWC overhead markup cost or separately if the PWC is not accepted. E. EFFECT OF CHANGE ORDERS The payment, additional time, or both payment and additional time specified and agreed to in a change order shall be construed and interpreted to include all claims by the Contractor for any extra payment, extension of time, lost profits and /or other incidental or consequential damages with respect to the work covered by such change order, including, but not limited to, delays to the completion of all work under this Contract and associated costs to the Contractor. F. MBE AND WBE REQUIREMENTS The MBE and WBE participation goals established for this Contract shall apply to all change orders and amendments in accordance with paragraph 00710 -9.01 herein. T/M25 -90 00710-37 GENERAL CONDITIONS 7.03 CHARGES TO CONTRACTOR Everything charged to the Contractor by the Municipality under the terms of this Contract shall be paid by the Contractor to the Municipality on demand. Such charges may be deducted by the Director from money due or to become due to the Contractor under the Contract. The Municipality may recover such charges from the Contractor or from its surety notwithstanding that the work has been accepted under paragraph 00710 -7.05. 7.04 COMPENSATION TO MUNICIPAUTY FOR TIME EXTENSION In exchange for granting an extension of time for avoidable delay, the Contractor shall compensate the Municipality for the actual costs to the Municipality of engineering, inspection, general supervision, right - of -way costs, permit fees, overhead expenses, and any other specifically ascertainable direct and indirect costs which are directly chargeable to the work and which accrue during the period of such extension. The actual costs will not include charges for final inspection and preparation of the final payment by the Director and Engineer. 7.05 ACCEPTANCE OF WORK Upon completion of the work, or a designated portion thereof, the Contractor shall so notify the Engineer in writing. Upon receipt of the notification, the Engineer will promptly, by personal Inspection, determine the actual status of the work in accordance with the terms of the Contract. If the Engineer finds materials, equipment, or workmanship which do not meet the terms of the Contract, the Engineer will prepare a Punch List of such items and submit it to the Contractor. Following completion of the corrective work and submittal of all required documents and forms by the Contractor, the Engineer will notify the Director that the work has been completed in accordance with the Contract. Determination of the acceptability and acceptance of the work will be made by the Director. A written notice of acceptance, issued by the Director, shall constitute acceptance of the work. Notice of acceptance shall not constitute acceptance of any unauthorized or defective work or material, nor shall progress payment estimates be construed as acceptance of any work under this Contract. The Municipality shall not be barred from requiring the Contractor to remove, replace, repair or dispose of any unauthorized or defective work or from recovering damages for any such work or material; the Municipality's rights hereunder shall exist and remain to the full extent permitted by law and /or set forth in this Contract. 7.06 LITIGATION DELAY COSTS If any delay in issuance of Notice to Proceed or In construction following award of this Contract is primarily caused by acts or omissions of persons or agencies other than the Contractor, anyone employed by it or any of its subcontractors or suppliers, and a preliminary, special or permanent restraining order of a court of competent jurisdiction is issued pursuant to litigation and the Municipality does not elect to terminate the Contract or order funds reserved as provided by RCW 60.28.010(5) be paid to the Contractor, then the Director will issue a change order to cover reasonable costs incurred by the Contractor as a result of such delay. In accordance with RCW 60.28.080, the parties hereto agree that the reasonable costs of such litigation delay shall consist only of the following: A. Actual and necessary direct costs to the Contractor directly attributable to the period of delay for wages, wage taxes and labor costs other than wages; provided, that such costs could not be otherwise avoided by layoffs or employment on other projects during the period of delay. The wage rates shall not exceed those listed on the Contractor's "Statement of Intent to Pay Prevailing Wages on Public Works Contract" as approved by the Industrial Statistician of the State of Washington. B. Additional and necessary direct costs for materials and equipment rentals actually incurred and paid by the Contractor directly attributable to the period of delay. C. Equipment standby costs established by paragraph 00710 -7.02 B. D. Additional and necessary direct costs of insurance premiums and bonds actually incurred and paid by the Contractor directly attributable to the period of delay. T /M25 -90 00710 -38 GENERAL CONDITIONS 4, C C C. C E. Additional and necessary costs for subcontracts actually incurred and paid by the Contractor directly attributable to the period of delay; provided, that such additional costs could not be avoided by cancellation or renegotiation of such subcontracts. C F. To such costs shall be added an amount equal to 10 percent thereof as a reasonable amount for overhead, profit, and all other costs not specifically accounted for above. Within three days after notice of litigation delay under this paragraph 00710 -7.06, the Contractor shall C notify the Engineer in writing of the Contractor's estimated weekly litigation delay costs as described above; provided, however, that in no event will payment for actual litigation delay costs exceed one hundred twenty five percent (125%) of the said estimated costs. The Contractor shall submit to the Engineer no later than the �- fifth day of each month a request for such litigation delay costs incurred during the previous calendar month. The request for payment shall be in a form satisfactory to the Engineer and shall Include copies of invoices, C correspondence and such other verifiable evidence of delay costs actually and necessarily incurred by the Contractor as the Engineer may require. Payment will be in accordance with paragraph 00710-7.01C. This paragraph 00710 -7.06 shall be the Contractor's exclusive remedy for litigation delay costs. 7.07 STATEMENT CONCERNING IMPORTED ITEMS Pursuant to RCW 39.25.020, the Contractor shall furnish to the Engineer, upon completion of the Contract, a statement certified by the Contractor setting forth the nature and source of offshore items in �v excess of $2,500 which have been utilized in the performance of the Contract. The term "offshore items" shall mean those items procured by the Contractor from sources beyond the territorial boundaries of the United States including Alaska and Hawaii. PART 8 - SUPPLEMENTARY PROVISIONS C. 8.01 DAMAGES FOR DELAY Damages for avoidable delay, as provided in paragraph 00710 -6.02, shall be in the amount of $300 per day. 8.02 ABNORMAL WEATHER CONDITIONS Precipitation as rain, hail or snow, low temperature, a windstorm, Ice, snow and other weather C. conditions which could reasonably have been anticipated from the National Weather Service historical records of the general locality of the work shall not be construed as abnormal. It is hereby agreed that 1 precipitation greater than the following, temperatures less than the following, and wind velocities greater than the following, cannot be reasonably anticipated: C. A. Daily rainfall equal to, or greater than, 0.50 inch during a month when the monthly rainfall exceeds the normal monthly average by 15 to 100 percent. C. B. Daily rainfall equal to, or greater than, 0.20 inch during a month when the monthly rainfall exceeds the normal monthly average by more than 100 percent. 1 - C. Daily rainfall equal to, or greater than, 1.0 inch at any time. 1 D. Daily maximum temperature equal to, or less than, 20 degrees F during a week when the maximum daily temperature never exceeds 35 degrees F. 1 E. Daily maximum temperature equal to, or less than, 25 degrees F during a week when the maximum daily temperature never exceeds 30 degrees F. ( F. Daily maximum temperature equal to, or less than, 15 degrees F at any time. C G. Daily maximum wind velocity equal to or greater than 50 mph at any time. Ice, snow and other weather conditions may be considered as abnormal in the sole discretion of the Engineer upon written request by the Contractor. Such written request shall describe in detail the weather condition, identify the specific Impacts resulting from the weather condition, and be submitted to the Engineer within five days of the onset of the weather condition. T/M25 -90 00710 -39 GENERAL CONDITIONS To preclude the difficulties of actual measurement, the parties hereto agree that weather data at the site of the work shall be expressly deemed to be the same as that measured at the Seattle- Tacoma International Airport by the Environmental Data and Information Service of the National Oceanic and Atmospheric Administration ("NOAA ") of the U.S. Department of Commerce. For the purposes of this paragraph 00710 - 8.02, a "month" shall mean a calendar month and a "week" shall mean a calendar week of Sunday through Saturday. 8.03 RETENTION OF RECORDS AND AUDIT The Contractor shall maintain and retain for a period of not less than three years after the date of acceptance of work documents related to the Contractor's bid for this Contract (e.g., estimating sheets, take offs, ets.) and all records pertaining to the performance of the work under this Contract including work performed as extra work under paragraph 00710 -7.02 B. The Contractor shall ensure each of its subcontractors maintains and retains for said period all records pertaining to performance of subcontractor work under this Contract, including work performed as extra work under paragraph 00710 -7.02 B. All such documents and records shall be open to inspection and audit by the Municipality or others designated or authorized by the Municipality or under applicable law and regulations. If an audit is to be commenced more than 60 days after the acceptance of work, the Contractor will be given reasonable notice of the time when the audit is to begin. The Municipality may conduct an audit for purposes of evaluating a claim, contract payments or any other reason. PART 9 - REQUIREMENTS FOR MINORITY AND WOMEN BUSINESS ENTERPRISE AND EQUAL EMPLOYMENT OPPORTUNITY 9.01 MINORITY AND WOMEN BUSINESS ENTERPRISE COMPLIANCE DURING WORK A. In accordance with the Municipality's Resolution No. 4540, as amended by Resolution No. 5593, the Contractor shall ensure that minority and women businesses certified by the Washington State Office of Minority and Women's Business Enterprises (hereinafter the "State OMWBE ") shall have the maximum practicable opportunity to participate in the work under this Contract. The Contractor shall ensure its subcontractors make affirmative efforts to utilize certified minority and women businesses in subcontracts. B. The Contractor shall implement and carry out the commitments, as to tasks and dollar amounts, contained in its Section 00320 "Sworn Statement Regarding Minority and Women Business Enterprise Commitment ", including Attachments A and B thereto, submitted as part of the bid to perform work under this Contract. In the event any certified minority or women business enterprise proposed to be used or actually used by the Contractor hereunder is unable or unwilling to perform any portion of the work for any reason whatsoever, the Contractor shall seek and substitute other certified minority and women businesses, as the case may be, at no additional cost to the Municipality such that minority and women business participation under this Contract remains at the levels set forth in the Contractor's bid to perform this Contract; provided, that the Municipality may, in its sole discretion, waive or reduce this obligation upon a showing by the Contractor that it has made maximum affirmative effort to obtain such other certified businesses. During the performance of the Contract, any substitution for or proposed non -use of the MBEs or WBEs projected for use under this Contract shall be submitted to the Municipality's M /WBE and Contract Compliance Office for prior approval. C. "Substitution, Substitute" for purposes of this Part 9 of Section 00710 shall mean replacing one certified minority or women business for another, or increasing the level of utilization of certified businesses in order to maintain the required level of utilization in accordance with the bidding provisions and commitments made by the Contractor. D. In the event one or more change orders are issued under this Contract, the following provisions shall apply, unless waived or modified in writing by the Municipality's Contract Compliance Office: 1. If a change order increases the Contract Price, the Contractor shall make maximum affirmative efforts to seek and employ certified businesses in the performance of the increased work; such participation shall be consistent with the participation goals established for this Contract and shall be counted as provided in paragraph 00100 -2.06 herein. T/M25 -90 00710 -40 GENERAL CONDITIONS 2. If a change order decreases or deletes any amount of work to be performed by a minority or women business under this Contract, the Contractor shall make maximum affirmative efforts to substitute other work of equivalent value to the affected minority or women business or to substitute another certified minority or women business, as the case may be, to perform other work of value equivalent to the decreased or deleted work. 3. No modification or waiver of the provisions of this paragraph 00710 -9.01 will be made unless the Contractor provides sufficient documentation of maximum affirmative efforts to seek and employ certified businesses in order to maintain at least the participation levels set forth in the Contractor's bid to perform this Contract. E. With each of the Contractor's progress payment requests, the Contractor shall submit an affidavit identifying amounts actually pad to certified businesses, including Joint venture partners (if any), during the preceding month. Upon completion of all work and as a condition precedent to final payment, the Contractor shall submit a final affidavit identifying amounts actually paid and amounts owed to each minority and women business, including joint venture partners (if any), for performance under the Contract. Failure to submit such affidavits may result in withholding of payments or the final payment. Affidavit forms will be provided by the Municipality's Contract Compliance Office. F. During the term of this Contract, the Municipality shall monitor the Contractor's compliance with Resolution No. 4540, as amended by Resolution No. 5593, and these MBE and WBE Requirements. The Municipality may at any time visit the site of the work and the Contractor's office to review records related to actual utilization of and payments to minority and women businesses. The Contractor shall maintain sufficient records necessary to enable the Municipality to monitor compliance. The Contractor shall provide every assistance requested by the Municipality during such visits. 9.02 NONDISCRIMINATION REQUIREMENTS DURING WORK A. In accordance with the Municipality's Resolution No. 4540, as amended by Resolution No. 5593, the Contractor shall not discriminate against any employee or applicant for employment because of religion, color, race, sex, age, national origin, or the presence of any sensory, mental or physical handicap, unless based upon a bona fide occupational qualification. The Contractor will take affirmative action to ensure that applicants are employed, and employees are treated during employment, without regard to their religion, color, race, sex, age, national origin, or the presence of such handicap. Such action shall include, but not be limited to, the following: employment upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and, selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the Municipality setting forth the provisions of this nondiscrimination clause. B. The Contractor will, prior to commencement and during the term of this Contract, furnish the Municipality's Executive Director or designee, upon request and on such forms as may be provided by the Executive Director therefor, a report of the affirmative action taken by the Contractor in implementing the terms of this provision, and will permit access by the Executive Director or designee to the Contractor's records of employment, employment advertisements, application forms, other pertinent data and records for the purpose of investigation to determine compliance with this provision. C. The Contractor shall implement and carry out the obligations contained in its Section 00330 "Sworn Statement Regarding Equal Employment Opportunity" submitted as part of the bid to perform the work under this Contract. Failure to implement and carry out such obligations in good faith shall be considered a material breach of this Contract and grounds for withholding payment and /or termination of the Contract and dismissal of the Contractor. The Contractor shall require that Sworn Statements in the form of those required by the Municipality be submitted by subcontractors and that the foregoing provisions be substantially contained in all such subcontracts. T/M25 -90 00710 -41 GENERAL CONDITIONS 9.03 EQUAL EMPLOYMENT OPPORTUNITY REPORTS DURING WORK A. The Contractor shall submit a Work Force Profile Statement for each subcontractor used during the performance of the Contract. It shall be the responsibility of the Contractor to obtain the statement, to have the subcontractor complete the form and submit it to the Contract Compliance Office five days prior to the date the subcontractor begins work on the Contract. B. Unless otherwise directed by the Contract Compliance Office, two weeks after commencement of work and every two weeks thereafter, the Contractor shall submit Equal Employment Opportunity ("EEO ") Reports of the Contractor's and each subcontractor's actual employment of non - minorities, minorities and women involved on this Contract during the two -week period. Estimates of future employment levels shall not be included on the EEO Reports. The Contractor and each subcontractor shall complete the EEO Report form provided by the Municipality's Contract Compliance Office. C. The Contractor shall ensure each subcontractor completes the EEO Report, shall review the EEO Reports for accuracy and compliance, and shall submit the subcontractors' EEO Reports with the Contractor's EEO Report to the Contract Compliance Office as required. The Contractor shall be responsible for compliance by subcontractors with all applicable equal employment opportunity requirements. In the event the EEO Reports, whether of the Contractor or subcontractor, show actual employment levels of minorities or women at a level Tess than the goals established for this Contract, as set forth in Section 00330, the Contractor shall provide a written explanation therefor and submit such explanation with the EEO Reports. D. In addition to reviewing the EEO Reports, the Municipality may at any time visit the work site(s) to determine the actual employment levels of minorities and women. The Contractor and the subcontractors shall provide every assistance requested by the Municipality during such visits. 9.04 SANCTIONS FOR NON - COMPUANCE Failure by the Contractor . and /or its subcontractors to comply with any requirements of Resolution No. 4540, as amended by Resolution No. 5593, or this Contract related to equal employment opportunity , or utilization of minority and women business will be considered a breach of this Contract. In the event the Contractor and /or its subcontractors fail to comply with such requirements, the Municipality may impose sanctions including: (1) suspension of this Contract; (2) withholding of payments; (3) termination of this Contract; and (4) any other sanctions authorized under Resolution No. 4540, as amended by Resolution No. 5593. Any such failure by the. Contractor may be considered by the Municipality in determining whether to award any other contracts to the Contractor. GENERAL CONDITIONS T/M25 -90 c c c c c c c c c c 5 c . r�� c c ATTACHMENT PREVAILING MINIMUM HOURLY WAGE RATES ESTABLISHED BY THE WASHINGTON STATE DEPARTMENT OF LABOR AND INDUSTRIES NOTES * The following pages contain ONLY the state prevailing wage determinations . from the Washington State Department of Labor and Industries applicable to this Contract (refer to paragraph 00710 - 1.04 herein). The Contractor shall comply with such State determinations. * Any questions regarding the state prevailing wage determinations should be addressed to : Department of Labor and Industries, Employment Standards Section, 925 Plum Street, Olympia, Washington, 98504, Attention: Ms. Mariam Moses, Industrial Statistician, or call (206) 753-4019. T /M25 -90 00710 -43 GENERAL CONDITIONS n FRINGE BENEFITS APPRENTICESHIP HEALTH AND RESEARCH HEALTH AND WFLFARE PENSION .IAGE RATES OCCUPATION OCCUPATION CODE DESCRIPTION 010 -0030 MECHANIC ' 010 -0050 INDUSTRIALYECNAVIC 010 -0060 COMtEPCIAL IECHANIC OTHER 7 PREVAILING N11IHUH HOUPLY WAGE RATES EFFECTIVE DATE: 4/16/90 LOCATION: KING COUNTY. OCCUPATION: HEAT AND FROST INSULATORS ( ASBESTOS YORKERS) .07 .03 144 1.95 46 OVERTIME — ALL WORK PERFORMED IN EXCESS OF 8 HOURS PER DAY OR 40 HOURS PER WEEK. MONDAY THROUGH FRIDAY. AHD ALL WORK PERFORMED ON SATURDAYS, 3U'dDAYS AHD HOLIDAYS SHALL BE AT DOUBLE TIE REGULAR RATE OF PAY. 70 PLEASE t,OTE: EFFECTIVE JUKE 9. 