Loading...
HomeMy WebLinkAboutR-1998-111 Water Main Extensions Design ContractRESOLUTION NO. R- 98-111 A RESOLUTION authorizing execution of a contract with Huibregtse, Louman Associates, Inc. for design of a water main extension WHEREAS, the City of Yakima has need for consulting services related to the design of a water main extension; and WHEREAS, the City does not possess adequate in-house staff to perform the necessary work involved in the design of this water main extension; and WHEREAS, the City of Yakima has complied with the provisions of RCW 39.80 which concerns the procurement of engineering and architectural,services by a city; and WHEREAS, the City Council deems it to be in the best interest of the City to enter into a contract with Huibregtse, Louman Associates, Inc., for the design of a water main extension including plans and specification now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager, City Clerk and the Assistant City Manager are hereby authorized and directed to execute the attached and incorporated "Consulting Agreement" together with its attachments. ADOPTED BY THE CITY COUNCIL this 21st day of July 1998. ATTEST: G ✓✓� (--- Karen Roberts, City Clerk John Puccinelli, Mayor 1-82 Terrace Heights Looping Project "'"'""' Water Line 150 300 AGREEMENT This Agreement, made and entered into this f day of 1998, by and between the City of Yakima, Washington, hereinafter HUIBREGTSE, LOUMAN ASSOCIATES, INC., 3800 Summitview, Suite hereinafter called "ENGINEER," is for the provision by the Engineer to services for design of various domestic water system improvements as In consideration of the covenants and agreements contained herein, and hereof, the parties agree as follows: called the "CITY," and 100, Yakima, WA 98902, the City, of professional described herein. the terms and conditions The Engineer shall provide services associated with the design of domestic water distribution system improvements for the City of Yakima, including field topographic survey, design, preparation of contract drawings and contract specifications, design review meetings with City Staff, assistance during the bidding period, and services during construction. 1. SERVICES: Engineer shall provide to the City services through a series of task orders as provided in Section 2, below. The p ofess onal services to which the parties may agree by task orders may include, but are not limited to those listed in Exhibit A, attached hereto and by this reference incorporated herein. 2. TASK ORDERS: Prior to commencement of any services, the City and the Engineer shall mutually agree upon and execute a task order for the specified services. The task order shall describe the services to be provided, the time for performance of the service, the provisions for fees for the services, and any provisions additional to this agreement. Execution of this Agreement and Task Order No 1 by the City and the Engineer authorizes the Engineer to proceed with the services described in Task Order No. 1. Execution of each subsequent task order shall incorporate each subsequent task order into this Agreement. The execution of this Agreement does not obligate either of the parties hereto to provide or accept any services unless and until the parties have mutually agreed upon and executed a specific task order for such services. 3. TIME PERIOD FOR PERFORMANCE OF SERVICES: The Engineer shall commence such services as are described on executed task orders in accordance with the time schedule set forth herein, and shall proceed with the provision of such services in a diligent manner. The Engineer shall not be responsible for delays caused by factors beyond the Engineer's control or which could not reasonably have been foreseen by the parties at the time the task order was executed. The anticipated schedule for completion of the project is shown as Exhibit B. 4. PAYMENT TO ENGINEER: A. Fees for Services. For each specified task order executed by the parties, the payment to be made to the Engineer for services performed shall be hourly on a time spent basis, utilizing the hourly rate and expense schedule, "Fee Schedule," attached hereto as Exhibit C and by this reference incorporated herein. Said fee Schedule is subject to revision by the Engineer not sooner than one year after the execution of this Agreement, and no more that once each year thereafter. Under the fee schedule method, the parties shall agree on an amount which represents the maximum fee to which Engineer shall be entitled under that task order. That amount shall represent the best estimate of the parties of the maximum YKJ3-12.wpd cost of the Engineer's services specified in that task order. In the event the cost of services will exceed that estimate, the Engineer shall advise the City in advance, and in writing, of such excess costs and shall provide no services in excess of the original estimated costs without written approval of the City. B. Estimated Fees. The maximum fee for each anticipated task order is shown on Exhibit A. C. Renegotiation of Fees. The Engineer reserves the right to renegotiate the fee or maximum estimate of fee specified in any task order if the scope of services as specified in the task order is modified by the City or by others or by conditions beyond the control of the parties hereto, whereupon additional expenses shall be incurred by the Engineer. The City and the Engineer shall agree to such a change in fee and services in writing prior to the Engineer's provision of such modified or changed services. D. Time of Payments. Engineer shall periodically submit invoices for the un -billed portion of the services completed to that date. City agrees to pay the invoiced amounts within 30 days from the date of receipt of the invoice. E. Payment in the Event of Termination. In the event of termination of this Agreement, Engineer shall be compensated for services performed under this Agreement to the date of termination in accordance with the terms above. F. Permits and Advertising. City shall pay all regulatory permitting and advertising fees and all other project fees normally paid by the City for public works projects. 5. STANDARD OF PERFORMANCE: Engineer shall perform his services in accordance with generally accepted engineering and consulting standards and shall be responsible for the technical soundness and accuracy of all work and services furnished pursuant to this Agreement. 6. TERMINATION: Either party may terminate this Agreement at any time upon 30 days written notice to the other party. 7. OPINIONS OF COST: Engineer has no control over the cost of labor, materials, equipment, or services provided by parties other than Engineer and its subcontractors. Engineer has no control over contractor's methods of determining bidding conditions or market conditions, and its opinions of probable project oroconstruc onthertltive costs are to be made on the basis of its experience with the construction industry. However, Engineer cannot and does not guarantee that proposals, bids, or actual project or construction costs will not vary from the opinions of probable costs prepared by the Engineer. 8. CONSTRUCTION AND SAFETY: Engineer shall not be responsible for the means, methods, techniques, sequences, or procedures of construction selected by contractors or the safety precautions and programs and programs incident to the work of contractors. 9. OWNERSHIP OF DOCUMENTS: The originals of all documents, including Drawings and Specifications, prepared by the Engineer shall remain the property of the Engineer. The Engineer shall provide the City with reproducible copies of the documents, Drawings, and Specifications, and other work products as specified in each task order. It may further be required that the Engineer provide additional copies on computer media of all documents, Drawings, and Specifications, and other work products as specified in each task order. Such documents, Drawings, and Specifications are not intended or represented by the Engineer to be suitable for reuse by the City YKJ3-12.wpd or others on extensions of the services provided for the intended project or on any other project. Any reuse without the written verification or adaptation by the Engineer will be at the City's sole risk and without liability or exposure to the Engineer, and the City shall indemnify and hold harmless the Engineer from all loses, claims, damages, and expenses, including attorney's fees arising out of or resulting therefrom. Any such verifications or adaptations by the Engineer will entitle the Engineer to further compensation at rates agreed to by the parties. Engineer shall provide a reproducible copy of the final record drawings showing the construction project measurements when authorized to do so by task order. 10. DESIGN INTENT: Engineer shall prepare design documents, Drawings, and Specifications with the understanding that he may be observing the quality and progress of resulting construction, for compliance with the intent design and, furthermore, that such observation of any construction will be compensated by the City at the rates agreed upon by the parties hereto, by separate Task Order. 11. INDEMNITY: The Engineer shall defend, indemnify, and hold harmless City from any and all claims or liabilities, including attorneys fees, arising out of Engineer's negligent performance of this Agreement. Engineer shall comply with all federal government, state, and local laws and ordinances applicable to the work to be performed under this Agreement. Prior to beginning work under this Agreement, Engineer shall provide "Certificates of Insurance" as evidence that policies providing the following coverage and limits of insurance are in full force and effect. A. General Comprehensive Liability With respect to liability for injuries to or death of persons and with respect to liability for destruction of or damages to property, the insurance coverage shall be $500,000 combined single limit and such coverage shall include the special provisions listed below: 1. The City, its officers, employees, and agents shall be named as an additional insured and the coverage shall be applicable to and protect the City, its officers, employees, and agents from liability arising from or relating to Engineer's activities relating to this Agreement. Such insurance shall be primary and other insurance maintained or carried by the City shall be separate and distinct and shall not be contributing with the insurance listed hereunder. 2. Such insurance shall not include explosion, collapse, or underground exclusions commonly referred to as the "XCU" hazards. B. Automobile Comprehensive Liability With respect to liability for injury to or death of persons and with respect to liability for destruction of or damage to property, the City, its officers, employees, and agents shall be named insured and the insurance coverage shall be $500,000 combined single limit. Such insurance shall be primary and other insurance maintained or carried by the City shall be separate and distinct and shall not be contributing with the insurance listed hereunder. YKJ3-12.wpd Failure of either or all of the named insured to report a claim under such insurance shall not prejudice the rights of the City, its officers, employees, and agents thereunder. The City, its officers, employees, and agents will have no obligation for the payment of premiums because of its being named as insured under such insurance. Prior to beginning work for property acquisition, development of contract Plans and Specifications, and construction management, the Engineer or its subcontractors shall provide evidence of errors and omissions coverage for a minimum of $250,000. City shall defend, indemnify and hold Engineer harmless from all claims or liabilities, including attorney's fees, arising out of City's negligent acts. 12. ATTORNEY'S FEES: In the event suit or legal action is instituted to enforce any of the terms or conditions of this Agreement, venue shall be in Superior Court for Yakima County. The losing party shall pay to the prevailing party, in addition to the costs and disbursements allowed by statute, such sum as the court may judge reasonable as attorney's fees in such suit or action, in both trial and appellate courts. 13. ADDITIONAL SERVICES: At the City's option and direction, Engineer shall provide additional engineering, observation, construction staking, and/or planning services as authorized by mutually agreed task orders. 14. INDEPENDENT CONTRACTOR: The parties intend that the Engineer at all times be an independent contractor and not an employee of the City, and shall not be entitled to compensation or benefit of any kind except as specifically provided for herein. 15. GOVERNING LAWS: This Agreement is governed by the laws of the State of Washington. 16. COMPLETE AGREEMENT: This Agreement and referenced attachments contains the complete and integrated understanding and agreement between the parties and supersedes any understanding, agreement or negotiation whether oral or written not set forth herein. Amendments, changes, or modifications hereto shall not be valid unless in writing and duly executed by both parties. 17. NO THIRD PARTY BENEFICIARIES OTHER THAN THE STATE OF WASHINGTON: The Agreement gives no rights to anyone other than the City, Engineer, and the State of Washington, and has no other third -party beneficiaries. 18. ASSIGNMENT: Neither party to this Agreement shall assign the Agreement, nor any interest arising herein, without the written consent of the other. The Engineer, with the City's consent, shall be authorized to employ or subcontract with any other party or entity it deems necessary for the performance of any of the services to be provided by the Engineer pursuant to the terms of this Agreement. 19. SEVERABILITY OF AGREEMENT: In the event any of the terms or clauses of this Agreement is held to be illegal or unenforceable by any court or arbitrator, the remaining clauses and terms shall continue in full force and effect and shall be enforceable. YKJ3-12.wpd 20. MINORITY- AND WOMAN -OWNED BUSINESS; CITY -SPECIFIED SUBCONTRACTORS: Engineer will comply with the City's directives in utilizing the services of City -specified subcontractors and/or minority and women -owned businesses on the Project. The firm selected by Engineer to meet said directives will be subject to approval by the City. Engineer's liability arising from the work of said subcontractors or businesses is limited to proceeds available from their insurance. HUIBREGTSE, LOUMAN ASSOCIATES, INC. By: (/ William L. Huibregtse, PE CITY OF YAKIMA By: \LL rd A. Jr. President City Manager WITNESSES: YKJ3-12.wpd ATTEST: `7% "7/9 f Karen S. Roberts City Clerk Contract No. 98-79 Resolution No. R-98-111 EXHIBIT A - GENERAL PROJECT DESCRIPTION AND ASSUMPTIONS The construction project outlined by this Agreement and related Task Orders consists of the construction of a 12 -inch ductile iron water main connection (intertie) connecting the existing 12 - inch ductile iron water main located on Terrace Heights Drive approximately in the driveway to Marti's Restaurant to the existing 12 -inch ductile iron water main which was installed under 1-82 during the "Yakima Gateway" Project and terminates in the State right of way at the toe of the fill of the northbound on-ramp from Terrace Heights Drive to 1-82. Rather than construct the new water main within the State right of way, as originally designed for the "Yakima Gateway" improvement project, the City desires to construct the new water main in an easement to be obtained from Marti's Restaurant and/or the Oxford Inn Motel from the driveway on Terrace Heights Drive northerly to the Greenway Path and then westerly across Marti's parking lot to the connection point with the water main previously installed under 1-82. The following general assumptions have been made during the preparation of this Agreement: 1. The City of Yakima has funding for professional services outlined and authorized for this project. 2. The 1998 WSDOT Standard Specifications for Road, Bridge, and Municipal Construction and the APWA Division One Supplement, and the City of Yakima Special Provisions and Standard Details will be used for preparation of the Plans and Specifications for this project. YKJ3-12.wpd EXHIBIT A - TASK ORDER NO. 1 EASEMENT ACQUISITION SERVICES 1. With the City, visit the site and determine a preliminary route through private property. 2. HLA will obtain a title report to determine the owner(s) of the property of Marti's Restaurant and the Oxford Inn and will make contact with the owner(s) to determine the possibility of obtaining an easement for construction of the proposed water main. 3. HLA will investigate to determine the requirements of the owner(s) for granting an easement and assist the City in negotiating for the easement(s). 4. If it appears that the owner(s) are receptive to granting an easement, HLA will obtain legal descriptions of the property(s) to be affected by the easement. 5 If the owner(s) are willing to grant easement(s), HLA will prepare the necessary easement descriptions on City of Yakima forms for signing and recording with the County Auditor's office. 6. HLA will record the easement(s) and provide recorded copies to the owner(s) and the City of Yakima Water/Irrigation Division. 7. If it is not possible to obtain an easement for construction of the water main across the properties mentioned above, HLA will contact the Washington State Department of Transportation (WSDOT) to determine the requirements for installing the new water main within the right of way as originally designed for the "Yakima Gateway" Project. 8. HLA will advise the City regarding the requirements for constructing the new water main within the right of way ESTIMATED LABOR FEE FOR TASK ORDER NO. 1 (Figure represents the maximum fee not to be exceeded except by written authorization) ESTIMATED EXPENSES FOR TASK ORDER NO. 1 Task Order No. 1: Authorization to Proceed City of Yakima: _ —7 -, By: .Elenn Rice, Assistant City Manager Engineer: By: William L. Huibregtse, President Huibregtse, Louman Associates, Inc. YKJ3-12.wpd Date $4,500.00 $200.00 7--198 Date EXHIBIT A - TASK ORDER NO. 2 DESIGN SERVICES Upon written authorization from the City Water/Irrigation Division, HLA will proceed with design of the new water main for construction within easement(s) or within the State right of way by performing the following work items: 1 Obtain record drawing information on the water main which was installed under 1-82 as part of the "Yakima Gateway' Project. 2. Perform field topographic surveying including existing ground profiles to show physical features along the selected project route to enable design of the proposed water main and connections. 3. Perform design of the new water main and connections to the existing water mains. 4. Prepare plan and profile drawings, details, and specifications to City of Yakima standards. 5. Submit copies of the plans and specifications to the City of Yakima Water/Irrigation Division and the Washington State Department of Transportation, as appropriate, for review and approval with follow-up as required. 6. Prepare pre-bid construction cost estimate. ESTIMATED LABOR FEE FOR TASK ORDER NO. 2 (Figure represents the maximum fee not to be exceeded except by written authorization) $6,600.00 ESTIMATED EXPENSES FOR TASK ORDER NO. 2 $200.00 Task Order No. 2: Authorization to Proceed City of Yakima: By. GI4nn Rice, Assis ant City Manager Date Engineer: 7P1 By: William L. Huibregtse, President Date Huibregtse, Louman Associates, Inc. YKJ3-12.wpd EXHIBIT A - TASK ORDER NO. 1 EASEMENT ACQUISITION SERVICES 1. With the City, visit the site and determine a preliminary route through private property. 2. HLA will obtain a title report to determine the owner(s) of the property of Marti's Restaurant and the Oxford Inn and will make contact with the owner(s) to determine the possibility of obtaining an easement for construction of the proposed water main. 3. HLA will investigate to determine the requirements of the owner(s) for granting an easement and assist the City in negotiating for the easement(s). 4. If it appears that the owner(s) are receptive to granting an easement, HLA will obtain legal descriptions of the property(s) to be affected by the easement. 5. If the owner(s) are willing to grant easement(s), HLA will prepare the necessary easement descriptions on City of Yakima forms for signing and recording with the County Auditor's office. 6. HLA will record the easement(s) and provide recorded copies to the owner(s) and the City of Yakima Water/Irrigation Division. 7. If it is not possible to obtain an easement for construction of the water main across the properties mentioned above, HLA will contact the Washington State Department of Transportation (WSDOT) to determine the requirements for installing the new water main within the right of way as originally designed for the "Yakima Gateway" Project. 8. HLA will advise the City regarding the requirements for constructing the new water main within the right of way. ESTIMATED LABOR FEE FOR TASK ORDER NO. 1 (Figure represents the maximum fee not to be exceeded except by written authorization) $4,500.00 ESTIMATED EXPENSES FOR TASK ORDER NO. 1 $200.00 Task Order No. 1: Authorization to Proceed City of Yakima: By: Glenn Rice, Assistant City Manager Date Engineer: `-®--- 1-1-98 By: William L. Huibregtse, President Date Huibregtse, Louman Associates, Inc. YKJ3-12.wpd EXHIBIT A - TASK ORDER NO. 2 DESIGN SERVICES Upon written authorization from the City Water/Irrigation Division, HLA will proceed with design of the new water main for construction within easement(s) or within the State right of way by performing the following work items: 1. Obtain record drawing information on the water main which was installed under 1-82 as part of the "Yakima Gateway" Project. 2. Perform field topographic surveying including existing ground profiles to show physical features along the selected project route to enable design of the proposed water main and connections. 3. Perform design of the new water main and connections to the existing water mains. 4 Prepare plan and profile drawings, details, and specifications to City of Yakima standards. 5. Submit copies of the plans and specifications to the City of Yakima Water/Irrigation Division and the Washington State Department of Transportation, as appropriate, for review and approval with follow-up as required. 6 Prepare pre-bid construction cost estimate. ESTIMATED LABOR FEE FOR TASK ORDER NO. 2 (Figure represents the maximum fee not to be exceeded except by written authorization) $6,600.00 ESTIMATED EXPENSES FOR TASK ORDER NO. 2 $200.00 Task Order No. 2: Authorization to Proceed City of Yakima: By: Glenn Rice, Assistant City Manager Date Engineer: By: William L. Huibregtse, President Date Huibregtse, Louman Associates, Inc. * * * YKJ3-12.wpd EXHIBIT A - TASK ORDER NO. 3 SERVICES DURING BIDDING Upon written authorization from the City Water/Irrigation Division, HLA will perform the following outline services in order to proceed to bid: 1. Print up to 30 sets of the approved plans and specifications for distribution to plan centers, suppliers, and contractors for the purpose of obtaining bids for construction of the project. 2. Advertise and distribute the plans and specifications for bidding. 3. Schedule and attend a pre-bid conference prior to the bid opening. 4 Answer questions from prospective bidders during the bidding period and issue addenda as needed to clarify the requirements of the project. 5. Attend and assist at the bid opening. 6. Prepare bid summaries. 7. Evaluate the bids and make recommendation for award. 8. Attend the pre -construction conference. The City of Yakima will award the construction contract, prepare and execute the construction contract documents, and obtain and review the required bond and insurance and other forms required of the contractor ESTIMATED LABOR FEE FOR TASK ORDER NO. 3 (Figure represents the maximum fee not to be exceeded except by written authorization) $2,900.00 ESTIMATED EXPENSES FOR TASK ORDER NO. 3 $900.00 Task Order No. 3: Authorization to Proceed City of Yakima: By: Glenn Rice, Assistant City Manager Date Engineer: 7 1 S8 By: William L. Huibregtse, President Date Huibregtse, Louman Associates, Inc. *** YKJ3-12.wpd EXHIBIT A - TASK ORDER NO. 4 CONSTRUCTION STAKING Upon written authorization from the City Water/Irrigation Division, HLA will proceed with staking the proposed project for construction as outlined below: 1. Perform field construction staking for the new water main intertie improvement including fire hydrant(s) via an offset line of hubs or other standard method as discussed with the contractor. 2. Provide copies of the survey construction staking notes and cut sheets to the City of Yakima Construction Inspector. ESTIMATED LABOR FEE FOR TASK ORDER NO. 4 (Figure represents the maximum fee not to be exceeded except by written authorization) $1,800.00 ESTIMATED EXPENSES FOR TASK ORDER NO. 4 $200.00 Task Order No. 4: Authorization to Proceed City of Yakima: By: Glenn Rice, Assistant City Manager Date Engineer: By: William L. Huibregtse, President Date Huibregtse, Louman Associates, Inc. YKJ3-12.wpd 7-7-95 EXHIBIT A - TASK ORDER NO. 5 CONSTRUCTION OBSERVATION Upon written authorization from the City Water/Irrigation Division, HLA will perform construction observation services as outlined below: 1. Provide a Resident Project Representative to make periodic visits to the project site at intervals appropriate to the various stages of the construction process in order to observe the progress and quality of the various aspects of the work and to provide to the City a greater degree of confidence that the completed work will conform in general to the Contract Documents and that the integrity of the design concept of the complete project as a functioning whole as indicated in the Contract Documents has been implemented and preserved by the Contractor 2. The Resident Project Representative shall not during such visits or as a result of such observations supervise, direct, or have control over the Contractor's work nor have authority over or responsibility for the means, methods, techniques, sequences or procedures of construction selected by the Contractor, for safety precautions and programs incident to the work of the Contractor or for any failure of the Contractor to comply with laws, rules, regulations, ordinances, codes, or orders applicable to the Contractor furnishing and performing the work. 3. The Resident Project Representative neither guarantees the performance of any Contractor nor assumes responsibility for a Contractor's failure to furnish and perform its work in accordance with the Contract Documents. 4. During such visits and on the basis of such observations, the Resident Project Representative shall have authority to disapprove of or reject the Contractor's work while it is in progress if he believes that such work will not produce a completed Project that conforms generally to the Contract Documents or that it will prejudice the integrity of the design concept of the complete project as a functioning whole as indicated in the Contract Documents. 5. The Resident Project Representative shall issue necessary clarifications and interpretations of the Contract Documents as appropriate to the orderly completion of the work including field orders authorizing minor variations from the requirements of the Contract Documents. 6. The Engineer shall recommend Change Orders to the City as appropriate, and shall prepare Change Orders as required and directed. 7. The Resident Project Representative shall prepare written Daily Observation Reports and provide copies to the City 8. The Engineer will prepare monthly progress payments to the Contractor based upon estimated quantities of completed work provided by the Resident Project Representative. ESTIMATED LABOR FEE FOR TASK ORDER NO. 5 (Figure represents the maximum fee not to be exceeded except by written authorization) $6,300.00 ESTIMATED EXPENSES FOR TASK ORDER NO. 5 $200.00 Task Order No. 5: Authorization to Proceed City of Yakima: By: Glenn Rice, Assistant City Manager Date Engineer: By: William L. Huibregtse, President Date Huibregtse, Louman Associates, Inc. YKJ3-12.wpd EXHIBIT A - TASK ORDER NO. 6 RECORD DRAWINGS Upon written authorization from the City Water/Irrigation Division, HLA will provide Record Drawings as outlined below: 1. Obtain "as -built" red line drawings from the Contractor, if available. 2. Prepare Record Drawings by revising original plans to reflect changes made during construction. 3. Revisions to the original plans will be limited to information provided to HLA by the Contractor, the City of Yakima Construction Inspector, by the Resident Project Representative, or by field measurements of the surface features such as valve boxes, fire hydrants, meters, etc made by HLA after construction is complete. ESTIMATED LABOR FEE FOR TASK ORDER NO. 6 (Figure represents the maximum fee not to be exceeded except by written authorization) $1,200.00 ESTIMATED EXPENSES FOR TASK ORDER NO. 6 $200.00 Task Order No. 6: Authorization to Proceed City of Yakima: By: Glenn Rice, Assistant City Manager Date Engineer: By: William L. Huibregtse, President Date Huibregtse, Louman Associates, Inc. YKJ3-12.wpd EXHIBIT B - PROPOSED SCHEDULE PROPOSED SCHEDULE: TASK ORDER NO. 1 - EASEMENT ACQUISITION SERVICES Upon authorization to proceed, begin easement acquisition services and complete work items 1-4 of the Task Order in order to determine if the Owners are willing to grant easements. After consultation with the Owner regarding the feasibility of obtaining easements, complete Item 5. TASK ORDER NO. 2 - DESIGN SERVICES Upon authorization to proceed and determination of the route for the new water main based upon the results of Task Order No. 1, complete design and PS&E and submit documents to City of Yakima Water/Irrigation Division within 60 calendar days. TASK ORDER NO. 3 - SERVICES DURING BIDDING Upon authorization proceed schedule the pre-bid conference and bid opening date by consulting with the City of Yakima Water and Irrigation Division regarding scheduling. TASK ORDER NO. 4 - CONSTRUCTION STAKING Upon authorization to proceed, provide construction staking services, as required, to facilitate the Contractor's construction schedule TASK ORDER NO. 5 - CONSTRUCTION OBSERVATION Upon authorization to proceed, provide construction observation services, as required, during the construction period. TASK ORDER NO. 6 - RECORD DRAWINGS Upon authorization to proceed, provide record drawings within 10 days after receipt of information to be provided by the Contractor and City of Yakima Inspector or after authorization to field survey the surface features. YKJ3-12.wpd BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT ITEM TITLE: Water Main Extensions Design Contract SUBMITTED BY: Dueane Calvin, Water/Irrigation Manager Dave Brown, Water/Irrigation Engineer Glenn Rice, Assistant City Manager CONTACT PERSON/TELEPHONE: Dueane Calvin / 576-6480 SUMMARY EXPLANATION: Item No. For Meeting Of 7/21/98 Staff respectfully requests City Council to approve the attached resolution authorizing the City Manager to execute the accompanying contract with Huibregtse, Louman Associates, Inc. of Yakima, Washington for the design of a water main extension. This contract requires Huibregtse, Louman Associates, Inc to design and produce plans and specifications for a water main extension from Terrace Heights Drive to just east of 1-82. This main extension will complete the looping of the water distribution system in this area that was originally scheduled as part of the 1-82 Gateway Project. The financial support for this contract will be from appropriations approved by Council in the 477 Fund. Not to Exceed Engineering Cost $18,700.00 (Does not include Task Order 5 Construction Observation, Construction observation to be completed by City Staff) Estimated Construction Cost $150,000.00 Resolution X Ordinance _Contract X Other (Specify) Contract Funding Source 477 Fund — Capital Improvements APPROVED FOR SUBMITTAL: �r� \\ City Manager STAFF RECOMMENDATION: Approve resolution authorizing the City Manager to execute the accompanying contract for the design of a water main extension with Huibregtse, Louman Associates, Inc. of Yakima, WA. BOARD/COMMISSION RECOMMENDATION: COUNCIL ACTION: Clerk- cDCJ Al/ (1 City of Yakima - Engineering 129 North Second Street Yakima, WA 98901 Phone (509) 575-6111 Fax (509) 576-6305 City of Yakima— Engineering Domestic Water System Improvement Project New 12" Intertie Terrace Heights Drive At Marti's Restaurant City of Yakima Project Number 1912 Construction Contract Specifications & Bid Documents May 2001 BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. For Meeting Of 8/7/01 ITEM TITLE: Final Contract Payment for Domestic Water System Improvement at Marti's Restaurant SUBMITTED BY: Dept. of Community & Economic Development - Engineering CONTACT PERSON/TELEPHONE: K. W. Adams, City Engineer 575-6096 SUMMARY EXPLANATION: This project consisted of the construction of approximately 900 LF of 12" ductile iron water main and fittings, one (1) new fire hydrant, one (1) new air relief valve, connection to existing mains, and asphalt pavement repair. Final inspection for this project was made and the recommendation is that the project be accepted. This Council action is to accept the project and approve the final estimate. Five percent (5%) retainage will be held for 30 days after Council approval. Contractor: Central Concrete & Utilities Contract Award: 6/5/01 Contract Cost: $51,600.90 Amount this Payment: -0- The above total contract cost is for construction only and does not include engineering and other costs. Resolution Ordinance Other (Specify) Final Contract Estimate Contract Mail to (name and address) Funding Source Domestic Water Improvement APPROVED FOR SUBMITTAL: Phone: City Manager STAFF RECOMMENDATION: Accept the project and approve the final estimate. COUNCIL ACTION: Standard Motion V -B adopted to accept project and approve final payment BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. * l5 For Meeting Of 8/7/01 ITEM TITLE: Final Contract Payment for Domestic Water System Improvement at Marti's Restaurant SUBMITTED BY: Dept. of Community & Economic Development - Engineering CONTACT PERSON/TELEPHONE: K. W. Adams, City Engineer 575-6096 SUMMARY EXPLANATION: This project consisted of the construction of approximately 900 LF of 12" ductile iron water main and fittings, one (1) new fire hydrant, one (1) new air relief valve, connection to existing mains, and asphalt pavement repair. Final inspection for this project was made and the recommendation is that the project be accepted. This Council action is to accept the project and approve the final estimate. Five percent (5%) retainage will be held for 30 days after Council approval. Contractor: Central Concrete & Utilities Contract Award: 6/5/01 Contract Cost: $51,600.90 Amount this Payment: -0- The above total contract cost is for construction only and does not include engineering and other costs. Resolution Ordinance Other (Specify) Final Contract Estimate Contract Mail to (name and address) : Phone: Funding Source Domestic Water Improvement APPROVED FOR SUBMITTAL:�� y City Manager STAFF RECOMMENDATION: Accept the project and approve the final estimate. COUNCIL ACTION: FILE NO. 1912 CONTRACTOR: CENTRAL CONCRETE & UTILITIES PROGRESS ESTIMATE NO. 2 (Final) CITY OF YAKIMA, WASHINGTON IMPROVEMENT: DOMESTIC WATER SYSTEM IMPROVEMENT 7/17/01 MADE BY WL CHECKED BY JM NO. ITEM UNIT QUANTITY UNIT AMOUNT % OF CONTRACT PRICE CONT AMOUNT 1 SPILL PREVENTION PLAN LS 100.00% $500.00 $500.00 100% $500.00 2 MOBILIZATION LS 100.00% $1,700.00 $1,700.00 100% $1,700.00 3 TEMPORARY TRAFFIC CONTROL DEVICES LS 100.00% $100.00 $100.00 100% $100.00 4 REMOVAL OF STRUCTURE AND OBSTRUCTION LS 100.00% $100.00 $100.00 100% $100.00 5 ASPHALT PAVEMENT REPAIR SY 244 $20.95 $5,111.80 136% $3,771.00 6 12 INCH DUCTILE IRON PIPE & FITTINGS LF 880 $26.45 $23,276.00 98% $23,805.00 7 IMPORTED SELECT BACKFILL AS DIRECTED CY 178 $17.80 $3,168.40 223% $1,424.00 8 SHORING OR EXTRA EXCAVATION LF 880 $0.20 $176.00 98% $180.00 9 GRAVEL SHOULDER REPAIR SY 400 $1.70 $680.00 200% $340.00 10 12 INCH BUTTERFLY VALVE AND VALVE BOX EA 2 $945.00 $1,890.00 100% $1,890.00 11 AIR VACUME RELEIF VALVES EA 1 $570.00 $570.00 100% $570.00 12 NEW FIRE HYDRANT EA 1 $2,090.00 $2,090.00 100% $2,090.00 13 3/4 INCH SERVICE CONNECTION EA 1 $170.00 $170.00 100% $170.00 14 CEMENT CONCRETE BARRIER CURB LF 23 $6.90 $158.70 38% $414.00 15 REPAIR OR REPLACEMENT FA $8,131.99 $8,000.00 $8,131.99 102% $8,000.00 PREVIOUS PAYMENTS 1 $49,209.75 2 3 4 TOTAL $47,822.89 106% $45,054.00 CHANGE ORDERS $0.00 TOTAL DUE CONTRACTOR $47,822.89 7.9% SALES TAX $3,778.01 LESS PREVIOUS PAYMENT $49,209.75 5% RETAINAGE $2,391.14 TOTAL $0.00 I certify that a above estimate is true and correct. 