Loading...
HomeMy WebLinkAbout2001-073 2002 Street Grind and Overlay Rehabilitation Agreement with Superior Paving Companyego* c/erk, "ItVEZfaWXM,MSMX'ffSEZTE4VRMLMZR1RMg-1,VNZTCAVKM4WMJNDWMWA City of Yakima -2 Engineering Division 437- -,:fiwczk,crgaznr 14',45.Axe SIMAPAREMT:'" 2002 Street Grind & Overlay Rehabilitation Englewood Ave.; 48th Ave. to 56th Ave Nob Hill Blvd.; 4th Ave. to Overpass City Project No. 1959 Construction Contract Specifications & Bid Documents 129 North Second Street Yakima, WA 98901 June, 2002 Phone (509) 575-6111 Fax (509) 576-6305 PRPTIEMSURMANEMARROTATokAnitiW., MEMAIOMMATATIRMEINNInagaglitagfeafj DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT Engineering Division 129 North Second Street Yakima, Washington 98901 (509) 575-6111 • Fax 576-6305 K. Wendell Adams, City Engineer June 27, 2002 Superior Paving Co. P.O. Box 10268 Yakima, Washington 98908 Re: 2002 Street Grind & Overlay Rehabilitation City Project No. 1959 Dear Mr. Ladwig: 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 June 26, 2002 in the amount of $228,020.25. This letter is official notification of the award of the contract to your company by the City of Yakima. We have prepared four (4) copies of the Contracts for your signature and a copy of the Specification Document for your Surety. The documents are located in the Yakima City Clerk's office at City Hall. 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. Please contact Jim Maine, Construction Supervisor, of our office within ten (10) days of this date to schedule a pre -construction conference, and 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. For your information, we are enclosing a copy of the bid summary for this project. Sincerely, (AAK. Wendell Aciat s, P.E. City Engineer encl. cc: Glenn Rice, Assistant City Manager Jim Maine, Construction Engineer Al Rose, Project Engineer Wendy Leinan, Contract Specialist City Clerk Edna Pettyjohn Finance Shelley Willson, St. & Traffic Op. Mgr. File Yakima AlknwkiQt7 1994 BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. /!pA For Meeting Of 5/20/03 ITEM TITLE: Final Contract Payment for 2002 Grind and Overlay Rehabilitation Project SUBMITTED BY: Department of Community & Economic Development - Engineering CONTACT PERSON/TELEPHONE: K. W. Adams, City Engineer - 575-6096 SUMMARY EXPLANATION: This project consisted of resufacing Nob Hill Blvd from the Overpass to S. 4~' Ave. and Englewood Ave. from N. 48tr- Ave. to N. 56'`n Ave. It also included adjustment of utility castings and installation of new monument casings and other miscellaneous repair or replacement work. 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. Contractor: Superior Paving Company Contract Award: 7/10/02 Contract Cost: $445,335.24 Amt. 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 Payment Contract Mail to (name and address) : Phone: Funding Source Cumulative Reserve Capital Improvement APPROVED FOR SUBMITTAL: City Manager STAFF RECOMMENDATION:Accept the project and approve final estimate. COUNCIL ACTION: Approved NO. FILE NO. 1959 CONTRACTOR: SUSPERIOR PAVING CO. PROGRESS ESTIMATE NO. 6 (FINAL) ITEM 1 SPILL PREVENTION PLAN 2 MOBILIZATION 3 TRAFFIC CONTROL SUPERVISOR 4 MAINTENANCE AND PROTECTION OF TRAFFIC 5 CONSTRUCTION SIGNS CLASS A 6 ROADWAY EXCAVATION INC. HAUL 7 PREPARATION OF GRAVEL BASE 8 ASPHALT TREATED BASE 9 PLANING BITUMINOUS PAVEMENT 10 FABRIC MEMBRANE INTERLAYER 11 ASPHALT CONC. PAVEMENT CL A WITH PG64-28 12 ADJUST MANHOLE 13 ADJUST VALVE BOX 14 ADJUST CATCH BASIN 15 ADJUST MONUMENT CASE 16 CEMENT CONC. SIDEWALK 17 REPAIR OR REPLAEMENT 18 CHANGE ORDER #1 VIDEO SYSTEM FOR 3RD AVE. & NO 19 CHANGE ORDER #2 VIDEO SYSTEM FOR FRUITVALE BLV 20 CHANGE ORDER #3 FRUITVALE BLVD GRIND & OVERLAY 21 CHANGE ORDER #3A ADDENDUM TO #3 PREVIOUS PAYMENTS 1 $239,861.88 2 $105,903.90 3 $17,761.36 4 $77,911.10 5 $3,897.00 2ITY OF YAKIMA, WASHINGTON IMPROVEMENT: 2002 Grind & Overlay Rehabilitation UNIT QUANTITY LS LS HR LS SF CY SY TON SY SY TON EA EA EA EA SY FA LS LS LS LS 1001 100% 150 100% 240 250 7300 407.27 12073 12917 3096.22 26 41 0 4 205 $27,618.79 100% 1001 $105,593.90 $15,749.25 I certify that he above estimate is true and correct. CitY--Ingineer UNIT PRICE $1,000.00 $5,500.00 $10.00 $32,000.00 $9.00 $15.00 $0.60 $33.00 $1.35 $0.75 $34.50 $340.00 $150.00 $360.00 $320.00 $27.50 $15,000.00 $38,970.00 $38,970.00 $105,583.90 $15,749.25 AMOUNT $1,000.00 $5,500.00 $1,500.00 $32,000.00 $2,160.00 $3,750.00 $4,380.00 $13,439.91 $16,298.55 $9,687.75 $106,819.59 $8,840.00 $6,150.00 $0.00 $1,280.00 $5,637.50 $27,618.79 $38,970.00 $38,970.00 $105,583.90 $15,749.25 1 OF CONT 1001 100% 431 1001 100% 100% 1001 1001 981 981 1061 1041 1031 0% 1331 1581 1841 100% 100% 100% 100% TOTAL $445,335.24 1041 CHANGE ORDERS $0.00 TOTAL DUE CONTRACT $445,335.24 LESS PREVIOUSLY $445,335.24 TOTAL $0.00 CONTRACT AMOUNT $1,000.00 $5,500.00 $3,500.00 $32,000.00 $2,160.00 $3,750.00 $4,380.00 $13,464.00 $16,571.25 $9,909.00 $100,671.00 $8,500.00 $6,000.00 $1,080.00 $960.00 $3,575.00 $15,000.00 $38,970.00 $38,890.00 $105,583.90 $15,749.25 $427,213.40 DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT Engineering Division 129 North Second Street Yakima, Washington 98901 (509) 575-6111 • Fax 576-6305 K. Wendell Adams, City Engineer June 27, 2002 Superior Paving Co. P.O. Box 10268 Yakima, Washington 98908 Re: 2002 Street Grind & Overlay Rehabilitation City Project No. 1959 Dear Mr. Ladwig: 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 June 26, 2002 in the amount of $228,020.25. This letter is official notification of the award of the contract to your company by the City of Yakima. We have prepared four (4) copies of the Contracts for your signature and a copy of the Specification Document for your Surety. The documents are located in the Yakima City Clerk's office at City Hall. 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. Please contact Jim Maine, Construction Supervisor, of our office within ten (10) days of this date to schedule a pre -construction conference, and 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. For your information, we are enclosing a copy of the bid summary for this project. Sincerely, K. Wendell Adatzfs, P. City Engineer encl. cc: Glenn Rice, Assistant City Manager Jim Maine, Construction Engineer Al Rose, Project Engineer Wendy Leinan, Contract Specialist City Clerk Edna Pettyjohn Finance Shelley Willson, St. & Traffic Op. Mgr. File Yakima All -America ENV 1994 BID SUMMARY City of Yakima 2002 Street Grind & Overlay Rehabilitation CITY PROJECT NO. 1959 ENGINEERS ESTIMATE SUPERIOR PAVING CO. YAKIMA, WA. COLUMBIA ASPHALT, INC. YAKIMA, WA. ITEM Bid Security BID BOND BID BOND NO. ITEM QTY UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 1 SPILL PREVENTION PLAN 1 LS 750.00 750.00 1 000 00 1 000 00 1,500.00 1,500.00 2 MOBILIZATION 1 LS 10,000.00 10,00000 5 500 00 5,50000 5,000.00 5,000.00 3 TRAFFIC CONTROL SUPERVISOR 350 HR 35.00 12,250 00 10 00 3,500 00 34 25 11,987.50 4 MAINTENANCE AND PROTECTION OF TRAFFIC (Min Bid 032.000) 350 HR 32,000.00 32,000.00 32 000 00 32 000 00 32,000 00 32,000 00 5 CONSTRUCTION SIGNS CLASS *X 240 SF 10.00 2,400.00 9 00 2.160 00 6.50 1,560.00 6 ROADWAY EXCAVATION INCL, HAUL 250 CY 15.00 3,750.00 1500 3.75000 1000 2,500.00 7 PEPARATION OF GRAVEL BASE 7.300 SY 5.00 36,500 00 0 60 4,380 00 0.65 4,745.00 8 ASPHALT TREATED BASE 408 TON 35.00 14,280.00 3300 13.46400 2745 11,19960 9 PLANING BITUMINOUS PAVEMENT 12,275 SY 1 25 15,343.75 1 35 16 571 25 1 90 23,322.50 10 FABRIC MEMBRANE INTERLAYER 13,212 SY 1.00 13,212.00 075 950900 1.15 15,193.80 11 ASPHALT CONC. PAVEMENT, CLASS 'A' WITH PG64-28 2.918 TON 30.00 87,540.00 34 50 100 671 00 31 10 90.749 80 12 ADJUST MANHOLE 25 EA 25000 6,250.00 34000 8 500 00 310.00 7,750.00 13 ADJUST VALVE BOX 40 EA 20000 8,000.00 15000 6,00000 310.00 12,400.00 14 ADJUST CATCH BASIN 3 EA 350.00 1,050 00 360 00 1 080 00 0 00 0 00 15 ADJUST MONUMENT CASE 3 EA 200.00 600.00 32000 96000 310.00 930.00 16 CEMENT CONC. SIDEWALK 130 SY 25.00 3,250.00 27 50 3.575 00 20.00 2,600 00 17 REPAIR OR REPLACEMENT 1 FA 15,000.00 15,000.00 15 000 00 15 000 00 15,000.00 15000,00 Project 1959— TOTAL BID: 262,175.75 228,020.25 238,438.20 CITY ENGINEERS REPORT ...... CITY OF YAKIMA COMPETITIVE BIDS WERE OPENED ON June 26, 2002. _ , r" Y, t'ty ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE.+p+I 2002 Street I RECOMMEND THE CONTRACT BE AWARDED TO: SUPERIOR F.(', ' e `~ }; ++ Grind & Overlay Rehabilitation AWARD MADE BY CITY MANAGER PAVING CO. /� I I L C'7i�°7D Z- ' /.�aa►�� . '� +J '0,, +0� « +++4L '• r>' � * PROJECT N0. 1959 DATE: June 26, 2002 \�\ Th... Q.,_,---)--s---„, ` FILE: 1959-2002 St Gr Ov Bid Sum.pub DATE CITY ENG I E ' yt`l` `\`6ATU) _ DATE CITY MANAGER (, % '" SHEET 1 of 1 ADDENDUM NO. 1 TO THE CONTRACT DOCUMENTS FOR THE CITY OF YAKIMA, WA. FOR 2002 Street Grind & Overlay Rehabilitation Englewood Ave.; 48th Ave. to 56th Ave. Nob Hill Blvd.; 4th Ave. to Overpass CITY PROJECT 1959 BID OPENING: June 26, 2002 2:00 P.M. TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: The following additions and revisions are made to clarify the Contract Documents for this project. Page 75 of the Document Book: Section 4-04.5 Payment: Add the following to this Item of the Special Provision: If, in the opinion of the Engineer, additional gravel material is required for the preparation of the gravel base, it shall be paid by force account including haul. Page 76 of the Document Book: Section 5-04.3(5)A Preparation of Existing Surfaces: Revise the sentence at the bottom of the page of the Special Provision as follows: Remove the reference to AR -4000 or AR -8000 and replace it with PG 64-28. Change the rate of application from 0.22-0.28 to 0.15-0.25 gallons per square yard. Page 79 of the Document Book: Section 5-04.4 Measurement: Delete the wording "The bid price for Asphalt Treated Base shall include the cost of the excavation required for placing the ATB". Page 80 of the Document Book: Section 5-04.5 Payment: Add the following pay item: "Adjust Catch Basin", per each. Page 101 of the Document Book: The Item Proposal Bid Sheet is revised - Remove the sheet and replace with the attached Revised Item Proposal Bid Sheet. 1 of 2 Plans & Details of the Document Book: Plan Sheet 6 of 7 Revise the plan to show a cross plane and overlay, 100 -feet in width, parallel with and adjacent to the concrete pavement of the overpass at the end of the project for Nob Hill Blvd (approx. Sta. 31+00 to 31+99.73). The planing shall be to a depth 2 -inches below the surface of the concrete pavement of the overpass so that the 2 -inch overlay will match the existing surface of the concrete when compacted in place. This addendum is to be considered as much a part of the Contract Documents as if it were included in the body of the plans and specifications, and will be incorporated in and made a part of the contract when awarded and when formally executed. The Bidder shall acknowledge in writing, on the Proposal Signature Sheet, this addendum in order to have the bid considered. APPROVED: END OF ADDENDUM NO. 1 2 of 2 Date ADDENDUM NO. 1 ITEM PROPOSAL BID SHEET (Revised) City of Yakima 2002 Grind and Overlay Rehabilitation City Project Nos. 1959 ITEM NO. PROPOSAL ITEM PAYMENT SECTION QTY UNIT UNIT PRICE DOLLARS AMOUNT DOLLARS 1 SPILL PREVENTION PLAN 1 LS 1-07.15 2 MOBILIZATION 1 LS 1-09.7 3 TRAFFIC CONTROL SUPERVISOR 350 HR 1-10.5 4 MAINTENANCE AND PROTECTION OF TRAFFIC (Min. Bid $32,000) 1 LS 1-10.5 5 CONSTRUCTION SIGNS CLASS 'A' 240 SF 1-10.5 6 ROADWAY EXCAVATION INCL. HAUL 250 CY 2-03.5 7 PREPARATION OF GRAVEL BASE 7,300 SY 4-04.5 8 ASPHALT TREATED BASE 408 TON 4-06.5 9 PLANING BITUMINOUS PAVEMENT 12275 SY 5-04.5 10 FABRIC MEMBRANE INTERLAYER 13,212 SY 5-04.5 11 ASPHALT CONC. PAVEMENT, CLASS 'A' WITH PG64-28 2,918 TON 5-04.5 12 ADJUST MANHOLE 25 EA 5-04.5 13 ADJUST VALVE BOX 40 EA 5-04.5 14 ADJUST CATCH BASIN 3 EA 5-04.5 15 ADJUST MONUMENT CASE 3 EA 5-04.5 16 CEMENT CONC. SIDEWALK 130 SY 8-14.5 17 REPAIR OR REPLACEMENT 1 FA 15,000.00 15,000.00 8-30.5 TOTAL BID 101 City Of Yakima 2002 GRIND AND OVERLAY REHABILITATION City Project No. 1959 EXPIRES 1 1 /17/2003 CONTENTS CITY OF YAKIMA 2002 Grind and Overlay Rehabilitation City Project No. 1959 SECTION PAGE INVITATION TO BID 5 STANDARD SPECIFICATIONS Standard Specifications 7 Amendments to the 2002 Standard Specifications 7 CONTRACT PROVISIONS Special Provisions 45 Project Description 45 1-02 Bid Procedures and Conditions 45 MBE/WBE Form — 5/95 47 1-03 Award and Execution of Contract 51 1-04 Scope of Work 51 1-05 Control of Work 51 1-06 Control of Materials 51 1-07 Legal Relations and Responsibilities to the Public 53 1-08 Prosecution and Progress 69 1-10 Temporary Traffic Control 71 2-03 Roadway Excavation and Embankment 73 2-07 Watering 73 4-04 Ballast and Crushed Surfacing 75 5-04 Asphalt Concrete Pavement 76 7-05 Manholes, Inlets, Catch Basins, and Drywells 81 8-13 Monument Cases 82 8-30 Repair or Replacement (New Section) 82 9-03 Aggregates 83 9-05 Drainage Structures, Culverts, and Conduits 83 9-22 Monument Cases 83 Contract Form 85 Performance Bond Form 87 Informational Certificate of Insurance 89 Informational Additional Insured Endorsement 91 Minimum Wage Affidavit Form 93 PREVAILING WAGE RATES Prevailing Wage Rates , 95 State Wage Rates (follow this page as attachments) 97 3 PROPOSAL Proposal Form 99 Item Proposal Bid Sheet 101 Bid Bond Form 103 Non -Collusion Declaration 105 Non -Discrimination Provision 107 Subcontractor List 109 Women and Minority Business Enterprise Policy 111 Council Resolution 113 Affirmative Action Plan 115 Bidders Certification 117 Subcontractors Certification 119 Materially and Responsive 121 Proposal Signature Sheet 123 Rirlrinrs('.hank I ict,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, 125 PLANS & DETAILS Project Details Standard Details Traffic Control Plan Construction Plans 4 INVITATION TO BID NOTICE IS HEREBY GIVEN that sealed bids will be received by the City Clerk of the City of Yakima, 129 North 2nd Street, Yakima, Washington, 98901of Yakima, until 2:00 PM on June 26, 2002 and will then and there be opened and publicly read for the construction of CITY OF YAKIMA 2002 Grind and Overlay Rehabilitation City Project No. 1959 The work will consist of furnishing all labor, materials and equipment required to resurface Nob Hill Blvd. from the Overpass to S. 4th Ave. and Englewood Ave. from N. 48th Ave. to N. 56th Ave. The project includes planing and removing, to the depths indicated on the plans and details, approx. 4,664 sq. yds. of existing asphalt concrete pavement in Nob Hill Blvd. and approx. 7,300 sq. yds. of existing asphalt concrete pavement in Englewood Ave., installation of 13,212 sq.yds. of fabric membrane interlayer in Nob Hill Blvd. as indicated on the plans, and excavating and rebuilding a portion of Nob Hill Blvd. as indicated on the Plans, preparing the gravel base in Englewood Ave as indicated on the plans, and constructing a 2 -inch, approx. 1,709 tons, asphalt conc. pavement overlay in Nob Hill Blvd., and resurfacing Englewood Ave. with approx. 1,209 tons of asphalt conc. pavement. The project will also include adjustment of utility castings and installation of new Monument casings and other miscellaneous repair or replacement work. All in accordance with the Plans and Specifications as prepared by the City Engineer of the City of Yakima. All bid proposals shall be accompanied by a bid proposal deposit in cash, certified check, cashier's check or surety bond in an amount equal to five percent (5%) of the amount of such bid proposal. Should the successful bidder fail to enter into such contract and furnish satisfactory performance bond within the time stated in the specifications, the bid proposal deposit shall be forfeited to the City of Yakima. Plans and specifications may be obtained at the Office of the City Engineer located at 129 North 2nd Street upon payment of the amount of $50.00 for each set, non refundable. Informational copies of maps, plans, and specifications are on file for inspection in the Office of the City Engineer of Yakima in Yakima, Washington, and at Plan Centers in Yakima and Kennewick, Washington. 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 AM on June 13,2002. The conference will feature project discussion, DBE Contractor participation, and the Affirmative Action Plan. The City reserves the right to reject any or all bids and proposals. DATED this 1 day of June, 2002 (SEAL) KAREN ROBERTS CITY CLERK PUBLISH June 6, 2002 June 7, 2002 5 STANDARD SPECIFICATIONS. Standard Specifications Amendments to the 2002 Standard Specifications STANDARD SPECIFICATIONS The 2002 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, by this reference, are 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 2002 Standard Specifications for Road, Bridge, and Municipal Construction will apply to this Contract. INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 2002 Standard Specifications for Road, Bridge, and Municipal Construction (English). AMENDMENTS TO THE STANDARD SPECIFICATIONS The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the latest date of revision. Each Amendment contains all current revisions to the applicable section of the Standard Specifications and may include references which do not apply to this particular project. SECTION 1-04, SCOPE OF THE WORK January 7, 2002 1-04.7 Differing Site Conditions (Changed Conditions) This section is revised to read: During the progress of the work, if preexisting subsurface or latent physical conditions are encountered at the site, differing materially from those indicated in the contract, or if preexisting unknown physical conditions of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in the work provided for in the contract, are encountered at the site, the party discovering such conditions shall promptly notify the other party in writing of the specific differing site conditions before they are disturbed and before the affected work is performed. Upon written notification, the Engineer will investigate the conditions and if he/she determines that the conditions materially differ and cause an increase or decrease in the cost or time required for the performance of any work under the contract, an adjustment, excluding loss of anticipated profits, will be made and the contract modified in writing 7 accordingly. The Engineer will notify the Contractor of his/her determination whether or not an adjustment of the contract is warranted. No contract adjustment which results in a benefit to the Contractor will be allowed unless the Contractor has provided the required written notice. The equitable adjustment will be by agreement with the Contractor. However, if the parties are unable to agree, the Engineer will determine the amount of the equitable adjustment in accordance with Section 1-09.4. Extensions of time will be evaluated in accordance with Section 1-08,8. If the Engineer determines that different site conditions do not exist and no adjustment in costs or time is warranted, such determination shall be final as provided in Section 1-05.1. If there is a decrease in the costs or time required to perform the work, failure of the Contractor to notify the Engineer of the differing site conditions shall not affect the Contracting Agency's right to make an adjustment in the costs or time. No claim by the Contractor shall be allowed unless the Contractor has followed the procedures provided in Section 1-04.5 and 1-09.11. SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC January 7, 2002 1-07.15 Temporary Water Pollution/Erosion Control This section is supplemented with the following: 1-07.15(1) Spill Prevention, Control and Countermeasures Plan The Contractor shall prepare a project specific spill prevention, control and countermeasures (SPCC) plan to be used for the duration of the project. The plan shall be submitted to the Engineer prior to the commencement of any on site construction activities. The Contractor shall maintain a copy of the plan at the work site, including any necessary updates as the work progresses. If hazardous materials are encountered during construction, the Contractor shall do everything possible to control and contain the material until appropriate measures can be taken. Hazardous material, as referred to within this specification, is defined in RCW 70.105.010 under "Hazardous Substances". Occupational safety and health requirements that pertain to SPCC planning are contained in WAC 296-155 and WAC 296-62. The SPCC plan shall address the following project -specific information: 1. SPCC Plan Elements A. Site Information Identify general site information useful in construction planning, recognizing potential sources of spills, and identifying personnel responsible for managing and implementing the plan. B. Project Site Description Identify staging, storage, maintenance, and refueling areas and their relationship to drainage pathways, waterways, and other sensitive areas. Specifically address: • the Contractor's equipment maintenance, refueling, and cleaning activities. the Contractor's on site storage areas for hazardous materials. 8 C. Spill Prevention and Containment Identify spill prevention and containment methods to be used at each of the locations identified in B., above. D. Spill Response Outline spill response procedures including assessment of the hazard, securing spill response and personal protective equipment, containing and eliminating the spill source, and mitigation, removal and disposal of the material. E. Standby, On -Site, Material and Equipment The plan shall identify the equipment and materials the Contractor will maintain on site to carry out the preventive and responsive measures for the items listed. F. Reporting The plan shall list all federal, state and local agency telephone numbers the Contractor must notify in the event of a spill. G. Program Management Identify site security measures, inspection procedures and personnel training procedures as they relate to spill prevention, containment, response, management and cleanup. H. Preexisting Contamination If preexisting contamination in the project area is described elsewhere in the plans or specifications, the SPCC plan shall indicate measures the Contractor will take to conduct work without allowing release or further spreading of the materials. 2. Attachments A. Site plan showing the locations identified in (1. B. and 1. C.) noted previously. B. Spill and Incident Report Forms, if any, that the Contractor will be using. Implementation Requirements As described elsewhere in the special provisions, the Contractor shall be prepared and shall carry out the SPCC plan in the event of a hazardous spill within the project limits. Payment The lump sum contract price for the "SPCC Plan" shall be full pay for: 1. All costs associated with creating the SPCC plan. 2. All costs associated with providing and maintaining on site standby materials and equipment described in the SPCC plan. As to other costs associated with spills the contractor may request payment as provided for in the Contract. No payment shall be made if the spill was caused by or resulted from the Contractor's operations, negligence or omissions. 9 SECTION 1-09, MEASUREMENT AND PAYMENT April 1, 2002 1-09.6 Force Account On page 1-86, under "For Labor", the fourth and fifth sentences in the second paragraph are deleted. On page 1-86, under "For Labor", the fifth paragraph is revised to read: In addition to compensation for direct labor costs defined above, the Contracting Agency will pay the Contractor 29 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. This amount will include any costs of safety training and health tests, but will not include such costs for unique force account work that is different from typical work and which could not have been anticipated at the time of bid. On page 1-87, under "For Equipment", the third paragraph is supplemented with the following: In the event that prior quotations are not obtained and the vendor is not a firm independent from the Contractor or subcontractor, then after -the -fact quotations may be obtained by the Engineer from the open market in the vicinity and the lowest such quotation may be used in place of the submitted invoice. On page 1-88, under "For Services", the first paragraph is supplemented with the following: in the event that prior quotations are not obtained and the service invoice is submitted by a subcontractor, then after -the -fact quotations may be obtained by the Engineer from the open market in the vicinity and the lowest such quotation may be used in place of the submitted invoice. SECTION 1-10, TEMPORARY TRAFFIC CONTROL January 7, 2002 1-10.2(1) General This section is revised to read: It is the Contractor's responsibility to plan, conduct and safely perform the work. The Contractor shall designate an individual or individuals to perform the duties of Traffic Control Manager (TCM). The TCM must be an employee of the Contractor. The duties of the TCM may not be subcontracted. The Contractor shall also designate an individual or individuals to perform the duties of the Traffic Control Supervisor (TCS). The TCS shall be responsible for safe implementation of approved Traffic Control Plans provided by the TCM. The TCM and TCS shall be certified as worksite traffic control supervisors by one of the organizations listed in the Special Provisions. A TCM and TCS are required on all projects that have traffic control. The TCM may also perform the duties of the TCS. The Contractor shall identify an alternate TCM and TCS who can assume the duties of the assigned or primary TCM and TCS in the event of that person's inability to perform. Such alternates shall meet the same requirements as the primary TCM and TCS. The Contractor shall maintain 24-hour telephone numbers at which the TCM and TCS can be contacted and be available upon the Engineer's request at other than normal working hours. The TCM and TCS shall have the appropriate personnel, equipment, and material available at all times in order to expeditiously correct any deficiency in the traffic control system. 10 1-10.2(1)A Traffic Control Manager This section is revised to read: The duties of the Traffic Control Manager (TCM) shall include: 1. Overseeing and approving the actions of the Traffic Control Supervisor (TCS) to ensure that proper safety and traffic control measures are implemented and consistent with the specific requirements created by the Contractor's workzones and the Contract. 2. Providing the Contractor's designated TCS with approved Traffic Control Plans (TCP's) which are compatible with the work operations and traffic control for which they will be implemented. 3. Discussing proposed traffic control measures and coordinating implementation of the Contractor -adopted traffic control plan(s) with the Engineer. 4. Coordinating all traffic control operations, including those of subcontractors, suppliers, and any adjacent construction or maintenance operations. 5. Coordinating the project's activities (such as ramp closures, road closures, and lane closures) with appropriate police, fire control agencies, city or county engineering, medical emergency agencies, school districts, and transit companies. 6. Overseeing all requirements of the contract which contribute to the convenience, safety, and orderly movement of vehicular and pedestrian traffic. 7. Having the latest adopted edition of the MUTCD including the Modifications to the MUTCD for Streets and Highways for the State of Washington and applicable standards and specifications available at all times on the project. 8. Attending all project meetings where traffic management is discussed. 9 Reviewing the TCS diaries daily and being aware of "field" traffic control operations. 10. Assuring daily submissions of previous day's TCS diaries, indicating date of TCM review, to WSDOT TCS. 11, Being present on-site a sufficient amount of time to adequately accomplish the above -listed duties. 1-10.2(1)B Traffic Control Supervisor This section is revised to read: A Traffic Control Supervisor (TCS) shall be on the project whenever traffic control labor is required or less frequently, as approved by the Engineer. The TCS shall personally perform all the duties of the TCS. During non -work periods, the TCS shall be available to the job site within a 45 -minute time period after notification by the Engineer. The TCS's duties shall include: 1. Inspecting traffic control devices and nighttime lighting for proper location, installation, message, cleanliness, and effect on the traveling public. Traffic control 11 devices shall be inspected each work shift except that Class A signs and nighttime lighting need to be checked only once a week. Traffic control devices left in place for 24 hours or more should also be inspected once during the nonworking hours when they are initially set up (during daylight or darkness, whichever is opposite of the working hours). 2. Preparing a daily traffic control diary on DOT Forms 421-040A and 421-040B, which shall be submitted to the Engineer no later than the end of the next working day to become a part of the project records. The Contractor may use their own form if it is approved by the Engineer. Include in the diary such items as: a. When signs and traffic control devices are installed and removed, b. Location and condition of signs and traffic control devices, c. Revisions to the approved traffic control plan (TCP), d. Lighting utilized at night, and e. Observations of traffic conditions. 