1988. THE P.tYNENT OF OVERTIME RATES IS NOT REQUIRED FOR THE FIRST 2 HOURS IH EXCESS OF 1 HOURS PER DAY tNOIDAY THROUGH FRIDAY). UNDER ' CORI:ITI39S STIPULATED IR WAC 296- 127 -022. 80 HULIDAYS — t:EV YEARS :)AY. 1ASHIIGTOMAS BIRTHDAY. MLMWRIAL DAY, FQUZTH 3F JULY. EOM HAY, T'!A9F3 GIV1'T G 'AY AAD THE FRIDAY Frtt1i115 TF1? :KSSIVINS GAY. ADD CHRISTMAS DAY. t8) SIHR. f /HR. f /NR. SFNR. STATE RATE 21.54 21.54 21.54 ATTACHMENT A PREVAILING 4IH1mUM 401RLY PAGE RATES EFFECTIVE DATE: 4/16/76 LOCATION: KING COUNTY. OCCUPATION: CERTIFIED ASBESTOS A0ATEHEHT YORKER FRINGE BENEFITS HEALTH AND VT.LFA %E PENSION TRAINING FUN') WAGE RATES OCCUPATION OCCUPATION CODE DESCRIPTION 020 70010 CERTIFIED ASBESTOS AC4TEMEHT VORCER OTHER 1.75 1.55 .20 41 ALL HOURS IN EXCESS OF 8 HOURS PERDAY OR 40 HOURS PER WEEK, MOVDAY THRU FRIDAY. AND ALL HOOKS OS SAT (EXCEPT HAKEUP DAY) SHALL SE PAID AT 1 1/2 TIMES THE REGULAR RATE OF PAY. ALL HOURS WCRKED ON SUN AND HOLIDAYS SHALL BE P410 AT DOU:LF THE REGULAR RATE. 70 PLEASE NOTE: EFFECTIVE JUNE 9. 1935. THE PAYMENT Of JVEPTIRE RATES I5 t0T REQUIRED FOR THE FIRST 2 MO!JRS TIT EXCESS OF 5 HOURS PER DAY CH01DAY THROUGH FRIDAY). UNDER CONDITIONS STIPULATED IM VAC 296 -127 -022. 81 HOLIDAYS — 'HEW YEARS DAY. HEPORIAL ')AY. FOU:tid CF JULY. LABOR DAY. THAH:KSGIVIWG DIY, An0 THE FRIDAY AND SATURDAY AFTER THANKSGIVING TAY. AND CHRISTMAS DAY. t8) • ?ASE • f /HR. f /HR. f /HR. STATE RATE 16.08 PREVAILING MINIMUM HOURLY WAGE RATES EFFECTIVE DATE: 4/16/90 LOCATION: KING COUNTY. OCCUPATION: BOILERMAKERS FRINGE BENEFITS APPRENIICE5H1' HEALTH AND WELFARE PENSION VACATION WAGE RATES OCCUPATION OCCUPATION CODE 030 -0020 BLACKSMITH 030 -0030 BOILERMAKER 030 -0050 STORAGE TANK ERECTION 030 -0060 STORAGE TANK REPAIR OTHER DESCRIPTION Si OVERTIME - THE FIRST 2 HRS IN EXCESS OF 8 HRS PER DAY. h0N THROUGH SAT. SHALE BE PAID AT 1 AND 1/2 TINES THE REGULAR RATE 3F PAY. ALL OTHER OiEk TIME 915 AND ALL HRS RORKEO OM SUNDAYS AhD HOLIDAYS SMALL BE PAID AT DOUBLE THE REGULAR RATE OF PAY. 71 PLEASE NOTE: EFFECTIVE JOVE 9. 1938. THE PAYMENT OF OVERTIME RATFS IS YOT REQUIRED FOR THE FIRST 2 HOURS IN EXCESS OF 8 HOURS PER DAY JttDER C)IIDITIORS STIPULATED IN DAC 26 - 127 -022. 93 HULIJAYS - 4 .E4 YEAR'S DAY. YA;t1INGT)'i'S RIRTNDAY. N:MORTAL DAY. FfU. :TN OF JULY. LABOR DAY. VETERANS' DAY. THANKSGIVING DAY. ThE FRIDAY AFTER THANKSGIVING. AND ChRISTHSS DAY. (7) 4C.F .18 2.15 1.50 1 :05 S /HR. $ /MR. S /HR. SAM. STATE RATE 21.61 21.61 21.61 21.61 ATTACHMENT A 'vf PREVAILING NININUM HOURLY WAGE RATES EFFECTIVE DATE: 4 /16/90 LOCATION: KING COUNTY. OCCUPATION: BRICKLAYERS A40 MARBLE MASONS FRINGE BENEFITS APPRENTICESHIP HEALTH Ah) WELFAiE PENSION WAGE RATES OCCUPATION OCCUPATION CODE DESCRIPTION 050 -0010 050 -0020 050 -0030 050 -0100 050 -0110 050 -0150 050 -0170 OTH OLOCKLAYER BRICKLAYER TUC <PJ INTER CLEAVER CAULKER MARBLE 1ASOV STORE NASON 42 ALL YORK PE:(FORVED IN EXCESS OF 8 HOURS PER DAY OR 40 HOURS PER WEEK MON THRU FRI AND ALL YORK PERF CRMED 3N SAT SHALL BE PAID AT 1 112 TIMES THE REGULAR RATE OF PAY. ALL YORK PERFORMED OA SUN AND HOLIDAYS SHALL 8E PAID Af U)UBLE THE REGULAR RATE OF PAY. 70 PLEASE 131E: EFFECTIVE JUNE 9. 1988. THE. PAY1ENT OF JVERTI1E PATES IS NOT REQUIRED F)R THE FIRST 2 9OJRS IN EXCESS OF 8 HOURS PER DAY (:10NDAY THROUGH FRIDAY). UNDER C4AO1T1)NS STIPULATED IN RAC 295 -127 -022. 84 HQLIJAY:i - .Ed YEARS `JAY. 1ENORIAL DAY. F]UI:TN :IF JAY. _A3OR DAY. THANKSGIVING DAY. TIIE FRI?AY FOLL1 /IvG THAN✓.SSIVING. AND C, DAY. (7) .21 1.72 1.55 S /HR. S /NR. S /HR. STATE RATE 19.82 19.82 19.82 19.82 19.82 19.82 19.82 P'EVAILINS 414IY.Uf EFFECTIVE :ATE: 4/16/90 LOCATION: KING COUNTY. OCCUPATION: AUILDIUG SEI:VICF EMPLOYEES FRINGE 3ENEFITS HEALTH AND WELFALC HOLIDAYS PENSION VACATION A=TER 1 YEA" VACATION AFTER 2 YEAS TOTAL HOURLY IEHEF1T5 - JINDJW CLEANERS RAGE RATES OCCUPATION CODE OCCUPAT . DESCRIPTION 060 -0010 JANITORS 060 -0030 WINCUW CLEASENS 060 -3040 TRAVELING WAXER /SHAMPOOER OTHER HOURLY VASE. RATES 2A OVERTIME: ALL HOURS WORKED Th EXCESS OF 6 HOURS P:R DAY AU) 40 WHIRS PER JEEK SHALL BE PAIJ AT 9 \E AID ONE -HALF TIMES THE REGULAR RATE OF PAY. ALL HOURS WORKED ON IOLIDAYS SHALL BE PAID AT THE £MPLOYE£•S REGULAR RATE OF PAY IN ADDITION TO THE HOLIDAY PAY. 71 PLEASE NOTE: EFFECTIVE JUNE 9. 1906. THE PAYP.ENT OF OVERT14E RATES IS NOT REQUIRED FOR THE FIRST 2 HOURS .IN EXCESS OF E HOURS PER DAY JVDER CJIIOITIONS STIPULATED IN VAC 296-127 -022. 9B PAID HOLIDAYS: NEW YEARS DAY. MEMORIAL DAY. FOURTH OF J'LY. .A30R DAY. THANKSGIVING DAY ARO CHRISTMAS DAY (6). .6? 5 /HR. 6.00 PAID NOL .,375 S /MR. 5.00 DAYS 10.00 DAYS 1.24 MR. STATE RATE 8.00 11.20 6.30 ATTACHMENT A PREVAILING MINIMUM HOURLY VAGE RATES EFFECTIVE DATE: 4/16/90 LOCATION: KING COUNTY. OCCUPATION: CABINET MAKERS FRINGE BENEFITS NO FRINGE tENEFII: WAGE RATES OCCUPATION CODE 065 -0010 CABINET MAKER. OTHER .00 S /HR. OCCUPATION STATE DESCRIPTION RATE 11.71 40 OVERTIME - AL HOURS WORKED IF EXCESS OF B HOURS PER DAY AND 40 HOURS PER JEEK SHALL NE PAID AT ONE AND ONE - HALF TAPES THE REGULAR RATE OF PAY. 71 PLEASE VOTE: EFFECTIVE JUNE 9. 1904. THE PAYMENT OF OVERTIME RATES IS NOT REQUIRED FOR TIIE FIRST 2 HOURS IN EXCESS OF 4 HOURS PER DAY WIDER CJNOITID'IS STIPULATED IN VAC 296 -127 -022. "45P 5 PREVAILING MINIMUM HOURLY WAGE RATES EFFECTIVE DATE: 4/16/90 LOCATION: KING COUNTY. OCCUPATION: CARPENTERS FRINGE 3ENEFITS HEALTH AND WtLFA:E PENSION TRAIUIPG FUHO WAGE RATES OCCUPATION 9CCtJPATION CODE DESCRIPTION 070 -0020 ACCOJSTICAL V)RK_R 070 -0040 921 CSE. 9CC4. AND URARF; 9UILDEF 070-0060 CARPENTER 070 -0100 CARPENTER - WORKING 070 -0140 DeYWALL APPLICATOR 070 -0150 FLOOR FINISHER 070 -0160 FLOOR LAYER 070 -0170 FLOOR SANDER 070 -0200 NILLWRISHT AND 070 -0250 PILEDRIVER 070 -0300 SAW FILER 070 -0310 SNINS_ER - 070 -0330 STATIONARY 070-3340 STATIONARY OTHER 59 OVERTIME - ALL HAS VORKED IN EXCESS OF 8 HRS PLR DAY AND 40 HRS PER WEEK. PIN THROUGH FRI, AND ALL MRS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF JORK IS LOST DUE TO INCLEMENT V:AT'IE1 CONIITIPVS) SHALL 9E PAID AT 1 AND 1/2 TL MLS TIE RE i'JLAR RATE OF PAY. ALL HRS WURr D OR SJNCAYS AND HOLIDAYS SHALL HE PAID AT D:1U9_E Tiff REGULAR RATE OF PAY. 70 PLEASE NOTE: EFFECTIVE JU'.E 9, 1988. THE PATIENT OF JVERTIPE RATES IS NOT REOUIRED F)R..THE FIRST 2 43URS IN EXCESS OF 4 HOURS PLR DAY (rONDAY THROUGH FRIDAY), UNDER CONDITIONS STIPULATED IN WAC 296 -127 -022. i5 HOLIDAYS — %EV YEARS 1lAY, YE.PFRIAL 0AY. PURRED. CHARRED, WOOD AND COMPOSITION POJER SAW OPERATOR POJER WOODWORKING TOOL OPERATOR MACHINE ERECTOR 1.65 1.50 .08 SFHR. S /HR. S /HP.. STATE RATE 18.90 18.94 18.74 18.84 18.74 18.87 18.87 18.87 19.24 18.94 18.87 18.87 18.87 18.87 ATTACHMENT A OTHER 0 0 0 PkEVAILING MINIMUM HOURLY WAGE RATES EFFECTIVE DATE: 4/16/90 LOCATION: KING COUNTY. OCCUPATION: CARPENTERS FOURTH OF JULY. _AROP. DAY. THANKSGIVING DAY. THE FRIDAY AND SATURDAY FOLLOWING THANKSGIVING. An) CHRISTMAS DIY. (6) :.1 1C P:CVAILING 4141HUM LFFECTIVL DATE: 4/16/90 LOCATION: KING COUNTY. OCCUPATION: CEMENT MASONS FRINGE BENEFITS APPRENTICESHIP HEALTH Ar.D WELFARE PENSION WAGE RATES OCCUPATION OCCUPATION CODE DESCRIPTION 090 -0010 CEMENT MASON 090 -0030 COMPOSITION. EPDXY 090 -0075 GRIADER. HAND POWERED 090 -0080 GUNITE .10tZLEHAN 090 -0210 CONCRETE PAVING 090 -0220 PATCHINS CONCRETE 090 -0230 CURING CONCRETE 090 -0240 CURB AND GUTTER 090 -0250 SIDEWALKS 090 -0260 APPLICATION OF SEALING 090 -0270 PLASTIC 090 -0200 CONCRETE SAW (SELF POWERED) 090 -0290 POWER -TOOLS (GRINDERS AND ALL OTHERS) 090 -0300 SANDBLASTING ARCNITECTUAL FINIS( 090 -0310 FINISH COLORED CONCRETE 090 -0320 TUNNEL JORKERS 090 -0330 APPLICATION OF LINDERLAYMENT 090 -0340 TROWEL MACH ON CURD SLABS.COMP OR KALMAN 090 -0350 COMPOSITION MASTIC OT COMPOUND 41 ALL MRS IN EXCESS OF 0 HOURS PERDAY OR 40 HOURS PER WEEK. MONDAY THRU FRIDAY. AND ALL HOURS ON SAT (EXCEPT HAKEUP DAY) SHALL BE PAID AT 1 1/2 TIMES THE REGULAR RATE OF PAY. ALL HOURS VCRKED ON SUN AND HOLIDAYS SHALL PE PAID AT DOUBLE TIE REGULAR RATE. 70 PLEASE VOTE: EFFECTIVE JUNE 9. 1938. THE PAYDENT 3F OVERTIHE RATES 15 NOT REQUIRED F3R THE F1R:;T 2 NOtIRS IN EXCESS OF S HOURS HOURLY RAGE RATES .10 S/HR. 1.05 SFHR. 1.75 S /HR. STATE ,RATE 19.21 19.46 19.46 19.46 19.21 19.21 19.21 19.21 19.21 19.21 19.46 19.46 19.46 19.46 19.46 19.46 19.46 .. FLR 20.71 19.46 ATTACHMENT A PeEYAILIN5 EFFECTIVE DATE: 4/16/90 LOCATION: KING COUNTY. OCCUPATION: CEMENT MASONS OTHER `IIoT'UM 40PFLY WAGF RATES PER DAY (MONDAY THROUGH FRIDAY). UNDER CONDITIONS STIPU_ATED IN VAC 29S -127 -022. 81 HOLIDAYS - NEW YEARS DAY. MEMORIAL DAY. FOURTH DE JOEY. LABOR DAY. TIIAN(SIIVING DAY. AND THE FRIDAY AND SATURDAY AFTER THANKSGIVINE DAY. AND CHRISTMAS DAY. (0) PAR 10 P3= VA1LING MINIMUM HOURLY WAGE RATES EFFECTIVE OATE: 4/16/90 LOCATION: •KING COUNTY. OCCUPATION: COMMUNICATION TECHNICIANS FRINGE BENEFITS NO FRINGE BENEFITS HAZE RATES OCCUPATION OCCUPATION CODE DESCRIPTION 100- 0120'JJUR:1EYhAN ELECTRONIC TFCMN!C1AN 100 -0130 JIURNEYMAN COrMUNICATIONS TECHNICIAN OTHER 40 OVERTIME - 4LI_ HOURS U]RKEO IN EXCESS OF 8 ' NOUNS PER DAT AND 40 NDURS PEP WEEK SHALL BE PAIU.AT ONE AND JYE - HALF THE REGULAR • RATE OF PAY. 71 PLEASE NOTE: EFFECTIVE JUNE 9. 1980. THE PAYMENT OF OVERTIME RATES IS NOT REQUIRED FOR TIIE FIRiT 2 HOURS IN EXCESS OF S HOURS PER UAY UNDER CON9ITIONS STIPULATED IN VAC 296- 127 -022. 1•A.•E 11 .00 SiHR. STATE RATE 12.07 12.07 ATTACHMENT A n WAGE RATES OTNER PkEVAILING MINIYUH HOURLY WAGE PATES EFFECTIVE DATE: 4/16/70 LOCATION: KING COMITY. OCCUPATION: DIVERS AND TE'IDERS FRINGE BENEFITS OTHER APPRENTICESHIP HEALTH A440 WFLFA4E PE+ISION OCCUPATION OCCHPATI D'I CODE DESCRIPTION 110 -0030 TENDERS 110-0060 DIVERS - UP TO 50 FEET -DEPTH 110 -8080 ASSISTAAT TENDER 07 50 FT. TO 100 FT. DEPTH - S1.00 PER FT. FOR EACH FT. OVER 50 FT. OS 100 FT. TO 175 FT. DEPTH - S2.25 PER FT. FJR EACH FT. OVER 100 FT. + 09 175 FT. TO 250 FT. DEPTH - 55.52 PER FT. FOR EACN FT. OVER 175 FT. 10 FOR DIVINS DEPTHS GREATER THAR 250 FT. DIVERS IIY NAME THEIR WV PRICE. PROVIDED 17 IS NO LESS THAN THE SCALE FOR 250 FT. 11 THE WAGE PATES AYD DEPTH PRFMIUlS ARE FOR SURFACE SUPPLI%1 DIVERS 5CU3A DIVERS. 'PE STASOCY RATE 1F PAY FOR D1VE4S SHALL SE 0 -HALF T4= '1IV = PATF OF P /Y. 61 ALL HOURS lA EXCESS OF 8 HOURS PERDAY OR 40 HUU'2S PER WEEK. MONDAY THRU FRIDAY. AND ALL H)U4S 01 SAE (EXCEPT MAKEUP DAY) SHALL RE PAID AT 1 1/2 TIMES THE REGULAR RATE OF PAY. ALL H)IRS WORKED 01 SHY AND IIE.LIDAYS SHALL RE PA11) AT DCU!LE THE REGULAR PATE. 70 PLEASE N3IE: EFFECTIVE JUNE 9. 1988. THE .00 S /HR. 1.65 1 /HR. 1.50. S /MR. STATE RATE 19.99 46.40 18.94 ATTACHMENT A PREVAILING MINIMUM HOURLY WAGE RATES EFFECTIVE DATE: 4/16/90 LOCATION: KING COUNTY. OCCUPATION: DIVERS AND TENDERS PAYMENT OF OVERTIME RATES 1S NOT REOUIRED FOR THE FIRST 2 TOURS IN EXCESS OF 8 HOURS PER )AY (Y.0:1DAY THROUGH FRIDAY). UNDER COVOITI)VS STIPU.ATED IN WAC 296 -127 -022. 81 HOLIDAYS - NEW YEARS DAY. MEMORIAL DAY. FOURTH OF JULY. LABOR DAY. THANKSGIVING DAY. ARD THE FRIDAY AVD SATURDAY AFTER THANKSGIVING DAY. AHD CHRISTMAS DAY. (8) : A P. EVA1LING 'II lI4I)9 HJURLY WAGE RATES EFFECTIVE DATE: 4/16/90 LOCATION: K1 COUNTY. OCCUPATION: DREDGING VDI:KE °.S FRINGE BENEFIT. HEALTH AND WILFA! PENSION TRAINING FUND WAGE RATES OCCUPATION OCCNPATI04 CODE DESCRIPTION 130 -0010 ASSISTANT ENGINEER - ELECTRIC. DIESEL. STEAK 130 -0020 ASSISTANT ENGINEER - ELECTRIC GENERATOR 130 -0040 ASSISTANT MATE - DFCKHAND 130 -0050 %DATMAN 130 -0060 CRA4ENAN 130 -0070 ENGINEER 130 -0080 FIRE'IAN 130 -0100 LEVETMAV - DIPPE/ 5 YARDS AND UNDER 130 -0110 LLVERMAN - UIPPC/ OVER 5 YARDS 130 -0120 LEVi14AY - HYDRAULIC 130 -0130 MATE 130 -0140 OILER OTHER WELDER 40 OVENTIHi - AL- HOURS VOPKFD IN EXCESS OF 8' HUUdS PEP DAY AN') 40 HOURS PEP JEEK SHALL OF P4IO.AT ONE AND ONE - HALF TIMES THE REGULAR RAT_ OF PAY. 71 PLEASE NOTE: CFFECTTVE JUNE 9. 19E3. THE PAYIEvT or )vrRTInE RATFi IS IiOT 7F 'JIQE0 FOR TdE FIRST 2 HUUi:i TN EXCESS 0= 3 HOURS PER JAY UNDER C1!t7ITIINS STIPrILATCD IN VAC 296-127 -022. d9 HDLI)AY) - .EN YEARS RAY. NE4431AL DAY.• FDU (TH )F JULY. 1A9,1P. DAY. THANKSGIVING DAT. AND CHRISTMAS DAY. (6) • ^a ,r !4 t \ (7'N. e4"^1 2.45 2.on 5 26 8 /NR. 8 /NR. 8 /NR. STATE RATE 18.45 18.45 18.45 18.45 18.45 18.45 18.45 19.25 19.75 18.81 18.45 18.45 ATTACHMENT A FRINGE BENEFITS Pr:EVAILING NINIPU'! IOURLY WAGE EFFECTIVE DATE: 4/16/90 LOCATION: KING COUNTY. OCCUPATION: DRYiALL FINISHERS APPRENTICESHIP HEALTH AHD WELFA.iE AND OCNTAL PENSION RAGE RATES OCCUPATION OCCUPATION CODE 150 -0020 DRYNALL TAPER OTHER 70 PLEASE VOTE: EFFECTIVE_ JUNE 1. 1958. THE PAYMENT OF JVFRTI'IE RATES IS r'OT REQUIRED F)R THE FIRST 2 40NRS IN EXCESS OF S HOURS PER DAY (HOIDAY THROUGH FRIDAY). UNDER CUNDITI)NS STIPU:ATED IN VAC 296- 127 -022. Si HOLIDAYS - NE4 YEARS DAY. `rEl!(:PIAL NAY. FUUKTH 7F JULY. LAROR DAY. THANKSGIVING DAY. THE FRIDAY FOLLOWING THANKSGIVING. AND CHRISTMAS DAY. (7) 98 OVERTIME 8 /31/84: THE FIRST 2 HOURS IN EXCESS OF 3 HOURS PE? DAY. MONDAY THPOUGH FRIDAY. ALL HOURS IN EXCESS OF 40 HOURS PER REEK. AND THE FIRST 8 HOURS 04 SATURDAYS SHALL BE PAID AT rt1E AND JNE -UALF TIMES THE REGULAR RATE OF PAY. ALL OTHER OVERTIME 'TOURS ARD ALL HOURS KJR(_E) 04 SJHDAYS AND HOLIDAYS SMALL RE PAID Af JUUOLE THE REGULAR RATE ')F P DESCRIPTID' 15 RATES .10 1.41 1.00 S /HR. S /HP. S /HR. STATE RATE 19.67 STATE RATE 21.97 9.985 19.97 ATTACH/ENT An dm (-> .•^, v' v Pt.EVA1L1'1G MINI$U!I HOURLY WAGE RATES EFFECTIVE DATE: 4/16/90 LOCATION: KING COUNTY. :i000PATION: ELE= TFTCIANS - PORER LINE CONSTRUCTION FRINGE BENEFITS APPRENTICESHIP HEALTH AAD WELFARE PENSION - _OCAL PE:4SIUN - _OCAL (FJR RATES LESS THAN LINEMAN) PENSION - NEW WAGE RATES OCCUPATION OCCUPATION CODE DESCRIPTI)N 190 -0010 190 -0110 190 -0130 190 -0140 190 -0160 190 -0170 190 -0190 190 -0210 190 -8220 190 -0260 190 -0340 OTHER JOURNEYMAN LINEMAN CABLE SPLICER G4OUNDMAN. IIOLE(tIGGER MAO GR0UND1AN HEAVY LINE EQUIPMENT JACKNANNERNAN LINE EQUIPMENT MAN POLE SPRAYER POLE SPRAYER LEA)NAN POWDERNAN WELDER. CERTIFIED NAN 17 * PIE 12.30 PEI:SIO!I APPLIES F3R ALL CLASSIFICATI3•:S WITH A RABIC HOURLY RATE EitflVALENT 13 AND HIGHER THAN THAT !)F A J3UANEYMAt+ LI '1. THE 51.50 PENSIIN RATE APPLIES 73 ALL OTHER CLASSIFICATIONS. 10 aEFFECTI /L L3/12/40: THE 5 ?.65 PENSION AP- PLI:S FJR ALL CLASSIFICATIONS JITY. A BASIC HUJRLY x!TE FOUIVALENT TO AND 4IG'ER THAN THAT OF A J)U LINEMAY AMA FOR TREE. T4I tt4ERS. 46 OVE411ME - ALL JO4K P=PrZ1PI D IN EXCESS OF R HUUttS PtR [KY 94 41 HOU °S PEP WEEK. MONDAY TIIROJGH FCL)AY. At.) ALL WJP.K PERFORMED ON. . SATUtjAYS. a(I: :WV; AND HULI')AYS SHA11 SE PAID 'l4T 1 .50 1.50 2.65 1.75 3.08 S /NR. S/NR. SIHR. STATE RATE 19.59 21.68 13.90 14.78 19.S9 14.78 16.89 19.59 21.68 14.78 19.59 ATTACH/011T A PhEVAILING.MINIHUM HOURLY WAGE RATES EFFECTIVE DATE: 4/16/90 LOCATION: KING COUNTY. OCCUPATION: ELE:TRICIANS - ROWER LINE CONSTRUCTION OTHER TO 34 Al AT 0003LE THE REGULAR !ATE OF PAY. PLEASE VOTE: EFFECTIVE JUNE 9. 1995. THE PAYtE NT OF t'VERTIME RATES IS NOT REOUIRFD F34 THE FIRST 2 HOURS IN EXCESS OF 5 HOURS PtK JAY (tO"OAY TItRNUGM Fi1DAY). 040E4 CONIITID4S STIPU_ATED IN JAC 296 - 127 - 022. NOLI7AYS — f.EW YI".AIS I)AY. MFN(`RIAL DAY. FOUKTtI 3F JULY. LA4'1R SAY. THANKSGIVING DAY. THE FRIDAY FOLL')WIMG THANKSGIVING. AND CHRISTMAS DAY. (7) EFFECTIVE 04/16/90 ALL CLASSIFICATIONS. IN- CLUDING ALL APPRENTICES. RECEIVE A DAILY PER DIED ALL3VAICE 0° T'JENTY DOLLARS (520.00) IN AUDITION TO THE A30VE HOURLY RATES OF PAY. 'AGE 1? 0 PF.EVAILING MINIMUM EFFECTIVE DATE: 4/16/90 LOCATION: KING COUNTY. OCCUPATION: ELEVATOR C3PSIRUCT3RS FRINGE BENEFITS EDUCATION FUMI HEALTH AND WELFARE PENSION VACATION - UNDER 5 YEARS VACATION - 5 YEARS AND OVER WAGE RATES OCCUPAT I Or. OCCUPATION CODE DESCRIPTION 230 -0010 CONSTRUCTOR 230 -0020 MECHANIC 230 -0030 MECHANIC IY CHARGE 230 -0040 PROBATIONARY CONSTRUCTOR OTHER 05 FRINGE 2ENEFITS 90 NOT APPLY TO PROBATIONARY HELPERS. 46 OVERT /NE. - ALL WORK PERFORMED IN EXCESS OF 8 HOURS PER DAY OR 40 HOURS PER WEEK, MONDAY THROUGH FI :IDAY, ANO ALL WORK PERFORMED ON SATUHDAfS• SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE PESULAR RATE OF PAY. 70 PLEASE VOTE: EFFECTIVE JUTE 9. 1988. THE . PAYMENT 31 ')VERIT'.E PATES IS HOT REQUIRED FJR THE FIRST 2 1JURS 1'! EXCESS OF 3 HOURS PER NAY (MONDAY THROUGH F? IDAY). UNDER C08CITI34S ;TIPU_ATCD IN tAC 295 -127 -022. 04 i1;.LI3AYS - ''EW YEARS IAY, YEHDRIAL DAY. FOUiT1 3F JILY• LA)OR DAY. THARK5GIVIIG DAY. ThE FRI('AY FOLL')Vi!:G THA:..SGIVIVC. A'1D Ctl.ISTMAS DAY. (7) PArt 1 HOURLY WAGE RATES .085 3.145 1.99 6.00 8.00 S /NR. S /HR. S /NR. STATE RATE 14.28 20.40 22.95 10.20 ATTACHMENT A en . en en en n 7) 7) PREVAILING VININUM HOURLY WAGE RATES EFFECTIVE DATE: 4/16/90 LOCATION: KING COUNTY. OCCUPATION: FENCE ERECTORS AND FENCE LABORERS FRINGE BENEFITS NO FRINGE bENEFITS WAGE RATES OCCUPATION CODE 250 -0010 FERC°_ ERECTCR 250 -0020 FENCE LA3CRER OCCUPATION DESCRIPTION OTHEk 40 OVERTIRE - ALL HOURS WORKED IN EXCESS OF 8 HOURS PER DAY AND 40 HOURS PER WEEK SHALL BE PAID AT ONE AND ONE - HALF TINES THE REGULAR RATE OF PAY. 71 PLEASE ROTE: EFFECTIVE JUNE 9, 1988, THE PAYMENT OF OVERTIME RATES IS NOT REQUIRED FOR THE FIRST 2 HOURS IH EXCESS CF 8 HOURS PER DAY UNDER CONDITIONS STIPULATED IN VAC 296- 127 -022. 21 .00 f/HR. STATE RATE 13.80 11.60 PCEVAILING NIWIMUM HOURLY WAGE RATES EFFECTIVE DATE: 4/16/90 LOCATION: KING COUNTY. OCCUPATION: FLAGGEIS FRINGE BENEFITS APPRENTICE TRAINING HEALTH AND WELFARE PENSION WAGE RATES OCCUPATION OCCUPAT1a1 CODE DESCRIPTION 260 -0010 FLAG,ER OTHER .20 1.75 1.55 59 OVERTIME - ALL HRS WORKED IN EXCESS OF 8 NRS PER DAY AND 40 NRS PER WEEK. CON THROUGH FRI. ADD ALL NHS UORKE ON SATURDAYS (EXCEPT 'IAKEUP DAYS IF YORK I5 LOST DUE TO INCLEMENT WEATHER CONDITIONS) SHALL BE PAID AT 1 AND 1/2 TINES THE RESULAR RATE OF PAY. ALL MRS WORKED ON SUNDAYS AND HOLIDAYS SHALL RE PAID AT OOVB.E TIE REGULAR RATE OF PAY. 71 PLEAS_ 43TE: EFFECTIVE JUKE 9. 1288, THE PAYPENT OF 9VCRTIYE RATES IS NOT REQUIRED FOR THE FIRST 2 HOURS IN EXCESS OF 8 HOURS PER DAY UNORR C)NDlT101S STIPULATED IN L'AC 296 177 - 022. as HULIOAYS - IFV YEARS DAY, YrNCRIAL DAY. FJUI:Ti OF JILT. LAOAR DAY. INA /KS:19IlG DAY. TIE Fr:1i. *Y At::.• SATURDAY Fl•LLDUIVG T,AACSGIVI H G. A4) CHRISTMAS CAM. (R) 1 /NR. S /HR. 1 /NR. STATE RATE 11.40 ATTACHMENT A PREVAILING NINIIUM HOURLY WAGE RATES EFFECTIVE DATE: 4/16/90 LOCATION: KING COUNTY. OCCUPATION: GLAZIERS FRINGE BENEFITS APPRENTICE TFAIYIRG HEALTH AND WELFARE PENSION VACATION 0 TO 2 YEARS VACATION 2 TO 8 YEARS VACATION A =TER.8 YEARS WAGE RATES OCCUPATION CODE 270 - 0010 JDURVEYMAN OTHER OCCUPATION DESCRIPTION .20 1.00 1.75 2.00 4.00 6.00 08 PLEASE 40TE: THE ABOVE VACATION IS REQUIRED IN ADDITION TO THE RITE OF HOUR./ PAY, HEALTH 4 WELFARE, PENSION AND APPRENTICE TRAINING. 58 OVERTIME - ALL HOURS WORKED IN EXCESS OF 8 HIS PER DAY OR 40 HRS PER WEEK. NON THROUGH FRI. AU) ALL !TOURS WORKED 01 SATURDAYS (EXC PT AS A MAKEUP DAY) SHALL BE PAID AT 1 AND 1/2 TIMES TIIE REGULAR RATE DE PAY. ALL HkS WORKED CN SUVOAYS SHALL PE PAID AT DOUBLE THE REGULAR RATE OF PAY. ALL PPS VO°KED ON HJLIJAYS SH%L1 ?r PAID AT I AID 1/2 TIMES THE REGULAR RAT <_ OF RAY, PLUS THE REGULAR HOLIDAY PAY. 70 PLEASE 131E: fFFECTIVE JUTE 9, 1983. THE P4YMENT OF D9:°TI':F PATES IS '!OT REQUIRED F)H THE rI ST 2 TOUTS I`+ EXCESS OF 9 HOURS PER DAY (r,04DAY T1 F'+PAY). UNDER 04DE1134S STIP IR !AC 296 127 - 922. 36 HDLI7AYS %EU YEARS +)AY. 4EPCRIAL DAY. FUUifH JF JJLY. :A3OR DAY. THANKSGIVING DAY. TdE LAST WORK DAY 9CFORE CHRISTMAS AND CHRISTMAS DAY. (7) S /HR. 1/H R. S /HR. STATE RATE 17.54 PSEYAILING MINIMUM EFFECTIVE DATE: 4/16/90 LOCATION: KING COUNTY. OCCUPATION: INLAND BOATrEH FRINGE BENEFITS HEALTH AND VELFA <: A::9 PENSION RAZE RATES • OCCUPATION OCCUPATION CODE DESCRIPTION 290 - 0010 DECK.9ANJ 290 -0020 EAGIUEE4 DEMAND 290 -0030 OPERATOR OTHER 56 e.s ems ems ems ems ems Omb HOURLY VAGE RATES OVERTIME - ALL HRS MORKED IM EXCESS OF 8 MRS PER DAY OR 40 HRS PER WEEK. MON THROUGH FRI. AND ALL HRS VORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT 1 AND 1/2 TIMES THE REGULAR RATE OF PAY. ILL MRS WORKED ON NDLIDAYS SMALL BE PAID AT DOUBLE THE REGULAR RATE OF PAY. 70 PLEASE VOTE: EFFECTIVE JUNE 9. 