7 City Engineer 1 1 1 1 1 1 1 1 1 1 1 1 1 1 0 BID SUMMARY DOMESTIC WATER SYSTEM IMPROVEMENT NEW 12" INTERTIE TERRACE HEIGHTS DR. AT MARTIE'S RESTAURANT CITY PROJECT NO.1912 ENGINEERS ESTIMATE CENTRAL, CONCRETE 8, UTILITIES, INC. DURAND'S, INC. BABBITT CONST., INC. KEN LEINGANG EXC., INC. MUFFET AND SONS, INC. KEN'S CONST., INC. ITEM GOOD FAITH TOKEN 5% BID BOND 5% BID BOND 5% BID BOND 5% BID BOND 5% BID BOND 5% BID BOND NO. ITEM QTY UNIT UNIT AMOUNT UNIT AMOUNT UNIT AMOUNT UNIT AMOUNT , UNIT AMOUNT 1 SPILL PREVENTION PLAN 1 LS $ 500.00 $ 500.00 $ 500.00 $ 250.00 ' $ 300.00 $ 1,000.00 $ 5,200.00 2 MOBILIZATION 1 LS $ 8,000.00 $ 1,700.00 $ 2,920.00 $ 6,300.00 $ 4,000.00 $ 3,500.00 $ 2,500.00 3 TEMPORARY TRAFFIC CONTROL DEVICES 1 LS $ 4,000.00 $ 100.00 $ 1,450.00 $ 250.00 $ 700.00 $ 2,500.00 $ 1,100.00 4 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 1 LS $ 3,000.00 $ 100.00 $ 1,098.00 $ 250.00 $ 1,700.00 $ 1,000.00 $ 3,400.00 5 ASPHALT PAVEMENT REPAIR 180 SY $ 25.00 $ 4,500.00 $ 20.95 $ 3.771.00 $ 13.91 $ 2,503.80 $ 27.25 $ 4,905.00 $ 17.50 $ 3,150.00 $ 25.00 $ 4,500.00 $ 21 10 $ 3,798.00 6 12 -INCH DUCTILE IRON PIPE AND FITTINGS 900 LF $ 40.00 $ 36,000.00 $ 26.45 $ 23,805.00 $ 29.40 $ 26,460.00 $ 32.50 $ 29,250.00 $ 39.00 $ 35,100.00 $ 43.00 $ 38,700.00 $ 39.66 $ 35,694.00 7 IMPORTED SELECT BACKFILL AS DIRECTED 80 CY $ 20.00 $ 1,600.00 $ 17.80 $ 1,424.00 $ 15.50 $ 1,240.00 $ 17.50 $ 1,400.00 $ 18.00 $ 1,440.00 $ 13.00 $ 1,040.00 $ 12.00 $ 960.00 8 SHORING OR EXTRA EXCAVATION 900 LF $ 2.00 $ 1,800.00 $ 0.20 $ 180.00 $ 0.93 $ 837.00 $ 0.50 $ 450.00 $ 0.50 $ 450.00 $ 1.00 $ 900.00 $ 1.00 $ 900.00 9 GRAVEL SHOULDER REPAIR 200 SY $ 5.00 $ 1,000.00 $ 1 70 $ 340.00 $ 2.43 $ 486.00 $ 4.00 $ 800.00 j $ 3.60 $ 720.00 $ 4.00 $ 800.00 $ 9.00 $ 1,800.00 10 12 -INCH BUTTERFLY VALVE AND VALVE BOX 2 EA $1,200.00 $ 2,400.00 $ 945.00 $ 1,890.00 $ 1,054.00 $ 2,108.00 $1,200.00 $ 2,400.00 j $ 945.00 $ 1,890.00 $1,300.00 $ 2,600.00 $1,930.00 $ 3,860.00 11 AIR VACUUM RELIEF VALVES 1 EA $ 800.00 $ 800.00 $ 570.00 $ 570.00 $ 1,020.00 $ 1,020.00 $1,200.00 $ 1,200.00 li $1,200.00 $ 1,200.00 $1,000.00 $ 1,000.00 $2,500.00 $ 2,500.00 12 NEW FIRE HYDRANT 1 EA $3,000.00 $ 3,000.00 $2,090.00 $ 2,090.00 $ 2,580.00 $ 2,580.00 $2,350.00 $ 2,350.00 j $2,300.00 $ 2,300.00 $2,100.00 $ 2,100.00 $3,305.00 $ 3,305.00 13 3/4 -INCH SERVICE CONNECTION 1 EA $ 300.00 $ 300.00 $ 170.00 $ 170.00 $ 336.00 $ 336.00 $ 500.00 $ 500.00 j $ 350.00 $ 350.00 $ 280.00 $ 280.00 $ 450.00 $ 450.00 14 CEMENT CONCRETE BARRIER CURB 60 LF $ 20.00 $ 1,200.00 $ 6.90 $ 414.00 $ 15.00 $ 900.00 $ 10.00 $ 600.00 ' $ 11.50 $ 690.00 $ 50.00 $ 3,000.00 $ 9.00 $ 540.00 15 REPAIR OR REPLACEMENT 1 FA $ 3,000.00 $ 8,000.00 $ 8,000.00 $ 8,000.00 ' $ 8,000.00 $ 8,000.00 $ 8,000.00 SUB -TOTAL $ 71,100.00 $ 45,054.00 $ 52,438.80 $ 58,905.00 i $ 61,990.00 $ 70,920.00 $ 74,007.00 SALES TAX 7.9% $ 5,616.90 $ 3,559.27 $ 4,142.67 $ 4,653.50 $ 4,897.21 $ 5,602.68 $ 5,846.55 TOTAL $ 76,716.90 $ 48,613.27 $ 56,581.47 $ 63,558.50 $ 66,887.21 $ 76,522.68 $ 79,853.55 Note: The original bid proposal incorrectly showed a 7.6% sales tax, which should have been 7.9%. The subtotal is the determination of the low bid. 1 CITY ENGINEERS REPORT_--�,"""",� �/ COMPETITIVE BIDS WERE OPENED ON MAY 3, 2001 L`lll�it'tt C� s i OF YAKIMA ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE. ;� , t4 I RECOMMEND ALL SCHEDULES OF THE CONTRACT BE ++ DOMESTIC WATER SYSTEM IMPROVEMENT AWARDED TO' % AWARD MADE BY CITY MANAGER PROJECT NO 1912 CENTRAL CONCRETE & UTILITIES, INC. rr`` bt," *- ' DATE. MAY 3, 2001 '� 5-9-2.c't.'/ 4.4 t`tl r�RPORi1TL'n' `gSV� ; - � FILE. 1912_BID.PUB ` DATE CITY ENGINEER ll```��' ' x''' " DATE CITY MANAR SHEET 1 of 1 May 15, 2001 DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT Engineering Division 129 North Second Street Yakima, Washington 98901 (509) 575-6111 • Fax 576-6305 Central Concrete & Utilities P 0 Box 8356 Yakima, Washington 98908 Re. Domestic Water System Improvement City Project No 1912 Dear Mr. Anderson: The City Manager of the City of Yakima, has authorized an award of the contract for the above referenced project to your company on the basis of your low bid submitted on May 3, 2001 in the amount of $45,054 00, before sales tax. There was an error in the bid proposal sheet published indicating a 7 6% sales tax, which is actually 7.9%, so the lowest bid is being awarded on the pre - sales tax figure. This letter is official notification of the award of the contract to your company by the City of Yakima. We have prepared and have on hand at the Yakima City Clerk's office four (4) copies of the Specifications and Contracts. You have ten (10) days from this date to sign these documents and furnish the required Performance Bond and Certificate of Insurance Your attention is directed to Section 1-07 18 Public Liability and Property Damage Insurance (APWA only) of the APWA Supplement to the Standard Specifications for coverage limits, additional insurance requirements and special ACORD form wording. You will be notified of the date for the Pre -construction Conference. Please contact Jim Maine of our office within ten (10) days of this date to discuss various forms and documentation that must be completed and turned into him at the Pre -construction Conference. The Notice to Proceed will also be discussed at the Pre -construction Conference Jim's office phone is 575-6138 and his cellular phone is 961-0056 For your information, we are enclosing a copy of the bid summary for this project. Sincerely, K. Wendell Adams, P City Engineer encl. cc: Glenn Rice, Assistant City Manager City Clerk Jim Maine, Construction Supervisor Finance Larry Johnston, Project Engineer File Wendy Leinan, Contract Specialist Yakima tetd 111 t' ��.kean 1994 City of Yakima Engineering Division DOMESTIC WATERT SYSTEM IMPROVEMENT PROJECT NEW 12" INTERTIE TERRACE HEIGHTS DRIVE AT MARTIES RESTAURANT City Of Yakima Project No. 1912 I EXPIRES 11-17-2001 Construction contract specifications & Bid documents May 2001 City of Yakima DOMESTIC WATER SYSTEM IMPROVEMENT PROJECT NEW 12" INTERTIE TERRACE HEIGHTS DRIVE AT MARTI'S RESTAURANT City Project No. 1912 EXPIRES 5/19101' 1 Z:UAN\SPECS\98090.YK.wpd 1 CONTENTS CITY OF YAKIMA DOMESTIC WATER SYSTEM IMPROVEMENT PROJECT NEW 12" INTERTIE TERRACE HEIGHTS DRIVE AT MARTI'S RESTAURANT City Project No. 1912 SECTION PAGE INVITATION TO BID 4 STANDARD SPECIFICATIONS Standard Specifications 6 Amendments to the 2000 Standard Specifications 7 CONTRACT PROVISIONS Special Provisions 36 City of Yakima Special Provisions 41 1-01 Definition and Terms 41 1-02 Bid Procedures and Conditions 42 MBE/WBE Form - 5/95 44 1-03 Award and Execution of Contract 48 1-04 Scope of the Work 48 1-05 Control of Work 49 1-07 Legal Relations and Responsibilities to the Public 55 1-08 Prosecution and Progress 59 1-09 Measurement and Payment 60 1-10 Temporary Traffic Control 61 2-02 Removal of Structures and Obstructions 63 5-04 Asphalt Concrete Pavement 64 7-09 Pipe and Fittings for Water Main 65 7-10 Trench Excavation, Bedding, and Backfill for Water Mains 66 7-11 Pipe Installation for Water Mains 67 Z: U AMS P EC S\98090. Y K. wpd 2 7-12 Valves for Water Mains 68 7-14 Hydrants 69 7-15 Service Connections 70 8-30 Repair or Replacement (New Section) 70 9-03 Aggregates 71 9-30 Water Distribution Materials 71 Contract 72 Performance Bond 74 Informational Certificate of Insurance 76 Informational Additional Insured Endorsement 77 Minimum Wage Affidavit 78 PREVAILING WAGE RATES Prevailing Wage Rates 79 (State Wage Rates Attached) PROPOSAL Proposal Form 94 Item Proposal Bid Sheet , ...... 95 Bid Bond Form 97 Non -Collusion Declaration 98 Nondiscrimination Provision 99 Subcontractor List 100 Women and Minority Business Enterprise Policy 101 Council Resolution ............................................ 102 Affirmative Action Plan 103 Proposal 109 Bidder's Check List 110 PLANS & DETAILS Z: UA N\S P EC S\98090. Y K. wpd 3 INVITATION TO BID NOTICE IS HEREBY GIVEN that sealed proposals will be received by the undersigned, the City Clerk of the City of Yakima, Washington, up to the hour of 2:00 p.m. on May 3, 2001, and then be opened and publicly read for the construction of DOMESTIC WATER SYSTEM IMPROVEMENT PROJECT NEW 12" INTERTIE TERRACE HEIGHTS DRIVE AT MARTI'S RETAURANT CITY OF YAKIMA PROJECT NO. 1912 Construction of approximately 900 LF of 12" ductile iron water main and fittings, one (1) new fire hydrant, one (1) new air relief valve, connection to existing mains, and asphalt pavement repair Plans, Specifications, and bid forms are available from THE OFFICE OF THE CITY ENGINEER located at 129 North 2nd Street, Yakima, WA 98901, and may be obtained for a fee of $50.00 for each set, non refundable Informational copies of Plans and Specifications are on file for review at the office of the City Engineer in Yakima, WA and at the plan centers in Yakima and Kennewick, WA. A pre-bid conference will be held at Yakima City Hall CED Conference Room, Second Floor, 129 North 2nd Street, Yakima, Washington, at 10:00 A.M. on April 26th, 2001. The conference will include project discussion and the Affirmative Action Plan. Each bid or proposal must be accompanied by cash, bond, or a certified check, payable to the order of the City Treasurer of the City of Yakima for the sum of not less than 5% of said bid or proposal and none will be considered unless accompanied by such deposit, to be forfeited to the City of Yakima in the event the successful bidder shall fail or refuse to enter into a contract with the City for the making and construction of the aforesaid improvement. All bids or proposals must be in writing, sealed and filed with the City Clerk on or before the day and hour mentioned. The City reserves the right to reject any or all bids and proposals. DATED this 6th day of April. 2001. (SEAL) Karen S. Roberts City Clerk PUBLISH: April 18th, 2001 April 19th. 2001 4 STANDARD SPECIFICATIONS Standard Specifications Amendments to the 2000 Standard Specifications 5 Z:\JAN\SPECS\98090.YK.wpd STANDARD SPECIFICATIONS The 2000 Standard Specifications for Road, Bridge, and Municipal Construction published by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association are, by this reference, made a part of these Contract Documents. Except as may be amended, modified, or supplemented hereinafter, each section of the Standard Specifications shall be considered as much a part of these Contract Documents as if they were actually set forth herein. The APWA Supplement to Division 1 (Division 1-99) of the 2000 Standard Specifications for Road, Bridge, and Municipal Construction will apply to this Contract. 6 1 INTRODUCTION 2 The following Amendments and Special Provisions shall be used in conjunction with 1 3 the 2000 Standard Specifications for Road, Bridge, and Municipal Construction 4 (English). 5 6 AMENDMENTS TO THE STANDARD SPECIFICATIONS 7 8 The following Amendments to the Standard Specifications are made a part of this 9 contract and supersede any conflicting provisions of the Standard Specifications. 10 For informational purposes, the date following each Amendment title indicates the 11 implementation date of the Amendment or the latest date of revision. 12 13 Each Amendment contains all current revisions to the applicable section of the 14 Standard Specifications and may include references which do not apply to this 15 particular project. ENGLISH AMENDMENTS DIVISION 1 MARCH 6, 2000 INTRO.AP1 Page 1 1 SECTION 1-01, DEFINITIONS AND TERMS S_ 2 June 26, 2000 3 1-01.2(1) Associations and Miscellaneous 4 This section is supplemented with the following: 5 6 FOP Field Operating Procedure 7 VVAQ T C Western Alliance for Quality Transportation Construction 8 SOP Standard Operating Procedure ENGLISH AMENDMENTS DIVISION 1 JUNE 26, 2000 01.AP1 Page 1 1 SECTION 1-06, CONTROL OF MATERIAL 2 June 26, 2000 3 1-06.2(1) Samples and Tests for Acceptance 4 In the first paragraph, the last sentence is revised by the following: 5 6 Samples not taken by or in the presence of the Engineer Qualified Tester will 7 not be accepted for test, unless the Engineer permits otherwise. 8 9 In the fourth paragraph, the last sentence is revised by the following: 10 11 The Engineer will respond in writing within three working days of the receipt of 12 the Contractor's written communications. 13 14 In the fifth paragraph, the first and second sentences are revised by the following: 15 16 All field and laboratory and materials testing by the Engineer will follow methods 17 described in the contract documents or in the Washington State Department of 18 Transportation Materials Manual, using qualified testing personnel and 19 calibrated or verified equipment. The following provisions will apply when the 20 Contracting Agency uses the specifications or methods from the sources named 21 below: 22 23 The fifth paragraph is supplemented with the following: 24 25 WAQTC - Western Alliance for Quality Transportation Construction. The 26 WAQTC designation number refers to this alliance's latest adopted or tentative 27 standard. The standard or tentative standard in effect on the bid advertising 28 date will apply in each case. The Contracting Agency will consider them as in 29 effect 60 calendar days after publication. 30 31 Copies of any separate WAQTC testing method may be obtained from: The 32 WSDOT Quality Systems Manager, Field Operations Support Service Center, 33 Materials Laboratory, PO Box 47365, Olympia, Washington, 98504-7365. ENGLISH AMENDMENTS DIVISION 1 JUNE 26, 2000 06.AP1 Page 1 1 SECTION 1-07, LEGAL RELATIONS AND RESPONSIRIL ITIPQ TO THE 2 PUBLIC 3 June 26, 2000 4 1-07.8 High Visibility Apparel 5 In the second paragraph, (1) is revised to read: 6 7 (1) when personnel are out of view of, or not exposed to traffic, 8 9 1-07.11 Requirements For Non-descrimination 10 This section is supplemented with the following: 11 12 1-07.11(2)A Equal Employment Opportunity Responsibilities 13 14 Title VI Responsibilities 15 During the performance of this contract, the Contractor, for itself, its assignees 16 and successors in interest (hereinafter referred to as the "Contractor") agrees as 17 follows: 18 19 1. Compliance With Regulations 20 The Contractor shall comply with the Regulations relative to 21 nondiscrimination in federally assisted programs of the Department of 22 Transportation (hereinafter DOT), Title 49, Code of Federal 23 Regulations, part 21, as they may be amended from time to time, 24 (hereinafter referred to as the Regulations), which are herein 25 incorporated by reference and made a part of this contract. 26 27 2. Nondiscrimination 28 The Contractor, with regard to the work performed by it during the 29 contract. shall not discriminate on the grounds of race, color, sex, or 30 national origin in the selection and retention of subcontractors, 31 including procurement of materials and leases of equipment. The 32 Contractor shall not participate either directly or indirectly in the 33 discrimination prohibited by Section 21.5 of the Regulations, including 34 employment practices when the contract covers a program set forth in 35 Appendix B of the Regulations. 36 37 3. Solicitations for Subcontracts, including Procurement of Materials 38 and Equipment 39 In all solicitations either by competitive bidding or negotiations made by 40 the Contractor for work to be performed under a subcontract, including 41 procurement of materials or leases of equipment, each potential 42 subcontractor or supplier shall be notified by the Contractor of the 43 Contractors obligations under this contract and the Regulations 44 relative to nondiscrimination on the ground of race, color, sex, or 45 national origin, 46 47 4. Information and Reports 48 The Contractor shall provide all information and reports required by the 49 Regulations or directives issued pursuant thereto, and shall permit ENGLISH AMENDMENTS DIVISION 1 JUNE 26, 2000 07.AP1 Page 1 1 access to its books, records, accounts, other sources of information, 2 and its facilities as may be determined by the Washington State 3 Department of Transportation or the Federal Highway Administration to 4 be pertinent to ascertain compliance with such Regulations, orders and 5 instructions. Where any information required of a Contractor is in the 6 exclusive possession of another who fails or refuses to fumish this 7 information, the Contractor shall so certify to the Washington State 8 Department of Transportation, or the Federal Highway Administration 9 as appropriate, and shall set forth what efforts it has made to obtain 10 the information. 11 12 5. Sanctions for Noncompliance 13 In the event of the Contractor's noncompliance with the 14 nondiscrimination provisions of this contract, the Washington State 15 Department of Transportation shall impose such contract sanctions as 16 it or the Federal Highway Administration may determine to be 17 appropriate, including, but not limited to: 18 19 1. Withholding of payments to the Contractor under the contract 20 until the Contractor complies, and/or; 21 2. Cancellation, termination, or suspension of the contract, in 22 whole or in part. 23 24 6. Incorporation of Provisions 25 The Contractor shall include the provisions of paragraphs (1) through 26 (5) in every subcontract, including procurement of materials and leases 27 of equipment, unless exempt by the Regulations, or directives issued 28 pursuant thereto. The Contractor shall take such action with respect to 29 any subcontractor or procurement as the Washington State 30 Department of Transportation or the Federal Highway Administration 31 may direct as a means of enforcing such provisions including sanctions 32 for noncompliance. 33 34 Provided, however, that in the event a Contractor becomes involved in, 35 or is threatened with, litigation with a subcontractor or supplier as a 36 result of such direction, the Contractor may request the Washington 37 State Department of Transportation enter into such litigation to protect 38 the interests of the state and, in addition, the Contractor may request 39 the United States to enter into such litigation to protect the interests of 40 the United States. 41 42 1-07.11(6) Incorporation of Provisions 43 The first sentence is revised by the following: 44 45 The Contractor shall include the provisions of Section 1-07.11(2) Contractual 46 Requirements (1) through (4) and the Section 1-07.11(5) Sanctions in every 47 subcontract including procurement of materials and leases of equipment. 48 ENGLISH AMENDMENTS DIVISION 1 JUNE 26, 2000 07.AP1 Page 2 1 1-07.22 Use of Explosives 2 in the second paragraph, the reference to 'WAC 295-52" is revised to "WAC 296- 3 52". ENGLISH AMENDMENTS DIVISION 1 JUNE 26, 2000 07.AP1 Page 3 1 SECTION 1-08, PROSECUTION AND PROGRESS 2 February 5, 2001 3 1-08.1 Subcontracting 4 The 7th paragraph is revised to read as follows: 5 6 On all projects funded with Contracting Agency funds only, the Contractor shall certify 7 to the actual amounts paid Disadvantaged, Minority, or Women's Business Enterprise 8 firms that were used as subcontractors, lower tier subcontractors, manufacturers, 9 regular dealers, or service providers on the contract. This Certification shall be 10 submitted to the Project Engineer on WSDOT form 421-023, Annual Report of 11 Amounts Paid as MBE/WBE Participants", annually for the State fiscal year July 1 12 through June 30, or through physical completion of the contract, whichever occurs 13 earliest. The report is due July 20th following the fiscal year end or 20 calendar days 14 after physical completion of the contract. 15 16 The 7th paragraph is supplemented with the following: 17 18 On all projects funded with both Contracting Agency funds and Federal assistance the 19 Contractor shall submit a "Quarterly Report of Amounts Credited as DBE Participation" 20 on a quarterly basis for every quarter in which the contract is active (work is 21 accomplished) or upon completion of the project, as appropriate The quarterly reports 22 are due on the 20th of April, July, October, and January for the four respective quarters. 23 When required, this "Quarterly Report of Amounts Credited as DBE Participation" is in 24 lieu of WSDOT form 421-023, "Annual Report of Amounts Paid as MBE/WBE 25 Participants". 26 27 This section is supplemented with the following: 28 29 Subcontract Completion and Return of Retainage Withheld 30 The following procedure shall apply to all subcontracts entered into as a part of this 31 Contract: 32 33 Requirements 34 1. The subcontractor shall make a written request to the Contractor for the 35 release of the subcontractor's retainage or retainage bond. 36 37 2. Within ten (10) working days of the request, the Contractor shall determine if 38 the subcontract has been satisfactorily completed and shall inform the 39 subcontractor, in writing, of the Contractor's determination. 40 41 3. If the Contractor determines that the subcontract has been satisfactorily 42 completed, the subcontractor's retainage or retainage bond shall be released 43 by the Contractor within ten (10) working days from the date of the written 44 notice. 45 46 4. If the Contractor determines that the subcontractor has not achieved 47 satisfactory completion of the subcontract, the Contractor must provide the 48 subcontractor with written notice, stating specifically why the subcontract work 49 is not satisfactorily completed and what has to be done to achieve completion. 50 The Contractor shall release the subcontractor's retainage or retainage bond 1 within eight (8) working days after the subcontractor has satisfactorily 2 completed the work identified in the notice. 3 4 5. In determining whether satisfactory completion has been achieved , the 5 Contractor may require the subcontractor to provide documentation such as 6 _certifications and releases, showing that all laborers, lower -tiered 7 subcontractors suppliers material and equipment and others involved ......a+a........,w. a,, suppliers of material �q� cap �u equipment, n, vu �ci � u wvivau iii 8 the subcontractor's work have been paid in full. The Contractor may also 9 require any documentation from the subcontractor that is required by the 10 subcontract or by the Contract between the Contractor and Contracting 11 Agency or by law such as affidavits of wages paid, material acceptance 12 certifications and releases from applicable govemmental agencies to the 13 extent that they relate to the subcontractor's work. 14 15 6. If the Contractor fails to comply with the requirements of the specification and 16 the subcontractor's retainage or retainage bond is wrongfully withheld, the 17 subcontractor mayy seek recovery against the Contractor under applicable 18 prompt pay statutes in addition to any other remedies provided for by the 19 subcontract or by law. 20 21 Conditions 22 1. This clause does not create a contractual relationship between the Contracting 23 Agency and any subcontractor as stated in Section 1-08.1. Also, it is not 24 intended to bestow upon any subcontractor, the status of a third -party 25 beneficiary to the Contract between the Contracting Agency and the 26 Contractor. 27 28 2. This section of the Contract does not apply to retainage withheld by the 29 Contracting Agency from monies earned by the Contractor. The Contracting 30 Agency shall continue to process the release of that retainage based upon the 31 completion date of the project as defined in 1-08.5 Time for Completion and in 32 accordance with the requirements and procedures set forth in chapter 60.28 33 RCW. 34 35 Payment 36 The Contractor will be solely responsible for any additional costs involved in paying 37 retainage to the subcontractors prior to total project completion. Those costs shall 38 be incidental to the respective bid items. 39 40 1-08.5 Time For Completion 41 Itemthe 7th paragraph follows:Item "c"in thetoas 42 43 c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of 44 Amounts Credited as DBE Participation, as required by the Contract Provisions. SECTION 1-09, MEASUREMENT AND PAYMENT February 5, 2001 1-09.1 Measurement of Quantities The method of measurement for "Square Yard or Square Foot" is revised to read as follows: Square Yard or Square Foot - the measurement shall be a calculation from the neat dimensions shown in the Plans or as altered by the Engineer. If there is an exception within the measured area where the item of work is not performed (such as a drainage vault within a measured sidewalk) and if the exception area is greater than 9 square feet, then the area of the exception will be subtracted from the payment area calculated from the neat dimensions. 1-09.6 Force Account This section is revised to read as follows: The terms of the contract or of a change order may call for work or material to be paid for by force account. If so, then the objective of this specification is to reimburse the Contractor for all costs associated with the work, including costs of labor, small tools, supplies, equipment, specialized services, materials, applicable taxes and overhead and to include a profit commensurate with those costs. The amount to be paid shall be determined as shown below: 1. For Labor: Labor reimbursement calculations shall be based on a "Project Labor List" (List,) prepared and submitted by the Contractor and by any subcontractor before that firm commences force account work Once a List is approved by the Engineer, it shall be used to calculate force account labor payment until a new List is submitted and approved. The Engineer may compare the List to payrolls and other documents and may, at any time, require the Contractor to submit a new List. The Contractor may submit a new List at any time without such a requirement. Prior payment calculations shall not be adjusted as a result of a new List. To be approved, the List must be accurate and meet the requirements of this section. It shall include regular time and overtime rates for all employees (or work classifications) expected to participate in force account work. The rates shall include the basic wage and fringe benefits, the current rates for Federal Insurance Compensation Act (FICA), Federal Unemployment Tax Act (FUTA) and State Unemployment Tax Act (SUTA), the company's present rates for Medical Aid and Industrial Insurance premiums and the planned payments for travel and per diem compensation. The rates may also include an allocation of costs of safety and health testing. This allocation shall assure that the amount included for force account is reasonably proportional to the total costs applied to all work. In the event that an acceptable initial List or requested revised List is not received by the time that force account calculations are begun, the Engineer will develop a List unilaterally, utilizing the best data available, that will be used until a Contractor's List is received and approved. Again, prior calculations, prepared using the Engineer's List, will not be revised as a result of differences with the Contractor's List. The hourly rates established in the current "Project Labor List' shall be applied to the hours of work recorded by the Engineer. The hours of work shall include all hours that are contractual obligations of the Contractor or are customary payments by the Contractor to all employees. In addition to compensation for direct labor costs defined above, the Contracting Agency will pay the Contractor 26 percent of the sum of the costs calculated for labor reimbursement to cover project overhead, general company overhead, profit, bonding, insurance, Business & Occupation tax, and any other costs incurred. 2. For Materials: The Contracting Agency will reimburse invoice cost for Contractor -supplied materials. For the purpose of this provision, "Materials" shall include those items incorporated into the work, supplies used during the work and items consumed. This cost shall include freight and handling charges and applicable taxes. Before work is started, the Engineer may require the Contractor to obtain multiple quotations for the materials to be utilized and select the vendor with prices and terms most advantageous to the Contracting Agency. The Contracting Agency will provide a list of the types and quantities of Contractor -supplied materials witnessed by the Contracting Agency as being utilized in force account work. The list will be furnished promptly after the material is incorporated, on a daily basis unless agreed otherwise. The Contractor may propose corrections to the list and will supply prices for the materials and other costs and return the list to the Contracting Agency. To support the prices, the Contractor shall attach valid copies of vendor invoices. If invoices are not available for materials from the Contractor's stocks, the Contractor shall certify actual costs (at a reasonable level) by affidavit. The Engineer will review the prices and any Contractor -proposed corrections and, if reasonable, approve the completed list. Once approved, the prices will be utilized in the calculation of force account reimbursement for materials. If, in the case of non -invoiced materials supported by Contractor affidavit, the price appears to be unreasonable, the Engineer will determine the cost for all or part of those materials, utilizing the best data available. The Contracting Agency reserves the right to provide materials. In this case, the Contractor will receive no payment for any costs, overhead, or profit arising from the value of the materials themselves. Additional costs to handle and place the Agency-fumished material shall be compensated as described in this specification. In addition to compensation for direct materials cost, the Contracting Agency will pay the Contractor 21 percent of the sum of the costs calculated for materials reimbursement to cover project overhead, general company overhead, profit, bonding, insurance, Business & Occupation tax, and any other costs incurred. 3. For Equipment: The Contracting Agency will reimburse the Contractor for the cost of equipment utilized in the work. The equipment provided by the Contractor shall be of modern design and in good working condition. For the purpose of this provision, "provided" shall mean that the equipment is owned (either through outright ownership or through a long-term lease) and operated by the Contractor or Subcontractor or that the equipment is rented and operated by the Contractor or Subcontractor. Equipment that is rented with operator shall not be included here, but shall be considered a service and addressed according to section 4 of this provision. The amount of payment for any Contractor -owned equipment that is utilized shall be determined according to the version of the AGC/WSDOT Equipment Rental Agreement which is in effect at the time the force account is authorized. The rates listed in the Rental Rate Blue Book (as modified by the current AGC/WSDOT Equipment Rental Agreement) shall be full compensation for all fuel, oil, lubrication, ordinary repairs, maintenance, and all other costs incidental to furnishing and operating the equipment except labor for operation. Payment for rented equipment will be made on the basis of a valid invoice, covering the time period of the work. Before work is started, the Engineer may require the Contractor to obtain multiple quotations for the rental of equipment to be utilized and select the vendor with prices and terms most advantageous to the Contracting Agency In addition to the payments for Contractor -owned and rented equipment, one or more lump -sum payments may be made for small tools. The amount to be paid shall be determined as outlined in the AGCIWSDOT Equipment Rental Agreement. The Contracting Agency will add 21 percent to equipment costs to cover project overhead, general company overhead, profit, bonding, insurance, Business & Occupation tax, and any other costs incurred. This markup will be over and above those equipment costs and will not be adjusted for any equipment overhead amounts included in the Blue Book rates. Current copies of the Rental Rate Blue Book and the AGC/WSDOT Equipment Rental Agreement will be maintained at each Region office of the Department of Transportation (Compact Disk Version) and at each of the offices of the Associated General Contractors of America (in Seattle, Spokane, Tacoma, and Wilsonville, Oregon) where they are available for inspection. 4. For Services: Compensation under force account for specialized services shall be made on the basis of an invoice from the providing entity. A "specialized service" shall be one which is typically billed through invoice in standard industry practice. Before work is started, the Engineer may require the Contractor to obtain multiple quotations for the service to be utilized and select the provider with prices and terms most advantageous to the Contracting Agency. Except as noted below, the Contracting Agency will pay the Contractor an additional 21 percent of the sum of the costs included on invoices for specialized services to cover project overhead, general company overhead, profit, bonding, insurance, Business & Occupation tax, and any other costs incurred. When a supplier of services is compensated through invoice, but acts in the manner of a subcontractor, as described in Section 6 of this provision, then markup for that invoice shall be according to Section 6. "Contractor Markup on Subcontractors' Work". 5. For Mobilization: Force account mobilization is defined as the preparatory work performed by the Contractor including procurement, loading and transportation of tools and equipment, and personal travel time (when such travel time is a contractual obligation of the Contractor or a customary payment for the Contractor to all employees). Mobilization also includes the costs incurred during demobilization. Pro -rata adjustments may be made when the mobilization applies to both force account and other contract work. The Contracting Agency will pay for mobilization for off-site preparatory work for force account items provided that notice has been provided sufficiently in advance to allow the Engineer to witness the activity, if desired. Any costs experienced during mobilization activities for labor, equipment, materials or services shall be listed in those sections of the force account summary and paid accordingly. 