3. Ensuring that corrections are made if traffic control devices are not functioning as required. The TCS may make minor revisions to the approved traffic control plan to accommodate site conditions as long as the original intent of the traffic control plan is maintained and the revision has concurrence of the TCM and/or WSDOT TCS. 4. Attending traffic control coordinating meetings or coordination activities as authorized by the Engineer. 5. Ensuring that all needed traffic control devices are available and in good working condition prior to the need to install those devices. 6. Having a current set of approved TCP's and applicable contract provisions as provided by the TCM and the latest adopted edition of the MUTCD including the Modifications to the MUTCD for Streets and Highways for the State of Washington and applicable standards and specifications. The TCS may perform the work described by "Traffic Control Labor" as long as the duties of the TCS are accomplished. Possession of a current flagging card by the TCS is mandatory. A reflective vest and a hard hat shall be worn by the TCS. 1-10.2(2) Traffic Control Plans This section including title is revised to read: 1-10.2(2) Traffic Control Plans (TCP's) The traffic control plan or plans appearing in the contract pians show a method of handling traffic. All flaggers are to be shown on the traffic control plan except for emergency situations. The Contractor shall designate and adopt in writing the specific traffic control plan or plans required for their method of performing the work. If the Contractor's methods differ from the contract traffic control plan(s), the Contractor shall propose modification of the traffic control plan(s) by showing the necessary construction signs, flaggers, and other traffic control devices required for the project. The Contractor's modified traffic control plan(s) shall be in accordance with the established standards for plan development as shown in the MUTCD, Part VI. The Contractor's letter designating and adopting the specific traffic control plan(s) or any proposed modified plan(s) shall be submitted to the Engineer for approval at least ten calendar days in advance of the time the signs and other traffic control devices will be required. The Contractor shall be solely responsible for providing copies of the approved Traffic Control Plans to the Traffic Control Supervisor. 12 SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT January 7, 2002 2-03.3(14)D Compaction and Moisture Control Tests The second paragraph is revised to read: In place density will be determined using Test Methods WSDOT FOP for AASHTO T 310 and WSDOT SOP for T 615. SECTION 5-04, ASPHALT CONCRETE PAVEMENT April 1, 2002 5-04.3(19) Sealing of Driving Surfaces This section including title is revised to read: 5-04.3(19) Sealing of Pavement Surfaces Where shown in the Plans, the Contractor shall apply a fog seal. Before application of the fog seal all surfaces shall be thoroughly cleaned of dust, soil, pavement grindings, and other foreign matter. The fog seal shall be CSS -1 or CSS -1h uniformly applied to the pavement free of streaks and bare spots at the rate 0.03 to 0.05 residual gallons per square yard. The emulsified asphalt shall be diluted at a rate of one part water to one part emulsified asphalt unless otherwise directed by the Engineer. The emulsified asphalt shall be applied within the temperature range specified in Section 5-02.3(3). 5-04.4 Measurement The following paragraph is added after the third paragraph: Asphalt for fog seal will be measured by the ton, before dilution, in accordance with Section 1-09. The fourth paragraph is deleted. 5-04.5 Payment The following paragraph is added after the sixth paragraph: "Asphalt for Fog Seal", per ton. The unit contract price per ton for "Asphalt for Fog Seal" shall be full pay for all costs of material, labor, tools, and equipment necessary for the application of the fog seal as specified. The following is inserted after the tenth paragraph: All costs for asphalt for tack coat shall be included in the unit contract price per ton of the asphalt concrete pavement. SECTION 5-05, CEMENT CONCRETE PAVEMENT April 1, 2002 5-05.3(1) Concrete Mix Design for Paving Number 2 in this section is revised to read: 2. Submittals. The Contractor's submittal shall include the mix proportions per cubic yard and the proposed sources for all ingredients including the power plant that generated the fly ash. The mix shall be capable of providing a minimum flexural strength of 650 psi at 14 days. Evaluation of strength shall be based on statistically analyzed results of 5 beam specimens made according to WSDOT T 808 and tested according to WSDOT T 802 that demonstrate a quality level of not less than 80 percent analyzed in 13 accordance with Section 1-06.2(2)D. In addition the Contractor shall fabricate, cure, and test 5 sets of cylinders, for evaluation of both 14 and 28 day strengths, according to WSDOT FOP's for AASHTO T 22 and AASHTO T 23 using the same mix design as used in fabrication of the beams. Compressive strength data (for both 14 and 28 day strength) shall be submitted to the engineer for use in determination of a conversion factor of flexural strength to compressive strength, which will be used by the Engineer for strength acceptance testing. Mix designs submitted by the Contractor shall provide a unique identification for each proposal and shall include test data confirming that concrete made in accordance with the proposed design will meet the requirements of these Specifications. Test data shall be from an independent testing lab or from a commercial concrete producer's lab. If the test data is developed at a producer's lab, the Engineer or a representative may witness all testing. The second paragraph under number 3 in this section is supplemented with the following: Only non -chloride accelerating admixtures that meet the requirements of Section 9-23.6 Admixture for Concrete, shall be used. SECTION 6-02, CONCRETE STRUCTURES April 1, 2002 6-02.3(2)A Contractor Mix Design The last sentence of the first paragraph is revised to read: All other concrete mix designs except those for lean concrete and commercial concrete shall have a minimum cementitious material content of 564 pounds per cubic yard of concrete. 6-02.3(2)B Commercial Concrete This section is revised to read as follows: Commercial concrete shall have a minimum compressive strength at 28 days of 3000 psi in accordance with AASHTO T 22. Commercial concrete placed above the finished ground line shall be air entrained and have an air content from 4.5 percent to 7.5 percent per AASHTO T 152. Commercial concrete does not require plant approval, mix design, or source approvals for cement, aggregate, and other admixtures. Where concrete Class 3000 is specified for nonstructural items such as, culvert headwalls, plugging culverts, concrete pipe collars, pipe anchors, monument cases, luminaire bases, pedestals, cabinet bases, guardrail anchors, sign post foundations, fence post footings, sidewalks, curbs, and gutters, the Contractor may use commercial concrete. If commercial concrete is used for sidewalks, curbs, and gutters, it shall have a minimum cementitious material content of 564 pounds per cubic yard of concrete and shall be air entrained. Commercial concrete shall not be used for structural items such as, bridges, retaining walls, box culverts, or foundations for high mast luminaires, mast arm traffic signals, cantilever signs, and sign bridges. The Engineer may approve other nonstructural items not listed for use as commercial concrete. 6-02.3(6)A Weather and Temperature Limits to Protect Concrete The section "Cold Weather Protection" is revised to read: The Contractor shall provide a written procedure for cold weather concreting to the Engineer for review and approval. The procedure shall detail how the Contractor will prevent the concrete temperature from falling below 50° F. Permission given by the Engineer to place concrete during cold weather will in no way ensure acceptance of the work by the Contracting Agency. Should the concrete placed under such conditions prove unsatisfactory 14 in any way, the Engineer shall still have the right to reject the work although the plan and the work were carried out with his permission. The Contractor shall provide and maintain a recording thermometer on the concrete surface at a location specified by the Engineer. During freezing or near -freezing weather, data from this thermometer shall be readily available to the Engineer. The Contractor shall not mix nor place concrete while the air temperature is below 35° F, unless the water or aggregates (or both) are heated to at least 70° F. The aggregate shall not exceed 150° F. If the water is heated to more than 150° F, it shall be mixed with the aggregates before the cement is added. Any equipment and methods shall heat the materials evenly. The Contractor may warm stockpiled aggregates with dry heat or steam, but not by applying flame directly or under sheet metal. If the aggregates are in bins, steam or water coils or other heating methods may be used if aggregate quality is not affected. Live steam heating is not permitted on or through aggregates in bins. If using dry heat, the Contractor shall increase mixing time enough to permit the super -dry aggregates to absorb moisture. Any concrete placed in air temperatures below 35° F shall be immediately enclosed. Air temperature within the enclosure shall be maintained such that the concrete surface temperature stays between 50° F and 90° F, and the relative humidity shall be above 80 percent. These conditions shall be maintained for a minimum of seven days or for the cure period required by Section 6-02.3(11), whichever is longer. If artificial heat is used to maintain the temperature inside the enclosure, moisture shall be added to the enclosure to maintain the humidity as stated above. The Contractor shall stop adding moisture 24 hours before removing the heat. Extra protection shall be provided for areas especially vulnerable to freezing (such as exposed top surfaces, corners and edges, thin sections, and concrete placed into steel forms). If weather forecasts predict air temperatures below 35° F during the seven days just after the concrete placement, the Contractor may place the concrete only if his approved cold weather concreting plan is implemented. In addition, if air temperatures fall below 35°F within 7 days after placement of concrete, the Contractor shall implement his approved cold weather concreting plan. 6-02.3(14)B Class 2 Surface Finish The first sentence of the first paragraph is revised to read: The Contractor shall apply a Class 2 finish to all above -ground surfaces not receiving a Class 1 finish as specified above unless otherwise indicated in the Contract. 6-02.3(17)J Face Lumber, Studs, Wales, and Metal Forms On page 6-60, the paragraph beginning with "All corners shall be beveled... etc." is revised to read: All corners shall be beveled 3/4 inch. However, footings, footing pedestals, and seals need not be beveled unless required in the Plans. 6-02.3(26)H Grouting The sixth paragraph is revised to read: The Contractor shall proportion the mix to produce a grout with a flow of 11 to 20 seconds as determined by ASTM C 939, Flow of Grout for Preplaced Aggregate Concrete (Flow Cone Method). The grout ejected from the end vent shall have a minimum flow of 11 seconds. 15 SECTION 6-05, PILING January 7, 2002 6-05.3(9)A Pile Driving Equipment Approval The fourth sentence in the second paragraph is revised to read: The wave equation analysis shall verify that the pile driving system proposed does not produce stresses greater than 50,000 psi or 90 percent of the yield stress whichever is less, for steel piles, or steel casings for cast -in-place concrete piles. SECTION 6-07, PAINTING April 1, 2002 6-07.3(1) Painting New Steel Structures Method B for "Primer Coat" is revised to read: Inorganic zinc or A-11-99 shop applied 6-07.3(1)A Preparation for Shop Coating The first and second paragraphs are revised to read: A roughened surface profile shall be provided by an abrasive blasting procedure as approved by the Engineer. The profile shall be one mil minimum or per the paint manufacturer's recommendation, whichever is greater. The steel surfaces shall be cleaned to a near white condition as per SSPC-SP10. After being thoroughly cleaned by abrasive blasting as specified above, all structural steel shall be primed within the same working day on which abrasive blasting takes place, and before any rust forms, by spraying with a full coat of inorganic zinc silicate paint. The Contractor shall not begin painting until receiving the Engineer's approval of the prepared surface. High strength field bolts need not be painted before erection. 6-07.3(4) Painting Galvanized Surfaces This section is revised to read: All galvanized surfaces specified to be painted shall be prepared for painting in accordance with the ASTM D 2092. The method of preparation shall be as agreed upon by the paint manufacturer and the galvanizer. The Contractor shall not begin painting until receiving the Engineer's approval of the prepared galvanized surface. Environmental Conditions Steel surfaces shall be: • Greater than 35°F and • Less than 115°F or per the manufacturer's recommendations, whichever is more stringent. The Contractor shall paint the dry surface as follows: Paint Formulas Type First Coat MIL -P-24441 Epoxy polyamide Second Coat C-11-99 Moisture Cured Aliphatic Polyurethane Each coat shall be dry before the next coat is applied. All coats applied in the shop shall be dried hard before shipment. 16 SECTION 6-09, VACANT January 7, 2002 This section including title is revised to read: 6-09 MODIFIED CONCRETE OVERLAYS 6-09.1 Description This work shall consist of scarifying concrete bridge decks, preparing and repairing bridge deck surfaces designated and marked for further deck preparation, and placing, finishing, and curing modified concrete overlays. 6-09.2 Materials Materials shall meet the requirements of the following Sections: Portland Cement 9-01.2(1) Fine Aggregate 9-03.1(2)B Coarse Aggregate 9-03.1(4)C Burlap Cloth 9-23.5 Admixtures 9-23.6 Fly Ash 9-23.9 Water 9-25.1 Portland cement shall be either Type I or Type II. Type III portland cement will not be allowed. Fine aggregate shall be Class 1. Coarse aggregate shall be AASHTO grading No. 7 or No. 8. Fly ash shall be Class F only. Microsilica admixture shall conform to AASHTO M 307, and shall be either a dry powder or a slurry admixture. Microsilica will be accepted based on submittal to the Engineer of a Manufacturer's Certificate of Compliance conforming to Section 1-06.3. If the microsilica is a slurry admixture, the microsilica content of the slurry shall be certified as a percent by mass. Latex admixture shall be a non-toxic, film -forming, polymeric emulsion in water to which all stabilizers have been added at the point of manufacture. The latex admixture shall be homogeneous and uniform in composition, and shall conform to the following: Polymer Type Styrene Butadiene Stabilizers: Latex Non-ionic surfactants Portland Cement Polydimethyl siloxane Percent Solids 46.0 to 49.0 Weight per Gallon 8.4 pounds at 77F Color White PH (as shipped) 9 minimum Freeze/Thaw Stability 5 cycles (5F to 77F) Shelf Life 2 years minimum Latex admixture will be accepted based on submittal to the Engineer of a Manufacturer's Certificate of Compliance conforming to Section 1-06.3. High Molecular Weight Methacrylate (HMWM) resin for crack and joint sealing shall conform to the following: 17 Viscosity Density Flash Point Vapor Pressure Tg (DSC) Gel Time <25 cps (Brookfield RVT with UL adaptor, 50 rpm at 77F)... California Test 434 8.5 to 8.8 pounds per gallon at 77F... ASTM D 2849 >200F, PMCC (Pinsky -Martens CC) <0.04 inches Hg at 77F, ASTM D 323 >136F, ASTM D 3418 60 minutes minimum The promoter/initiator system for the methacrylate resin shall consist of a metal drier and peroxide. Sand for abrasive finish shall be crushed sand, oven dried, and stored in moisture proof bags. The sand shall conform to the following gradation: Sieve Size U.S. No. 8 U.S. No. 30 AH percentages are by weight. 6-09.3 Construction Requirements 6-09.3(1) Equipment Percent Passing Minimum Maximum 100 97 100 6-09.3(1)A Power Driven Hand Tools Power driven hand tools may be used for concrete scarification in areas not accessible to scarification machines, and for further deck preparation work, except for the following: 1. Jack hammers more forceful than the nominal 30 -pound class. 2. Chipping hammers more forceful than the nominal 15 -pound class. The power driven hand tools shall be operated at angles less than 45 degrees as measured from the surface of the deck to the tool. 6-09.3(1)B Rotary Milling Machines Rotary milling machines shall be capable of scarifying a minimum width of four feet per pass. The machines shall conform to Section 1-07.7. Machines known to meet these specifications will be specified in the Special Provisions. 6-09.3(1)C Hydro -Demolition Machines Hydro -demolition machines shall consist of filtering and pumping units operating in conjunction with a remote-controlled robotic device. Hydro -demolition machines shall scarify a minimum width of four feet per pass, using high velocity water jets to remove 1/2 inch of sound concrete with the simultaneous removal of all deteriorated concrete. Hydro - demolition machines shall also clean any exposed reinforcing steel of all rust and corrosion products. Possible sources of machines known to meet these specifications will be specified in the Special Provisions. 6-09.3(1)D Shot Blasting Machines Shot blasting machines shall consist of a self contained mobile unit capable of scarifying a minimum width of six feet per pass, using steel abrasive to remove 1/2 inch of sound concrete. The shot blasting machine shall vacuum and store all material removed from the scarified concrete surface into a self contained unit. 18 Possible sources of machines known to meet these specifications will be specified in the Special Provisions. 6-09.3(1)E Air Compressor Air compressors shall be equipped with oil traps to eliminate oil from being blown onto the roadway deck during sandblasting and air -cleaning. 6-09.3(1)F Vacuum Machine Vacuum machines shall be capable of collecting all dust, concrete chips, free standing water and other debris encountered while cleaning during deck preparation. The machines shall be equipped with collection systems that allow the machines to be operated in air pollution sensitive areas and shall be equipped to not contaminate the deck during final preparation for concrete placement. 6-09.3(1)G Water Spraying System The water spraying system shall include a portable high pressure sprayer with a separate water supply of potable water. The sprayer shall be readily available to all parts of the deck being overlaid and shall be able to discharge water in a fine mist to prevent accumulation of free water on the deck. Sufficient water shall be available to thoroughly soak the deck being overlaid and to keep the deck wet prior to concrete placement. The Contractor shall certify that the water spraying system meets the following requirements: Pressure 2,200 psi minimum Flow Rate 4.5 gpm minimum Fan Tip 15° to 25° Range 6-09.3(1)H Mobile Mixer for Latex Modified Concrete Proportioning and mixing shall be accomplished in self-contained, self-propelled, continuous -mixing units conforming to the following requirements: 1. The mixer shall be equipped so that it can be grounded. 2. The mixer shall be equipped to provide positive measurement of the portland cement being introduced into the mix. An approved recording meter, visible at all times and equipped with a ticket print-out, shall be used. 3. The mixer shall be equipped to provide positive control of the flow of water and latex admixture into the mixing chamber. Water flow shall be indicated by an approved flow meter with a minimum readability of one-half gallon per minute, accurate to ❑ 1 percent. The water system shall have a bypass valve capable of completely diverting the flow of water. Latex flow shall also be indicated by an approved flow meter with a minimum readability of two gallons per minute, accurate to ❑ 1 percent. The latex system shall be equipped with a bypass valve suitable for obtaining a calibrated sample of admixture. 4. The mixer shall be equipped to be calibrated to automatically proportion and blend all components of the specified mix on a continuous or intermittent basis as required by the finishing operation, and shall discharge mixed material through a conventional chute directly in front of the finishing machine. Inspection of each mobile mixer shall be done by the Contractor in the presence of the Engineer and in accordance with the following requirements: 19 1. Check the manufacturer's inspection plate or mix setting chart for the serial number, the proper operating revolutions per minute (rpm), and the approximate number of counts on the cement meter to deliver 94 pounds of cement. 2. Make a general inspection of the mobile mixer to ensure cleanliness and good maintenance practices. 3. Check to see that the aggregate bins are empty and clean and that the bin vibrators work. 4. Verify that the cement aeration system operates that the vent is open and that the mixer is equipped with a grounding strap. Check the cement meter feeder to ensure that all fins and pockets are clean and free from accumulated cement. If the operator cannot demonstrate, through visual inspection, that the cement meter feeder is clean, all cement shall be removed from the bin and the cement meter feeder inspected. The aeration system shall be equipped with a gauge or indicator to verify that the system is operating. 5. Verify that the main belt is clean and free of any accumulated material. 6. Check the latex strainer to ensure cleanliness. The initial calibration shall consist of the following items: 1. Cement Meter a. Refer to the truck manufacturer's mix setting chart to determine the specified operating rpm and the approximate number of counts required on the cement meter to deliver 94 pounds of cement. b. Place at least 40 bags (about 4,000 pounds) of cement in the cement bin. c. Be sure the mixer is resting on a level surface. d. Be sure the mixer is grounded. e. Adjust the engine throttle to obtain the specified rpm. Operate the unit, discharging cement until the belt has made one complete revolution. Stop the belt. Reset the cement meter to zero. Position a suitable container to catch the cement and discharge approximately one bag of cement. With a stop watch, measure the time required to discharge the cement. Record the number of counts on the cement meter and determine the weight of the cement in the container. Repeat the process of discharging approximately one bag of cement until six runs have been made. Reset the cement meter to zero for each run. Example: Run Cement Weight of Time In No. Counts Cement Seconds 1 66 95 31 2 68 96 31.2 3 67 95.5 31.0 4 66 95 29.8 5 67 95.25 30.5 6 66 95 30.8 20 TOTAL 400 571.75 184.3 Pounds of cement per count on cement meter: Weight of Cement = 571.75 = 1.43 LB. No. of Counts 400 Count Counts per bag (94 pounds): 94 = 65.7 Counts 1.43 Bag Pounds of cement discharged per second: Weight of Cement = 571.75 = 3.10 LB. Time in Seconds 184.3 SEC. Required time to discharge one bag: Time = 94 = 30.32 SEC. 3.10 Bag 2. Latex Throttling Valve a. Check to be sure that the latex strainer is unobstructed. b. The latex throttling valve shall be adjusted to deliver 3.5 gallons of latex (29.4 pounds) for each bag of cement. From the above calculation 30.32 seconds are required to deliver one bag of cement. c. With the unit operating at the specified rpm, discharge latex into a container for 30.3 seconds and determine the weight of latex. Continue adjusting the valve until 29.4 to 29.5 pounds of latex is discharged in 30.3 seconds. Verify the accuracy of this valve setting three times. 3. Water Flow Meter a. Set the water flow meter by adjusting it to flow at one-half gallon per minute. b. Collect and weigh the water discharged during a one minute interval with the equipment operating at the specified rpm. Divide the weight of water by 8.34 to determine the number of gallons. c. Repeat Items a. and b., above, with the flow meter adjusted to one and one- half gallons per minute. 4. Aggregate Bin Gates a. Set the gate openings to provide the amount of aggregate required to produce concrete having the specified proportions. b. Discharge a representative sample of the aggregates through the gates and separate on the U.S. No. 4 sieve. Aggregates shall meet the requirements for proportions in accordance with Section 6-09.3(3)E. c. Adjust the gate openings if necessary to provide the proper ratio of fine aggregate to total aggregate. 5. Production of Trial Mix 21 Each mobile mixer shall be operated to produce at least 1/2 cubic yard of concrete, which shall be in compliance with these specifications, prior to acceptance of the mobile mixer for job use. The Engineer will perform yield, slump, and air tests on the concrete produced by each mixer. Calibration of each mobile mixer shall be done by the Contractor in the presence of the Engineer. A complete calibration is required on each mixer on each concrete placement unless, after the initial calibration, the personnel having the responsibility of mixer calibration on subsequent concrete placement were present during the initial calibration of the mixer and during the concrete placement operations and are able to verify the dial settings of the initial calibration and concrete placement. If these criteria are met, a complete calibration need not be repeated provided that a single trial run verifies the previous settings of the cement meter, latex throttling valve, water flow meter, and aggregate gradations, and that the mixer has not left the project and the Engineer is satisfied that a complete calibration is not needed. 6-09.3(1)1 Ready Mix Trucks for Fly Ash Modified and Microsilica Modified Concrete Ready mix trucks shall conform to Section 6-02.3(4)A. 6-09.3(1)J Finishing Machine The finishing machine shall meet the requirements of Section 6-02.3(10) and the following requirements: The finishing machine shall be equipped with a rotating cylindrical double drum screed not exceeding 60 inches in length preceded by a vibrating pan. The vibrating pan shall be constructed of metal and be of sufficient length and width to properly consolidate the mixture. The vibrating frequency of the vibrating pan shall be variable with positive control between 3,000 and 6,000 rpm. A machine with a vibrating pan as an integral part may be proposed and will be considered for approval by the Engineer. Other finishing machines will be allowed subject to approval of the Engineer. 6-09.3(2) Submittals The Contractor shall submit the following items to the Engineer for approval in accordance with Section 6-01.9: 1. The type of machine (rotary milling, hydro -demolition, or shot blasting) selected by the Contractor for use in this project to scarify concrete surfaces. 2. The axle loads and axle spacing of the rotary milling machine (if used). 3. The Runoff Water Disposal Plan (if a hydro -demolition machine is used). The Runoff Water Disposal Plan shall describe all provisions for the containment, collection, filtering, and disposal of all runoff water and associated contaminants generated by the hydro -demolition process. 4. The method and materials used to contain, collect, and dispose of all concrete debris generated by the scarifying process, including provisions for protecting adjacent traffic from flying debris. 5. The mix design for concrete Class M, and either fly ash modified concrete, microsilica modified concrete, or latex modified concrete, as selected by the Contractor for use in this project in accordance with Section 6-09.3(3). 6. Samples of the latex admixture and the portland cement for testing and compatibility (if latex modified concrete is used). 22 7. Details of the screed rail support system, including details of anchoring the rails and providing rail continuity. The Contractor shall not begin scarifying operations until receiving the Engineer's approval of Items 1 through 4 as applicable for the Contractor's scarifying method. The Contractor shall not begin placing modified concrete overlay until receiving the Engineer's approval of Items 5 through 7 as applicable for the Contractor's selected type of modified concrete. 6-09.3(3) Concrete Overlay Mixes 6-09.3(3)A General For fly ash, microsilica, and latex modified concrete, the Contractor shall adjust the slump to accommodate the gradient of the bridge deck, subject to the maximum slump specified. For fly ash and microsilica modified concrete, the maximum water/cement ratio shall be calculated using all of the available mix water, including the free water in both the coarse and fine aggregate, and in the microsilica slurry if a slurry is used. For fly ash and microsilica modified concrete, all water reducing and air entraining admixtures, and superplasticizers, shall be used in accordance with the fly ash supplier's and microsilica admixture supplier's recommendations, respectively, and as approved by the Engineer. 