1988. THE PAYMENT OF OVERTIME RATES IS HOT REQUIRED F3R THE FIRST 2 YOURS 1N EXCESS OF 8 HOURS PER DAY (MONDAY THROUGH FRIDAY). UNDER CUNOITI3!IS STIPULATED IN VAC 296- 127 -022. 81 HOLIDAYS - NEV YEARS DAY. MEMORIAL DAY. FODUT4 3F JULY. .AROR DAY. THANKSGIVING DAY. AND THE FRIDAY AND SATURDAY AFTER THANKSGIVING PAY. AND CHRISTMAS DAY. (8) PA1F 23 513.00 S /MONTH STATE RATE 15.19 16.81 17.59 ATTACHMENT A PREVAILING MIVIKUM HOURLY VAGE RATES EFFECTIVE DATE: 4 /16/90 LOCATION: KING COUNTY. OCCUPATION: INSULATION APPLICATORS FRINGE BENEFITS NO FRINGE nLNEFIFS NAGE RATES OCCUPATION CODE 310 -0010 JUUK!IEYHAN OTHER .00 S /HR. 0CCUPATION STATE DESCRIPTION RATE 16.58 40 OYU:TIME - ALL HOURS WORKED IN EXCESS OF 8 HOURS PLR DAY AND 40 HOURS PER MEEK SHALL 8E PAID AT ONE AND ONE - HALF TIMES THE REGULAR RATE OF PAYS 71 PLEASE NOTE: EFFECTIVE JUNE 9. 1988. THE PAYMENT OF OVERTIME RATES IS NOT REQUIRED FOR THE FIRST 2 HOURS 14 EXCESS OF 9 HOURS PER DAY UNDER CONDITIONS STIPULATED IN VAC 296 -127 -022. P2EVAILIN4 ilai:ild. VA&E FATES EFFECTIVE DATE: 4/16/90 LOCATION: KING COUNTY. OCCUPATION: IPOt:V(RKERS FRINGE BENEFITS APPRENTICESHIP NEALIN AND WLLFA3 :E PENSION ANNUITY WAGE RATES OCCUPATIUts CODE 330 -0005 Ih'ON10RKENS 18.26 330 -0010 BURNERS 18.26 330 -0040 ORNAMENTAL. 18.26 330 -0050 REIIFORCING 18.26 330 -0060 RIGGERS 18.26 330 -0080 STRUCTURAL 18.26 330 -0090 VELUERS 18.26 OTHER OCC('PATI ON DESCRIPTION 44 OVERTIME — THE FIRST 2 HOURS.IN EXCESS OF 8 HRS /DAY. N0:1 THRU FRE. AND INC FIRST 10 MRS Oh SAT STALL BE PAID AT 1 1/2 TINES THE REGULAR RATE OF PAY. ALL OTHER 3YERTIME MOORS AND ALL H)U'S V3RKED ON SUN AND HOLIDAYS . SHALL BE PAID AT DOUPLE THE REGULAR RATE OF PAY. PLEASE 43TE: EFFECTIVE JUNE 9. 1988. THE PAYMENT OF •)VERTIMF RATES IS NOf REQUIRED F)R THE FIniT 2 4_)IPS IN EXCESS OF 5 HOURS PER •)AY (f•O'(OAY THP9UGH FRIDAY). UNDER CONCITI)15 STI°U_ATE() IN VAC 296- 127 - 022. II0L17AYS - .FV Y =A1S PAY. irMnRIAL DAY. F.OJKTA JF JULY. _►.•tOR BAY. THA9(SGIVIIG DAY. THE FR1 AY FOLLTVING TNANVS'IVING. AND CIIRIST4AS' (1) 7 .25 S /NR. 2.51 S /HR. 2.15 S /NR. 1.0S S /NR, STATE RATE FRINGE BENEFITS HEALTH AM WELFARE PENSION TRAINING FUND WAGE RATES OCCUPATION OCCUPATION CODE DESCRIPTION 350 -0050 350 -0060 350 -0090 350 -0200 350 -0240 350 -0250 350 -0270 350 -0310 350 -0340 350 -0350 350 -0390 350 -0420 350 -0460 350 -0470 350 -0520 350 -0530 350 -0630 350 -0650 350 -0710 350 -0720 350 -0810 350 -0320 350 -0840 350 -0860 350 -0950 350 -0965 350 -0940 350-1110 350 -1200 353 -1256 350 -1260 350 -12 /0 P1.EVAILING NINIMII4 HOURLY WAGE RATES EFFECTIVE DALE: 4/16/90 LOCATION: KING COUNTY. OCCUPATION: LABORERS ASPHALT RAKER BALLAST REGULATOZ BATCH WEIGHIAN CAISSIH WORKER CARPENTER TENDER CEMENT DUPER - DAVING CEMENT FINISHER TENDER CHIPPER CHUCK TENDER CLEAN -U' LAHORE'? CONCRETE FORM ST2IPPER C3NCRET= SAW OPERATOR CRUSHER FEEDER CURING CONCRETE DEMOLITION, VP.ECKING *NO MOVING DIVER WAGON DILLS DRILLER - WAGON ANO AIR TRACK 3'ERATOR E?OXY TECtiNlCIA4 FALLER ANO FUCKER - CHAIN GADI0:1 3ASKET BUILDER GIN E'1AL L P'S:ULR GHACC CHECKER At:) GRINDERS HIGH SCALt .1 HO) CAH=IER J?CKr1AMHEn MINE.: N31/LtNA9 (CO1C"ETF PAVEIENT vRi46LR PILOT CA? PIN - LAYER A :D CAJLKE' NACHINE TRANSIT PU4?. SAW *IAN (INCL. •;I :ETN •UTTER 1.7S 1.55 .20 f /MR. X/N R. A /NN. STATE RATE 16.56 16.08 11.40 16.92 16.08 16.56 16.08 16.00 16.02 16.01 16.08 16.56 11.40 16.08 16.08 16.92 16.56 16.56 16.08 16.56 16.08 16.08 16.56 16.08 16.56 16.56 16.56 16.92 VHFN 16.56 16.56 11.40 16.56 PF:EVAILING EFFECTIVE DATE: 4/16/90 LOCATION: .KING COUNTY. OCCUPATION: LABORERS WAGE RATES MINIMUM HOURLY OCCUPATION OCCUPATION CODE DESCRIPTION 350 -1315 350 -1370 350 -1380 350 -1390 350 -1485 350 -1500 350 -1750 350 -1753 350 -1765 353 -1820 350 -1840 350 -1870 350 -1880 350 -1905 350 -1940 350 -2000 350 -2030 350 -2090 350 -2100 OTHER PIP: HEL1ACR (N)T 1•ISERT TYPE) P)T TENDEP PJWDERH.A11 P)W:)ERMA.N H..:LPER 6AIL:2)AD SPIKE PULLER (POJER) RE TTMBLRIA'+ SPREADER - CLARY POWER OR SIMILAR TYPES S ?REA)EH (CONCRETE) STAKE HOPPER TAMPER AVD SIMILAR ELECTRIC. Ali AND TAMPER (MULTIPLE AND SELF PROPELLED) TUOLR)OM MAN (AT J08 SITE) TJPHAM - TAMPA( TRACK LINER (PO.ER) TUGGER OPERATOR VIBRATOR VIBfd1TIN5 SCREED WELL-POINT MAN W1400W CLEANER (AIR. GAS OR ot ,r '7 WAGE PATES GAS ELECTRIC) 59 OVERTIME - ALL NIS WORKED IN EXCESS OF 8 MRS PER DAY AAD 40 HR'S PER WEEK, PON THROUGH FRI, AND ALL UPS WORKED ON SATURDAYS (EXCEPT MAKEUP LAYS IF GORE 1S LOST DUE TO INCLEMENT WEATHER CONDITIONS) SHALL BE PAID AT 1 AND 112 TI) :ES T :,E 4F31LAP RATE OF PAY. ALL HRS WOitCJ U:1 SIHJAYS Alb HOLIDAYS SHALL RE PAID Al D')UgLE T'IE REGULAR RATE OF PAY. 70 PLEA ;E NOTE: EFFECTIVE JUNE 9. 1988. THE PAY :)EFT OF UVE ?T1 HE RATES 15 NOT REQUIRED FiR TIIE FIRST 2 'MRS IV EXCESS OF R HOOPS PiR JAY (rOlDAY THROUGH FRIOAY). UNDER CuNEITIC'IS STIPULATED IV VAC 296 -127 -022. 81' HOLI9AYS - ::E7 YEARS DAY, MEMORIAL DAY. (7) n Cm r1 STATE RATE 16.56 16.08 16.92 16.08 16.56 16.92 16.56 16.56 16.08 16.56 16.56 11.40 16.08 16.56 16.08 16.56 16.08 16.56 9.08 OTNEk .FOURTH OF JULY. _ASOR DAY..TMAVKSGIVING DAY. AND THE FFIDAY AVO SATURDAY AFTER .TIIAMCSGIVINC DAY. AHD CHRISTMAS DAY. Cal PKEVAILIN6 41419U"HOURLY WAGE PATES EFFECTIVE DATE: 4/16/96 LOCATION: KING COUNTY. 000UPATION: LA8URE9S 0 .. �a ... +�Y 0 . 0 . ?;EVA1LING 'ININUN IOURLY RAGE RATES tFFECTIVE DAZE: 4/16/90 LOCATION: KING COUNTY. UCCUPATIOI: LABORERS - .UTILITIES CONSTRUCTION FRINGE BENEFITS HEALTH AtiD VILFAI E PENSION TRAINING FUND WA.iE RATES OCCJPATION OCCUPATION COUE DESCRIPTION 360 -0010 360 -0050 360 -0089 360 -0090 360 -0200 360 -0240 360-0250 360-0270 360 -0310 360 -0340 360 -0350 360 -0390 360 -0420 360 -0460 360 -0470 360 -0520 360 -0530 360 -0650 GENERAL LABORER ASPHALT RAKER BALLAST REGULATOR NACIIINE BATCH VEISH/AN CAISS)Y YORKER CARPENTER TENDER CEMENT DUMPER. PAVING CEMENT FINISHER TENDER CHIPPER CHUCK TENDER CLEAN -U' LA'tORER CONCRETE FO.1M STZIPPER CONCRETE SAY OPERATOR CRUSHER %EEDER CURING CONCRETE DEMOLITION. WRECKING AND MOVING. (INCL. DIVER DRILLER: VAGON AND AIR TRACK OPERATOR 360 -0710 E'OXY TECHNICIAN 360 -0720 FALLER 44D EIKKER. CHAIN SAY 360 -0810 GABION BASKET BUILDER 360 -0840 GRADE CttECKER AM) TRANSIT 44N 360 - 0860 GRINDERS 360 -0950 HIGH SCALER 360 -0965 HOD CARFIER 360 -09E0 J *CKAA4'IEi 360 -1110 NINL 360-1200 t:J2.ELNkn: CO1C'cETE PUNP. SUN .'UTTER WHEN 360 - 1256 PAVEMENT •R::ArE' 360 -1260 PILO' CAR 560 - 1260 PI°ELAY:R AID CAJL)E° 360 - 1315 PIPE RELIr.E. (NOT INSERT TYPE) PAGF 79 1.75 S /NR. 1.55 S /HR. .20 S /NR. STATE RATE 16.08 16.56 16.08 11.40 16.92 16.08 16.56 16.08 16.08 16.08 16.08 16.08 16.56 11.40 16.08 16.08 16.92 16.56 16.08 16.56 16.08 16.56 16.08 16.56 16.56 16.56 16.92 16.56 16.56 11.40 16.56 16.56 ATTACHMENT EFFECTIVE DATE: LOCATION: KING COUNTY. OCCUPATION: LABORERS - WAGE RATES OCCUPATION OCCUPATION CODE DESCRIPTION 360 -1370 360 -1380 360 -1390 360 -1485 360 -1500 360 -1750 360 -1753 360 -1765 360 -1820 360 -1840 360 -1870 360 -1880 360 -1905 360 -1940 360 -2000 360 -2030 360 -2090 360 -2100 OTHER PKEVAILING MININUM HOURLY RAGE RATES 4/16/90 UTILITIES CONSTRUCTION PDT TENDER P3WDERMA4 PUYDERAWS HELPER RAILROAD SPIKE PJLLER RE- TIM3!RMAV SPREADER: CLARY '011FP 9? SIMILAR SPREADER (CONCRETE) STAKE HUPPEU TAMPER 440 SIMILAR rLECTRIC. AIR. AND TAMER (40 LTIPLE AND SELF- PROPELLED) TOOLROOM MAN (AT JOB SITE) TOPHAN - TAILHAV TRACK LINER ( POWER) TUGGER OPERATOR. CEMENT VIBRATOR VIBRATING SCREED YELL -POINT HAV WINDY CLEANER (POWER) (AIR. GAS. TYPE GAS OR ELECTRIC) 56 OVERTIME - ALL ItlS WORKED IN EXCESS OF 8 HRS PER DAY OH 40 HR5 PER WEEK. MON THROUGH FRI. AND ALL NHS WORKED ON SATURDAYS AND SUNDAYS ShALL BE PAID AT 1 AND 1/2 TINES THE REGULAR RATE OF PAY. ALL HRS WORKED ON IOLIDAYS SNAIL DE PAID AT DOUBLE THE REGULAR RATE OF PAY. 70 PLEASE" IME: EFFECTIVE JUNE 9. 1988. THE PAYMENT OF •)VEPTI"E RATES IS NOT REWIRED FIR THE FIRST 2 4GURS IV EXCESS OF 8 HOURS PER DAY (!'O1DAY 19100011 FRIDAY). UNDER C(11I01TI345 STIPII_4TED IV VAC 295 -127 -022. E2 HOLIDAYS - IEV YEA9S DAY. MEMPRIAL 04Y. FOURTH (bF July. LA'ION BAY. THANKSGIVING DAY. THE FRIDAY 4FTE1 TII4tK5GIVING. CHRISTMAS DAY AND PI(ESIUEnTIAL ELECTION DAY. (8) r1 n r) r) n STATE RATE 16.08 16.92 16.08 16.56 16.92 16.56 16.56 16.08 16.56 16.56 11.40 16.08 16.56 16.08 16.56 16.08 16.56 9.08 PiEVAILING MINIMUM HOUPLY RAGE RATES LFFECTIVL DATE: 4 /4/90 LOCATION: KING COUNTY. OCCUPATION: LANDSCAPE CONSTRUCTION FRINGE BENEFITS TOTAL HOUR_Y 3E'IEFIT:, - LANDSCAPE PLUMPER TOTAL HOURLY 3E4EFITi - F2UIPHENT OPERATOR NAGE RATES OCCUPATION OCCUPATIOU CODE D!SCP.IPTION 370 -0010 LANDSCA'II.G O. 370 -0030 IRRIGATION %ND 370 - 0050 tICRIGATIDN AND OTHER PLANTING LABORERS LANDSCAPE PLUMBERS LANDSCAPE POWER EQUIPMENT 3A HOLIDAYS: FUR LAWN SPRINKLER INSTALLERS. IRRIGATIONI EQUIPMENT INSTALLERS. AND POWER EQUIPMENT OPERATORS - NEW YEAR'S DAY. NEMO- R1AL DAY. FOURTH OF JULY. LABOR DAY. 'THANKS' GIVING DAY. FRIDAY AFTER THANKSGIVING DAY. AND CHRISTMAS DAY (7). 60 OVERTIME - FOR LANDSCAPE LABORERS ALL HOURS ROP.KE) IN EXCESS OF 8 MRS PER DAY AID 40 HRS PER REEK SHALL BE PAID AT 1 AND 1/2 TIMES THE REGULAR RATE OF PAY. 61 OVERTIME - FOR L461'1 SPRINKLER INSTALLERS. IRRIGATION EQUIPMENT INSTALLERS AND POWER EQUIPMENT OPERATORS. ALL MRS IN EXCFSS OF 8 HRS PFP 3AY AND 40 HRS PER /EEC. MOM THOUGH SAT. SHALL 9E PAID AT 1 AND 1/2 TIMES THE REGULAR RATE 3F PAY. ALL H1S JORr.EP CN 57VDAYS AHD HOLIDAYS SHALL OE 'AID AT OGUSLE THE THE REGULAR RATE OF PAT. 71 PLEASE COTE: EFFECTIVE JUNE 9. 1933. THE PAY ENT 3F 7VEPTI►:E PATES I5 HAT REQUIRED FOR ThE F1 °ST 2 HPU1S 14 :VCESS OF ! MOORS PER DAY JNDER C:)H(4T104S STIPULATED IN RAC 296 -t27 -622. 3.25 5 /NR. 3.95 S /HR. STATE RATE 8.00 10.62 11.50 ATTACHMENT A P4EVAILI1IG 0 14IPUU 40URLY WAGE RATES EFFECTIVE DATE: 4/16/90 LOCATION: KivL COUNTY. OCCUPATION: LATHERS FRINGE BENEFITS APPRENTICESHIP HEALTH AND WLLFA -E PEI510N WAGE RATES OCCUPATION OCCUPATION CODE 3ESCRIPTION 390 -0050 JOURNEYMAN OTHER 57 OrERT1HE - THE FIRST 2 HRS IN EXCESS OF 8 MRS PER DAY. MO'1 THROUGH FRI. ALL HOURS WORKED IN EXCESS OF 40 HOURS PER WEEK. AND THE FIRST 8 HOURS ON SATURDAYS. SHALL BE PAID AT ONE AND ONE -HALF TIMES TIE REGULAR PATE OF PAY_ ALL OTHER OVERTIME HOURS AHR ALL HOURS WORKED OM SUNDAYS AI.D HOLIDAYS SHALL RE PAID AT DOUBLE THE REGULAR RATE OF PAY. 70 PLEASE NOTE: EFFECTIVE JUNE 9. 1988. THE PAYIENT 3F OVERTI'ME RATES IS NOT REQUIRED FOR THE FIRST 2 :TOURS IN EXCESS OF 8 HOURS PLR DAY (I:OIDAY THROUGH FRIDAY). UNDER CONDITIONS STIPULATED IN RAC 795 -127 -022. 34 HULIJAYS - :MEN YEARS RAY. MEMORIAL DAY. FJU::TH 3F JuLY. LA'i0R DAY. TH?NCSGIVTNG DAT. THE FTI:AY E%LLOJIIG THANA SSIVING. 447 CI.RIStM\S DVY. 17) i t:[ S ' .0A 5 /HR. 1.65 5 /HR. 1.50 0/HR. STATE 'RATE 19.21 EFFECTIVE DATE: LOCATION: KING COUNTY. OCCUPATION: PAINTERS FRINGE BENEFITS APPRENTICESHIP HEALTH AND VELFAI:E PENSION WAGE RATES OCCUPATION CODE 450 -0030 450 -0080 450 -0150 450 -0180 450 -0220 450 -0250 450 -0280 450 -0290 450 -0300 450 -0370 450 -0380 OTHER 01 PREVAILING NINIt HOURLY WAGE PATES 4/16/90 AUD DISTAL 0%IDGE BRUSH. JOURNEYNAM INDUSTRIAL °AINIER PAPER HANGER RJLLER SANDBLAST POT - TENDER STEAM C.EANIUIG STEEL STEEPLES TOWERS TOXIC MATERIAL OCCUPATIOM DESCRIPTION 40 OVERTIME - ALL HOURS WORKED IN EXCESS OF 8 Ni1URS PER DAY A70 40 HOURS PER WEEK SHALL BE PAID AT 0%E AND 0ME - HALF TIMES THE REGULAR RATE OF PAY. 14 IfuL I!)AYS - '.E4 TEARS DAY. Hr$CN 1 AL 'AY. 71 PLEASE Y31E: EFFECTIVE JUNE 9. 19I!S. TNF. PATIENT )F OVERTIME RATES IS NOT °EQUIRED FOR THE F1tiT 2 HOURS IN EXCESS OF R HOURS PER DAY JUDE/ C'JNDITIOYS STIPULATED IV VAC 296 ■127 - 022. .06 1.70 .96 INDUSTRIAL PAINTER INCLUDES: STEAM CLEANER. POWER WASH COVE/ 2000 PSI). ORT)GE. EPDXY. TOXIC SPRAY. SANDBLAST. STEEL, TAW. SUSPENDED SCAFFDLDTHG. PIPES. INDUSTRIAL WORE 1% INDUSTRIAL PLANTS. U4.E 55 t /HR. 6 /HR. t/HR. STATE RATE 17.64 17.24 17.64 17.24 17.24 17.24 17.64 17.64 17.99 17.99 17.64 ATTACHMENT PNEVAILIHG MINIMUM. HOUR - VAGE RATES EFFECTIVE DATE: 4/16/9C LOCATION: KING COH4TY. OCCUPATION: PAINTERS OTHE4 FOURTH 1F JULY. LABOR DAY. THANKSGIVING DAY. THE FRIDAY FOLL AWING THANKSGIVING. AND CH3ISTNAS DAY. (7) PART 34 PFEVAILING minimum HOURLY PAGE RATES EFFECTIVE DATE: 4/16/90 LOCATION:. KING COUNTY. OCCUPATION: PLASTERERS FRINGE BENEFITS WAGE RATES OCCUPATION OCCHPATi0:I CODE DESCRIPTION• 490 -0050 J)UR:(EY1A.i OTHER APTREVTICESH P NEALIH AND WELFARE PENSION 70 PLFASt_ NOTE: EFFECTIVE JUNE 9. 1788. THE PAYRE iT Of )Vt RTIME PATES IS NOT FEOUIRED FJR THE FIRST 2 HOURS IN EXCESS OF 8 HOURS PLR DAY (MO THROUGH FRIDAY). UNDER CUA0ITI)YS STIPULATED IN VAC 296 -127 -022. 34 HOLIDAYS - :.Ft: YEARS DAY. 1FNORIAL DAY. FOURTH OF -LILY. LASOR DAY. THANKSGIVING DAY. THE FRIDAY FOLLOWING THANKSGIVING. AND CHRISTMAS DAY. (7) 0 .`.t;r '.S .25 1.85 2.po S/H R. S /HR. S /HR. STATE RATE 18.18 PRE VAILING MINIMUM HOURLY PAGE RATES EFFECTIVE DATE: 4/15/90 LOCATION: KING COUNTY. OCCUPATION: PLAYGROJN9 AND PARC EOUIMPENT INSTALLERS WAGE RATES OCCUPATION OCCUPATION CODE DESCRIPTION 520 -0010 PLAYGt0U4D EQUIPMENT INSTALLERS 520 -0020 PARK E.UIPHF.NT INSTALLERS OTHER 40 OVEhTIHE - tLL IIDURS WORKED I% EXCESS OF A WHIPS PER DAY AND 40 HOURS PER JEFK SHALL BE PAID AT ONE AND )HE — HALF TIMES THE REGULAR RATE OF PAY. 71 PLEASE NOTE: EFFECTIVE JURE 9. 1988. THE PAYMENT OF OVERTIME RATES 15 NOT PEAUIRED FOR THE FIRST 2 HOURS I9 EXCESS OF 8 HOURS PER DAY UNDER W NDITIOVS STIPULATED IN WAC 296 -127 -022. STATE RATE 8.00 8.00 PREVAILING MINIMUM LFFECTIVt DATE: 4/23/90 LOCATION: KING COUNTY. OCCUPATION: PLUMBERS AND PIPEFITTERS FRINGE BENEFITS HEALTH AND WELFARE AAO DENTAL REDOUND PROG2AN PENSION TRAINING FUND VACATION YAiE RATES OCCUPATION CODE S30 -0030 PLUMBER AND PIPE =ITTER 530 -0050 VELOERS 530 -0070 COMMERCIAL PUMP INSTALLERS OTHER OCCUPATION DESCRIPTION :*Anr 37 HOURLY WAGE RATES 33 OiERTINE - THE FIRST 2 HRS IN EXCESS OF t NRS PER DAY. MON TNRJ FRI. t THE FIRST 10 NRS ON SAT. SHALL BE PAID AT 1 1/2 TIMES THE BASIC WAGE PLUS 1 1/2 TIMES THE M t V. t VAC. DENT. PENSION AND TRAIN FUND SHALL SE PAID AT THE REG RATE OF PAY. ALL OTHER OVERTIME MRS t ALL HRS WORKED CN SUN AND HOLIDAYS SHALL BE PAID AT 2 TIMES THE BASIC WAGE PLUS 1 1/2 TINES THE N t V. AND VAC. DENT. PENSI3N AND TRAIN FUND SHALL EE PAID AT REGULAR RATE OF PAY. 70 PLEASE NOTE: EFFECTIVE.JUNE 9. 1988. THE PAYMENT OF OVERTIME RATES IS NOT REQUIRED F3R THE FIRST 2 TOURS IN EXCESS OF 8 HOURS PER DAY (MONDAY THROUGH FRIDAY). UNDER CONDITIJNS STIPULATED IN VAC 296 -127 -022. 04 HOLIDAYS - AEU YEARS DAY. MEMORIAL DAY. FOURTH OF JULY. :.AMOR DAY. THANKSGIVING DAT. THE FRIDAY FOLIO/LNG THANKSGIVING. AND CHRISTMAS DAY. (71 2.31 S /NR. .0S S /NR. 3.3S S/HR. .23 S/NR. 3.00 S /NR. STATE RATE 19.75 19.75 19.7S METRO CONTRACTS 1U12$ toe RECEIVED ATTACHMENT A (') !'1 \ ,r1 f, PiEVAILING 4INIMUM HOJRLY VAGE EFFECTIVE DATE: 4/16/90 LOCATION: KING COUNTY. OCCUPATION: POWER EQUIPMENT OPERATORS FRINGE BENEFITS HEALTH AhD WELFME PENSION TRAII4It1G FUND WAGE RATES OCCUPATION OCCUPA TI0:1 COJF nESZRIPTION HS RATES 2.45 2.00 .2A 570 -1610 GuNITE w0I 570 -1760 ELEVATOR OPERATOR 570 -2565 RJT•) -HILL PAVEMENT PROFILER 570 -2575 BOBCAT 570 -2695 NYORALIFTS / 50)4 TRUCKS OVER 10 TONS 570 -2715 NY0'4ALF TS / HODM TRUCKS 13 TOMS AND UNDER 570 -2815 SCRAPERS. CONCRETE 570 -4730 PAVE OR CUR3 EITRUDER (ASPHALT AND CONCRETE) 570 -4735 PERMANENT SHAFT -TYPE ELEVATOR 570 -4745 PROBE TENDER (P3TO -MILL) 570 -4940 ASPHALT PLANT OPERATOR 570 -5015 CRA.IE - OVERHEAD. BRIDGE TYPE (GT 100 TONS) 570 -5025 CRATE - OVERHEAD. BRIDGE TYPE (45 - 99 TONS) 570 -5035 CRATE - OVERHEAD. BRIDGE TYPE (20 - 44 TONS) 570 -5400 TRA ASPO(TER.. AL_ TRACK OR TRUCC TYPE 570 -5500 [KALE 100 TCNS AND OVER OR 200 FT OF BOOM 570 -5505 LUA)EK. 8 YARDS ANO OVER 570 ■5510 SHOVELS AND ATTACHv1PITS. 6 YAK'S AND OVER 570 -5515 CABLEWAYS 570 -5520 C. A'.E OIEP 45 TONS AN0 UP TO 100 TOl15 OR 570 -5525 ROLLAGON 570 -5530 T)V':R CAA: E 570 -5535 HLL IC:) ?TER .1':Ctl 570 •5540 REMOTE (01.7401 '1'F"ATOR, t' 570 -5545 LOADER. 3VE.2PE)D 6 YARDS t: 570 -5550 SHOVELS, 6ACC:101s OVER 3 Y 570 -5555 SLTPFJRI FAJEE:S 570 -5560 SCRAPERS, SELF - PROPELLED 4 570 -5565 OJAD 9 1 01„ AP'II.A1, 0 -10 A 570 -5570 CuI:CRETL BATCH PLAIT OPERA 570 -5575 dUNP CUTTER 570 -5560 C:AhCS. 26 TO THPU 45 TO TC . P TO 5 YARDS A ?DS 13 6 YARDS 5 YARDS AND OVER NC HO -41 TOR S /HR. 5 /HR. 5 /HR. STATE RATE 16.35 16.35 18.81 16.35 18.45 16.35 18.45 18.81 16.35 16.35 18.81 19.75 19.25 18.81 19.25 19.75 19.75 19.75 19.25 19.25 19.25 19.75 19.25 19.25 19.25 19.25 19.25 19.25 19.25 18.81 18.81 18.81 ATTACEMENT A PREVAILING MINIMUM 41UPLY WAGE RATES EFFECTIVE DATE: 4/16/90 LOCATION: KING COUNTY. OCCUPATION: POWER EOJIPME4T OPFR.AT0R5 WAGE RAILS 570 -5590 570 -5595 570-5600 570 -5605 570 -5610 570 -5615 570 -5620 570 -5625 570-5635 570 •5640 570 -5645 57J -5650 570 •5655 570 •5660 570 -5665 573 -5675 57) -5680 570 -5685 573 -5690 570 -5697 570 •5648 570 •5700 570 - 5705 570 -5710 570 - 5715 570 -5720 570 -5725 570 -5730 570-5735 570 -5740 570 -5745 570 •5750 570 -5755 57) -5760 570 -5765 570 -5775 570 -5780 570 -5785 OCCUPATION OCCUPATION CODE ?ESCRIPTIOl Ctt I I' ?E R cHU 5.1cRS DLRRICR DRILLING MACHINE FINISHING :1ACHI!:: LOA'IEHS, 0V_411EA0 UNDER 6 YARDS L)C0HOTIV_S, ALL NEC.ANICS, ALL MIXERS. ASPHALT PLANT MOTOR PATROL GRADERS - FINISHINS PUMP TRJCK MOUNTED CONCRETE PUMP WITH 800N PILED(19ER SCREED MAA SHOVELS. BACKHOES 3 YARDS AND UNDER SUB-GRADER - TRINMER SCRAPERS. SELF DROPELLFD UNDER 45 YARDS T(ACTOR, 60 HP AND OVER. BACKH)E Polo ATTACH. BkOCIS DOZERS. 0 -9 AND UNDER A -FLAME CRATE. 10 TUNS AHD UPLER A -F.AhE CRA':E 0958 10 TCt1S CRANES, UP TO 20 TONS Cu!tV`_YJ4S HJI'TS, AIR TUr„E,`S. ETC. LOADEIS - ELEVATIIIG TYPE FJRK LIFTS MUTC1 PATUUL (FADE' - HO!I■FINIS4ING NUCKII:G M)CRI:IF, ETC. C)NC2ETE PU`tPS ROLLERS, UN PLANT. ROADHIK OR MJLTILIFT SAYS. C)NCRETF. SCRAPERS - CARRY %LL SPREADERS, -:LAJ (::OX. THENCiING MACHINES EUUIPMENT 5EHVI:E ENGINEER (OILER) TRACTOr. 60 HP A1:3 UNPFP. 1 1 1 1CRM)E AND ATTACH. ROLLER. MLR THAI PLANT ROAC Mil OILER 0119ER UN TRUCK CRANE 45 TONS AND UNDER FTC. ^At F i7 STATE RATE 18.81 18.81 19.25 18.81 18.81 18-81 18.81 18.81 18.81 18.51 18.81 18.81 18.81 18.81 18.81 18.81 18.81 16.35 18.45 16.35 18.45 18.45 18.45 18.45 18.45 18.45 18.45 19.25 18.45 18.45 18.45 18.45 18.45 18.45 18.45 18.45 16.35 18.45 ) P3EVAILING MINIMUM EFFECTIVE DATE: 4/16/90 LOCATION: KING COUNTY. OCCUPATION: PUWER EQUIPMENT OPERATORS VALE RATES OCCUPATIOA CODE 570-5790 570 -5795 570 -5800 570 -5805 570 -5310 570-5815 570 -5820 570 -5825 570 -5830 570 -5840 570 -5845 570 -5860 OTHER BCCUPATI D:I DESCRIPTION OIL DIST2ICOTORS. RLOWFRS. ETC. ASSISTAIT E+GIME_ (OILERS) PAVEMENT DR_ AKEII PJSTHOLE DIGGER. P)VER PLAIT VI:EEL TRJICTCR:. CGYPRE SSOs!S PUMPS. LATER GHADECH_CKEk YOYO DOZER BELT VELCE2S. ALL MECHANICAL TYPE FAfIMALL AUU STAKEMAN 59 OVEr2TINL — -L. Ha5 RIMED IN EXCESS OF 8 NITS PER JAY Ax') 43 :IRS PER WEEK. NON THROUGH FRI. AND ALL HRS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF RORK IS LOST DUE TO INCLEMENT WEATHER CONJITIO4S1 SHALL BE PAID AT 1 AND 112 TINES THE REGULAR RATE OF PAY. ALL MRS VURREO ON SWAYS AVC HOLIDAYS SHALL 8E PAID Ai UOUB.E THE REGULAR RATE OF PAY. 70 PLEASE HITE: FFIECTIYE JUnE 9. 1938. THE PAYMENT 9F 1VERTIMF_ RATES IS NOT REQUIRED F3ri THE FIRST 2 r1O'IRS 1" EXCESS 3F 4 HOURS PtR JAY ('C':9AY TROUGH F2IDAY). UNOEA CSWITl)YS STIPULATED I:) 1:4C 296 •127 •022. RULIJAYS • .EY YEARS DAY. MEMORIAL MAY. FUUtiTh JF JJLY. L.TOR DAY, THANKSGIVI DAY. AhD THE Fr:t :::AY 440 SATUPDAY AFTER ThA:ACSGIVINU SAY. 4•:D CMHISTNIS DAY. (3) ' 141: Ll HOURLY WAGE RATES STATE RATE 16.35 16.35 16.35 16.35 16.3S 16.35 16.35 16.35 16.35 18.81 18.45 18.81 ATTACHMENT PREVAILING MIYIMUM IIDURIY WAGE PATES EFFECTIVE DATE: 4/16/90 LOCATION: KING COUNTY. OCCUPATION: POWER EW71 OPERATORS - UTILITIES CONSTR FRINGE BENEFITS HEALTH Ar'9 VLLIA=E PENSION TRAINING FUND WAGE RATES OCCUPATION OCCUPATION CODE OFSCRIPT If)N 580 -0010 AIR CUNPRESSOR 580 -0020 OACKHJE (639 CAS_ TYPE.ANn SMALLER WITH 580-0030 BAC4HOE (780 CASE TYPE AND LARGER WITH 580 -0040 BACK FILLER 580 -0050 BEADING MACHINE 580 -0060 BUO;( TRJCK (STATIONARY) 580 -0070 BORING MACHINE 580 -0040 CHAP) TYPE DITCHER (DITCH WITCH) 580 -0090 COMPACTORS 580 -0100 CLAM 580 -0110 C3NCRETE S44 580 -0120 CRANE 580 -0130 UIT GIING MACHINE 580 -0140 DOZER (ANY TYPE SMALLER T'1AN CAT D-3) 580 - 0150 DOZER (ALL CAT. TYPE 0 - 3 AND LARGER) 580 -0160 DI(AGLIN: 580 -0170 DRILLS (LERCI TYPE) 580 -0180 FRONT LOADER (UNDER 2 YD.) 580 -0190 FRONT-END LOADED (2YDS. AND 0VE7) 580 -0200 GIN TRUCK 580 -0210 MECHANIC 580 -0220 Mi_C1i':IC d Lni" 580 - 0230 t•ECHAx1CA_ 5HrAiFR (LARGE ;PEASE TRUCK) 583 -0240 MIDI GTADEi S80 -0250 DILt:•t 580 -0260 71L-GREASLR S80 -0279 PAVING r.A:HINES 580 -0230 Pl1T FLUIMAN (ENGINE OPEPATED APOVE 3 PAL.) 580 -0285 ?ufP - CO:.C.LETE (GR3tT) 580 -0290 PINE - NITER 580 -0300 ROLLERS 580 -0310 SCREED I 2.45 f /NR. 2.00 S /HR. ..26 i /NR. STATE RATE 15.48 17.445 17.94 17.94 17.445 17.445 17.445 15.48 17.445 17.94 15.48 17.94 17.94 17.445 17.94 17.94 17.445 17.445 17.94 17.445 17.94 17.94 17.445 17.94 15.48 15.48 17.445 17.445 17.445 15.48 17.445 17.94 ATTACHMENT PREVAILING MINIVU' HntiRLY WAGE RATES EFFECTIVE DATE: 4/16/90 LOCATION: KING COUNTY. OCCUPATION: PO14t1 EQUIPMEIT OPERATORS - UTILITIES CONSTR WAGE RATES OCCUPATION :)CCBRiT10F• CODE )ESC.tIPT IDN 580 - 0320 SERVICE Plow 580 - 0330 SHOVEL (3 YDS. A'1D UNDER) S80 -0340 SLOE 8334 (Art TYPE SMALLER THAN CAT 0 - 580 -0350 SIDE RO ?4 (ALL CAT, TYPE 0 -3 AND LARGER) 580 - 0360 T.ACTAI2 580 —(1370 i1EL01'1G 4ACHINE 580 -0380 WELL POINT SYSTEM 580 -0400 MECHANIC HELPER 580 -0410 MECHANIC JELDCR HELPER OTHER 63 OVENTI4E - ALL W]I(K PERF0R1ED I< FXCESS OF 8 HRS PER DAY OR 40 HRS PER WFEK AND ON SATURDAYS (LxCEPT AS A MAKEUP DAY DUE TO INCLENENT HEATHER) AND SUNDAYS SHALL BE PAID AT 1 Ali; 1/2 TIMES THE RE:.ULAP RATE OF PAY. A_L WORK PENFORNEO ON HOLIDAYS SHALL BE PAID AT DOUBLE THE THE REGULAR RATE ]F PAY. 70 PLEASE VOTE: EFFECTIVE JUNE 9. 