6. For Contractor Markup on Subcontractor's Work: When work is performed on a force account basis by one or more approved subcontractors, by lower -tier subcontractors or suppliers, or through invoice by firm(s) acting in the manner of a subcontractor, the Contractor will be allowed an additional markup, from the table below, applied to the costs computed for work done by each subcontractor through Sections 1, 2, 3, and 4, to compensate for all administrative costs, including project overhead, general company overhead, profit, bonding, insurance, Business & Occupation tax, and any other costs incurred. A firm may be considered to be acting as a subcontractor when the Engineer observes one or more of the following characteristics: The person in charge of the firm's activities takes an active role in managing the overall project, including extensive coordination, interpretation of plans, interaction with the Contracting Agency or management of a complex and inter -related operation. ea Rented equipment is provided fueled, operated and maintained by the firm. Operators of rented equipment are supervised directly by the firm's representative. There is little interaction between the Contractor and the employees of the firm. • The firm appears to be holding the risk of performance and quality of the work. • The firm appears to be responsible for liability arising from the work. Markups on Work Performed by Subcontractor(s): 1. On amounts paid for work performed by each Subcontractor on each force account and calculated through Sections 1-4 up to $25,000 12% 2. On amounts greater than $25,000 up to $100,000 10% 3. On amounts greater than $100,000 7% The amounts and markup rates shall be calculated separately for each subcontractor on each force account item established. The payments provided above shall be full payment for all work done on a force account basis. The calculated payment shall cover all expenses of every nature, kind, and description, including those listed above and any others incurred on the work being paid through force account. Nothing in this provision shall preclude the Contractor from seeking an extension of time or time -related damages to unchanged work arising as a result of the force account work. The amount and costs of any work to be paid by force account shall be computed by the Engineer, and the result shall be final as provided in Section 1-05.1. An item which has been bid at a unit price or lump sum in the Proposal will not be paid as force account unless a change as defined in Section 1-04.4 has occurred and the provisions require a payment adjustment. Items which are included in the Proposal as Force Account or which are added by change order as Force Account may, by agreement of the parties at any time, be converted to agreed unit prices or lump sums applicable to the remaining work. 1-09.7 Mobilization This section is revised to read as follows: Mobilization consists of preconstruction expenses and the costs of preparatory work and operations performed by the Contractor which occur before 10 percent of the total original contract amount is eamed from other contract items. Items which are not to be included in the item of Mobilization include but are not limited to: 1. Any portion of the "work covered by the specific contract item or incidental work which is to be included in a contract item or items. 2. Profit, interest on borrowed money, overhead, or management costs. 3. Any costs of mobilizing equipment for force account work. Based on the lump sum contract price for "Mobilization," partial payments will be made as follows: 1. When 5 percent of the total original contract amount is earned from other contract items, excluding amounts paid for materials on hand, 50 percent of the amount bid for mobilization, or 5 percent of the total original contract amount, whichever is the least, will be paid. 2. When 10 percent of the total original contract amount is earned from other contract items, excluding amounts paid for materials on hand, 100 percent of the amount bid for mobilization, or 10 percent of the total original contract amount, whichever is the least, will be paid. 3. When the physical completion date has been established for the project, payment of any amount bid for mobilization in excess of 10 percent of the total original contract amount will be paid. Nothing herein shall be construed to limit or preclude partial payments otherwise provided by the contract. SECTION 1-10, TEMPORARY TRAFFIC CONTROL October 2, 2000 3 1-10.2(3) Conformance to Established Standards 4 The section is revised to read as follows: 5 6 Flagging, signs, and all other traffic control devices furnished or provided shall 7 conform to the standards established in the latest adopted edition of the "Manual 8 on Uniform Traffic Control Devices" (MUTCD) published by the U.S. Department 9 of Transportation and the Modifications to the MUTCD for Streets and Highways 10 for the State of Washington. Copies of the MUTCD may be purchased from the 11 Superintendent of Documents, U.S. Govemment Printing Office, Washington, 12 D.C. 20402. Modifications to the MUTCD for Streets and Highways for the State 13 of Washington may be obtained from the Department of Transportation, 14 Olympia, Washington 98504. 15 16 In addition to the standards of the MUTCD described above, the Contracting 17 Agency has scheduled the implementation of crashworthiness requirements for 18 all workzone devices. The National Cooperative Highway Research Project 19 (NCHRP) Report 350 has established requirements for crash testing. Workzone 20 devices are divided into four categories. Each of those categories and the 21 schedule for implementation is described: 22 23 Category 1 includes those items that are small and lightweight, channelizing, 24 and delineating devices that have been in common use for many years and are 25 known to be crashworthy by crash testing of similar devices or years of 26 demonstrable safe performance. These include cones, tubular markers. flexible 27 delineator posts, and plastic drums with no attachments. All Category 1 devices 28 used by the project shall meet the requirements of NCHRP 350 as certified by 29 the manufacturer of the device. The Contractor shall obtain the manufacturer's 30 certification documentation for all such devices purchased and shall keep the 31 documentation available for inspection throughout the life of the project. 32 33 Category 2 includes devices that are not expected to produce significant 34 vehicular velocity change, but may otherwise be hazardous. Examples of this 35 class are barricades, portable sign supports and signs, intrusion alarms and 36 vertical panels . Any new Category 2 device purchased after October 1, 2000 37 shall meet the requirements of NCHRP 350. Existing equipment, purchased 38 prior to October 1, 2000, may be used on the project until December 31, 2007. 39 For the purpose of definition, a sign support and sign shall be considered a 40 single unit. A new sign may be purchased for an existing sign support and the 41 entire unit will be defined as "existing equipment." The contract documents will 42 contain provisions that list all Category 2 devices deemed compliant with 43 NCHRP 350 and acceptable for use on the project. The Contractor may select 44 from that list when obtaining new equipment or may submit other products for 45 the Engineer's consideration. 46 47 Category 3 is for hardware expected to cause significant velocity changes or 48 other potentially harmful reactions to impacting vehicles. Barriers, fixed sign 49 supports, crash cushions, truck mounted attenuators (TMA's) and other work ENGLISH AMENDMENTS DIVISION 1 OCTOBER 2, 2000 10.AP1 Page 1 i i 1 zone devices not meeting the definitions of Category 1 or 2 are examples from 2 this category. Many Category 3 devices are defined in the design of the project. 3 Where this is the case, NCHRP 350 requirements have been incorporated into 4 the design and the Contractor complies with the requirements by constructing 5 according to the plans and specifications. Where the device is a product chosen 6 by the Contractor, the device chosen must be compliant with the requirements 7 of NCHRP 350. 8 9 Category 4 includes portable or trailer -mounted devices such as Arrow Displays, 10 Temporary Traffic Signals, Area Lighting Supports, and Portable Changeable 11 Message Signs. After October 1, 2002, this class of devices may only be used 12 if they are placed behind crashworthy barriers or shielded with Truck -Mounted 13 attenuators or crash cushions. 14 15 The condition of signs and traffic control devices shall be new or "acceptable" as 16 defined in the book Quality Standards for Work Zone Traffic Control Devices, 17 and will be accepted based on a visual inspection by the Engineer. The 18 Engineer's decision on the condition of a sign or traffic control device shall be 19 final. When a sign or traffic control device becomes classified as "not 20 acceptable" it shall be removed from the project and replaced within 12 hours. ENGLISH AMENDMENTS DIVISION 1 OCTOBER 2, 2000 10.AP1 Page 2 1 SECTION 2-02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2 March 6, 2000 3 2-02.5 Payment 4 This section is supplemented with the following: 5 6 If pavements, sidewalks, or curbs lie within an excavation area, their removal 7 will be paid for as part of the quantity removed in excavation. cECTlON 2-n4 STRUCTURE EXCAVATION February 5, 2001 2-09.3(2) Classification of Structure Excavation The section is revised to read as follows: . Class A. Structure excavation required for bridge and retaining wall footings pile Js, seals, and wingwalls. stall be classified as structure excavation Class A. If the excavation requires a cofferdam, structural shoring, or extra excavation, the work outside the neat lines of the structure excavation Class A shall be classified as shoring or extra excavation Class A. 2. Class B. All other structure excavation shall be Class B. If this excavation requires cofferdams, shoring, or extra excavation, the work outside the neat lines of the structure excavation Class B shall be classified as shoring or extra excavation Class B. 2-09.3(3)D Shoring and Cofferdams The section is revised to read as follows: Definitions Structural shoring is defined as a shoring system that is installed prior to excavation. Structural shoring shall provide lateral support of soils and limit lateral movement of soils supporting structures, utilities, railroads, etc., such that these items are not damaged as a result of the lateral movement of the supporting soils. Structural shoring systems includes driven cantilever sheet piles, sheet piles -with tiebacks, sheet pile cofferdams with wale rings or struts, prestressed spud piles, cantilever soldier piles with lagging, soldier piles with lagging and tiebacks, and multiple tier tieback systems. Trench boxes, sliding trench shields, jacked shores, and shoring systems which are installed after excavation are not allowed as structural shoring. A cofferdam is any watertight enclosure, sealed at the bottom and designed for the dewatering operation, that surrounds the excavated area of a structure. The Contractor shall use steel sheet pile or interlocking steel pile cofferdams in all excavation that is under water or affected by ground water Submittals and Design Requirements The Contractor shall submit working drawings and calculations showing the proposed methods and construction details of structural shoring or cofferdams in accordance with Sections 6-01.9 and 6-02.3(16). The Contractor shall not begin construction of structural shoring or cofferdams, nor begin excavation operations, until approval of the structural shoring submittal has been given by the Project Engineer. Structural shoring and cofferdams shall be designed for conditions stated in this Section using methods shown in the USS Steel Sheet Piling Design Manuals, published by United States Steel, and Division I Section 5 of the AASHTO Standard Specifications for Highway Bridges Sixteenth Edition - 1996 and current interims, and as described in the Foundations and Earth Structures - Design Manual 7.2 May 1982 published by the Department of the Navy. Allowable stresses for materials shall not exceed stresses and conditions allowed by Section 6-02.3(17)B. The structural shoring system shall be designed for site specified conditions which shall be shown and described in the working drawings. Examples of such items that shall be shown on the structural shoring submittal and supported by calculations include, but are not limited to, the following: 1. Soil properties; heights; soil slopes; soil benches; water tables; and controlling cross sections showing adjacent existing foundations and utilities. 2. Location and weight of construction equipment adjacent to the excavation; location of adjacent traffic; and structural shoring system material properties, spacing, size, connection details, weld sizes, and embedment depths. 3. Structural shoring installation and construction sequence, procedure, length of time for procedure and time between operations; proof load testing procedure if any; deadman anchor design and geometry; no load zones; grouting material and strengths; and a list of all assumptions. 4. Methods and materials to be used to fill voids behind lagging, when soldier piles with lagging are used as structural shoring. Construction Requirements Structural shoring or cofferdams shall be provided for all excavations near completed structures (foundations of bridges, walls, or buildings), near utilities, and near railroads. In addition, structural shoring or cofferdams shall be provided for all excavations 4 feet or more in depth which are adjacent to a roadway if the excavation is to be left open more than 48 hours. Alternatively, the excavation shall meet the open -pit requirements of Section 2-09.3(3)B. Existing foundations shall be supported with structural shoring if the excavation is within the limits defined by a plane which extends out from the nearest edge of the existing footing a level distance of 1/2 the width of the existing footing and then down a slope of 1-1/2 horizontal to 1 vertical. When structural shoring or cofferdams are utilized, all excavation and structural shoring shall be constructed in accordance with the approved structural shoring submittal, including any required construction sequence noted in the working drawings. The Contractor shall remain responsible for satisfactory results. If soldier piles are placed in drilled holes, then the hole shall be filled to the top of the soldier pile either with controlled density fill, if water is not present in the hole, or lean concrete. Backfilling soldier pile drilled holes with pea gravel or sand is not allowed. If lagging is used, void space behind the lagging shall be minimized. If the Engineer determines that the voids present could result in damage or serviceability problems for the structural shoring system or any structures or facilities adjacent to the structural shoring system, the Contractor shall cease excavation and lagging installation, and shall fill the voids specified by the Engineer in accordance with the approved structural shoring submittal. Further excavation and lagging placement shall not continue until the specified voids are filled to the satisfaction of the Engineer. Excavation shall not proceed ahead of lagging installation by more than 4 feet or by the height that the soil wW safely stand, whichever is least. For tiebacksystems, 9 '� cL oc. shoring 3ySi�ii i i.�, excavation shall not proceed ahead by more than 4 feet of the tie installation and proof testing. In using cofferdams or structural shoring, the Contractor shall: 1. Extend cofferdams well below the bottom of the excavation, and embed structural shoring as shown in the structural shoring submittal as approved by the Engineer. 2. Provide enough clearance for constructing forms, inspecting concrete exteriors, and pumping water that collects outside the forms. If cofferdams tilt or move laterally during placement, the Contractor, at no expense to the Contracting Agency, shall straighten or enlarge them to provide the required clearance. 3. Secure the cofferdam in place to prevent tipping or movement. 4. Place structural shoring or cofferdams so that they will not interfere with any pile driving required. 5. Not place any shoring, braces, or kickers inside the cofferdams and structural shoring which will induce stress, shock, or vibration to the permanent structure. 6. Vent cofferdams at the elevation commensurate with seal weight design, or as shown in the Plans. 7. Remove all bracing extending into the concrete being placed When the work is completed, the Contractor shall: 1. Remove all structural shoring to at least 2 feet below the finished ground line. 2. Remove all cofferdams to the natural bed of the waterway. 2-09.3(4) Construction Requirements, Structure Excavation, Class B The first sentence of the first paragraph is revised to read as follows: The above requirements for structure excavation Class A, shall apply also to structure excavation Class B except as revised below. The first sentence of the fifth paragraph is revised to read as follows: Trench boxes may be used for structure excavation, Class B. Approval of trench boxes can be done by the Project Engineer provided it is not used to support adjacent traffic, existing footings, or other structures. 1 SECTION 7-08, GENERAL PIPE INSTALLATION REQUIREMENTS 2 February 5, 2001 3 7-08.3(2)D Pipe Laying - Steel or Aluminum 4 The second paragraph is revised to read as follows: 5 6 Aluminum pipe or pipe arch used in concrete shall be painted with two coats of 7 paint. The aluminum pipe to be painted shall be cleaned with solvent to remove 8 contaminants. After cleaning, the pipe shall be painted with two coats of paint 9 conforming to Federal Specification TT-P-645 (primer, paint, zinc chromate, 10 alkyd vehicle). Aluminized steel pipe will not require painting when placed in 11 Controlled Density Fill (CDF) or when in contact concrete head walls. 1 SECTION 5-04, ASPHALT CONCRETE PAVEMENT 2 June 26, 2000 3 5-04.3(8) Mixing 4 In the second paragraph, the last sentence is deleted. 5 6 5-04.3(8)A Acceptance Sampling and Testing 7 Section 3.A.(2) the reference to "WSDOT Test Method 712" is revised to "WAQTC 8 FOP for AASHTO T 168". 9 10 Section 3.C, the referenced sieve sizes for deviation are revised to read as follows: 11 12 No. 4 sieve and larger ±4 percent 13 No 6 sieve to No 80 sieve ±2 percent 14 No. 100 and No. 200 sieve ±0.4 percent 15 Asphalt % +n 3 ncrrnnt 16 17 Section 3.D is revised to read as follows: 18 19 Test Methods. Acceptance testing for compliance of asphalt content will be 20 WSDOT FOP for AASHTO Test Method T 308. 21 22 Acceptance testing for compliance of gradation will be WAQTC FOP for ASHTO 23 T 30. 24 25 5-04.3(10B Control 26 In the first paragraph, the reference to "AASHTO T 209." Is revised to read as 27 follows. 28 29 WSDOT FOP for AASHTO T 209. 30 31 In the first paragraph, the reference to "WSDOT Test Method 715" is revised to 32 "WAQTC FOP TM 8 and WSDOT SOP T 729". 1 SECTION 5-05, CEMENT CONCRETE PAVEMENT 2 June 26, 2000 3 5-05.3(4)A Acceptance of Portland Cement Concrete Pavement 4 In the first paragraph the second sentence is revised to read as follows: 5 6 The point of acceptance will be per WAQTC FOP for TM 2 or at the point of 7 discharge when a pump is used. 8 9 The fifth paragraph is revised by the following: 10 11 Acceptance testing for compliance of air content and 28 day compressive 12 strength shall be conducted from samples prepared according to WAQTC FOP 13 for TM 2. Air content shall be determined by conducting WAQTC FOP for 14 AASHTO T 152. If the Contractor fails to provide the Aggregate Correction 15 Factor per WAQTC FOP for AASHTO T 152 with the mix design, one will not be 16 applied. Compressive Strength shall be determine by WSDOT FOP for 17 AASHTO T 23 and AASHTO Test Method T 22. 4 SEnTIrAI O=f fl nCCIMITIr' KIC Anln TC CTC SSV S !7 L1�� !!!! ! ! �l7C !7- ...� ! 2 June 26, 2000 3 9-00.4 Sieve Analysis of Aggregates 4 This section is revised to read as follows: 5 - 6 Sieve analysis for acceptance of aggregate gradation shall be performed by procedures 7 described in the WAQTC FOP for AASHTO T 27/11. 8 9 9-00.8 Sand Equivalent 10 This section is revised to read as follows: 11 12 The sand equivalent will be the average of duplicate determinations from a single 13 sample. The sand equivalent sample will be prepared in accordance with the WSDOT 14 Field Operating Procedure (FOP) for AASHTO T 176, Alternate Method 2, the pre -wet 15 condition. 1R 17 9-00.9 Field Test Procedures 18 This section is revised to read as follows: 19 20 Field test procedures may be either a WSDOT procedure or a Field Operating 21 Procedure (FOP) for an AASHTO, ASTM, or WAQTC test procedure. A Field 22 Operating Procedure is a technically equivalent abridged version of an AASHTO, 23 ASTM, or WAQTC test procedure for use in field conditions. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 Passing Sieve Size 2" square 1 1/2" square 1" square 3/4" square 1/2" square 3/8" square U.S. No. 4 U.S. No. 8 U.S No 16 9-03.14(3) Common Borrow In the third paragraph the reference to "Standard Test Designation" is revised to "Test Method". 9-03.20 Test Methods for Aggregates This section is revised to read as follows: The properties enumerated in these Specifications shall be determined in accordance with the following methods of test: Title Sampling Organic Impurities Clay Lumps in Aggregates Abrasion of Coarse Aggregates by Use of the Los Angeles Machine Material Finer than U S No. 200 Sieve in Aggregates Percent of Fracture in Aggregates Sieve Analysis of Fine and Coarse Aggregates Sand Equivalent Test for Surfacing Materials 176 Determination of Degradation Value Determination of Fineness Modulus Particle Size Analysis of Soils Stabilometer R Value, Untreated Materials Swell Pressure and Permeability Stabilometer S Value, Treated Materials Gradation of Aggregates in ACP Determining Stripping of Asphalt Concrete Compressive.Strength of Concrete Flexural Strength of Concrete Test Method WSDOT FOP for AASHTO T 2 AASHTO T 21 AASHTO T 112 AASHTO T 96 AASHTO T 11 WAQTC FOP for TM 1 AASHTO T 27 WSDOT FOP for AASHTO T Alternate Method 2, the pre -wet condition WSDOT T 113 AASHTO T 27 AASHTO T 88 WSDOT T 611 WSDOT T 611 WSDOT T 703 WAQTC FOP for AASHTO T 30 WSDOT T 718 AASHTO T T 22 WSDOT-T 802 1 SECTION 9-03, AGGREGATES 2 February 5, 2001 3 9-03.1(1) General Requirements 4 This section is revised to read as follows: 5 6 Portland cement concrete eggregates shall be manufactured from Iedoe rock. 7 talus, or sand and gravel in accordance with the provisions of Section 3-01. 8 9 Aggregates found to be potentially reactive per AASHTO T 303 or ASTM C 10 1260 shall require mitigating measures. Aggregates for use in Commercial 11 Concrete as defined in 6-02.3(2)B shall not require mitigation. Expansions 12 greater than 0.10 percent determined according to AASHTO T 303 or ASTM C 13 1260 will be considered to be potentially reactive. The Contracting Agency will 14 conduct AASHTO T 303 in order to determine the potential reactivity of the 15 aggregates, all other testing is the responsibility of the Contractor. 16 17 Mitigating measures shall include the use of low alkali cement per 9-01.2(3) and 18 may include the use of fly ash, lithium compound admixtures, or other material 19 as approved by the Engineer. The Contractor shall submit evidence in the form 20 of test results from ASTM C 1260 or AASHTO T 303 that demonstrate the 21 proposed mitigation when used with the aggregates proposed will control the 22 potential expansion before the aggregate source may be used in concrete. If fly 23 ash is used, the Contractor shall provide test results from ASTM C 441 that 24 show the fly ash does not cause an expansion reaction greater than that of the 25 comparison control mixture prepared with cement of alkali between 0.40 and 26 0.60 percent. 27 28 Mitigating measures will not be required if the Contractor provides test results 29 from ASTM C 1293 or ASTM C 295 that indicate the aggregate is not reactive. 30 An expansion of less than 0.n4 percent per ARTM C: 1293 or an aggregate 31 composition containing less than the following materials per ASTM C 295 will 32 be considered evidence that the aggregates are not reactive. 33 34 Mineral Limit 35 Optically strained, microfractured, or 36 microcrystalline quartz 5.0% (max.) 37 Chert or chalcedony 3.0% (max.) 38 Tridymite or cristobalite 1.0% (max.) 39 Opal 0.5% (max.) 40 Natural volcanic glass 3-0% (max.) 41 42 All these mineral limits are based on the total aggregate sample. 43 44 9-03.1(4)A Deleterious Substances 45 In the second paragraph the reference to "WSDOT Method 103" is revised to 46 "WAQTC FOP for TM 1". 47 48 9-03.1(4)C Grading 49 In paragraph one, the Column "Passing Sieve Size" is revised to read as follows: 50 1 Passing 2 Sieve Size 3 2" square 4 1 1/2" square 5 1" square 6 3/4" square 7 1/2" square 8 3/8" square 9 U.S. No. 4 10 U.S. No. 8 11 U.S. No. 16 12 13 9-03.1(5) Combined Aggregate Gradation for Portland Cement Concrete 14 Aggregates shall consist of sand, gravel, crushed stone, or other inert material or 15 combinations thereof, having hard, strong durable particles free from adherent 16 coatings. Aggregates shall be washed to remove clay, loam, alkali, organic matter, 17 silt, bark, sticks, or other deleterious matter. 18 19 9-03.1(5)A Deleterious Substances 20 The amount of deleterious substances in the washed aggregate shall not exceed the 21 following values: 22 23 1. Particles of specific gravity less than 1.95 2.0 percent by weight 24 2. Organic matter, by colorimetric test, shall not be darker than the reference 25 Standard color (organic plate No. 3) AASHTO T21 unless other tests prove 26 a darker color to be harmless. 27 3. Aggregates retained on the U.S. No. 4 sieve shall not have a percentage of 28 wear in Los Angeles machine in excess of 35 after 500 revolutions. 29 4. Clay lumps 0.3 percent by weight 30 5. Shale 1.00 percent by weight 31 6. Wood Waste 0.03 percent by weight 32 7. Amount finer than U.S. No. 200 2.0 percent by weight 33 34 9-03.1(5)B Grading 35 If a maximum aggregate size is not specified, the Contractor shall determine the 36 maximum aggregate size, using ACI 211.1 as a guide. In no case will the maximum 37 aggregate size exceed one-fifth of the narrowest dimension between sides of the 38 forms, one-third the depth of slabs, nor three-fourths of the minimum clear spacing 39 between individual reinforcing bars, bundles of bars, or pretensioning strands. 40 41 The combined aggregate gradation when plotted on the 0.45 power chart shall be 42 between two lines. The 0.45 power chart has a vertical axis that is the percent 43 passing and a horizontal axis that is the sieve size raised to the 0.45 power. One 44 line is defined as a line that passes through the point defined as 0 percent passing at 45 the U.S. No. 100 sieve size and the point defined as 100 percent passing at the 46 maximum aggregate sieve size. The other line is defined as a line that passes 47 through the origin and the point defined as 100 percent passing two standard sieve 48 sizes down from the maximum aggregate sieve. 49 50 The Contracting Agency may sample each component aggregate prior to 51 introduction to the weigh batcher or as otherwise determined by the Engineer. Each 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 9n 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 separate component will be sieve analyzed alone per AASHTO procedures T-11/27. All material components will be mathematically re -combined by proportions (l1o,ghF ed Average), suppli 8a by the Contractor. ir. 9-03.14(3) Common Borrow In the third paragraph the reference to "Standard Test Designation" is revised to 'Test Method". 9-03.20 Test Methods for Aggregates This section is revised to read as follows: The properties enumerated in these Specifications shall be determined in accordance with the following methods of test: Title Sampling Organic Impurities Clay Lumps in Aggregates Abrasion of Coarse Aggregates by Use of the Los Angeles Machine Material Finer than U.S. No. 200 Sieve in Aggregates Percent of Fracture in Aggregates Sieve Analysis of Fine and Coarse Aggregates Sand Equivalent Test for Surfacing Materials 176 Determination of Degradation Value Determination of Fineness Modulus Particle Size Analysis of Soils Stabilometer R Value, Untreated Materials Swell Pressure and Permeability Stabilometer S Value, Treated Materials Gradation of Aggregates in ACP Determining Stripping of Asphalt Concrete Compressive Strength of Concrete Flexural Strength of Concrete Teat Method WSDOT FOP for AASHTO T 2 AASHTO T 21 AASHTO T 112 AASHTO T 96 AASHTO T 11 WAQTC FOP for TM 1 AASHTO T 27 WSDOT FOP for AASHTO T Altemate Method 2, the pre -wet condition WSDOT T 113 AASHTO T 27 AASHTO T 88 WSDOT T 611 WSDOT T 611 WSDOT T 703 WAQTC FOP for AASHTO T 30 WSDOT T 718 AASHTO T 22 WSDOT-T 802 9-03.21(2) Recycled Glass Aggregate In the second paragraph the second sentence is revised to read as follows: Sieve analysis shall be conducted according to WAQTC FOP for AASHTO T 27/11 on at least a quarterly basis by the product supplier. In the fourth paragraph the third sentence is revised to read as follows: SECTION 9-28, SIGNING MATERIALS AND FABRICATION June 26, 2000 9-28.1(1) Basis for Acceptance The first paragraph is revised to read as follows: Reflective sheeting shall be accepted on the basis of inclusion of the material/product on the Qualified Product List or by approval of a Request for Approval of Materials. The sign fabricator shall have available for inspection a copy of the Manufacturer's Certificate of Compliance for each lot of reflective sheeting. This certificate shall verify that the reflective sheeting meets all the requirements of Section 9-28 12. 9-28.11 Hardware The first sentence of the first paragraph is revised to read as follows: Bolts, nuts, and washers shall be of the same material for each attachment, except for signs mounted on Overhead Sign Structures (i.e. sign bridges, cantilevers, and bridge mounted) all bolts, u -bolts, washers, nuts, and locknuts shall be stainless steel only. In the first paragraph, the Specification for "Strap and Mounting Bracket" is revised to read. ASTM A 666, Type 201 Stainless Steel The last paragraph is revised to read as follows All steel parts shall be galvanized per AASHTO M 111. Steel bolts and related connecting hardware shall be galvanized per AASHTO M 232. 9-28.14(2) Steel Structures and Posts The first paragraph is revised to read as follows Anchor rods and washers for sign bridge and cantilever sign structure foundations shall conform to Section 9-06.5(4). Anchor rods shall be galvanized after fabrication a minimum of 1'-0" at the exposed end in accordance with AASHTO M 232. Nuts and washers shall be galvanized after fabrication in accordance with AASHTO M 232. Anchor rod templates shall conform to AASHTO M 183, but need not be galvanized. CONTRACT PROVISIONS General Special Provisions City of Yakima Special Provisions Contract Form Performance Bond Form Informational Certificate of Insurance Informational Additional Insured Endorsement Minimum Wage Affidavit Form 35 Z:\JAN\SPECS\98090.YK.wpd SPECIAL PROVISIONS The following Special Provisions are made a part of this Contract and supersede any conflicting provisions of the 2000 Standard Specifications for Road, Bridge, and Municipal Construction (English), and the foregoing Amendments to the Standard Specifications. CONTROL OF MATERIAL Foreign Made Materials Section 1-06 is supplemented with the following: (March 13, 1995) The major quantities of steel and iron construction material that is permanently incorporated into the project shall consist of American-made materials only. The Contractor may utilize minor amounts of foreign steel and iron in this project, provided the cost of the foreign material used does not exceed one-tenth of one percent of the total contract cost or $2,500.00, whichever is greater. American-made material is defined as material having all manufacturing processes occur in the United States. The action of applying a coating to steel or iron is deemed a manufac- turing process. Coating includes epoxy coating, galvanizing, aluminizing, painting, and any other coating that protects or enhances the value of steel or iron. Any process from the original reduction from ore to the finished project constitutes a manufacturing process for iron. The following are considered to be steel manufacturing processes: 1. Production of steel by any of the following processes: a. Open hearth furnace. b. Basic oxygen. c. Electric furnace. d. Direct reduction. 2. Rolling, heat treating, and any other similar processing. 3. Fabrication of the products. a. Spinning wire into cable or strand. b. Corrugating and rolling into culverts. c. Shop fabrication. A certification of materials origin will be required for any items comprised of, or containing, steel or iron construction materials prior to such items being incorporated into the permanent work. The certification shall be on DOT Form 350-109 provided by the Engineer, or such other form the Contractor chooses, provided it contains the same information as DOT Form 350-109. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC Laws to be Observed Section 1-07.1 is supplemented with the following: Z: V AN\S P ECS\98090. YK. wpd 36 ( 7Aay 7J, 9Oen) Prevention of Environmental Pollution and Preservation of Public Natural Resources The Contractor shall comply with the following environmental previsions which are made a part of the contract documents. A copy of the environmental provisions is available to the Contractor at the Project Engineer's office. If the Contractor's operations involve work outside the areas covered by the following environmental provisions, the Contractor shall advise the Engineer and request a list of all additional environmental provisions covering the area involved. A copy of all additional environmental provisions is also available to the Contractor at the Project Engineer's office. Refer to Section 1-07.5 of the City of Yakima Special Provisions following these Special Provisions for the specific provisions that apply in addition to the provisions listed in the Standard Specifications and for which the Contractor is responsible. Fish and Wildlife and Ecology Regulations Permits and Licenses Section is supplemented with following: Vee IVn 1-07.6 1 Y 16 1 the following: WSDOT Franchise50157 has been obtained by the Contracting Agency. The Contractor shall comply with the provisions of the Franchise. A copy of the Franchise has been included in the Appendix. Temporary Water Pollution/Erosion Control Section 1-07.15 is supplemented with the following: (October 25, 1999) Erosion and Sedimentation Control (ESC) Lead The ESC Lead shall be identified by the Contractor at the preconstruction meeting. The ESC Lead shall have, for the life of the contract, a current Certificate of Training in Construction Site Erosion and Sediment Control signed by the WSDOT Water Quality Program Manager. The Certificate of Training is valid for 3 years from the issue date on the certificate. The ESC Lead shall implement the Temporary Erosion and Sedimentation Control (TESC) and Spill Prevention Control and Countermeasures (SPCC) plans. Implementation of the TESC and SPCC plans shall include, but is not limited to: 1. Installing, maintaining, inspecting and repairing all temporary erosion and spill control Best Management Practices (BMPs) included in the TESL and SPCC plans . All BMP's shall be inspected, maintained, and repaired as needed to assure continued performance of their intended function. All on- site erosion and sediment control measures shall be inspected at least once every seven days and within 24 hours after any storm event of greater than 0.5 inches within a 24 hour period. All spills shall be responded to as outlined in the SPCC Plan . Damaged or inadequate TESC measures shall be corrected within 24 hours of the inspection. A Temporary Erosion and Spill Control Report shall be prepared for each inspection and shall be included in the TESC and SPCC files. The inspection report shall include, but not be limited to: Z: JAN\SPECS\98090.YK.wpd 37 a. When, where and how BMPs were installed, removed, or modified; b. Repairs needed or made; c. Observations of BMP effectiveness and proper placement; d. Recommendations for improving performance of BMPs. 2. Preparing and maintaining a TESC and SPCC file on site that includes, but is not limited to: a. TESC and SPCC Inspection Reports; b. Storm water site plan; c. Temporary Erosion and Sediment Control (TESC) Plan; d. Contractors addendum to the TESC; e. National Pollutant Discharge Elimination System construction permit (Notice of Intent); f. Grading permit; g. Hydraulics Project Approval. Upon request, the file shall be provided to the Engineer for review. (October 25, 1999) Spill Prevention, Control and Countermeasures Description This work shall consist of preparing a Spill Prevention, Control, and Countermeasures (SPCC) Plan and preparing for implementation of the plan. SPCC Plan Requirements The Contractor shall be responsible for the preparation of an SPCC plan to be used for the duration of the project. The plan shall be submitted to the Project Engineer prior to the commencement of any construction activities. A copy of the plan with any updates shall be maintained at the work site by the Contractor. The SPCC plan shall identify construction planning elements and recognize potential spill sources at the site. The Plan shall outline responsive actions in the event of a spill or release and shall identify notification and reporting procedures. The Plan shall also outline Contractor management elements such as personnel responsibilities, project site security, site inspections and training. The Plan shall outline what measures the Contractor shall take to prevent the release or spread of the following: • An on site review has been completed and the following site(s) and materials have been identified and located and are described in the contract documents: • Any hazardous material* found on site and encountered during construction but not identified in contract documents. • Any hazardous materials* that the Contractor stores, uses, or generates on the construction site during construction activities. These items include, but are not limited to, gasoline, oils and chemicals. * Hazardous material, as referred to within this specification, is defined in RCW 70.105.010 under "hazardous substance." Z: U AN \S P E C S\98090. Y K. wp d 38 The SPCC elan shall also aririress, ata minimum, the following project -specific infnrmatinn: Introduction SPCC Plan Elements Site Information Management Approval Site Description Planning and Recognition Spill Prevention and Containment Spill Response Reporting Program Management Attachments: A - Emergency Action Plan B - Site Plan C - Inspection and Incident Report Forms Implementation Requirements In the event that hazardous material is encountered during the course of the work, regardless of whether or not the material is shown on the Plans, the implementation of the Contractor's SPCC Plan shall be included in the scope of the contract and shall be carried out by the Contractor. The Contractor shall maintain, at the job site, the applicable equipment and material designated in the SPCC Pian. (October 25, 1999) Payment The lump sum contract price for the "Spill Prevention Plan" shall be full pay for all labor, equipment, material, and overhead costs associated with the preparation of the SPCC Pian and any coordination and preparation needed prior to implementation. If the Contracting Agency is responsible for the cost of response, containment, and any cleanup, then payment shall be made through existing contract items or an Equitable Adjustment in accordance with Section 1-09.4. Assignment of responsibility for payment shall be as defined elsewhere in the Contract. If the spill is due to the Contractor's operations or negligence, nothing in this section shall be construed as relieving the Contractor of responsibility for damage and all cost of response, containment, and any cleanup shall be borne by the Contractor. (March 13, 1995) Utilities and Similar Facilities Section 1-07.17 is supplemented with the following: Locations and dimensions shown on the Plans for existing facilities are in accordance with available information obtained,without uncovering, measuring, or other verification. The Contractor shall call the Utility Notification Center (One CaII Center) for field location, not less than two nor more than ten business days before the scheduled date for commencement of excavation which may affect underground utility facilities, unless otherwise agreed upon by the parties involved. A business day is defined as any day other Z:UANASP ECS\98090. YK. wpd 39 than Saturday, Sunday, or a legal local, State, or Federal holiday. The telephone number for the One Call Center for this project may be obtained from the Engineer. If no one - number locator service is available, notice shall be provided individually to those owners known to or suspected of having underground facilities within the area of proposed excavation. The Contractor is alerted to the existence of Chapter 19.122 RCW, a law relating to underground utilities. Any cost to the Contractor incurred as a result of this law shall be at the Contractor's expense. No excavation shall begin until all known facilities, in the vicinity of the excavation area, have been located and marked. The following addresses and telephone numbers of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience: Qwest 8 W 2m Avenue, Room 304, Yakima WA 98902 509-575-7183 Charter Cable TV 1005 North 16'h Avenue, Yakima, WA 98902 509-575-1697 City of Yakima Water Division 2301 Fruitvalve Blvd. Yakima, WA 98902 509-575-6154 City of Yakima Wastewater Division 2220 E Viola, Yakima, WA 98901 509-575-6077 Cascade Natural Gas Corporation 401 N 1't Street, Yakima, WA 98901 509-457-5905 Pacific Power PO Box 1729, Yakima, WA 98907 509-575-3146 Nob Hill Water Association 6111 Tieton Drive, Yakima, WA 98908 509-966-0272 Yakima County 128 N. 2nd St., Room 408 Courthouse, Yakima, WA 98901 509-574-2300 The Contractor shall notify the Upper Yakima Valley Utilities Coordinating Council -Area 5, telephone number 1-800-553-4344, at least 48 hours prior to start of excavation so underground utilities may be marked. (March 13, 1995) Public Convenience and Safety Section 1-07.23(1) is supplemented with the following: The construction safety zone for this project is 15 feet from the outside edge of the traveled way. During nonworking hours, equipment or materials shall not be within the safety zone unless it is protected by permanent guard rail or temporary concrete barrier. The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location. During the actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the safety zone and only construction vehicles absolutely necessary to construction shall be allowed within the safety zone or allowed to stop or park on the shoulder of the roadway. The Contractor's nonessential vehicles and employees' private vehicles shall not be permitted to park within the safety zone at any time unless protected as described above. Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval. Z:\JAN\S P ECS\98090. YK. wpd 40 CITY OF YAKIMA SPECIAL PROVISIONS DOMESTIC WATER SYSTEM IMPROVEMENT PROJECT NEW 12" INTERTIE TERRACE HEIGHTS DRIVE AT MARTI'S RESTAURANT City Project No. 1912 The following Special Provisions supersede any conflicting provisions of the 2000 Standard Specifications for Road, Bridge, and Municipal Construction, including the Division 1 APWA SUPPLEMENT, Section 1-99, and are made a part of this Contract. PROJECT DESCRIPTION This work shall consist of the construction of approximately 900 LF of 12" ductile iron water main and fittings, one (1) new fire hydrant, one (1) new air relief valve, connection to existing mains, and asphalt pavement repair, all in accordance with these Plans and Specifications. 1-01 DEFINITIONS AND TERMS 1-01.3 DEFINITIONS The terms defined in SECTION 1-01.3 of the Standard Specifications shall be further described by the following: Contracting Agency: City of Yakima 129 North Second Street Yakima, WA 98901 The terms "Contracting Agency," "Owner," and "City" are inter- changeable. County: Yakima County Public Works Department 128 North 2nd Street Yakima, WA 98901 Engineer: Huibregtse, Louman Associates, Inc. 801 North 39th Avenue Yakima, WA 98902 Z: V AN\SPECS\98090.YK.wpd 41 Inspector: The City's designated Resident Engineer who observes the Contractor's performance. Standard Specifications: Working Drawings: The 2000 Standard Specifications for Road, Bridge, and Munici- pal Construction published by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association. Working drawings are further defined as catalog cut sheets, manufacturer's informational sheets describing salient features, or samples of fabricated and manufactured items required for the construction project. 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 QUALIFICATIONS OF BIDDER (APWA ONLY) Supplement this section as follows: Pre -qualification is not required for this project. 1-02.4 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE OF WORK 1-02.4(1) GENERAL Add the following paragraph: No pre-bid approval on any proposed substitute equipment shall be granted prior to the bid opening unless specified otherwise in these Specifications. A pre-bid conference will be held at Yakima City Nall CED Conference Room, second floor, 129 North 2nd Street, Yakima, Washington, at the time and date stated in the "Invitation to Bid." The conference will include project discussion, DBE Contractor participation, and the Affirmative Action Plan. 1-02.9 DELIVERY OF PROPOSAL Add the following: Sealed bids will be received at the following location before the specified time: Office of the Contracting Agency, City of Yakima, 129 North Second Street, Yakima, WA 98901, until the time and date set for the bid opening. 1-02.15 PRE -AWARD INFORMATION This section is supplemented with the following: The City will request the following documentation regarding efforts to maximize the opportunity for Women and Minority Business Enterprises and Women and Minority Workforce utilization in the performance of this project: Z:'J AN\S P EC S\98090. Y K. wp d 42 7. Identify the MBEs and WBEs used to fulfill the City's WMBE goal of 10%. 8. Identify the subcontractors with the percentage of work they will do. 9. Furnish an Affirmative Action profile, by ethnic category, on the subcontractor's employees proposed to be utilized to do the subcontract work. 10. Furnish an Affirmative Action profile, by ethnic category, on the low bidder's employees proposed to be utilized to do the Contract work. The above voluntary information will be requested by the City of the low bidder. The City will provide the four (4) page form, a copy of which immediately follows this Special Provision Section 1-02. Z:\JAN\S PECS\98090. Y K.wpd 43 PREVAILING WAGE RATES State Wage Rates Prevailing Wage Rates for Yakima County (with Supplemental Wage Rates & Benefit Key Code) 80 Z: JAN\SPECS\98090.YK.wpd 1 of 4 MBE/WBE FORM - 5/95 Date: To: City of Yakima, Engineering Division 129 No. 2nd Street Yakima, WA 98901 Attn: Mr. K. Wendell Adams, PE, City Engineer Re: DOMESTIC WATER SYSTEM IMPROVEMENT PROJECT NEW 12" INTERTIE TERRACE HEIGHTS DRIVE AT MARTI'S RESTAURANT We are submitting the following information and documentation regarding Minority and Women Work Force Utilization and Women and Minority Business Enterprises prior to award of the above contract as required under Section 1-02.15, Pre -Award Information of the Special Provisions. 7. A. Identify the MBE's or WBE's used to fulfill the City's WMBE goal of 10%. Name of MBE/WBE Certification No. Bid items above MBE/WBE will accomplish Percent of bid items to total bid (without sales tax): _. Name of MBE/WBE Certification No. Bid items above MBE/WBE will accomplish Percent of bid items to total bid (without sales tax): _ % Total percent of MBE/WBE bid items in project (without sales tax): % Z: WAN\SPECS\98090_YK.wpd 44 2 of 4 MBENVBE FORM - 5/95 (If total percent of MBE/WBE bid items in project are not at or above the City's goal of 10%, provide the information and documentation required in section 7. B.) 7. B. Identify the MBE's or WBE's contacted for subcontractor work: 7. B. 1. Name of MBE/WBE Certification No. Contact Person: Phone Number: Bid items above MBE/WBE was requested to quote: Reasons for not selecting: Documentation regarding MBEIWBE contact is attached: YES NO 7. B. 2. Name of MBE/WBE Certification No. Bid items above MBE/WBE was requested to quote: Reasons for not selecting: Documentation regarding MBE/WBE contact is attached: YES NO 7. B. 3. Name of MBE/WBE Certification No. Bid items above MBE/WBE was requested to quote: Reasons for not selecting: Documentation regarding MBE/WBE contact is attached: YES NO Z:W AN\S PECS\98090.YK. wpd 45 3 of 4 MBE/WBE FORM - 5/95 7. B. 4. Name of MBE/WBE Certification No. Bid items above MBE/WBE was requested to quote: Reasons for not selecting: Documentation regarding MBE/WBE contact is attached: YES NO 7. B. 5. Name of MBE/WBE Certification No. Bid items above MBE/WBE was requested to quote: Reasons for not selecting: Documentation regarding MBE/WBE contact is attached: YES NO 8. Identify the subcontractors with the percentage of work they will do. Subcontractor Name Percent of Work Z:UAN\SPECS\98090. YK.wpd 46 A rnfA McIFIWPF FARM - 1igt 9. Furnish an Affirmative Action profile, by ethnic category, on the subcontractor's employees proposed to be utilized to do the subcontract work. Subcontractor Name: Ethnic Category Number of Employees Black Hispanic American Indian or Alaskan Native Asian or Pacific Islander Other: White Subcontractor Name: Ethnic Category Number of Employees Black Hispanic American Indian or Alaskan Native Asian or Pacific Islander V U ICr. White 10. Furnish an Affirmative Action profile, by ethnic category, on the bidder's employees proposed to be utilized to do the contract work. Ethnic Category Number of Employees Black Hispanic American Indian or Alaskan Native Asian or Pacific Islander Other: White (Contractor) By: Z:\JAN\SPECS\98090.YK.wpd 47 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.2 AWARD OF CONTRACT Add the following: The Contract will be awarded on the basis of the total of all bid items accepted by the Contracting Agency. The Contractor shall submit bids for all bid items to be considered as a responsive bidder. The apparent low bidder will be determined based on the combined total of all bid items. 1-03.4 CONTRACT BOND Add the following: The Bond shall further indemnify and hold Yakima County, the City of Yakima, their elected or appointed officials, employees, and agents harmless from defects appearing or developing in the material or workmanship provided or performed under the Contract. The Contract Bond shall be in the form of the Contract Bond document bound in these Specifications. 1-04 SCOPE OF THE WORK 1-04.1(2) BID ITEMS NOT INCLUDED IN THE PROPOSAL Delete the first paragraph in its entirety and replace it with the following: If work is required to complete the project according to the intent of the Plans and Specifications but is not covered by a bid item in the Bid Schedule, then the Contractor shall include the cost for providing the necessary work in the unit or lump sum price for the bid item most closely related to the work. 1-04.4 CHANGES Add the following: No changes in the work covered by the approved Contract Documents shall be made without having prior written approval of the Owner. Charges or credits for the work covered by the approved change shall be determined by one or more, or a combination of the following methods: a. Unit bid prices previously approved. b. An agreed lump sum. c. The actual costs of: (1) (2) (3) Z.\.l AN\SP ECS\98090. YK.wpd Labor, including foremen; Materials entering permanently into the work; The ownership or rental costs of construction plant and equipment during the time of actual operation and use on the extra work; 48 (4) "-7 (6) Power and consumable supplies for the operation of power equip- ment; Insurance; Social Security and old age and unemployment contributions. Should authorized changes be made based upon the actual cost of materia! and labor, the costs thereof and costs allowed for overhead profit, bonds, insurance, etc., shall be determined via SECTION 1-09.6 FORCE ACCOUNT of the Standard Specifications. 1-04.11 FINAL CLEANUP Add the following: Partial cleanup shall be done by the Contractor when he feels it is necessary or when, in the opinion of the Contracting Agency, partial cleanup should be done prior to either final cleanup or final inspection. The cleanup work shall be done immediately upon written notification of the City and other work shall not proceed until this partial cleanup is accom- plished. Should the Contractor not conduct the cleanup as directed and in a timely manner, the Owner shall take action to have such cleanup wort,: completed by others and will deduct such costs from any payment due the Contractor. 1-04.12 WASTE SITE (NEW SECTION) The following new section shall be added to the Standard Specifications: Where there is additional waste excavation in excess of that needed for the project and in excess of that needed for compliance with requests of the Owner, the Contractor shall secure and operate his own waste site at his own expense. The Contractor shall also be required to secure and operate his own waste site at his own expense for the disposal of all unsuitable material, asphalt, concrete, debris, waste material, and any other objectionable material which is directed to waste by the City. The Contractor shall comply with the State of Washington's regulations regarding disposal of waste material as outlined in WAC 173-304, Subchapter 461. 1-05 CONTROL OF WORK 1-05.1 AUTHORITY OF THE ENGINEER Add the following: Unless otherwise expressly provided in the Contract Drawings, Specifications, and Addenda, the means and methods of construction shall be such as the Contractor may choose; subject, however, to the City's right to reject means and methods proposed by the Contractor which (1) will constitute or create a hazard to the work, or to persons or property; or (2) will not produce finished work in accordance with the terms of the Contract. The City's approval of the Contractor's means and methods of construction or his failure to exercise his right to reject such means or methods shall not relieve the Contractor of the obligation to accomplish the result intended by the Contract; nor shall the exercise of such right to reject create a cause for action for damages. Z:\JAN\SPECS\98090.YK.wpd 49 1-05.3 PLANS AND WORKING DRAWINGS Add the following: The Contractor shall submit to the City of Yakima Engineering Division, 129 North 2nd Street, Yakima, WA 98901, Attn: Jim Maine, for review and approval, five copies of all submittals for the items listed below. The data shown on the submittals will be complete with respect to dimensions, design criteria, materials of construction, and like information to enable the City to review the submittal. At the time of submittal, the Contractor shall, in writing, call attention to any deviations that the item or material submitted may have from the requirements of the Contract Specifications. When the Contractor does call such deviations to the attention of the City, the Contractor shall state in his letter whether or not such deviations involve any deduction or extra cost adjustment. New Fire Hydrant Butterfly Valves Ductile Iron Pipe and Fittings Air Vacuum Relief Valve Service Line Corp Stop Curb Stop Unless otherwise approved by the City, submittals shall be submitted only by the Prime Contractor, who shall indicate by a signed stamp on the submittals, or other means, that he (the Prime Contractor) has checked the submittals. The Contractor's stamp of approval on the submittals shall constitute a representation to the City that the Contractor has either determined and verified all quantities, dimensions, field construction criteria, materials, catalog numbers, or similar data and assumes full responsibility for doing so, and that he has reviewed or coordinated each Shop Drawing or sample with the requirements of the Contract Documents. Submittals shall be submitted in sufficient time to allow the City not less than 5 working days for review. The practice of submitting incomplete or unchecked Submittals for the City to correct or finish will not be acceptable, and Submittals which, in the opinion of the City, clearly indicate they have not been checked by the Contractor will be considered as not complying with the intent of the Contract Documents and will be returned to the Contractor for resubmission in proper form. The City will review and approve with reasonable promptness Submittals and samples, but the City's review and approval shall be only for conformance with the design concept of the Project and for compliance with the information given in the Contract Documents and shall not extend to the means, methods, sequences, techniques or procedures of construction, or to safety precautions or programs incidental thereto. The approval by the City of a separate item as such will not indicate approval of the assembly in which the item functions. When the Submittals have been reviewed by the City, two sets of submittals will be returned to the Contractor appropriately stamped. If major changes or corrections are necessary, the Submittals may be rejected and one set will be returned to the Contractor with such changes or corrections indicated. The Contractor shall make any corrections required by the City and shall resubmit the required number of corrected Submittals or samples for Z: UAN\S P ECS\98090.YK. wpd 50 review and approval. No changes shall e made L. the. Contractor oa_acao_ ao resubmitted Submittals other than those changes indicated by the City, unless such changes are clearly described in a letter accompanying the resubmitted Submittals. Where a Shop Drawing or sample is required by the Specifications, no related work shall be commenced until the submittal has been reviewed and approved by the City. The Contractor shall maintain a neatly marked, full-size set of record drawings showing the final location and layout of all new construction. Drawings shall be kept current weekly, with all field instruction, change orders, and construction adjustment. Drawings shall be subject to the inspection of the City and/or Inspector at all times. Prior to acceptance of the work, the Contractor shall deliver to the City one set of neatly marked record drawings showing the information required above. Requests for partial payment will not be approved if the marked -up prints are not kept current, arid request for final payrnent will not be approved until the marked -up prints are delivered to the City of Yakima. 1-05.4 CONFORMITY WITH AND DEVIATIONS FROM PLANS AND STAKES Delete the last paragraph in its entirety and replace it with the following: All staking requests shall be made on the "Construction Staking Request Form" found on the following page. The form shall be delivered or faxed to the Engineer's office at least three (3) working days prior to the date requested for staking. The Contractor shall provide a brief description of the staking needed, the approximate location (station to station), and when the staking will be required. The request shall be reviewed with the Engineer and both parties shall sign the form. When the staking is completed, the survey party chief will initial and date the form. Requests for re -stakes shall be marked boldly in the description and initialed by both the Contractor and the Engineer. 1-05.4(1) ROADWAY AND UTILITY SURVEYS (APWA ONLY) Replace with the following: The Engineer will establish one time only the line and grade of proposed construction by offset stakes. The Engineer will establish the centerline for minor structures and establish bench marks at convenient locations for use by the Contractor. The Contractor shall establish grades from the Engineer's stakes at suitable intervals in accordance with good practice and which meet with the approval of the Engineer. Where any information on the Plans is insufficient for establishing line and/or grade, the Contractor shall request additional information from the Engineer. Where new construction adjoins existing construction, the Contractor shall make such adjustments in grade as are directed by the Engineer. The Engineer will perform all surveying necessary to check compliance with the Specifications and as, required for measuring the quantities of work as specified. Z:\JAN\SPECS\98090.YK.wpd 51 CONSTRUCTION STAKING REQUEST FORM Project: DOMESTIC WATER SYSTEM IMPROVEMENTS City Project No. 1912 NEW 12" INTERTIE TERRACE HEIGHTS DRIVE HLA Project No. 00054 AT MARTI'S RESTAURANT Contractor: Date of Request: Time of Request The Contractor shall provide at least three (3) working days notice as required by the Contract Special Provisions. WHEN REQUIRED ITEM DESCRIPTION STATION TO STATION DATE TIME 2. 3. 4. SIGNATURES STAKING COMPLETED Huibregtse, Louman Associates, Inc. Contractor Z:UAN\S PECS\98090. Y K.wpd 52 Item By Date/Time 1. 2. 3. 4. Any charges incurred by the Engineer to replace stakes, markers, and monumentation which were not to be disturbed, but were damaged by the Contractor's operations, shall be calculated on an hourly basis at the Engineer's normal hourly billing rates in effect at that time for the individuals and equipment required to do the work, including travel time and overtime. The Contractor does hereby authorize the Contracting Agency to deduct such costs from the amounts due or to become due to him. 1-05.5 SURVEY MONUMENTS (NEW SECTION) The following new section shall be added: The Engineer will reference all known existing monuments or markers relating to sub- divisions, plats, roads, street centerline intersections, etc., as noted on the Plans The Contractor shall take special care to protect these monuments or markers and also the reference points. In the event the Contractor is negligent in preserving such monuments and markers, the points will be reset by a licensed surveyor at the Contractor's expense. 1-05.6 INSPECTION OF WORK AND MATERIALS Add the following: Construction of the public water main is regulated by the City of Yakima, and will be subject to inspection and approval by City personnel. The Contractor is responsible for compliance with City standards regarding these improvements. The Contractor is responsible for engaging the services of a materials testing firm to sample and test construction of all embankments required for backfill operations for trenches. The Contractor shall provide copies of the moisture/density curves and the compaction test results to the Inspector throughout the course of construction. Embankment and backfill shall meet the requirements as set forth in these technical specifications. See SECTION 1-05.18. 1-05.10(1) GUARANTEES Add the following: If, within one year after the date of Final Acceptance of the Work by the Contracting Agency, defective and unauthorized work is discovered, the Contractor shall promptly, upon written request by the Contracting Agency or Yakima County, return and in accordance with the Engineer's instructions, either correct such work or, if such work has been rejected, remove it from the Project Site and replace it with non -defective and authorized work, all without cost to the Contracting Agency. If the Contractor does not promptly comply with the written request to correct defective and unauthorized work, or if an emergency exists, the Contracting Agency reserves the right to have defective and unauthorized work corrected or rejected, removed, and replaced pursuant to the provisions of SECTION 1-05.7 of these Specifications. The Contractor agrees the above one-year limitation shall not exclude nor diminish the Contracting Agency's rights under any law to obtain damages and recover costs resulting from defective and unauthorized work discovered after one year but prior to the expiration Z: U AN\S P E C S\98090. Y K. wp d 53 of the legal time period set forth in RCW 9.16.040 limiting actions upon a contract in writing or liability, expressed or implied, arising out of a written agreement. 1-05.16 WATER AND POWER (APWA ONLY) Add the following: Water for streets and pipe trenches shall be furnished and applied in accordance with these provisions and SECTION 2-07 of the Standard Specifications modified as follows: Water Supply: Water for use on the projects may be furnished by the City of Yakima. The Contractor shall contact the City and make his own arrangement for use of their water. The Contractor shall convey the water from the available source at his own expense. The hydrants shall be used in accordance with the appropriate regulations of the City of Yakima. Measurement and Payment: No separate measurement or payment for water will be made. This pertains to water required for dust control, water settling trenches, and any other water as required by the Contract Documents. All costs for hauling, conveying, and applying water shall be included in the various bid items of the proposal. 1-05.18 TESTING (NEW SECTION) The following new section shall be added to the Standard Specifications: The Contractor shall be responsible for scheduling and paying for all material testing required by these Contract Documents. All testing services shall be performed by an independent, certified testing firm and/or laboratory meeting the approval of the City. The Contractor shall submit information relating to the qualifications of the proposed testing firm to the City for review and approval prior to the preconstruction conference. The testing frequencies listed below may be modified to assure compliance with the Specifications. Trench Backfill Copies of moisture -density curves for each type of material encountered and copies of all test results shall be provided to the Inspector as construction progresses. Compaction tests shall be taken at a frequency and at depths sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for each 100 linear feet of mainline pipeline trench and one (1) test for each street crossing. At alternating 100 -foot locations along the main trench line, tests shall be taken at 1 -foot, 2 -foot, and 3 -foot depths below finish grade. The Inspector may request additional tests be performed at the Contractor's expense, if test results do not meet the required trench backfill densities. Ballast and Crushed Surfacing Copies of the moisture density curves for each type of material incorporated into the project and copies of all test results shall be provided to the Inspector as construction progresses. Z:\JAN\S PECS\98090. YK.wpd 54 Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 500 square feet of surface area for each lift of ballast or crushed surfacing. The City may request additional tests be performed at the Contractor's expense, if test results do not meet the required subgrade densities. Compaction of ballast and crushed surfacing shall be as specified in SECTION 4- 04.3(5). Asphalt Paving Copies of the maximum Rice density test for each class of asphalt concrete pavement and copies of all test results shall be provided to the Inspector as construction progresses. Density tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 500 square feet of surface area for each lift of asphalt concrete pavement. The Inspector may request additional tests be performed at the Contractor's expense, if test results do not meet the required subgrade densities. Compaction of asphalt concrete pavement shall be as specified in SECTION 5- 04.3(10) B. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 LAWS TO BE OBSERVED Amend the second sentence of the first paragraph to read: The Contractor shall indemnify and save harmless the State (including the Commission, the Secretary, and any agents, officers, and employees) and the Contracting Agency (including any agents, officers, employees, and representatives) against any claims which may arise because the Contractor (or any employee of the Contractor or subcontractor or materialman) violated a legal requirement. 1-07.5 FISH AND WILDLIFE AND ECOLOGY REGULATIONS 1-07.5(1) GENERAL Add the following: The Contractor shall be liable for the payment of all fines and penalties resulting from failure to comply with the Federal, State, and local pollution control regulations. Z:\JAN\SPECS\98090.YK.wpd 55 1-07.5(4) AIR 0IIAI rry Supplement this section with the following: The local air pollution authority is the Yakima Regional Clean Air Authority, (509) 574-1410. 1-07.6 PERMITS AND LICENSES Add: The Contractor shall have or obtain a valid City of Yakima business license for the duration of this project. 1-07.9(5) REQUIRED DOCUMENTS Add the following: If using the occupation code for wage affidavits and payrolls and if the project involves more than one jurisdictional area, the Contractor shall reference the area just after the occupation code number. For example: 10-0010 Yak.E. 1-07.17 UTILITIES AND SIMILAR FACILITIES Add the following: Locations and dimensions shown on the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. It shall be the Contractor's responsibility to investigate the presence and location of all utilities prior to bid opening and to assess their impacts on his construction activities. The Contractor shall call the Utility Notification Center (One Call Center) for field location, not Tess than two nor more than ten business days before the scheduled date for commencement of excavation which may affect underground utility facilities, unless otherwise agreed upon by the parties involved. A business day is defined as any day other than Saturday, Sunday, or a legal local, state, or federal holiday. The telephone number for the One CaII Center for this project is 1-800-553-4344. If no one -number locator service is available, notice shall be provided individually by the Contractor to those owners known to or suspected of having underground facilities within the area of proposed excavation. Utilities, new or old, may be renewed, relocated, or adjusted for the proposed construction. The Contractor shall, prior to beginning any work, meet with all utility organizations (public and private) in the field to familiarize himself with existing utility locations, along with familiarizing himself with pians and schedules for the installation of new, relocated, or adjusted utilities. Both public and private utility organizations, along with private contractors working for these organizations, may be doing utility installations within the area. The proposed construction work must be coordinated with these utility installations. The Contractor shall arrange with the owners and operators of the respective utility systems to mark the locations and, if necessary or prudent, to expose the existing utilities prior to construction of the facilities contained in this Contract. Z: \lAN\S PECS\98090. YK.wpd 56 The Contractor shall coordinate his work with other contractors who may be working in the project area and cooperate with them. 1-07.18 PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE (APWA ONLY) The seventh paragraph is revised as follows: Change "45 days" to "20 days". Revise the eighth paragraph by adding the following to the end of the first sentence: " , Yakima County, the City of Yakima, its employees, agents, and elected or appointed officials, and Huibregtse, Louman Associates, Inc." Revise the tenth paragraph to read: The Contractor shall forward to the City the additional insured endorsement as requested in the Evidence of Insurance Section. COVERAGES AND LIMITS Supplement this section with the following: All coverages combined single limit shall be $1,000,000 per occurrence. The commercial general liability policy will contain a "per job aggregate" endorsement. If this endorsement is not provided, an additional $2,000,000 umbrella limit will be required over and above the $1,000,000 underlying. A commercial general liability deductible of $5,000 or Tess is acceptable. The Contractor will be responsible for the payment of that deductible for any losses which occur. Higher retention or deductible limits may be acceptable on prior approval by the City. Providing coverage in these stated amounts shall not be construed to relieve the Contractor from liability in excess of such limits. EVIDENCE OF INSURANCE (APWA ONLY) The section is revised to read: The Contractor shall provide evidence of insurance by the following method: 1. A completed ACORD form #25 (or equivalent) shall be submitted which conforms to the following requirements. 