6-09.3(3)B Concrete Class M Concrete Class M for further deck preparation patching concrete shall be proportioned in accordance with the following mix design: Portland Cement Fine Aggregate Coarse Aggregate Water/Cement Ratio Air (± 1-1/2 percent) Slump (± 1 inch) 705 pounds 1,280 pounds 1,650 pounds 0.37 maximum 6 percent 5 inches The use of a water -reducing admixture conforming to AASHTO M 194 Type A will be required to produce patching concrete with the desired slump, and shall be used in accordance with the admixture manufacturer's recommendations. Air entraining admixtures shall conform to AASHTO M 154 and shall be used in accordance with the admixture manufacturer's recommendations. The use of accelerating admixtures or other types of admixtures is not allowed. 6-09.3(3)C Fly Ash Modified Concrete Fly ash modified concrete shall be a workable mix, uniform in composition and consistency. Mix proportions per cubic yard shall be as follows: Portland Cement 611 pounds Fly Ash 275 pounds Fine Aggregate 38 percent of total aggregate Coarse Aggregate 62 percent of total aggregate Water/Cement Ratio 0.30 maximum Air (± 1-1/2 percent) 6 percent Slump 7 inches maximum 6-09.3(3)D Microsilica Modified Concrete Microsilica modified concrete shall be a workable mix, uniform in composition and consistency. Mix proportions per cubic yard shall be as follows: 23 Portland Cement Microsilica Fume Fine Aggregate Coarse Aggregate Water/Cement Ratio Air (± 1-1/2 percent) Slump 658 52 1,515 1,515 0.33 6 7 pounds pounds pounds pounds maximum percent inches maximum 6-09.3(3)E Latex Modified Concrete Latex modified concrete shall be a workable mix, uniform in composition and consistency. Mix proportions per cubic yard shall hall be as follows: Portland Cement Fine Aggregate Coarse Aggregate Latex Admixture Water/Cement Ratio Air Content of Plastic Mix SI! imp 1.00 2.40 to 2.75 1.75 to 2.00 3.50 0.33 6 7 parts by weight parts by weight parts by weight gallons per bag of cement maximum percent maximum inches maximum The aggregates shall be proportioned such that the amount of aggregate passing the U.S. No. 4 sieve is 65 + 5 percent of the total aggregate (fine plus coarse). All calculations shall be based on dry weights. The moisture content of the fine aggregate and coarse aggregate shall be no more than 3.0 and 1.0 percent, respectively, above the saturated surface dry condition. The water limit for calculating the water/cement ratio shall include the added water, the free water in the aggregates, and 52 percent of the latex admixture. 6-09.3(4) Storing and Handling 6-09.3(4)A Aggregate Aggregates shall be stored and handled in a manner to prevent variations of more than 1.0 percent in moisture content of the stockpile. For latex modified concrete, the moisture content of the aggregate at the time of proportioning shall be as specified in Section 6-09.3(3)E. 6-09.3(4)B Latex Admixture The admixture shall be kept in suitable containers which will protect it from freezing and from exposure to temperatures in excess of 85F. Containers of the admixture shall not be stored in direct sunlight for periods in excess of ten days. When stored in direct sunlight the top and sides of the containers shall be covered with insulating blanket material. Storage of the admixture may extend over a period greater than ten days as long as the conditions specified above are maintained and the latex admixture is agitated or stirred once every ten days. Stirring or agitation of the admixture shall be done mechanically in accordance with the manufacturer's recommendation and as approved by the Engineer. If the ambient temperature is higher than 85F at any time during the storage period, the admixture shall be covered by insulated blankets or other means that will maintain the admixture temperature below 85F. The admixture shall be strained through a Number 10 strainer at the time it is introduced into the mixing tank from the storage containers. 24 6-09.3(4)C High Molecular Weight Methacrylate Resin (HMWM) The HMWM resin shall be stored in a cool dry place and protected from freezing and exposure to temperature in excess of 100F. The promoter and initiator, if supplied separate from the resin, shall not contact each other directly. Containers of promoters and initiators shall not be stored together in a manner that will allow leakage or spillage from one to contact the containers or material of the other. 6-09.3(5) Scarifying Concrete Surface 6-09.3(5)A General The Contractor shall not begin scarifying a concrete bridge deck surface unless completion of the scarification and concrete overlay can be accomplished within the current construction season. The Contractor shall not begin scarifying a concrete bridge deck surface until receiving the Engineer's written approval of the machine to be used for scarifying. The Contractor shall protect adjacent traffic from flying debris generated by the scarification process in accordance with Item 4 of Section 6-09.3(2) and as approved by the Engineer. The Contractor shall collect, contain, and dispose of all concrete debris generated by the scarification process in accordance with Item 4 of Section 6-09.3(2) and as approved by the Engineer. All areas of the deck that are inaccessible to the selected scarifying machine shall be scarified to remove the concrete surface matrix to a maximum depth of 1/2 inch by a method approved by the Engineer. If these areas are hand -chipped then the equipment shall meet the requirements as specified in Section 6-09.3(1)A. 6-09.3(5)B Testing of Hydro -Demolition and Shot Blasting Machines A trial area shall be designated by the Engineer to demonstrate that the equipment and methods of operation are capable of producing results satisfactory to the Engineer. The trial area shall consist of two patches each of approximately 30 square feet, one area in sound concrete and one area of deteriorated concrete as determined by the Engineer. In the "sound" area of concrete, the equipment shall be programmed to remove 1/2 inch of concrete. Following the test over sound concrete, the equipment shall be located over the deteriorated concrete and using the same parameters for the sound concrete removal, remove all deteriorated concrete. The Engineer will grant approval of the equipment based on successful results from the trial area test. 6-09.3(5)C Hydro -Demolishing Once the operating parameters of the Hydro -Demolition machine are defined by programming and calibration as specified in Section 6-09.3(5)B, they shall not be changed as the machine progresses across the bridge deck, in order to prevent the unnecessary removal of sound concrete below the required minimum removal depth. The Contractor shall maintain a minimum production rate of 250 square feet per hour during the deck scarifying process. All water used in the Hydro -Demolition process shall be potable. Stream or lake water will not be permitted. All bridge drains and other outlets within 100 feet of the Hydro -Demolition machine shall be temporarily plugged during the Hydro -Demolition operation. When scarifying a bridge deck passing over traffic lanes, the Contractor shall protect the traffic below by restricting and 25 containing scarifying operations, and implementing traffic control measures, as approved by the Engineer. The Contractor shall provide for the collection, filtering and disposal of all runoff water generated by the Hydro -Demolition process, in accordance with the Runoff Water Disposal Plan as approved by the Engineer in accordance with Item 3 of Section 6-09.3(2). The Contractor shall comply with applicable regulations concerning such water disposal. 6-09.3(5)D Shot Blasting Once the operating parameters of the Shot Blasting machine are defined by programming and calibration, as specified in Section; 6-09.3(5)B, they shall not be changed as the machine progresses across the bridge deck, in order to prevent the unnecessary removal of sound concrete below the required minimum removal depth. The Contractor shall maintain a minimum production rate of 250 square feet per hour during the deck scarifying process. 6-09.3(5)E Rotomilling The entire concrete surface of the bridge deck shall be scarified to remove the surface matrix to a maximum 1/2 inch depth of the concrete. The operating parameters of the rotary milling machine shall be monitored in order to prevent the unnecessary removal of sound concrete below the 1/2 inch maximum removal depth. 6-09.3(5)F Repair of St. Reinf, Bars Damaged by Scarifying Operations All reinforcing steel damaged due to the Contractor's operations shall be repaired by the Contractor. For bridge decks not constructed under the same contract as the concrete overlay, damage to existing reinforcing steel shall be repaired and paid for in accordance with Section 1-09.6 if the existing concrete cover is 1/2 inch or less. All other reinforcing steel damaged due to the Contractor's operations shall be repaired by the Contractor at no additional expense to the Contracting Agency. The repair shall be as follows or as directed by the Engineer: 1. Damage to epoxy coating, when present on existing steel reinforcing bars, shall be repaired in accordance with Section 6-02.3(24)H. 2. Damage to bars resulting in a section loss of 20 percent or more of the bar area shall be repaired by chipping out the adjacent concrete and splicing a new bar of the same size. Concrete shall be removed to provide a 3/4 inch minimum clearance around the bars. The splice bars shall extend a minimum of 40 bar diameters beyond each end of the damage. 3. Any bars partially or completely removed from the deck shall have the damaged portions removed and spliced with new bars as outlined in Item 2 above. 6-09.3(5)0 Cleanup Following Scarification After scarifying is completed, the lane or strip being overlaid shall be thoroughly cleaned of all dust, free standing water and loose particles. Cleaning may be accomplished by using compressed air, waterblasting, with a minimum pressure of 5,000 psi, or vacuum machines. Vacuum cleaning shall be used when required by applicable air pollution ordinances. 6-09.3(6) Further Deck Preparation Once the lane or strip being overlaid has been cleaned of debris from scarifying, the Contractor, under the direction of the Engineer, shall perform an inspection of the completed work and shall mark those areas of the existing bridge deck that require further deck preparation by the Contractor. Further deck preparation will be required when any one of the following conditions is present: 1. Unsound concrete. 26 2. Lack of bond between existing concrete and reinforcing steel. 3. Exposure of reinforcing steel to a depth of one-half of the periphery of a bar for a distance of 12 inches or more along the bar. 4. Existing non -concrete patches as marked by the Engineer. If the concrete overlay is placed on a bridge deck as part of the same contract as the bridge deck construction, then all work associated with the further deck preparation shall be performed at no additional expense to the Contracting Agency. 6-09.3(6)A Equipment for Further Deck Preparation Further deck preparation shall be performed using either hand operated tools conforming to Section 6-09.3(1)A, or hydro -demolishing machines conforming to Section 6-09.3(1)C. 6-09.3(6)B Deck Repair Preparation All concrete in the repair area shall be removed by chipping, hydro demolishing, or other approved mechanical means to a depth necessary to remove all loose and unsound concrete. If unsound concrete exists around the steel reinforcing bars, or if the bond between concrete and steel is broken, concrete must be removed to provide a 3/4 -inch minimum clearance around the steel reinforcing bars. Care shall be taken in removing the deteriorated concrete to not damage any of the existing deck or steel reinforcing bars that are to remain in place. All removal shall be accomplished by making neat vertical cuts and maintaining square edges at the boundaries of the repair area. Cuts made by using sawing or hydro demolishing machines shall be made after sufficient concrete removal has been accomplished to establish the limits of the removal area. In no case shall the depth of the vertical cut exceed 3/4 inch or to the top of the top steel reinforcing bars, whichever is less. The exposed steel reinforcing bars and concrete in the repair area shall be sandblasted or hydro -blasted and blown clean just prior to placing concrete. Bridge deck areas outside the repair area or steel reinforcing bar inside or outside the repair area damaged by the Contractor's operations, shall be repaired by the Contractor at no additional expense to the Contracting Agency, and to the satisfaction of the Engineer. All steel reinforcing bars damaged due to the Contractor's operations shall be repaired in accordance with Section 6-09.3(5)F. 6-09.3(6)C Placing Deck Repair Concrete Patching concrete for modified concrete overlays shall be either modified concrete or concrete Class M. For small deck repair, and as determined by the Engineer, the Contractor may use the same modified concrete as that used in the overlay. Before placing any patching concrete, the Contractor shall flush the existing concrete in the repair area with water and make sure that the existing concrete is well saturated. The Contractor shall remove any free standing water prior to placing the patching concrete. The Contractor shall place the patching concrete other than latex modified concrete onto the existing concrete while it is wet. If latex, fly ash, or microsilica modified concrete is used as the patching concrete, a thin slurry bond grout shall be scrubbed into the existing concrete surface. The bond grout shall match the overlay type being used as specified in Section 6-09.3(11). If the Contractor elects to use as a patching material the same modified concrete as that used in the overlay, then the repair areas shall be filled flush with the deck surface 27 sufficiently in advance of the overlay placement so that the material will not roll back under the screeds but shall not be placed more than one hour in advance of the overlay placement. Areas patched with modified concrete or concrete Class M shall be wet cured for 24 hours in accordance with Section 6-09.3(13). During the curing period, all vehicular and foot traffic shall be prohibited on the repaired area. 6-09.3(7) Surface Preparation For Concrete Overlay Following the completion of any required further deck preparation the entire lane or strip being overlaid shall be cleaned. If either a rotary milling machine or a shot blasting machine is used for concrete scarification, then the concrete deck shall be sandblasted or shotblasted, using equipment approved by the Engineer, until sound concrete is exposed. Care shall be taken to ensure that ail exposed reinforcing steel and the surrounding concrete is completely blasted. Bridge grate inlets, expansion dams and barriers above the surface to be blasted shall be protected from the blasting. If a hydro -demolition machine is used for concrete scarification, then the concrete deck shall be cleaned by an approved method of waterblasting with 7,000 psi minimum pressure, until sound concrete is exposed. The final surface of the deck shall be free from oil and grease, rust and other foreign material that may reduce the bond of the new concrete to the old. These materials shall be removed by detergent- cleaning or other method ethod as approved by the Engineer followed by sandblasting. After all scarifying, chipping, sandblasting and cleaning is completed, the entire lane or strip being overlaid shall be cleaned in final preparation for placing concrete using either compressed air or vacuum machines. Vacuum machines shall be used when warranted by applicable air pollution ordinances. Scarifying with either rotary milling machines or shot blasting machines, hand tool chipping, sandblasting and cleaning in areas adjacent to a lane or strip being cleaned in final preparation for placing concrete shall be discontinued when final preparation is begun. Scarifying and hand tool chipping shall remain suspended until the concrete has been placed and the requirement for curing time has been satisfied. Sandblasting and cleaning shall remain suspended for the first 24 hours of curing time after the completion of concrete placing. If the hydro demolishing scarification process is used, scarification may proceed during the final cleaning and overlay placement phases of the work on adjacent portions of the structure so long as the hydro demolisher operations are confined to areas which are a minimum of 100 feet away from the defined limits of the final cleaning or overlay placement in progress. If the hydro demolisher impedes or interferes in any way with the final cleaning or overlay placement as determined by the Engineer, the hydro demolishing work shall be terminated immediately and the hydro demolishing equipment removed sufficiently away from the area being prepared or overlaid to eliminate the conflict. If the grade is such that water and contaminates from the hydro demolishing operation will flow into the area being prepared or overlaid, the hydro demolishing operation shall be terminated and shall remain suspended for the first 24 hours of curing time after the completion of concrete placement. If, after final cleaning, the lane or strip being overlaid becomes wet, the Contractor shall flush the surface with high pressure water, prior to placement of the overlay. All free standing water shall be removed prior to concrete placement. Concrete placement shall begin within 24 hours of the completion of deck preparation for the portion of the deck to be overlaid. If 28 concrete placement has not begun within 24 hours, the lane or strip being overlaid shall be cleaned by a light sand blasting followed by washing with the high pressure water spray or by cleaning with the high pressure spray as approved by the Engineer. Traffic other than required construction equipment will not be permitted on any portion of the lane or strip being overlaid that has undergone final preparation for placing concrete unless approved by the Engineer. To prevent contamination, all equipment allowed on the deck after final cleaning shall be equipped with drip guards. 6-09.3(8) Quality Assurance 6-09.3(8)A Quality Assurance for Microsilica Modified and Fly Ash Modified Concrete Overlays The Engineer will perform slump, temperature, and entrained air tests for acceptance after the Contractor indicates that the concrete is ready for placement. Concrete from the first truck load shall not be placed until tests for acceptance have been completed by the Engineer and the results indicate that the concrete is within acceptable limits. Sampling and testing will continue for each load until two successive loads meet all applicable acceptance test requirements. Except for the first load of concrete, up to 1/2 cubic yard may be placed prior to testing for acceptance. After two successive tests indicate that the concrete is within specified limits, the sampling and testing frequency may decrease to one for every three truck loads. Loads to be sampled will be selected in accordance with the random selection process outlined in FOP for WAQTC TM2. When the results of any subsequent acceptance test indicates that the concrete does not conform to the specified limits, the sampling and testing frequency will be resumed for each truck load. Whenever two successive subsequent tests indicate that the concrete is within the specified limits, the random sampling and testing frequency of one for every three truck loads may resume. The test for determining the slump of the concrete will be conducted in accordance with the WSDOT FOP for AASHTO T 119 and the test for determining the percentage of entrained air will be conducted in accordance with the WAQTC FOP for AASHTO T 152 The Engineer will test for slump and/or air any load of concrete the Engineer deems necessary. 6-09.3(8)B Quality Assurance for Latex Modified Concrete Overlays The Engineer will perform operational control testing as the concrete is being placed. The Contractor shall provide the Engineer with a 1/4 -cubic yard container and assistance in obtaining and handling samples. The 1/4 -cubic yard container shall have a 9 -inch minimum depth and shall be placed on a level surface. A minimum of one test per mobile mixer per shift will be conducted. The test will be conducted after eight minutes of mixer operation. The Engineer will perform slump and air tests as the concrete is being placed. The minimum number of tests will be one slump test and one air test per mobile mixer, beginning with the first charge and every other charge thereafter. The sample will be taken after the first two minutes of continuous mixer operation. The_concrete will be sampled as follows: 1. While concrete is being deposited onto the bridge deck, the stream will be diverted into a wheelbarrow or other suitable container. Approximately 1 cubic foot of concrete will be sufficient to conduct one slump test and one air test. 2. Take the sample to the test site. The test site should be located away from the mobile mixer and off the end of the bridge if practical. 29 3. Allow the sample to stand undisturbed. The fresh concrete sample must be protected from sunlight and wind until the conclusion of the testing. Total time from discharge to time of start of slump testing will not exceed six and one half minutes. The test for determining the slump of the concrete will be conducted in accordance with WSDOT FOP for AASHTO T 119 and the test for determining the percentage of entrained air will be conducted in accordance with WAQTC FOP for AASHTO T 152. During the initial proportioning, mixing, placing, and finishing operations, the Engineer may require the presence of a technical representative from the latex admixture manufacturer - The technical representative shall be capable of performing, demonstrating, inspecting, and testing all of the functions required for placement of the latex modified concrete as specified in Section 6-09.3(11) and as approved by the Engineer. This technical representative shall aid in the proper installation of the latex modified concrete. Recommendations made by the technical representative on or off the jobsite, and approved by the Engineer, shall be adhered to by the Contractor at no additional expense to the Contracting Agency. The Engineer will advise the Contractor in writing a minimum of five working days before such services are required. 6-09.3(9) Mixing Concrete For Concrete Overlay 6-09.3(9)A Mixing Microsilica Modified or Fly Ash Modified Concrete Mixing of concrete shall be in accordance with Section 6-02, with the following exceptions: 1. The mixing shall be done at a batch plant. 2. The volume of concrete transported by truck shall not exceed six cubic yards per truck. 6-09.3(9)B Mixing Latex Modified Concrete The equipment used for mixing the concrete shall be operated with strict adherence to the procedures set forth by its manufacturer. A minimum of two mixers will be required at the overlay site for each concrete placement when the total volume of concrete to be placed during the concrete placement exceeds the material storage capacity of a single mixer. Additional mixers may be required if conditions require that material be stockpiled away from the jobsite. The Contractor shall have sufficient mixers on hand to ensure a consistent and continuous delivery and placement of concrete throughout the concrete placement. Charging the mobile mixer shall be done in the presence of the Engineer. Mixing capabilities shall be such that the finishing operation can proceed at a steady pace. 6-09.3(10) Overlay Profile and Screed Rails The overlay shall have a thickness of 1-1/2 inches or as specified by the Engineer. The thickness shall be verified prior to the placement of concrete by attaching a filler block, having a thickness of 1/4 inch less than the overlay thickness, to the bottom of the screed. The filler block shall pass freely over the surface to be overlaid. With the screed guides in place, the finishing machine shall be passed over the entire surface to be overlaid and the final screed rail adjustments shall be made. If the overlay thickness does not verify, the profile of the new concrete surface shall be adjusted as approved by the Engineer. After the overlay thickness has been verified, changes in the finishing machine elevation controls will not be allowed. 30 Rails upon which the finishing machine travels shall be placed outside of the area to be overlaid, in accordance with Item 7 of Section 6-09.3(2) and as approved by the Engineer. Interlocking rail sections or other approved methods of providing rail continuity are required. Hold-down devices shot into the concrete are not permitted unless the concrete is to be subsequently overlaid. Hold-down devices of other types leaving holes in the exposed area will be allowed provided the holes are subsequently filled with a sand/cement grout (sand and portland cement in equal proportions by volume). Hold-down devices shall not penetrate the existing deck by more than 3/4 inch. Rails may be removed at any time after the concrete has taken an initial set. Adequate precautions shall be taken during the removal of the finishing machine and rails to protect the edges of the new surfaces. The Contractor shall be responsible for setting screed control to obtain the nominal overlay thickness specified as well as the finished surface smoothness requirements. 6-09.3(11) Placing Concrete Overlay Prior to concrete placement, the Contractor shall review the equipment, procedures, personnel, and previous results with the Engineer. Inspection procedures shall also be reviewed to ensure coordination. Concrete placement shall be made in accordance with Section 6-02 and the following requirements: 1. After the lane or strip to be overlaid has been prepared and immediately before placing the concrete, it shall be thoroughly soaked and kept continuously wet with water for a minimum period of six hours prior to placement of the concrete. All free standing water shall be removed prior to concrete placement. During concrete placement, the lane or strip shall be kept moist. The concrete shall then be promptly and continuously delivered and deposited on the placement side of the finishing machine. If latex modified concrete is used, the concrete shall be thoroughly brushed into the surface and then brought up to final grade. If either microsilica modified concrete or fly ash modified concrete are used, a slurry of the concrete, excluding aggregate, shall be thoroughly brushed into the surface prior to the overlay placement. Care shall be exercised to ensure that the surface receives a thorough, even coating and that the rate of progress is limited so that the brushed concrete does not become dry before it is covered with additional concrete as required for the final grade. All aggregate which is segregated from the mix during the brushing operation shall be removed from the deck and disposed of by the Contractor. If either microsilica modified concrete or fly ash modified concrete are used, the Contractor shall ensure that a sufficient number of trucks are used for concrete delivery to obtain a consistent and continuous delivery and placement of concrete throughout the concrete placement operation. When concrete is to be placed against the concrete in a previously placed transverse joint, lane, or strip, the previously placed concrete shall be sawed back six inches to straight and vertical edges and shall be sandblasted or water blasted before new concrete is placed. The Engineer may decrease the six inch saw back 31 requirement to two inches minimum, if a bulkhead was used during previous concrete placement and the concrete was hand vibrated along the bulkhead. 2. Concrete placement shall not begin if rain is expected. Adequate precautions shall be taken to protect freshly placed concrete in the event that rain begins during placement. Concrete that is damaged by rain shall be removed and replaced by the Contractor at no additional expense to the Contracting Agency, and to the satisfaction of the Engineer. 3. Concrete shall not be placed when the temperature of the concrete surface is less than 45F or greater than 75F, when the combination of air temperature relative humidity, fresh concrete temperature, and wind velocity at the construction site produces an evaporation rate of 0.15 pound per square foot of surface per hour as determined from Table 6-02.3(6)-1, or when winds are in excess of 10 mph. if the Contractor elects to work at night to meet these criteria, adequate lighting shall be provided at no additional expense to the Contracting Agency, and as approved by the Engineer. If concrete placement is stopped for a period of one-half hour or more, the Contractor shall install a bulkhead transverse to the direction of placement at a position where the overlay can be finished full width up to the bulkhead. The bulkhead shall be full depth of the overlay and shall be installed to grade. The concrete shall be finished and cured in accordance with these specifications. Further placement is permitted only after a period of 12 hours unless a gap is left in the lane or strip. The gap shall be of sufficient width for the finishing machine to clear the transverse bulkhead installed where concrete placement was stopped. The previously placed concrete shall be sawed back from the bulkhead, to a point designated by the Engineer, to straight and vertical edges and shall be sandblasted or water blasted before new concrete is placed. 