19!!. THE PAYMENT OF OVERTIME RATES 1S NOT REQUIRED F3R THE CIRST 2 HOURS IN EXCESS ]F 8 HOURS PER DAY (MONDAY T9ROU,H FRIDAY). UNDER CONDITIONS STIPU_ATED I'1 VAC 296- 127 -022. ., 4,.I 4, STATE RATE 17.445 17.94 17.445 17.94 17.445 15.48 17.445 15.48 15.48 P,EVAILING MTNIMUM HOURLY WAGE RATES EFFECTIVL DATE: 4/23/90 LOCATION: KING. COUNTY. OCCUPATION: HLF.IIGENAIIUN AND AIR CONDITIONING MECHANICS FRINGE BENEFITS HEALTH AND WELFARE AND DENTAL PENSION TRAINING FUND VACATION WAGE RATES OCCUPATION CODE OCCUPATION DESCRIPTION 590 -0010 AIR CONDITIONING MECHANIC 590 -0050 WELDER 590 -0090 REFRIGERATICN NECNANIC OTHER 46 ••.:r 43 2.36 2.40 .23 2.33 OVERTIME - ALL V)RK PERFORMED IN EXCESS OF $ HOURS PER DAY OR 40 HOURS PER WEEK. MONDAY THROUGH FRIDAY. AND ALL WORK PERFORMED OM SATURDAYS. SUNDAYS AND HOLIDAYS SHALL 8E PAID AT DOUB_E THE REGULAR RATE OF PAY. 70 PLEASE NOTE: EFFECTIVE JUNE 9. 1988. THE PAYMENT OF OVERTIME RATES I5 NOT RESUIREO F3R THE FIRST 2 TOURS IN EXCESS OF 8 HOURS PER DAY (MONDAY THROUGH FRIDAY/. UNDER CONDITI)NS STIPU_ATED IN DAC 296- 127 -022. 84 HOLIDAYS - NEW YEARS DAY. MEMORIAL DAY. FOURTH OF JULY. _AMOR DAY. THANKSGIVING DAT. THE FRIDAY FOLLOWING THANKSGIVING, AND CHRISTMAS DAY. (7) S /NR. 8 /NR. S /HR. SINK. STATE RATE 18.97 11.97 11.97 METRO CONTRACTS IIM2• H!0 RECEIVED ATTACHMENT A EFFECTIVE LATE: LOCATION: K1YG CO1NIY. OCCUPATION: ,IUOf ERS Ai) V4T0°27JFER5 FRINGE StNLF1TS 4/14/) APPRLNT ICESM IP APPRENTICE TRAINING HEALTH AND V ELFAr.E PENSION WAGE RATES OCCUPATION CODE 610 -0100 610 -0107 610 -0110 610 •0190 OTHER '. !'%1L 1'''. •I 41 "11•' '11•11-LY 9CCJPATIO' DESCRIPTION 1: A;ir ':ATE S J)UHNEYMAN J)UN.NEY"AN - 4ATEPPROOFER JOUHNEYIAN - USING IRRITABLE MATERIAL SLATE AND TILE ROOFERS 55 OVERTIME - ALL 4RS WORKED IN EXCESS OF 8 HRS PER DAY AND 40 HRS PER WEEK. MON THROU6N SAT. SHALL 3E PAID AT 1 AHD 1/2 TIMES THE REGULAR RATE OF PAY. ALL HRS WORKED ON SUNDAYS AND HOLIDAYS SHALL 3E PAID AT DOU?L_ THE REGULAR RATE OF PAY. 70 PLEASE NOTE: EFFECTIVE JUNE 9. 2;43. THE PAYMENT OF OVERTIME PATES IS N3T REQUIRED F)R THE FIRST 2 4f)URS IN EXCESS OF 8 HOURS PER DAY CMONDAY THROUGH FRIDAY). UNDER CONDITI)IS STIPU_ATED I4 VAC 29S -127 -022. ti HOLIDAYS - :EV YFA'S DAY. MENDRIAL DAY. FJUh1H OF JAY. LATOR RAY, THANKSGIVING DAY. TOE FRIDAY FOLLOWING THANKSGIVING. AND CHRISTMAS DAY. (7) .5? S /PR. .15 S /HR. 1.70 S /HI:. 1.30 5 /HR. STATE RATE 18.85 18.85 21.85 19.10 PIEVAILING :11U1 UM t10URLY WAGE RATES EFFECTIVE DATE: 4/16/90 LOCATION: KING COUNTY. LCCUPATION: SHIPBUILDERS AND SHIP REPAIREPS FRINGE BENEFITS VACATION - FIRST YEA" VACATION - SECOUI' YEAS' VACATION - TRIAD PLAN VACATION - F/xl*;TH YEAR VACATION - FIFTH YEAI AND THEPrAFTER TOTAL HOUR.Y OL EFI T'; WAGE RATES OCCUPATION OCCUPATION CODE DESCRIPTION 620 -1003 BOILERMAKER- BURY_ER 620-1010 BOILERMAKER-DRYD3CK RIGGEP JOURNEYMAN 620 -1020 BOILERMAKER-DHYD3CK RIGGER LEADMAN 620 -1030 801LEkIAKER- FITTER JOURNEYN4N 620 -1040 BOILERMAKER- FITTER LEADMAN 620 -1050 BOILEkMAKER- FORKLIFT OPERATOR o20 -1060 BOILERMAKER - LAYEROUT 620 -1070 BOILERMAKER - LCFTER (L1FTSMAl) 620 -1080 BOILERMAKER- PLANNER LEADMAN 620 -1090 BOILERMAKER- PLANVERMAN 620 -1100 BOILERMAKER -PRESS OPERATOR 620 -1110 03ILERIIAK °_R- REPAIR FITTER JOUPN:YMAN 620 -1123 BOILERMAKER- R[PAIR FITTER LEADMAN 620 -1130 BOILERMAKER- RFPAI. PLAN!IER!AN 620 -1140 BOILERRAKER- RFPAI4 WELDER J9URNEYMAM 623 -1150 B)ILERMA.KER- REPAIR WELDER LEAI'Y11 620 -1160 BOILERMAKER - RIGGER JOURUEYHAN 620 -1170 97[LERNKER- 11GGE °. LEADNA4 620 -1180 33 ILERMAKER-STA•;_'ITGGFR J9UHNUTNA9 620 -1190 OUIL_RfAKER- STA3E4IGGFR LEADMAN 620 -1200 031LERMAKER- WELDER JORN'Y•!44 620 -1210 112ILEH!IAK :R- V_L ^ER LEAD.A' 620 -1220 CARPE :TER- JJU°'tlEY'tA:1 620 -1230 CARPEL T =R -L =Anm A/ 620 -1240 CARPENTER- 11ARCN'1JSi. J111ilNEYMAN 620 -1250 CARPF1T :R- VAPE4):ISF LEADMAN 320 -1260 CAUP!VT_1- T10LP004 JOURNEY:11H 020 -1270 EL£CGc1C1A4- ELFCT"IC C!A'1E OPERATOR 520 -1200 !L CTi'.IC 1 AN -J! II+'NrY"A'1 ?AGE 45 3.00 3.50 4,00 4.50 5.00 3.31 UIIR. STATE RATE 13.11 13.11 13.71 13.11 13.71 13.11 13.36 13.36 13.96 13.36 13.36 13.11 13.71 13.11 13.11 13.71 13.11 13.71 13.11 13.71 13.11 13.71 13.11 13.71 13.11 13.71 13.11 13.11 13.11 ATTACHMENT ?L:EVAILTF:G 41N1r iIOURLY VAGE PATES EFFECTIVE DATE: 4/16/90 LOCATION: KING CUU TY. OCCUPATION: SHIPISUILDEP.S AND SHIP REPAIFERS WAGE RATES OCCUPATION ICCIIPAT109 CODE )ESCRIPT 1')11 620 -1290 ELCCT11ZIA11- PLAINER °AI: 620 -1300 FLECI4ICIAN- LAYEROUT 620 -1310 ELECTRIZIAN- LEAIc'IA11 620 -1320 ELECTFFITIAN- IVST/URENT RFPAIPHA'1 020 -1330 ELECTRICIAN- ELECT -lgNIC SPECIALIST 620 -1340 ELECT ?ICIL4- ELECTlU11f TECHNICIAN 620 -1350 LABORER- GEN_RAL LA00FER 620 -1360 LA601EH- GENCRAL LA)ORER LFAUHAV 620 -1370 LABCiER- 'RODUCT13! LANDzFk 620 -1380 LABORER- 'R0oUCTI0'1 LA3ORER. LFAD"A'.l 620 -1390 LABCIER- TFNOEF T3 ALL TRADES 620 -1400 1 S1JE .:4 111NI5T- 14CHIIIIST JGURNEYIAY 620 -1413 INSIDE IACNINIST- MACIIINIST LEADMAN 620 -1420 INSIDE MA:HINIST- STOREKEEPER JDUR!IEYMAN 620 -1430 INSIDE MA:4INIST- STOREKEEPER LEA)M6N 620 -1440 OJTSIOE HAC`IIIISt- MACNINIST JOLI'NEYIAN 620 -1450 OUTSIDE RACRIlIST- !AC!!T'IIST LFAJMA4 020 -1460 OUTSIDE MACi11ItIST- PLALMFP 620 -1470 OUTSIDE NACi[INIST- REPAIR NACNINIST JOURNEYMAN 620 -1480 OUTSIDE '!AC'IIrIST- REPAIR rAChIPTST LEAD'IAN 623 -1490 OPERATING E'IGINE:R- CRA ?:F 1P_RAT3R 620 -1500 PA1OTER- ?AI'iTFR JOURNFY!,A1 620 -1510 PAIItE2- PA!4TER LE4J!IAf 620 -1520 PA1MER- RLPA1f? PAIITE4 JPUR'1EYNA'; 020 -1530 PAI 1LPAIF P4!!ITE:1 LEAONAN 620 -1540 PIPFFITtEI:- L1Yrl;3'!T 620 -1550 PIPLFl TfrI- ?[ °F=1Tt° J:)IIFN:YCA'1 620 -1560 LrA^41!: 620 -1570 PIP FITtEk- PI "EJ_LOFR Jf'.I °NET.A'. 620 -1540 PIP EFI T1 ES- - •EL ? EP L=AD IAN 020 -1590 PIP= FITTEr- "LANNENIAn 620 -1600 Pll'EFITIEP- PLA41E1 LEA;K'AN 020 -1610 PIPtFITIEI- tEPAI °[PtFIT1Ei. JOJR!1EYMAN 620 -1620 PIPEFITTER- ;'EPAIR P1PEF[TTCK LEA3NA4 623 -1630 PIPi 4EPAT1 °IPEJFLDEI: JUR'EYYAN 620 -1640 P1Pcr1TTER- aEPATl PIPFWFL,)E'l 620 -1650 SMELT REIAL V.- LAGGFR 620 -1660 SALET yrTAL 0.- LAYER0:$T J1Ui:NFY':A'! STATE RATE 13.36 13.36 13.71 13.61 13.61 13.41 11.11 11.71 12.11 12.71 11.11 13.11 13.71 13.11 13.71 13.11 13.71 13. 36 13.11 13.71 13.11 13.11 13.71 13.11 13.71 13.16 13.11 13.71 13.11 13.71 13.16 13.96 13.11 13.71 13.11 13.11 13.11 13.36 PTEVAILING MINIMUM , IOURLY WAGE RATES EFFECTIVE DAZE: 4/16/90 LOCATION: KING COUNTY. OCCUPATION: SHIPBUILDERS AND SHIP REPAIRERS WAGE RATES OCCUPAT I01. CODE 620 -1670 620 -16b0 620 -1690 620 -1700 620 -1710 620 -1720 OTHER OCCUPATION DESCRIPTION SHEET METAL V.- MATERIAL EXPEDITER SHEET METAL W.-PE/MERMAN SHEET METAL V. -PRESS OPERATOR JOURNEYMAN SHEET METAL Y.- SHEET HETAL JOURNEYMAN SHEET METAL V. -SNFET METAL LEADMAII SHEET METAL W.-WELDER JOURNEYMAN 36 OVERTIME - THE FIRST 4 HRS IN EXCESS OF 8 MRS PER DAY. MON THROUGH FRI. AND THE FIRST 12 MKS WORKED CN SATURDAY SHALL BE PAID AT 1 AND 1/2 TIMES THE RESULAR RATE OF PAY. ALL OTHER OVERTIME HRS AND ALL HRS WORKED ON SUNDAYS AND HOLIDAYS SHALL SE PAID AT DOUBLE THE REGULAR RATE OF PAY. 70 PLEASE 13TE: EFFECTIVE JUNE 9. 1988. THE PAYMENT OF OVERTIME RATES IS NOT REQUIRED FOR THE FIRST 2 YOURS IN EXCESS OF 8 HOURS PER JAY (1:01DAY THROUGH F4IOAY). UNDER CUNU1T134S STTPU_ATED IN VAC 296- 127 -022. 8B HOLIDAYS: NCV YEARS DAY. THE DAY BEFORE OR AFTER NEW YZAP•S DAY (JANUARY 2. 1990 AND JECE18ER 31. 199)). WASHIMGTC1 S BIRTHDAY. MEMORIAL L. FOJRTH 9F JULY. LABOR DAY. TJAMS:1111H, DAY. THE DAY AFTER THANKSGIVING JAY. 011-I5T1AS NAY. AND TdE DAY 3EFORE DR AFTER CNRTSIMAS DAY (DECE'I3ER 26.1939 AND DECEMBER 24. 1990). PAGI 4 7 STATE RATE 13.11 13.36 13.11 13.11 13.71 13.11 ATTACHMENT A PGEVAILING 4I`IINUM HOURLY WAGE RATES EFFECTIVE DATE: 4/16/90 LOCATION: KING COUNTY. OCCUPATION: SHEETPETAL WORKERS FRINGE BENEFITS HEALTH AND 1:ELFAOE PENSION SASMI TRAINI`IG FUND WAGE RATES OCCUPATION 9CCUPATI.4 • CODE 630 -0030 JOURNEYMAN OTHER _t ' , ( (71 r r 1 r } r DESCRIPTION 46 OVERTIME - ALL VDRK PERFORMED P1 EXCESS OF 0 HOURS PER DAY DR 40 HOURS PER WEEK. MONDAY THROUGH FRIDAY. AND ALL WORK PERFORMED ON SATURDAYS. SUNDAYS AND HOLIDAYS SHALL BE PAID AT UDUB_E THE RESULAR PATE OF PAY. 5A OVERTIME EFFECTIVE 11/01/89: THE FIRST 2 HOURS IN EXCESS OF 4 HOURS PER DAY, MONDAY Th3000H FRIDAY. AND THE FIRST 3 HOURS VORKED ON TIIE FIRST SHIFT ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TINES THE RESULAR RATE OF PAY. ALL OTHER OVERTIME HOURS, MONDAY THROUGH SATURDAY. AND ALL HOURS VORKED ON SUNDAYS AND HTLIDAYS SHALL DE PAID AT DOUBLE THE REGULAR RATE OF PAY. 70 PLEASE V01E: rrFFCTIYr JUNE 9. 1944. THE PAYENT OF - IVLRTI4 RATES IS NOT PEOIIIRED F)R THE FIR:,T 2 1)1185 TN EXCESS OF 4 HOURS PER DAY (10: :DAY T11:'IUC,H FRIDAY). ONDEP CUII14T1)4S STIPU_ATED IN VAC 296 -127 -022. 92 HOLIDAYS - NEV Y EA'T'S !IAY. HEkD41AL DAY. 4TH OF JJLY. LASOF:JAY. THANKSGIVING DAY. THE FHICAY AF1E.I THANKSGIVING. THE DAY DEFORE CMHISIMAS. AND C9'LST1'AS NAY. S9 1.55 s /HR. 2.09 S /NR. .76 s /HR. .22 S /HR. STATE RATE 21.68 PdEVAILING MINIMUM HOURLY WAGE RATES EFFECTIVE DATE: 4 /16/90 LOCATION: KING COUNTY. OCCUPATION: SIGN MEN - ELECTRICAL FRINGE BENEFITS HEALTH AND WELFAIE PENSION - _OCAL PENSION - NEW WAGE RATES OCCUPATION OCCUPATION CODE DESCRIPTION 63S -0020 JJURNEYiAH - GLASS 63S -0030 J)U4NLYr1AN - IIAINTENA'ICE 635 -0040 J)UKIEYMAN - SIGNM AN 635 -0050 STOCKMAN (SO:) OTHER 40 OvERTIME - ALL HOURS VORrED IN EXCESS OF E HOURS PER DAY AND 40 HOURS PER dEEK SHALL SE PAID AT OLE AND ONE - HALF TIMES THE REGULAR RATE OF PAY. 71 PLEAS_ 431E: EFFECTIVE JUNE 9, 1985, THE PAYMENT OF OVERTIME RATES IS Not REQUIRED FOR THE FIRIT 2 HOURS IN EXCESS OF S HOURS PER DAY UNDER C:•N(ITIONS STIPULATED IN WAC 296- 127 -022. . 9 .98 S /NR. .50 S /NR. 3.00 . STATE RATE 17.29 17.29 17.29 1.64S ATTACHMENT A t t1 EFFECTIVE DATE: FRINGE BENEFITS 0 4/16/90 LOCATION: KING COUNTY. OCCUPATION: SIGN MANGLES AND SIGN PAINTERS DENTAL HEALTH AHD WELFA=:E PENSION ',AGE RATES OCCUPATION CODE 640 -0005 640 -0035 640-0037 o40 -0050 640 -0090 640 -0117 OTHER PREVAILING MINIMIJN HOURLY WAGE RATES CONSTRUCTION 'B PRCOUCTIGH SILK SHOP PERSON SIGN HA'ISER SIGN PAINTER SILK SCaEEENER OCCUPATION DESCRIPTION SCREENEP. 40 OVERTI - AL_ HDU °S WORKED IN EXCESS OF 8 HUUHS PER DAY APO 4) HOURS PEP VEEK SHALL BE P4IO AT 34E AND 311E - HALF TIMES THE REGULAR RATE OF PAY. 71 PLEASE 43TE: EFFECTIVE JUKE 9, 1948, THE PAYMENT 3F OVERTIME RATES IS MDT REWIRED FOR THE FIRiT 2 HOURS IN EXCESS OF 8 HOURS PER DAY UNDER CO'IPITIO4S STIPULATED I4 RAC 296-127-022. .17 S /HR. 1.20 S /HR. 1.0S S /HR. STATE RATE 7.91 7.82 4.99 15.63 18.39 12.16 PNEVAILII1G MINIMUM HOUPLT VAGE RATES LFFECTIVE DATE: 4/16/90 LOCATION: KING COUNTY. LCCUPATION: SOFT FLOOR LAYERS FRINGE BENEFITS APrRtITICCSH(? . HEALTH AND VELFAtzE . PENSION RAGE RATES' OCCUPATION OCCUPATION CODE DESCRIPTION 650 -0040 J)UF.4ETNAt. OTHER 42 A -L WORK PERFORMED IN EXCESS OF E HOURS Pt; DAY OR 40 HOURS PER REEK ttON TH4U FPI AND ALL WORK PERF CRIED 04 SAT SHALL BE PAIR AT 1 1/2 TIMES THE REGULAR RATE OF PAY. ALL WORK . PERFORMED 01 SIIN AND NDL IOAYS SNAIL BE PAID AT DOUBLE T-IE REGULAR RATE OF PAY. 70 PLEASE MOTE: EFFECTIVE JUNE 9. 1988. THE PAY+ENT OF ?V_RTIME RATES IS NOT REOU!RED F3R THE FIRST 2 NOURS IN EXCESS OF 8 HOURS PER DAY (MONDAY THROUGH FRIDAY). UNDER CONDITIONS STIPULATED IN MAC 296- 127 -022. ::4 HOLIDAYS - 'IEV YEARS DAY. MEMORIAL DAY. FOURTH OF JULY. LABOR DAY. THANKSGIVING DAY. THE FRIDAY FOLLOWING THANKSGIVING. AND CHRISTMAS DAY. (7) .17 2.12 1.50 S /HR. $ /HR. S /NR. STATE - RATE 16.94 FRINGE BENEFITS VAGE RATES OCCUPATION CODE OTHER PtEVAILING 4I411'4IN HOURLY VAGE RATES EFFECTIVE DATE: 4 /16/90 LOCATION: KING COUNTY. OCCUPATION: SOLAR CU7TRO1S FOR WINDOWS HEALTH AND WELFARE HOLIDAYS PE4SION VACATION 660 -0010 SJM SCREEN INSTALLERS 660 -0020 WIND3J TINTERS 71 PLEAS= COTE: EFFE PAYIENT OF OVERT! THE FR IT 2 HOURS DAY JNDER CONDIT! JAC 296 -127 -022. 39 HGLIJAY °- - :tc1: Y_ •FUU::TH :F. SILT. AtiO CIi 1ST 4'.S PAY OCCUPATION DESCRIPTION • "A•;c 5 ? .34 .I0 .30 .30 20 OVERTIME: ALL HOURS WORKED IN EXCESS OF 8 :TOURS PER DAY AND 40 HOURS PER REEK. NONDAT THROJGH FRIDAY. SHALL 3E PAID AT ONE AND ONE - HALF TIMES THE 2EGULAP RATE CF 'AY. HOLIDAYS JORKED ON REGULAR DAYS OFF SNAIL BE PAID AT DGUD.= THE REGULAR RATE OF PAY. HOLIDAYS WORKED ON REGULARLY ESTABLISHED JORKOAYS SHALL BE PAID AT TWO AMC ONE -HALF TIMES THE REGULAR RATE :rF 'AY. CTIVE JUNE 9. 1988. THE .9E RATES I5 NOT REQUIRED FOR IN EXCESS 0= 8 HOURS PER OVS STIPULATED IN ..'5 FAY. MEND UAL DAY. 44UR DAY. T4 /OCSGIVING DAY. . (6) • S /HR. 1 /HR. S /HR. S /HR. STATE RATE 11.20 11.20 P 4INIMUH HOURLY PAGE EFFECTIVE DAIE: 4/16/90 LOCATION: KING COUNTY. OCCUPATION: SPRINKLER =CUM - FIRE PREVENTION FRINGE BENEFITS APPRENTICESHIP HEALTH AND WELFA- SUPPLEMENTAL PEN`.IOY PENSION - NATIONAL PAGE RATES OCCUPAT IOM 3CWPATTO4 CODE 9ESCRIPTIJH 670 -0010 JOUi EYhAN OTHER 57 70 PLEASE NOTE: EFFECTIVE JUNE 9, 1958. THE PAYIE NT OF OVERfINE PATES IS NOT REQUIRED F3R THE FIRST 2 1134RS IN EXCESS 3F S NOUNS Pt.) )AY (N0. THROUGH FRIDAY). UNDER CON01113RS STIPULATED IN WAC 296- 127 -022. e0 HJLIIAY`_i - YCA4S gAY. JASPINGTOH'S IfT.IDAY, M: ":P.IAL DAY, FIURTH 3F JULY. LADGI )AY, 11ANK5SIVI4G DAY AYD THE FRIDAY FJLL7HIRS THAFKSsIVIN6 JAY, AND CHRISTMAS DAY. (8) RATES .185 2.20 4.50 1.60 OVERTIME - THE FIRST 2 MRS IN EXCESS OF 8 NRS PER DAY. MO1 THROUGH FRI. ALL /OURS WORKED IN EXCESS OF 40 HOURS PER WEEK. AND THE FIRST .$ HOURS OS SATURDAYS. SHALL 8E PAID AT ONE AND ONE-HALF TIMES THE REGULAR RATE 3F PAY. ALL OTHER OVERTIME HOURS AHD ALL HOURS WORKED ON SUNIXIYS AND HOLIDAYS SHALL SE PAID AT DOUBLE THE REGULAR RATE OF PAY. % /HR. • S /HR. S /HR. S/H R. STATE RATE 21.19 • PREVAILING EFFECTIVE DATE: 4/16/90 LOCATION: KING COUNTY. OCCUPATION: SURVEYUZS WAGE RATES OTHER OCCUPATION CODE 720 -0010 720 -0040 720 -0060 CHAIN PER :OSi IHSTIUNENT P£R50V PARTY CHIEF 40 OVERTIME - ALL HOURS HOURS PER DAY AN) 43 P4I0 AT )AE AND ) +JE RATE OF PAY. 71 PLEASE ROTE: (FFECTI PAYMENT 3F OVERTIME THE FIRST 2 HOURS IN DAY UNDER CONDITIONS VAC 296 -127 -022. 91NIrIIM HOURLY. WAGE RATES OCCUPATION • OESCR I PT I ON (JUNIOR ENGINEEP) WORKED IN EXCESS OF 8 HOURS PEP WEEK SHALL BE - HALF TIMES THE REGULAR VF JUNE 9, 1983, THE RATES I5 NOT REQUIRED FOR EXCESS OF 8 HOURS PER STIPULATED IM "ACr 54 STATE RATE 9.35 11.40 13.40 FRINGE BENEFITS HEALTH A?.D VI.LF1!.E PENS1ON ex• PI s der, ti1,, f"y P2EVAILIl::i MII1IU4 HOURLY VAGE RATES EFFECTIVE )ATE: 4/16/90 LOCATION: KING COUNTY. UCCUPATIUN: TEAMSTERS J1AGE RATES OCCUPATION 0CCU °AT10:1 CODE DESCRIPTION nA ;r c; 1.89 S /HR. 2.00 3 /HR. STATE RATE 730 -0010 A- FttAxE 3;. iiY11RA_IFT •TRUCKS OR 51Y.ILAt 18.66 730 •0060 BUGGYMOSILE AND SIMILAR 18.35 730 -0100 BULK CE1E:1T TANtEl 18.51 730 -0110 NULL LILTS. OR SIlILA'I F?J1PNEUT(WAREHOUSING) 18.18 730 -0120 BULL LIFTS. 04 SIMILAR EQUIPMENT (OTHER) 18.53 730 -0140 BUS 3R EM'LOYEF HAUL 18.18 730-0200 00l (uP T) AN,) INCLUDING S YAROS) 730 -0210 DIMMERS (6 THRJ 12 YARDS) 730 -0220 DDMPSTE45 (13 THRU 16 YARDS) 730 -0230 DUMPSTERS (17 THRU 20 YARDS) 730 -0240 DUMPSTERS (21 THRU 30 YARDS) 730-0250 DJMDSTERS (31 TWO 40 YARDS/ 730 -0260 DUMei'STERS (41 THRU 55 YARDS) 730 - 0405 ESCORT DRIVER OR PILOT CAR 730 -0410 EXPLOSIVE TRUCK (FIELD MIX) ANC SIMILAR 730 -0460 = IAMERTY SP.IFADER 730 -0493 FLAMED TRUCK. SINGLE REAR AXLE 730-0500 FLAMED TRUCK, 03AL REAR AXLE 733 -0610 FJEL TRUCK. GREASE TPUCK. SREASEY, BATTERY 730 -0670 11YSTCR OPLRAT'1J5 (HAULING 3'ILK LOOSE 730 -0690 LEVER1AR A'!) LOADERS AT DUHKE °S AND 730 -0710 LJJE'E.0 ANC HEAVY DUTY TRAILER: UITIER SO 133 -3720 LDVIt =J 411 IE,VY DUTY TPAILER: 50 TOMS 730 -0730 LJW EEJ Ai!% 4EAVY DUTY TRA1 LEP: OVER 100 730 -0800 MtChAri1C 730 -0810 MECHANIC /FLYER 730 - 0910 311 51S1413'JT•).) )1 :IVE': (PUA)) 730 -1013 PICK -UP T::UCK 730 -1025 PICKUP SJL.E.'E 1 130 - 1035 0IL /IRA! :S'O:1T TAMEE9 730 -1100 SCISS)R5 1RJCK 733 -1140 SLU.T2Y TRuC': I'R IVER 730 -1100 5 10 -GO AY:' SI"IEA.I L001 18.08 18.30 18.46 18.51 18.68 13.84 19.00 13.02 18.40 18.51 16.27 18.29 18.18 18.35 18.08 18.40 18.68 18.84 18.52 17.93 18.51 16.27 16.27 15.89 19.18 18.40 18.40 ATTACHMENT A PI:EVAILINS MIUIMUM 110/0017 VAGE RATES EFFECTIVE DALE: 4/16/90 LOCATION: KING COUNTY. OCCUPATION: TEAMSIERS WAGE RATES OCCUPATION OCCUPATION CODE DESCRIPTION 730 -1190 STRADDLE CA.(PIE'( (!1055. HYSTEP AND SIMILAR) 730 -1200 SVAMPER 730 -1300 TEAM DRIVER 730 -1350 TRACTOR, SNAIL RJ "PER -TIRED 730 -1501 TuA ?JS1T -HTX (C 74RN 4 1/2 YARDS) 730 -1515 tRA451T -41X (5 T -KU 6 YARDS) 730 -1520 TRANSIT -41X (7 AVD 8 YARDS) 730 -1530 TRANSIT -MIX (9 ANO 10 YARDS) 730 -1540 TRANSIT-MIX (11 41!) 12 YARDS) 730 -1550 TRANSIT -MIX (13 T11RU 16 YARDS) 730 -1560 TNA115IT-4IX (17 THRU 20 YARDS) 730 -1570 TitANS1T -41X (OVER 70 YARDS) 730 -1750 VACJUM TRUCK 730 -1810 VAREHUUSEMAN AND CHECKERS 730 -2000 WATER WAGON AND TAVK TRACK: UP T3 1600 18.18 730 -2010 WATER JASON AID TANK TRUCK: 1600 GALLONS 18.35 730 -2015 0,TE1 V1SO ?I AND (A1!: TRUCK: OVER 3000 ,ALLOYS 18.51 730 -2200 WINCH TOJCK: SIMSLE REAR AXLE 18.18 730 -2210 VINCU MUCK: DUAL PEAR AXLE 18.40 730 -2220 WhECKEP., T01J TRUCK ANA SIMILAR EQUIPMENT 18.18 OTHER n 59 OVERTIME - ALL MRS WORKED IN EXCESS OF 8 HRS PER DAY A1.0 40 IPS PER WEEK. 'UV THROUGH FRI. AND ALL NHS WORKED ON SATURDAYS (EXCEPT MAKEJP DAYS IF 1.17i'.K I5 LOST CUE TO TNCLFMENT WEATHER CC4?ITIO4S) SHALL lE PAID AT 1 AND 1/2 TIM ;_S TIE R!:.;ULAR RATE OF PAY. ALL NRS WJR4E) ON SUI:JAYS AND HOL19AY5 SHALL PE PAID AT i]9UOLE T:Ir !REGULAR RATE OF PAY. 70 PLE15E 'COTE: EFFECTIVE JUNE 9, 1989, THE PAYE :IT 3F JVPTI:1E RATES IS ►37 REQUIRED FJ.1 THE FIRST 2 411'005 in ExCF55 31 8 HOURS PER DAY (rOiDAY THROWN FPT!AY). U4DEP Colt:IT139S ST1PU_ 19 VAC 296 -127 -022. HDL 1)AY3 - *. J Y? V'S DAY. `!r Y-7 °TAL !)AY. 5'1 STATE RATE 18.35 18.08 18.13 18.18 18.39 18.56 18.72 18.88 19.05 19.21 19.37 19.53 18.18 18.08 OTHER FOURTH OF. JULY T ABOR DAY. THANKSGIVING DAY. THE FRIGAY.AND SATURDAY FOLLOVING THANKSGIVING. AMY CHRISTMAS DAY. 13) f PREVAILING MINIMUM HOURLY RAGE RATES EFFECTIVE DATE: 4/16/90 LOCATION:. . KING COUNTY. OCCUPATION: TEAMSTERS EFFECTIVE DATE: 4/23/90 LOCATIJN: KING COUNTY. uCCUPATIJN: TELEPHONE LINE CONSTRUCTION — OUTSIDE FRINGE BENEFITS HEALTH AID WELFARE NESF HALE RATES OCCUPATION CODE PREVAILING MINIMUM HOURLY WAGE RATES PRREVAILING MINIMUM HOURLY WAGE RATES EFFECTIVE DATE: 4/23190 LOCATION: KING COUNTY. OCCUPATION: TELEPHONE LINE CONSTRUCTION — OUTSIDE OCCUPATION DESCRIPTION 42 ALL WORK PERFORMED IN EXCESS OF 8 HOURS PER DAY OR 40 HOURS 'ER WEEK HON THRU FRI AND ALL WORK PERFORMED 01 SAT SHALL BE PAID AT 1 1/2 TIMES THE REGULA4 RATE OF PAY. ALL•VORK PERFONmED Dm SUN AND HOLIDAYS SHALL BE PAID AT DOUB_E THE P.ESULAP RATE OF PAY. 70 PLEASE NOTE: EFFECTIVE JUNE 9. 1988. THE PAYMENT OF OVERTIME RATES IS NOT REQUIRED FAR THE FIRST ? IOURS IN EXCTSS OF 8 HOURS PER DAY (Y.ONOAY THROUGH FRIDAY). UNDER CUNUITI)N5 STIPU_ATED IN W4C 296 127 - 022. 84 HOLIDAYS - NEW YEARS DAY. MEMORIAL DAY. FUU4TH OF JULY. _A30P DIY. THANKSGIVING DAV. T1E FKIPAY FOLLJJIYG THANKSGIVING, AND 58 1.50 i /HR. 3.00 STATE RATE 750 -0010 JOURNEYMAN TELEPHONE LINEHAN 15.33 750 -0020. CABLE SPLICER — TELEPHONE LINE 16.69 750 -0030 HOLE DIGGER /GiOUVDMAN 8.16 750 - 0040 INSTALLER — REPAIRMAN 15.58 750 -0050 SPECIAL APPARATUS INSTALLER I 16.69 750 -0060 SPECIAL APPARATUS INSTALLER II 16.29 750 - 0070 TELEPHONE ECUIPN =NT OPERATOR — LIGHT 15.33 750 -0081 TELEPHONE EQUIPMENT OPERATOR — HEAVY 16.69 750 -0090 TREE TRIN1ER — TELEPHONE LINE 15.33 750 -0100 POLE SPZAYER 15.33 750.0110 T.Y. LIIF_MAN 10.99 750 -0120 T.Y. GR3UIDMAN 7.62 750 -0130 T.V. SYSTEM TECHNICIAN 13.61 750 -0140 T.V. TECHNICIAN 11.96 OTHER METRO CONTRACTS MAR 2 i 590 RECEIVED OTHER ATTACHMENT A CHRISTMAS DAY. (7) art' 59 METRO CONTRACTS HAR 2 E 990 RECEIVED PIEYAILING MINIMUM NOUR_Y WAGE RATES LFFECTIVE DATE: 4/16/90 LOCATION: KING COUNTY. UCCUPATION: TERRAZZO W0:•KLRS AN) TILE SETTERS FRINGE BENEFITS WAGE RATES OTHER HEALTH Ala) WiLFA PENSIO% TRAINING FUN) OCCUPATION OCCUPATION CODE 9ESCRIPTION 770 -0030 TERRAZZO s.O;IKER. 770 -0060 TILE SETTER 42 A_L JORK PERFOR -.E9 IN EXCESS OF 8 HOURS PER DAY OR 40 HOURS PER WEEK 'ION THRB FRI• AND ALL YORK PERFORMED 3I SAT SHALL PE PAID AT 11/2 TIMES THE REGULAR RATE OF PAY. ALL YORK PERFORMED 01 SUN AHD HOLIDAYS SHALL BE PAID AT ty)U9LE TIE PESULAD RATE IF PAY. 70 PLEASE NOTE: EFFECTIVE JUNE 9. 