2. The wording in the CANCELLATION section "endeavor to" and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents, or representatives" shall be crossed out and initialed by the agent/broker and shall provide for a cancellation notice of at least 20 days, to the City of Yakima. Z: JAN\SPECS\98090.YK.wpd 57 Add the following text in the section entitled r1FSCRIPT!ON OF OPFRATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ALLOWED BY ENDORSEMENT / SPECIAL PROVISIONS: The City of Yakima, their agents, employees and elected or appointed officials, Huibregtse, Louman Associates, Inc., and Yakima County are addi- tional insureds for the DOMESTIC WATER SYSTEM IMPROVEMENT PROJECT - NEW 12" INTERTIE TERRACE HEIGHTS DRIVE AT MARTi'S RESTAURANT. 4. Contain the appropriate amount and types of coverages that are specified by the Contract. 1-07.23 PUBLIC CONVENIENCE AND SAFETY 1-07.23(1) CONSTRUCTION UNDER TRAFFIC Add the following to the third paragraph: 5. The Contractor shall maintain vehicular and pedestrian access to businesses at all times that businesses are open. Add the following to the sixth paragraph: 7. Open trenches and excavations shall be protected with proper barricades and at night they shall be distinctively indicated by adequately placed lights. 8. All open trenches and excavations shall be backfilled or steel plated during non- working hours. Add the following paragraph: It shall be the responsibility of the Contractor to seek the approval of and notify the City of Yakima Police and the Fire Department at least 24 hours prior to closing any street, in addition to correlating the proposed closures with the Contracting Agency to ensure proper detouring of traffic. When the street is re -opened, it shall again be the responsibility of the Contractor to notify the above named departments and persons. 1-07.28 SAFETY STANDARDS (NEW SECTION) The following new section shall be added to the Standard Specifications: All work shall be performed in accordance with all applicable local, state, and federal health and safety codes, standards, regulations, and/or accepted industry standards. It shall be the responsibility of the Contractor to ensure that his work force and the public are adequately protected against any hazards. The Contracting Agency shall have the authority at all times to issue a stop work order at no penalty to the Contracting Agency if, in its opinion, working conditions present an undue hazard to the public, property, or the work force. Such authority shall not, however, relieve the Contractor of responsibility for the maintenance of safe working conditions or assess Z: W AN\S P EC S\98090. Y K. wpd 58 any responsibility to the Contracting Agency or Engineer for the identification of any or all unsafe conditions. The City of Yakima shall have the authority to issue a stop work order at no penalty to the City of Yakima if, in its opinion, work presents an undue hazard to the public, property, or the work force. - 1-07.29 NOTIFYING PROPERTY OWNERS (NEW SECTION) The following new section shall be added to the Standard Specifications: When construction activities will affect ingress and egress to a property along the project alignment, the Contractor shall be responsible for notifying the occupant/occupants of the property 24 hours prior to the construction activity beginning. If personal contact with the occupant is not possible, the Contractor shall leave written notification. 1-08 PROSECUTION AND PROGRESS 1-08.3 PROGRESS SCHEDULE The first paragraph is revised to read: The Contractor shall prepare and submit to the City a Construction Progress and Completion Schedule using the Bar Graph or Critical Path Method. Items in the Schedule shall be arranged in the order and sequence in which they will be performed. The Schedule shall conform to the working time and time of completion established under the terms of the Contract and shall be subject to modification by the City. The Schedule shall be drawn to a time scale, shown along the base of the diagram, using an appropriate measurement per day with weekends and holidays indicated. The Construction Progress Schedule shall be continuously updated and, if necessary, redrawn upon the first working day of each month or upon issuance of any Change Order which substantially affects the scheduling. Copies (2 prints or 1 reproducible) of newly updated Schedules shall be forwarded to the City, as directed, immediately upon preparation. The section is supplemented with the following: The Contractor shall submit a weekly activity schedule to the City Construction Engineer before 9:00 a.m. on the Friday prior to the week indicated on the schedule. If the Contractor proceeds with work not indicated on his weekly activity schedule, or in a sequence differing from that which he has shown on his schedule, the City may order the Contractor to delay unscheduled activities until they are included on a subsequent weekly activity schedule. 1-08.5 TIME FOR COMPLETION (APWA ONLY) Add the following: Fifteen (15) working days after the date set forth in the NOTICE TO PROCEED shall be allowed for completion of all Contract work. Z:UAN\S P ECS\98090. YK.wpd 59 Inclement t shall not a prima facie reason for the ranting of an extension of time, S7,Liei:ie77Ss weather shall be..� g. �.._. .� and the Contractor shall make every effort to continue work under prevailing conditions. The Owner may, however, grant an extension of time if an unavoidable delay as a result of inclement weather in fact occurs, and such shall then be classified as a "delay." An "inclement" weather delay day is defined as a day on which the Contractor is prevented by inclement weather or conditions resulting immediately therefrom adverse to the current controlling operation or critical path activity, as determined by the Resident Engineer, from proceeding with at least 75 percent of the normal labor and equipment force engaged on such operation for at least 60 percent of the total daily time being currently spent on the controlling operation or critical path activity. 1-08.10(1) TERMINATION FOR DEFAULT In the last sentence of the fifth paragraph, replace "State of Washington, Department of Trans- portation" with "Contracting Agency." 1-09 MEASUREMENT AND PAYMENT 1-09.3 SCOPE OF PAYMENT Add the following: Payment for work performed under this Contract will be based on the items listed in the Bid Schedule. Should a conflict exist between the item descriptions or the units of measurement and payment listed in the Bid Schedule and the""Payment" clauses found in each Section of the Standard Specifications, the Bid Schedule items will prevail. If work is required to complete plete the project according to the intent of the Plans and Specifications but is not covered by a bid item in the Bid Schedule, then the Contractor shall include the cost for providing the necessary work in the unit or lump sum price for the bid item most closely related to the work. 1-09.4 EQUITABLE ADJUSTMENT Replace Item 2.b. with the following: 2.b. Per Section 1-09.6, Force Account. 1-09.6 FORCE ACCOUNT Add the following clarification: The term "project overhead" shall include "jobsite overhead." The term "general company overhead" shall include "home office overhead." 1-09.9 PAYMENTS (APWA ONLY) Add the following: The Contractor shall submit his signed Application for Payment within 3 working days of the estimate cutoff date. Payment to the Contractor will be made within approximately 30 calendar days from said meeting. Failure to submit an Application for Payment within the Z:\JAN\S PECS\98090. Y K.wpd 60 required time may delay action by the Contracting Agency's governing body and further delay payment to the Contractor. Upon completion of all work under this Contract, the Contractor shall notify the City, in writing, that he has completed his part of the Contract and shall request final payment. Upon receipt of such request, the City will inspect and, if acceptable, submit to the Owner his recommendation as to acceptance of the completed work and as to the final estimate of the amount due the Contractor. Upon approval of this final estimate and upon final acceptance of the work under this Contract, the Owner will notify the Department of Revenue of the completion of said Contract. Provided the Department of Revenue certifies there are no taxes or penalties due and owing from the Contractor, and there are no other known claims or liens against the retained funds, and further provided the terms of SECTION 1-09.9(1) are in compliance, the Owner will pay to the Contractor the balance of monies due under this Contract in accordance with RCW Title 60.28. In the event unsatisfied claims or liens for taxes, material, labor, and other services are known to exist, an amount will be further withheld from the retainage sufficient to satisfy the settlement of such claims and liens, including attorney's fees incurred, and the remainder will be released from escrow, or released from the retained funds and paid to the Contractor. On contracts for public works, final payment of the retained percentage will not be made until after the Contractor has filed with the Owner the Affidavit of Wages Paid forms required by RCW 39.12.040 certifying that the Contractor and subcontractors have paid not less than the prevailing rate of wages. The parties further agree that the Owner may, without liability, withhold final payment to the Contractor until such time as the Contractor has completed all forms required by the Owner. 1-09.9(1) RETAINAGE Replace items 2 and 3 of the third paragraph with the following: 2. An affidavit is delivered to the Contracting Agency by the Contractor, stating that all persons performing labor or furnishing materials have been paid. 3. Releases have been obtained from the State Department of Labor and Industries, the State of Washington Employment Security Department, and all other departments and agencies having jurisdiction over the activities of the Contractor. 1-09.13(3)A ADMINISTRATION OF ARBITRATION Change the first sentence of the third paragraph to read "... rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency is located." 1-10 TEMPORARY TRAFFIC CONTROL 1-10.2(2) TRAFFIC CONTROL PLANS Delete the entire section and replace with the following: The Contractor shall prepare a signing plan showing the necessary Class A construction signing and barricades required for the project and submit it to the City of Yakima for review Z:\JAN\SPECS\98090.YK.wpd 61 nn later than the nreconr•tr.,nfinn conference rintn When the Class Qsigningd ! 7t7 lLSSG! _! t:! 7 the �.!! =esve !�_! L'v S!•J! ! conference �t �! 7�G Uw.� : tl : Sei !! L::^. 4':Gv� L . Jr ... particular area will be provided as detailed on one or more of the figures included in the MUTCD without modification, the Contractor may reference the applic_.ahle MUTCD figure at the appropriate location on the Plan. When this procedure is used, variable distances such as minimum length of taper must be specified by the Contractor. The signing pian prepared by the Contractor shall provide for adequate warning within the limits of the project and on all streets, alleys, and driveways entering the project so that approaching traffic may turn left or right onto existing undisturbed streets before reaching the project. All costs incurred by the Contractor in preparation of the Traffic Control Plan, including any revisions required by the City after review, shall be included in the unit contract prices for "Temporary Traffic Control Devices," per lump sum. 1-10.3 FLAGGING, SIGNS, AND ALL OTHER TRAFFIC CONTROL DEVICES 1-10.3(3) CONSTRUCTION SIGNS The first sentence of the first paragraph is revised to read: All signs, barricades, flashers, cones, traffic safety drums, and other traffic control devices required by the approved traffic control plan(s), as well as any other appropriate signs prescribed by the City or County, shall be furnished by the Contractor. The last two sentences of the first paragraph are deleted. The third paragraph is revised as follows: Delete item 2. Revise item 3 to read: Furnishing, initial installation, and subsequent removal of both Class A and B construction signs; and 1-10.4 MEASUREMENT Delete this section, except for the third paragraph. Add the following: No specific unit of measurement will apply to the lump sum item of "Maintenance and Protection of Traffic." 1-10.5 PAYMENT AND 1-10.5 PAYMENT (APWA ONLY) Replace with the following: The unit price bid for "Temporary Traffic Control Devices," per lump sum, shall be full compensation for furnishing and maintaining flaggers, modifying or adapting the traffic Z:UAN\S PECS\98090. YK. wpd 62 control plan, traffic control signs, pilot cars, and other traffic control measures required by the approved traffic control plan. No further payment will be made. 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.3(2) REMOVAL OF BRIDGES, BOX CULVERTS, AND OTHER DRAINAGE STRUCTURES Add the following: Where structures or installations of concrete, brick, blocks, etc., interfere with the construction, they shall be removed and any pipe openings shall be properly plugged watertight with Class 3000 concrete, or with mortar and masonry, blocks, or brick. The removal and plugging of pipes shall be considered as incidental to the construction and costs thereof and shall be included in other items of work. Where the structures are removed, the voids shall be backfilled with suitable, job -excavated material and compacted, and such work shall be considered as incidental to the removal work. If the Engineer determines the job -excavated material to be unsuitable for backfill, the Contractor shall place ballast or foundation material as directed by the Engineer. 2-02.3(3) REMOVAL OF PAVEMENT, SIDEWALKS, AND CURBS Add the following: Where shown on the Plans or as directed by the City, the Contractor shall be required to remove existing pavement, sidewalks, curbs, etc., which are outside the right of way line and are required to be removed for construction of the improvements. In those areas where asphalt pavement removal is required, the Contractor shall, prior to excavation, score the edge of the asphalt concrete pavement with an approved pavement cutter such as a concrete saw. During the course of the work, the Contractor shall take precautions to preserve the integrity of this neat, clean pavement edge. Should the pavement edge be damaged prior to asphalt concrete paving activities, the Contractor shall be required to trim the edge with an approved pavement cutter as directed by the City immediately prior to paving. No separate payment shall be made for saw -cutting pavement. 2-02.5 PAYMENT Add the following: There will be no specific unit of measurement under the lump sum item of "Removal of Structures and Obstructions," and all work hereinbefore described shall be paid for at the lump sum price bid for "Removal of Structures and Obstructions." Z:41 A N\S P EC S\98090. Y K. wp d 63 5-n4 ASPHALT CONCRETE PAVEMENT 5-04.1 DESCRIPTION Add the following: This work shall consist of asphalt pavement repair of driveways, parking areas, and the Greenway Pathway. Asphalt surfaces shall be so constructed that the finished pavement will conform to the line and grade of the adjacent remaining asphalt pavement. 5-04.2 MATERIALS Add the following: Asphalt concrete pavement used on this project shall be Class G provisions of SECTION 5-04 of the Standard Specifications. 5-04.3(2) HAULING EQUIPMENT Add the following: Sufficient numbers of trucks shall be provided by the Contractor to assure a continuous asphalt concrete paving operation at proper asphalt concrete mix temperatures. Paving operations shall not proceed until hauling equipment sufficient to assure continuous operations is provided. confoconforming to the rming !111!1 bu •1 5-04.3(10)B CONTROL Add the following: Each course of asphalt concrete pavement shall be compacted to a minimum of 92% of theoretical maximum Rice density, ASTM 2041. 5-04.3(13) SURFACE SMOOTHNESS Add to last paragraph: This work consists of adjusting utility structures to finished grade. The Contractor shall furnish and install new castings on existing public utility structures and monument cases that are being adjusted. Utility castings shall not be adjusted until the Contractor completes the pavement, at which time the center of each structure shall be located from references previously established. The asphalt concrete pavement shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of frame plus 2 feet. The frame shall be placed on cement concrete blocks or adjustment rings and wedged up to the desired grade. The base materials shall be removed and Class 3000 cement concrete shall be placed within the entire volume of the excavation up to, but not to exceed, 11 inches below the finished pavement surface. Z:UAN\SP ECS\98090. Y K.wpd 64 The concrete, the edges of the asphalt concrete pavement, and the outer edge of the casting shall be painted with hot asphalt cement. Class G asphalt concrete shall then be placed and compacted with hand tampers and a patching roller. The completed patch shall match the existing paved surface for texture, density, and uniformity of grade. The joint between the patch and the existing pavement shall then be painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. 5-04.5 PAYMENT Replace with the following: The unit price bid for "Asphalt Pavement Repair" per square yard, shall be full compensation for all labor, materials, and equipment required to complete the asphalt pavement trench repair including excavating and disposing of temporary patching materials, saw cutting, trimming, compacting subgrade, crushed surfacing, tack coat, asphalt patch, and compacting, all as shown on the Drawings and as specified herein. 5-04.5(1) QUALITY ASSURANCE PRICE ADJUSTMENTS This Section is deleted. 5-04.5(1)A PRICE ADJUSTMENTS FOR QUALITY OF AC MIX This Section is deleted. 5-04.5(1)B PRICE ADJUSTMENTS FOR QUALITY OF AC COMPACTION This Section is deleted. 7-09 PIPE AND FITTINGS FOR WATER MAINS 7-09.2 MATERIALS This section is revised to read: Ductile Iron Pipe: Ductile iron pipe shall conform with the requirements of SECTION 9- 30.1(1) of the Standard Specifications except that it shall be Special Thickness Class 52 with cement mortar lining complying with AWWA/ANSI C105/A21.50, C151/A21.51 and C104/A21.4, most current editions. Joints shall be rubber gasket push -on type (Tyton Joint), conforming to AWWA/ANSI C111/A21.11, most current edition. Fittings for Ductile Iron Pipe: Fittings shall be mechanical joint in accordance with Section 9-30.2(1) of the standard specifications. Fittings shall have cement mortar lining and be in accordance with AWWA/ANSI-C104/A21.4 and C110/A21.10, most current edition. Connection Couplings: Couplings for DI pipe, either transition or straight couplings shall be compression type flexible couplings conforming to SECTION 9-30.2(7) of the Standard Specifications and AWWA C219, most current edition Z:UAN\S P ECS\98090. Y K. wpd 65 7-1n TRENCH EXCAVATION; BEDDING, AND BACKFILL FOR WATER MAINS 7-10. 1(1)D BACKFILL MATERIALS Add the following: imported select backfill as directed by the Engineer shall be crushed gravel, placed and compacted in layers as directed by the Engineer. The crushed gravel backfill shall conform to crushed surfacing base course meeting the requirements of SECTION 9-03.9(3). 7-10.2 MATERIALS Delete entire section and replace with: Bedding for Pipe Zone Material 9-03.15 Imported Select Backfill 9-03.9(3) Base Course 7-10.3(5) GRADE AND ALIGNMENT Change depth of cover in the first sentence of second paragraph to 4.5 feet. 7-10.3(9) BEDDING THE PIPE Revise the first sentence to read: Bedding and all material in the pipe zone for ductile iron pipe may be select native granular material free from wood waste, organic material, and other extraneous or objectionable materials and shall have a maximum dimension of 2 inches. 7-10.3(10) BACKFILLING TRENCHES Add the following: Street crossing trenches and other locations as directed by the Engineer shall be backfilled for the full depth of the trench above the pipe zone with Crushed Surfacing Base Course meeting the requirements of SECTION 9-03.9(3). 7-10.3(11) COMPACTION OF BACKFILL Delete the first paragraph and add the following: Mechanical compaction shall be required for all trenches. Water settling may be substituted for mechanical compaction at the discretion of the Engineer. The Contractor is hereby cautioned that time extensions shall not be granted due to unstable trench backfill conditions caused by excessive water settling. The Contractor shall be responsible for correcting such conditions caused by construction activities. The density of the compacted material shall be at least 95% of the maximum density as determined by ASTM D 698 Tests (Standard Proctor). Placement of courses of aggregate shall not proceed until density requirements have been met. Z:\JAN\S P ECS\98090. Y K.wpd 66 The first 500 feet of trench backfill operations shall be considered a test section for the Contractor to demonstrate his backfilling and compaction techniques. The Contractor shall notify the Engineer at least 3 working days prior to beginning trench excavation and backfill operations and the Engineer will arrange for in-place density tests to be taken on the completed test section in accordance with the above requirements. No further trenching will be allowed until the specified density is achieved in the test section. Passing in-place density tests in the test section will not relieve the Contractor from achieving the specified densities throughout the project. 7-10.4 MEASUREMENT Add the following: There will be no separate measurement or payment for dewatering operations by the Contractor. All costs associated with dewatering operations shall be included in the various bid items associated with the work. Imported select backfill, above the pipe zone where directed by the City, shall be measured by the cubic yard. The length and depth of the "imported select backfill" shall be field measured by the City. The trench width payment line limit for "imported select backfill" shall be 3 feet. No measurement or payment will be made for "imported select backfill" beyond the payment line limit. Shoring or extra excavation class B, shall be measured by the linear foot. 7-10.5 PAYMENT Delete the eighth paragraph and replace with the following: The unit price bid for "Shoring or Extra Excavation, Class B," per linear foot, shall be full compensation for all labor, equipment, and materials required to construct the shoring, cofferdam, or caisson including excavation, installation and removal of the shoring, back- filling, and compaction. When extra excavation is used by the Contractor in lieu of construction the shoring, cofferdam, or caisson, the unit price bid shall be full pay for all additional excavation, backfill, compaction, and other work required. If imported select backfill is required within the limits of the trench excavation, it shall also be required as backfill material for the extra excavation at the Contractor's expense. "Crushed Surfacing Base Course (for Trench Backfill)," per cubic yard. "Gravel Shoulder Repair," per square yard. 7-11 PIPE INSTALLATION FOR WATER MAINS 7-11.3(9)A CONNECTION TO EXISTING MAINS Add the following: Mechanical joints at all fittings and valves shall be connected with a ROMAC "Grip Ring", or an approved equivalent. Concrete thrust blocking in lieu of the Grip Ring may be installed as shown on the Standard Details. Z:\lAN\S PECS\98090. YK. wpd 67 7-11.3(11) HYDROSTATIC PRESSURE TEST The first sentence shall be replaced with the following: All water mains and appurtenances shall be tested under a hydrostatic pressure of 180 psi. '7 11 914'1\61 GM AI GI 110U11\1t`_ AAM TCCTIAI(`_ 1 1 1,0k 1 r11\/1L. 1 1— J.JI uii ' A1m1# 1 `v 1 u.0 This section is supplemented with the following: The City will pay for costs for bacteriological testing. City Engineering Inspector with a Contractor Representative will collect bacteriological tests. 7-11.3(12)P WORK BY CITY WATER/IRRIGATION DIVISION PERSONNEL (NEW SECTION) The Contractor shall notify the City Water/Irrigation Division 48 hours prior to the beginning and completion of the water main construction. The City Water/Irrigation Division will open and close all existing valves upon notification from the Contractor. 7-12 VALVES FOR WATER MAINS 7-12.2 MATERIALS The second paragraph is supplemented with the following: The approved resilient seated gate valve manufacturers are: .Il JVV / &1 Miirwg. The approved butterfly valve manufacturers are: Pratt, Mueller and M & H. Valve Boxes: The top section of the valve boxes shall be Rich Model 940-B, or equal, 18 inches high. The bottom section shall be a Rich Model R-36, or equal, 36 inches high. Extension section shall be Rich Model 044, or equal, 12 inches high. 7-12.3 CONSTRUCTION DETAILS Add the following: Valves: Upon completion of all work in connection with this Contract, all valves involved in this work shall be opened and the Engineer so notified. Valve Boxes: Valve boxes should be set to position during backfilling operations so they will be in a vertically centered alignment to the valve operating stem. The top of the box will be at final grade. Z: WAN\SPECS\98090.YK.wpd 68 7-14 HYDRANTS 7-14.2 MATERIALS This Section is revised to read. The City of Yakima will accept hydrants of the following manufacturers: Mueller Model A 423, Super Centurion 200 M & H 929 The Contractor may purchase hydrants from the City of Yakima. Hydrants shall meet all provisions of the City of Yakima Municipal Code 10.10.050, which by this reference is made a part of these Special Provisions. A copy of this code is attached. 7-14.3(1) SETTING HYDRANTS This section is supplemented with the following: The hydrant shall be set to the correct elevation on a concrete block base 12" x 12" x 6" thick, which has been placed on undisturbed earth. Around the base of the hydrant, the Contractor shall place 0.25 CY of drain rock ranging in size from 3/4 -inch to 11/2 -inch, said drain rock being for the purpose of allowing free drainage of the hydrant. 7-14.3(2) HYDRANT CONNECTIONS This section is revised to read: Hydrants shall be connected to the main with 6 -inch ductile iron pipe unless otherwise specified. Each hydrant lateral shall include an auxiliary resilient seat gate valve and valve box located 2.5 feet from the main. 7-14.3(2)A HYDRANT RESTRAINT This section is modified as follows: Delete second sentence. All hydrants shall be connected to the water main, auxiliary valve and hydrant with ROMAC "Grip Ring" with accessory pack per manufactures printed specifications and instructions, or approved equivalent. 7-14.5 PAYMENT Revise the bid description for "Hydrant Assembly," to include the pipe including the hydrant assembly to the new water main and the tee. Z:UAN\S P ECS\98090.YK.wpd 69 7-15 SERVICE CONNECTIONS 7-15.1 GENERAL This Section is revised to read: T work 1..�1 1 '.-�. 3/4" �_,-� a a the a a I' 1' This includes making.a service tap to the new water main, installing service line, corporation stop and curb stop valves, per City of Yakima Standard Detail w13. 7-15.2 MATERIALS Section 7-15.2 of the Standard Specifications shall be revised as follows: Saddle: As per Section 9-30.6(1). Corporation Stop: Ford Ball Valve corporation stops, with pack joints, or equivalent. Curb Stop: Ford Ball Valve Curb Stop, with pack joints, or equivalent. Service Line: Per Section 9-30.6(3)A or Crosslinked Polyethylene Tubing, ASTM 877-89, Wirsbo-Pex or approved equivalent with 16 gauge insulated solid copper tracing wire strapped to tubing and connected to corporation cock and new meter set. Compression Fitting: Per Section 9-30.6(4). 7-15.3 CONSTRUCTION DETAILS Revise this Section as follows: _L A Change the minimum of depth of cover in the first sentence of the second paragraph to 4.5 feet. Add the following paragraph: Where service connections are shown on the Plans to have no meter setter and box, the Contractor shall terminate the service connection with a curb stop at the location of the future meter, and shall mark that point by a 5 -foot steel fence post set in the ground as shown on the City of Yakima Standard Detail. 8-30 REPAIR OR REPLACEMENT (NEW SECTION) 8-30.1 DESCRIPTION The work shall consist of repair or replacement of any private rockery, irrigation, topsoil, turf, or other miscellaneous items within or adjacent to the project area, as directed by the Engineer. This Section does not relieve the Contractor from the obligations of Section 1-07.16(3), Fences, Mailboxes, Incidentals. "Repair or Replacement," by force account. Z:UAN\SPECS\98090. YK.wpd 70 For the purpose of providing a common proposal for all bidders, and for that purpose only, the City has estimated the force account for "Repair or Replacement," and has arbitrarily entered the amount for the pay item in the proposal to become a part of the total bid by the Contractor. 9-03 AGGREGATES - 9-03.8(3)C GRADATION — RECYCLED ASPHALT PAVEMENT AND MINERAL AGGREGATE Delete the reference to Section 9-03.8(6)A in the second paragraph. 9-03.8(6) PROPORTIONS OF MATERIALS Add the following paragraph: For the determination of a Project Mix Design, the Contractor shall submit to the Engineer's representative, samples of the various aggregates to be used along with the gradation data showing stockpile averages and variation of the aggregate produced along with proposed combining ratios and average gradation of the completed mix. The initial asphalt content shall be determined by the Engineer from the aggregates and data provided. 9-30 WATER DISTRIBUTION MATERIALS 9-30.1 PIPE 9-30.1(1) DUCTILE IRON PIPE The last sentence of paragraph 1 is replaced with the following: Ductile iron pipe shall be Special Thickness Class 52 with cement mortar lining complying with AWWA/ANSI C105/A21.50, C151/A21.51 and C104/A21.4 most current editions. 9-30.3 VALVES 9-30.3(1) GATE VALVES This section is replaced by the following: Gate valves, sized 3 -inch through 8 -inch, shall be resilient seated gate valves conforming to AWWA/ANSI C 509 latest edition. The valves shall have mechanical joint connections including accessories, or flanged connections, as noted on the Plans. 9.30.3(3) BUTTERFLY VALVES This section is modified as follows: All valves 12 inch and over shall be butterfly valves conforming to AWWA/ANSI C504, latest edition, except tapping valves. Z: V AN\S P E C S\98090. Y K. wp d 71 CONTRACT THIS AGREEMENT, made and entered into in triplicate, this,p® day of , 2001, by and between the City of Yakima, hereinafter called the Owner, and Central Concrete & Utilities, Inc., a Was gton Corporation, hereinafter called the Contractor. WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: I. The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF: $ 48,613.27, for Domestic Water System Improvement Project - New 12" Intertie Terrace Heights Drive at Marti's Restaurant - Project No. 1912, all in accordance with, and as described in the attached plans and specifications and the 2000 Standard Specifications for Road, Bridge, and Municipal Construction which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this contract and every part thereof. Work shall start within ten (10) days after the Notice to Proceed and shall be completed in fifteen (15) working days. The first chargeable working day shall be the 11th working day after the date on which the City issues the Notice to Proceed If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in the Standard Specifications for each and every day said work remains uncompleted after expiration of the specified time, as liquidated damages. The Contractors shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima. II. The City of Yakima hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. III. The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor IV. It is further provided that no liability shall attach to the City of Yakima by reason of entering into this contract, except as expressly provided herein. IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written. Countersigned: CITY OF YAKIMA Attest: yy City Clerk CONTRACTOR Central Concrete & Utilities, Inca Washington Corporation Co c By: &e.4 ' //fi/<'G6- (Print Name) Its /h'F / X267,4)/ (President, Owner, etc.) Address: P.O. Box 8356 Yakima, Wa, 98908 PERFORMANCE BOND BOND TO CITY OF YAKIMA BOND NO.: CMB 08425420 KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, CENTRAL CONCRETE & UTILITIES, INC. a WASHINGTON Corporation as Principal and FIDELITY & DEPOSIT COMPANY OF MARYLAND a corporation organized and existing under the laws of the State of MARYLAND as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety, are Jointly and severally held and firmly bound to the CITY OF YAKIMA in the penal sum of $ 48, 513.27 the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinances of the CITY OF YAKIMA. • DATED at Yakima, Washington, this day of 20 Neverless, the conditions of the above obligations are such that: WHEREAS, pursuant to action taken by the Yakima City Council on the City Manager and City Clerk of the CITY OF YAKIMA has let or is about to let to the said CENTRAL CONCRETE & UTILTIES, INC. the above bounden Principal, a certain Contract, the said Contract being numbered 1912 , and providing for DOMESTIC WATER SYSTEM IMPROVEMENT PROJECT - NEW 12" INTERTIE TERRACE HEIGHTS DRIVE AT MARTI'S RESTAURANT (which Contract is referred to herein and Is made a part hereof as though attached hereto), and, WHEREAS, the said Principal has accepted, or is about to accept, the said Contract, and under- take to perform the work therein provided for in the manner and within the time set forth; NOW THEREFORE, if the said CENTRAL CONCRETE & UTILITIES, INC. shall faithfully perform all of the provisions of said Contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said Contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold said CITY OF YAKIMA, its employees, agents, and elected or appointed officials, harmless from any damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any subcontractor in the performance of said work and shall indemnify and hold the CITY QF YAKIMA, its employees, agents, and elected or appointed officials, harmless from any damage or expense by reason of failure of performance as specified in said Contract or from defects appearing or developing In the material or workmanship provided or performed under said Contract within a period of one year after its acceptance thereof by the CITY OF YAKIMA, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. Z:VAMSPECCunnnen 7i Approved as to form: (City Affarney) CENTRAL CONCRETE & UTILITIES, INC. (Contracto ) By: Z/led CHARLES F. ANDERSON (Print Name) Its: I ESIDENT (President, Owner, etc.) FIDELITY & DEPOSIT COMPANY OF MARYLAND (Surety) ®y. KAREN INGRAM (Print Name) its: ATTORNEY IN FACT ACORD CERTIFICATE OF LIABILITY INSURANCE 05/18/2 01 'PRODUCER (253)272-1151 FAX (253)272-1225 Hentschel l & Associates, Inc. Attn: Karen Ingram 621 Pacific Ave., Suite 400 Tacoma, WA 98402 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURED Central Concrete & Utilities, Inc. P.O. Box 8356 Yakima, WA 98908 I INSURERA: North Pacific Insurance Co. INSURER B: INSURER C: INSURER D: INSURER E. COVERAGES THE POLICIES ANY REQUIREMENT, MAY PERTAIN, POLICIES. OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MM/DD/YY) POLICY EXPIRATION DATE (MM/DD/YY) LIMITS A GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY C06 13 58 23 11/01/2000 12/31/2001 EACH OCCURRENCE $ 1,000,000 X FIRE DAMAGE (Any one fire) $ 100,000 ■■ CLAIMS MADE X OCCUR MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 ■ GEN'L GENERAL AGGREGATE $ 2,000,000 AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 POLICY n JECTPRO, LOC A AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS- NON -OWNED AUTOS C06 13 58 23 " J a. �� �` (� -- 1, Iby 11/01/2000 i _ __— ` ` 12/31/2001 _ COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 X BODILY INJURY (Per person) $ BODILY INJURY(Per accident) $ PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY ANY AUTO - ''- AUTO ONLY - EA ACCIDENT $ ■ OTHER THAN EA ACC $ AUTO ONLY AGG $ I EXCESS LIABILITY EACH OCCURRENCE $ ■ OCCUR CLAIMS MADE AGGREGATE $ DEDUCTIBLE RETENTION $ $ ■ $ $ A EMPLOYERS' AsXXXXXXXXXXXXXXXXKO6 13 58 23 LIABILITY (WA STOP GAP) 11/01/2000 12/31/2001 ORvinJ s °ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 OTHER DESCRIPTION RE: Domestic VITY OF ND YAKIMA OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Water System Improvement Project - City Project # 1812 YAKIMA, ITS AGENTS, EMPLOYEES, ELECTED AND APPOINTED OFFICIALS, HUIBREGTSE, LOUMAN ASSOC., INC. COUNTY ARE ADDED AS ADDITIONAL INSURED PER CS807 CERTIFICATE HOLDER X ADDITIONAL INSURED; INSURER LETTER: A CANCELLATION CITY OF YAKIMA 129 N. 2ND ST. YAKIMA, WA 98901 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL N, cX1 X1 MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, XIXt XXl IXINIC GXa(Xd( .XXiXIXXXXXXXXXXIXX8XXIXX1XXASX `XXX ditagkXdfattiXe(Xrl�.XXX)6DlIJkXGX.UdtXXAMAXXXXX fXrX.