5. Concrete shall not be placed against the edge of an adjacent lane or strip that is less than 36 hours old. 6-09.3(12) Finishing Concrete Overlay Finishing shall be accomplished in accordance with the applicable portions of Section 6- 02.3(10) and as follows. Concrete shall be placed and struck -off approximately 1/2 inch above final grade and then consolidated and finished to final grade with a single pass (the Engineer may require additional passes) of the finishing machine. Hand finishing may be necessary to close up or seal off the surface. The final product shall be a dense uniform surface. Latex shall not be sprayed on a freshly placed latex modified concrete surface; however, a light fog spray of water is permitted if required for finishing, as determined by the Engineer. As the finishing machine progresses along the placed concrete, the surface shall be given a final finish by texturing with a comb perpendicular to the center line of the bridge. The texture shall be applied immediately behind the finishing machine. The comb shall consist of a single row of metal tines capable of producing 1/8 inch wide striations approximately 0.015 foot in depth at approximately 1/2 -inch spacing. The combs may be operated manually or mechanically, either singly or in gangs (several combs placed end to end). This operation shall be done in a manner that will minimize the displacement of the aggregate particles. The texture shall not extend into areas within 2 feet of the curb line. The non -textured concrete within 2 feet of the curb line shall be hand finished with a steel or magnesium trowel. 32 Screed rails and construction dams shall be separated from the newly placed concrete by passing a pointing trowel along the inside surfaces of the rails or dams. Care shall be exercised to ensure that this trowel cut is made for the entire depth and length of rails or dams after the concrete has stiffened sufficiently that it does not flow back. After the burlap cover has been removed and the concrete surface has dried, but before opening to traffic, all joints and visible cracks shall be filled and sealed with a high molecular weight methacrylate resin (HMWM). Cracks 1/16 inch and greater in width shall receive two applications of HMWM. Immediately following the application of HMWM, the wetted surface shall be coated with sand for abrasive finish. 6-09.3(13) Curing Concrete Overlay As the texturing portion of the finishing operation progresses, the concrete shall be immediately covered with a single layer of clean, new or used, wet burlap. The burlap shall have a maximum width of six feet. The Engineer will determine the suitability of the burlap for reuse, based on the cleanliness and absorption ability of the burlap. Care shall be exercised to ensure that the burlap is well drained and laid flat with no wrinkles on the deck surface. Adjacent strips of burlap shall have a minimum overlap of six inches. Once in place the burlap shall be lightly fog sprayed with water. A separate layer of white, reflective type polyethylene sheeting shall immediately be placed over the wet burlap. The concrete shall then be wet cured by keeping the burlap wet for a minimum of 42 hours after which the polyethylene sheeting and burlap may be removed. Traffic shall not be permitted on the finished concrete until the specified curing time is satisfied and until the concrete has reached a minimum compressive strength of 3,000 psi as verified by rebound number determined in accordance with ASTM C 805. 6-09.3(14) Checking for Bond After the requirements for curing have been met, the entire overlaid surface shall be sounded by the Contractor, in a manner approved by and in the presence of the Engineer, to ensure total bond of the concrete to the bridge deck. Concrete in unbonded areas shall be removed and replaced by the Contractor with the same modified concrete as used in the overlay at no additional expense to the Contracting Agency. All cracks, except those that are significant enough to require removal, shall be thoroughly filled and sealed as specified in Section 6-09.3(12). After the curing requirements have been met, the Contractor may use compressed air to accelerate drying of the deck surface for crack identification and sealing. 6-09.4 Measurement Scarifying concrete surface will be measured by the square yard of surface actually scarified. Modified concrete overlay will be measured by the cubic foot of material placed. For latex modified concrete overlay, the volume will be determined by the theoretical yield of the design mix and documented by the counts of the cement meter less waste. For both microsilica modified concrete overlay and fly ash modified concrete overlay, the volume will be determined from the concrete supplier's Certificate of Compliance for each batch delivered less waste. Waste is defined as the following: 1. Material not placed. 2. Material placed in excess of six inches outside a longitudinal joint or transverse joint. 33 Finishing and curing modified concrete overlay will be measured by the square yard of overlay surface actually finished and cured. When further deck preparation is measured by volume, it will be measured by the cubic foot of material placed. When latex modified concrete overlay is used as the repair material, the volume will be determined by the theoretical yield of the design mix and documented by the counts of the cement meter less waste. When either microsilica modified concrete overlay, fly ash modified concrete overlay, or concrete Class M are used as the repair material, the volume will be determined from the concrete supplier's Certificate of Compliance for each batch delivered less waste. 6-09.5 Payment Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are included in the bid proposal: "Scarifying Conc. Surface", per square yard. The unit contract price per square yard for "Scarifying Conc. Surface" shall be full pay for performing the work as specified, including testing and calibration of the machines and tools used, containment, collection, and disposal of all water and abrasives used and debris created by the scarifying operation, measures taken to protect adjacent traffic from flying debris, and final cleanup following the scarifying operation. "Modified Conc. Overlay", per cubic foot. The unit contract price per cubic foot for "Modified Conc. Overlay" shall be full pay for furnishing the modified concrete overlay. "Finishing and Curing Modified Conc. Overlay", per square yard. The unit contract price per square yard for "Finishing and Curing Modified Conc. Overlay" shall be full pay for performing the work as specified, including placing, finishing, and curing the modified concrete overlay, checking for bond, and sealing all cracks. "Further Deck Preparation", per cubic foot. When "Further Deck Preparation" is measured by volume, the unit contract price per cubic foot for "Further Deck Preparation" shall be full pay for performing the work as specified, including removing and disposing of the concrete within the repair area, and furnishing, placing, finishing, and curing the repair concrete. "Further Deck Preparation", force account. When "Further Deck Preparation" is not measured by volume, payment for the work required will be by force account in accordance with Section 1-09.6. For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount for the item "Further Deck Preparation" in the bid proposal to become a part of the total bid by the Contractor. SECTION 6-10, CONCRETE BARRIER January 7, 2002 6-10.3(7) Concrete Barrier Berm Type 1 This section including title is revised to read: 6-10.3(7) Vacant 6-10.4 Measurement The statement "Concrete barrier berms will be measured per each for each berm installed." Is deleted. 34 6-10.5 Payment The bid item ("Conc. Barrier Berms Type 1", per each.) is deleted. SECTION 7-01, DRAINS April 1, 2002 7-01.2 Materials In the first paragraph, "Corrugated Polyethylene (PE) Drain Pipe, 8 -inch diameter maximum" is revised to read: Corrugated Polyethylene (PE) Drain Pipe, 10 -inch diameter maximum "Corrugated Polyethylene (PE) Drain Pipe, 12 -inch through 24 -inch diameter maximum" is revised to read: Corrugated Polyethylene (PE) Drain Pipe, 12 -inch through 36 -inch diameter maximum SECTION 7-02, CULVERTS January 7, 2002 7-02.2 Materials In the chart "Culvert Pipe Schedules", the following is revised: In the column "Schedule (Fill Height)", the symbol D is revised to' (feet). In the columns "Steel", and "Aluminum", the symbol 0 is revised to " (inches). In note 2. The symbol D is revised to " (inches). SECTION 7-04, STORM SEWERS April 1, 2002 7-04.3(1)F Low Pressure Air Test for Storm Sewers Constructed of Non Air -Permeable Materials This section is supplemented with the following: Reaches of thermoplastic pipe containing no joints shall be exempt from testing requirements. SECTION 7-05, MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS April 1, 2002 7-05.2 Materials The referenced section for Gravel Backfill for Drywells is revised to 9-03.12(5). In the first paragraph, "Precast Concrete Catch Basis" is revised to read: Precast Concrete Catch Basins SECTION 7-08, GENERAL PIPE INSTALLATION REQUIREMENTS April 1, 2002 7-08.4 Measurement The fifth paragraph is revised to read: Embankment construction before pipe placement under the applicable provisions of Section 7-08.3(1)A will be measured in accordance with Section 2-03. 35 SECTION 7-12, VALVES FOR WATER MAINS April 1, 2002 7-12.3(1) Installation of Valve Marker Post The reference to "Meters" in the third sentence is revised to "feet and inches". SECTION 7-17, SANITARY SEWERS April 1, 2002 7-17.3(2)F Low Pressure Air Test for Sanitary Sewers Constructed of Non Air -Permeable Materials This section is supplemented with the following: Reaches of thermoplastic pipe containing no joints shall be exempt from testing requirements. SECTION 8-01, EROSION CONTROL January 7, 2002 8-01.5 Payment The bid item "Straw Bale Barrier", per each is revised to read "Straw Bale", per each. SECTION 8-02, ROADSIDE PLANTING April 1, 2002 8-02.4 Measurement The first paragraph is revised to read: Topsoil, mulch and soil amendments will be measured by the cubic yard in the haul conveyance or container at the point of delivery. The fifth paragraph is deleted. 8-02.5 Payment The paragraph following the bid item "Topsoil Type " is revised to read: The unit contract price per cubic yard for "Topsoil Type " shall be full pay for providing the source of material for topsoil Type A and C, for excavating, loading, hauling, intermediate windrowing, stockpiling, weed control and removal, placing, spreading, processing, cultivating, and compacting topsoil Type A, Type B, and Type C. The paragraph following the bid item "Fungicide Application" is supplemented with the following: For the purpose of providing a common proposal for all bidders, the Contracting Agency entered an amount for "Plant Establishment - Second Year", Plant Establishment - Third Year", "Noxious Weed Control", "Insecticide Application", and "Fungicide Application" in the proposal to become a part of the total bid by the Contractor. The last paragraph is deleted. 36 SECTION 8-08, RUMBLE STRIPS January 7, 2002 8-08.4 Measurement The last paragraph is revised to read: Fog sealing, when shown in the Plans, will be measured as asphalt for fog seal in accordance with Section 5-04.4. 8-08.5 Payment The last paragraph is revised to read: Payment for fog sealing the shoulder, when shown in the Plans, shall be paid as asphalt for fog seal in accordance with Section 5-04.5. SECTION 8-11, GUARDRAIL January 7, 2002 8-11.3(1)C Erection of Rail The fourth paragraph is revised to read: Galvanized and Weathering steel rail plates shall be fastened to the posts with galvanized bolts, washers, and nuts the size and kind shown in the Plans. 8-11.4 Measurement The third paragraph is revised to read: Measurement of beam guardrail terminal and beam guardrail buried terminal Type 1 will be per each for the completed terminal. The two paragraphs listed below are inserted following the third paragraph: Measurement of beam guardrail buried terminal Type 2 will be per linear foot for the completed terminal. Measurement of beam guardrail placement -25 foot span will be per each for the completed span. 8-11.5 Payment The bid items listed below are inserted following "Beam Guardrail Terminal": "Beam Guardrail Buried Terminal Type 1", per each. "Beam Guardrail Buried Terminal Type 2", per linear foot. The note for "Beam Guardrail Terminal etc." is revised to read: The unit contract price for "Beam Guardrail Terminal", "Beam Guardrail Buried Terminal Type 1" and "Beam Guardrail Buried Terminal Type 2" shall include the posts, rail, end section, and anchor. The bid item and note listed below are inserted following the note for "Beam Guardrail Terminal": "Beam Guardrail Placement - 25' Span", per each The unit contract price per each for "Beam Guardrail Placement - 25' Span" shall include all CRT posts, Type 1 guardrail posts and blocks and all nested w -beam rail elements. 37 SECTION 8-12, CHAIN LINK FENCE AND WIRE FENCE April 1, 2002 8-12.4 Measurement The second paragraph is revised to read: End, gate, corner, and pull posts for chain link fence will be measured per each for the posts furnished and installed complete in place. 8-12.5 Payment The bid item "End, Corner, and Pull Post for Chain Link Fence" is revised to "End, Gate, Corner, and Pull Post for Chain Link Fence", per each. SECTION 8-21, PERMANENT SIGNING January 7, 2002 8-21.2 Materials This section is revised to read: Signing materials and fabrication of signs shall meet the requirements of Section 9-28. Materials for roadside sign structures shall meet the requirements of Section 9-06.16. Materials for sign mounting shall conform to Section 9-28.11. Materials for sign bridges, cantilever sign structures, and bridge mounted sign brackets shall conform to Section 9- 28.14(2). SECTION 8-22, PAVEMENT MARKING April 1, 2002 8-22.3(3) Marking Application On page 8-86, under Liquid pavement marking material, "Feet of 40 line/gallon" is revised to "Feet of 4" line/gallon". Under Solid pavement marking material, "Feet of 40 line/50# bag" is revised to "Feet of 4" Zine/50# bag". SECTION 9-01, PORTLAND CEMENT April 1, 2002 9-01.2(1) Portland Cement This section is revised to read: Portland cement shall conform to the requirements for Types I, II, or III cement of the Standard Specifications for Portland Cement, AASHTO M 85, except that the content of alkalis shall not exceed 0.75 percent by weight calculated as Na2O plus 0.658 K2O and except that the content of Tricalcium aluminate (C3A) shall not exceed 8 percent by weight calculated as 2.650Al2O3 minus 1.692Fe2O3. The time of setting shall be determined by the Vicat Test method, AASHTO T 131. 38 SECTION 9-03, AGGREGATES April 1, 2002 9-03.9(3) Crushed Surfacing The percent passing the 1/2" square sieve for Top Course and Keystone is revised to "80-100". 9-03.12(3) Gravel Backfill for Pipe Zone Bedding The Percent Passing for U.S. No. 200 is revised to read "10.0 max". SECTION 9-04, JOINT AND CRACK SEALING MATERIALS April 1, 2002 9-04.6 Expanded Polystyrene This section is revised to read: Expanded polystyrene shall be of a cellular molded type with a density of 1.5 plus or minus 0.25 pounds per cubic foot. SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS January 7, 2002 9-05.2(7) Perforated Corrugated Polyethylene Drainage Tubing Underdrain Pipe This section is revised to read: Perforated corrugated polyethylene drainage tubing underdrain pipe shall meet the requirements of AASHTO M252, Type CP or Type SP. Type CP shall be Type C pipe with Class 2 perforations and Type SP shall be Type S pipe with either Class 1 or Class 2 perforations. Additionally, Class 2 perforations shall be uniformly spaced along the length and circumference of the pipe. The maximum size pipe shall be 10 -inch diameter. 9-05.2(8) Perforated Corrugated Polyethylene Underdrain Pipe This section is revised to read: Perforated corrugated polyethylene underdrain pipe, 12 -inch through 48 -inch diameter maximum, shall meet the requirements of AASHTO M 294 Type CP or Type SP. Type CP shall be Type C pipe with Class 2 perforations and Type SP shall be Type S pipe with either Class 1 or Class 2 perforations. Additionally, Class 2 perforations shall be uniformly spaced along the length and circumference of the pipe. SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS April 1, 2002 9-06.5(4) Anchor Bolts The second sentence in the second paragraph is revised to read: Nuts for ASTM A 449 galvanized bolts shall conform to AASHTO M291, Grade DH and shall conform to the lubrication requirements in Section 9-06.5(3). 39 SECTION 9-07, REINFORCING STEEL January 7, 2002 9-07.1(1) Acceptance by Manufacturer's Certification This section is supplemented with the following: 9-07.1(1)A Acceptance of Materials Steel reinforcing bar manufacturers have changed the size designation stamped on their bars. The actual size of the bar remains the same, only the size designation has changed. The table below shows the new size designation for reinforcing steel referenced in the Standard Specifications and the Standard Plans. Std. New Specification Bar Size Designation Diameter Designation #3 (0.375 inches) #10 #4 (0.500 inches) #13 #5 (0.625 inches) #16 #6 (0.750 inches) #19 #7 (0.875 inches) #22 #8 (1.000 inches) #25 #9 (1.128 inches) #29 #10 (1.270 inches) #32 #11 (1.410 inches) #36 #14 (1.690 inches) #43 #18 (2.260 inches) #57 Rebar stamped with either size designation may be used. 9-07.1(4) Inspection This section including title is revised to read: 9-07.1(4) Vacant SECTION 9-12, MASONRY UNITS April 1, 2002 9-12.4 Precast Concrete Manholes The fifth sentence in the third paragraph is revised to read: A minimum of two hoops of W2 wire shall be placed in the 48 -inch end of each cone. SECTION 9-16, FENCE AND GUARDRAIL April 1, 2002 9-16.2(3) Wood Fence Posts and Braces This section is revised to read: Douglas fir, Western red cedar, hemlock, or larch shall be used in the construction of wood fence posts and braces. The material shall be of good quality and approved by the Engineer before use. Peeler cores shall not be used for round posts. Wood fencing materials shall have sufficient sapwood in the outer periphery to obtain the specified penetration of preservative. Fencing materials shall be cut to the correct length before pressure treatment. 40 Line posts shall be 3 -inch minimum diameter round posts or nominal 3 -inch by 3 -inch square sawed posts. If the posts are to be pointed for driving, they shall be pointed before treatment. Line posts shall be at least 7 feet in length. Pull posts and brace posts shall be 6 -inch diameter round posts or nominal 6 -inch by 6 -inch material not less than 7 feet in length. End, gate, and corner posts, and posts at an intersecting fence shall be 6 -inch diameter round posts or nominal 6 -inch by 6 -inch material not less than 7 feet 10 inches in length. All sawed posts and timbers shall meet the requirements in the table under Section 9-09.2. The preservatives used to pressure -treat wood fencing materials shall meet the requirements of Section 9-09.3. The retention and penetration of the preservative shall be as follows: Minimum Retention in Pounds Per Cubic Foot Preservative Sawed Posts Round Posts Creosote 10.00 8.00 Pentachlorophenol 0.50 0.40 ACA 0.40 0.40 ACZA 0.40 0.40 ACQ 0.40 0.40 Minimum Penetration for material 5" or less - 0.40 inches penetration and 90% of sapwood for material 5"or greater - 0.50 inches penetration and 90% of sapwood 9-16.3(2) Posts and Blocks This section is revised to read: Posts and blocks may be of creosote treated timber, pentachlorophenol treated timber, waterborne, ammoniacal copper arsenate (ACA), ammoniacal copper zinc arsenate (ACZA), treated timber or galvanized steel; except only treated timber posts and blocks may be used for weathering steel beam guardrail. Blocks made from alternate materials that meet the NCHRP Report 350 criteria may be used in accordance with the manufacturer's recommendations. Except for terminal or anchor assemblies, all posts for any one project shall be of the same type (wood or steel). Posts and blocks shall be of the size and length shown in the Plans and meet the requirements of these Specifications. Posts and blocks may be S4S or rough sawn. Timber posts and blocks shall conform to the grade specified in Section 9-09.2, except pine lumber No. 1 grade may be used for the blocks. Timber posts and blocks shall be fabricated as specified in the Plans before being treated. Timber posts and blocks shall be treated by the empty cell process to provide a minimum retention, depending on the treatment used, according to the following: Creosote oil 12.0 lbs. pcf. Pentachlorophenol 0.60 lbs. pcf. ACA 0.50 lbs. pcf. ACZA 0.50 lbs. pcf. ACQ 0.50 lbs. pcf. 41 Treatment shall be in accordance with Section 9-09.3. Steel posts, blocks, and base plates, where used, shall conform to ASTM A 36, and shall be galvanized in accordance with AASHTO M 111. Welding shall conform to Section 6- 03.3(25). All fabrication shall be completed prior to galvanizing. 9-16.8(1) Rail and Hardware The second sentence in the first paragraph is revised to read: Bolts, nuts, and washers for installation of weathering steel shall meet the requirements of Section 9-16.3(4), and be galvanized in accordance with Section 9-16.3(3). SECTION 9-17, FLEXIBLE GUIDE POSTS January 7, 2002 9-17.4 Pre -approval The address for the Department of Transportation Materials Laboratory is revised to P.O. Box 47365, Olympia, WA 98504-7365. SECTION 9-23, CONCRETE CURING MATERIALS AND ADMIXTURES April 1, 2002 9-23.6 Admixture for Concrete This section is revised to read: Admixtures for use in concrete shall meet the following specifications: Admixture Specification Air entraining AASHTO M 154 ASTM C 260 Water Reducing AASHTO M 194 Type A ASTM C 494 Type A Set Retarding AASHTO M 194 Type B ASTM C 494 Type B *Accelerating AASHTO M 194 Type C ASTM C 494 Type C Water Reducing/ AASHTO M 194 Type D ASTM C 494 Type D Set Retarding *Water Reducing/ AASHTO M 194 Type E ASTM C 494 Type E Accelerating High Range Water AASHTO M 194 Type F ASTM C 494 Type F Reducing and G and G *Accelerating admixtures are only allowed in Portland cement concrete pavement per Section 5.05, Cement Concrete Pavement and Section 5-05.3(1) Concrete Mix Designs for Paving. In addition to the above specifications, admixtures proposed for use shall contain less than one percent chloride ion (Cl- ) by weight of admixture and only non -chloride accelerating admixtures shall be used. Acceptance of admixtures will be based on Manufacturer's Certificate of Compliance. If required by the Engineer, admixtures shall be sampled and tested before they are used. Samples shall be submitted for testing 10 days prior to use. 42 SECTION 9-28, SIGNING MATERIALS AND FABRICATION April 1, 2002 9-28.11 Hardware The table following the first paragraph is revised to read as follows: Hardware Specification Bolts Washers Nuts Locknuts ASTM F 468 2024-T4 Aluminum ASTM A 307 Steel ASTM F 593 Stainless Steel Alloy 304 ASTM B 209 2024-T4 Aluminum ASTM A 36 Steel AISI B18.22.1 Stainless Steel Alloy 304 ASTM F 467 2024-T4 Aluminum ASTM A 307 Steel ASTM F 594 Stainless Steel Alloy 304 ASTM F 467 2024-T4 Aluminum ASTM A 307 Steel ASTM F 594 Stainless Steel Alloy 304 Rivets ASTM B 316 6061-T6 Aluminum ASTM B 316 6053-T61 Aluminum Post Clips ASTM B 179 356-T6 Aluminum Windbeam ASTM B 221 6061-T6 Aluminum Angle and "Z" Bar ASTM B 221 6061-T6 Aluminum ASTM A 36 Steel Strap and Mounting Bracket ASTM A 666 Type 201 Stainless Steel Alloy 304 9-28.14(1) Timber Sign Posts This section is revised to read: At the Contractor's options, timber sign posts and mileposts shall be untreated Western cedar, treated Douglas fir, or treated Hem -fir meeting the grades specified in Section 9-09.2. Douglas fir and Hem -fir posts shall be given a treatment in accordance with Section 9- 09.3(1). Preservative retention shall be as shown in section 9-16.2(3) for sawn posts. 9-28.14(2) Steel Structures and Posts This section is revised to read: Truss chords, struts, and diagonals, end posts, and end post struts and diagonals for sign bridge structures and cantilever sign structures shall conform to either ASTM A 36 or ASTM A 53 Grade B Type E or S. The nominal pipe diameter and the pipe wall thickness shall be as specified in the Plans or Standard Plans. All other structural steel for sign bridge structures and cantilever sign structures shall conform to ASTM A 36. Truss member connection hardware shall conform to Section 9-06.5(3). Pipe members for bridge mounted sign brackets shall conform to ASTM A 53 Grade B Type E or S, and shall be Schedule 40 unless otherwise specified. All other structural steel for bridge mounted sign brackets shall conform to ASTM A 36. U bolts, and associated nuts 43 and washers, shall be stainless steel conforming to Section 9-28.11, and shall be fabricated hot. Anchor rods, nuts and washers for sign bridge structure foundations shall conform to Section 9-06.5(4). Anchor rods for cantilever sign structure foundations shall conform to ASTM F 1554 Grade 105, including the appropriate supplemental requirements for grade and manufacturer's identification, and charpy impact testing (15 foot-pounds minimum at 40F). Nuts and washers for cantilever sign structure foundations shall conform to AASHTO M 291 Grade DH and AASHTO M 293, respectively. Anchor rods for sign bridge structures and cantilever sign structures 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 ASTM A 36, but need not be galvanized. Steel sign structures and posts shall be galvanized after fabrication in accordance with AASHTO M 111, unless noted otherwise in the Plans. All bolts, nuts, and washers shall be galvanized after fabrication in accordance with AASHTO M 232. Unless otherwise specified in the Plans or Special Provisions, metal surfaces shall not be painted. Minor fabricating and modifications necessary for galvanizing will be allowed if not detrimental to the end product as determined by the Engineer. If such modifications are contemplated, the Contractor shall submit to the Engineer, for approval, six copies of the proposed modifications, prior to fabrication. SECTION 9-30, WATER DISTRIBUTION MATERIALS April 1, 2002 9-30.3(5) Valve Marker Posts The reference to "meters" in the third paragraph is revised to "feet and inches". SECTION 9-31, ELASTOMERIC BEARING PADS April 1, 2002 9-31.1 Requirements The fourth paragraph is revised to read: Steel shims shall conform to ASTM A 1011, Grade 36, unless otherwise noted. 44 CONTRACT PROVISIONS. Special Provisions Contract Form Performance Bond Form Informational Certificate of Insurance Informational Additional Insured Endorsement Minimum Wage Affidavit Form SPECIAL PROVISIONS The following Special Provisions are made a part of this contract and supersede any conflicting provisions of the 2002 Standard Specifications for Road, Bridge and Municipal Construction (English), including the Division 1 APWA SUPPLEMENT, Section 1-99, which is made a part of this contract, and the foregoing Amendments to the Standard Specifications. DESCRIPTION OF WORK DIVISION 1 GENERAL REQUIREMENTS PROJECT DESCRIPTION The work will consist of furnishing all labor, materials and equipment required to resurface Nob Hill Blvd. from the Overpass to S. 4th Ave. and Englewood Ave. from N. 48th Ave. to N. 56th Ave. The project includes planing and removing, to the depths indicated on the plans and details, approx. 4,664 sq. yds. of existing asphalt concrete pavement in Nob Hill Blvd. and approx. 7,300 sq. yds. of existing asphalt concrete pavement in Englewood Ave., installation of 13,212 sq.yds. of fabric membrane interlayer in Nob Hill Blvd. as indicated on the plans, and excavating and rebuilding a portion of Nob Hill Blvd. as indicated on the Plans, preparing the gravel base in Englewood Ave as indicated on the plans, and constructing a 2 -inch, approx. 1,709 tons, asphalt conc. pavement overlay in Nob Hill Blvd., and resurfacing Englewood Ave. with approx. 1,209 tons of asphalt conc. pavement. The project will also include adjustment of utility castings and installation of new Monument casings and other miscellaneous repair or replacement work. All in accordance with the Plans and Specifications as prepared by the City Engineer of the City of Yakima. 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 This section is supplemented with the following: A pre-bid conference will be held at Yakima City Hall CED Conference room, second floor, 129 N. 2`d 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. 1-02.6 Preparation Of Proposal Section 1-02.6 is supplemented with the following: (September 5, 1995) On this project, the bidder will not be required to submit with the bid a list of: 1. Subcontractors, and 2. The work the subcontractors will perform. 45 1-02.15 Pre -Award Information The 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. 7. Identify the MBE's and WBE's 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. 46 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, P.E., City Engineer Re: S. 48th Avenue & Nob Hill Blvd. Intersection Improvements City of Yakima Project No. 1624 We are submitting the following information and documentation regarding Minority and Women Work Force Utilization and Women and Minority Business Enterprises as defined 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): _ _% 47 2 of 4 MBE/WBE FORM o 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 requested in section 7. B.) 7. B. Identify the MBEs 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 electing: Documentation regarding MBE/WBE 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 electing: Documentation regarding MBE/WBE contact is attached: YES NO 48 3 of 4 MBE/WBE FORM - 5/95 7. B. 4. Name of BE/WBE Certification No. Bid items above MBE/WBE was requested to quote: Reasons for not electing: Documentation regarding MBE/WBE contact is attached: YES NO 7. B. 5. Name of BE/WBE Certification No. Bid items above MBE/WBE was requested to quote: Reasons for not electing: 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 49 4 of 4 MBE/WBE FORM . 