1988. THE PAYMENT 3F )VERTIME RATES 15 HOT REQUIRED F)R THE =1RST 2 40U4S IN EXCESS OF R HOURS °ER DAY (YO'IDAY INNO(15H FRIDAY). UNDER CONDITIONS STIPULATED IN WAC 296 127 - 022. 34 HOLIDAYS — '1 El YEARS DAY. HEY' ^(AL DAY. FOURTH JF JJLY. LIIOR DAY. THANKSGIVI`(G DAY. THE FRIDAY F?LLO4IN9 THANKSGIVIKG. AND CHRISTMAS DAY. (7) 1.72 1.55 5 /NR. 5 /HR. S /NR. STATE RATE 18.85 18.85 ATTACHMENT A EFFECTIVE DATE: 4/16/90 LOCATION: KING COUNTY. OCCUPATION: .TILL. HARJLT. AND TERRAZZO FINISHERS FRINGE BENEFITS PREVAILIN, HINIMUP HOURLY WAGE RATES HEALTH AND WELFAI:E 1.72 PENSION 1.55 TRAINING FUND .21 WAGE RATES OCCUPATION OCCUPATIO'( CODE DESCRIPTION 790 - 0120 TILE. MAMLLE AND TERRAllO FINISiER OTHER 42 ALL YORK PERFORMED IN EXCESS OF 8 HOURS PER DAY OR 40 HOURS PER WEEK NON TIIRU FRI AND ALL WORK PERFOR:tED )) SAT SHALL EE PAID AT 1 1/2 TIMES THE REGULAR RATE OF PAY. ALL YORK PERFORMED 0:1 SUN AND HOLIDAYS SHALL BE PAID AT MIME T•IF REGULAR RATE OF PAY. 70 PLEASE 43TE: EFFECTIVE JUNE 9. 1988. THE PAYMENT OF OVERTIME PATES IS NOT REQUIRED FOR THE FIRST 2 4DURS IN EXCESS OF H HOURS PER DAY (Cf\DAY T IROL'511 FPIMAY). UNDER CUND1IIDNS STIPJ_ATED IN :iC 296 127 - 022. Si HOLIDAYS — DEW YEARS DAY. MEMORIAL DAY. FOURTH JF JJLY. LA90R 'AY. THANKSGIVING DAY. TdE FRIDAY FOLLOWING THANKSGIVING. AND CHRISTMAS DIY. (7) f /HR. f /HR. S /HR. STATE RATE 1S.02 PREVAILING MINIMUM HOURLY WAGE RATES EFFECTIVE DATE: 4/16/9u LOCATION: KING COUNTY. OCCUPATION: TRAFFIC CONTROL STRIPERS FRINGE 3E'EF1IS APPRLNTICES`S 1' HEALTH AO VELFA=E PETSION YAGE RATES OCCUPATION OCCUPATION CODE DFSCRIPTIOtt 820 -0020 JJU1:tEY14t: OTHER 56 tYERTINL - ALL HRS VORKED IN EXCESS OF 8 HRS PLR DAY ON 40 'IRS PER WEEK. MON THROUGH FRI. AND ALL MRS WORKED ON SATURDAYS AND SUNDAYS SHALL SE PAID AT 1 AND 1/2 TIMES THE REGULAR RATE OF PAY. ALL HRS WORKED ON HOLIDAYS SHALL 9E MAID AT 1000LE THE REGULAR RATE OF PAY. 10 PLEAS= NOTE: EFFECTIVE JUNE 9. 1988, THE PAYMENT OF OVERTIME RATES I5 NOT REQUIRED FOR THE FIRST 2 TOURS IN EXCESS OF 8 HOURS PER JAY (MONDAY THROUGH FRIDAY), UNDER CJVDITIO05 STIPU_ATED IN VAC 296- 127 -022. 34 HOLIDAYS - nEw YEARS DAY, MEMORIAL DAY, FOUtTH CF JHEY, LAROR 1AY. THANKSGIVING DAY. THE FRIDAY FOLLOWING THANKSGIVING. AND CdRISTMIS• D'+Y. (7) .06 S /HR. 1.41 S /HR. . .55 S /HR. STATE RATE 17.44 ATTACHMENT PREVAILINS :IINI °UM IOJPLY WAGE PATES EFFECTIVE DATE: 4/16/90 LOCATION: KING COUNTY. OCCUPATION: POWER LINE CLEARANCE TREF. TRIMMERS FRINGE BENEFIT', APPRENTICE TAAINING HEALTH At.) WELFAc= PEHSIO ?t - .t)CAL LOCAL PENSIO1 - PENSION - ;IEHF RASE RATES t ? T IN O OCCUPATION OCCUPATION CODE DESCRIPTION d25 -0020 THEE TRIMMER 825 -0030 CMIPPERYAIi 825 -0050 SPRAY MAN 825 -0060 TREE TRIMMER GR')JNDMAN OTHER 70 PLEASE NOTE: EFFECTIVE JUKE Q. 1218, THE PAYEE NT OF OVERTIME RATES IS NOT REQUIRED F:)R THE FIRST 2 1)'JRS IN EXCESS 3F S HOURS PLR DAY (MONDAY T'I °OUGH FQI:)AY), UNDER CONDITIONS STIPJ_ATED IN WAC 296 - 127 -022. .50 1.50 1.75 2.65 3.00 46 OVERTIME - ALL w3RK PERFOP/1E3 IN EXCESS OF 8 HOURS PER DAY 01 40 HOURS PER :MEX. MONDAY THROUGH FkIDAY, Ah) ALL WORK PERFORMED ON SATURDAYS, SUNDAYS AN) HOLIDAYS SHALL BE PATO AT DOUBLE THE RFSULAR RATE OF PAY. 24 40LIUAYS - nEW YF . ^,AY• 1f'C'RIAL ^AY. FOU:TH QF JuLY• LA'QR DAY• TNAPICSGIViNG DAY• TIE F.t11 :AY FULL'IUtNG THt't:S•SIVING,' CHRISTMAS DAY. (7) Al EFFECTIVE 0./16/90 ALL CLASSIFICATI')NS. IN- CLUJIti ALL APPP =NFICrS• RECEIVE A ¶ATLY PER OIEM ALLOWAAC= l:: TWENTY DOLLARS (520.00) IN ADDITION 10 TIIE A1OVE PIURLY RATFS (IF PAY. S/H R. S /HR. S /HR. STATE RATE 15.73 12.59 12.59 11.02 P.EV AIL ING MINIMUM HOURLY WAGE RATES EFFECTIVE DATE: 4 /16/96 LOCATION: KING C0t81TY. uCCUPATION: WATER YELL DRILLERS FRINGE 3ENLFITS NO FAIHGE uE1EFIIS WAGE RATES OCCUPATION OCCUPATION CODE .DESCRIPTION 830 -0015 OILER d30 -0020 WELL ORILLE "( 830 -0030 ISAT ION PUIP INSTALLERS OTHER 40 OVERTIME - ALL TOURS WORKED IN EXCESS 'OF 8 HOURS PER DAY AU) 40 HOURS PER LEEK SHALL 8E PAID AT OI AND ONE - HALF TIMES THE REGULAR NATE OF PAY. /1 PLEASE NOTE: EFFECTIVE JUKE 9. 1988. THE PAYMENT OF JVERTTNE RATES IS NOT REQUIRED FOR THE . FIP.i T 2 HOURS IN EXCESS OF 8 HOURS PER DAY UNDER CJNUITIONS STIPULATED 111 VAC 296- 127 -022. ' *4F .. .00 S /MR. STATE RATE 9.4S 11.60 11.60 ATTACHMENT 0 PLEVAILIN:G M1HIC!IM NOU:ILY WAGE RATES EFFECTIVE DAZE: 411619u LOCATION: KIN6 COUNTY. OCCUPATION: RESIDENTIAL CARPENTERS FRINGE BENEF NO FRINGE UE`u:.ITS RAGE RATES OCCUPAT ION 'ICCUPAT I ON COVE !) ESCRI 915 -0010 REST E4T1/L JJUFV:Y`IAN ' OTHER 40 OvEFTIM: • ALL iI')UR'S WORKED IN EXCESS OF 8 HOURS PER DAY AN) 40 HOURS PER /EEK SHALL BE PAID AT ONE AND ONE - HALF TIMES THE REGULAR RATE OF PAY. 71 PLEASE kOTE: EFFECTIVE JUNE 9. 1981. THE PAYMENT OF OVERTIME RATES I5 NOT REQUIRED FOR THE FIR1T 2 HOURS IN EXCESS OF 8 HOURS PER DAY Ut,7L2 C)NDITIORS STIPULATED IN WAC 296 12 -022. AS .00 S /HR. STA 1E ,RATE 13.60 PnEVAILING M1'IIMUN HOURLY WAGF PATES EFFECTIVE DAZE: 4/16/90 LOCATION: K116 LUTITY. OCCUPATION: RESIDENTIAL CJMf.UNICATION TECHNICIANS FRINGE BLNEFIIS nO FRINGE iE4EFIIS WAGE RATES O00DPATIUN OCCUPATION CODE DESCR1PT1 ')1; 920 -0010 :_SID =NIIAL J3U1MEYMA'1 OTHER 40 OwERTIYE - ALL HDURS WORKED IN EXCESS OF 11 HOURS PER DAY AN) 40 HDURS PEP LEEK SHALL BE P1I0 AT ONE AI.O 3NE - HALF TIMES THE REGULAR RATE OF PAY. 71 PLEASE NOTE: EFFECTIVE JUNE 9, 1988. THE PAYMENT OF OVERTIME RATES I5 NOT REQUIRED FOR THE FIRST 2 HOURS IN EXCESS OF 8 HOURS PER OAY UNDER Ci.NDITIONS STIPULATED IN JAC 296- 127 -022. .00 BAIR. STATE RATE 12.07 ATTACHMENT EFFECTIVE DATE: 4/15/70 LOCATION: KING C0ONTY. OCCUPATION: RESIDENTIAL: PRIMAL_ TAPERS . .PREVAILING NINIOUV•HOURLY WAGE RATES FRINGE BENEFITS NO FRINGE DERCF1IS .00 SFHR. WA.E RATES OCCUPATION OCC STATE CODE DESCRIPTIOY RATE 925 -0010 RESIDENTIAL J(+IIP'l YMAN 19.15 OTHER 40 9V[I:T1iL - ALL IDURS WORKED IN EXCESS OF R HUNKS PLR DAY AND 40 HOURS PEP WEEK SHALL BE PAID AT ONE AND ONE - HALF TINES THE REGULAR RATE OF PAY. 71 P NOTE: EFFECTIVE JUNE 9. 1958. THE PAYMENT OF OVERTIME RATES IS NOT REQUIRED FOR THE FIRST 2 HOURS IN EXCESS OF 8 HOURS PER DAY UNDER CONDITIONS STIPULATED IN WAC 296 -127 -022. "ASI '.7 P1EY AILIUG MINIMUM HOURLY WAGE RATES EFFECTIVE DATE: 4/16/9C LOCATION:. KING COUNTY. OCCUPATION: RESIDENTIAL ELECTRICIANS FRINGE BENEFIT; HEALTH Ara WLLFA.E PENSION - _DCAL PENSION - SEsF TRAINING FUND WAGE RATES OCCUPATIOt CODE 930 -0010 RESIDENTIAL JOIJR4EY0AH OTHER 40 OVERTIME - ALL HOURS VORKED IN EXCESS OF 8 HUUkS PER DAY AN) 40 HOURS PEP WEEK SHALL BE PAID AT ONE AND ONE - HALF TIPES THE REGULAR RATE OF PAY. 71 PLEASE NOTE: EFFECTIVE JUNE 9. 1988. THE PAYMENT 3F OVERTIME RATES IS ROT REQUIRED FOR THE FIRST 2 HOURS IN EXCESS OF 8 HOURS PER DAV JN)ER CINUITIONS STIPULATED IN VAC 296- 127 -022. .•_% :tea OCCUPATION 9ESCRIPT ION 'Air ti .98 .40 3.00 .0S S /HR. S /HR. S /HR. STATE RATE 13.25 ATTACIQMENT A PREVAILING MINIMUM HOURLY WAGE RATES EFFECTIVE DATE: 4116/90 LOCATION: KING COUNTY. OCCUPATION: RESIDENTIAL ELECTRONIC TECHNICIAN FRINGE BENEFITS NO FRINGE NENEFITS VAGE RATES .00 $FHR. OCCUPATION OCCUPATION STATE CODE DESCRIPTION RATE )35 - 0010 M :SIJLUII %L JJUR1EYMA9 12.07 OTHER 40 OVERTIRE - ALL HOURS WORKED I1: EXCESS OF 3 HOURS PER DAY AN) 40 HOURS PER /EFK SHALL BE PAID AT 34E AND ONE - HALF TIP' =_S THE REGULAR RATE OF PAY. 71 PLEASE NOTE: EFFECTIVE JUNE 9. 1983. THE PAYIfNT OF OVERTIME RATES 1S NOT REQUIRED FOR THE FIRST 2 HOURS IN EXCESS OF 8 HOURS PER DAY UNDER CONDITIONS STIPULATED IN VAC 296-127-022. ;.1'.r 59 e EFFECTIVE DATE: 4/16/9u LOCATION: KING COu1TY. VCCUPATION: 9ESIDENTIALGLAZIERS FRINGE.9ENEFITS NO FRINGE 2ENEF11S 4ASE RATES OCCUPATION CODE OTHER r P=EVAILINi YININUN HOURLY RAGE RATES 940 -0010 MESIJENTIAL JIUNYETMAN accuPATION DESCRIPTION 40 OVE,TI4c - ALL /DUNS WDRKEO IN EXCESS OF 8 HUU.S PER DAY AND 40 HOURS PER WEEK SHALL 8E PAID AT 31E AND ENE - HALF TIMES THE REGULAR RATE OF PAY. 71 PLEASE +IJTE: EFFECTIVE JUNE 9. 1988. THE PAYrENT OF OVERTIME RATES IS POT REQUIRED FOR THE FIRST 2 FOURS IN EXCESS OF 8 HOURS PER 44Y U4 CaNI11T1mS STIPULATED IN VAC 296- 127 -022. PAGE 70 .00 '.f /HR. STATE RATE 11.87 ATTACHMENT FRINGE BENEFITS WAGE RATES OTHER CODE PiEVAILING NININUM HOURLY RAGE RATES EFFECTIVE DATE:. 4/16/70 LOCATION: KING COUNTY. OCCUPATION: RESIDENTIAL. APPLICATORS HEALTH ANO VEL =A'E PENSION TRAINING FUN,; OCCUPATION OCCUPATION 745 -0010 RESIDENTIAL JJURYEYMAN DESCRI 1.50 1.40 .06 40 OVERTIME - ALL 4JURS WORKED IN EXCESS OF 8 HOURS PER DAY AND 40 HOJRS PER WEEK SHALL RE PAID AT 71.E AID DIE - HALF TIMES THE REGULAR RATE OF PAY. 71 PLEASE 10TE: EFFECTIVE JUNE 9. 1988. THE PAY'tEYT 3E OVERTIRE RATES IS I:OT REQUIRED FOR THE FIPIT 2 MJRS IN EXCESS OF 8 HOURS PER DAY UNDER CONDITIONS STIPULATED IN VAC 296 -127 -022. S /HR. SIHR. SIHR. STATE RATE 11.00 PREVAILING NiNIMUM HOURLY V'GE RATES EFFECTIVE DATE: 4/16/90 LOCATION: .KING COUNTY. OCCUPATION: RESIDENTIAL LABORERS FRINGE BENEFITS NO FRINGE REP€ 1IS iA;.E RATES OCCUPATION OCCUPATI41 CODE DESCRIPTION 950 -0010 RLS P ENTIAL LA°ORERS OTHER 40 OVERTINL - ALL 19URS VORKF9 IN EXCESS OF 8 HOURS PER DAY AK4 40 HOJRS PER AMEX SHALL 8E PAID AT ONE AND ONE - HALF TIMES THE REGULAR RATE OF PAY. •*. r 72 .00 S /MR. 71 PLEASE NOTE: EFFECTIVE JUTE 9. 1988. THE PAYMENT OF OVERTIRE RATES IS NOT REQUIRED FOR THE FIRiT 2 HOURS IN EXCESS OF 8 HOURS PER DAY. UNDER CONDITIONS STIPULATED IN VAC 296 - 127 -02 ?. STATE RATE 7.96 ATTACHMENT A PREVAILINI MINIMUM HOURLY VAGE RATES EFFECTIVE DATE: 4/16/90 LOCATION: KING COUNTY. OCCUPATION: RESIDENTIAL PAINTERS FRINGE BENEFITS NO FRINGE BENEFITS VASE RATES OCCUPATION CODE 955 -0010 RESI)ENTIAL J)URNEYIA'I OTHER OCCUPATION DESCRIPTION 40 OVERTIRE - ALL OURS VORKED IN EXCESS OF 8 HOURS PER DAY AN) 40 HOURS PER SEEK SHALL BE PAID AT )NE AND )ME - HALF TINES THE REGULAR RATE OF PAY. 71 ?LEASE 13TE: EFFECTIVE JUNE 9, 1988. THE PAYMENT OF OVERTIME RATES IS NOT REQUTRED FOR THE FIRiT 2 NOURSIR EXCESS 0= 8 HOURS PER DAY UNDER CJN3ITI0NS STIPULATED 14 VAC 2/6 -127 -022. e"."` �R 7 .00 S /HR. STATE RATE 14.66 P..EVAILIPG MINI!'O'! HOURLY WAGE PATES EFFECTIVE DATE: 4/16/40 LOCATION: KING COUATY. OCCUPATION: RESIDENTIAL PLUMDETS AND PIPEFITTERS FRINGE 3ENEFITS UEhTAL .41 1 /HR. HEALTH A?3 W`LFA.E 1.70 1 /NR. REdOU'1Lr PING :A.1 :AS 1 /MR. PEAS IOM . .30 . 1 /148. TRAINING FUND .18 1 /NR. . VACATION 1.00 1 /HR. .Aim RAFES OCCUPATION OCCUPAT111 STATE CODE DESCRIPTION RATE 960 -0010 RESIDENTIAL J)URVEYMAM 11.77 OTHER 40 OVERTIME - ALL 13NRS VORKED IN EXCESS OF 8 .LOURS PFR DAY ANl 40 HOURS PEF. JEER SHALL DE PAID AT OnE AND 3NF - HALF TIDES THE REGULAR RATE uF 0 ,Y. 71 PLEASE 431E: EFFECTIVE JUNE 9. 1988. THE PAYMENT 31 OVERTIME RATES I5 NOT REWIRED FOR ThE FIR;T 2 HOI!7S IN EXCESS OF 8 HOURS PER DAY JIOE4 CUMDITI0?1S STIPULATED IM VAC 296 - 127 -022. o AS: - 7'. FRINGE 9ENEFITS 3EUTAL aEALIH AND JLLF.5-E PEh51oh TRAINING FU1D VALATIoN PREVAILING HINIMUN HOURLY WAGE RATES EFFECTIVE OATEN 4/16/90 LOCATION: KING COUNTY. OCCUPATION: RESIDENTIAL REFRIGERATION MECHANICS JAGE RATES OCCUPAT IOP. ICCU ?AT i 1:t CODE DESCRIPTION 965 -0010 RESIXATIIL JOUPVEYHAN OTHER r- ( r r tU OVEHTINL - ALL N3JRS uORFED IN EXCESS OF A HOURS PL? DAY AN) 40 NOURS PEP rEEK SHALL OE PAIL' AT OYE AND 3NE - HALF TIMES THE REGULAR RATE OF PAY. 71 PLEASE VOLE: EFFECTIVE JU'•E 9, 1990, THE PAYMENT OF OVEP.TI.IE RATES IS NOT REWIRED FOR THE FIPST 2 HOURS IM EXCESS OF 8 HOURS PER DAY UNDER C9NDIT1045 STIPULATED IN UAC 296- 127 -022. 75 .41 5 /MR, 1.70 1 /HR. .75 S /HR. .18 5 /NR. .50 t /MR. STATE RATE 10.90 P;EiAILING MIsWUM HOURLY WAGE. RATES PREVAILINC MINIMUM HOURLY IZAGF RATES EFFECTIVE DATE: 4 /16 /?) EFFECTIVE GATE: 4/16/Q0 LOCATION: KING COUNTY. LOCATION: KING COU'1TY. OCCUPATION: RESIDENTIAL SHEET METAL WORKERS OCCUPATION: RESIDEITIAL AIR COVOITT,NTNG MECHANICS FRINGE BENEFITS. FRINGE BENEFITS dEALTH AAD YrLFA0E 1.43 S /RR. ?EYSIOY .41 S /HR. SASMI .,46 S /MR. /AGE RATES OCCUPATIO4 OCCUPATIPI STATE • CODE 'IESCPIPTIO RATE 910 -0019 RESIDENTIAL JvIIr EYPA'1 13.55 3THE1. 40 OVERTIME - ALL HOURS WORKED IN EXCESS OF 8 ,OURS PLR DAY Aa) 40 HOURS PEP aEEK SHALL BE PAID AT 31E AND 31E - HALF TIMES THE REGULAR RATE OF PAY. 71 PLEASE YOCE: EFFECTIVE J w E 9. 1988. THE P:.YPE HT Of JVFRTIME RATES I5 NOT REQUIRED FOR THE FIAT 2 H)UAS IN EXCESS OF 8 HOURS PER DAT.UNDER CONUITTONS STIPULATED IN VAC 296- 127 -022. • OCCUPAT TO6 OCCIIPATI OBI STATE CODE )ESCRIPTIOII RATE 990 -0010 RESIDENTIAL JDURVEYNA : 4 10.90 uENTAL .41 $ /I/R. HEALTH A60 WELFA 1.70 S /HR. PENSION .75 S /HR. TRAINING FUND .18 S /HR. VACATION .50 f /HR. WAGE RATES OTHER 40 OVERTIRE - ALL HOURS WORKED IN EXCESS nF R HOURS PER DAY AN) 40 HOURS PER JEEK SHALL DE PAID AT ONE AND 3NE - HALF TINES THE REGULAR RATE OF PAY. 71 PLEASE VOTE: EFFECTIVE JUNE 9. 1983. THE PAYMENT 3F OVERTIME RATES IS NOT REQUIRED FOR THE FIRST 2 HOOPS IN EXCESS OF 4 HOURS PER OAT JNDER CONDITI04S STIPULATED IN WAC 296 -127 -022. DAir DA' 77 ATTACWIENT A END OF. BECTION F e t *"' r"` PART B TECHNICAL SPECIFICATIONS C PART 1 -- GENERAL 1.01 SCOPE DIVISION 1 - GENERAL REQUIREMENTS SECTION 01010 - PAGE 1 SUMMARY OF WORK A. This Contract includes furnishing all labor, materials and equipment necessary for the removal of the existing roofing system and the installation of new, complete, roofing systems on the Unit Repair Facility Building (including stairwells). B. Demolition and installation work includes, but is not limited to, the following: removal of flashings, insulation, felts, bitumens, adhesives, sheet metal, leads, conduits and wood blocking; and installation of fiber board insulation, vapor retarder, polyisocyanurate insulation, 3 -ply cold process built -up membrane, granule weathering surface, CSPE (Hypalon) flashings, curbs, equipment stands, sheet metal copings and flashings. C. The area to be covered is approximately 88,650 square feet not including walls or flashings. D. Metro's Unit Repair Facility is located in Seattle at 12200 East Marginal Way South. 1.02 WORK UNDER OTHER CONTRACTS The Municipality has other contractors scheduled for work on the roof of this building. Their work will be complete by June 30, 1990. 1.03 HOURS OF WORK A. The Contractor shall limit the hours of work to occur within the following schedule: Weekdays: 7:00 a.m. to 7:00 p.m. B. The Contractor shall submit a schedule of working hours in accordance with Paragraph 00710- 1.04D. The Contractor will be liable for the costs of Metro's overtime inspection in accordance with Paragraph 00710- 1.04D. 1.04 ELECTRICAL WORK Contractor shall use licensed electricians to perform electrical modifications noted on the Drawings and in Specifications. Electricians shall be available within four (4) hours, minimum, of request to repair any interruptions of service resulting from Contractor's actions. Interim repairs may be made by Metro at Contractor's expense. T/M25 -90 PART . PART 3 -- EXECUTION • Not used DIVISION 1 - GENERAL REQUIREMENTS SECTION 01010 - PAGE 2 SUMMARY OF WORK PART 1 -- GENERAL 1.01 CONTRACT TIME 1.02 CONTINUITY OF FACILITY OPERATIONS DIVISION 1 - GENERAL REQUIREMENTS SECTION 01014 - PAGE 1 WORK SEQUENCE The Contractor shall have construction complete and ready for use within sixty (60) calendar days after the effective date of Notice to Proceed. Failure of the Contractor to complete all work within the Contract Time will result in damages in accordance with Paragraphs 00710 -6.02 and 00710 -8.01. The transit base operates twenty -four (24) hours a day, seven (7) days a week. Buses move throughout the base for three (3) basic purposes; (1) to access scheduled transit routes; (2) access maintenance and repair facilities; and (3) access fuel /wash facilities. These operations occur on a tight time schedule which shall not be disrupted except under the conditions noted in this Section. 1.03 TIME RESTRICTIONS The Contractor shall notify the Engineer in writing forty -eight (48) hours in advance of the time it is necessary to take any utility out of service. The integrity of existing facility utilities shall be maintained by the Contractor at all times. 1.04 CONTRACTOR'S REPRESENTIVE The Contractor shall designate a representative to be on the site at all times during the contruction in accordance with the provisions of Paragraph 00710- 2.02A. This representative shall be capable of giving direct field orders as the need arises. All official project communication shall be conducted between the Contractor's Representative and the Engineer. 1.03 FINAL INSPECTION A. Upon completion of construction, the Contractor shall perform a detailed inspection of the work to confirm completion of all items. When the Contractor has verified that all of the construction is complete, it shall notify the Engineer in writing. B. Within ten (10) days after receipt of the Contractor's written notice of completion of the work, the Engineer shall perform a detailed inspection and may create a "punchlist" for any remaining omissions and defects. If the number or scope of deficiencies is too great, as determined by the Engineer, then the satisfactory completion of punchlist items shall be followed by a T/M25 -90 final inspection. All punchlist items shall be satisfactorily completed within two (2) weeks of the initial detailed inspection. C. Final inspection of the work by the Engineer will be made within ten (10) days after receipt of the Contractor's written request for final inspection. The work will be deemed complete as of the date of such inspection if, upon such inspection, the Engineer finds that no further punchlist work remains to be done. Before acceptance and before final payment will be issued, all defects or omissions noted on this inspection must be completed by the Contractor without additional compensation. PART 2-- PRODUCTS PART 3 -- EXECUTION Not used. DIVISION 1 - GENERAL REQUIREMENTS SECTION 01014 - PAGE 2 WORK SEQUENCE 0 0 () () 0 0 PART 1 -- GENERAL DIVISION 1 - GENERAL REQUIREMENTS SECTION 01015 - PAGE 1 CONTRACTOR'S USE OF PREMISES 1.01 MUNICIPALITY'S RESPONSIBILITIES The Municipality's operating personnel will be responsible for operating the existing facility throughout the performance of this C. Contract. Equipment presently installed in the facility must be available to personnel at all times for .use, maintenance and (, repair. If it is necessary in the course of operating the facility, for the Contractor to move its equipment, materials, or any material included in the work, the Contractor shall do so promptly and place such equipment or material in an area which does not interfere with the facility operation. The Contractor shall C not adjust or operate serviceable or functioning equipment or systems except as specifically required by this Contract. All contact between Municipality's operational personnel and the Contractor on all matters shall be through the Engineer or the Engineer's designated representative. 1.02 CONTRACTOR'S RESPONSIBILITIES The existing facility will remain in operation throughout the execution of this Contract. The Contractor shall schedule and con- duct the work to avoid shutdowns and interference with normal faci- („ lity operations and maintenance. 1.03 TIME RESTRICTIONS Refer to Paragraph 01010 -1.03. 1.04 SPECIAL PRECAUTIONS A. GENERAL The Contractor shall take special precautions to protect operating mechanical equipment, power supply and distribution equipment, and instrumentation equipment from exposure to weather, concrete dust, debris, dirt and water during the construction per- iod. B. EXISTING ROOF STRUCTURE PROTECTION It is assumed that the existing roof structure and any fixtures or equipment installed on the roofs are in good working condition. The Contractor shall exercise caution to protect them C` from damage. Any damage or defects noticed by the Contractor at the start of work shall be reported to the Engineer immediately and T/M25 -90 Access to the roof shall b building only T /M25 C. ACCESS TO ROOF DIVISION 1 GENERAL REQUIREMENTS SECTION 01015 - PAGE 2 CONTRACTOR'S' USE OF PREMISES prior to the start of any work. In accordance with Paragraph 00710 -5.03, damage caused by the Contractor shall be repaired /replaced to its original condition by the Contractor to the satisfaction of the Engineer. * *END OF SECTION ** from the exterior () 0 . . C 0 f 0 C0 ( 0 0 ) . 0 ) C) 0 Not Used. PART 3-- EXECUTION- * *END,OFSECTION * * DIVIS . 1 - 'GENERAL .:REQUIREMENTS . SECTION 01035 - PAGE 1 ABHESTOB INFORMATION Tn accordance with Chapter 296 -62 -077 WAC, a good faith inspection of the project site has been conducted by Metro. It has been determined that the roofing system to be removed does . contain asbestos roofing felts and adhesives. The Contractor shall conform to the requirements of Sections 01060 and 01430 during roof removal. - GENERAL . 