(XXXXXXXX AUTHORIZED REPRESENTATIVE Ronald Perrault/KAI ACORD 25-S (7/97) ©ACORD CORPORATION 1988 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND HOME OFFICE: P.O. BOX 1227, BALTIMORE, MD 21203-1227 Know ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by W. B. WALBRECHER, Vice -President, and T. E. SMITH, Assistant Secretary, in pursuance of authority granted by Article V1, Section 2, of the By -Laws of said Company, which are set forth on the reverse side hereof and are hereby certified to be in full '� and eff- .0 the date hereof, does hereby nominate, constitute and appoint Thomas P. HENTSCHELL, KarkiN_, MITH,?s • d L. PERRAULT and Karen INGRAM, all of Tacoma, Washington, EACH its true and law _:kt and • ..e :' -in-Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and der. y and a, ,+ , i . s and undertakings and the execution of such bonds or undertakings in pursuance of these prese��•t'all be a y g upon said Company, as fully and amply, to all intents and purposes, as if they had been dulan uted a . owledged by the regularly elected officers of the Company at its office in Baltimore, Md., in thee, proper .Y• s. This power of attorney revokes that issued on behalf of Ronald L. PERRAULT, et al, dated June 9 $1. The said Assistant Secretary does here mo=rtify th xtract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By -Laws o �1 Compa ,1 is now in force. IN WITNESS WHEREOF, the .h- ice -Pres. nd nd Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the DELIT�\A 'DEPOSIT COMPANY OF MARYLAND, this 12th day of March, A.D.1999. ` A ATTEST: r �t SEAT FIDELITY A%. POSIT COMPANY OF MARYLAND l 2 T. E. Smith State of Maryland } ss. County of Baltimore ) Assistant Secretary By: W. B. Walbrecher Vice -President On this 12th day of March, A.D. 1999, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came W. B. Walbrecher, Vice -President and T. E. Smith, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Carol J. Far / Notary Public My Commissi Expires: August 1, 2000 L1428-180-2895 EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the Vice -President who executed the said Power of Attorney was one of the additional Vice -Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 18T11 day of MAY , 2001 . Assistant Secretary COMMERCIAL GENERAL LIABILITY CS 807 (8-97) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTOMATIC ADDITIONAL INSUREDS INCLUDING COMPLETED OPERATIONS TO THE EXTENT REQUIRED BY AN INSURED CONTRACT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART The following is added to WHO I5 AN INSURED (Section II): 1. To the extent it is required by the terms of an "insured contract" which requires you to add by endorsement as an additional insured a person or organization, WHO I5 AN INSURED (Section II) is amended to include as an insured such person or organization ("additional insured") but only with respect to: (a) Vicarious liability arising out of your ongoing operations performed for the additional insured; or (b) Liability arising out of any act or omission of the additional insured for which you have entered into an enforceable "insured contract" which obligates you to indemnify the additional insured, or to furnish insurance coverage for the additional insured, and arising out of your ongoing operations for that additional insured. With respect to the insurance afforded these additional insureds, the following additional exclusions apply: 2. This insurance does not apply to "bodily injury," or "property damage" occurring after: (a) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service,rriaintenance or repairs), to be performed by or on behalf of the additional insured(s) at the site of the covered operations has been completed; or (b) That portion- of 'your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. This exclusion does not apply to the extent that an "insured contract" requires that you assume the tort liability arisinga that would of the additional insured out of riskthat otherwise be excluded by this exclusion. 3. This insurance does not apply to: "Bodily injury," "property damage," "personal injury or "advertising injury" arising out of the rendering of, or. the failure to render, any professional architectural, engineering or surveying services, including:_ (a) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and (b) Supervisory, inspection, architectural or engineering activities. Includes copyrighted material of Insurance Services Office, Inc., with its permission. NORTH PACIFIC INSURANCE COMPANY CS 807 (8-97) Page 1 of 2 With respect to the insurance afforded the additional insured, the following additional provisions apply; 4. The following paragraph is added to Section III - Limits of Insurance. The Limits of Insurance as provided in Section III are those shown in the Declarations or those limits which are specified in an "insured contract" under which you assume the tort liability of the additional insured, whichever are less. These Limits of Insurance are inclusive of and are not ib eddition to the Limits of Insurance shown in the Declarations. 5. In no event shall the coverages of this Coverage Form be made broader by the insured contract. Includes copyrighted material of Insurance Services Office, Inc., with its permission. 8 CS 807 (8-97) Page 2 of 2 MINIMUM WAGE AFFIDAVIT STATE OF WASHINGTON ) ) ss COUNTY OF YAKIMA ) I, the undersigned, having been duly sworn, depose, say and certify that in connection with the performance of the work, payment for which this voucher is submitted, I have paid the following rate per hour to each classification of laborers, workmen, or mechanics, as indicated upon the attached list, now referred to and by such reference incorporated in and made an integral part hereof, for all such employed in the performance of such work; and no laborer, workman, or mechanic so employed upon such work has been paid less than the prevailing rate of wage or less that the minimum rate of wages as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. Contractor Subscribed and sworn to before me on this day of 20 Z: WAN\SPECS\98090.YK.wpd Notary Public in and for the State of Washington residing 78 PREVAILING WAGE RATES The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in the performance of any part of this Contract shall be in accordance with the provisions of Chapter 39.12 RCW, as amended. The rules and regulations of the Department of Labor and Industries are by reference made a part of this Contract as though fully set forth herein. The current schedule of prevailing wage rates for the locality or localities where this Contract will be performed, as determined by the Industrial Statistician of the Department of Labor and Industries, is included in these Contract Documents. Inasmuch as the CONTRACTOR will be held responsible for paying this schedule of wages, it is imperative that all contractors and subcontractors familiarize themselves with the current wage rates, as determined by the Industrial Statistician of the Department of Labor and Industries, before submitting bids based on these Specifications. 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 and his decision thereon shall be final and conclusive and binding on all parties involved in the dispute as provided for by RCW 39.12.060 as amended. Z:\JAN\S P ECS\98090. YK. wpd 79 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section - Telephone (360) 902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage Rates For Public Wo The PREVAILING WAGES listed here include both the hourly wage rate and the benefits. On public works projects, workers' wage and benefit rates must add to total A brief description of overtime calculation requirements is provided on the YAKIMA COUNTY Effective 03-03-01 rks Contracts hourly rate of fringe not less than this Benefit Code Key Classification ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL BOILERMAKERS JOURNEY LEVEL BRICK AND MARBLE MASONS JOURNEY LEVEL CABINET MAKERS (IN SHOP) JOURNEY LEVEL $8 45 CARPENTERS ACOUSTICAL WORKER BRIDGE, DOCK AND WARF CARPENTERS CARPENTER CREOSOTED MATERIAL DRYWALL APPLICATOR FLOOR FINISHER FLOOR LAYER FLOOR SANDER MILLWRIGHT PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING SAWFILER SHINGLER STATIONARY POWER SAW OPERATOR STATIONARY WOODWORKING TOOLS CEMENT MASONS JOURNEY LEVEL $16.85 1 DIVERS & TENDERS DIVER DIVER TENDER DREDGE WORKERS ASSISTANT ENGINEER ASSISTANT MATE (DECKHAND) BOATMEN ENGINEER WELDER LEVERMAN, HYDRAULIC MAINTENANCE MATES OILER DRYWALL TAPERS JOURNEY LEVEL ELECTRICIANS - INSIDE JOURNEY LEVEL PREVAILING WAGE (See Benefrt Code Key) Over Time Holiday Note Code Code Code $23.54 1M 5D $35 96 18 5N $30 42 1M 5A $27 75 1M 5D $33 53 1M 5D $27 49 1M 5D $27 59 1M 5D $27 49 1M 5D $27 62 1M 5D $27 62 1M 5D $27 62 1M 5D $34 00 1M 5D $33.73 1M 5D $27 62 1M 5D $27 62 1M 5D $27 62 1M 50 $27 62 1M 5D Page 1 $71 01 1M 50 $35.27 1M 5D $34 12 1T 5D $33.68 1T 5D $34 12 1T 5D $34 17 1T 50 $35.56 1T 50 $33 68 1T 5D $34 12 1T 50 $33.78 1T 5D $24 84 1P 5A $35 45 1J 5Z 8A 8L 8L 8L 8L 8L 8L 8L 8L YAKIMA COUNTY Effective 03-03-01 Classification ELECTRICIANS - MOTOR SHOP CRAFTSMAN JOURNEY LEVEL ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER CERTIFIED LINE WELDER GROUNDPERSON HEAD GROUNDPERSON HEAVY LINE EQUIPMENT OPERATOR JACKHAMMER OPERATOR JOURNEY LEVEL LINGr K.IIJN LINE EQUIPMENT OPERATOR POLE SPRAYER POWDERPERSON ELECTRONIC & TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $12.07 1 ELEVATOR CONSTRUCTORS CONSTRUCTOR $30.35 4A 61 MECHANIC $41 00 4A 61 MECHANIC IN CHARGE $45.26 4A 61 PROBATIONARY CONSTRUCTOR $15.80 4A 61 FABRICATED PRECAST CONCRETE PRODUCTS CRAFTSMAN LABORER $8.65 1 $6 72 1 PRODUCTION WORKER $7 15 1 FENCE ERECTORS FENCE ERECTOR $13.80 1 FENCE LABORER $11 60 1 FLAGGERS JOURNEY LEVEL 521 82 1M 5D GLAZIERS JOURNEY LEVEL $18.26 1B 61 HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC 534 58 1F 5C HEATING EQUIPMENT MECHANICS MECHANIC $18.45 1J 5A INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9 07 1 INSPECTION/CLEANING/SEALING OF SEWER & WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR $9 73 1 GROUT TRUCK OPERATOR $11 48 1 HEAD OPERATOR $12.78 1 TECHNICIAN TV TRUCK OPERATOR $6.72 1 INSULATION APPLICATORS $10.53 1 JOURNEY LEVEL $32.91 1M 5D IRONWORKERS JOURNEY LEVEL PREVAILING WAGE $15 37 $14 69 542.16 538.72 $28.38 $29 81 $38.72 $29 81 $38.72 $32.95 $38 72 $29 81 (See Benefit Code Key) Over Time (-Win 2A 2A 4A 4A 4A 4A 4A 4A 4A 4A 4A 4A Holiday rme 6C 6C 5A 8E 5A 8E 5A 8E 5A 8E 5A 8E 5A 8E 5A 8E 5A 8E SA 8E 5A 8E Note Code Page 2 $35 87 18 5A YAKIMA COUNTY Effective 03-03-01 Classification PREVAILING WAGE (See Benefit Code Key) Over Time Holiday Note Code Code Code LABORERS ASPHALT RAKER $24 02 1M 50 BALLAST REGULATOR MACHINE $23 54 1M 50 BATCH WEIGHMAN $21 82 1M 5D CARPENTER TENDER $23.54 1M 5D CASSION WORKER $24 38 1M 5D CEMENT DUMPER/PAVING $24 02 1M 50 CEMENT FINISHER TENDER $23.54 1M 51) CHIPPING GUN (OVER 30 LBS) $24 02 1M 5D CHIPPING GUN (UNDER 30 LBS) $23.54 1M 50 CHUCK TENDER $23.54 1M 5D CLEAN-UP LABORER $23.54 1M 50 CONCRETE FORM STRIPPER $23.54 1M 5D CONCRETE SAW OPERATOR $24 02 1M 5D CRUSHER FEEDER $21.82 1M 5D CURING LABORER $23.54 1M 50 DEMOLITION, WRECKING & MOVING (INCLUDING CHARRED MATERIALS) $23 54 1M 5D DITCH DIGGER $23.54 1M 5D DIVER $24 38 1M 50 DRILL OPERATOR (HYDRAULIC, DIAMOND) $24 02 1M 5D DRILL OPERATOR, AIRTRAC $24 38 1M 5D DUMPMAN $23.54 1M 5D FALLER/BUCKER, CHAIN SAW $24 02 1M 50 FINAL DETAIL CLEANUP (i.e., dusting, vacuuming, window cleaning; NOT $19 50 1M 50 construction debris cleanup) FINE GRADERS $23 54 1M 50 FIRE WATCH $23.54 1M 5D FORM SETTER $23.54 1M 50 GABION BASKET BUILDER $23.54 1M 5D GENERAL LABORER $23.54 1M 5D GRADE CHECKER & TRANSIT PERSON $24 02 1M 5D GRINDERS $23.54 1M 5D GROUT MACHINE TENDER $23.54 1M 5D HAZARDOUS WASTE WORKER LEVEL A $24 38 1M 5D HAZARDOUS WASTE WORKER LEVEL 8 $24 02 1M 5D HAZARDOUS WASTE WORKER LEVEL C $23.54 1M 5D HIGH SCALER $24.38 1M 50 HOD CARRIER $24 02 1M 50 JACKHAMMER $24 02 1M 5D LASER BEAM OPERATOR $24 02 1M 5D MINER $24 38 1M 50 NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $24 02 1M 5D PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST, GUNITE, SHOTCRETE, WATER BLASTER PAVEMENT BREAKER $24 02 1M 50 PILOT CAR $21 82 1M 5D PIPE RELINER (NOT INSERT TYPE) - $24 02 1M 50 PIPELAYER & CAULKER $24 02 1M 50 PIPELAYER & CAULKER (LEAD) $24 38 1M 5D PIPEWRAPPER $24 02 1M 5D POT TENDER $23 54 1M 50 POWDERMAN $24 38 1M 5D POWDERMAN HELPER $23.54 1M 5D Page 3 YAKIMA COUNTY Effective 03-03-01 Classification POWERJACKS RAILROAD SPIKE PULLER (POWER) RE-TIMBERMAN RIPRAP MAN SIGNALMAN SLOPER SPRAYMAN SPREADER (CLARY POWER OR SIMILAR TYPES) SPREADER (CONCRETE) STAKE HOPPER STOCKPILER TAMPER & SIMILAR ELECTRIC, AIR & GAS TAMPER (MULTIPLE & SELF PROPELLED) TOOLROOM MAN (AT JOB SITE) TOPPER-TAILER TRACK LABORER TRACK LINER (POWER) TUGGER OPERATOR VIBRATING SCREED (AIR, GAS, OR ELECTRIC) VIBRATOR WELDER WELL -POINT LABORER LABORERS - UNDERGROUND SEWER & WATER GENERAL LABORER $23.54 1M 5D PIPE LAYER $24 02 1M 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $7 38 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $15 45 1 LANDSCAPING OR PLANTING LABORERS $7 63 1 LATHERS JOURNEY LEVEL $27 49 1M 5D MACHINISTS (HYDROELECTRIC SITE WORK) MACHINIST $16 84 1 METAL FABRICATION (IN SHOP) FITTER LABORER $12.00 1 $10 31 1 MACHINE OPERATOR $11 32 1 PAINTER $12.00 1 WELDER $11 32 1 MODULAR BUILDINGS JOURNEY LEVEL $14 11 1 PAINTERS JOURNEY LEVEL $16 75 1 PLASTERERS JOURNEY LEVEL $34.03 1R 5A PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $7 63 1 PLUMBERS & PIPEFITTERS JOURNEY LEVEL $40 35 1Q 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $32.04 1T 50 8L BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER) $34 50 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YD) $34 94 1T 50 8L Page 4 PREVAILING WAGE $24 02 $24 02 $24 38 $23 54 $23.54 $23 54 $24 02 $24 02 $23 54 $23 54 $24 02 $24 02 $21 82 $23.54 $23 54 $24 02 $24 02 $23.54 $24 02 $23 54 $24 02 (See Benefit Code Key) Over Time Holiday Note `oae Code Code 1M 1M 1M 1M 1M 1M 1M 1M 1M 1M 1M 1M 1M 1M 1M 1M 1M 1M 1M 1M 1M 5D 5D 5D 5D 5D 50 5D 50 50 gn 50 50 50 5D 50 5D 5D 5D 5D 5D 50 YAKIMA COUNTY Effective 03-03-01 (See Benefit Code Key) Over PREVAILING lime Holiday Note Classification WAGE Code Code Code BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH ATTACHMENTS) $35 44 1T 5D 8L BACKHOES, (75 HP & UNDER) $34 14 IT 5D 81. BACKHOES, (OVER 75 HP) $34 50 IT 5D 8L BARRIER MACHINE (ZIPPER) $34 50 1T 5D 8L BATCH PLANT OPERATOR, CONCRETE $34 50 IT 5D 8L BELT LOADERS (ELEVATING TYPE) $34.14 1T 5D 8L BOBCAT $32.04 1T 5D 81_ BROOMS $32.04 1T 50 8L BUMP CUTTER $34 50 IT 5D 8L CABLEWAYS $34 94 11- 5D 81. CHIPPER $34 50 1T 50 8L COMPRESSORS $32.04 1T 5D 8L CONCRETE FINISH MACHINE - LASER SCREED $32.04 1T 5D 8L CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $34 50 1T 50 8L CONCRETE PUMPS $34 14 1T 5D 8L CONVEYORS $34 14 1T 50 8L CRANES, THRU 19 TONS, WITH ATTACHMENTS $34 14 1T 50 8L CRANES, 20 - 44 TONS, WITH ATTACHMENTS $34 50 17 5D 81. CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $34 94 1T 50 8L WITH ATACHMENTS) CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $35 44 1T 5D 81_ WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $35 94 1T 5D SL WITH ATTACHMENTS) CRANES, A -FRAME, 10 TON AND UNDER $32.04 1T 5D 81_ CRANES, A -FRAME, OVER 10 TON $34 14 1T 50 8L CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $36 44 1T 5D 81_ ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE (20 - 44 TONS) $34 50 1T 50 8L CRANES, OVERHEAD, BRIDGE TYPE (45 - 99 TONS) $34 94 IT 50 81_ CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $35 44 1T 5D 8L CRANES, TOWER CRANE UP TO 175 IN HEIGHT, BASE TO BOOM $35 44 1T 5D 8L CRANES, TOWER CRANE OVER 175 IN HEIGHT, BASE TO BOOM $35 94 1T 51) 8L CRUSHERS $34 50 1T 50 8L DECK ENGINEER/DECK WINCHES (POWER) $34 50 1T 5D 81_ DERRICK, BUILDING $34 94 1T 5D 8L DOZERS, D-9 & UNDER $34 14 1T 5D 81. DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $34 14 1T 5D 8L DRILLING MACHINE $34 50 1T 5D 8L ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $32.04 1T 5D 8L EQUIPMENT SERVICE ENGINEER (OILER) $34 14 1T 5D 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $34.50 1T 50 81_ FORK LIFTS, (3000 LBS AND OVER) $34 14 1T 5D 8L FORK LIFTS, (UNDER 3000 LBS) $32.04 1T 5D 8L GRADE ENGINEER $34 14 1T 50 8L GRADECHECKER AND STAKEMAN $32.04 1T 51) 8L HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $34.14 1T 5D 8L HORIZONTAL/DIRECTIONAL DRILL LOCATOR $34 14 1T 5D 8L HORIZONTAL/DIRECTIONAL DRILL OPERATOR $34 50 1T 5D 8L HYDRALIFTS/BOOM TRUCKS (10 TON & UNDER) $32.04 1T 5D 81_ HYDRALIFTS/BOOM TRUCKS (OVER 10 TON) $34 14 1T 5D 81_ LOADERS, OVERHEAD (6 YD UP TO 8 YD) $34 94 1T 5D 81. LOADERS, OVERHEAD (8 YD & OVER) $35 44 IT 5D 8L Page 5 YAKIMA COUNTY Effective 03-03-01 Classification PREVAILING WAGE (See Benefit Code Key) Over Time Holiday Note Code Code Code LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $34 50 1T 5D 8L LOCOMOTIVES, ALL $34 50 1T 50 8L MECHANICS, ALL $34 50 1T 5D 8L MIXERS, ASPHALT PLANT $34.50 1T 5D 8L MOTOR PATROL GRADER (FINISHING) $34 50 1T 5D 8L MOTOR PATROL GRADER (NON -FINISHING) $34 14 1T 5D 8L MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD $34 94 1T 5D SL OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $32.04 1T 5D 8L OPERATOR PAVEMENT BREAKER $32.04 1T 50 8L PILEDRIVER (OTHER THAN CRANE MOUNT) $34 50 1T 5D 8L PLANT OILER (ASPHALT CRUSHER) $34 14 1T 50 8L POSTHOLE DIGGER, MECHANICAL $32.04 1T 50 8L POWER PLANT $32.04 1T 5D 8L PUMPS, WATER $32.04 1T 50 8L QUAD 9, D-10, AND HD -41 $34.94 1T 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $34 94 1T 5D 8L EQUIP RIGGER AND BELLMAN $32.04 iT 50 BL ROLLAGON $34 94 1T 5D 8L ROLLER, OTHER THAN PLANT ROAD MIX $32.04 1T 5D 8L ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $34.14 1T 5D BL ROTO -MILL, ROTO -GRINDER $34.50 1T 5D 8L SAWS, CONCRETE $34.14 1T 5D BL SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $34 50 1T 5D 8L OFF-ROAD EQUIPMENT ( UNDER 45 YD) SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $34 94 1T 50 8L OFF-ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $34 14 1T 50 8L SCREED MAN_ $34.50 1T 50 8L SHOTCRETE GUNITE $32.04 1T 5D BL SLIPFORM PAVERS $34 94 1T 5D 8L SPREADER, TOPSIDE OPERATOR - BLAW KNOX $34 50 1T 50 8L SUBGRADE TRIMMER $34 50 1T 5D 8L TRACTORS, (75 HP & UNDER) $34 14 1T 5D 8L TRACTORS, (OVER 75 HP) $34 50 1T 5D 8L TRANSFER MATERIAL SERVICE MACHINE $34.50 1T 50 8L TRANSPORTERS, ALL TRACK OR TRUCK TYPE $34 94 1T 50 8L TRENCHING MACHINES $34 14 1T 51) 8L TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $34 14 1T 50 8L TRUCK CRANE OILER/DRIVER (100 TON & OVER) $34 50 iT 50 8L WHEEL TRACTORS, FARMALL TYPE $32.04 1T 5D 8L YO YO PAY DOZER $34 50 1T 50 8L POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & WATER ALL CLASSIFICATIONS $19 85 1 POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $28.90 4A 5A SPRAY PERSON $27 34 4A 5A TREE EQUIPMENT OPERATOR $27 72 4A 5A TREE TRIMMER $25.64 4A 5A TREE TRIMMER GROUNDPERSON $18.70 4A 5A REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC $22.90 1 Page 6 YAKIMA COUNTY Effective 03-03-01 Classification RESIDENTIAL BRICK & MARBLE MASONS JOURNEY LEVEL RESIDENTIAL CARPENTERS JOURNEY LEVEL RESIDENTIAL CEMENT MASONS JOURNEY LEVEL RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL RESIDENTIAL ELECTRICIANS JOURNEY LEVEL RESIDENTIAL GLAZIERS JOURNEY LEVEL RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL RESIDENTIAL LABORERS JOURNEY LEVEL RESIDENTIAL PAINTERS JOURNEY LEVEL RESIDENTIAL PLUMBERS & PIPEFITTERS JOURNEY LEVEL RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL ROOFERS JOURNEY LEVEL USING IRRITABLE BITUMINOUS MATERIALS SHEET METAL WORKERS JOURNEY LEVEL SIGN MAKERS & INSTALLERS (NON -ELECTRICAL) JOURNEY LEVEL SOFT FLOOR LAYERS JOURNEY LEVEL SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL SURVEYORS CHAIN PERSON INSTRUMENT PERSON PARTY CHIEF TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER HOLE DIGGER/GROUND PERSON , INSTALLER (REPAIRER) JOURNEY LEVEL TELEPHONE UNEPERSON SPECIAL APPARATUS INSTALLER 1 SPECIAL APPARATUS INSTALLER II TELEPHONE EQUIPMENT OPERATOR (HEAVY) TELEPHONE EQUIPMENT OPERATOR (LIGHT) Page 7 PREVAILING WAGE $19 72 1 (See Benefit Code Key) Over Time Holiday Note Code Code Code $22.61 1M 50 $16 85 1 $19 08 1 $16 97 1 $11 48 1 $10 00 1 $6 84 1 $11 42 1 $16 97 1 $22.42 1B 5A $17 55 1 $25 17 1B 51 $28 17 1B 51 $32.77 18 5A $14 65 1 $15 79 1 $6 72 1 5T $18 87 1 $13.23 1 $9.25 1 $12.05 1 $15 05 1 $24 07 2B 5A $12.86 2B 5A $23.04 28 5A $22.30 2B 5A $24 07 28 5A $23.57 2B 5A $24 07 2B 5A $22.30 2B 5A YAKIMA COUNTY Effective 03 03=01 Classification TELEVISION GROUND PERSON TELEVISION LINEPERSON/INSTALLER TELEVISION SYSTEM TECHNICIAN TELEVISION TECHNICIAN TREE TRIMMER TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL TILE, MARBLE & TERRAZZO FINISHERS FINISHER TRAFFIC CONTROL STRIPERS JOURNEY LEVEL TRUCK DRIVERS nL LMP TRUCK DUMP TRUCK & TRAILER OTHER TRUCKS TRANSIT MIXER WELL DRILLERS & IRRIGATION PUMP INSTALLERS (See Benefit Code Key) Over PREVAIL !NG Time Holiday Note WAGE $12.13 2B 5A $16 59 2B 5A $20 00 2B 5A $17 85 2B 5A $22.30 2B 5A $24.36 4A 5A $20.56 4A 5A $26 48 1K 5A $20.19 1 $24 60 2G 61 $28.33 1N 5D 8M $24.60 2G 61 IRRIGATION PUMP INSTALLER $11 15 1 OILER $9.20 1 WELL DRILLER $17 68 1 Page 8 BENEFIT CODE KEY - EFFECTIVE 03-03-01 OVERTIME CODES OVERTIME CALCULATIONS ARE BASED Ors THE HOURLI RATE ACTUALLI PAID TO THE WORKER ON PUBLIC WORKS PROJECTS. THE HOURLI RATE MUST BE NOT LESS THA\ THE PRE\ AILING RATE OF WAGE MINUS THE HOURLI RATE OF THE COST OF FRINGE BENEFITS ACTL:ALLI PROVIDED FOR THE WORKER ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORT\ (-0i HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF W AGE. A. ALL HOURS WORKED ON SATURDAYS. SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF TIMES THE HOURL' RATE OF W AGE B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURL' RATE OF W AGE. ALL HOURS W ORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE TI -E HOURLI RATE OF W AGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. D THE FIRST EIGHT (8) HOURS ON SATURDAYS OF A FIVE - EIGHT HOUR WORK WEEK AND THE FIRST EIGHT (8) HOURS WORKED ON A FIFTH CALENDAR DAI . EXCLUDING SUNDAY. IN A FOUR - TEN HOUR SCHEDULE. SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAl ON SATURDAY ALL HOURS WORKED LN EXCESS OF EIGHT (8) HOURS IN A FIFTH CALENDAR WEEKDAI OF A FOUR - TEN HOUR SCHEDULE. ALL HOURS WORKED IN EXCESS OF TEN (101 HOURS PER DAY MONDAI THROUGH FRIDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE P AID AT DOUBLE THE HOURLY RATE OF W AGE. F THE FIRST EIGHT 181 HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TLMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT DOUBLE THE HOURLI RATE OF WAGE. ALL HOURS WORKED ON LABOR DA\ SHALL BE P AID AT THREE TLMES THE HURL RATE OF W AGE. G. THE FIRST TEN (101 HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A 1 -1I -1H CALENDAR WEEKDAY LN A FOUR - TEN HOUR SCHEDULE. SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURL I RATE OF W AGE. ALL HOURS WORKED LN EXCESS OF TEN (101 HOURS PER DAI MONDAI THROUGH SATURDAY. AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF W .AGE. H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE-HALF TLMES THE HOURLY RATE OF W AGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. J TIE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TLMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED LN EXCESS OF EIGHT (81 HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF W AGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TLMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED ON SATURDAYS. SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF W AGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. P ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) AND SUNDAYS SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF W AGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Q ALL HOURS WORKED ON SATURDAY S SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF W AGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF W AGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. BENEFIT CODE KEY - EFFECTIVE 03-03-01 -2- S. ALL HOURS W ORKED ON SUNDAYS BETWEEN THE HOURS OF 122:0OAM SUNDAY AND 6:OOAM MONDAY AND ON HOLIDAYS SHALL BE PAD AT DOUBLE THE HOURLY RAM E OF WAGE. T ALL HOURS W ORKED ON SATURDAYS. EXCEPT `LAKE -UP DAYS. SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED AFTER 6:OOPM SATURDAY TO 6:0OAM MONDAY AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. U ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF W AGE. ALL HOURS WORKED O\ SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. W ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE-UP DAYS) SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF W AGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TLMES THE HOURLY RATE OF W AGE. ALI HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY 1401 HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES T1 -IE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX (6( HOURS O\ SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF W AGE. B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. C ALL HOURS W ORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE P AID AT TWO TIMES THE HOURLY RATE OF WAGE. D ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF W AGE. E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES TFL"( HOURLY RATE OF WAGE. F THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE LN ADDITION TO THE HOLIDAY PAY ALL HOURS WORKED IN EXCESS OF EIGHT (81 HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE TIS HOURLY RATE OF WAGE. G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TLMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE INCLUDLNG HOLIDAY PAY ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. INCLUDING THE HOLIDAY PAY ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF W AGE. M. ALL HOURS WORKED ON SATURDAYS. SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF W AGE. O ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF W AGE. 4. A. ALL HOURS WORKED LN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF W AGE. ALL HOURS WORKED ON SATURDAYS. SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. HOLIDAY CODES 5 A. HOLIDAYS. NEV YEAR'S DAY MEMORLAL DAY. INDEPENDENCE DAY. LABOR DAY. THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY. AND CHRISTMAS DAY (7). B. HOLIDAYS. NEV. YEAR'S DAY. MEMORIAL DAY INIDEPENDENCE DAY, LABOR DAY. THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY. THE DAY BEFORE CHRISTMAS. AND CHRISTMAS DAY (8). 5 BENEFIT CODE KEN - EFFECTIVE 03-03-01 -3- C. HOLIDAYS NEW YEAR'S DAY. W ASHINGTON'S BIRTHDAY. MEMORIAL DAY. INDEPENDENCE DAY. LABOR DAY. THANKSGIVING DAY. THE FRIDAN AFTER THANKSGIVING DAY. AND CHRISTMAS DAY (8). D HOLIDAYS NEW YEAR'S DAN MEMORIAL DA\. INDEPENDENCE DAY LABOR DA\, THANKSGIVING DAN, THE FRIDAN AND SAT RDAN AFTER THANKSGIVING DAY. AND CHRISTMAS DAY (8). G. HOLIDAYS NEW YEAR'S DAY. MEMORIAL DAN, INDEPENDENCE DAN. LABOR DAN THANKSGIVING DAY THE LAST WORK DAY BEFORE CHRISTMAS DAN AND CHRISTMAS DAY (7). H. HOLIDAYS NEW YEAR'S DAY MEMORIAL DAY. INDEPENDENCE DA\ THANKSGIVING DAN. THE DAY AFTER THANKSGIVING DAY. AND CHRISTMAS i6). I. HOLIDAYS NEW YEAR'S DA\ Nf'EMORLAL DAY. INDEPENDENCE DAY. LABOR DAN. THANKSGIVING DAN. AND CHRISTMAS DAY (6). N HOLIDAYS NEW YEAR'S DAY W ASHINGTON'S BIRTHDAY. MEMORIAL DAY. INDEPENDENCE DAY. LABOR DAY. VETERANS' DAY. THANKSGIVING DAN . THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9). O PAID HOLIDAYS. NEW YEAR'S DAY WASHINGTON'S BIRTHDAY. INDEPENDENCE DAY. LABOR DAN. THANKSGIVING DAY. AND CHRISTMAS DAY (6). Q PAID HOLIDAYS. NEW YEAR'S DAN MEMORIAL DAN INDEPENDENCE DAY. LABOR DAN. THANKSGIVING DAY AND CHRISTMAS DAN (6). R. PAID HOLIDAYS. NEW YEAR'S DAY MEMORIAL DAY INDEPENDENCE DAY. LABOR DAY THANKSGIVING DAY, DAY AFTER THANKSGIVING DA\ O\E-HALF DA\ BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7 I,2). S PAID HOLIDAYS. NEW YEAR'S DAN PRESIDENTS DAN MEMORIAL DAY INDEPENDENCE DAY. LABOR DAY, THANKSGIVING DAY AND CHRISTMAS DAN" (7). T PAID HOLIDAYS. SEVEN (7) PAID HOLIDAYS. U PAID HOLIDAYS. NEW YEAR'S DAN WASHINGTON'S BIRTHDAY INDEPENDENCE DAY, LABOR DAY. THANKSGIVING DAY. CHRISTMAS DAY AND A DAY OF THE EMPLOYEES CHOICE (7). ✓ PAID HOLIDAYS. SIX (6) PAID HOLIDAYS. W PAID HOLIDAYS. NINE (9) PAID HOLIDAYS. X. HOLIDAYS. AFTER 520 HOURS - NEW YEAR'S DAY. THANKSGIVING DAY AND CHRISTMAS DAY AFTER 2080 HOURS - NEV, YEAR'S DAY. WASHINGTON'S BIRTHDAY MEMORIAL DAY. INDEPENDENCE DAY. LABOR DAY, THANKSGIVING DAY. CHRISTMAS DA\ AND A FLOATING HOLIDAY (8). Y HOLIDAYS. NEW YEAR'S DAY. MEMORLAL DAY. INDEPENDENCE DAY. LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY. THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8). Z. HOLIDAYS. NEW YEAR'S DAY. MEMORIAL DAY. INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY. THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). 6. A. PAID HOLIDAYS. NEW YEAR'S DAY THANKSGIVING DAY, THE C. HOLIDAYS. NEW YEAR'S DAY THANKSGIVING DAY. THE DAY CHRISTMAS DAY (9). DAY WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY. LABOR FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). W ASHINGTON'S BIRTHDAY. MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY. Al- 1 ER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY. AND D. PAID HOLIDAYS. NEW YEAR'S DAY. WASHINGTON'S BIRTHDAY. MEMORIAL DAY. INDEPENDENCE DAY. LABOR DAY THANKSGIVING DAY. THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY. THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY (9). H. HOLIDAYS. NEW YEAR'S DAY MARTEN LUTHER KING JR. DAY. MEMORIAL DAY. INDEPENDENCE DAY, LABOR DAY. THANKSGIVING DAY THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). I. PAID HOLIDAYS. NEW YEAR'S DAY. MEMORIAL DAY. INDEPENDENCE DAY. LABOR DAY. THANKSGIVING DAY. FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). 6. L. HOLIDAYS. NEW YEAR'S DAY. MEMORIAL DAY. INDEPENDENCE DAY. LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY. THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTNLAS DAY (8) BENEFIT CODE KEN - EFFECTIVE 03-03-01 Q PAID HOLIDAYS NEW YEARS DA\ MEMORIAL DAN. INDEPENDENCE DAY. LABOR DAN THANKSGIVING DAY THE DAY AFTER THANKSG1VLNG DAY AND CHRISTMAS DAN UNPAID HOLIDAY, PRESIDENTS' DAY S. PAID HOLIDAYS. NEW YEAR'S DAN. MEMORIAL DAN INDEPENDENCE DAN LABOR DAN THANKSGIVING DAN. THE FRIDAY AFTER THANKSGIVTNG DAY, CHRISTMAS EVE DAN . AND CHRISTMAS DA\ (8). T PAID HOLIDAYS. NEW YEAR'S DAN V ASHINGTON'S BIRTHDA\. MEMORIAL DAY INDEPENDENCE DAN. LABOR DAN THANKSGIVING DAY THE FRIDAN AFTER THANKSGIVING DAN THE LAST WORKING DAN BEFORE CHRISTMAS DAN AND CHRISTMAS DAN (9). L' HOLIDAYS. NEW YEAR'S DAY. DAN BEFORE NEW YEAR'S DAY. MEMORLAL DAN DAN BEFORE INDEPENDENCE DAN INDEPENDENCE DAY. LABOR DA\. THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DA% THE DAN BEFORE CHRISTMAS DAY. CHRISTMAS DAY (10). V PAID HOLIDAYS. NEW YEAR'S DAY MEMORIAL DAY. INDEPENDENCE DAY LABOR DAY. THANKSGIVING DAY. DAY Ar 1 LR THANKSGIVING DAN CHRISTMAS EVE DAY CHRISTMAS DAN . EMPLOYEE'S BIRTHDAY EMPLOYEE'S nm AND ONE DAY OF THE L.�IPLIl d LL � CHOICE � •"•. W PAID HOLIDAYS. NEW YEAR'S DAY DAY BEFORE NEW YEARS DAY. PRESIDENTS DAY. MEMORIAL. DAN INDEPENDENCE DAY LABOR DAN THANKSGIVING DAY DA\ AFTER THANKSGIVING DAY CHRISTMAS DAY. DAY BEFORE CHRISTMAS DAN (10). X. PAID HOLIDAYS. NEW YEAR'S DA\ DAN BEFORE OR -AFTER NEW YEAR'S DA\ PRESIDENTS DAY. MEMORIAL DAY INDEPENDENCE DA\ LABOR DAN. THANKSGIVING DAY. DAY .a-IER THANKSGIVING DAY. CHRISTMAS DAN . DAY BEFORE OR AFTER CHRISTMAS DAN. EMPLOYEE'S BIRTHDAY i 11). NOTE CODES 8. A. THE STANDBY RATE OF PAN FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY IN ADDITION TO THE HOURLY W AGE AND FRINGE BENEFITS. THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE. OVER 50' TO 100' - SI 00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 175' - S2.25 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 175' TO 250' - 55.50 PER FOOT FOR EACH FOOT OVER 1'5 FEET THEIR OWN PRICE. IS NO LESS THAN THE SCALE LISTED OVER=50'-llIVERSy"LAN NAME N11L.li.v..�•PROVIDED IT FOR 250 FEET THE PAY N C. THE THE HOURLY WAGE AND FRINGE BENEFITS. Y RATE OF PAY FOR DIVERS THE FOLLL BE LNE-HALF OWING WING DEPTH PREMIUMS TODEPTHS FIE lY FE TO ET OR MORE. OVER 50' TO 100' - SI.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150' - 51.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 200' - 52.