5/95 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 Other: White 10. Furnish an Affirmative Action profile, by ethnic category, on the bidders 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: 50 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.4 Contract Bond Add the following: The bond shall further indemnify and hold the City of Yakima, its employees, agents, and elected or appointed officials, harmless from defects appearing or developing in the material or workmanship provided or performed under the contract within a period of one year after final acceptance by the City. 1-04 SCOPE OF WORK 1-04.4 Changes 1-04.4(1) Minor Changes Delete this supplement section 1-04.11 Final Cleanup Supplement this section with the following: The Contractor shall do partial cleanup when he determines it is necessary or when, in the opinion of the Engineer, partial cleanup shall be done for public safety. The cleanup work shall be done immediately upon notification from the Engineer and other work shall not proceed until the partial cleanup is accomplished. 1-05 CONTROL OF WORK 1-05.4 Conformity with and Deviations from Plans and Stakes (APWA Only) 1-05.4(1) Roadway and Utility Surveys (APWA Only) Revise this section to read: The Engineer will establish one time only, vertical and horizontal construction control and base lines. The Contractor shall be responsible for all construction staking including offset points and grade that the Engineer deems necessary for completion of the work. All associated costs will be incidental to other bid items. 1-06 CONTROL OF MATERIAL 1-06.2 Acceptance of Materials 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 51 manufacturing 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 product 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. 1-06.2(1) Samples and Tests for Acceptance Supplement this section with the following: All testing shall be done by a materials testing laboratory chosen and employed by the City of Yakima. The initial tests will be at the expense of the City of Yakima. Subsequent tests if required due to test failure shall be at the expense of the Contractor. The following testing frequencies shall apply to this project. The testing frequencies may be modified to assure compliance with the specifications. In each case, the Engineer may require additional tests be performed at the Contractor's expense, if test results do not meet the required densities and results. Subgrade Preparation 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 5,000 square feet of surface area for each lift of roadway subgrade. Subgrade compaction shall be as specified in Section 2-06.3(2). Asphalt Concrete Pavement 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 Engineer as construction progresses. 52 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 5000 square feet of surface area for each lift of asphalt concrete pavement. Compaction of asphalt concrete pavement shall be as specified in Section 5- 04.3(10)B of these Special Provisions. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws To Be Observed Section 1-07.1 is supplemented with the following: (May 28, 1996) Prevention Of Environmental Pollution And Preservation Of Public Natural Resources The Contractor shall comply with the following environmental provisions which are made a part of the contract documents. A copy of the environmental provisions are available to the Contractor at the Project Engineer's office. If the Contractor's operations involve work outside the areas covered by the following environmental provisions, the Contractor shall advise the Engineer and request a list of all 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. 1-07.2(2) State Sales Tax - Rule 171 (APWA Only) Supplemented this section with the following: This section shall apply to Schedule A - Roadway for this project. 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. 1-07.5(4) Air Quality Supplement this section with the following: The local air pollution authority is the Yakima Regional Clean Air Authority, (509) 574- 1410. 53 1-07.6 Permits And Licenses Section 1-07.6 is supplemented with the following: (March 13, 1995) No hydraulic permits are required for this project unless the Contractor's operations use, divert, obstruct, or change the natural flow or bed of any river or stream, or utilize any of the waters of the State or materials from gravel or sand bars, or from stream beds. Supplement this section with the following: The Contractor shall have or obtain a valid City of Yakima Business license for the duration of this project. 1-07.9 Wages 1-07.9(1) General Section 1-97.9(1) is supplemented with the following: Federal Wage rates are not required on this project. The most current copy of the State Wage rates for Yakima County is included in these Contract Documents. 1-07.11 Requirements For Non-discrimination Section 1-07.11 is supplemented with the following: Equal Employment Opportunity Responsibilities (March 6, 2000) Requirement For Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246) 1. The Contractor's attention is called to the Equal Opportunity Clause and the Standard Federal Equal Employment Opportunity Construction Contract Specifications set forth herein. 2. The goals and timetables for minority and female participation set by the Office of Federal Contract Compliance Programs, expressed in percentage terms for the Contractor's aggregate work force in each construction craft and in each trade on all construction work in the covered area, are as follows: Women - Statewide Timetable Until further notice Minorities - by Standard Metropolitan Statistical Area (SMSAI Goal 6.9% Spokane, WA: SMSA Counties: Spokane, WA 2.8 WA Spokane. Non -SMSA Counties 3.0 WA Adams; WA Asotin; WA Columbia; WA Ferry; WA Garfield; WA Lincoln, WA Pend Oreille; WA Stevens; WA Whitman. 54 Richland, WA SMSA Counties: Richland Kennewick, WA WA Benton; WA Franklin. Non -SMSA Counties WA Walla Walla. 5.4 3.6 Yakima, WA: SMSA Counties: Yakima, WA 9.7 WA Yakima. Non -SMSA Counties 7.2 WA Chelan; WA Douglas; WA Grant; WA Kittitas; WA Okanogan. Seattle, WA: SMSA Counties: Seattle Everett, WA 7.2 WA King; WA Snohomish. Tacoma, WA 6.2 WA Pierce. Non -SMSA Counties 6.1 WA Clallam; WA Grays Harbor; WA Island; WA Jefferson; WA Kitsap; WA Lewis; WA Mason; WA Pacific; WA San Juan; WA Skagit; WA Thurston; WA Whatcom. Portland, OR: SMSA Counties: Portland, OR -WA 4.5 WA Clark. Non -SMSA Counties 3.8 WA Cowlitz; WA Klickitat; WA Skamania; WA Wahkiakum. These goals are applicable to each nonexempt Contractor's total on-site construction workforce, regardless of whether or not part of that workforce is performing work on a Federal, or federally assisted project, contract, or subcontract until further notice. Compliance with these goals and time tables is enforced by the Office of Federal Contract compliance Programs. The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, in each construction craft and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goal shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Engineer within 10 working days of award of any construction subcontract in excess of $10,000 or more that are Federally funded, at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. 55 4. As used in this Notice, and in the contract resulting from this solicitation, the Covered Area is as designated herein. Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246) 1. As used in these specifications: a. Covered Area means the geographical area described in the solicitation from which this contract resulted; b. Director means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; c. Employer Identification Number means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U. S. Treasury Department Form 941; d. Minority includes: (1) Black, a person having origins in any of the Black Racial Groups of Africa. (2) Hispanic, a fluent Spanish speaking, Spanish surnamed person of Mexican, Puerto Rican, Cuban, Central American, South American, or other Spanish origin. (3) Asian or Pacific Islander, a person having origins in any of the original peoples of the Pacific rim or the Pacific Islands, the Hawaiian Islands and Samoa. (4) American Indian or Alaskan Native, a person having origins in any of the original peoples of North America, and who maintain cultural identification through tribal affiliation or community recognition. 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith effort to achieve the Plan goals and timetables. 56 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of this Special Provision. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its action. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on-site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off -the -street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefor, along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has 57 not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. e. Develop on-the-job training opportunity and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the U.S. Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with on-site supervisory personnel such as Superintendents, General Foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. Encourage present minority and female employees to recruit other minority persons and women and where reasonable, provide after school, summer and vacation employment to minority_ and female youth both on the site and in other areas of a Contractor's work force. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. Conduct, at least annually, an inventory and evaluation of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. 58 m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are nonsegregated except that separate or single -user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through 7p). The efforts of a contractor association, joint contractor -union, contractor -community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of the obligations under 7a through 7p of this Special Provision provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensure that the concrete benefits of the program are reflected in the Contractor's minority and female work -force participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrate the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non -minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The Contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspensions, terminations and cancellations of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 59 13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of this Special Provision, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the government and to keep records. Records shall at least include, for each employee, their name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, the Contractors will not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). (July 10, 2000) Disadvantaged Business Enterprise (DBE) Participation The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR part 26 apply to this contract. The requirements of this contract are to report what is accomplished to enable the Contracting Agency to track achievement. No preference will be included in the evaluation of bids/proposals, no minimum level of DBE participation shall be required as a condition for receiving an award and bids/proposals will not be rejected or considered non-responsive on that basis. DBE Goals No DBE goals have been assigned as a part of this contract. Affirmative Efforts to Increase DBE Participation Contractors are encouraged to: 1. Advertise opportunities for Subcontractors or suppliers in a manner reasonably designed to provide DBEs capable of performing the work with timely notice of such opportunities. All advertisements should include a provision encouraging participation by DBE firms and may be done through general advertisements (e.g., newspapers, journals, etc.) or by soliciting bids/proposals directly from DBEs. 2. Utilize the services of available minority community organizations, minority Contractor groups, local minority assistance offices and organizations that provide assistance in the recruitment and placement of DBEs and other small businesses. 3. Establish delivery schedules, where requirements of the contract allow, that encourage participation by DBEs and other small businesses. 4. Achieve DBE attainment through joint ventures. 60 DBE Eligibility (for reporting purposes only) Definition of DBEs DBE status is designated by: The current list of firms accepted as certified by the Office of Minority and Women's Business Enterprises (OMWBE.) A list of firms accepted as certified by OMWBE is available from that office at (360) 704-1180 or on line through their web site at (www.wsdot.wa.gov/omwbe/). DBE Participation When a DBE participates in a contract, only the value of the work actually performed by the DBE will be counted. 1. Count the entire amount of the portion of the contract that is performed by the DBE's own forces. Include the cost of supplies and materials obtained by the DBE for the work of the contract. Include supplies purchased or equipment leased by the DBE. Exclude supplies and equipment the DBE Subcontractor purchases or leases from the Contractor or its affiliate. 2. Count the entire amount of fees or commissions charged by a DBE firm for providing a bona fide service, such as professional, technical, consultant, or managerial services, or for providing bonds or insurance, provided the fees are reasonable. 3. When a DBE subcontracts part of the work of its contract to another firm, the value of the subcontracted work shall be counted if the DBE's Subcontractor is also a DBE. The work that a DBE subcontracts to a non -DBE firm does not count as participation. DBE Prime Contractor A DBE prime Contractor shall only count the work performed with its own forces as well as the work performed by DBE Subcontractors and DBE suppliers. Joint Venture When a DBE performs as a participant in a joint venture, only count that portion of the total dollar value of the contract equal to the distinct, clearly defined portion of the work that the DBE performs with its own forces. Commercially Useful Function You may count expenditures to a DBE Contractor if the DBE is performing a commercially useful function on that contract. 1. A DBE performs a commercially useful function when it is responsible for execution of the work of the contract and is carrying out its responsibilities by actually performing, managing, and supervising the work involved. To perform a commercially useful function, the DBE must also be responsible, with respect to materials and supplies used on the contract, for negotiating price, determining quality and quanxity, ordering the material, installing (if applicable) and paying for the material itself. 2. A DBE does not perform a commercially useful function if its role is limited to that of an extra participant in a transaction, contract, or project through which funds are passed in order to obtain the appearance of DBE participation. 3. A DBE does not perform a commercially useful function if it fails to exercise responsibility with its own work force for at least 30 percent of the total cost of its contract. 61 Trucking Use the following factors in determining whether a DBE trucking company is performing a commercially useful function: 1. The DBE must be responsible for the management and supervision of the entire trucking operation for which it is responsible for on a particular contract, and there cannot be a contrived arrangement for the purpose of meeting the DBE goals. 2. The DBE must itself own and operate at least one fully licensed, insured, and operational truck that is used on the contract. 3. Credit towards project goals for DBE trucking firms who do not own at least one truck, will be granted only for the fees the DBE firm retains for providing the hauling service. 4. In order for DBE project goals to be credited, DBE trucking firms must be covered by a subcontract or a written agreement approved by WSDOT prior to performing their portion of the work. 5. DBE trucking firms are required to perform at least fifty percent (50%) of the work with his/her own trucks and personnel. 6. DBE trucking firms may utilize owner/operator trucks. The number of owner/operator trucks may not exceed any limitations on subletting or reassigning the work specified. All owner/operators must appear on the DBE Contractor's or DBE Subcontractor's payroll designated as owner/operator. The hours worked or wages paid may be reflected either on the payroll or on the record of payments to each owner/operator. 7. DBE trucking firms may lease or rent trucks from other sources, except from prime Contractors to whom they are Contractors, provided: a) A written valid lease/rental agreement on all trucks leased or rented is submitted to the project manager prior to the beginning of work; and b) Only the vehicle (not the operator) is leased or rented. c) The agreement must include the lessors name, trucks to be leased, and agreed upon amount or method of payment (hour, ton or Toad hauled). d) All lease agreements shall be long-term agreements, not project - by -project. The DBE is limited to leasing or renting two (2) additional trucks for each truck owned by the DBE trucking firm. Expenditures with DBEs Expenditures with DBEs for materials or supplies shall be counted as provided in the following: Manufacturer If the materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the materials or supplies. 62 Regular Dealer 1. Counting If the materials or supplies are purchased from a DBE regular dealer, count 60 percent of the cost of the materials or supplies. 2. Definition a) To be a regular dealer, the firm must be an established, regular business that engages, as its principal business and under its own name, in the purchase and sale or lease of the products in question. b) A person may be a regular dealer in such bulk items as petroleum products, steel, cement, gravel, stone, or asphalt without owning, operating, or maintaining a place of business, as provided elsewhere in this specification, if the person both owns and operates distribution equipment for the products. Any supplementing of regular dealers' own distribution equipment shall be by a long-term lease agreement and not on an ad hoc or contract -by -contract basis. c) Packagers, brokers, manufacturers' representatives, or other persons who arrange or expedite transactions are not regular dealers. Purchased from a DBE With respect to materials or supplies purchased from a DBE who is neither a manufacturer nor a regular dealer, count the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies, or fees or transportation charges for the delivery of materials or supplies required on a job site, provided the fees are reasonable and typical for the services rendered. No part of the cost of the materials and supplies themselves shall be counted. Procedures Between Award and Execution After award and prior to execution of the contract, the Contractor shall provide the names and addresses of all firms that submitted a bid or quote to the Contractor as part of bidding this contract and note which of those firms were successful and will participate in the contract. These firms may be contacted to solicit general information as follows: 1. age of the firm 2. average of its gross annual receipts This information is necessary to maintain a bidder's list in compliance with the requirements of the 49 CFR, Part 26. Simply stated: who is soliciting the work and what is their capacity? The Contracting Agency will use this information to accurately determine an overall goal based on the percentage of DBEs who are ready, willing and able to perform the work. Reporting The Contractor shall submit a "Quarterly Affidavit of Amounts Paid DBE Participants" on a quarterly basis for every quarter in which the contract is active (work is accomplished) or upon completion of the project, as appropriate. The quarterly reports are due on the 20th of April, July, October, and January for the four respective quarters. The dollars reported will be in accordance with the "DBE Eligibility" section of this specification. 63 Payment Payment for complying with the conditions of this specification and any associated DBE requirements is the Contractor's responsibility. Those costs shall be incidental to the respective bid items. Further Information If further information is desired concerning Disadvantaged Business Enterprise participation, inquiry may be directed to: External Civil Rights Branch Office of Equal Opportunity Washington State Department of Transportation Transportation Bldg., P.O. Box 47314 Olympia, WA 98504-7314 or telephone - (360) 705-7085. Fax (360) 705-6801 1-07.11(10)B Required Records and Retention Revise the first sentence of the first paragraph as follows: Replace "State Department of Transportation" with "the Contracting Agency" The third paragraph is revised to read as follows: The Contractor and all subcontractors on this project shall submit WSDOT Form 820-010 to the Engineer by the Fifth of the month during the term of the Contract. 1-07.12 Federal Agency Inspection Section 1-07.12 is supplemented with the following: Federal inspection will not be required for this project. 1-07.15 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 TESC 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 64 each inspection and shall be included in the TESC and SPCC files. The inspection report shall include, but not be limited to: 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. Stormwater 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: • 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". 65 The SPCC plan shall also address, at a minimum, the following project -specific information: 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 lmpierrmentation Requirements In the event that hazardous material is encountered during the course of the work, regardless of whether or not the material is shown in 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 Plan. (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 Plan 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. 1-07.16 Protection And Restoration Of Property Section 1-07.16 is supplemented with the following: (March 13, 1995) Archaeological And Historical Objects It is national and state policy to preserve, for public use, historical and prehistorical objects such as ruins, sites, buildings, artifacts, fossils, or other objects of antiquity that may have significance from a historical or scientific standpoint. Archaeological or historical objects, which may be encountered by the Contractor, shall not be further disturbed. The Contractor shall immediately notify the Engineer of any such finds. The Engineer will contact the archaeologist who will determine if the material is to be salvaged. The Contractor may be required to stop work in the vicinity of the discovery until 66 such determination is made. If the archaeologist determines that the material is to be salvaged, the Engineer may require the Contractor to stop work in the vicinity of the discovery until the salvage is accomplished. Loss of time suffered by the Contractor due to resulting delays will be adjusted in accordance with Section 1-08.8. 1-07.17 Utilities And Similar Facilities (March 13, 1995) Section 1-07.17 is supplemented with the following: Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. Public and private utilities, or their contractors, will furnish all work necessary to adjust, relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these Special Provisions. Such adjustment, relocation, replacement, or construction will be done during the prosecution of the work for this project. The Contractor shall call the Utility Location Request Center (One Call 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 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 2nd Avenue, Room 304 Yakima, Washington 98902 509-575-7183 Charter Communications 1005 N 16th Avenue Yakima, Washington 98902 509-575-1697 City of Yakima Water Division 2301 Fruitvale Blvd. Yakima, Washington 98902 509-575-6154 City of Yakima Wastewater Division 2220 E. Viola, Yakima, Washington 98901 509-575-6077 Cascade Natural Gas Corporation 401 N 1st Street, Yakima, Washington 98901 509-457-5905 Pacific Power PO Box 1729, Yakima, Washington 98907 509-575-3146 Nob Hill Water Association 6111 Tieton Drive, Yakima, Washington 98908 509-966-0272 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 that underground utilities may be marked. 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. 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 plans and schedules for the installation of 67 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. 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) General Requirements 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: ", the City of Yakima, its employees, agents, and elected or appointed officials". Revise the tenth paragraph to read as follows: The Contractor shall forward to the City the additional insured endorsement as requested in the Evidence of Insurance Section. Coverages and Limits (APWA only) The section is revised to read: 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 less 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: A completed ACORD form #25 (or equivalent) shall be submitted which conforms to the following requirements: 1. The ACORD form shall be accompanied by a completed Endorsement naming the City of Yakima, its agents, employees, and elected or appointed officials as 68 an additional insured and containing the insured's name and policy number, and shall be signed by a duly authorized agent. 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. 3. Add the following text in the section entitled DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ALLOWED BY ENDORSEMENT / SPECIAL PROVISIONS. The City of Yakima, its agents employees, and elected or appointed officials are additional insured's for 2002 Grind and Overlay Rehabilitation, City Project Nos. 1959. 4. Contain the appropriate amount and types of coverage's that are specified by the Contract. 1-07.23 Public Convenience And Safety 1-07.23(1) Construction Under Traffic Section 1-07.23(1) is supplemented with the following: (March 13, 1995) The construction safety zone for this project is -10-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. 1-08 PROSECUTION AND PROGRESS 1-08.1 Subcontracting Section 1-08.1 is supplemented with the following: The Contractor shall use the Subcontractors List and the Subcontractor Certification form included within these contract documents to comply with the specifications of this section. 69 1-08.3 Progress Schedule The first and second paragraphs are replaced with the following paragraph: The Contractor shall prepare and submit to the Engineer 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 Engineer. 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 Engineer, as directed, immediately upon preparation. The section is supplemented by the following: The Contractor shall submit a weekly activity schedule to the 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 Engineer may order the Contractor to delay unscheduled activities until they are included on a subsequent weekly activity schedule. 1-08.5 Time For Completion (March 13, 1995) Section 1-08.5 is supplemented with the following: This project shall be physically completed within Thirty-five (35) working days. 1-08.10(1) Termination by Default Revise the last sentence of the fifth paragraph as follows: Replace "State of Washington, Department of Transportation" with "Contracting Agency". 70 1-10 TEMPORARY TRAFFIC CONTROL 1-10.2(1)B Traffic Control Supervisor Revise the first sentence to read: A TCS shall be on the project whenever traffic control devices and or flaggers are required to fulfill the requirements of the Contractor's approved Traffic Control Plan or as authorized by the Engineer. 1-10.3 Flagging, Signs, and All Other Traffic Control Devices 1-10.3(1) Traffic Control Labor Revise the first sentence of the third paragraph with the following: Delete the phrase "Traffic Control Labor" and replace it with "Maintenance and Protection of Traffic". Revise the fourth paragraph as follows: Delete the first sentence. Delete the phrase "Traffic Control Labor" in the second sentence and replace it with "Maintenance and Protection of Traffic". 1-10.3(3) Construction Signs The first paragraph is revised as follows: The first sentence 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 Engineer shall be furnished by the Contractor. Delete the last two sentences. 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 1-10.3(5) Temporary Traffic Control Devices The first and second sentences are revised as follows: Delete the phrase "Temporary Traffic Control Devises" and replace it with "Maintenance and Protection of Traffic". 