1.01 ASBESTOS INSPECTION PART 2--PRODUCTS Not Used. PART 1 -- GENERAL 1.01 DESCRIPTION This section specifies regulatory requirements, including but not limited to, the Department of Labor and Industries, EPA, NESHAP, OSHA, PSAPCA, WISHA and local governmental regulations. The provisions of this section are supplementary to Paragraph 00710- 2.03E. 1.02 SAFETY AND HEALTH REGULATIONS A. The Contractor shall comply with Safety and Health Stan- dards for'Construction, promulgated by the Director of the Depart- ment of Labor and Industries under Section 49.17.050 of the Washington Industrial Safety and Health Act of 1973, as set forth in Chapter 49.17 Revised Code of Washington (RCW). B. The Contractor shall comply with Safety and Health Regula- tions for Construction, promulgated by the Secretary of Labor under Section 107 of the Contract Work Hours and Safety Standards Act, as set forth in Title 29, C.F.R. Copies of these regulations may be obtained from Labor Building, 14th and Constitution Avenue NW, Washington, DC 20013. C. The Contractor shall also comply with the provisions of the Federal Occupational Safety and Health Act, as amended. 1.03 INCORPORATED PUBLICATIONS A. GENERAL The latest edition of the following publications are incorporated by reference and shall form part of these specifications. In case of conflict between the requirements of said publications and these specifications, the more stringent requirements shall prevail. B. PUBLISHING AGENCIES AND PUBLICATIONS ANSI Z9.2 -79 DIVISION 1 - GENERAL REQUIREMENTS SECTION 01060 - PAGE 1 REGULATORY REQUIREMENTS 1. American National Standards Institute (ANSI); Fundamentals Governing the Design and Operation of Local Exhaust Systems ANSI Z88.2 -80 Practices of Respiratory Protection T/M25 -90 2. American Society for Testing and Materials (ASTM): ASTM E- 849 -92 3. Federal Regulations: Occupational Exposure to Asbestos (29 CFR Parts 1910 and 1926): 29 CFR 1910 - 1001 Occupational Safety and Health Act (OSHA): General Industry Standard 29 CFR 1910 -134 Respiratory Protection Standard 29 CFR 1926.58 30 CFR Part 11 Respirators 40 CFR 61.152 4. Washin• ton State (WAC): WAC 173 -303 WAC 296 -24 WAC 296 -62 WAC 296 -65 WAC 296 -155 5. Puget Sound Air DIVISION 1 - GENERAL REQUIREMENTS SECTION 01060 - PAGE 2 REGULATORY REQUIREMENTS Safety and Health Requirements Relating to Occupational Exposure to Asbestos Occupational Safety and Health Act (OSHA): Construction Standards Environmental Protection Agency (EPA): Standard for Asbestos Waste Disposal for Demolition and Renovation Operations , - Washin• ton Administrative Code Department of Ecology General Safety and Health Standard General Occupational Health Standard Asbestos Removal and Encapsulation Safety Standards for Construction Work. Pollution Control Agency (PSAPCA): Article 10 Removal and Encapsulation of Asbestos Material DIVISION 1 - GENERAL REQUIREMENTS SECTION 01060 - PAGE 3 REGULATORY REQUIREMENTS 1.04 POSTING OF REGULATIONS The Contractor shall comply with all WISHA and NESHAP posting regulations. 1.05 REGULATORY NOTIFICATIONS The Contractor shall comply with all the Department of Labor and Industries and PSAPCA notification requirements and pay all fees resulting therefrom. The required forms shall be transmitted to each agency by means of a registered letter. Copies of the notification forms and registered letter shall be submitted to the Engineer at the same time they are mailed to the corresponding C. agencies. c 1.06 WASTE DISPOSAL All existing roofing material which is removed under this contract shall be properly and legally disposed of off -site at the Contractor's expense. The Contractor shall be responsible for obtaining necessary permits or approval for the Contractor's disposal site. Refer to Section 01430 for further requirements. PART 2 -- PRODUCTS Not used. PART.3 -- EXECUTION: Not used T/M25-90 *. *END OF SECTION ** C. C c C' C. C C f' PART 1 -- GENERAL Wherever used in the contract documents, the following abbre- viations will have the meanings listed: ANSI American National Standards Institute, Inc. 1430 Broadway New York, NY 10018 ASTM American Society for Testing and Materials 1916 Race Street Philadelphia, PA 19103 AWPA American Wood Preservers Association 1625 Eye Street Washington, DC 20006 EPA United States Environmental Protection Agency 1200 Sixth Avenue Seattle, WA 98101 FEDSPEC Federal Specifications General Services Administration Specification and Consumer Information Distribution Branch Washington Navy Yard, Bldg. 197 Washington, DC 20407 FEDSTDS Federal Standards (see FEDSPECS) FM Factory Mutual System 1151 Boston- Providence Turnpike Norwood, MA 02062 ICBO International Conference of Building Officials. 5360 South Workman Mill Road Whittier, CA 90601 NEC National Electric Code National Fire Protection Association 470 Atlantic Avenue Boston, MA 02210 NESHAP National Emission Standards for Hazardous Air Pollutants 1200 Sixth Avenue Seattle, WA 98101 NIOSH National Institute of Safety and Health 4676 Columbia Parkway Cincinatti, OH 45226 NRCA National Roofing Contractors Association 1515 North Harlem Avenue Suite 200 Oak Park, IL 60302 T/M25 -90 DIVISION 1 - GENERAL REQUIREMENTS SECTION 01090 - PAGE 1 REFERENCE STANDARDS *. *END OF SECTION * *. s Association) DIVISION 1 - GENERAL REQUIREMENTS SECTION 01090 - PAGE 2 REFERENCE STANDARDS Occupational Safety and Health Act U.S. Department of Labor Occupational and Health : .Administration .. San Francisco Regional Office 450 Golden Gate Avenue, Box 36017 San Francisco, CA 94102 Puget Sound Air Pollution Control Agency 200 West Mercer Street Seattle, WA 98119 SMACNA Sheet Metal and Air Conditioning Contractors National Association, Inc. 8224 Old Court House Road Tysons Corner, Vienna, VA 22180 Uniform Building Code Published by ICBO Underwriters Laboratories Inc. 207 East Ohio Street Chicago, IL 60611 Uniform Plumbing Code Published by IAPMO WISHA Washington Industrial Safety and. Health Administration Department of Labor and Industries +: 300 West Harrison Street, Room 301 Seattle, WA 98119 Western Wood Products Association (Formerly: West Coast Lumbermen 1500 Yeon Building Portland, OR 97204 **END OF SECTION * * DIVISION 1 - GENERAL REQUIREMENTS :SECTION`01200 — PAGE • PROJECT MEETINGS PART 1 -- GENERAL 1.01 PRECONSTRUCTION CONFERENCE Prior to beginning construction, a meeting of representatives of the Contractor, the Municipality, and other affected agencies will be held. The purpose of the meetings will be to establish lines of authority and communication and identify duties and res- ponsibilities of the parties. Discussion will cover specific con - tract plans, specifications, unusual conditions, schedules of com- pletion, equal employment regulations, civil rights requirements, and other pertinent features of the Contract. Written notification of such pending preconstruction conference will be made. 1.02 PROGRESS MEETINGS The Engineer will arrange and the Contractor shall attend weekly project meetings. The Contractor shall arrange for attendance of Contractor's subcontractors as necessary to discuss job progress. PART 2 -- PRODUCTS Not used. PART 3 -- EXECUTION Not used. C ' s PART 1 -- GENERAL 1.01 SCOPE DIVISION 1 - GENERAL REQUIREMENTS SECTION 01310 - PAGE 1 PROGRESS SCHEDULES AND REPORTS This section specifies requirements and procedures for prepar- ing construction progress schedules, schedule of values and progress reports and supplements the provisions of Section 00710. The con- struction schedule shall be made by using the time- scaled bar chart method. Section 01014 contains provisions pertaining to the work sequence and completion times and shall be used in conjunction with this section. 1.02 SUBMITTALS Submit Construction Schedule and Schedule of Values. This sub - C. mittal shall be made no later than 10 days after Notice to Proceed and prior to the start of work. The Construction Schedule shall indicate the sequence of the work and the time of starting and com- pletion of each part of the work. The Schedule of Values shall cover all the work to be performed over the duration of the project. PART 2-- PRODUCTS 2.01 GENERAL A. USE Schedules and progress reports will be used by the Engineer . as the basis for determining the Contractor's compliance with Specifications regarding progress payments, Contract Time extensions, change order costs and the overall progress of the work. Failure of the Contractor to comply with the requirements of this Section may cause delay in the review and acceptance of progress pay requests. B. APPROVAL C 1. Scheduling of the work must be approved by the Engineer at least one week prior to construction so as to allow the Municipality sufficient time to alert affected Metro personnel. 2. Any proposed deviation from the schedule shall be presented in writing to the Engineer for approval in accordance with Paragraph 00710- 1.04D. T/M25 -90 dr 2.03 SCHEDULE OF VALUES 2.04 WEEKLY PROGRESS REPORTS () DIVISION 1 - GENERAL . REQUIREMENTS - SECTION 01310 - PAGE 2 �-� PROGRESS SCHEDULES AND-REPORTS 2.02 .CONSTRUCTION SCHEDULE Provide a time- scaled bar chart indicating start and finish dates for the following activities: mobilization, tear off, roofing, flashing, weathering surface /granules, cleanup /demobilization. Provide a Schedule of Values detailed to include breakdown by materials and labor. The minimum breakdown shall include the following categories: mobilization, dump fees, roof removal, vapor barrier, insulation, roofing, parapet flashing, penetration flashing, weathering surface, walk pads and clean -up. The Schedule of Values shall total to the lump sum bid in Section 00310. Provide written weekly progress reports to the Metro Engineer no later than Wednesday noon containing the latest updated'informa tion from the previous week (Saturday through Friday). The reports shall comment on problems and corrective actions, and anticipated . revisions to the schedule. At a minimum, the reports shall include a copy of the job -site diary recording visitors to the job per the requirements of Section 07511. 0 ) 0 0 0 4 *END OF SECTION ** 0 r, PART 1 -- GENERAL 1.01 DESCRIPTION This section defines the responsibilities for asbestos monitoring including inspecting, testing and quality control. 1.02 MONITORING The Contractor shall provide air monitoring by an industrial hygienist licensed by the State Department of Labor and Industries. Air monitoring shall be performed each day during roof removal activities to demonstrate compliance with state regulations and �.' standards pertaining to asbestos exposure levels. Air samples shall be obtained at a minimum of two (2) locations: on at least one worker directly involved with the tear -off of the roofing felts and also at a location adjacent to and downwind of the tear -off operations. 1.03 REPORTING Within twenty four (24) hours of each day's air sampling (: activities, the Contractor shall provide the Engineer with three (3) copies of a written report explaining the monitoring results. The report shall include a diagram indicating the location of the area sampler, prevailing wind direction and approximate velocity, sampling methods, analysis methods, the name of the hygienist, the name of the laboratory and the results of the monitoring. Whenever IL asbestos fiber exposure levels register at levels higher than acceptable levels under state regulations, the Contractor shall provide additional insurance, in accordance with Paragraph IL 00710 5.02.B.4.g, and equipment and personnel in compliance with all government regulations. I PART 2-- PRODUCTS IL Not used. IL PART 3-- EXECUTION 3.01 ROOF REMOVAL DIVISION 1 - GENERAL REQUIREMENTS SECTION 01430 - PAGE 1 ASBESTOS ABATEMENT QUALITY CONTROL ROOF REMOVAL SHALL BE BY MANUAL MEANS ONLY. It is critical that the asbestos roofing material remain in a non - friable condition. Metro has contacted the State Department of Labor and Industries, Puget Sound Air Pollution Control, King County Solid Waste Department and the King County Health Department about the disposal of asbestos roofing felts. All agencies indicated that the material requires no special disposal procedures as long as it T/M25 -90 T/M25 -90 * *END OF SECTION * * DIVISION 1 - GENERAL REQUIREMENTS SECTION 01430 - PAGE 2 ASBESTOS ABATEMENT QUALITY CONTROL remains in a non- friable state. No power equipment shall be used to cut or remove the roofing material. The Department of Labor and Industries considers the material friable if power equipment were used to cut and remove it, thereby triggering requirements for licensed removal contractors and asbestos disposal procedures. It the Contractor's responsibility to exercise reasonable care during roof removal so as not to create a situation whereby the asbestos becomes friable. Consistent with Paragraph 00710 - 5.01, the Contractor assumes potential liability for claims, penalties . and damages arising from improper procedures related to the removal and clean-up of the asbestos roofing felts. 0 0 0 0 0 0 0 0 0 PART 1 -- GENERAL 1.01 DESCRIPTION This section specifies furnishing and maintaining Contractor facilities, utilities, security and other miscellaneous facilities required during construction. PART 2 -- PRODUCTS �. 2.01 CONTRACTOR'S PARKING AND STAGING AREA DIVISION 1 - GENERAL REQUIREMENTS SECTION 01500 - PAGE 1 CONSTRUCTION FACILITIES Contractor vehicles directly in use during construction shall be restricted to the areas shown. Special staging areas for materials and waste are limited and shall be designated by the Engineer. All other vehicles will be restricted to off -site parking. 2.02 CONTRACTOR'S UTILITIES ( . Power sources for electric hand tools are limited. The usage of these utilities should be kept to a minimum and without interference with Metro operations. 2.03 TEMPORARY HEATING The Contractor shall provide temporary heating and enclosures as necessary to protect all work and material against damage by dampness and cold and to facilitate completion of the work. The Contractor shall supply all the fuel, equipment and materials required for temporary heating. 2.04 SANITARY FACILITIES A. The Contractor shall provide toilet and washup facilities f or its work force at the site of work. They shall comply with applicable laws, ordinances, and regulations pertaining to the ( public health and sanitation of dwellings and camps. B. Existing base sanitary facilities are not available for the Contractor's use. 2.05 CONTRACTOR'S SECURITY t.: The Contractor shall be responsible for the security of its equipment and material on the site. The Municipality will not take any responsibility for missing or damaged equipment, tools or personal belongings. T/M25 -90 2.06 DISPOSAL SITE The Contractor shall make provision for a debris disposal site. 2.07 SIGNS '* *END` OF. SECTION * * DIVISION 1 -:GENERAL REQUIREMENTS SECTION 01500 - PAGE 2' CONSTRUCTION FACILITIES Commercial or advertising signs shall not be allowed on the site. r- PART 1-- GENERAL 1.01 DESCRIPTION This section specifies temporary environmental controls required to be maintained during construction. rr PART 2 -- PRODUCTS There are no products this section. PART 3 -- EXECUTION 3.01 SITE MAINTENANCE DIVISION 1 - GENERAL REQUIREMENTS SECTION 01560 - PAGE 1 ENVIRONMENTAL CONTROLS The Contractor shall keep the work site clean and free from rubbish and debris. Materials and equipment shall be removed from the site when they are no longer necessary. Upon completion of the work and before final acceptance, the work site shall be cleared of equipment, unused materials and rubbish to present a clean and neat appearance in conformance with the present condition of the site. Refer to each section for further requirements. A. DEBRIS HANDLING The Contractor shall use dust proof enclosures on all chutes utilized for removal of debris from the roof areas. Debris containers shall be covered and secured during non -work hours. B. PROTECTION OF BUILDING AREAS The Contractor shall protect all uncovered roof areas to prevent moisture penetration into the building before leaving the job site each day. The protections shall be adequately secured to prevent disturbance by the wind and /or other factors which would diminish the effectiveness of the protection. C. PROTECTION OF ADJACENT SURFACES ( The Contractor shall take all precautions necessary to ( prevent "tracking" or in any way transmitting roofing materials onto adjacent surfaces. The Contractor will be responsible for a complete and thorough daily cleaning of all surfaces contaminated ( by roofing materials. Special care shall be used around debris chutes, kettles and asphalt staging areas. (' (� ( T/M25 -90 D. CLEAN -UP DIVISION 1 - GENERAL REQUIREMENTS SECTION 01560 - PAGE 2 ENVIRONMENTAL CONTROLS 1. Waste material will not be permitted to remain on the site of the work or on adjacent streets. Immediately, upon materials becoming unfit for use in the work, they shall be collected, carried off the site and disposed of by the Contractor. 2. In the event that waste material, refuse, debris and rubbish are not removed from the work by the Contractor, the Muni- cipality reserves the right to have the waste material, refuse, debris and rubbish removed and the expense of the removal and disposal charged to the Contractor. E. STREET CLEANING 1. The Contractor shall be responsible for preventing dirt and dust from escaping from trucks departing the project site, by covering dusty loads, washing truck tires before leaving the site or other reasonable methods. 2. Any violation of the above requirements shall be suffi- cient ground for the Engineer to order the streets in question cleaned by others, the cost of the operation to be paid by the Con- tractor. 3.02 AIR POLLUTION CONTROL The Contractor shall not discharge smoke, dust, and other con- taminants into the atmosphere that violate the regulations of any legally constituted authority. The Contractor shall also minimize dust nuisance by cleaning, sweeping, and sprinkling with water, or other means. The use of water, in amounts which result in mud on public streets, is not acceptable as a substitute for sweeping or other methods. 3.03 NOISE CONTROL A. Construction involving noisy operations shall be restricted to the weekdays and during the hours between 7:00 a.m. and 7:00 p.m. Noisy operations shall be scheduled to minimize their duration. B. The Contractor shall comply with all local controls and noise level rules, regulations and ordinances which apply to any work performed pursuant to the Contract. C. Each internal combustion engine, used for any purpose on the job or related to the job, shall be equipped with a muffler of a type recommended by the manufacturer. No internal combustion engine shall be operated on the project without said muffler. T/M25 -90 .* *END OF. SECTION *, *.. DIVISION 1 GENERAL REQUIREMENTS SECTION'01560 - PAGE 3 ENVIRONMENTAL CONTROLS D. Equipment noise levels shall. not exceed 85 dBA at 50 feet as measured under the noisiest operating conditions. Equipment that cannot meet these levels shall be quieted by use of improved exhaust mufflers or other means. C Form No. 01300 -A DIVISION 1 - GENERAL REQUIREMENTS SECTION 01999 - PAGE 1 REFERENCE FORMS The forms listed below and included in this section are refer - enced.from other sections of the project manual: Title Submittal Summary Sheet t:em =ter C P Spec. Paragraph or Drawing Description of Item Submitted - CaUDwg II wuiwvns ssrloo For Metro Use Only _ IWnpu iado3 Review Results' Response Re:lu':ed _ of Cortrac:cr Name otarticle, mfr., subcontractor's submittal no. M = 1-• .1 1 2 C › n = rr•.e 1..- .. f A Q o L t • L C.3 1 :1 G 7. O M s l" ems !'1 ^ e'1 , es fe'� E" C, ells els es is e t iIMETRO 521 Scc:rd Ave., Seattle, WA 98104 .e ;end: C = Complete Submittal P = Partial Submittal (Partial submittal may be rejected) 1= No Exceptions Taken 2 = Note Markings 3 = Rejected/Resubmit •_-ittal Reviewed By Date Submittal Summary Sheet - ^ =: e st Title: Contract 1: Date: ractc or Sup Sheet of 4 = Comments Attached 5 = Confirm REVIEW OF CONTRACTORS INFORMATION COMMENTS ENGINEERS REVIEW I3 FOR GENERAL CONFORMANCE WITH THE DESIGN CONCEPT AND CONTRACT DOCUMENTS. MARKINGS OR COMMENTS SHALL NOT RELIEVE THE CONTRACTOR FROM . COMPLIANCE WITH PLANS AND SPECIFICATIONS NOR ANY REQUIREMENTS OF THE CONTRACT DOCUMENTS. THE CONTRACTOR REMAINS RESPONSIBLE FOR DETAILS AND ACCURACY. FOR CONFIRMING AND CORRELATING ALL QUANTITIES AND DIMENSIONS, FOR SELECTING FABRICATION PROCESSES, FOR TECHNIQUES OF ASSEMBLY AND FOR PERFORMING HIS WORK IN A. SAFE MANNER. ' _ . ENGINEERS REVIEW ROUTING INITIAL DATE NO EXCEPTIONS TAKEN NOTE MARKINGS REJECTED 0 • COMMENTS ATTACHED . RESPONSE REOUIRED OF CONTRACTOR CONSTRUCTION DIVISION USE ONLY; CONFIRM Q RESUBMIT Q REVIEWED COPIES TO: CONSTRUCTION - DIVISION FILES RESIDENT ENGINEER CONTRACTOR PROJECT ENGINEER DATE . _ MUNICIPALITY OF METROPOLITAN SEATTLE . DIVISION 7 - THERMAL AND MOISTURE PROTECTION SECTION 07511 - PAGE 1 BUILT -UP BITUMINOUS ROOFING COLD PROCESS PART 1 -- GENERAL 1.01 DESCRIPTION This section specifies Fiberglass felt and modified cold pro- cess three -ply built -up waterproof membrane assembly over roof insulation and vapor retarder with granule weathering surface. 