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200' - DIVERS MAY NAME THEIR OWN PRICE D WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL 51.00 PER HOUR. E. ALL CLASSIFICATIONS. INCLUDING ALL APPRENTICES. REPORTING TO AN EMPLOYER'S DESIGNATED JOB HEADQUARTERS AND WORKING A MINIMUM OF FOUR 4) HOURS IN ANY ONE (1) DAY SHALL RECEIVE A WAGE SUPPLEMENT OF TWENTY-FOUR DOLLARS (524.00) IN ADDITION TO THE PREVAILING HOURLY RATE OF WAGE AND FRINGE BENEFITS. L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A. SO 75. LEVEL B. S0.50. AND LEVEL C. 50.25 M. WORKERS ON HAZMAT PROJECTS RECEIVE .ADDITIONAL HOURLY PREMIUMS AS FOLLOWS LEVELS A & B. 51.00. LEVELS C & D S0.50. N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A. 51.00, LEVEL B. 50.75. LEVEL C. 50.50. AND LEVEL D. 50.25 PROPOSAL To the City Clerk Yakima, Washington This certifies that the undersigned has examined the location of DOMESTIC WATER SYSTEM IMPROVEMENT PROJECT NEW 12" INTERTIE TERRACE HEIGHTS DRIVE AT MARTI'S RESTAURANT CITY'OF YAKIMA PROJECT NO. 1912 and that the Plans, Specifications, and Contract governing the work embraced in this improvement, and the method by which payment will be made for said work, is understood. The undersigned hereby proposes to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available, in accordance with the said Plans, Specifications, and Contract, and the following schedule of rates and prices. NOTE: Unit prices for all items, all extensions, and total amount of bid shall be shown and shall be written in ink or typed. Show unit prices in figures only. Figures written to the right of the dot (decimal) in the dollars column shall be considered as cents. Z: U A N \S P EC S\9 809 0. Y K. wp d 94 ITEM PROPOSAL BID SHEET DOMESTIC WATER SYSTEM IMPROVEMENT PROJECT NEW 12" INTERTIE TERRACE HEIGHTS DRIVE AT MARTI'S RESTAURANT CITY OF YAKIMA PROJECT NO. 1912 ITEM PROPOSAL ITEM PAYMENT SECTION NO. 1 SPILL PREVENTION PLAN 1-07 15 2 MOBILIZATION 1-09 7 3 TEMPORARY TRAFFIC CONTROL DEVICES 1-10.5 AND OBSTRUCTIONS 4 REMOVAL OF STRUCTURES 2-02.5 REPAIR 5 ASPHALT PAVEMENT 5-04.5 IRON PIPE AND FITTINGS 6 12 -INCH DUCTILE 7-09.5 BACKFILL, AS DIRECTED 7 IMPORTED SELECT 7-10.5 EXTRA EXCAVATION 8 SHORING OR 7-10.5 REPAIR 9 GRAVEL SHOULDER 7-10.5 VALVE AND VALVE BOX 10 12 -INCH BUTTERFLY 7-12.5 , VALVES 11 AIR VACUUM RELIEF 7-12.5 Z: U AN\S P E C S\98090. Y K. wp d QTY 180 900 80 900 95 200 2 1 UNIT LS LS LS LS SY LF CY LF SY EA EA UNIT PRICE DOLLARS g6,4?t. 710 00 7a Q42ro0 °70.00 AMOUNT DOLLARS 72/a 461a.eio 6-761,.00 12 NEW FIRE HYDRANT i 1 EA 0990, ce3.. co 7-14.5 13 3/4 -INCH SERVICE CONNECTION 1 EA ,t 749 7-15.5 .00 __Lye). %'C? 14 CEMENT CONCRETE BARRIER CURB 60 LF e. 90 ct!ci 00 • 8-04.5 15 REPAIR OR REPLACEMENT - - - FA 68.000.00 8-30.5 SUBTOTAL Ai,0 s" e 7.6% STATE SALES TAX /0 I•254 I Z:`IAN\SPECS \98090. YK.wpd 96 e'Al��'0 BID BOND (Pursuant to RCW 35.23.352) KNOW ALL MEN BY THESE PRESENTS, that we CENTRAL CONCRETE & UTILITIES, INC. as Principal, hereinafter called Principal Deposit Company of Maryland, as Surety,and ter Cal Surety, hereinafter called are held and firmly bound unto CITY OF YAKIMA as Obligee, hereinafter called Obligee, 9 in the sum o FIVE PERCENT OF ATTACHED BID for the payment of which sum well and truly toDollars ($ 5% said Principal and the said Surety,bind to be made, the ns,ourselves, our heirs, firmly by these presents° executors, successors and assi g Jointly and severally, WHEREAS, the Principal has submitted a bid for DOMESTIC WATER RESTAURANT - PROJECT # 1912 IMPROVEMENT PROJECT - NEW 12" INTERTIE TERRACE HEIGHTS DRIVE AT MAR TI'S NOW, THEREFORE, if the Obligee shall accept the Principal and award the Contract to the Prrincipal and tfe Principal shall enter into Contract with the Obligee in accordance with the terms of if the bond or bonds as maysuch bid, and shall deliver such oments be specified in the bidding or Contract Dwith a surety or sureties satisfactory Obligee, for the faithful performance of the andContract t payment of labor and materials furnished in the thereof, or if, in the event of the Principal's failurerton enter into the Contract, the Principal shall tObligeeo the amount of the deposit specifiedinthe bid document this obligation shall be pay to the bond shall remain in full nforce anand oeffecot�jandlthe S s° then bo and forfeit to this bid the Obligee the amount hereof, Surety shall Signed and sealed this 25TH day of APRIL 2001 CENTRAL CONCRETE & UTILITIES, INC. rincipal) CHARLES F. ANDERSON - PRESIDENT Fidelity and Deposi_t Company of Mar land (Surety) KAREN INGRAM (Attorney in fact) By: ,s -^v Z1JAN\SPECS\98090.YK.wptl PROPOSAL Proposal Form Item Proposal Bid Sheet Bid Bond Form Non -Collusion Declaration Non -Discrimination Provision Subcontractor List Women and Minority Business Enterprise Policy Council Resolution Affirmative Action Plan Bidders Certification Subcontractors Certification Proposal Signature Sheet Bidders Check List 93 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND HOME OFFICE: P.O. BOX 1227, BALTIMORE, MD 21203-1227 Know ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by W. B. WALBRECHER, Vice -President, and T. E. SMITH, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of ��'- -Laws o cls Company, which are set forth on the reverse side hereof and are hereby certified to be in full f.:� d effec .,�, e date hereof, does hereby nominate, constitute and appoint Thomas P. HENTSCHELL, Kare '�' ITH, ' , L. PERRAULT and Karen INGRAM, all of Tacoma, Washington, EACH its true and lawful and Att. -; -in-Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and dee• and all .4� and undertakings and the execution of such bonds or undertakings in pursuance of these presen %r• 11 be as ..t...`",4: upon said Company, as fully and amply, to all intents and purposes, as if they had been duly ted and �:!a�'3:.wledged by the regularly elected officers of the Company at its office in Baltimore, Md., in their proper pens. This power of attorney revokes that issued on behalf of Ronald L. PERRAULT, et al, dated June 5!` The said Assistant Secretary does here Article VI, Section 2, of the By -Laws ofCompany IN WITNESS WHEREOF, the sai e-Presid affixed the Corporate Seal of the said I�IP)ELITY �i` A.D. 1999. ATTEST: FIDELITY AND tract set forth on the reverse side hereof is a true copy of s now in force. Assistant Secretary have hereunto subscribed their names and DEPOSIT COMPANY OF MARYLAND, this 12th day of March, OSIT COMPANY OF MARYLAND T. E. Smith Assistant Secretary State of Maryland } ss: County of Baltimore -' By: W. B. Walbrecher Vice -President On this 12th day of March, A.D. 1999, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came W. B. Walbrecher, Vice -President and T. E. Smith, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Carol J. Fa. -r My Commissi L1428-180-2895 Notary Public Expires: August 1, 2000 EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have ve power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the Vice -President who executed the said Power of Attorney was one of the additional Vice -Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2,of By -Laws of FIDELITY r-- �+ os ui�. of the AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 25TH day of APRIL 2001 Assistant Secretary BID BOND FORM Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in the amount of $ , which amount is not Tess than five percent (5%) of the total bid. Sign Here ZLZ-2&/ BID BOND KNOW ALL MEN BY THESE PRESENTS: That we , as Principal, and ,as Surety, are held and firmly bound unto the CITY OF YAKIMA, as Obligee, in the penal sum of Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for DOMESTIC WATER SYSTEM IMPROVEMENT PROJECT - NEW 12" INTERTIE TERRACE HEIGHTS DRIVE AT MARTI'S RESTAURANT according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a Contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED, AND DATED THIS DAY OF , 20 Principal Surety 20 Received return of deposit in the sum of $ Z: U AN\S P EC S\98090. Y K. wp d 97 NON -COLLUSION DECLARATION 1, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States, that the following statements are true and correct: 1. That the undersigned person(s), firm, association, or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and have agreed to the provisions of this declaration. Z: W AN \S P E C S\98090. Y K. wp d 98 NONDISCRIMINATION PROVISION During the performance of this contract, the contractor agrees as follow: The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. The Contractor will, in ail solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin. The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the Contractor's commitments under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. The Contractor will comply with all provisions of Executive Order No. 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. The Contractor will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, and by the rules regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. In the event of the Contractor's noncompliance with the nondiscrimination clauses of this Contract or with any such rules, regulation, or orders, this Contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of September 24, 1965, and such other sanctions may be imposed and remedies involved as provided in Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. The Contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor The Contractor will take such action with respect to any subcontract or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance; provided, however, that in the event the Contractor becomes involved in, or is threatened with litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. Z:UAN\S P ECS\98090. Y K.wp d 99 SUBCONTRACTOR LIST Prepared in compliance with Chapter 378 Laws of 1993 To be Submitted with the Bid Proposal NEW 12" INTERTIE TERRACE HEIGHTS DRIVE AT MARTI'S RESTAURANT CITY PROJECT 1912 The following listed bid items (listed in numerical order) for this project have been proposed for subcontracting to subcontractors as indicated for: Subcontractor Name /e.,zse> ;4 '- Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Bid item numbers to be performed by the prime contractor: Prime Contractor Name Item Numbers /--2-3-¢ —6- 6)•-4 -ice-- z--r� Z:U AN \S P E C S\98090. Y K. wp d 100 CITY OF YAKIMA WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY It is the policy of the City of Yakima that women and minority business enterprises shall have the maximum opportunity to participate in the performance of work relating to the City's activities. To this end, the City is committed to take all necessary and reasonable steps in accordance with state and federal rules and regulations to ensure women and minority business enterprises the maximum opportunity to compete for and to perform contracts. In order to enhance opportunities for women and minority businesses to participate in certain contractor opportunities with the City of Yakima, and as a recipient of federal and state financial assistance, the City is committed to a women and minority business enterprise utilization program. The City is determined to maximize women and minority business opportunities through participation in the competitive bidding process through women and minority business enterprise affirmative action programs administratively established by the City Manager and monitored and implemented in accordance with state and federal rules and regulations. All women and minority business enterprise programs shall include specific goals for participation of women and minority businesses in City projects of at least ten percent (10%) of the total dollar value of City contract over $10,000. Goals shall be reviewed and updated annually by the City Manager for applicability and to ensure that the intent of this policy is accomplished. This statement of policy will be widely disseminated to all managers, supervisors, minorities, and women employed by the City of Yakima as well as to contractors, vendors, suppliers, minorities, and women who may seek the City's procurement and construction contracts related to the women and minority business enterprise programs. Contractors associations will be made aware of construction projects affected by this policy through all available avenues to assure that plans/specifications, bid forms and invitations to bid are as widely distributed as possible. Z:\JAMS PECSU8090. YK. wpd 101 RESOLUTION NO D- 4 8 1 6 A RESOLUTION adopting a "Women And Minority Business Enterprise Policy" for the City of Yakima. WHEREAS, the City of Yakima is the recipient of federal and state assistance which assistance car=ies with it the obli- gation of contracting with Women And Minority Business Enter- prises for the performance of public works, and WHEREAS, it is the intention of the City of Yakima that Women And Minority Business Enterprises shall have the maximum practicable opportunity to participate in the performance of such public works, and WHEREAS, the City of Yakima is determined to maximize Women And Minority Business Enter_ise opportunities for parti- cipation in its competitive bidding process through the adoption. of the 'Women And Minority Business Enterprise Policy's statement attached hereto, now, the -.==^-e, BE IT RESOLVED 3Y TEE C-__ COLIC=_ OF THE CITY OF Y2KIMA: The City Council hereby adopts the "Women And Minority Business Enterprise policy", a copy of which is attached hereto and by reference made a par= hereof ADOPTED 3Y TEE CITY COUNCIL :His ..;'4 day of 1983 ATTEST: City Clerk Clerk �" • ��I h .vim �c 1� Mayor CITY OF YAKIMA AFFIRMATIVE ACTION PLAN The bidders, contractors, and subcontractors will not be eligible for award of a Contract under this Advertisement for Bids unless it certifies as prescribed, that it adopts the minimum goals and timetable of minority and women workforce utilization and specific affirmative action steps as set forth by the City of Yakima. This is directed at increasing minority and women workforce utilization by means of applying good faith efforts to carrying out such steps. However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet its goals within its timetables, but such contractor shall be given the opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified by the City of Yakima, and has made every good faith effort to make these steps work toward the attainment of its goals, all to the purpose of expanding minority and women workforce utilization on all of its projects in the City of Yakima, Washington. In all cases, the compliance of a bidder, contractor, or subcontractor will be determined in accordance with its respective obligations under the terms of these Bid Conditions. All bidders and all contractors and subcontractors performing or to perform work on projects subject to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the terms and requirements of these Bid Conditions, including the provisions relating to goals of minority and women employment and training. Specific Affirmative Action Steps Bidders, contractors, and subcontractors subject to this contract must engage in affirmative action directed at increasing minority and women workforce utilization, which is at least as extensive and as specific as the following steps: The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response. The contractor shall maintain a file of the names and addresses of each minority and women worker referred to him and what action was taken with respect to each such referred worker, and if the worker was not employed, the reasons therefore. If such worker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefore. The contractor shall promptly notify the City of Yakima Engineering Division and Contract Compliance Officer when the union or unions with whom the contractor has collective bargaining agreement has not referred to the contractor a minority or woman worker sent by the contractor or the contractor has other information that the union referral process has impeded him in his efforts to meet his goal. The contractor shall participate in training programs in the area, especially those funded by the Department of Labor. The contractor shall disseminate his EEO policy within his own organization by including it in any policy manual; by publicizing it in company newspapers, annual reports, etc., by conducting staff, employee and union representatives' meetings to explain and discuss the policy; by posting of the policy; and by specific review of the policy with minority employees. The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources; by advertising in news media, specifically including minority news media; and by notifying and discussing it with all subcontractors and suppliers. Z:UAN\ SPECS\98090.YK.wpd 103 The contractor shall make specific efforts and constant personal (both written and oral) recruitment efforts directed at all minority or women organizations, schools with minority students, minority recruitment organizations and minority training organizations, within the contractor's recruitment areas. The contractor shall make specific efforts to encourage present minority employees to recruit their friends and relatives. The contractor shall validate all man specifications; selection requirements, tests, etc. The contractor shall make every effort to promote after-school, summer and vacation employment to minority youth. The contractor shall develop on-the-job training opportunities and participate and assist in any association or employer group training programs relevant to the contractor's employee needs consistent with its obligations under this bid. The contractor shall continually inventory and evaluate all minority and women personnel for promotion opportunities and encourage minority and women employees to seek such opportunities. The contractor shall make sure that seniority practices, job classifications, etc., do not have a discriminatory effect. The contractor shall make certain that all facilities and company activities are non -segregated. The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. The contractor shall solicit bids for subcontracts from available minority and women subcontractors, engaged in the trades covered bythese Bid Conditions including circulation tion f d women �..,� .y NII NU laliol i o minority iii ioi ily ai id women contractor associations. Non-cooperation: In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreements, the contractor shall, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex or national origin, making full efforts to obtain qualified and/or qualifiable minorities and women. (The U.S. Department of Labor has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority or women employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246 and 23 CFR Part 230 as amended, and the Standard Specifications, such contractor shall immediately notify the City of Yakima Engineering Department or the City of Yakima Compliance Officer. Z:\JAMSPECS\98090.YK.wpd 104 BIDDERS CERTIFICATION A bidder will not be eligible for award of a contract under this invitation for bids unless such bidder has submitted as a part of its bid the following certification. which will be deemed a part of the resulting contract: .4_,7;0,d/ �� -�'�r -�� J/ �`- certifies that: (BIDDER) It ,ntencs to use the ifcilew!nc listed construction traces in the work under the contract and. s , _cos for which :t .S ecu�red by These Bic' Ccncitier,s :c ccr^ply with. these Bid aS :c those : =�..the Ochciticr.s. abbots :he !r'ur' - ircr:ty anc wcr^er workforce utiiicaucn coals and r. _ it _^C.r szr::c::cn we < i. V-4. ar cn_rederat" in the Yar r'.a. WaSrinc-on area subject :c these Sic CCncinonS those :races being and; It Will obtain `rom each of its subcontractors and submit to the contracting or administering _ _ _ _ 'S c Ci .raC:Cr =r: i.CatiCf recuireC by :nese Bic ��neiucrs aeoti, (S!cnature or A.uthonzed Representative of Bidder) SUBCONTRACTORS CERTIFICATION Subcontractors' Certification is not required at the time of bid. This Certification must be completed by each subcontractor prior to award of any subcontract. certifies that: (SUBCONTRACTOR) It Intends to use the following listed construction :races In the work under the subcontract and; As :c those traces for wnicn it is recuired by these Bic Conditions to comply with these Bid Condit:ors. it acopts the minimum minority and women wor K crce utilization coals and the specific affirmative action stens for ail construction wcrK (botn fecerai and non-fecerai) In YaKima, Wasnincton, subject to these Bid Condition. those trades being and; 2 It will obtain frcm each of its subcontractors crcr to the award of ar'v subcontract under ...er:.fi .otic'' :nese Sic oonc::.:ns (Signature of Authorizes Representative of Suocontractor) Materially and Responsiveness The certification required to be mace by the bidder pursuant to these Bid Conditions is matenal, and will govem the bidder's performance on the project and will be made a part of his bid. Failure to submit the certification wilt render the bid non responsive. Compliance and Enforcement Contractors are responsible for informing their subcontractor (regardless of tier) as to their respective obligations under the conditions of the contract here (as acplicaole). Biccers, contractors and subcontractors hereby agree to refrain from entering Into any contract or contract 710e:cation subject to Execu::ve Orcer 11246, as armerce c on September 24, 1965. 'N;rr a contractor deoarrec from, or who is determined not to be a responsible' bidder for, government acts and 'ecerally 2s5;9tec .,_rs:r::cton contracts _mart to Executive Order The „iccer r - rc::ors - es for v;ciat;cr or ecual „crtr,: c.�. c suocortrc:cr sr.�:i .,....,, �u, such sa . arc oerar,; cCCcr:unity cause Including susber.s;cn. termination anc c.rcellation of existing subcontracts as may oe 1moosec or orcerec oy :re :crn nis:erirg agency, :ne ,',ontracang agency or the `Bice of =ecsrai Cortrac: Comoiiance _, s,.art tc the Executive Orcer. Any bidder, cr contractor cr succcntractor wnc snail fail to :a--' cut such sanctions arc penaities shall be ceemec tc be in rcr-:cmpiiance with these Bic Zorc,:;crs arc Executive Crcer 11246, as amencec. :\icth;rg Fere:n Is 'mercer; to re.:e%e any contractor or succortrac:or dunnc the term of its contract on this oroiec: from comoliarce with Executive Order 11246, as amenced, and the Ecuai Ccocrurity Clause of Its contract. Violation of any substantial recu;rement in the affirmative action pian by a contractor or suocontractor covered by these Eid Conditions inc,uding the failure of such contractor or 3,x—contractor :c make a =cc a , tc meet it fair „r.a-a of the :race's goals of minority arc women workforce utilization, arc snail :,e _rounds for imocsition of the sanctions an penalties orcvicec at Section 2C9 (a) of Executive Order 11245. as amended. Each acencv shall renew its contractors' and subcontractors' employment practices during the -= _ ";a 7,f :ne ma=r. oeterr..,"_, _ - = -'-ir—at:ve aC::cn diar r.c rcer Bcresents effective 3rnr natJ've :.:.r 't snail so not:' :re ;ca cf : e cera) Contract Compliance wnicn snail be solely responsib;e for any final determination of that question and the Consequences thereof. in regard to these conditions. if :ne'dor:rec:or or subcontractor meets its goals or if the contractor or suocontractor can demonstrate that it has made every good faith effort to meet those coals, the contractor cf the subcontractor snail be presumec to be in compliance with Executive Order 11246, as amended, the implementing regulations anc its obligations under these Bid Conditions arc no formal gal sanctions or proceedings leading toward sanctions shall be instituted unless the agency otherwise determines that the contractor or subcontractor is not providing equal employment opportunities. In judging whether a contractor or subcontractor has met its goals, the agency will consider each contractors or subcontractor's minority and women workforce utilization and will not take into consideration the minority and women workforce utilization of its subcontractors. Where the agency finds that the contractor or subcontractor has failed to comply with the requirement of Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions, the agency shall take such action and impose such sanctions as may be appropriate under Executive Order and the regulations. When the agency proceeds with such formal action, it has the burden of proving that the contractor has not met the requirements of these Bid Conditions, but the contractor's failure to meet his goals shall shift to him the requirement to come forward with evidence to show that he has met the "good faith" requirements of these Bid Conditions by instituting at least the Specific Affirmative Action steps listed above and by making every good faith effort to make those steps work toward the attainment of its goals within its timetables. The pendency of such formal proceedings shall be taken into consideration by Federal agencies in determining whether such contractor or cithr•nntrar•tor can comply wth the of Executive ••....•.., comply •. �., � the requirements CxeGVrder 11246, aS amended, and t5 therefore a "responsible prospective contractor" within the meaning of the Federal Procurement Regulations. It shall be no excuse that the union with which the contractor has a collective bargaining agreernen: providing for exci'usive referral failed to refer minority and women employees. The procedures set forth in these conditions shall not apply to any contract when the head of the contracting or acmintsterinc agency determines that such contract is essential to the national security and that its award without following such procedures is necessary to the national security. Upon makina sucn a oeterminat on, tyle agency head will notify, in writing, the Director e.lSr 5.3! the Office of Federal Contractor Compliance within thirty days. Requests for exemptions from tnese Bid Conditions must be made in writing, with justification, to +�G Director Office of Feoeral Contractor Compliance U.S. Department of Labor W'asninaton, D C 2C210 and shat' be forwarded throu:n and witn the endorsement of the agency head. Contractors and subcontractors must keep such records and file such reports relating to the provisions of these Bid Conditions as shall be required by the contracting or administering aoency or the Office of Federa: Contractor Compliance PROPOSAL DOMESTIC WATER SYSTEM IMPROVEMENT PROJECT NEW 12" INTERTIE TERRACE HEIGHTS DRIVE AT MARTI'S RESTAURANT CITY OF YAKIMA PROJECT NO. 1912 The bidder is hereby advised that by signature of this proposal, he/she is deemed to have acknowledged all requirements and signed all certificates contained herein. A proposal guaranty in an amount of five percent (5%) of the total bid, based upon the approximate estimate of quantities at the above prices and in the form as indicated below, is attached hereto: CASH 0 IN THE AMOUNT OF CASHIER'S CHECK 0 DOLLARS CERTIFIED CHECK 0 ($ ) PAYABLE TO THE STATE TREASURER PROPOSAL BOND 0 IN THE AMOUNT OF 5% OF THE BID ** Receipt is hereby acknowledged of addendum(s) No.(s) �' , and SIGNATURE OF AUTHORIZED OFFICIALS � �-24 Zen/Z/S FIRM NAME eCr .�.r" v. e;e.�ia5e' -I4 -- _ 1 (ADDRESS) eg--S' 41, as a PHONE NUMBER STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER eesee'7"ecev FEDERAL ID NO. Q/. //S3 �7 Note: (1) This proposal form is not transferrable and any alteration of the firm's name entered hereon without prior permission from the Secretary of Transportation will be cause for considering the proposal irregular and subsequent rejection of the bid. (2) Please refer to Section 1-02.6 of the Standard Specifications, re: "Preparation of Proposal," or "Article 4" of the Instructions to Bidders for building construction jobs. (3) Should it be necessary to modify this proposal either in writing or by electronic means, please make reference to the following proposal number in your communication. Z.UAN\SPECS\98090. YK.wpd 109 BIDDER'S CHECK LIST The bidder's attention is especially called to the following forms which must be executed, as required, and submitted on the form bound in the Contract Documents: A. PROPOSAL The unit prices, extensions, and total amounts bid must be shown in the space provided. B. PROPOSAL SIGNATURE SHEET To be filled in and signed by the bidder. C. BOND ACCOMPANYING BID This bid form is to be executed by the bidder and surety company unless bid is accom- panied by a certified check. The amount of this bond shall be not less than 5% of the total amount bid and may be shown in dollars or on a percentage basis. D. SUBCONTRACTOR LIST The form must be filled in. Failure to provide this information WILL NOT render the bid non-responsive. E. MBE/WBE FORM It is requested that the Bidder's Certification of the "Affirmative Action Profile" in the MBE/WBE Form be filled in and signed by the bidder. Failure to provide this information WILL NOT render the bid non-responsive. The following forms are to be executed after the Contract is awarded: A. CONTRACT This agreement to be executed by the successful bidder. B. PERFORMANCE BOND To be executed by the successful bidder and his/her surety company. C. CERTIFICATE OF INSURANCE Refer to attached Informational Certificate of Insurance and Additional Insured Endorsement. Also refer to Section 1-07.18 (APWA) of the Standard Specifications and Special Provisions. Z: VAMSPECS\98090.YK.wpd 110 Z.UAN\S PECS\98090. YK.wpd 1 PLANS & DETAILS Project Details City Standard Details EXISTING PAVDAENT — DEPTH VARIES ASPHALT CONCRETE PATCH UMITS EXCAVATION UNE Q 1,-0' 1.-0' ALTERNATE BACK SLOPE AT CONTRACTORS OPTION AND AT NO ADDITIONAL COST TO THE / CITY OF YAKIMA ACP CLASS 'A' 0 1.5 TIMES DEPTH OF EXISTING ASPHALT 3' MINIMUM COMPACTED DEPTH. 2 EQUAL UFTS 6' CSBC (COMPACTED DEPTH) ASPHALT CONCRETE SURFACED EXISTING SURFACE — DEPTH VARIES GRAVEL SURFACE PATCH 1.-0' OMITS EXCAVATION UNE Q 1.-0' (MIN) ALTERNATE BACK SLOPE AT CONTRACTORS /F—OPTION AND AT NO ADDITIONAL COST TO THE CITY OF YAKIMA 2' CSTC (COMPACTED DEPTH) GRAVEL SURFACED UNSURFACED AREAS PATCH 1,-0' LIMITS EXCAVATION UNE Q EXISTING GROUND 1.-0' (MIN) ylit`Gil AT ALTERNATE BACK SLOPE AT CONTRACTORS r. --OPTION AND AT NO ADDITIONAL COST TO THE CITY OF YAKIMA 12' MINIMUM (COMPACTED DEPTH) NATIVE MATERIAL FREE FROM ROCKS. STORE IN STOCKPILE WHEN REMOVED DURING TRENCHING. UNSURFACED AREAS NOTE 1. CONTRACTOR SHALL BE RESPONSIBLE FOR ALL SURFACE RESTORATION INCLUDING WIDER REPAIR SECTIONS RESULTING FROM ALTERNATE BACK SLOPE AT TRENCH SIDES. R24 SURFACE REPAIR DETAIL City of Yakima — Engineering Division APPROVED: 9.15.99 CITY OF YAKIMA - STANDARD DETAIL SURFACE REPAIR DETAIL R24 VALVE BOX 0 PAVEMENT 2.5' SEE NOTE 3 0 SEE NOTE 1 5" STORZ COUPLING—\ C ` 3' MIN. CLEARANCE I FROM OBSTRUCTIONS n R[\ 11 i I GROUND UNE 6' RESILENT SEAT GATE VALVE SEE NOTE 1 SEE NOTE 1 P 6" CLASS 1 O 52 D.I.P. -60/%% /- oft, /Ii UNDISTURBED EARTH 0.25 C.Y. GRAVEL DRAIN 1 1/2" ROUND WASHED ROCK SPECIFIED HYDRANT O DRAIN HOLE in SHALL NOT BE COVERED CONCRETE THRUST BL004 SEE NOTE 2 00 UNDISTURBED EARTH —11 12"x12'x6" CONC. BLOCK • NOTES 1. ROMAC 'GRIP RING" MECHANICAL JOINT ACCESSORY KITS SHALL BE USED ON ALL MECHANICAL JOINT CONNECTIONS FROM TEE TO HYDRANT. 2. MINIMUM HYDRANT DEPTH IS 5 FEET. THIS DISTANCE MAY INCREASE WHEN HYDRANTS ARE INSTALLED ON DISTRIBUTION MAIN SIZES LARGER THAN 6 INCHES IN DIAMETER. 3. CONNECTION TO WATER MAIN CAN ALSO BE MADE WITH TAPPING VALVE AND SLEEVE. (NOT SHOWN) HYDRANT ASSEMBLY City, of Yakirno — Engineering Division APPROVED: 7.9.99 CITY OF YAKIMA - STANDARD DETAIL HYDRANT ASSEMBLY i- CAST IRON LID FINISHED GRADE 2 z m GATE OR BUTTERFLY VALVE (GATE VALVE SHOWN) NOTES 1. PROVIDE EXTENSION PIECE WHERE REQUIRED FOR VALVE BOX. (RICH MODEL 044, 12 INCHES HIGH) 2. VALVE SIZE AND ENDS AS SPECIFIED OR INDICATED ON THE PLANS. UPPER SECTION SLIDING TYPE C.I. VALVE BOX (RICH MODEL 940—B, 18 INCHES HIGH) LOWER SECTION (RICH MODEL R-36, 36 INCHES HIGH) WATER VALVE BOX City of Yakima — Engineering Division APPROVED: 7.9.99 CITY OF YAKIMA • STANDARD DETAIL I WATER VALVE BOX 1 W2 MIN PIPE COVER 18" 12" SEE DETAIL R24 FOR TRENCH PATCHING EXCAVATION LIMIT OVER 24" I.D. UP TO 18" 12" F c-1 0 p 0.4 (f‘ N UNDISTURBED EARTH 24" I.D. Ow- • .700 COMPACTED BACK FILL BEDDING MATERIAL SHALL MEET THE REQUIREMENTS OF SECTION 7-10.2. NOTES 1. ACTUAL SLOPE OF TRENCH SIDES TO BE DETERMINED BY THE CONTRACTOR TO FIT THE METHOD OF CONSTRUCTION AND ALL SAFETY REQUIREMENTS. 2. MECHANICAL COMPACTION SHALL BE REQUIRED FOR ALL TRENCHES PER STANDARD SPECIFICATION SECTION 7-10.3(11) TYPICAL TRENCH SECTION City of Yakima — Engineering Division APPROVED: 7.9.99 CITY OF YAKIMA • STANDARD DETAIL I TYPICAL TRENCH SECTION I W3 TEES SIDE VIEW (TYPICAL ALL BLOCKING) Mk PLUG (USE MECH. CAP FOR SLIP JOINT PIPE. PLUGS & CAPS SQUARE STEEL PLATE 1/4" THICK y1 NOTES 1. FORM CONCRETE TO ALLOW REMOVAL OF BOLTS. 2. ALL FITTINGS AND/OR PIPE MAKING DIRECT CONTACT WITH CONCRETE SHALL BE WRAPPED WITH 4 MIL POLYETHYLENE SHEETING PRIOR TO PLACEMENT OF CONCRETE. 3. (0) IS NOMINAL PIPE DIAMETER. THE TABLE OF END AREAS IS BASED ON AN ALLOWABLE SOIL BEARING PRESSURE OF 1500 psf. THE ENGINEER SHALL DETERMINE THE REQUIRED END AREAS. 4. ALL CONCRETE IS TO BE CLASS "6" CONCRETE AND IS TO BE POURED IN PLACE. PIPE SIZE (0) 6" 8" MINIMUM END AREAS TEES & PLUGS 5.1 sq. ft. 8.8 sq. ft. 45' BENDS 3.9 sq. ft. 6.7 sq. ft. 22 1/2' BENDS 2.0 sq. ft. 3.4 sq. ft. 10" 14.3 sq. ft. 11.0 sq. ft. 5.6 sq. ft. 12" 14" 16" 20.4 sq. ft. 27.7 sq. ft. 35.8 sq. ft. 15.7 sq. ft. 21.2 sq. ft. 27.5 sq. ft. 7.9 sq. ft. 10.7 sq. ft. 13.9 sq. ft. TYPICAL CONCRETE BLOCKING City of Yakimo — Engineering Division APPROVED: 7.9.99 CITY OF YAKIMA -STANDARD DETAIL 1 TYPICAL CONCRETE BLOCKING I W6 TYPE 'A' BLOCKING FOR 11 1/4; 22 1/2", 30' VER11CAL BENDS DIA. 4" 6" 8" 12" 16" 20" 24" DIA. 4' 6" 8' 12" 16" 20" 24" (VB) (5) 11 1/4 0.2' 22 1/2 2.2' 30 2.6' 11 1/4 2.2' 22 1/2 2.9' 30 3.5' 11 1/4 2.5' 22 1/2 3.6' 30 4.1' 11 1/4 3.2' 22 1/2 4.5' 30 5.1' 11 1/4 4.1' 22 1 /25.7' 30 6.5' 11 1 4 4.5' 22 1/2 6.1' 30 6.9' 11 1/4 5.0' 21 1 1 6.8' 30 7.9' (d) 5/8" 5/8" 5/8" 3/4" 5/8" 7/8' 7/8' (1) 1.5' 2.0' 2.0' 2.0' 2.5' 2.0' 3.0' 3.0' 1 1 /8" 1 1/4" 7/8" 1 1/4" 1 3/8" 1' 1 3/8" 1 5/8" TYPE "B' BLOCKING FOR 45' VERTICAL BENDS (vB) 45 (S) 3.1' 4.1' 5.0' 6.1' 7.8' 8.2' 9.4' (d) 5/8" 3 4' 1 1/8" 1 1 4" 1 3/8" 4.0' 3.0' 4.0' 4.5' 3.5' 4.5' 5.5' (1) 2.0' 2.5' 4.0' 4.5' DIAMETER OF HOLE EQUAL TO THE DIAMETER OF RESTRAINT ROD PLUS 1/8". POLLARD UNDERGROUND CLAMP OR APPROVED EQUAL VB) TYPE "A" BLOCKING (FOR VERTICAL BENDS OF 30' OR LESS) POLLARD UNDERGROUND ( CLAMP OR APPROVED EQUAL TYPE "B" BLOCKING (FOR 45' BENDS) NOMINAL PIPE DIAMETER AS PER TABLES ABOVE POLLARD UNDERGROUND CLAMP CONCRETE VERTICAL BEND BLOCKING City of Yakima - Engineering Division APPROVED: 7.9.99 CITY OF YAKIMA -STANDARD DETAIL I VERTICAL BEND BLOCKING 1 W7 Z M OD OUTLET OF VENT MUST BE SCREENED 4" -x 4" REDWOOD POST NO MORE THAN 18, FROM METER TILE 1" TYPE K COPPER LINE OR CROSS LINKED POLYETHYLENE II a 90' BEND MIP x CTS 1" DIA. x 6" BRASS NIPPLE 1" RIGHT ANGLE METER BALL VALVE 1" METER ADAPTER IP x THREADS CLEAN GRANULAR MATERIAL TO DISPERSE WATER 1" TYPE K COPPER LINE OR CROSS LINKED POLYETHYLENE STANDARD METER COVER /-- RING & LIDS VAL MATIC MODEL 201C OR EQUAL. COMBINATION AIR—VACUUM VALVE. 