71 1-10.4 Measurement Delete the second paragraph and replace with the following: "Maintenance and Protection of Traffic" shall cover all traffic control labor as set forth in Section 1-10.3(1), except the labor for Traffic Control Supervisor, and furnishing all temporary traffic control devices as set forth in Section 1-10.3(5) as required by the approved Traffic Control Plan. 1-10.5 Payment (APWA Only) Add the following pay item: "Maintenance and Protection of Traffic," per Lump Sum The lump sum contract price shall be full compensation for furnishing and maintaining flaggers, modifying or adapting the Traffic Control Plan, furnishing, maintaining, moving and removing temporary traffic control signs and devises, traffic control vehicle, pilot car, and other traffic control measures required by the Approved Traffic Control Plan. No further payment will be made. 72 DIVISION 2 - EARTHWORK 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.4 Measurement Revise the third sentence of Item 1 to read: In roadway excavation, pay quantities will be computed to the neat lines as shown on the plans, and shall include haul. 2-03.5 Payment Add the following pay item: "Roadway Excavation Incl. Haul", per cubic yard. Supplement the third paragraph with the following: "Roadway Excavation Incl. Haul" per cubic yard, shall be full compensation for all labor, equipment, tools, and materials necessary to excavate, load, place, compact, shape, or otherwise dispose of the materials including existing pavement cut at the location as shown on the plans and as staked in the field 2-07 WATERING 2-07.3 Construction Requirements Supplement this section with the following: The Contractor shall secure permission from and comply with all requirements of the City of Yakima Water Division or Nob Hill Water Association, whichever has jurisdiction within the project area, before obtaining water from fire hydrants. The Contractor shall notify the Engineer as soon as such permission is granted. The Contractor shall use hydrant wrenches only to open hydrants. While using hydrants, the contractor shall make certain that the hydrant valve is fully open in order to prevent damage to the hydrant valve. A metered hydrant connection furnished by the water utility shall be used as an auxiliary valve on the outlet line for control purposes. Fire hydrant valves shall be closed slowly to avoid a surge in the system causing undue pressure on the water lines. The Contractor shall carefully note the importance of following these directions. If a hydrant is damaged due to the Contractor or an employee of the Contractor, the Contractor shall immediately notify the water utility so that the damage can be repaired as quickly as possible. Upon completing the use of the hydrants, the Contractor shall notify the water utility so that the hydrants may be inspected for possible damage. Any damage resulting from the use of the hydrants by the Contractor will be repaired by the water utility, and the cost thereof shall be withheld, if necessary, from the final payment to the Contractor. The Contractor shall furnish all equipment and tools, except the metered hydrant connection, that may be necessary to meet the requirements of the water distribution agency pertaining to hydrant use. Violation of these requirements will result in fines and will lay the Contractor liable for damage suits because of malfunctioning of damaged fire hydrants, in the event of fire. 73 2-07.4 Measurement This section is revised to read: Water shall be measured with the metered hydrant connection. 2-07.5 Payment This section is revised to read: Water will be furnished by the water utility without charge, but the Contractor shall convey the water from the nearest convenient hydrant or other source at his own expense. 74 DIVISION 4 — BASES 4-04 BALLAST AND CRUSHED SURFACING 4-04.3(5) Shaping and Compaction Supplement this section with the following: Crushed surfacing top course used to prepare the gravel base, shall be placed and compacted at the locations and to the depths staked by the Engineer and required to maintain or re-establish the grade of the roadway following the planing operation. 4-04.3(11) Shoulder Ballast Supplement this section with the following: Where roadway shoulders are to be repaired on this project, the shoulder ballast shall meet the requirements of Section 9-03.9(3) for Crushed Surfacing Top Course. The shoulder ballast shall be placed as needed to match the surface and grade of the new pavement edge. 4-04.4 Measurement Supplement this section with the following: Preparation of the gravel base shall be measured by the square yard of compacted surfacing ready for the final pavement. Revise the third paragraph to read as follows: Shoulder ballast where required will be measured and paid by force account under Section 8-30 of these special provision. 4-04.5 Payment Add the following pay item: "Preparation of Gravel Base", per Square Yard Payment for "Preparation of Gravel Base" shall be full compensation for all labor, material and equipment required to furnish, place, shape and compact the gravel material as required. 75 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 5-04 ASPHALT CONCRETE PAVEMENT 5-04.2 Materials Supplement this section with the following: Asphalt concrete pavement used on this project shall be Class A. Delete the material reference for "Asphalt Cements" and replace with the following: Asphalt Cement shall be PG 64-28 meeting the requirements of AASHTO MP1. 5-04.3 Construction Requirements 5-04.3(5)A Preparation of Existing Surfaces Supplement this section with the following: When asphalt concrete pavement is to be constructed over a planed surface and there is no gravel base, all holes and small depressions shall be filled with an appropriate class of asphalt concrete mix. A Fabric Membrane Interlayer shall then be placed at the locations shown on the plans before the final asphalt concrete pavement lift. The fabric for the Fabric Membrane interlayer shall be a needle -punched non -woven 100% polypropylene fabric that conforms to the following properties when tested by the appropriate ASTM Method: Tensile Strength, either direction, minimum (ASTM Method D-4632, Grab Method) 90 lbs. Elongation at break, either direction, minimum (ASTM Method D-4632, Grab Method) 50% Weight, oz./sq. yd. (ASTM D-1910) 3.0 + 0.5 Asphalt retention by fabric, minimum (Army Corps of Engineers Procedure) 0.2 gsy residual The fabric shall have a demonstrated field performance record of five (5) years and/or have been approved by the Washington State Department of Transportation Materials Laboratory. Prior to placing the fabric, the existing pavement to receive the fabric shall be cleaned, to the satisfaction of the engineer, of all materials such as, but not limited to, leaves, sand, dirt, gravel, water and vegetation. Placement of the fabric shall be made only under.the following conditions: 1. The ambient air temperature is above 50° F. and rising. 2. The pavement is dry and the pavement temperature is 40° F. and rising. The surface area to receive the fabric shall be sprayed with steam -refined pavement asphalt type AR -4000 or AR -8000 at a rate of 0.22 — 0.28 gallons per square yard, except at intersections where the application rate, 15' before and after each stop line should be 76 in the range of 0.20 gallons per square yard. The Engineer shall determine the exact rate. The asphalt shall be sprayed with a suitably metered truck and the temperature of the asphalt binder must be spread in the range of 290° F. to 365° F. The width of asphalt application will be the fabric width plus 4 -inches. Paving asphalt shall be applied no farther in advance of the overlay than the distance that the contractor can maintain free of traffic. The paving operation shall closely follow fabric placement and no more fabric than can be covered up with hot mix that working day shall be placed. The fabric shall overlap 2" — 6" at the longitudinal joints with no more than two layers of fabric at the point of overlap. Transverse joints shall be shingled in the direction of the paving to prevent edge pickup by the paver. The fabric shall not be placed closer than one foot from the perimeter of the existing pavement to be overlayed. The fabric shall be placed into the asphaltic binder with a minimum of wrinkles. The fabric shall be broomed or squeegeed to remove any bubbles and to maximize fabric contact with the underlying surface prior to substantial cooling of the binder to a point that the fabric will not adhere to it. The equipment for placing the fabric shall be mechanized and capable of handling full rolls of fabric and shall be capable of laying the fabric without forming excessive wrinkles that lap. The test for lapping shall be made by gathering together the fabric in a wrinkle. If the height of the doubled portion of extra fabric is '/2 - inch or more, the fabric shall be slit to remove the wrinkle and allowed to lay flat. The equipment used to place the fabric is subject to approval by the Engineer. To enhance the bond of the fabric with the existing pavement and to smooth out any wrinkles and folds in the fabric, the Contractor may be required to pneumatically roll the fabric after it is placed. The Engineer will make the determination if this is necessary. At each utility cover that could be covered with fabric, the fabric shall be neatly cut around the cover to allow for raising the cover to finished grade. Turning of the paving machine or other vehicles should be gradual and shall be kept to a minimum to avoid damage to the membrane. Should equipment tires tend to stick to the fabric during paving operations, small quantities of asphalt concrete shall be broadcast ahead to prevent pick-up of the fabric. 5-04.3(7)A Mix Design Delete all reference to Section 9-03.8(6)A Supplement this section with the following: The Contractor shall provide a mix design, performed in accordance with WSDOT Method 702 (Hveem mix design) to the Engineer for approval at least 5 working days prior to any paving operation. The use of more than 30 percent of recycled material in the asphalt concrete pavement on this project shall not be permitted. 5-04.3(10)B Control. This section is revised to read: For asphalt concrete Classes A, B, E, F, and G, where paving is in traffic lanes, including lanes for ramps, truck climbing, weaving, speed changes, and left turn channelization and the specified compacted course thickness is grater than 0.10 foot, the acceptable level of 77 compaction shall be a minimum of 91 percent of the maximum density as determined by WSDOT Test Method 705/AASHTO T209. The level of compaction attained will be determined as the average of not less than 5 nuclear density gauge tests taken on the day the mix is placed (after completion of the finish rolling) at randomly selected locations within each lot. The quantity represented by each lot will be no greater than a single day's production or approximately 400 tons, whichever is less. Control lots not meeting the minimum density standard shall be removed and replaced with satisfactory material. At the option of the Engineer, noncomplying material may be accepted at a reduced price. Cores may be used as an alternative to the nuclear density gauge tests. When cores are taken by the Engineer at the request of the Contractor, the request shall be made by noon of the first working day following placement of the mix. The Engineer shall be reimbursed for the coring expenses at the rate of $75 per core when the core indicates the acceptable level of compaction within a lot has not been achieved. At the start of paving, if requested by the Contractor, a compaction test section shall be constructed as directed by the Engineer to determine the compatibility of the mix design. Compatibility shall be based on the ability of the mix to attain the specified minimum density (91 percent of the maximum density determined by WSDOT Test Method 705/AASHTO T209). Following determination of compatibility, the Contractor is responsible for the control of the compaction effort. if the Contractor does not request a test section, the mix will be considered compatible. Asphalt Concrete Classes A, B, E, F and G constructed under conditions other than listed above shall be compacted on the bases of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. The Contractor shall provide adequate platforms to enable samples to be obtained without the Engineer entering the hauling vehicle. Acceptance testing for compliance of asphalt content will use the Nuclear Asphalt Gauge Procedure: WSDOT Test Method 722-T. Acceptance testing for compliance of gradation will use the Quick Determination of Aggregate Gradation Using Alternate Sovent Procedure: WSDOT Test Method 723-T. Asphalt concrete Class D and pre -leveling mix shall be compacted to the satisfaction of the Engineer. In addition to randomly selected locatins for tests of the control lot, the Engineer reserves the right to test any area which appears defective and to require the further compaction of areas that fall below acceptable density readings. These additional tests shall not impact the compaction evaluation of the entire control lot. 5-04.3(13) Surface Smoothness The last paragraph is revised with the following: When utility appurtenances such as manhole rings and covers and valve boxes are encountered or are to be located within the asphalt pavement area, these items are either to be removed or not put in place until after the paving operation has been completed. The location of each utility appurtenance and all Monuments shall be referenced prior to the start of paving operations and a temporary covering shall be placed over the appurtenances to facilitate the continuous paving operation. After paving has been completed, the Contractor shall furnish, install and adjust new castings on all new and 78 existing public utility structures, and new Monument Cases for all monuments as shown on the plans. Utility Castings shall not be adjusted until the pavement is completed, at which time the center of each structure and each monument shall be relocated from the references previously established by the Contractor. 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 the rim plus 2 feet. The new rim 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, 1-1/2 " below the finished pavement surface. On the following day, 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 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. 5-04.3(14) Planing Bituminous Pavement Supplement this section with the following: The Contractor shall plane the existing pavement to the top of the existing gravel base except as noted on the plans. 5-04.3(15) Asphalt Concrete Approach Add the following to the sentence: "or reconstructed," after the word "constructed". 5-04.3(17) Paving Under Traffic Revise the last paragraph and sentence as follows: Change the phrase "except temporary pavement markings," to "including temporary pavement markings," 5-04.4 Measurement Add the following to the fifth paragraph: asphalt concrete pavement with PG 64-28 asphalt, Supplement the fifth paragraph with the following: Asphalt Conc. for Pavement Repair shall consist of Class 'A' Asphalt Concrete with PG64-28. The bid price for Asphalt Treated Base shall include the cost of the excavation required for placing the ATB. 79 Supplement this section with the following: Fabric Membrane Interlayer shall be measured by the Square Yard. Where the fabric is overlapped, the measurement shall be for one layer as if the fabric were seamless. 5-04.5 Payment Add the following pay items: "Asphalt Conc. Pavement Class A with PG 64-28", per ton "Fabric Membrane interlayer", per square yard The unit contract price for the "Fabric Membrane Interlayer" per square yard shall be full compensation for all labor, materials including paving asphalt, equipment, tools and incidentals for the complete installation of the Fabric Membrane Interlayer at the locations shown on the plans and as directed by the Engineer. "Adjust Manhole", per each "Adjust Valve Box", per each "Adjust Monument Case", per each The unit contract price per each for adjusting the utility castings shall be full compensation for furnishing all labor, equipment and materials, including concrete for the collars and the Class G Paving Asphalt Conc., to install and adjust the new manhole castings, new catch basin castings, new valve boxes and new monument cases. 5-04.5(1) Quality Assurance Price Adjustment 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 AC Compaction This Section is deleted. 80 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 7-05 MANHOLES, INLETS, AND CATCH BSINS 7-05.3 Construction Requirements 7-05.3(1) Adjusting Manholes and Catch Basins to Grade Revise this secton to read: All Manholes, Catch Basins, Valve Boxes, Monument Cases and other utility castings shall be adjusted in accordance with Section 5-04.3(13). 81 DIVISION 8 - MISCELLANEOUS CONSTRUCTION 8-13 MONUMENT CASES 8-13.3 Construction Requirements Supplement the second paragraph with the following: The contractor shall install the Monument Cases, from references established by a Land Surveyor registered in the State of Washington, after the final course of surfacing has been placed. The roadway surface area disturbed by the installation of the monument case shall be patched by the patched by the method outlined in Section 5-04.3(13) of these Special Provisions. 8-30 REPAIR OR REPLACEMENT (New Section) 8-30.1 Description The work shall consist of repair of any incidental damages to landscaping, fencing, private irrigation, top soil, turf, reshaping or repair of roadway shoulders, including furnishing and laying additional shoulder ballast, and regrading roadside ditches as noted, and other miscellaneous items within or adjacent to the project area. This includes complete replacement of items that are beyond repair as determined by the Engineer. 8-30.5 Payment Payment will be made for the following bid items: "Repair or Replacement", by force account. 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. 82 DIVISION 9 - MATERIALS 9-03 AGGREGATES 9-03.8 Aggregates for Asphalt Concrete 9-03.8(3)C Gradation -- Recycled Asphalt Pavement and Mineral Aggregate Revise the second paragraph as follows: Delete the reference to Section 9-03.8(6)A 9-03.8(6)A Basis of Acceptance Delete this section. 9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS 9-05.15 Metal Castings 9-05.15(1) Manhole Ring and Cover Revise this section to read: The Contractor shall purchase all new manhole rings and covers from Olympic Foundry. The castings shall be Casting NO. MH33Y; Yakima Standard Ring with Blank Cover. The Contractor shall also provide all labor and equipment for handling the manhole rings and covers. All used castings shall become the property of the City of Yakima and shall be delivered to the Wastewater Collection -Maintenance Facility at 204 W. Pine by the Contractor. Prior arrangements must be made to assure the facility will be open for delivery. 9-22 MONUMENT CASES 9-22.1 Monument Cases, Covers, and Risers Supplement this section with the following: Monument cases for this project shall be as shown on the City of Yakima Standard Detail. 83 84 CONTRACT THIS AGREEMENT, made and entered into in triplicate, this ..3g1day of 2002, by and between the City of Yakima, hereinafter called the Owner, and Superior Paving Company, a Wassh ngton 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: $228,020.25, for 2002 Street Grind & Overlay Rehabilitation, Project No. 1959, all in accordance with, and as described in the attached plans and specifications and the 2002 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 Thirty-five (35) 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 CONTRACTOR this 31ed day of 3-6t 4.y 2002. 1/45c,LP61,110A al., a Wit Corporation entractor Attest: City Manager /n/o City Clerk BV: Its V; -'jam'. (Print Name) (President, Owner, etc.) Address: Pit I6J6a PERFORMANCE BOND BOND TO CITY OF YAKIMA KNOW ALL MEN BY THESE PRESENTS: BOND NO. 23-66-22 That we, the undersigned, SUPERIOR PAVING CO . a Washington Corporation as Principal and AMERICAN HOME ASSURANCE COMPANYa corporation organized and existing under the laws of the State of New York 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 $ 228 , 020.25 for 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 1(2 day of , 20 Never -the -less, the conditions of the above obligations are such that: WHEREAS, pursuant to action taken by the Yakima City Council on , 20 , the City Manager and City Clerk of the CITY OF YAKIMA has let or is about to let to the said SUPERIOR PAVING CO . , the above bounded Principal, a certain contract, the said contract being numbered 1959 , and providing for 2002 Street Grind & Over lay (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 undertake to perform the work therein provided for in the manner and within the time set forth; NOW THEREFORE, if the said SUPERIOR PAVING CO . 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, sub -contractors and material men, and all persons who shall supply said principal or sub -contractors 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 sub -contractor in the performance of said work and shall indemnify and hold the CITY OF 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. SUPERIOR,., PAVING CO . Approv as to form: (City Attorney) By: eCV. 1 -/ gee 1 i (Contractor) (Print Name) 7 Its7:010t6iC.'' AA_ (President, Owner, etc...) AMERICAN HOMESS RANCE,COMPANY Paula M. McCoy (Print Name) Its: Attorney—in—Fact 87 American Home Assurance Company National Union Fire Insurance Company of Pittsburgh, Pa. Principal Bond Office 70 Pine Street, New York, N.Y. 10270 KNOW ALL MEN BY THESE PRESENTS: POWER OF ATTORNEY No. 13-B-06265 That American Home Assurance Company, a New York corporation, and National Union Fire Insurance Company of Pittsburgh, Pa., a Pennsylvania corporation, does each hereby appoint ---Paula M. McCoy, James B. Binder, Anne E. Strieby, W. J. McCoy: of Seattle, Washington --- its true and lawful Attorney(s)-in-Fact, with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, American Home Assurance Company and National Union Fire Insurance Company of Pittsburgh, Pa. have each executed these presents this 2 th dayofMarch, 2002. STATE OF NEW YORK } COUNTY OF NEW YORK }ss. On this 28th day of March, 2002 before me came the above named officer of American Home Assurance Company and National Union Fire Insurance Company of Pittsburgh, Pa., to me personally known to be the individual and officer described herein, and acknowledged that he executed the foregoing instrument and affixed the seals of said corporations thereto by authority of his office. DOROTHY L. PARKt Notary Public. State of New York 01PA6060631 �s tvogito CERTIFICATE Excerpts of Resolutions adopted by the Boards of Directors of American Horne Assurance Company and National Union Fire Insurance Company of Pittsburgh, Pa. on May 18, 1976: "RESOLVED, that the Chairman of the Board, the President, or any Vice President be, and hereby is, authorized to appoint Attorneys -in -Fact to represent and act for and on behalf of the Company to execute bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, and to attach thereto the corporate seal of the Company, in the transaction of its surety business; "RESOLVED, that the signatures and attestations of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company when so affixed with respect to any bond, undertaking, recognizance or other contract of indemnity or writing obligatory in the nature thereof; "RESOLVED, that any such Attorney -in -Fact delivering a secretarial certification that the foregoing resolutions still be in effect may insert in such certification the date thereof, said date to be not later than the date of delivery thereof by such Attorney -in -Fact." I, Elizabeth M. Tuck, Secretary of American Home Assurance Company and of National Union Fire Insurance Company of Pittsburgh, Pa. do hereby certify that the foregoing excerpts of Resolutions adopted by the Boards of Directors of these corporations, and the Powers of Attorney issued pursuant thereto, are true and correct, and that both the Resolutions and the Powers of Attorney are in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of each corporation 65166(4/99) Elizabeth M. Tuck, Secretary ACORD,. CERTIFICATE OF LIABILITY INSURANCUpEs07sP PRODUCER Brown & Brown - Seattle P. 0. Box 24347 'Seattle WA 98124 Phone:206-956-1600 Fax:206-956-9600 DATE (MM/DD/YY) 07/08/02 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 Superior Paving Co. P.O. Box 10268 Yakima, WA 98909 INSURER A: Zurich American Insurance INSURER B: INSURER C: INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. (LTR TYPE OF INSURANCE POLICY NUMBER POLICY ATE (M/EFFECTIVE DATE (Y/D EXPIRATION LIMITS A IGE GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY GLO343718600 03/31/02 03/31/03 EACH OCCURRENCE $ 1,000,000 X FIRE DAMAGE (Any one fire) $ 300,000 CLAIMS MADE X OCCUR MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 1, 0 0 0, 0 0 0 GENERAL AGGREGATE $ 2,000,000 'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2 , 0 0 0 , 0 0 0 POLICY X Ta PRO LOC I A AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS BAP343718700 � VI ✓ /"C S V 03/31/02 TO ! 