1.02 QUALITY ASSURANCE A. GENERAL 1. Obtain primary roofing materials from a single manufacturer. Provide secondary materials as recommended by (. manufacturer of primary materials. (. 2. Roofing materials, installation methods and workmanship shall be in strict accordance with the Material Manufacturer's re- commendations, the latest NRCA roofing manual, SMACNA manual, �� Factory Mutual and ASTM standards. Where these are in conflict, the most stringent shall apply. Where the requirements of the Specifications and Drawings exceed those of the Manufacturer, the Specifications and Drawings shall take precedence unless said ( requirements will void the Manufacturer's Certificate of Warranty. Ensure that all conflicts are resolved before proceeding. 3. No roofing work shall be done in rainy or foggy weather or when the weather or other conditions may adversely affect the desired results. Installation of the roofing system shall not begin until all moisture has been totally dried from the roofing. area. B. QUALIFICATION OF INSTALLERS Installation of roofing system shall be performed by a single Roofing Contractor completely familiar with the products specified and the Roofing Manufacturer's recommended methods of installation. The Roofing Contractor shall be certified by the Roofing Manufacturer to install the roofing system specified. C. MANUFACTURER'S REQUIREMENTS Manufacturer shall employ a full -time Field Engineer available for interim and final roof inspections on this project. Manufacturer's Field Engineer shall be experienced with the installation of the roofing system specified; shall also be experienced in performing final inspections of the system and shall T/M25 -90 be available for the site inspection within twenty -four (24) hours notice. D. REGULATORY REQUIREMENTS 1. Uniform Building Code Chapter 32. 2. Factory Mutual Guide Insulation attachment guide, I -60. 3. Underwriters Laboratories, Inc. "Class A or better" Roofing system. 1.03 SUBMITTALS The Contractor shall provide the following submittals in accor- dance with Paragraph 00710 -3.04 and Section 01300: A. Manufacturer's technical product data, installation instructions and recommendations for each type of roofing product required. Include data substantiating that materials comply with requirements. Include certification that materials are "asbestos free ". B. Sample of the Manufacturer's Certificate of Warranty complying with provisions of this section. C. Statement of Certification of roofing Contractor by manufacturer. D. Documentation substantiating that the Manufacturer's system for this Contract complies with Factory Mutual and Underwriters' Laboratories categories as specified. 1.04 DELIVERY, STORAGE AND HANDLING A. DELIVERY OF MATERIALS 1. Materials shall be delivered to unopened and well marked containers clearly facturer and product. 2. Materials shall be delivered in to allow for continuity of work. B. STORAGE OF MATERIALS 1. Roofing felts, bitumens, insulation and all other mate- rials subject to damage from exposure to the elements shall be T/M25 -90 DIVISION 7 — THERMAL AND MOISTURE PROTECTION SECTION 07511 — PAGE 2 BUILT —UP BITUMINOUS ROOFING COLD PROCESS job site in new, showing name of manu- sufficient quantities ( �. DIVISION 7 — THERMAL AND MOISTURE PROTECTION SECTION 07511 — PAGE 3 BUILT —UP BITUMINOUS ROOFING COLD PROCESS stored in a place protected from weather and humidity as approved by the Engineer. 2. Roofing felts shall be stored on ends only. Discard rolls which have been flattened, creased or otherwise damaged. Place all material on pallets. Do not stack pallets. 3. Hot -melt asphalt shall not be stacked more than four (4) kegs high. 4. Insulation shall be stacked on pallets. 5. All stored materials shall be covered with tarpaulins top to bottom. Secure tarpaulin to prevent removal by wind. C. MATERIAL HANDLING 1. Roofing felts and insulation shall be handled to avoid bending, tearing or other damage during transportation and hand- ling. 2. Material handling equipment shall be selected and oper- ated so as to not damage existing construction or applied roofing. Do not operate or situate material in locations that will hinder smooth flow of vehicular or pedestrian traffic. 3. Material handling equipment shall conform to and be operated in conformance with most recent OSHA safety requirements. 4. Federal, State and Local fire and safety requirements shall be complied with. D. SALVAGE 1.05 FIELD QUALITY CONTROL Existing smoke vent domes shall be removed from the roof and protected from damage in the designated staging areas for pick- up by Metro. A. MANUFACTURER'S RESPONSIBILITIES Manufacturer's Field Engineer shall be available within 24 hours notice during the entire course of the roofing work for site inspection and consultation. T/M25 -90 B. CONTRACTOR'S RESPONSIBILITIES 1.06 WARRANTY - MANUFACTURER'S WARRANTY T/M25 -90 DIVISION 7 - THERMAL AND MOISTURE PROTECTION SECTION 07511 - PAGE 4 BUILT -UP BITUMINOUS ROOFING COLD PROCESS 1. Contractor shall keep Manufacturer's Field Engineer informed of project schedule and status. 2. Contractor shall keep a written diary of visits to the job site by representatives of the Roofing Materials Manufacturer and representatives of Metro. Date, time and pertinent comments shall be recorded in the diary. Submit a copy to the Metro Engineer each week per the requirements of Section 01310. 3. A thermometer shall be installed and working on the asphalt kettle and cold process heating unit; a third thermometer shall be available on the kettle discharge at the roof to ensure that all manufacturer's temperature requirements are within required tolerances. 4. The Contractor shall cut roof cores if directed by the Engineer to determine quality of new roof membrane and replace and patch cores to the manufacturer's requirements. In addition an infra -red survey of the completed membrane will be performed by the Engineer prior to final acceptance of the project. When the roof cores or the infra -red survey disclose material deficiency or wet- ness, Contractor shall, at its expense, correct deficiencies in accordance with Manufacturer's instructions and specifications. Prior to acceptance of the work under this Contract, the Contractor shall submit to Metro a ten (10) year Manufacturer's Certificate of Warranty which will include the complete roof membrane including bitumen, mastics, adhesives, all waterproofing coatings and installed wall coverings, all projection and base (lashings, insulations and labor for the term of the warranty. Manufacturer's liability shall not be limited to less than the Contract Price. Repairs that become necessary because of defective materials or workmanship while under the warranty period shall be performed by the Contractor /Manufacturer's appointed repair contractor within seventy -two (72) hours of receipt of noti- fication, unless additional time is approved by the Engineer. Failure to perform repairs in a timely manner will constitute grounds for Metro to employ others to perform the repairs and charging the expense of such repairs to the Contrac- tor /Manufacturer. 0 L. PART 2-- PRODUCTS 2.01 GENERAL All components shall be products compatible with roof system and certified by the Roofing Material Manufacturer as a single - source Warranty roof system. All materials shall be certified as "asbestos free ". 2.02 MATERIALS A. MODIFIED COLD PROCESS ASPHALT 1. CONSISTENCY c c C C cup method. ■ ,f Shall have a reading of 25 to 50 when contained in 1/2- pint can measured by the Brookfield viscometer, Model HBT, with #3 spindle at 2 rpm on a scale of 0 to 100 at 77 °F +2 °F. T/M25 -90 2. HOMOGENEITY DIVISION 7 - THERMAL AND MOISTURE PROTECTION SECTION 07511 - PAGE 5 BUILT -UP BITUMINOUS ROOFING COLD PROCESS Shall be free from lumps, livering, granulation or excessive separation. Shall not visibly deteriorate or develop excessive body during storage while in original sealed containers. 3. DENSITY Shall weigh between 7.6 to 8.6 pounds per U.S. gallon when tested at 77 °F +2 °F. 4. NON - VOLATILE CONTENT When 10 grams of cold adhesive are analytically weighed in an aluminum dish and placed in an air - circulating oven for 24 hours at 325 0 F, percent of non - volatiles shall be 60 percent to 74 percent by weight. 5. ASPHALT CONTENT Shall not be less than 42 percent by weight as determined by the difference between the percent of unextractable solids after a soxhlet extraction. 6. FLASH POINT 100 °F or higher when measured by Pensky- Martens closed- B. MULTI -PLY SYSTEM (3 -PLY) Property Tensile Strength Elongation of 0 °F Coefficient of Linear Thermal Expansion Thermal Shock 1. INTERPLY FELTS Heavyweight fiberglass or multi - reinforced roofing felts, ASTM D461, with reinforcement bonded with a resinous binder coat completely filled with weathering grade asphalt. Property Weight: Breaking Strength Pliability, 1 /2 -in radius bend Mass of desaturated reinforcement MAT, minimum Tear Strength Surfacing and stabilizer, maximum Asphalt Resistance to Puncture T/M25 -90 2. ROOFING FLASHINGS Standard ASTM D2523 -78 ASTM D2523 -78 ASTM C426 NBS BSS #55 Typical /Value 33.0 lb /100 sq.ft 135 lbf /in MD 130 lbf /in XD No Failures 2.21b/100 s.f. 15 lbf MD 23 lbf XD 65% 10.0 lb /100 sq.ft 120 lbf DIVISION 7 - THERMAL AND MOISTURE PROTECTION SECTION 07511 - PAGE 6 BUILT -UP BITUMINOUS ROOFING COLD PROCESS Requirement 390 lbs. /in. at 00F, MD 400 lbs. /in. at 0 °F, XD 3.6% MD 3.9% XD 3.9 E -05 in /in /F °F MD 3.8 E -05 in /in /F °F XD 920 °F MD 1060 XD Requirement ASTM D228 -69 (1978) ASTM D146 -78a (1986) ASTM D146 -78a (1986) ASTM D228 -69 (1978) ASTM D1117-80 ASTM D4601 -86 ASTM D228 -69 (1978) ASTM E154 -68 (1979) 45 -mil 10 x 10 per square -inch scrim reinforced CSPE (Hypalon) set into Elastomeric Sheeting Bond. white 0 c C. c c c C C C C C C :.. C . C. VAPOR RETARDER /BASE SHEET 28 -pound SBS modified asphalt base sheet. D. BITUMEN (VAPOR RETARDER /BASE SHEET /INSULATION) ADHESIVE Asphalt, Type III, ASTM D312 - 78. E. INSULATION 1. Minimum density 2 -psf polyisocyanurate rigid insulation board with FS -HH -I 1972 -type facer approved for use with asphalt by insulation manufacturer; 1-1/2 inches thick. 2. Fiberboard insulation per ASTM C208; 1 -inch thick below vapor retarder, coated on one (1) side; and 1/2 -inch thick top layer, coated on six (6) sides. Parapet insulation to match thickness of wood blocking, coated on one (1) side. 3. Fiberboard cant strips per ASTM C208. F. WEATHERING SURFACE DIVISION 7 - THERMAL AND MOISTURE PROTECTION SECTION 07511 - PAGE 7 BUILT -UP BITUMINOUS ROOFING COLD PROCESS Fire -rated modified cold process asphalt with *11 3M Type Ceramic granules as top surface. Color of granules to be C -93, white. Fire -rated cold process asphalt shall meet the requirements of aforementioned Paragraph 2.02A. G. PARAPET WALL COVERING 45 -mil, 10 x 10 per - square -inch Scrim Reinforced white CSPE (Hypalon). Fully adhered in sheeting bond to wall surfaces. H. RELATED MASTICS, CAULKINGS, ETC. (As manufactured, supplied or approved by Cold Process Materials Manufacturer) 1. Asphalt based Mastic per ASTM D2822. 2. Tie -off ply sheet shall be 11 -pound fiberglass felts, ASTM D2178, Type IV. 3. Elastomeric Sheeting Bond - white. 4. Lap Adhesive. T/M25 -90 DIVISION 7 - THERMAL AND MOISTURE PROTECTION SECTION 07511 - PAGE 8 BUILT -UP BITUMINOUS ROOFING COLD PROCESS • .% ) 5. Sealants shall be ASTM C836; single component, bitumen - modified, moisture - curing polyurethane sealant. 6. Insulation adhesive for parapets shall be elastomeric (. asphaltic solvent -based adhesive. 7. Coping Sealant shall be FS- TT- S- 00227E, Type II, Class A; multi - component, non -sag expoxidized polyurethane terpolymer sealant. 8. Concrete /Masonry Primers. 9. Rust Paints. 10. Quick Drying Asphalt Cutback Primer. 11. Elastomeric Pitch Pocket Mastic. 12. Vinyl Coated Fiberglass Webbing. 13. Butyl Tape. I. APPURTENANT MATERIALS Shall all be approved by Roofing Materials Manufacturer. 1. LEAD SHEETS /ROOF OR VENT STACK LEADS Minimum four (4) pounds, FS -QQ -L -201, Grade B. 2. WOOD BLOCKING, CURBS AND CANTS Lumber and plywood pressure treated with CCA preserva- tive to meet AWPA LP -22, 0.04 pounds per cubic foot and shall be Southern Yellow Pine or Douglas Fir, Medium Grain. All curbs shall be a minimum 8 inches above the finished roof surface. All cut surfaces will be treated with same CCA preservative. Galvanized steel with minimum 1 -inch head and annular threads on shank (Simplex Type) for use in Built Up Roofing Applications. T/M25 -90 3. NAILS 0 4. MECHANICAL FASTENERS a. CONCRETE DIVISION 7 - THERMAL AND MOISTURE PROTECTION SECTION 07511 - PAGE 9 BUILT -UP BITUMINOUS ROOFING COLD PROCESS Rawl type fasteners approved by Roofing Materials �. Manufacturer. b. METAL DECK Corrosion resistant with metal plates as approved by Roofing Materials Manufacturer for FM I -60 rating. 5. COPINGS, PITCH PANS AND MISCELLANEOUS FLASHINGS Minimum 22 =gauge galvanized, shop primed, ASTM A525, Class D. L 6. REGLET METALS Minimum 18 -gauge galvanized, shop primed, ASTM A525 Class D. Minimum 18 -gauge galvanized, shop primed, ASTM A525 Class D. 8. EXPANSION JOINTS Pre - manufactured cover strip of cured calendered Neoprene mechanically and adhesively bonded together with a minimum 2 -inch by 2 -inch right angle flange of 0.032 -inch aluminum. Minimum 10 -foot lengths. �. J. SMOKE VENT DOMES Plasteco Company; Model Number 411 -5050. Local Representative: Foster /Bray Company, 643 -8686. C K. WALK PADS Tremtred or equal. C L. METAL DECKING 20 -gauge galvanized metal decking to match existing configuration. Section modulus +0.50 cubic inch, -0.58 cubic inch. C T/M25 -90 ts 7. BAR DETAIL METAL PART 3-- EXECUTION 3.01 GENERAL A. PRE - CONSTRUCTION INSPECTION 1. The Contractor shall verify existing roof conditions as satisfactory to receive work specified in this section. 2. The Contractor shall not install new roofing system until all unsatisfactory conditions are corrected. Beginning work constitutes acceptance of conditions. 3. The Contractor shall check surfaces for adequate anchorage, foreign material, moisture or uneveness affecting installation and quality of new roofing system. B. PREPARATION 1. The Contractor shall have sole responsibility for accu- racy of all measurements and estimates of material quantities and sizes. Manufacturer shall provide material description and coverage rates to meet the specifications. 2. Plug drains with plumber's drain plugs to prevent debris entry at the start of each work day. Remove plugs at the end of each work day or before the arrival of inclement weather. 3. Preparation work shall be limited to those areas that can be covered with installed roofing material on the same day or before inclement weather arrives. 4. Arrange work sequence to avoid use of new roofing system for storage, walking surface and equipment movement. C. PROTECTION Contractor shall be responsible for protection of property during course of work as noted in Section 01560. This includes daily clean -up of roofing materials "tracked" onto adjacent surfaces. D. CONSTRUCTION 1. Coordinate the installation of multiply roofing, flash- ing, insulation, and accessories so that insulation and felts are not exposed to precipitation nor exposed overnight. Provide cut- offs at end of each day's work, to cover exposed felts and insula- T/M25 -90 DIVISION 7 - THERMAL AND MOISTURE PROTECTION SECTION 07511 - PAGE 10 BUILT -UP BITUMINOUS ROOFING COLD PROCESS (T) 0 0 tion with a course of coated felt with joints and edges sealed with roofing cement. Remove cut -offs immediately before resuming work. 2. Contractor shall not perform phased construction and shall not use open flames when applying roofing /flashing system(s). 3.02 DEMOLITION 1. All roof demolition work shall conform to the requirements of Section 01060 and Section 01430. Provide an enclosed chute from the roof to the debris container for removal of roofing materials. Protect adjacent building surfaces at chute /debris removal area with secured tarps. Spilled or scattered debris shall be cleaned up immediately. 2. Remove existing roofing, insulation and vapor retarder. All roofing removal shall be executed in such a manner so as to leave existing surfaces with a smooth, uniform surface ready to receive new materials. 3.03 DECK REPAIR Install new metal decking at locations where existing penetrations are to be removed. Lap sides and ends 8 inches past opening, minimum. Fasten to existing deck at 18 inches on center, minimum. 3.04 CARPENTRY Mechanically fasten wood nailers and blocking equal in thickness to insulation specified where indicated on Drawings and at all penetrations, pitch pans and vents requiring nailing of sheet metal flashing flange. Fasten 12 inches O.C. minimum, 2 fasteners per piece, minimum. 3.05 INSTALLATION A. VAPOR RETARDER DIVISION 7 - THERMAL AND MOISTURE PROTECTION SECTION 07511 - PAGE 11 BUILT -UP BITUMINOUS ROOFING COLD PROCESS 1. Inspect underside of deck for electrical conduit runs tucked up into the flutes of the decking. Drive fastener through deck from the inside or use other means to mark locations of conduit subject to damage by insulation attachment prior to securing insulation. 2. Mechanically attach one (1) layer of 1 -inch fiberboard. insulation. Firmly butt each board. Maximum gap shall be t LL ,l DIVISION 7 - THERMAL AND 0 MOISTURE PROTECTION SECTION 07511 - PAGE 12 '1 BUILT -UP BITUMINOUS ROOFING COLD PROCESS Use approved mechanical fasteners and plates per F.M. Uplift guidelines. 3. Prime entire concrete deck area with quick-drying cutback primer, applied at one (1) gallon per square. Allow to completely dry. ...) 4. Install base felt set in Type III hot asphalt at 22 pounds per square minimum. 5. Lap edges and ends 4 inches minimum. 6. Protect exposed felts and flashing components with 0 continuous glaze coating of Type III asphalt applied at 17 pounds per square. 00 7. Flash all roof openings and perimeter using 1 -ply `) reinforcing membrane /mastic. B. INSULATION ) 1. Embed polyisocyanurate insulation into Type III hot asphalt applied at 30 pounds per square at manufacturer's E.V.T. over the previously applied vapor retarder. Immediately after 01 placement, walk insulation boards into hot bitumen to achieve solid bond. 0 2. Firmly butt each board to ensure close fit and proper alignment of all insulation boards. Maximum gap 1/4 -inch. Fill larger gaps with insulation board. Do not deform boards. 3. Install tapered insulation a minimum of 2 feet in all directions around all roof drains. ) 4. Hold insulation boards 1/4 -inch away from perimeter edges. 5. Install top layer of 1/2 -inch fiber board into Type III 0 hot asphalt applied at 30 pounds per square at manufacturer's E.V.T., staggering joints minimum six (6) inches from the joints of_' previous layer of insulation. 7. Set fiber cants into Type III asphalt. C. MEMBRANE - 1. If pre - relaxed felts are not available, plies shall be in 18 -20 -foot lengths and allowed to relax, a minimum of 30 T/M25 -90 �, DIVISION 7 — THERMAL AND MOISTURE PROTECTION SECTION 07511 — PAGE 13 BUILT —UP BITUMINOUS ROOFING C COLD PROCESS minutes if temperatures are 55 °F or above, or one (1) hour if temperatures are below 55 °F. Stack cut lengths; do not re -roll. 2. Use 12 -inch, 24 -inch and 36 -inch wide plies to start membrane application at low point of the roof area. Overlap each �. ply 24 -2/3 inches. Place ply sheets to ensure water will flow over or parallel; but never against exposed edges. 3. Flop roofing plies in shingle fashion into solid coat- ings of modified cold asphalt applied at a rate of no less than 3 gallons• per square between each ply. Broom roofing plies imme- diately following application of plies to remove air pockets. Avoid walking on installed plies. Overlap previous days work 12 inches. (. 4. Ply ends shall be lapped a minimum of four (4) inches and end laps shall be staggered a minimum of three (3) feet from one to the next. 5. Roof surface shall be rolled after each work day to smooth felts. D. DRAIN FLASHINGS Spread elastomeric mastic around and on drain rims. Fit roof plies into drains and cut off, ensuring plies extend in drain a minimum of one (1) inch. Fully adhere a single sheet of Hypalon 48 inches square, minimum, with lap adhesive. The outside edges of the hypalon will be 3- coursed with webbing and asphalt mastic (1/8- inch thick per course). Three- coursed reinforcement shall occur within sump area so that there is no raised material above the roof surface to block the flow of water into the sump. Clean and reinstall clamping ring. E. CURBS /CANTS 1. All plies shall extend 2 inches above cants. 