1" DIA. x 3" BRASS NIPPLE 18" DIA. 80 PIP PVC PIPE APPROXIMATELY 32" LONG. 1 "x1 "xl " BRASS TEE 2" DIA. PIPE OF A LENGTH TO SUPPORT A/V ASSEMBLY BRICK FOR SUPPORT BASE. NOTE 1. BLOW OFF ASSEMBLY AND TILE TO BE SET BEHIND CURB LINE OR BACK OF SIDEWALK 1" CORPORATION BALL VALVE AIR VACUUM RELIEF VALVE City of Yakima — Engineering Division APPROVED: 7.9.99 CITY OF YAKIMA -STANDARD DETAIL I AIR•VACUUM RELIEF VALVE I W8 5 STEEL LINE POST SET AT END OF CURB STOP. TOP TO BE 4 TO 6 INCHES BELOW THE SURFACE EXISTING STREET //////////////////////////J WATER MAIN CTS INLET x IP THREAD OUTLET CURB STOP SELECT BACK FILL SERVICE UNE — TYPE K COPPER OR CROSS LINKED POLYETHYLENE BALL VALVE CURB STOP r..... OF RISER IN PUBLIC RIGHT OF WAY SET CURB STOP TO PERMIT INSTALL R/W IP THREAD INLET x CTS OUTLET 90' ELBOW ti of FLOW --� w�3 3/4" & 1" SERVICE LINE w/o METER NTS City of Yakima — Engineering Division 1 z 5 ;n APPROVED: 7.9.99 CITY OF YAKIMA • STANDARD DETAIL 3/4" & 1" SERVICE LINE I W13 TAPS FOR 1 1/2" AND 2" DIA. SERVICES SHALL BE MADE UTILIZING A TWO STRAP TAPPING SADDLE, HAVING IP THREADS. TAPPING SHALL BE DONE WITH A MULLER MODEL D-5 TAPPING MACHINE ALL IN ACCORDANCE WITH THE INSTRUCTIONS INCLUDED WITH SAID TAPPING MACHINE. APPROX. PARALLEL TO FINISHED SURFACE NOTES 1. ALL CORPORATION STOPS SHALL BE BALL VALVES TAPS FOR 3/4" AND 1" DIA. SERVICES SHALL BE MADE UTILIZING A MULLER MODEL B-101 TAPPING MACHINE. THREADS SHALL BE CC. TAPS SHALL BE IN ACCORDANCE WITH THE INSTRUCTIONS INCLUDED WITH SAID TAPPING MACHINE. TAPPING PROCEDURE DETAIL City of Yakima — Engineering Division APPROVED: 7.9.99 CITY OF YAKIMA • STANDARD DETAIL TAPPING PROCEDURE DETAIL W15 VICINITY MAP DATUM ELEVATION RAILROAD SPIKE IN POWER POLE AT SOUTHWEST CORNER OF INTERSECTION OF TERRACE HEIGHTS DRIVE AND SOUTH SEVENTEENTH STREET ELEVATION: 1032.09 LEGEND EXISTING FEATURES NEW FEATURES FENCE OVERHEAD POWER STEEL PIPE PVC PIPE DUCTILE IRON PIPE UTILITY POLE ANCHOR MANHOLE WATER VALVE ASPHALT PAVING CONCRETE PANNG DP sn PK PK 01 DJ fl UP (____ANCHOR OU" 0 IW NEW WATER MAIN NEW WATER VALVE NEW AIR RELEASE VALVE NEW FIRE HYDRANT Hulbregtse, Louman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th. Avenue ♦Yakima, WA 98902 (509) 966-7000+ FAX (509) 965-3800 CITY OF YAKIMA YAKIMA COUNTY DOMESTIC WATER SYSTEM MPROVEMENT PROJECT NEW 12" WATERMAIN INTERTIE TERRACE HEIGHTS DRIVE AT MARTI'S RESTALRANT INDEX SHEET 1 SHEET 2 SHEET 3 SHEET 4 COVER SHEET OVERALL PLAN PLAN AND PROFILE PLAN AND PROFILE HLA PROJECT NO. 98090 CITY OF YAKIMA PROJECT NO. 1912 MARCH 2001 JOB NUMBER: 98090 DATE: 03-21-01 FILE NAMES. DRAWING. COVER.DWG WASHINGTON CITY OF YAKIMA DOMESTIC WATER SYSTEM IMPROVEMENT PROJECT 12' WATERMAIN INTERTIE BY REVISION DAT DESIGNED BY. OJW ENTERED 8Y' KDY COVER SHEET SHEET 1 OF 4 EXISTING 16' WATERMAIN EASEMENT s• \, \ CONNECT NEW 4r \ WATERMAIN TO ' , \ , EX. 12- WATERMAIN \ \ SEE NOTES 3 & 13. NEW 12- D.I. CITY WATERMAIN IVER wO. SCALE BAR 30 0 15 30 PAVED PARKING NEW FIRE HYDRANT 1 L• J EXISTING RESTAURANT EXISTING MOTEL s-$ .[3151. 55101 SENYlI .PROPERTY UtiE NEW gay WATERMAN4 PAVED PARKIF PLOWER 'L3 AGN uir �as[ wv F� ST I1• :ATERMAT ,,EXIST. 8• SANITARY SEALAMAIN COLIC APRON (Y UNE ) Huibregtse, Louman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th. Avenue +Yakimo, WA 98902 (509) 966-7000 ♦ FAX (509) 965-3800 PERMIT AREA CONNECT NEW 12' WATERMAIN TO EX. 12- WATERMAIN JOB NUMBER: 98090 TERRACE HEIGHTS DRIVE DATE. 03-21-01 FILE NAMES. DRAWING. 98090.DWG GENERAL NOTES 1. LOCATION OF UNDERGROUND URUTIES SHOWN HEREON IS APPROXIMATE AND BASED ON FIELD LOCATION OF ALL VISIBLE SURFACE FEATURES SUCH AS VALVE BOXES, CATCH BASINS, AND MANHOLES AND FROM INFORMATION PROVIDED BY UTILITY RECORD MAPS. CONTRACTORS MUST CALL THE LOCAL UTILITY COORDINATING COUNCIL AT LEAST 48 HOURS PRIOR TO BEGINNING ANY EXCAVATION (509-248-0202) OT (1-800-424-5555). 2. ALL UBUTY CONSTRUCTION SHALL CONFORM TO THE LATEST EDITION OF THE STANDARD SPECIFICATIONS FOR ROAD, BRIDGE, AND MUNICIPAL CONSTRUCTION AS PUBLISHED BY THE WASHINGTON STATE DEPARTMENT OF TRANSPORTATION (WSDOT) AND THE AMERICAN PUBLIC WORKS ASSOCIATION (APWA),AND THE SPECIAL PROVISIONS OF THE CITY OF YAKIMA. 3. IT IS THE CONTRACTOR'S RESPONSIBIUTY TO FIELD VERIFY LOCATION AND DEPTH OF EXISTING WATERMAINS AND UTIUTY CROSSINGS BY POTHOLING IN ADVANCE OF NEW WATERMAIN INSTALLATION TO ALLOW FOR ADJUSTMENT IN NEW WATERMAIN GRADE, IF REQUIRED. NO ADDITIONAL COMPENSATION WILL BE MADE FOR POTHOLING OR ADJUSTING NEW WATERMAIN GRADE. NOTIFY ENGINEER IMMEDIATELY IF CONDITIONS ARE OTHER THAN DEPICTED. 4. THE DRAWINGS INDICATE A HORIZONTAL AND VERTICAL AUGNMENT OF THE NEW WATERMAIN. STANDARD FITTINGS HAVE BEEN INDICATED AT MAJOR ANGLE POINTS IN THE HORIZONTAL AUGNMENT. THE CONTRACTOR SHALL REVIEW THESE SUGGESTED FITTING ARRANGEMENTS PRIOR TO ORDERING ANY MATERIAL. THE CONTRACTOR HAS THE LATITUDE TO PROVIDE ALTERNATE STANDARD WATERMAIN FITTINGS, W1TH THE APPROVAL OF THE ENGINEER AND AT NO ADDITIONAL COST TO THE OWNER, WHICH BETTER SUIT THE CONSTRUCTION CONDITIONS ANTICIPATED. THE NEW WATERMAIN SHALL BE CONSTRUCTED WITH A MINIMUM COVER OF 4.5 FEET. THE GRADE OF THE NEW WATERMAIN HAS BEEN SHOWN ON THE DRAWINGS TO ASSIST THE CONTRACTOR IN OBTAINING THE REQUIRED COVER. THE CONTRACTOR SHALL BE RESPONSIBLE FOR CONSTRUCTING THE NEW WATERMAIN WITH THE REQUIRED COVER AND SHALL FURNISH FITTINGS AND CONCRETE THRUST BLOCKING AT HORIZONTAL AND VERTICAL ANGLE POINTS IN THE NEW WATERMAIN OR OTHERWISE CONSTRUCT THE NEW WATERMAIN TO OBTAIN THE REQUIRED COVER. ALL COSTS ASSOCIATED WITH MAINTAINING THE HORIZONTAL AND VERTICAL AUGNMENT OF THE NEW WATERMAIN SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR AND SHALL BE INCLUDED IN THE UNIT PRICES BID. 5. THE CONTRACTOR SHALL REMOVE ALL DEBRIS FROM THE SITE. NO BURNING WILL BE ALLOWED. THE CONTRACTOR SHALL BE REQUIRED TO SECURE AND OPERATE HIS OWN WASTE DISPOSAL SITE AT HIS OWN EXPENSE FOR THE DISPOSAL OF ALL UNSUITABLE MATERIAL, ASPHALT, CONCRETE, DEBRIS, WASTE MATERIAL AND ANY OTHER OBJECTIONABLE MATERIAL WHICH IS DIRECTED TO WASTE. THE CONTRACTOR SHALL COMPLY WITH THE STATE OF WASHINGTON REGULATIONS REGARDING DISPOSAL OF WASTE MATERIAL AS OUTLINED IN WAS 173-304, SUBCHAPTER 461. 6. AT ALL TIMES DURING CONSTRUCTION AND UNTIL GROUND COVER IS RE- ESTABLISHED, THE CONSTRACTOR SHALL BE RESPONSIBLE FOR PREVENTING AND CONTROLLING EROSION DUE TO WIND AND WATER RUNOFF 7 THE CONTRACTOR SHALL BE RESPONSIBLE FOR COMPLIANCE WITH THE REGULATIONS OF THE YAKIMA COUNTY CLEAN AIR AUTHORITY. A METHOD OF DUST CONTROL DURING CONSTRUCTION SHALL BE SUBMITTED TO AND APPROVED BY THE YAKIMA CLEAN AIR AUTHORITY. A WRITTEN COPY OF THEIR APPROVAL SHALL BE PROVIDED TO THE ENGINEER. THE CONTRACTOR SHALL DESIGNATE A PROJECT COORDINATOR FOR CONTACT DURING CONSTRUCTION REGARDING ALLEGED AIR QUALITY VIOLATIONS AND OTHER COMPLAINTS. 8. THE CONTRACTOR SHALL SCHEDULE INSTALLATION OF THE PORTION OF THE WATERMAIN IN THE DRIVEWAY AND BETWEEN ACCESS POINTS TO THE RESTAURANT AND THE MOTEL TO BE COMPLETED AFTER NORMAL WORKING HOURS OF THE REST- AURANT. THIS PORTION OF THE WATERMAIN INSTALLATION SHALL BE COMPLETED INCLUDING PIPE, BACKFILL, COMPACTION, & BACKFILL TO THE SURFACE 11TH CRUSHED ROCK UNTIL THE ASPHALT PAVING REPAIR IS COMPLETED. ACCESS MUST BE PROVIDED IN THIS AREA FOR PATRONS AND WORKERS DURING CONSTRUCTION INCLUDING THE USE OF FLAGGERS, SIGNING AND CHANNEUZATION. 9. THE CONTRACTOR SHALL PROVIDE 24 HOURS NOTICE TO THE RESTAURANT AND MOTEL PRIOR TO BEGINNING OF CONSTRUCTION AND PRIOR TO THE ASPHALT PALING WORK. 10. THE CONTRACTOR IS RESPONSIBLE FOR MAKING ARRANGEMENTS FOR STAGING AREAS FOR EQUIPMENT AND MATERIALS AND PARKING FOR EMPLOYEES WHICH DO NOT DISRUPT THE BUSINESSES AFFECTED BY THIS PROJECT. 11. LAWN AREAS DISTURBED BY CONSTRUCTION ACTIVITIES SHALL BE RESTORED WITH SOD BY THE CONTRACTOR. 12. GRAVEL AREAS DISTURBED BY CONSTRUCTION ACTIVITIES SHALL BE RESTORED WITH 2' OF CRUSHED SURFACING TOP COURSE BY THE CONTRACTOR. 13. ACCESS TO 1HE WATERMAIN CONSTRUCTION AREA WHICH IS WITHIN THE W.S.D.O.T. RIGHT-OF-WAY (APPROXIMATE STA. 10+80 TO STA. 11+90) SHALL BE FROM THE NORTHERLY SIDE OF THE RIGHT-OF-WAY FENCE (GREENWAY AREA) ONLY. 14. CONSTRUCTION WITHIN THE WSDOT PERMIT AREAS SHALL COMPLY ICH THE PROVISIONS OF THE WSDOT FRANCHISE 50157 A COPY HAS BEEN INCLUDED IN THE APPENDIX OF THE SPECIFICATIONS. THE CONTRACTOR MUST CONTACT MR. DON WHERRY, WSDOT MAINTENANCE SUPERINTENDENT (575-2593) AT LEAST FIVE WORKING DAYS PRIOR TO CONSTRUCTION TO DISCUSS TRAFFIC CONTROL AND WORK PLAN. CITY OF YAKIMA DOMESTIC WATER SYSTEM IMPROVEMENTS PROJECT 12" WATERMAIN INTERTIE BY REVISION DATE DESIGNED BY. ENTERED BY. DJW KDY OVERALL PLAN SHEET 2 OF 4 NOTES: 1. WHERE REFERENCE IS MADE TO THE "INSTALLATION" OF THE VARIOUS FITTINGS AND VALVE, 1111 CONTRACTOR SHALL ALSO FURNISH THE SAME AND ALL REQUIRED APPURTENANCES TO COMPLETE THE INSTALLARON. 2. ALL BENDS AND FITTINGS NOT SHOWN FOR VERTICAL GRADE CHANGES. PROVIDE AND ROTATE FITTINGS AS REQUIRED OR DEFLECT NEW WATERMAIN WITHIN MANUFACTURER'S REQUIREMENTS TO MAINTAIN ALIGNMENT AND MINIMUM PIPE COVER. 3. MAXIMUM PAYMENT WIDTH FOR IMPORTED SELECT BACKFILL IS 3.0' DEPTH FOR PAYMENT OF IMPORTED SELECT BACKFILL IS FROM THE TOP OF THE PIPE ZONE, PER DETAIL, TO THE BOTTOM OF ASPHALT PATCH. 4. MAXIMUM PAYMENT WIDTH FOR ASPHALT PATCHING IS 6.0' STA. 12+75.00 FURNISH AND INSTALL NEW 12' LIJ x LIJ 90ELBOW AND ALL CONCRETE BLOCKING, t STA. 13+00t FURNISH AND INSTALL AIR RELIEF VALVE AT HIGH POINT. ..... _ /.4„4 / /// FURNISH 'AND INSTill-• 3/4t...7AP PER CITY OtTALL-.14.:13. op (xi '14 \ \ _ ------- ---- 1 CRUSH OP • / '-c----JREMOVE AND ' 1.2rINSTALL_ CE: s"-'!"--- - Jarr-i BRUSH x/xx STA. 10+80.00 IE: 1030.6 (ASSUMED) CONNECT TO EXISTING 12" DI WATERMAIN. REMOVE PLUG AND CONCRETE BLOCKING. FURNISH & INSTALL NEW 12" MJ BUTTERFLY VALVE, VALVE BOX, VALVE MARKER POST. BEGIN NEW 12" DI WATERVAIN. SEE NOTE AND -NOTE 13 ON SHEET 2. / APPROL STA. 14+00 T0. -STA. 14+40 DEFLECT NEW WATERMAIN PER MANUFACTURER'S LIMITS TO MAINTAIN ALIGNMENT: 20 0 ..10 20 - NMI GOEEN ---- 'PATHWAY (ASPHALT) SCALE BAR YAKIMA RIVER Wz' .0.18 19-60 EXISTING ROCK RETAINING CVION*41011471300E,14EIFPDAlisR.runED BE9D. 01 01 01 CHT STA. 11+93.58 FURNISH AND INSTALL NEW 12' HJ x MJ 11-1/4* ELBOW AND ALL CONC. BLOCKING. STA. 11+80E1 FURNISH AND INSTALL NEW 12" MJ x 4+3 90' ELBOW AND ALL CONCRETE BLOCKING. ASPHALT. 01 00115 1010001 RESTAURANT 8 V) w z 1'045 11040 11035 1030 [1025 Duiriva WATFI01A1/4 FIELO _ ^ ; .—,...... .. STA. to+Et „i: CONNECT. T.0: AST: WPC/ERWIN, IE: 1030,6± Rim& oR.koviri FILL OVER to wATENAlyi •TO NAINTAIN:Imm6m coyEa. —"AK4p,12.6p(407'" .5=ctoo• 10+00 4 11+00 Huibregtse, Lowman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th. Avenue •Yakirno, WA 98902 (509) 966-7000 • FAX (509) 965-3800 12+00 • .STA; 32•54 VAP 1E: 10300 EXISTIND-GROyND- it,tfts :IDOSTiNC:Cit ix:AT _kw- wkiniiiii10071 686.1010 RCVM20J N* l2 Dl..4JRIN .VAP IE: 1036.4 INSTALL.AIR FLEA.S.E 1 VALVE 41- HIGH POINT 13+00 -11- JOB NUMBER: 98090 14+00 DATE. - - . 15+00 BY REVISION DATE FILE NAMES: DRAWING. SHEETS.DWG PLAN: 98090.D6iG PROFILE. RCPRF001.DWG 03-21-01 DESIGNED BY. DJW ENTERED BY. KDY CITY OF YAKIMA DOMESTIC WATER SYSTEM IMPROVEMENTS PROJECT 126 WATERMAIN INTERTIE 1045 1040 16+00 PLAN AND PROFILE 1035 1030 1025 SHEET 3 OF 4 11045 [1040 [0J35 130 STA. 17+22.03 FURNISH & INSTALL NEW. 1,2'x12'x6' MJ TEE, (1) 6' RESILE 7SEAT;MJ GATE VALVE, VALVE BO , 7 LF OF 6' D.I. PIPE, CITY OF YAKIMA ' RE HYDRANT ASSEMBLY, AND ALL CONC BLOCKING. PUMPER - PORT TO FACE ' ARKING LOT. / EXISTING MOTEL 17407:95 NISH A11D INSTALL NEW MJ5MJ:90' ELBOW AND: CONCRETE BLOCKING. OR EX 2' 00M. WATER VEAVICE TO REMAIN M M - M . / / ASPHALT ORYWQL STA. 19+50 JE: 1041.0 (ASSUME(?)' CONNECT TO EXISIING..12' 01 WATERMAN: REMOVE PLUG AND CONCRETE BLOCKING. FURNISH AND INSTALL NEW 12' MJ BUTTERFLY VALVE AND VALVE BOX. BEGIN NEW 12' D1 WATERMAIN. SEE NOTE 3. SEE NOTES M `vl1 MEN. 6' FIRE SEANCET h M, -A M sanSrF Tire `•.; ww . sri:4wRiwr'r'w�.� w'+:wyriw'. 1441.1.44 R''4ITP •rit LIGHT OOM.H'A11A SEANCE AND 10 O 'SHEET-' SAWCIJT e'o,.` ASPHA T STA. 16+86.95 FURNI$N AND INSTALL: NEW,12' MJ x.IAJ 11-1/4' E1B00 AND ALL Cbk..,BLOCKING. PATCH ASPHALT TNTH 2' cLASS ASPHALT OVER r -CSTC. (PYP:). MAXIMUM PAYMENT WIDTN 19.6:0'. TA ( //` EX- 6' SLOE NEM4A t 34 IDE :EXISTING GROUND 10' -LEFT - 16+00 EXISTING RESTAURANT EXISTING GROUNb AT NEW WATERMAI EXISTING CROlt 10' RIGHT NEW 12 D.I. WATERMAIN (:LOCATION 0 CONCRETE 26 17+00 Huibregtse, Louman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th. Avenue +Yakimo, WA 98902 (509) 966-7000 ♦ FAX (509) 965-3800 18+00 ASPHALT. -ASPHALT N STA. 19+44.64 FURNISH AND INSTALL NEW 12- MJ x MJ 90' ELBOW AND ALL CONCRETE BLOCKING. CONC. APRON I I I I I Ld NN> 0 (/) {{�STA. 1660 E VATT1E:"16.6., i 11+00 20 0 10 20 111 SCALE BAR 1. WHERE REFERENCE IS MADE TO THE 'INSTALLATION' OF THE VARIOUS FITTINGS AND VALVE, THE CONTRACTOR SHALL ALSO FURNISH THE SAME AND ALL REQUIRED APPURTENANCES TO COMPLETE THE INSTALLATION. 2. ALL BENDS AND FITTINGS NOT SHOWN FOR VERTICAL GRADE CHANGES. PROVIDE AND ROTATE FITTINGS AS REQUIRED OR DEFLECT NEW WATERMAIN WITHIN MANUFACTURER'S REQUIREMENTS 10 MAINTAIN AUGNMENT AND MINIMUM PIPE COVER. 3. MAXIMUM PAYMENT WIDTH FOR IMPORTED SELECT BACKFILL IS 3.0' DEPTH FOR PAYMENT OF IMPORTED SELECT BACKFILL IS FROM THE TOP OF THE PIPE ZONE, PER DETAIL, TO THE BOTTOM OF ASPHALT PATCH. 4. MAXIMUM PAYMENT WIDTH FOR ASPHALT PATCHING 15 6.0' JOB NUMBER: 98090 20+00 1045 1040 1035 1030 DATE. 03-21-01 BY REVISION DATE FILE NAMES: DRAWING: SHEETS.DWG PLAN: 98090.DWC PROFILE: RCPRF001.DWG DESIGNED BY DJW ENTERED BY KDY CITY OF YAKIMA DOMESTIC WATER SYSTEM IMPROVEMENTS PROJECT 12' WATERMAIN INTERTIE PLAN AND PROFILE SHEET 4 OF 4 rI °epa,rbnent at Transportation Washington State Application for Utility Permit or Franchise Permit/Franchise No. 50157 Applicant - Please print or type all information Application is Hereby Made For ■ Permit ■ Category 1 $500.00 ❑ Category 2 $300.00 ❑ Category 3 $150.00 ❑ Franchise ■ Amendment ❑ Franchise Consolidation $300.00 • Franchise Renewal $250.00 itended Use of State Right of Way is to Construct, Operate, and Maintain a: 12" Diameter, Ductile Iron Watermain on a portion of Route (at/from) Mile 3G0' Lto Mile Post 33.80 420' Lt in Yakima, County, tate 82 322..88, Post 4o begin in the NW 1/4 Section 20 Township 13 North: Range 9 West/East W M. Ind end in the NW 1/4 Section 20 Township 13 North: Range 19 West/East gees in the amount of $ are paid to defray the basic administrative W -M. expense incident to the processing of this The applicant further promises to pay additional "Washtgton State Department of Transportation." ipplication according to WAC 468-34 and RCW 47.44 and amendments. costs incurred by the Department on the behalf of the applicant. Checks or Money Orders are to be made payable to City of Yakima Water and Irrigation Division t_ Applicant (Referred to asfltil'ity) A15plicalet Authorized Signature 2301 Fruitvale Blvd Dave Brown Address Print or Type Name Yakima WA 98902 Water Division Engineer City State Zip Code (509) 575-6204 Title Dated this / / day of .ZOO J Telephone [ Applicant Reference (WO) Number Federal Tax ID or Social Security Number Authorization to Occupy Only If Approved Below (he Washington State Department of Transportation referred to as the "Department," hereby grants this document (Permit or Franchise as applicable) subject to the terms and conditions stated in the General Provisions, Special Provisions, and Exhibits attached hereto and by this 3ference made a part hereof: Construction facilities proposed under this application shall begin within one year and must be completed vithin three years from date of approval. For Department Use Only :xhibits Attached Exhibit "A". Pages 1, 2 & 3, Special Provisions for Permits and Franchises. Exhibit "B". Sheet 1 of 1, Utility Facility Description. Exhibit "C". Sheets 1 and 2, RJW Plan sheets "East Yakima Ave. Interchange" Exhibit "D". Sheet 1 of 1, Applicant's Drawing - Department By- Title: Date: Expiration Approval .�// ..---1/4/ "�--- / South Central Regional Administrator Date: M F ZG H I S, ZC•Z.6 MS Word simulation of DOT Form 224-696 EF Current as of 3-7-2000 General Provisions This document is subject to RCW 47.32, RCW 47 44 and WAC 468-34 and amendments thereto. >,. The Utility, its successors and assigns agree to indemnify, defend and hold the State of Washington, its officers and employees harmless from all claims, demands, damages, expenses or suits that: (1) arise out of or are incident to any negligence by the Utility, its agents, contractors or employees in the use of the highway right of way pursuant to this document or (2) are caused by the breach of any of the conditions of this document by the Utility, its contractors, agents or employees. Nothing herein shall require the Utility to indemnify and hold harmless the State of Washington, and its officers and employees from claims, demands, damages, expenses or suits based solely upon the conduct or negligence of the State of Washington, its agents, or officers employees and contractors and provided further that if the claims, demands, damages, expenses or suits are caused by or result from the concurrent negligence of (the Utility, its agents, contractors or employees and or any person whomsoever, in connection with Utility's its assigns', agents', contractors' or employees of the State of Washington, its agents, officers, employees and contractors, the indemnity provisions provided herein shall be valid and enforceable only to the extent of the Utility's negligence or the negligence of the Utility's agents, employees or contractors. Any action for damages against the State of Washington, its agents, officers, contractors, or employees arising out of damages to a utility or other facility located on the highway right of way shall be subject to the provision of RCW 47.44 150. The Utility, and on behalf of its assigning , agents, licensees, contractors and employees agrees to waive any claims for losses, expenses, damages or lost revenues incurred by it or its agents, contractors, licenses, employees or customers in connection with Utility's its assigns' agents', contractor's licensees' or employee's construction, installation, maintenance, operation, use or occupancy of the right of way or in the exercise of this document against the State of Washington, its agents, or employees except the reasonable costs of repair to property resulting from the negligent injury or damage to Utility's property by the State of Washington, its agents, contractors or employees. Whenever necessary for the construction, repair , improvement, alteration, or relocation of all or any portion of said highway as determined by the Department, or in the event that the lands upon which said highway is presently located shall become a new highway or part of a limited access highway, or if the Department shall determine that the removal of any or all facilities from the said lands is necessary, incidental or convenient to the construction, repair, improvement, alteration, or relocation of any public road or street, the Utility shall, upon notice by the Department, relocate or remove any or all of such facilities from said highway as may be required by the Department at the sole expense of the Utility to whom this document is issued or their successors and assigns. 4. All such changes, reconstruction, or relocation by the Utility shall be done in such manner as will cause the least interference with any of the Department's performance in the operation and maintenance of the highway. 5 This document shall not be deemed or held to be an exclusive one and shall not prohibit the Department from granting rights of like or other nature or other public or private utilities, nor shall it prevent the Department from using any of its roads, streets, or public places, or affect its right to full supervision and control over all or any part of them, none of which is hereby surrendered. 6. The department may revoke, amend, or cancel this permit at any time by giving written notice to the Utility. The Utility shall immediately remove all facilities from the right of way. All facilities remaining upon the right of way 30 days after written notice of cancellation will be removed by the Department at the expense of the Utility 7 Any breach of any of the conditions and requirements herein made, or failure on the part of the Utility of this franchise to proceed with due diligence and in good faith with construction work hereunder shall subject this franchise to cancellation after a hearing before the Department, of which said hearing the Utility shall be given at least 10 days written notice, if at that time the Utility is a resident or is doing business in the State of Washington; otherwise, by publishing a notice of said hearing once a week for two consecutive weeks in a newspaper of general circulation in Thurston County, Washington, the last publication to be at least 10 days before the date fixed for said hearing. 8 The Utility shall maintain at its sole expense the structure or object for which this document is granted in a condition satisfactory to the Department. 9. Upon failure, neglect, or refusal of the Utility to immediately do and perform any change, removal, relaying, or relocating of any facilities, or any repairs or reconstruction of said highway herein required of the Utility, the Department may undertake and perform such requirement, and the cost and expense thereof shall be immediately repaid to the Department by the Utility 10. Upon approval of this document, the Utility shall diligently proceed with the work and comply with all provisions herein. 11 Whenever it is deemed necessary for the benefit and safety of the traveling public, the Department hereby reserves the right to attach and maintain upon any facility by the Utility under this document any required traffic control devices, such as traffic signals, luminaires, and overhead suspended signs, when the use of such devices or attachments does not interfere with the use for which the facility was constructed. The Department shall bear the costs of attachment and maintenance of such traffic control devices, including the reasonable cost of any extra construction beyond normal; such extra cost to be determined jointly by the Department and the Utility of this document. It is not to be construed that the Department is to share in the normal cost of installation, operation, or maintenance of any of the facilities installed under this document. 12. No assignment or transfer of this franchise in any manner whatsoever shall be valid nor vest any rights hereby granted until the Department consents thereto and the assignee accepts all terms of this franchise. Attempting to assign this franchise without Department consent shall be cause for cancellation as herein provided. 13. No excavation shall be made or obstacle placed within the limits of the Sate highway in such a manner as to interfere with the travel over said road unless authorized by the Department. 14. If the work done under this document interferes in any way with the drainage of the State highway, the Utility shall wholly and at own expense make such provisions as the Department may direct to take care of said drainage. 15. On completion of this work, all rubbish and debris shall be immediately removed and the roadway and roadside shall be left neat and presentable and satisfactory to the Department. 16. All of the work shall be done to the satisfaction of the Department, and all costs incurred by the Department shall be reimbursed by the Utility. 17 The Utility pledges that performance of routine cutting and trimming work will be accomplished in such a manner that the roadside appearance will not be disfigured. When major work is involved or damage to roadside appearance may become significant, the Utility shall secure the approval of the Department in advance of the work. 18. The Utility hereby certifies that the facilities described in this document are in compliance with the Control Zone Guidelines. MS Word simulation of DOT Form 224.696 EF Current as of 3-7-2000 Washington State Department of Transportation Franchise No. 50157 kpplicable provisions are denoted by ®) Special Provisions for Permits and Franchises RI 1. No work provided for herein shall be performed until the Utility is authorized by the following Department representative: Area 2 Maint. Superintendent or Representative Don Wherry 900 East Selah Road Yakima, WA 98901 Phone: (509) 575-2593 Fax: (509) 575-2020 'g 2. A copy of the permit or franchise must be on the job site, and protected from the elements, at all times during any of the construction authorized by said permit/franchise. 3. In the event any milepost, right of way marker, fence or guard rail is located within the limits of this project and will be disturbed during construction, these items will be carefully removed prior to construction and reset or replaced at the conclusion of construction to the satisfaction of the Department. All signs and traffic control devices must be maintained in operation during construction. 4 Prior to construction, the Utility shall contact the Department's representative (listed under Special Provision Number 1) to ascertain the location of survey control monuments within the project limits. In the event any monuments will be altered, damaged or destroyed by the project, appropriate action will be taken by the Department, prior to construction, to reference or reset the monuments. Any monuments altered, damaged or destroyed by the Utility's operation will be reset or replaced by the Department at the sole expense of the Utility. • 5. During the construction and/or maintenance of this facility, the Utility shall comply with the Manual on Uniform Traffic Control Devices for Streets and Highways (Federal Highway Administration) and Washington modifications thereto. If determined necessary by the Department, the Utility shall submit a signing and traffic control plan to the Department's representative for approval prior to construction or maintenance operations. No lane closures shall be allowed except as approved by the Department representative. Approvals may cause revision of special provisions, including hours of operation. 31 6. Any changes or modifications to the approved franchise/permit shall be subject to prior review and approval by the Department. The Utility shall notify the Department's representative upon completion of the work under this permit/franchise so that a final inspection can be made and shall immediately fumish to the Regional Utilities Engineer a revised franchise or permit plan of the final location or relocation of its facilities if the original permit/franchise plans have been revised during the course of construction. ] 7 Prior to the beginning of construction, a preconstruction conference shall be held at which the Department and the Utility and utility's engineer, contractor, and inspector shall be present. 8. Should the Utility choose to perform the work outlined herein with other than its own forces, a representative of the Utility shall be present at all times unless otherwise agreed to by the Department representative. All contact between the Department and the Utility's contractor shall be through the representative of the Utility. Where the Utility chooses to perform the work with its own forces, it may elect to appoint one of its own employees engaged in the construction as its representative. Failure to comply with this provision shall be grounds for restricting any further work by the Utility within the State right of way until said requirement is met. The Utility, at its own expense, shall adequately police and supervise all work on the above described project by itself, its contractor, subcontractor, agent, and others, so as not to endanger or injure any person or property ❑ 9. The Utility agrees to schedule the work herein referred to and perform said work in such a manner as not to delay the Department's contractor in the performance of his contract. 10 Work within the right of way shall be restricted to between the hours of daylight -ems , and no work shall be allowed on the right of way Saturday, Sunday, or holidays, unless authorized by the Department. Any lane closures must be submitted for approval in advance of use. The hours of permitted closure may differ from the above noted hours. 1 11. If determined necessary by the Department, any or all of the excavated material shall be removed and replaced with suitable material as specified by the Department. g l 12. Wherever deemed necessary by the Washington State Department of Labor and Industries and/or the Department for the safety of the workers and the protection of the highway pavement, the sides of the trench (or excavation) shall be adequately supported to reduce the hazard to workers and prevent any damage by cracks, settlement, etc., to the pavement. No other work in the trench or excavation area will be allowed until this requirement is met. 13. All trenches, boring or jacking pits, etc. shall be backfilled as soon as possible and not left open during non -working hours unless covered with material of sufficient strength to withstand traffic loads or a method of protection approved by the Department. DOT Forrn 224-030 EF Page 1 Exhibit "A" Revised 2/00 ▪ 14 All slopes, slope treatment, top soil, ditches, pipes, etc., disturbed by this operation shall be restored to their original cross section and condition. All open trenches shall be marked by waming signs, barricades, lights and if necessary, flagmen shall be employed for the purpose of protecting the traveling public. Roadside operations may be specified by the Department's representative. -51 15. Where applicable, markers shall be placed at each right of way line for all crossings and placed every 152.400 meters (500 feet) for longitudinal facilities to include: company name, pipeline or cable identification, telephone number for contact, and the distance from the marker to the facility in meters (feet). Markers shall be placed so as to minimize interference with maintenance operations. Markers shall also be placed at all changes in offset distance from right of way line or centerline of highway ▪ 16. The utility shall install detector tape or cable approximately 300 millimeters (12 inches) above the underground facility The tape shall conform to the standards of the American Public Works Association Uniform Color Code. ® 17 In the event that construction and maintenance of the highway facility within the proximity of the utility installation becomes necessary during the period which the Utility will occupy a portion of the right of way, it is expressly understood that, upon request from the Department's representative, the Utility will promptly identify and locate by suitable field markings any and all of their underground facilities so that the Department or its contractor can be fully apprised at all times of its precise location. ® 18 The shoulders, where disturbed shall be surfaced with crushed surfacing-top-eer►rse in kind _miWm teF- ( - iifi a,,,, compacted depth, or as directed by the Department's representative. The surface of the finished shoulder shall slope down from the edge of pavement at the rate of 5% unless otherwise directed. The restored shoulder must not have any strips or sections less than 0.6 meter (2 feet) wide. The restored shoulder shall be surfaced with in kind ❑ 19 Utility facilities or casings for facilities crossing under roadways surfaced with oil, asphalt concrete pavement or cement concrete pavement shall be accomplished by use of appropriate equipment to jack, bore, or auger the facility through the highway grade with a minimum depth of 1.52 meters (5 feet) minimum along any point from the top of facility to the finished road grade and a minimum of 1.07 meters (3.5 feet) depth from bottom of ditch to top of facility Casing requirements for facilities are denoted by special provision 20. Any allowable open trench construction will be specifically provided for by special provision No. 21, if denoted. ❑ 20 Facilities to be placed within encasement are specified individually or in whole on the attached exhibits. ❑ 21 Open trench construction will be allowed only at those locations identified on the plan exhibits and/or listed on Exhibit(s) , with restoration to be performed as noted on the attached "Open Cut Detail," Exhibit ▪ 22. The Utility agrees to be responsible for any construction deficiencies as a result of the roadway installation. 23. No routine maintenance of this facility will be allowed within the limited access area. • 24 Maintenance of this facility will not be permitted from the shoulders, through traffic roadways, or ramps of SR 82 and all service to this facility will be by access from adjacent property ▪ 25 Construction of this facility will not be permitted from the shoulders, through traffic roadways, or ramps of SR 82 All construction access will be from adjacent property 26. Bond coverage required to ensure proper compliance with all terms and conditions of said permit/franchise will be fumished by a Blanket Surety Bond held by the Department at the Olympia Service Center. ❑ 27 The Utility shall provide to the Department in the amount of $ , a surety bond written by a surety company authorized to do business in the State of Washington or an escrow account with a bank approved by the Department, prior to start of construction, to insure compliance with any and all of the terms and conditions of this permit/franchise. Said bond/account to remain in force for a period ending one year after date of completion of construction, except the Utility shall be required to maintain said bond/account for a period of two years after completion of construction where the installation of the utility facility disturbs the traveled lanes or usable shoulders. ❑ 28. The utility agrees to underground the aboveground facilities covered by this franchise in Scenic Classes "A" and "B", as defined on attached Exhibit(s) either at the time of major reconstruction of the facility, for that portion of facility to be reconstructed, or prior to expiration of this franchise. ❑ 29 The Utility agrees to underground the aboveground facilities covered by this franchise in Scenic Classes "A", "AX", "B", and/or "BX", as defined on attached Exhibit(s) , at the time the pole owner undergrounds its facility The existing aboveground facility may remain or be relocated as aboveground in Scenic Classes "AX" or "BX", if acceptable to the Department. ❑ 30 The Utility agrees to underground or relocate aboveground the existing aboveground facilities in Scenic Classes "AX" and "BX", as defined on attached Exhibit(s) , to a location acceptable to the Department either at the time of major reconstruction of the line, for the portion of line to be reconstructed, or prior to the expiration of this franchise. The existing aboveground facilities may remain in their present location if acceptable to the Department. ❑ 31 Neutral conductors associated with circuits of 0 to 22 Kilovolts where the neutral is considered to be 0 - 750 Volts may have a vertical clearance the same as guys and messengers, provided the facility is grounded at each pole at each end of the crossing. ® 32. The responsibility of the Utility for proper performance, safe conduct, and adequate policing and supervision of the project shall not be lessened or otherwise affected by Department approval of plans, specifications, or work or by the presence at the work site of Department representatives, or by compliance by the Utility with any requests or recommendations made by such representatives. • 33 All material and workmanship shall conform to the Washington State Department of Transportation Standard Specifications for Road, Bridge and Municipal Construction, current edition, and amendments thereto, and may be subject to inspection by the Department. ❑ 34 Any existing Location 1 and Location II utility objects will be corrected in accordance with the Control Zone Guidelines. ❑ 35. ® 36. General provision number 18 is hereby superseded and replaced by the following special provision: Any existing Location I and Location 11 utility objects will be corrected in accordance with the Control Zone Guidelines. The Utility is responsible for compliance with all federal, state, and local laws pertaining to the discharge received by the Department under this permit/franchise. DOT Form 224-030 EF Revised 2/00 Page 2 Exhibit "A" Special Provisions for Permits and Franchise Utility Franchise No. 50157 Applicable provisions denoted by ® 37. The Utility shall notify the Department's representative 5 working days prior to the beginning of construction. • 38. The Utility Shall Maintain two way traffic at all times. ® 39 No vehicles are to be parked on the through lanes, shoulders or ramps of SR 82 ® 40 The utility shall be responsible for securing all other Federal, State and Local permits which may be required. ® 41 In lieu of a Surety Bond, to ensure compliance with the terms and conditions of the permit, the City agrees the State may effect reimbursement of the amount necessary to restore the highway from the monthly fuel tax allotments which the City is normally entitled to receive from the Motor Vehicle Fund and in accordance with RCW 47.08.090 Exhibit "A" Page 3