2. Reinforced Hypalon sheeting shall be set in a layer of butyl based sheeting bond adhesive. The reinforced Hypalon sheet shall extend up and over the top of the curb and be nailed every six (6) inches on center. Corners shall be lapped, edges rounded and heat sealed where possible. Follow manufacturer's instructions completely. 3. Reinforced sheeting shall extend minimum of four (4) inches out onto deck past toe of the cant, exposed edge shall be three - coursed with minimum 1/8 -inch thick layers of asphalt mastic (' and 6 -inch webbing. ( T/M25 -90 F. PARAPETS DIVISION 7 - THERMAL AND MOISTURE PROTECTION SECTION 07511 - PAGE 14 BUILT -UP BITUMINOUS ROOFING COLD PROCESS 1. Roofing Plies: Extend roofing plies 2 inches above top of cant. Cut off evenly. 2. Concrete Parapets: remove existing roofing materials down to concrete. 3. Metal Parapets: remove existing roofing and insulation, set new insulation in continuous coating of adhesive applied at three (3) gallons per square. 4. Hypalon Sheeting: set in butyl -based sheeting bond adhesive. Extend sheeting onto roof surface six (6) inches and up over top of nailer a minimum of 2 inches. Nail every 6 inches on center along top edge. Install 3- course exposed edge with minimum 1/8 -inch layer of asphalt mastic and 6 -inch webbing. Heat seal laps according to manufacturer's instructions. 5. Metal Copings: re -use existing. Remove and store during flashing installation, reinstalling over new flashing when complete. Pieces of flashing to be reinstalled in identical locations, with existing continuous cleat on outside, and approved fasteners on inside vertical face 24 inches O.C. opening. G. SCUPPERS 1. Secure wood nailers around all edges of scupper at metal parapets. minimum. 2. Extend roofing plies through wall and floor of scupper 3. Apply flashing plies and extend into scupper opening. 4. Apply uniform solid coating of mastic around top, bottom and sides of opening and along face of wall to match width of flanges. 5. Install metal liner and fasten 6 inches on center 6. Install second layer of Hypalon to extend 6 inches beyond edge of liner. H. TEMPORARY TIE INS 1. Remove debris from top ply of felt along termination. Width shall be 18 inches. Sweep clean. T/M25 -90 DIVISION 7 - THERMAL AND MOISTURE PROTECTION SECTION 07511 - PAGE 15 BUILT -UP BITUMINOUS ROOFING COLD PROCESS 2. Envelope insulation with 18 -inch wide #11 -ply sheet. Adhere envelope to deck and insulation with a continuous 1/16 -inch thick application of tie -off mastic. Glaze cut -off with surfacing mastic. 3. Install "deadman" insulation filler at insulation staggers. 4. Extend roofing system at least twelve (12) inches onto prepared area of adjacent roofing. Embed base ply of system into C asphalt mastic. Seal edge with either: C a. Six (6) inch wide fiberglass ply sheet embedded between continuous courses of tie -off mastic; remove voids and wrinkles. b. Six (6) inch wide reinforcing membrane embedded between alternate courses of tie -off mastic. 5. At beginning of next day's work remove temporary connection by cutting felts evenly along edge of existing roof system. Remove "deadman" insulation. I. PLUMBING STACK FLASHINGS 1. Slide new 4 -pound lead flashing over pipe set in elas- tomeric mastic prior to flood coat being applied. �- 2. Round corners on leads. Flanges shall be 3 -1/2 inches, minimum. Tool flanges flat to roof surface with wood block. 4. Install five (5) course reinforcement of 4 -inch and 6 -inch webbing and elastomeric mastic. Ensure mastic is "feathered" to a smooth, uniform finish. 5. Cut off lead at top of pipe and install pre -made lead cap with soldered joints. Do not crack lead. Any lead that is cracked will be replaced at Contractor's expense. J. CONDUIT PENETRATIONS 1. Wrap new 4 -pound lead flashing around pipe covered with elastomeric mastic prior to weathering surface application. Solder joints. 2. Round corners on leads. Flanges shall be 3 -1/2 inches, �.. minimum. T/M25 -90 4. Install 5- course reinforcements of 4 -inch and 6 -inch wide webbing set in minimum of 1/8 -inch thick layers of mastic. 5. Install minimum 3 -1/2 -inch long lead bonnet, wrapping pipe 1 -1/2 turns minimum. Set in flashing tape. Apply stainless steel pipe clamp at top of bonnet. Clamp tight. 1. Install pitch pans at roof penetrations with irregular - shaped members such as steel angle supports. 2. Secure wood nailers to deck under the flanges of pitch pans. 3. Tool flanges flat to roof surface with wood block. K. PITCH PANS DIVISION 7 - THERMAL AND MOISTURE PROTECTION SECTION 07511 - PAGE 16 BUILT -UP BITUMINOUS ROOFING COLD PROCESS 3. Form pans with minimum of 4 -inch wide flanges, 4 inches high. Size to allow minimum 2 inches clearance between edges of pan and the roof penetration. 4. Hem top edge of pan 1/4 -inch. 5. Join the four (4) corners by soldering or pop riveting. 6. Set the pans in a solid bed of elastomeric mastic on roof plies and secure to nailers with large head galvanized roof nails at three (3) inches on center. 7. Install 5- course reinforcement of 4 -inch and 5 -inch wide webbing set in minimum 1/8 -inch thick layers of mastic at flange edges. 8. Fill pan 3/4 full with non - shrink grout and top with one (1) part, moisture - curing, bitumen - modified polyurethane. 9. Bevel material to shed water. L. SMOKE VENTS 1. Remove existing plastic domes. Install new domes according to the manufacturer's instructions. 2. Remove existing plastic counter flashing. 3. Install metal counter flashing minimum 5 inches wide per configuration shown on Drawings. Hem bottom edge 1/2 -inch. Overlap corners a minimum of 2 inches. Pop rivets to frame, a minimum of two (2) per side. T/M25 -90 M. CAULKING DIVISION 7 - THERMAL AND MOISTURE PROTECTION SECTION 07511 - PAGE 17 BUILT -UP BITUMINOUS ROOFING COLD PROCESS All caulking shall be in strict compliance with roofing materials manufacturer's standard specifications. �.' N. PROTECTIVE FINISH 1. The roofing system shall be complete, including all penetration flashing, and shall be inspected by the Manufacturer's Field Engineer prior to application of protective finish. Com- pleted roof plies shall be swept clean. Over entire surface, spray uniform coat of fire -rated surfacing mastic at the rate of four (4) gallons per square and immediately embed sixty (60) pounds of ceramic granules per square. Ballast shall be embedded uniformly so that no bleed - through occurs. 2. Clean up loose granules after curing - a minimum seven (7) days. Sweep entire roof area with stiff bristle broom to remove loose granules. All thin areas or areas void of granules shall have a re- application of granules per the procedure noted above. O. WALKPADS Apply five (5) spots of mastic to pads and set on roof after weathering surface application. Space pads two (2) inches apart as shown on Drawings. P. OTHER Any special details not shown on drawings or covered under Paragraph 3.05 shall be approved by the Roofing Materials Manufacturer's Representative and the Engineer. 3.06 CLEAN -UP Immediately upon completion of all work as specified, the roof membrane, flashing surfaces and adjacent areas shall be cleaned of any debris, construction dirt, excess asphalt, footprints or other flaws in appearance. * *END OF SECTION ** T/M25 -90 r L. c A CONT OR's 1 SOUTH BASE COACH PARKING FUEL AND WASH BUILDING c HAZARDOUS STORAGE SHED SITE PLAN WCAl.c I STAFF PARKING D v G101 A101 A102 A103 A104 DRI . ppR .."'f":". S * i J � 9T34,1,,,44.11,3,1/ '�4 i oNAL V CIO N ARCHITECT ..... ICaY MlSf9 SIDE 91 4ALMGICN A1101Y Na RENWN (if DAM r L. c A CONT OR's 1 SOUTH BASE COACH PARKING FUEL AND WASH BUILDING c HAZARDOUS STORAGE SHED SITE PLAN WCAl.c I STAFF PARKING D v G101 A101 A102 A103 A104 DRI 'ORAGE IED H 3TAGING 10' X 50' ARK ING WASH 0 HAZARDOUS STORAGE SHED 0 a129 REGISTERED ARCHITECT ro■v r ARM VATS 'if M;.n.4001 r>w 7 DRAWING INDEX GI01 SITE PLAN, VICINITY MAP & INDEX A101 ROOF PLAN A102 ROOF DETAILS A103 ROOF DETAILS A104 ROOF DETAILS Min MOWN JK/ OCOMIDUlli COM0110= 1101 VIOND V METRO 11.61.081"1 u it NEM .AaunY ROOF molucoEar SITE PLAN VICINITY MAP & INDEX 7 OA16 NM IMO FIUL wog MVO CAVINS GI01 *woo, a 5 3 2 000000000 00000 REMOVE CURB k PATCH DEGK OVE k TCH DEC 1' I • ■ •••• "" :::::::: - 1.11' ROOF PLAN SCALE 1/16.1'-0" 365'± REMOVE I CURBS & 1 SCUPPER 1 PATCH DECK 252'1 CONCRETE DECK AT STIPPLED AREA LEGEND MI/4/402/421 PARAPE TYPICAL PARAPE TYPICAL AT ARE CONCRE TYPICAL RE: C/ TYPICAL RE: 0/ REMOVE EOUIPME RELOCA CONDUIT CLEAR A N as REGISTERED ARCHIIICr t 111MI SI&TE hASAING:04 JSE V -11 c ...• • OW SI :1: SCUPPER V • 11 11 II II 11 ELEC' 1 LTG MIS ! I ®...... •. :: I II ' • 0' -6 VENT a 1 GAS o1•• a 52'1 VAPOR VENTS • ea aar REGISTERED ••. ARCHITECT 1 r.1( Lt / LS.IKIOM • SCUPPER ROOF DRAM SCU 1 65 OFL•1CDt •cW1 olllrr 0110I•91 err XVT 4 LEGEND I HV —• I PARAPET DETAIL C /A102 TYPICAL WHERE HATCHED. PARAPET DETAIL B /A102 TYPICAL ELSEWHERE EXCEPT AT AREA INDICATED AS CONCRETE DECK. TYPICAL SMOKE VENT RE: C /A103 TYPICAL HVAC UNIT RE: D /A103 REMOVE UNUSED PITCH PAN/ EQUIPMENT SUPPORT LEGS. RELOCATE EXISTING ELECTRICAL CONDUIT AT A.M.U. UNITS TO CLEAR NEW CURBS. 25'1 . • tt • 1 • • As WORD (]21•10•1 •• T/1M•i0 MECH VENTS PIPE GAS VENT E A103 • 75'1 D /A102 G/A102 JP ITIUTHD . AMT ROW roam ROGr ME A000rt ROOF PLAN 44 O • Or am Mr& IMO Rl NO WOO 01I••• 1101 A101 2 5 Or O9 10 11 12 13 C>08 16 17 18 19 20 21 22 2U3 ®4 2�5 365'1 \- ROOF ►zi' • ruPPER DRAM • CONCRETE DECK AT STIPPLED AREA REMOVE PARAPET MOULTED RAILING BRACKETS REMOVE CURB k PATCH DECK C. C C. C.. 1 c C 2 1 5 4 3 c 0 • •— .4 No. CONCRETE PARAPET & DECK DETAIL SCALE: S - 1'—Cr REVISION v K PATE ►•v�iiiivir�ii `► • SCUPPER AT CONCRETE PARAPET • •• • • IN ••• ' ••••••• ••• ❖• •• •• • •••�i � •• •• •••• •• •• ❖• •• • •• CONCRETE PARAPET /METAL DECK DETAIL SCAM S - 1'-Cr •• ••••• ••••■ ••••■ • z — li r r•i•••••v•• • I/2' SCUPPER AT METAL PARAPET DETAIL 17 5 DETAIL SCALE: J' - 1'-0' DRAIN AT CONCR DETAIL SCALE S - 1'-a am REGISTERED AIDINEEI pfN4 wise Sf11L Of *AVOIGION wo. METAL PANEL PARAPET, A101 ETE DE F A101 C • • ' • • • • • • • • • • • • • • • • • • • • • • • • • • i • % • • •• • i • • i • • i • • • • • • • • •�•�•�•�•�•�•�•�•�• 0, • • • • olb • • •• • • • • • • •• • METAL PANEL PARAPET /METAL DECK DETAIL DRAIN AT CONCRETE DECK 13 • �I. VE GISTERED RCMHECII IOMII t $L$U STATE OF OASNI14I0N A JOY OItM• QS1ai* AOL A Mt KM GIZMO No KEYNOTED INFORMATION REF. NO. INFORMATION 20 I BUILT -UP ROOFING MEMBRANE 2 VAPOR RETARDER 3 INSULATION 4 FIBER CANT 5 NAILER 6 WOOD CURB 7 WOOD CANT 8 HYPALON FLASHING 9 3- COURSE REINFORCEMENT 0 5-COURSE REINFORCEMENT 1 LEAD FLASHING 2 METAL FLASHING 3 EXISTING DRAIN 4 EXISTING EQUIPMENT FLASHING 5 EXISTING CLEAT 8 EXISTING METAL COPING 7 METAL SCUPPER 8 PLASTIC DOME- REPLACE 9 BAR DETAIL PRE -FAB EXPANSION JOINT COVER SPEC. SECTION 075 1 2.02 AAB 075 1 2.02 C&D 075 1 2.02 E 075 1 2,02 E 075 1 2.02 I 075 1 2.02 I 075 1 2.02 I 075 1 2,02 G 075 1 2.02 H 075 1 2,02 H 075 1 2.02 I 075 1 2,02 I 07511 2.02 I 07511 2.02 J 07511 2,02 1 07511 2.02 I DRAIN AT METAL DECK, DETAIL SCALE r - 1'-a' 13 • *msTAO tter0Vgality ampl,.io,.smug f mm w WPM many ROOF ■OERACOOR ROOF DETAILS Oat MID. 1000 PIS N01 WOO mum NOS A102 3 a y Mb . ■r • ,, • # • • • • • • • • • •• • 1# • i • # •, : #• #•••••••••••. • D d . . CONCRETE PARAPET /METAL DECK DETAIL sum r SCUPPER AT METAL PARAPET 0 16 15 8 i - it%i!i!o\�� NP. i!i i!i!i!i!i!0'!In.Qi!�i i!i!i!i!i!i!i ■ • ••••• • ••# • WI] 8 11 8 5 2 E 0 N A 4' MIN 2' I MIN TYPICAL VENT STACK DETAIL SCALE: 3' - I' -0' HVAC EQUIP CURB DETAIL SCALE: 3' - 2' MIN I0 19 12 • /• • 4 w w 4 4 9 le • :. :. c 4' MIN 2' MIN 2' MIN II CONDUIT /PIPE PENETRATION DETAIL SCALE: 3' - I '-0' I0 ( LEFT SIDE 5 MIRROR IMAGE OF THIS DETAL EQUIPMENT SUPPORT /TIE DOWN_ DETAIL SCALE: 3' w I' -0' D I V 1 !!4 +■■ \ • • 4 r rrrrrrr rrr r..yrrrrr9 TYPICAL SMOKE VENT DETAIL SCALE: 3' - 1' -0' EXPANSION JOINT DETAIL SCALE: 3' w 1' -0' 4D► P.EGISTERiu l ARCNITEQS t 0011 STATI 001 XAS1611101014 12 e 9 r CONDUIT/PIPE PENETRATION DETAIL SCALE: 3' - I'-0' C EQUIPMENT SUPPORT /TIE DOWN DETAIL SCALE: 3' . I' -0' 2' 2' MIN MIN MIN I LEFT SIDE IS MIRROR WOE OF THIS DETAL 12 II II 0 volp • 1 • i.i!i!i!i.i.iKi.+!i.i.i.i •i.. i.i.i.i.i.i.i.i.i� DETAIL E TYPICAL SMOKE VENT DETAIL SCALE: 3' - I' -0' SCALE: 3' - 1' -0' Ain MU ■■ ■■ ■■ ■ MO .. ■■ MO ■ MO OM DM UV EXPANSION JOINT un P 15tE5 ARf1UfEE1 i 1p f�.. ST*14 01 0041011 18 F MI NORD CONR O NON T/s- 0 9 KEYNOTED INFORMATION REF. NO. INFORMATION BUILT -UP ROOFING MEMBRANE 2 VAPOR RETARDER 3 INSULATION 4 FIBER CANT 5 NAILER 8 W000 CURB 7 WOOD CANT 8 HYPALON FLASHING 9 3- COURSE REINFORCEMENT 0 5- COURSE REINFORCEMENT I LEAD FLASHING 2 METAL FLASHING 3 EXISTING DRAIN 4 EXISTING EQUIPMENT FLASHING 5 EXISTING CLEAT 6 EXISTING METAL COPING 7 METAL SCUPPER 8 PLASTIC DOME - REPLACE 9 BAR DETAIL PRE -FAB EXPANSION JOINT COVER 20 CONTROL JOINT METRO UMW IOWA min WOOF IQUOIIOR ROOF DETAILS N SPEC. SECTION 075 2.02 A&B 075 2.02 C&D 075 2.02 E 075 2.02 E 075 2.02 I 075 2.02 I 075 2.02 I 075 2.02 G 075 2.02 H 075 2.02 H 075 2.02 I 075 2.02 I 07511 2.02 I 07511 2.02 J 07511 2.02 I 07511 2.02 I 3 /►I b1 0.4 .A a VOL MTN MO /{L NO: WO. mama • • A SCALE: 3' - 1' -0' AMU EQUIPMENT CURB DETAIL CURB PERIMETER SWILL CLEAR EXISTING STEEL. ANGLE FRAME. RE: C /A104 AMU EXHAUST STACK DETAIL — PLAN SCALE: NONE • CAN 2I I2 C AMU EQUIPMENT CURB DETAIL SCALE: 3' - 1' -0' D _ E AMU EXHAUST STACK DETAIL SCALE: 3' - I' -0' wf \RIGISTUIS WW L y� oiTAte C AMU EQUIPMENT CURB DETAIL 0 ACCESS DOOR s AT EQUIP ACCESS DOORS N 21 12 15 7 5 2 AMU EXHAUST STACK ,,...4 . 7V1C13111CD UMW Oa MIAS NW • •11•1411110 OORAt ri ACCESS DOOR 21 12 15 T/M10-00 V 0 KEYNOTED INFORMATION REF. NO. INFORMATION SPEC. SECTION 20 21 BUILT -UP ROOFING MEMBRANE 2 VAPOR RETARDER 3 INSULATION 4 FIBER CANT 5 NAILER 6 WOOD CURB 7 W000 CANT 8 HYPALON FLASHING 9 3-COURSE REINFORCEMENT 0 5- COURSE REINFORCEMENT I LEAD FLASHING 2 METAL FLASHING 3 EXISTING DRAIN 4 EXISTING EQUIPMENT FLASHING 5 CONTINUOUS CLEAT 6 EXISTING METAL COPING 7 METAL SCUPPER 8 PLASTIC DOME- REPLACE 9 BAR DETAIL PRE -FAB EXPANSION JOINT COVER SEALANT > mRTAO o.opoar d LIM NE MU FAC Jw 1100E IRACOOR ROOF DETAILS v H 075 2.02 AAB 075 2.02 CAD 075 2.02 E 075 2.02 E 075 2.02 I 075 2.02 I 075 2.02 I 075 2.02 G 075 2.02 H 075 2.02 H 075 2.02 I 075 2.02 I 07511 2.02 I 07511 2.02 I 07511 2.02 J 07511 2.02 I 07511 2.02 1 07511 2.02 H MIL IMO TIM wa WNW MO A104 4 LP.�1l1Y:MICSF;N+! YfMf.B 1WwMa: �MWel.�wlYwa«r�:t�rnrw...uw�u. Type of Inspection Site Address /2- Requestor Special Instructions Inspection Results /Comments: Inspector CITY OF TUKWILA Building artment 6300 "Sou "nter Boulevard Tukwila. 98188 (206) 431 -3670 Date INSPECT ')N RECORD PERMIT # 6/S7 /2- 31 —'t .e) Date Wanted Project /cll/ciC, Phone # Date /2-V -- 111 SO.. SPOKANE STREET :' City',of Tukwila Building Division 6300 Southcenter Blvd. Tukwila, Wa. 98188 Attn: Mr. Dave Larson Re: .Metro Unit Repair. Dear Mr. Larson: SEATTLE, WASHINGTON 98134 "SERVING YOU SINCE 1957" GENERAL SHEET METAL WORK HEATING & VENTILATION SYSTEMS COMMERCIAL - INDUSTRIAL - RESIDENTIAL FABRICATORS ALL TYPES METALS ROOFING Oct. 31, 1990 We, Pacific. Sheet Metal, Inc., have installed a roof membrane . system including 3 layers on insulation..: Tremco, Inc. manufactured the.roofing materials,.. specification # cold process FR burmastic. This assembly meets a class A fire rated roof. This roof was installed at 12200 E. Way; South .under City of Tukwila building permit No. 6151. acaMaieey €oHnvzare CITY OF TUKWILA 'y Department 63 iuthcenter Boulevard Tukw la, WA 98188 (206) 431 -3670 r1 Type of Inspection Site Address Requestor Special Instructions Inspection Results /Comments: N /,J & se e . ' J Inspector "1, 6,4,a INSPECTION RECORD PERMIT # 6/6 Date Date Wanted ///- -27 -4'o a.m. Project //t Phone # !" Date 2-7 alettOte Inspector M INSPEC ';ON RECORD PERMIT # .5-1 f Date ° 1 /i 90 Type of Inspection 1` Date Wanted a.m. p.i Site Address (2[ cr on4. Project 1n') 'SN.to 23r�3i;" Requestor Phone # Special Instructions Inspection Results /Comments: (1 - €1.4 t PIC ‘S r-svm-e41 cApApatan Ylrw e t wEIL E lS r1 .3-1 CITY 0 .,.TUKYILA Bul W Department 6300 ,....hcenter Boulevard Tukwila, MA 96168 (206) 431 -3670 Date `i ' "476 CITY OF TUKWILA Build( Oapar 6300 .hcsnt.r Boutavard Tukwila, WA 98188 (206) 431 -3670 L air Type of Inspection e-c ►JC-u Site Address / 24 of Requestor Special Instructions .LA-0-19 6 -1- Inspection Results /Comments: ` r'i1 r— ,te, L t Inspector INSPECTION RECORD �13 PERMIT # Date 4 $193) Date Wanted Project fl `0 Phone # 7 k,,Lot v4-t.AA Date Xj8 9 d a .m. p.m 111 SO. SPOKANE STREET City of Tukwila Building Division 6300 Souchecntcr Blvd. Tukwila, Ws. 98188 Attns Mr. Dave Larson Re: Metro Unit Repair. Dear Mr. Larson: PWH;b P€a?te2Met Ins, "SERVING YOU 5INC8 f9W QN! SAL SHEET METAL WORK HEATING S. VENTILATION SVSTEME COMMERCIAL - INDUSTRIAL. - RESIDENTIAL FABRICATORS ALL TYPES METALS ROOFING Oct. 31, 1990 We, Pacific Sheet Metal, Inc., have installed a roof membrane system including 3 layers on insulation. Tremco, Inc. manufactured the roofing materials specification # cold process FR burmastic. This assembly meets a class A fire rated roof. This roof was installed at 12200 E. Marginal Way South under City of Tukwila building permit No. 6151. Sincerely, SHEET METAL x.e Paul W. Ruppert P . 1 SEATTLE, WASHINGTON 90134 8846364 -ijIfJ OCT 8 11990 CITY OF TUK l Y A PLANNING DEPT. CITY OF TUKWILA 6200 SOUTHCENTER BOULEVARD, TUKWILA, WASHINGTON 98188 plan Check #90 -326: Metro 12100 E Marginal wy S PHONE 11 (2061 433.1800 THE FOLLOWING COMMENTS APPLY TO AND BECOME PART OF THE APPROVED PLANS UNDER TUKWILA BUILDING PERMIT NUMBER (eI F( . 1. A final inspection by City of Tukwila inspectors must be requested by permit applicant. The following actions will be required as conditions of this permit and must be accomplished prior to or at time of final inspection: A. A statement from the roofing contractor certifying that the roof as installed is a Class A roof assembly. (See attached Reroof Conditions). Statement from roof manufacturer certifying the inspections required by Division 7, Part 1, paragraph 1.02C of the technical specification for this project were. accomplished. Signed and stamped statement from METRO Project Engineer certifying the roof was satisfactorily installed in accordance with project specifications that were submitted as part of permit application. Cary I VanDusen, Mayor "X" REQUIRED INSPECTIONS PHONE DATE APPROVED INSPECT. INITIALS _ DATES) . , . CORRECTION NOTICE. ISSUED 1 Footings 431 -3670 2 Foundation 431 -3670 3 Slab and/or Slab Insulation 431 -3670 4 Shear Wall Nailing 431 -3670 5 Roof Sheathing Nailing 431 -3670 6 Masonry Chimney 431 -3670 7 Framing 431 -3670 8 Insulation 431 -3670 9 Suspended Ceiling 431 -3670 - 10 Wall Board Fastening 431 -3670 11 12 13 14 FIRE FINAL Insp: 575 -4407 15 PLANNING FINAL 431 -3670 16 PUBLIC WORKS FINAL 431 -3670 X 17 BUILDING FINAL 431 -3670 CITY OF TUKWILA Department of Community Development - Building Division 6200 Southcenter Boulevard, Tukwila WA 98188 (206) 431 -3670 SITE ADDRESS: 12100 E Marginal Wy S OTHER AGENCIES: BUILDIMG PERMIT INSPECTION RECORD (Post with Building Permit In conspicuous place) 4 SUITE NO.: BUILDING PERMIT NO. DATE ISSUED: PROJECT: Metro CALL FOR INSPECTIONS AT LEAST 24 HOURS IN ADVANCE (INSPECTOR COMMENT SECTION ON REVERSE) INSPECTION PROCEDURES AND REQUIREMENTS All approved plans and permits shall be maintained available on the site in the same location. 1. FOOTING - When survey stakes and forms are set and rebar is tied in place. 2. FOUNDATION - When forms and rebar are in place. 3. SLAB - If structural slab or if undersiab insulation is required. 4. SHEARWALL NAILING - Prior to cover. 5. ROOF SHEATHING NAILING - Prior to cover. 6. MASONRY CHIMNEY - Approximately midpoint. 7. FRAMING - After rough -in inspections such as mechanical, plumbing, gas piping, electrical and fire stopping is in place. S. INSULATION - After framing approval, but before installation of wallboard. Baffles must be installed to keep attic ventilation points clear. 9. SUSPENDED CEILING - Fasten diffusers, lights and seismic bracing. 10. WALL BOARD FASTENING - Prior to taping (see UBC Chap. 47 and Table 47G). 11. 12. 13. 14. FINAL FIRE INSPECTION - Contact Fire Department for their requirements. 15. FINAL PLANNING INSPECTION - Contact Planning Department for their requirements. 16. FINAL PUBLIC WORKS INSPECTION - Contact Public Works Department for their requirements. 17. FINAL BUILDING INSPECTION - When all work, corrections, reports and other inspections are complete. Plumbing (including gas piping) - King County Health Department - 296 -4732 Electrical _ Washington State Department of Labor and Industries - 277 -7272 A preconstruction meeting with the Building Inspector may be scheduled prior to starting the job by contacting the Department of Community Development, Building Division at 431 -3670. Although not required, a meeting of this type can often eliminate problems, delays and misunderstandings as the project progresses. 05/17/90