03/31/03 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 X X BODILY INJURY (Per person) $ X X BODILY INJURY (Per accident) $ X PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY ANY AUTO / C Y11k AUTO ONLY - EA ACCIDENT $ OUTER YEA ACC $ AUTO ONLY: AGG $ ( EXCESS LIABILITY //►►�� V� EACH OCCURRENCE $ OCCUR CLAIMS MADE AGGREGATE $ DEDUCTIBLE RETENTION $ $ $ $ IA WORKERS COMPENSATION AND EMPLOYERS' LIABILITY WASHINGTON STOP GAP GL0343718600 03/31/02 03/31/03 WC H - TORY TIM TS TU-OER 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 OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS 2002 Street Grind & Overlay Rehabilitation City Project No. 1959 - Additional Insured: City of Yakima, its agents, employees and elected or apppointed officials see form attached xxxx CERTIFICATE HOLDER Y ADDITIONAL INSURED; INSURER LETTER: CANCELLATION YAKI-06 City of Yakima Engineering Division 129 North Second Street Yakima, WA 98901 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILLMAIL 3 0 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BOWANWINEIN.0660011ML ACORD 25-S (7/97) A IZE TAT( ©ACORD CORPORATION 1988 F 4.1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CG 20 10 11 85 ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Endorsement effective July 8, 2002 12:01 A.M. standard time Policy No. CON95586344 Named Insured Superior Paving Company Countersigned by Scott Strickland (Authorized Representative) SCHEDULE Name of Person or Organization: City of Yakima its agents,employees & elected or appointed officials —This insurance is primary and noncontributory (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. Copyright, Insurance Services Office, Inc. 1992 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 Tess than the prevailing rate of wage or less than 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 , 200 Notary Public in and for the State of Washington residing at 93 PREVAILING WAGE RATES State Wage Rates 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, are included in these contract documents. Inasmuch as the contractor will be held responsible for paying the prevailing wages, it is imperative that all contractors 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 therein shall be final and conclusive and biding on all parties involved in the dispute as provided for by RCW 39.12.060 as amended. Current prevailing wage rules and data can be furnished by the Industrial Statistician upon request. You may submit your request to: Department of Labor and Industries ESAC Division PO Box 44540 Olympia, Washington 98504-4540 Telephone: 360-902-5335 95 STATE WAGE RATES ARE INSERTED FOLLOWING THIS PAGE 97 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 Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. YAKIMA COUNTY Effective 03-03-02 *********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $24.25 1M 5D BOILERMAKERS JOURNEY LEVEL $38.71 1B 5N BRICK AND MARBLE MASONS JOURNEY LEVEL $31.57 1M 5A CABINET MAKERS (IN SHOP) JOURNEY LEVEL $8.45 1 CARPENTERS ACOUSTICAL WORKER $28.45 1M 5D BRIDGE, DOCK AND WARF CARPENTERS $35.01 1M 5D CARPENTER $28.19 1M 5D CREOSOTED MATERIAL $28.29 1M 5D DRYWALL APPLICATOR $28.19 1M 5D FLOOR FINISHER $28.32 1M 5D FLOOR LAYER $28.32 1M 5D FLOOR SANDER $28.32 1M 5D MILLWRIGHT $36.01 1M 5D PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $35.21 1M 5D SAWFILER $28.32 1M 5D SHINGLER $28.32 1M 5D STATIONARY POWER SAW OPERATOR $28.32 1M 5D STATIONARY WOODWORKING TOOLS $28.32 1M 5D CEMENT MASONS JOURNEY LEVEL $16.85 1 DIVERS & TENDERS DIVER $75.57 1M 5D 8A DIVER TENDER $37.85 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $35.67 1B 5D 8L ASSISTANT MATE (DECKHAND) $35.23 1 B 5D 8L BOATMEN $35.67 18 5D 8L ENGINEER WELDER $35.72 1B 5D 8L LEVERMAN, HYDRAULIC $37.11 1B 5D 8L MAINTENANCE $35.23 1B 5D 8L MATES $35.67 1B 5D 8L OILER $35.33 18 5D 8L DRYWALL TAPERS JOURNEY LEVEL $25.44 1P 5A ELECTRICIANS - INSIDE JOURNEY LEVEL $37.21 1J 5Z ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER $44.01 4A 5A CERTIFIED LINE WELDER $40.40 4A 5A GROUNDPERSON $29.62 4A 5A HEAD GROUNDPERSON $31.13 4A 5A HEAVY LINE EQUIPMENT OPERATOR $40.40 4A 5A JACKHAMMER OPERATOR $31.13 4A 5A JOURNEY LEVEL LINEPERSON $40.40 4A 5A LINE EQUIPMENT OPERATOR $34.44 4A 5A POLE SPRAYER $40.40 4A 5A Page 1 YAKIMA COUNTY Effective 03-03-02 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code POWDERPERSON $31.13 4A 5A ELECTRONIC & TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $12.07 1 ELEVATOR CONSTRUCTORS CONSTRUCTOR $31.29 4A 6Q MECHANIC $42.25 4A 6Q MECHANIC IN CHARGE $46.63 4A 6Q PROBATIONARY CONSTRUCTOR $16.27 4A 6Q LABORER $6.90 1 PRODUCTION WORKER $7.15 1 FENCE ERECTORS FENCE ERECTOR $21.64 1 FLAGGERS JOURNEY LEVEL $22.53 1M 5D GLAZIERS JOURNEY LEVEL $18.43 1B 61 HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $35.93 1F 5C HOD CARRIERS & MASON TENDERS JOURNEY LEVEL $24.73 1M 5D INSULATION APPLICATORS JOURNEY LEVEL $32.91 1 IRONWORKERS JOURNEY LEVEL $37.17 1B 5A LABORERS ALL CLASSIFICATIONS $18.12 1 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 $28.19 1M 5D PAINTERS JOURNEY LEVEL $16.75 1 PLASTERERS JOURNEY LEVEL $35.63 1R 5A PLUMBERS & PIPEFITTERS JOURNEY LEVEL $40.40 10 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $33.59 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER) $36.05 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YD) $36.49 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH ATTACHMENTS) $36.99 1T 5D 8L BACKHOES, (75 HP & UNDER) $35.69 1T 5D 8L BACKHOES, (OVER 75 HP) $36.05 1T 5D 8L BARRIER MACHINE (ZIPPER) $36.05 1T 5D 8L BATCH PLANT OPERATOR, CONCRETE $36.05 1T 5D 8L BELT LOADERS (ELEVATING TYPE) -$35.69 1T 5D 8L BOBCAT $33.59 1T 5D 8L BROOMS $33.59 1T 5D 8L BUMP CUTTER $36.05 1T 5D 8L CABLEWAYS $36.49 1T 5D 8L CHIPPER $36.05 1T 5D 8L COMPRESSORS $33.59 1T 5D 8L CONCRETE FINISH MACHINE - LASER SCREED $33.59 1T 5D 8L CONCRETE PUMPS $35.69 1T 5D 8L CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $36.05 1T 5D 8L CONVEYORS $35.69 1T 5D 8L Page 2 YAKIMA COUNTY Effective 03-03-02 *********************************************************************************************************** Classification (See Benefit Code Key) Over PREVAILING Time Holiday Note WAGE Code Code Code CRANES, THRU 19 TONS, WITH ATTACHMENTS $35.69 1T 5D 8L CRANES, 20 - 44 TONS, WITH ATTACHMENTS $36.05 1T 5D 8L CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $36.49 1T 5D 8L WITH ATACHMENTS) CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB WITH $36.99 1T 5D 8L ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB WITH $37.49 1T 5D 8L ATTACHMENTS) CRANES, A -FRAME, 10 TON AND UNDER $33.59 1T 5D 8L CRANES, A -FRAME, OVER 10 TON $35.69 1T 5D 8L CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $37.99 1T 5D 8L ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE (20 - 44 TONS) $36.05 1T 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (45 - 99 TONS) $36.49 1T 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $36.99 1T 5D 8L CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $36.99 1T 5D 8L CRANES, TOWER CRANE OVER 175 IN HEIGHT, BASE TO BOOM $37.49 1T 5D 8L CRUSHERS $36.05 1T 5D 8L DECK ENGINEER/DECK WINCHES (POWER) $36.05 1T 5D 8L DERRICK, BUILDING $36.49 1T 5D 8L DOZERS, D-9 & UNDER $35.69 1T 5D 8L DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $35.69 1T 5D 8L DRILLING MACHINE $36.05 1T 5D 8L ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $33.59 1T 5D 8L EQUIPMENT SERVICE ENGINEER (OILER) $35.69 1T 5D 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $36.05 1T 5D 8L FORK LIFTS, (3000 LBS AND OVER) $35.69 1T 5D 8L FORK LIFTS, (UNDER 3000 LBS) $33.59 1T 5D 8L GRADE ENGINEER $35.69 1T 5D 8L GRADECHECKER AND STAKEMAN $33.59 1T 5D 8L HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $35.69 1T 5D 8L HORIZONTAL/DIRECTIONAL DRILL LOCATOR $35.69 1T 5D 8L HORIZONTAUDIRECTIONAL DRILL OPERATOR $36.05 1T 5D 8L HYDRALIFTS/BOOM TRUCKS (10 TON & UNDER) $33.59 1T 50 8L HYDRALIFTS/BOOM TRUCKS (OVER 10 TON) $35.69 1T 50 8L LOADERS, OVERHEAD (6 YD UP TO 8 YD) $36.49 1T 5D 8L LOADERS, OVERHEAD (8 YD & OVER) $36.99 1T 5D 8L LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $36.05 1T 5D 8L LOCOMOTIVES, ALL $36.05 1T 5D 8L MECHANICS, ALL $36.05 1T 5D 8L MIXERS, ASPHALT PLANT $36.05 1T 5D 8L MOTOR PATROL GRADER (FINISHING) $36.05 1T 5D 8L MOTOR PATROL GRADER (NON -FINISHING) $35.69 1T 50 8L MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD $36.49 1T 5D 8L OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $33.59 1T 5D 8L OPERATOR PAVEMENT BREAKER $33.59 1T 5D 8L PILEDRIVER (OTHER THAN CRANE MOUNT) $36.05 1T 5D 8L PLANT OILER (ASPHALT CRUSHER) $35.69 1T 5D 8L POSTHOLE DIGGER, MECHANICAL $33.59 1T 5D 8L POWER PLANT $33.59 1T 5D 8L PUMPS, WATER $33.59 1T 5D 8L QUAD 9, D-10, AND HD -41 $36.49 1T 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING EQUIP $36.49 1T 5D 8L RIGGER AND BELLMAN $33.59 1T 5D 8L ROLLAGON $36.49 1T 5D 8L ROLLER, OTHER THAN PLANT ROAD MIX $33.59 1T 5D 8L Page 3 Classification YAKIMA COUNTY Effective 03-03-02 (See Benefit Code Key) Over PREVAILING Time Holiday Note WAGE Code Code Code ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $35.69 1T 5D 8L ROTO -MILL, ROTO -GRINDER $36.05 1T 5D 8L SAWS, CONCRETE $35.69 1T 5D 8L SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $36.05 1T 5D 8L OFF-ROAD EQUIPMENT ( UNDER 45 YD) SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $36.49 1T 5D 8L OFF-ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $35.69 1T 5D 8L SCREED MAN $36.05 1T 5D 8L SHOTCRETE GUNITE $33.59 1T 5D 8L SLIPFORM PAVERS $36.49 1T 5D 8L SPREADER, TOPSIDE OPERATOR - BLAW KNOX $36.05 1T 5D 8L SUBGRADE TRIMMER $36.05 1T 5D 8L TRACTORS, (75 HP & UNDER) $35.69 1T 5D 8L TRACTORS, (OVER 75 HP) $36.05 1T 5D 8L TRANSFER MATERIAL SERVICE MACHINE $36.05 1T 5D 8L TRANSPORTERS, ALL TRACK OR TRUCK TYPE $36.49 1T 5D 8L TRENCHING MACHINES $35.69 1T 5D 8L TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $35.69 1T 5D 8L TRUCK C nA OILER/C VE (1 0 TONOVER) $36.05 1T 5D L .,R„dE RI R�,O & 8 WHEEL TRACTORS, FARMALL TYPE $33.59 1T 5D 8L YO YO PAY DOZER $36.05 1T 5D 8L POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $29.97 4A 5A SPRAY PERSON $28.35 4A 5A TREE EQUIPMENT OPERATOR $28.75 4A 5A TREE TRIMMER $26.62 4A 5A TREE TRIMMER GROUNDPERSON $19.48 4A 5A REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC $22.90 1 ROOFERS JOURNEY LEVEL $25.77 16 51 USING IRRITABLE BITUMINOUS MATERIALS $28.77 16 51 SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $34.29 16 5A SOFT FLOOR LAYERS JOURNEY LEVEL $15.79 1 SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $6.90 1 SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $18.87 1 SURVEYORS CHAIN PERSON $9.25 1 INSTRUMENT PERSON $12.05 1 PARTY CHIEF $15.05 1 TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER -$24.74 2B 5A HOLE DIGGER/GROUND PERSON $13.18 2B 5A INSTALLER (REPAIRER) $23.66 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $22.91 2B 5A SPECIAL APPARATUS INSTALLER I $24.74 2B 5A SPECIAL APPARATUS INSTALLER II $24.21 2B 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $24.74 2B 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $22.91 2B 5A TELEVISION GROUND PERSON $12.42 2B 5A TELEVISION LINEPERSON/INSTALLER $17.02 2B 5A TELEVISION SYSTEM TECHNICIAN $20.54 2B 5A TELEVISION TECHNICIAN $18.33 2B 5A Page 4 YAKIMA COUNTY Effective 03-03-02 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TREE TRIMMER $22.91 28 5A TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL $24.86 2M 5A TILE, MARBLE & TERRAZZO FINISHERS FINISHER $20.56 4A 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $27.67 1K 5A TRUCK DRIVERS ASPHALT MIX $14.19 1 DUMP TRUCK $25.81 1 DUMP TRUCK & TRAILER $25.81 1 OTHER TRUCKS $25.81 1 TRANSIT MIXER $25.81 1 WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $11.15 1 OILER $9.20 1 WELL DRILLER $17.68 1 Page 5 If both State and Federal funding are included in the project, use the higher of the two rates Labor FLAGGERS. For Traffic effective 03/03/2002 State Rates until Control further notice Federal Rates County Base I Fringe' Calc I Use I Base I Fringe' Calc, I Use Adams $31.31 E $31 j $17.66 $5.00 $29.46 $29 Asotin j $22.61 ; $31.31 $31 $17.66 $5.00 , $29.46 $29 Benton $22.61 • ; $31.31 $31 I $17.66 $5.00 ; $29.46 ' $29 Chelan i $22.53 ' i $31.20 $31 1 $16.78 $5.80 $29.04 $29 Clallam ; $24.99 $34.61 S35 $19.24 I $5.80 $32.45 $32 Clark $26.87 $37.21 S37 $20.12 E $6.75 $34.62 $35 Columbia : $22.61 . $31.31 S31 $17.66 1 $5.00 $29.46 $29 Cowlitz $26.87 ' $37.21 S37 i $20.12 E $6.75 $34.62. $35 Douglas - Fast $22.53 $31.20 S31 i $17.66 $5.00 $29.46 $29 Douglas- West ; $22.53: $31.20 $31 $16.78 $5.80 $29.04 $29 Ferry $22.61 $31.31 $31 $17,66: $5.00 $29.46 $29 Franklin i $22.61: $31.31 , $31 $17.66 $5.00 $29.46 $29 Garfield $22.61 $31.31 S31 $17.66 ! $5.00 $29.46 $29 Grant $26.01 $36.02 S36 ; $17.66 ! $5.00 $29.46 $29 Grays Harbor $24.99 $34.61 S35 $19.24 ' $5.80 $32.45 $32 Island $24.99 $34.61 S35 ; $19.24 ; $5.80 $32.45 $32 Jefferson : $24.99 ; $34.61 $35 ! $19.24 ' $5.80 $32.45 $32 King $24.99 $34.61 $35 : $19.24 $5.80 $32.45 $32 Kitsap $24.99 $34.61 $35 $19.24 ' $5.80 $32.45 $32 Kittitas $22.53 ; $31.20 S31 1 $16.78 $5.80 $29.04 $29 Klickitat ! $26.01 ! $36.02: $36 ' $20A2 ; $6.75 $34.62 $35 Lewis ; $24.99 $34.61 • $35 I $19.24 $5.80 $32.45 $32 Lincoln $22.61 $31.31 S31 i $17.66 $5.00 $29.46 ' $29 Mason $24.99 ; $34.61 ; S35 $19.24 $5.80 $32.45 $32 Okanogan $22.61 $31.31 $31 i $17.66 $5.00 $29.46 ' $29 Pacific- North $24.99 ' I $34.61 $35 1 $19.24 $5.80 $32.45 $32 Pacific -South $24.99 $34.61 E $35 I $20.12 $6.75 $34.62 1 $35 Pend Oreille $22.61 ; $31.31 S31 ; $17.66 ! $5.00 $29.46 $29 Pierce $24.99 ; I $34.61 $35 i $19.24 $5.80 $32.45 $32 San Juan $15.00 i $20.78 ! $21 $19.24 $5.80 $32.45 $32 Skagit $24.99 ; I $34.61 ! S35 $19.24 1 $5.80 $32.45 $32 Skamania $26.87 I ' $37.21 ; $37 $20.12 ; $6.75 $34.62 $35 Snohomish $24.99 ; i $34.61 S35 i $19.24 $5.80 1 $32.45 $32 Spokane $22.61 E $31.31 $31 ! $17.66 $5.00 $29.46 $29 Stevens $22.61 $31.31 $31 i $17.66 ; $5.00 $29.46 $29 Thurston $24.99 $34.61 , S35 1 $19.24 i $5.80 $32.45 $32 Wahkiakum $26.87 ; $37.21 S37 : $20.12 , $6.75 $34.62 $35 Walla Walla ' $22.61 I $31.31 ; S31 1 $17.66 $5.00 $29.46 $29 Whatcom $24.99 ; $34.61 $35 ; $19.24 I $5.80 $32.45 [ $32 Whitman $22.61 I i $3t31 S31 1 $17.66 $5.00 $29A6 ! $29 Yakima $22.53 , $31.20 ' $31 1 $16.78 1 $5.80 $29.04 $29 Flagger Rates Revised 3/8/2002 Caculation Factor: Base(1.385)+Fringe Washington State Department of Labor and Industries Policy Statement (Regarding the Production of "Standard" or "Non-standard" Items) Below is the department's (State L&I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non-standard". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non-standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. 1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to question 3. 3. Is the item fabricated in an assembly/fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39.12. If yes, go to question 6. 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non -covered workers shall be directed to State L&I at (360) 902-5330. $$1$$ $$2$$ Supplemental To Wage Rates Page 1 WSDOT's Predetermined List for Suppliers - Manufacturers - Fabricators Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and industries, that may be considered non- standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non-standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L&I's policy statement. ITEM DESCRIPTION YES NO 1. Manhole Ring & Cover - manhole type 1, 2, 3, and 4 for bridges. For use with Catch Basin type 2. The casting to meet AASHTO-M-105, class 30 gray iron casting. See Std. Plan B -1f, B -23a, B -23b, B -23c, and B -23d. X 2. Frame & Grate - frame and Grate for Catch Basin type 1, 1 L, 1P, 2, 3, 4 and Concrete Inlets. Cast frame may be grade 70-36 steel, class 30 gray cast iron or grade 80-55-06 ductile iron. The cast grate may be grade 70-36 steel or grade 80-55-06 ductile iron. See Std. Plan B-2, B -2a, and B -2b. X 3. Grate Inlet & Drop Inlet Frame & Grate - Frame and Grate for Grate Inlets Type 1 or 2 or Drop Inlet. Angle iron frame to be cast into top of inlet. See Std. Plan B -4b or B -4h. Frames & Grates to be galvanized. X 4. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. X 5. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. $$1$$ $$2$$ Supplemental To Wage Rates Page 2 X YES NO 6. Corrugated Steel Pipe - Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, 1 thru 5. X 7. Corrugated Aluminum Pipe - Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, #5. X 8. Anchor Bolts & Nuts - Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. See Contract Plans and Std. Plans for size and material type. X 9. Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be in accordance with Section 9-28.15(3). X 10. Major Structural Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc., for bridges. X 11. Minor Structural Steel Fabrication - Fabrication of minor steel items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and/or boring of holes. See Contact Plans for item description and shop drawings. X 12. Aluminum Bridge Railing Type BP - Metal bridge railing conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in accordance with Section 9-28.15(3). X $$1$$ $$2$$ Supplemental To Wage Rates Page 3 13. Concrete Piling--Precast-Prestressed concrete piling for use as 55 and 70 ton concrete piling. Concrete to conform to Section 9-19.1 of Std. Spec.. Shop drawings for approval shall be provided per Section 6-05.3(3) of the Std. Spec. YES NO X 14. Manhole Type 1, 2, 3 and 4 - Precast Manholes with risers X and flat top slab and/or cones. See Std. Plans. 15. Drywell - Dryweli as specified in Contract Plans. X 16. Catch Basin - Catch Basin type 1, 'IL, 1 P, 2, 3, and 4, including risers, frames maybe cast into riser. See Std. Plans. X 17. Precast Concrete Inlet - Concrete Inlet with risers, X frames may be cast into risers. See Std. Plans. 18. Drop Inlet Type 1 - Drop Inlet Type 1 with support X angles and grate. See Std. Plans B -4f and B -4h. 19. Drop Inlet Type 2 - Drop Inlet type 2 with support X angles and grate. See Std. Plans B -4g and B -4h. 20. Grate Inlet Type 2 - Grate Inlet Type 2 with risers and X top unit with bearing angles. 21. Precast Concrete Utility Vaults - Precast Concrete utility vaults of various sizes. Used for in ground storage of utility facilities and controls. See_Contract Plans for size and construction requirements. Shop drawings are to be provided for approval prior to casting. X $$1$$ $$2$$ Supplemental To Wage Rates Page 4 YES NO 22. Vault Risers - For use with Valve Vaults and Utilities X Vaults. 23. Valve Vault - For use with underground utilities. X See Contract Plans for details. 24. Precast Concrete Barrier - Precast Concrete Barrier for use as new barrier or may also be used as Temporary Concrete Barrier. Only new state approved barrier may be used as permanent barrier. X 25. Reinforced Earth Wall Panels - Reinforced Earth Wall Panels in size and shape as shown in the Plans. Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing. Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab. X 26. Precast Concrete Walls - Precast Concrete Walls - tilt -up wall panel in size and shape as shown in Plans. Fabrication plant has annual approval for methods and materials to be used. X 27. Precast Railroad Crossings - Concrete Crossing Structure X Slabs. 28. 12, 18 and 26 inch Standard Precast Prestressed Girder - Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)c. X $$'1$$ $$2$$ Supplemental To Wage Rates Page 5 29. Prestressed Concrete Girder Series 4-14 - Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)c. YES NO x 30. Prestressed Tri -Beam Girder - Prestressed Tri -Beam Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)c. X 31. Prestressed Precast Hollow -Core Slab - Precast Prestressed Hollow -core slab for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)c. X 32. Prestressed -Bulb Tee Girder - Bulb Tee Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(26)A. X 33. Monument Case and Cover - To meet AASHTO-M-105 class X 30 gray iron casting. See Std. Plan H-7. 34. Cantilever Sign Structure - Cantilever Sign Structure fabricated from steel tubing meeting AASHTO-M-183. See Std. Plans G-3, G -3a, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111. X 35. Mono -tube Sign Structures - Mono -tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for approval are required prior to fabrication. X Supplemental To Wage Rates Page 6 36. Steel Sign Bridges - Steel Sign Bridges fabricated from steel tubing meeting AASHTO-M-138 for Aluminum Alloys. See Std. Plans G-2, G2a, G -2b, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111. YES NO X 37. Steel Sign Post - Fabricated steel sign posts as detailed in Std. Plan G-8. Shop drawings for approval are to be provided prior to fabrication. X 38. Light Standard -Prestressed - Spun, prestressed, hollow, - X concrete poles. 39. Light Standards - Lighting Standards for use on highway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Plan J-1, J-1 a, and J-1 b. See Special Provisions for pre -approved drawings. X 40. Traffic Signal Standards - Traffic Signal Standards for use on highway and/or street signal systems. Standards to be fabricated to conform with methods and material as specified on Std. Plans J-1, J -7a, J -7c, and J-8. See Special Provisions for pre -approved drawings. X 41. Traffic Curb, Type A or C Precast - Type A or C Precast traffic curb, for use in construction of raised channelization, and other traffic delineation uses such as parking lots, rest areas, etc. NOTE: Acceptance based on inspection of Fabrication Plant and an advance sample of curb section to be submitted for approval by Engineer. X $$1$$ $$2$$ Supplemental To Wage Rates Page 7 YES NO 42. Traffic Signs - Prior to approval of a Fabricator X X of Traffic Signs, the sources of the following custom std. signing materials must be submitted and approved msg msg for reflective sheeting, legend material, and aluminum sheeting. NOTE: *** Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed. 43. Cutting & bending reinforcing steel X 44. Guardrail components X X custom standard end sect. sect. 45. Aggregates/Concrete mixes Covered by WAC 296-127-018 46. Asphalt Covered by WAC 296-127-018 47. Fiber fabrics X 48. Electrical wiring/components X 49. treated or untreated timber piles X 50. Girder pads (elastomeric bearing) X $$1$$ $$2$$ Supplemental To Wage Rates Page 8 YES NO 51. Standard Dimension lumber X 52. Irrigation components X 53. Fencing materials X 54. Guide Posts X 55. Traffic Buttons X 56. Epoxy X 57. Cribbing X 58. Water distribution materials X 59. Steel "H" piles X 60. Steel pipe for concrete pile casings X 61. Steel pile tips, standard X 62. Steel pile tips, custom X $$1$$ $$2$$ Supplemental To Wage Rates Page 9 WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03103/02 METAL FABRICATION (IN SHOP) Classification Over PREVAILING Time Holiday Note WAGE Code Code Code Counties Covered: Adams, Asotin, Columbia, Douglas, Ferry, Franklin, Garfield Kittitas, Lincoln, Okanogan, Pend Oreille, Stevens, Walla Walla and Whitman Fitter 12.76 1 Welder 12.76 1 Machine Operator 12.66 1 Painter 10.20 1 Laborer 8.13 1 Counties Covered: Benton Welder 16.70 1 Machine Operator 10.53 1 Painter 9.76 1 Laborer 7.06 1 Counties Covered: Chelan Fitter 15.04 1 Welder 12.24 1 Machine Operator 9.71 1 Painter 9.93 1 Laborer 8.77 1 Counties Covered: Clallam, Grays Harbor, Island, Jefferson, Lewis, Mason, Pacific, San Juan and Skagit Fitter 15.16 1 Welder 15.16 1 Machine Operator 10.66 1 Painter 11.41 1 Laborer 11.13 1 $$1$$ $$2$$ Supplemental To Wage Rates Page 10 Classification METAL FABRICATION (IN SHOP) 03/03/02 Counties Covered: Clark Over PREVAILING Time Holiday Note WAGE Code Code Code Layerout 23.06 1J 6U Fitter 22.72 1J 6U Welder 21.54 1J 6U Painter 19.65 1J 6U Machine Operator 17.08 1J 6U Laborer 16.57 1J 6U Counties Covered: Snohomish Fitter 15.38 1 Welder 15.38 1 Machine Operator 8.84 1 Painter 9.98 1 Laborer 9.79 1 Counties Covered: Spokane Fitter 12.59 1 Welder 10.80 1 Machine Operator 13.26 1 Painter 10.27 1 Laborer 7.98 1 Counties Covered: Thurston Layerout 23.22 1R 6T Fitter 21.29 1R 6T Welder 19.34 1R 6T Machine Operator 16.43 1R 6T Laborer 13.52 1R 6T Fitter/Welder Machine Operator Laborer $$1$$ $$2$$ Counties Covered: Whatcom Supplemental To Wage Rates Page 11 13.81 1 13.81 1 9.00 1 Classification METAL FABRICATION (IN SHOP) 03/03/02 Counties Covered: Yakima Over PREVAILING Time Holiday Note WAGE Code Code Code Fitter 12.00 1 Welder 11.32 1 Machine Operator 11.32 1 Painter 12.00 1 Laborer 10.31 1 Counties Covered: Cowlitz Fitter 22.39 1B 6V Welder 22.39 1B 6V Machine Operator 22.39 1B 6V Laborer 17.62 1B 6V Fitter Welder Painter Counties Covered: Grant Counties Covered: King 10.79 1 10.79 1 7.45 1 Fitter 15.86 1 Welder 15.48 1 Machine Operator 13.04 1 Painter 11.10 1 Laborer 9.78 1 Fitter Welder Machine Operator Laborer $$1$$ $$2$$ Counties Covered: Kitsap Supplemental To Wage Rates Page 12 26.96 1 13.83 1 13.83 1 6.90 1 Classification Fitter/Welder Machine Operator Painter Laborer Fitter Welder Machine Operator Laborer $$1$$ $$2$$ METAL FABRICATION (IN SHOP) 03/03/02 Over PREVAILING Time Holiday Note WAGE Code Code Code Counties Covered: Klickitat, Skamania and Wahkiakum Counties Covered: Pierce Supplemental To Wage Rates Page 13 16.99 1 17.21 1 17.03 1 10.44 1 15.25 1 13.98 1 13.98 1 9.25 1 WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03/03/02 FABRICATED PRECAST CONCRETE PRODUCTS Classification All Classifications Over PREVAILING Time Holiday Note WAGE Code Code Code Counties Covered: Adams, Asotin, Benton, Columbia, Douglas, Ferry, Franklin, Garfield, Grant, Lincoln, Okanogan, Pend Oreille, Stevens, Walla Walla, and Whitman Counties Covered: King Architectural and Prestressed Concrete All Classifications 9.96 1 11.05 1 All Other Concrete Products Maintenance 18.77 1B 6S Operator 18.24 1B 6S Gunite 18.24 1B 6S Carpenter 18.77 1B 6S Fabricator 18.24 1B 6S Wet pour 17.99 1B 6S Yard Patch 17.99 1B 6S Welder 18.24 1B 6S Clean Up 17.99 1B 6S All Classifications All Classifications All Classifications $$1$$ $$2$$ Counties Covered: Pierce Counties Covered: Chelan, Kittitas, Klickitat and Skamania 10.00 1 8.61 1 Counties Covered: Clallam, Clark, Cowlitz, Grays Harbor, Island, Jefferson, Kitsap, Lewis, Mason, Pacific, San Juan, Skagit, Snohomish, Thurston, Wahkiakum Supplemental To Wage Rates Page 14 13.50 1 WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03/03/02 FABRICATED PRECAST CONCRETE PRODUCTS Classification Machine Operator Laborer Counties Covered: Spokane Counties Covered: Yakima Over PREVAILING Time Holiday Note WAGE Code Code Code 10.33 1 6.90 1 Craftsman 8.65 1 Production Worker 7.15 1 Laborer 6.90 1 Counties Covered: Whatcom Rebar 14.60 1 Concrete Finisher 12.53 1 Carpenter 11.43 1 Laborer 8.43 1 $$1$$ $$2$$ Supplemental To Wage Rates Page 15 Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) The following two letters from the State Department of Labor and Industries (State L&I) dated August 18, 1992 and June 18, 1999, clarify the intent and establish policy for administrating the provisions of WAC 296-127-018 COVERAGE AND EXEMPTIONS OF WORKERS INVOLVED IN THE PRODUCTION AND DELIVERY OF GRAVEL, CONCRETE, ASPHALT, OR SIMILAR MATERIALS. Any firm with questions regarding the policy, these letters, or for determinations of covered and non -covered workers shall be directed to State L&I at (360) 902-5330. Effective September 1, 1993, minimum prevailing wages for all work covered by WAC 296-127-018 for the production and/or delivery of materials to a public works contract will be found under the regular classification of work for Teamsters, Power Equipment Operators, etc. Supplemental To Wage Rates Page 16 ESAC DIVISION - TELEPHONE (206) 586-6887 PO BOX 44540, OLYMPIA, WASHINGTON 98504-4540 August 18, 1992 TO: All Interested Parties FROM: Jim P. Christensen Acting Industrial Statistician SUBJECT: Materials Suppliers - WAC 296-127-018 This memo is intended to provide greater clarity regarding the application of WAC 296-127-018 to awarding agencies, contractors, subcontractors, material suppliers and other interested parties. The information contained herein should not be construed to cover all possible scenarios which might require the payment of prevailing wage. The absence of a particular activity under the heading "PREVAILING WAGES ARE REQUIRED FOR" does not mean that the activity is not covered. Separate Material Supplier Equipment Operator rates have been eliminated. For those cases where a production facility is set up for the specific purpose of supplying materials to a public works construction site, prevailing wage rates for operators of equipment such as crushers and batch plants can be found under Power Equipment Operators. PREVAILING WAGES ARE REQUIRED FOR: 1. Hauling materials away from a public works project site, including excavated materials, demolished materials, etc. 2. Delivery of materials to a public works project site using a method that involves incorporation of the delivered materials into the project site, such as spreading, leveling, rolling, etc. 3. The production of materials at a facility that is established for the specific, but not necessarily exclusive, purpose of supplying materials for a public works project. 4. Delivery of the materials mentioned in #3 above, regardless of the method of delivery. PREVAILING WAGES ARE NOT REQUIRED FOR: 1. The production of materials by employees of an established materials supplier, in a permanent facility, as well as the delivery of these materials, as long as delivery does not include incorporation of the materials into the job site. 2. Delivery of materials by a common or contract carrier, as long as delivery does not include incorporation of the materials into the job site. 3. Production of materials for unspecified future use. $$1$$ $$2$$ Supplemental To Wage Rates Page 17 STATE OF WASHINGTON DEPARTMENT OF LABOR AND INDUSTRIES June 18, 1999 TO: Kerry S. Radcliff, Editor Washington State Register FROM: Gary Moore, Director Department of Labor and Industries SUBJECT: Notice re WAC 296-127-018, Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials The department wishes to publish the following Notice in the next edition of the Washington State Register: NOTICE Under the current material supplier regulations, WAC 296-127-018, the department takes the position that prevailing wages do not apply to the delivery of wet concrete to public works sites, unless the drivers do something more than just deliver the concrete. Drivers delivering concrete into a crane and bucket, hopper of a pump truck, or forms or footings, are not entitled to prevailing wages unless they operate machinery or use tools that screed, float, or put a finish on the concrete. This position applies only to the delivery of wet concrete. It does not extend to the delivery of asphalt, sand, gravel, crushed rock, or other similar materials covered under WAC 296-127-018. The department's position applies only to this regulation. If you need additional information regarding this matter, please contact Greg Mowat, Program Manager, Employment Standards, at P.O. Box 44510, Olympia, WA 98504-4510, or call (360) 902-5310. Please publish the above Notice in WSR 99-13. If you have questions or need additional information, please call Selwyn Walters at 902-4206. Thank you. Cc: Selwyn Walters, Rules Coordinator Patrick Woods, Assistant Director Greg Mowat, Program Manager Supplemental to Wage Rates 18 BENEFIT CODE KEY - EFFECTIVE 03-03-02 ***********i***i*t*******************it*****************i*****tt***t**********tit*************t*******t*i*i*********ttt* OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C. 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 DAY, 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 DAY ON SATURDAY; ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS IN A FIFTH CALENDAR WEEKDAY OF A FOUR - TEN HOUR SCHEDULE; ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH FRIDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. G. THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. J. THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED ON 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 WAGE. 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 WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Q. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. BENEFIT CODE KEY - EFFECTIVE 03-03-02 -2- I. S. ALL HOURS WORKED ON SUNDAYS BETWEEN THE HOURS OF 12:OOAM SUNDAY AND 6:O0AM MONDAY AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. T. ALL HOURS WORKED ON SATURDAYS, EXCEPT MAKE-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:OOAM 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 WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. 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 WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID 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 WAGE. 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 THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY. H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. J. 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 WAGE. M. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. O. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. 4. A. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. HOLIDAY CODES 5. A. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). 5. B. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY BENEFIT CODE KEY - EFFECTIVE 03-03-02 -3- AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8). C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). D. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). G. H. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7). HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS (6). I. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). N. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9). O. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). R. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, ONE-HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (7 1/2). S. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (7). T. PAID HOLIDAYS: SEVEN (7) PAID HOLIDAYS. V. 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 - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8). Y. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8). 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, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). D. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, 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, MARTIN 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). 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 CHRISTMAS DAY. (8) BENEFIT CODE KEY - EFFECTIVE 93-03-02 -4- 6. Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY. UNPAID HOLIDAY PRESIDENTS' DAY. S. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (8). T. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING, DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). U. Hnr IDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY. LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY (9). V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE (10). W. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE CHRISTMAS DAY (10). X. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (11). NOTE CODES 8. A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50' TO 100' - $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 175' - $2.25 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 175' TO 250' - $5.50 PER FOOT FOR EACH FOOT OVER 175 FEET OVER 250' - DIVERS MAY NAME THEIR OWN PRICE, PROVIDED IT IS NO LESS THAN THE SCALE LISTED FOR 250 FEET C. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50' TO 100' - $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150' - $1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 200' - $2.00 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 $1.00 PER HOUR. L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $0.75, LEVEL B: $0.50, AND LEVEL C: $0.25. M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A & B: $1.00, LEVELS C & D: $0.50. N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY.PREMIUMS AS FOLLOWS - LEVEL A: 81.00, LEVEL B: $0.75, LEVEL C: $0.50, AND LEVEL D: $0.25. 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 PROPOSAL To the City Clerk Yakima, Washington This certifies that the undersigned has examined the location of: City of Yakima 2002 Grind and Overlay Rehabilitation City Project Nos. 1959 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 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. 99 100 ADDENDUM NO. 1 ITEM PROPOSAL BID SHEET (Revised) City of Yakima 2002 Grind and Overlay Rehabilitation City Project Nos. 1959 ITEM NO. PROPOSAL ITEM PAYMENT SECTION QTY UNIT UNIT PRICE DOLLARS AMOUNT DOLLARS 1 SPILL PREVENTION PLAN 1 LS Z &e-dk) /, Gere) _60 1-07.15 2 MOBILIZATION 1 LS ��, ). J zo. 1-09.7 3 TRAFFIC CONTROL SUPERVISOR 350 HR /49 .d%) 6-6 ec) 1-10.5 4 MAINTENANCE AND PROTECTION OF TRAFFIC (Min. Bid $32,000) 1 LS ,3;;Z, de eJ .lies ! G9z-le,eG) 1-10.5 5 CONSTRUCTION SIGNS CLASS 'A' 240 SF -D6 1 dei 1-10.5 6 ROADWAY EXCAVATION INCL. HAUL 250 CY /5,-e/) ,t,529. ek) 2-03.5 7 PREPARATION OF GRAVEL BASE 7,300 SY l c 3 "-.G) 4-04.5 8 ASPHALT TREATED BASE 408 TON , C) 1 A7- ckl 4-06.5 9 PLANING BITUMINOUS PAVEMENT 12275 SY / 35- �(o, 57/- 5' , 5-04.5 10 FABRIC MEMBRANE INTERLAYER 13,212 SY , % g 9% eke') 5-04.5 11 ASPHALT CONC. PAVEMENT, CLASS 'A' WITH PG64-28 2,918 TON 3V. 5 ,/ 6 -it- 6-]) 5-04.5 12 ADJUST MANHOLE 25 EA ,,d/O.(�1.3 y i_ - 5-04.5 13 ADJUST VALVE BOX 40 EA J / -426 lei e.jJ.U4 5-04.5 _ 14 ADJUST CATCH BASIN 3 EA 1 &e...) -&- r // e) re) -e6 5-04.5 t 15 ADJUST MONUMENT CASE 3 EA c':y%- 3-- .e.ir- 1 5-04.5 16 CEMENT CONC. SIDEWALK 130 SY7 se) ,_..x,15 ?6, ezo 8-14.5 17 REPAIR OR REPLACEMENT 1 FA { 15,000.00 15,000.00 8-30.5 TOTAL BID 101 102 BID BOND FORM Herewith find deposit in the form of a certified check, cashiers check, cash, or bid bond in the amount of $ _ which amount Is not Tess than five percent of the total bid. Sign Here BID BOND KNOW ALL MEN BY THESE PRESENTS: That we, SUPERIOR PAVING CO. , as principal, and AMERICAN HOME ASSU , as Surety, are held and firmly bound unto the City of Yakima, as Obligee, in the penal sum ofFIVE PERCENT (57) OF TOTAL BIDDollars, 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 2002 GRIND AND OVERLAY REHABILITATION. 1959 , 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 13th DAY OF June ,2002 CE COMPANY SUPEOR PAVING CO. Prig Ipal aula M. McC_.oy,At or -, "n—Fact 20 Received return of deposit in the sum of $ 103 American Ilome Assurance Company National Union Fire Insurance Company of Pittsburgh, Pa. Principal Bond Office 70 Pine Street, New York, N.Y. 10270 KNOW ALL MEN BY THESE PRESENTS: POWER OF ATTORNEY No. 13-B-06265 That American Home Assurance Company, a New York corporation, and National Union Fire Insurance Company of Pittsburgh, Pa., a Pennsylvania corporation, does each hereby appoint ---Paula M. NIcCoy, James B. Binder, Anne E. Strieby, W. J. McCoy: of Seattle, Washington --- its true and lawful Attorney(s)-in-Fact, with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, American Home Assurance Company and National Union Fire Insurance Company of Pittsburgh, Pa. have each executed these presents this 2th dayofMarch, 2002. Michael C. sident Fay, Vice P Y STATE OF NEW YORK } COUNTY OF NEW YORK }ss. On this 28th day of March, 2002 before me carne the above named officer of American Home Assurance Company and National Union Fire Insurance Company of Pittsburgh, Pa., to me personally known to be the individual and officer described herein, and acknowledged that he executed the foregoing instrument and affixed the seals of said corporations thereto by authority of his office. Notary Pubic, State of New York 01PA6060631 Nffli,t00 Jan n1:2) CERTIFICATE Excerpts of Resolutions adopted by the Boards of Directors of American Home Assurance Company and National Union Fire Insurance Company of Pittsburgh, Pa. on May 18, 1976: "RESOLVED, that the Chairman of the Board, the President, or any Vice President be, and hereby is, authorized to appoint Attorneys -in -Fact to represent and act for and on behalf of the Company to execute bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, and to attach thereto the corporate seal of the Company, in the transaction of its surety business; "RESOLVED, that the signatures and attestations of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company when so affixed with respect to any bond, undertaking, recognizance or other contract of indemnity or writing obligatory in the nature thereof; "RESOLVED, that any such Attorney -in -Fact delivering a secretarial certification that the foregoing resolutions still be in effect may insert in such certification the date thereof, said date to be not later than the date of delivery thereof by such Attorney -in -Fact." I, Elizabeth M. Tuck, Secretary of American Home Assurance Company and of National Union Fire Insurance Company of Pittsburgh, Pa. do hereby certify that the foregoing excerpts of Resolutions adopted by the Boards of Directors of these corporations, and the Powers of Attorney issued pursuant thereto, are true and correct, and that both the Resolutions and the Powers of Attorney are in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of each corporation 65166 (4/99) this t 3 day of ,Tune 21/02. Elizabeth M. Tuck, Secretary BID BOND FORM Herewith find deposit in the form of a certified check, cashiers check, cash, or bid bond in the amount of $ which amount is not less than five percent of the total bid. Sign Here 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 , 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 , 20 Received return of deposit in the sum of $ 103 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. NOTICE TO ALL BIDDERS To report bid rigging activities call: I -800-424-9071 The U.S. Department of Transportation (USOOT) operates the above toll-free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. 105 NON-DISCRIMINATION PROVISION During the performance of this contract, the contractor agrees as follows: (1) 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. *(2) The contractor will, in all 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. *(3) 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. "(4) 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. *(5) 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. "(6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any such rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order 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. "(7) The contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders 01 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." 107 108 SUBCONTRACTOR LIST Prepared in compliance with RCW 39.30.060 as amended (To be submitted with the Bid Proposal) F. ure to list subcontractors who are proposed to perform the work of heating, ventilation and air con•'tioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW ill result in your bid being non-responsive and therefore void. Subcontr as describ below. The tor(s) that are proposed to perform the work of heating, ventilation and air conditioning, plumbing, in Chapter18.106 RCW, and electrical as described in Chapter 19.28 RCW must be listed ork to be performed is to be listed below the subcontractor(s) name. If no subcontr tor is listed below, the bidder acknowledges that it does not intend to use any subcontractor to •erform those items of work. Subcontracto ame Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Bid Items to be performed by the Prime Contractor: ( ) Prime Contractor Name Item Numbers ( 2 v, L' 1 109 110 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. 111 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 carries 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 Enterprise opportunities for parti- cipation in its competitive bidding process through the adoption of the "Women And Minority Business Enterprise Policy" statement attached hereto, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Council hereby adopts the "Women And Minority Business Enterprise Policy", a copy of which is attached hereto and by reference made a part hereof. LfJ ADOPTED BY THE CITY COUNCIL this .� ql4 day of 1983. 4LrA,. 00 AAA_A-t Mayor ATTEST: 71 City Clerk 113 114 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: a. The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response. b. 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 suchworker 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. c. The contractor shall promptly notify the City of Yakima Engineering Division an 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. d. The contractor shall participate in training programs in the area, especially those funded by the Department of Labor. e. 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. 115 f. 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. g. 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. h. The contractor shall make specific efforts to encourage present minority employees to recruit their friends and relatives. i. The contractor shall validate all man specifications; selection requirements, tests, etc. j. The contractor shall make every effort to promote after school, summer and vacation employment to minority youth. k. 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. I. 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. m. The contractor shall make sure that seniority practices, job classifications, etc., do not have a discriminatory effect. n. The contractor shall make certain that all facilities and company activities are non- segregated. o. The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. p. The contractor shall solicit bids for subcontracts from available minority and women subcontractors, engaged in the trades covered by these Bid Conditions, including circulation of minority and women contractor associations. q. 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. 116 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: (BIDDER) certifies that: 1. It intends to use the following listed construction trades in the work under the contract 4 l fr P/ -0/46i and; as to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non-federal) in the Yakima, Washington area subject to these Bid Conditions, those trades being: /�—�••.,� and; 2. It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any sub -contract under this contract the Subcontractor Certification required by these Bid Condition e-) (Signature of Afiit1orized Representative of Bidder) v/cfprc YvliihA 117 118 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) 1. It intends to use the following listed construction trades in the work under the subcontract and; As to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non-federal) in Yakima, Washington, subject to these Bid Condition, those trades being: and; 2. It will obtain from each of its subcontractors prior to the award of any subcontract under this subcontract the Subcontractor Certification required by these Bid conditions. (Signature of Authorized Representative of Subcontractor) 119 120 Materially and Responsiveness The certification required to be made by the bidder pursuant to these Bid Conditions is material, and will govern 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 applicable). Bidders, contractors and subcontractors hereby agree to refrain from entering into any contract or contract modification subject to Executive Order 11246, as amended on September 24, 1965, with a contractor debarred from, or who is determined not to be a responsible' bidder for, government contracts and federally assisted construction contracts pursuant to Executive Order. The bidder, contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal opportunity clause including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered by the administering agency, the contracting agency or the Office of Federal Contract Compliance pursuant to the Executive Order. Any bidder, or contractor or subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in non-compliance with these Bid Conditions and Executive Order 11246, as amended. Nothing herein is intended to relieve any contractor or subcontractor during the term of its contract on this project from compliance with Executive Order 11246, as amended, and the Equal Opportunity Clause of its contract. Violation of any substantial requirement in the affirmative action plan by a contractor or subcontractor covered by these Bid Conditions including the failure of such contractor or subcontractor to make a good faith effort to meet it fair share of the trade's goals of minority and women workforce utilization, and shall be grounds for imposition of the sanctions and penalties provided at Section 209 (a) of Executive Order 11246, as amended. Each agency shall review its contractors' and subcontractors' employment practices during the performance of the contract. If the agency determines that the affirmative action plan no longer represents effective affirmative action, it shall so notify the Office of Federal Contract Compliance which shall be solely responsible for any final determination of that question and the Consequences thereof. In regard to these conditions, if the contractor or subcontractor meets its goals or if the contractor or subcontractor can demonstrate that it has made every good faith effort to meet those goals, the contractor of the subcontractor shall be presumed to be in compliance with Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions and no formal 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 121 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 subcontractor can comply with the requirements of Executive Order 11246, as amended, and is 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 rnllect ;ie bargaining amu„ ,y agreement providing for exclusive 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 administering 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 making such a determination, the agency head will notify, in writing, the Director of the Office of Federal Contractor Compliance within thirty days. Requests for exemptions from these Bid Conditions must be made in writing, with justification, to the: Director Office of Federal Contractor Compliance U.S. Department of Labor Washington, D.C. 20210 and shall be forwarded through and with 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 agency or the Office of Federal Contractor Compliance. 122 PROPOSAL CITY OF YAKIMA 2002 Grind and Overlay Rehabilitation City Project No. 1959 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 CASHIER'S CHECK CERTIFIED CHECK PROPOSAL BOND IN THE AMOUNT OF DOLLARS ($ ) PAYABLE TO THE STATE TREASURER IN THE AMOUNT OF 5% OF THE BID ** Receipt is hereby acknowledged of addendum(s) No.(s) SIGN AUT ' IZED OFFICIAL "--eL-Ag FIRM NAME oP 7 OI! P/1JZ>i( q (ADRESS) o?X SO 9) 2q -S37L Cti<W1 (A) 4 99961 PHONE NUMBER STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER SL1P6 /.,9- / d '7 FEDERAL ID No. 9/ -- / ? 37f Note: (1) This proposal form is not transferable 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. 123 124 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 purchased from the City and bound in the Contract Documents: A. PROPOSAL The unit prices, extensions and total amounts bid must be shown in the spaces provided. /B. PROPOSAL SIGNATURE SHEET To be filled in and signed by the bidder. `4. BOND ACCOMPANYING BID This bid form is to be executed by the bidder and the surety company unless bid is accompanied 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. 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 is 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. 125 PLANS & DETAILS Project Details City Standard Details Traffic Control Plan (Informational Copy) 11V_Lal 1080d - VININVA .d0 ALIO NO1103S AVAAGV02:11VOIciAl ZO'ZZ'9 :133ACMIddV TRAVEL LANE TRAVEL LANE PLANE TO TOP OF GRAVEL 3" CLASS 'A' ACP NOTE: ALL ROADBEDS SHALL BE RESHAPED AND COMPACTED AS IN SECTION 4-04 OF THE SPECIAL PROVISIONS. P1 ENGLEWOOD AVENUE - TYPICAL ROADWAY SECTION City of Yakima — Engineering Division FINISHED GRADE 1 1/2" CLASS "G" ASPHALT CLASS 3000 CEMENT CONCRETE FULL DEPTH OF SECTION LESS 1 1/2" CAST IRON LID ASPHALT PAVEMENT 12" + + { ♦ + + + + /.\4 SUBGRADE 2 tD ■ GATE OR BUTTERFLY VALVE (GATE VALVE SHOWN) A. A 1 1 + t t. ♦ t • • + t ▪ t r• t t••• • i f• i t♦• t• • + • • • • + • • ♦ t { 4 • • { f f r r SUBGRADE BASE UPPER SECTION SLIDING TYPE C.I. VALVE BOX (RICH MODEL 940—B, 18 INCHES HIGH) LOWER SECTION (RICH MODEL R-36, 36 INCHES HIGH) 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. 3. REFER TO SECTION 5-04.3(13) FOR SPECIFICATIONS ON THE ADJUSTMENT OF THE VALVE BOX TO GRADE. WATER VALVE BOX City of Yakima — Engineering Division APPROVED: 5.22.02 CITY OF YAKIMA - PROJECT DETAIL WATER VALVE BOX P2 1Iblaa 1O3('021d - VWINV,' JO A110 N011339 JlvMCI`d02:1 1VOIdAl W ZO'ZZ'S :G AO iddd 11' PLANE & OVERLAY 28' OVERLAY EXISTING (SEE DETAIL "P4") 1' TO EDGE OF FABRIC • F • Q �...rd."►�•��r".•$•:••,, �•�••��.aa��A��.�aaaa a�.ai. aaaaaaaaaaaaaaaaa.:.�AA• • •♦ FABRIC MEMBRANE INTERLAYER 11' EXCAVATE & REBUILD t ► (SEE DETAIL "P5") 1' .-- TO EDGE OF FABRIC • •• 2" CLASS "A" ACP (COMPACTED DEPTH) EXISTING ACP 4"ATP (COMPACTED DEPTH) NOB HILL BLVD. - TYPICAL ROADWAY SECTION City of Yakima — Engineering Division 11' PLANING SECTION 8' 1st PLANING PASS 2" EXISTING ACP 8' 2nd PLANING PASS PLANING SECTION DETAIL 1st PLANING PASS 2nd PLANING PASS J w w J Z O x� w� 2" 11' OVERLAY SECTION 1' TO EDGE OF FABRIC _ v _ v•L v: FABRIC MEMBRANE INTERLAYER • AV OVERLAY SECTION DETAIL T 2" 2" CLASS "A" ACP (COMPACTED DEPTH) EXISTING ACP AFTER PLANING P4 NOB HILL BLVD. - ROADWAY SECTION DETAIL City of Yakima — Engineering Division APPROVED: 5.22.02 CITY OF YAKIMA - PROJECT DETAIL ROADWAY SECTION DETAIL P4 11' EXCAVATION SECTION It EXCAVATION LIMITS / EXISTING ACP SURFACE //\\ \//\\//�\//�\//�\// \\/ EXCAVATION SECTION DETAIL 4" i 11' REBUILD SECTION 1' TO EDGE OF FABRIC FABRIC MEMBRANE INTERLAYER WA 2" 4" 2" CLASS "A" ACP (COMPACTED DEPTH) 4" ATP (COMPACTED DEPTH) REBUILD SECTION DETAIL NOTE: STA. 14+54 TO STA. 21+43 REBUILD NORTH SIDE STA. 22+14 TO STA. 28+73 REBUILD SOUTH SIDE NOB HILL BLVD. - ROADWAY SECTION DETAIL City of Yakima — Engineering Division APPROVED: 5.22.02 CITY OF YAKIMA - PROJECT DETAIL ROADWAY SECTION DETAIL P5 CLASS 3000 CEMENT CONCRETE FULL DEPTH OF SECTION LESS 1 1/2" 1 1/2" CLASS "G" ASPHALT 12" ASPHALT PAVEMENT i 0 ' .X.� Nom\ SUBGRADE _"Oeee� rII - -eee14 eee eeeeeee it • >,, SUBGRADE BASE DRY PACK ALL JOINTS AND VOIDS SMOOTH INSIDE BARREL /s31MANHOLE ADJUSTMENT DETAIL City of Yakima — Engineering Division APPROVED: 2.10.99 CITY OF YAKIMA - STANDARD DETAIL MANHOLE ADJUSTMENT S3 SEWER MAIN GRADE 1 1/2" CLASS "G" ASPHALT CLASS 3000 CEMENT CONCRETE 2'-0" FIBER JOINT PACKING CAST IRON FRAME & COVER SEE FRAME & COVER SPECIFICATION CLEAN OUT PAYMENT ............................ 3 WO 8" SEWER CLEAN OUT City of Yakima — Engineering Division 4.4 SUBGRADE BEDDING MATERIAL APPROVED: 2.10.99 CITY OF YAKIMA - STANDARD DETAIL 8" SEWER CLEAN OUT S5 9 1/2" 8" 7 1/8" MONUMENT CASE MONUMENT CASE 1 1/2" CLASS "G" ASPHALT (COMPACTED DEPTH) MONUMENT CASE TO BE SATHER MFG. CO. #2022 OR APPROVED EQUIVALENT 3/16" NIDE BEAD, 1/8" HIGH 12" MAX //. A 6" CLASS 3000 CONCRETE ZS,„ _1 e CRUSHED SURFACING TO BE PLACED AFTER PLACEMENT OF MONUMENT CASE SUFFICIENT TO SECURE MONUMENT '/ 2" ALUMINUM, BRONZE OR BRASS SURVEY CAP 5/B" REBAR — 24` LENGTH MIN. NOTES 1. MONUMENT TO BE PLACED AFTER FIRST LIFT. 2. TOP OF MONUMENT CASE SHALL BE 1' BELOW TOP OF FIRST UFT. 3. MONUMENT CASE TO BE PLACED AFTER FINAL UFT OF ASPHALT. 4. IN UNIMPROVED ROADS, THE MONUMENT CASE SHALL BE SET WITH THE TOP OF THE CASE 6" BELOW EXISTING GRADE. 5. WSDOT CLASS 3000 CONCRETE WITH AGGREGATE GRADING NO. 5. SURVEY MONUMENT City of Yakima — Engineering Division APPROVED: 9.15.99 CITY OF YAKIMA - STANDARD DETAIL SURVEY MONUMENT R25 SEE PLANS S = —0.02 -4" or- COMPACTED EARTH COLD JOINT 1" MINIMUM COMPACTED DEPTH CRUSHED SURFACING TOP COURSE 4" STANDARD SECTION SEE PLANS NOTE S = 0.02 FT/FT r .I .. • COMPACTED EARTH 8" • .: 1" MINIMUM COMPACTED DEPTH CRUSHED SURFACING TOP COURSE THICKENED SIDEWALK SECTION 1. WSDOT CLASS 3000 CONCRETE WITH COARSE AGGREGATE GRADING NO. 5. TYPICAL SIDEWALK SECTIONS City of Yakima — Engineering Division APPROVED: 9.15.99 CITY OF YAKIMA - STANDARD DETAIL TYPICAL SIDEWALK SECTIONS R14 A 5/8" A 1-1/4" 36" r7 \ 2"R SECTION A -A 24" ro-C 7 �I 6-3/8" SECTION C -C 0) 1—er--1" 1-0"—C 22" 17" 2-1/4" nuirmwm- 2-1/2" 2" SECTION B -B NOTES THE FRAME, GRATE & HOOD SHALL BE INLAND FOUNDRY CO. N0.517 OR APPROVED EQUAL. THE CATCH BASIN SHALL BE AS SHOWN ON CITY OF YAKIMA DETAIL D1. FRAME, GRATE & HOOD City of Yakima — Engineering Division APPROVED: 2.10.99 CITY OF YAKIMA - STANDARD DETAIL FRAME, GRATE & HOOD D2 i1 L 22-1/4" 1 N N O N Il 3/4" A 1-1/4" 36" r7 \ 2"R SECTION A -A 24" ro-C 7 �I 6-3/8" SECTION C -C 0) 1—er--1" 1-0"—C 22" 17" 2-1/4" nuirmwm- 2-1/2" 2" SECTION B -B NOTES THE FRAME, GRATE & HOOD SHALL BE INLAND FOUNDRY CO. N0.517 OR APPROVED EQUAL. THE CATCH BASIN SHALL BE AS SHOWN ON CITY OF YAKIMA DETAIL D1. FRAME, GRATE & HOOD City of Yakima — Engineering Division APPROVED: 2.10.99 CITY OF YAKIMA - STANDARD DETAIL FRAME, GRATE & HOOD D2 AI t PLAN VIEW 18" (+ 1/'32") X 24" (+ 102") 16" x 22" OPENING 17 3/4" I + 1/32" ) X 23 3/4" I + 1/32" 1 25" x 31" A 1 9/16" iv TYP. a. SECTION A f CASTING PER: ASTM A27 GRADE 70-36, OR ASTM A536 GRADE 80-55-06. APPROX. WEIGHT, 124 LBS. CATCH BASIN GRATE FRAME City of Yakima — Engineering Division APPROVED: 2.10.99 CITY OF YAKIMA - STANDARD DETAIL CATCH BASIN GRATE FRAME D4 u LEVEL PAD — 3/4"x 2 1/4"x 1/16" (16 PLACES TOTAL) I I t PLAN VIEW 18" (+ 1/'32") X 24" (+ 102") 16" x 22" OPENING 17 3/4" I + 1/32" ) X 23 3/4" I + 1/32" 1 25" x 31" A 1 9/16" iv TYP. a. SECTION A f CASTING PER: ASTM A27 GRADE 70-36, OR ASTM A536 GRADE 80-55-06. APPROX. WEIGHT, 124 LBS. CATCH BASIN GRATE FRAME City of Yakima — Engineering Division APPROVED: 2.10.99 CITY OF YAKIMA - STANDARD DETAIL CATCH BASIN GRATE FRAME D4 BARS 1 3/8" THICK THIS AREA (REF.) 11"/ co BARS 1 5/8" THICK THIS AREA (REF.) 1/4" R. FOR MACHINING CLEARANCE BARS 1" THICK (TYP 4 PLACES) //A L. BOTTOM VIEW LEVELING PADS (TYP 8 PLACES) (3/4" x 1 3/4") 1 1/4"—� I ---- TOP - -_TOP VIEW 23 3/4"(+ /32") 1 5/8" 7 1/4" Rl 3/4"� I 3/4" I—.- REF. --j 7/8" 23 1/2"(+ /32") SIDE VIEW it END VIEW CASTING PER: ASTM A27 GRADE 70-36, OR ASTM A536 GRADE 80-55-06. APPROX. WEIGHT, 104 LBS. 1/16" (REF. FINISH DIM.) CATCH BASIN GRATE City of Yakima – Engineering Division APPROVED: 2.10.99 CITY OF YAKIMA - STANDARD DETAIL CATCH BASIN GRATE D5 END ROAD WORK G20 -2a NOTES 1. Floodlights shall be provided to mark flogger stations of night. 2. If entire work area is visible from one stotion, one flogger may be used, otherwise two floggers and signing will be required each direction. 3. Sign sequence is the some for both directions of travel. 4. See Buffer Doto Table. Use of buffer vehicle is recommended. it may be 0 work vehicle. If buffer vehicle is used, minimum from end of toper to work area shall be total of "R" (roll ahead distance) plus length of vehicle, plus "8" (buffer space). If buffer vehicle is not used, minimum distance shall be "8". 5. Steady burning warning lights (Type C, MUTCD) should be used to mark channelizing devices at night as needed. 6. Either reverse cone toper or sign G20 -2o may be used to show end of work area. W20 -7b (optional) CIANNELIZING DEVICE SPACING (FT) MPH Toper Tangent 35/50 30 60 25/30 20 40 LEGEND ono Chonnelizing Devices r Flogger 8 Type A Flashing Warning Light SIGN SPACING TABLE Speed X 45/50 MPH 500'± 35/40 MPH 350't 25/30 MPH 200'± Typical application of traffic control devices on o two -lone highway where one lone is closed and flogging is provided. BUFFER DATA Buffer Space Speed (MPH) 25 30 35 40 45 50 8 (FT) = 55 85 120 170 220 280 Buffer Vehicle Roll Ahead Distance 4 Yard Dump Truck 24,000 LBS Stationary Operation R (FT) = 100 FOR LOCAL ARENCV USE TRAFFIC CONTROL PLAN I txPPts uS 4,911 1 STANDARD PLAN K-2 APPROvEO FOR PUBLICATION 1E DESIGN E -v111 OA1E WASHINGTON STATE 0E00091E01 OF TRANSPORTATION 0EYNPIA. WASHINGTON M3-4 M6-3 DETOUR WEST 1 NOTE: Signing shown for one direction only. a LEGEND ROAD CLOSED XX RILES LOCAL TRAFFIC ONLY DETOUR WEST 144-8 M3-4 M4-1OL RII-3o NOTES 1. Regulatory traffic control devices to be modified as needed for the duration of the detour. 2. Flashing warning lights (Type A. WITCO! shall be used to mark barricades at night os needed. 3. Detour trailblazers shall be instolled as necessary throughout detour route. SIGN SPACING TABLE Speed X 45/50 MPH 500'± 35/40 MPH 350`± 25/30 MPH 200'± DETOUR con Type III Barricade Typical application - Roadway closed beyond detour point FOR LOCAL L GA G Hnl©y USE TRAFFIC CONTROL PLAN 1 was JUE 1.1!11 STANDARD PLAN K-3 APPROVED FOR PUBLICATION ,U E DESIGN /INFER WASHINGTON STATE DEPARTMENT 0T TRANSPORTATION OLYMPIA. WASHINGTON Beginning of project ENO ROAD WORK G20 -2o W20-1 4 500' MAX PASS VON CARE R4 -I 00 NOt PASS End of project R4-2 or No passing zone • 1 X W20-1 r ROAD WORK NEXT X NILES Temporary pavement marking 20-1 •020-1 *Sign G20-1 shall be used when the work length exceeds 2 miles. NON - WORKING HOURS 500' MAX s 41 ROAD WORK NEXT X HILES NOTES 1. Other warning signs, such os LOOSE GRAVEL. TRUCK CROSSING, BUMP, ABRUPT LANE EDGE. etc. may be used os necessary along with advisory speed signs. Advisory speeds ore determined by the Engineer. .G20-1 2. Floodlights shall be provided to mork flogger stations at night. 3. See Buffer Data Table. Use of buffer vehicle is recommended. 1t may be a work vehicle. If buffer vehicle is used, minimum distance from end of toper to work ores shall be totol of "R" (roll ahead distance) plus length of vehicle. plus "8" buffer space. if vehicle Is not used. minimum distance shall be "8". END ROAD WORK G20 -2o e, SIGN SPACING TABLE Speed X 45/50 MPH 500'3 35/40 MPH 350'± 25/30 MPH 200'± W20-1 (Mount on reor of pilot curl PILOT CAR FOLLOW NE G20-4 50' to 300' X � X 0 6 R W20-1 W20-4 LEGEND W20-801 (optional) a o a Channel izing Devices t- Flogger W20 -7a W20 -7a Buffer vehicle with beacon (optionoll (See Note 3) W20-801 (optional( PILOT CAR CONTROLLED ONE WAY TRAFFIC Typicol opplicotion - Paving/Chip Seal operations on o two -lone roadway. W20-4 CHANNELIZING DEVICE SPACING (FT) MPH Toper Tangent 35/50 30 60 25/30 20 40 BUFFER OATA Buffer Space Speed (MPH) 25 30 35 40 45 50 B (FT) = 55 85 120 170 220 280 Buffer Vehicle Roll Ahead Distonce 4 Yord Dump Truck 24.000 LBS Stationary Operotion Moving Operation R (FT) = 100 175 [FOR LOCAL MEU[CY USE TRAFFIC CONTROL PLAN I tX!400 .uc 4.1»t i STANDARD PLAN K-16 APPROVED FOR PUBLICATION AIL, 41 7d2 T/262 7'• E DESIGN E .' NECR DALE % MASNINGtON STAT �EPARTNEN4 OF TRANSPORTATION OLYMPIA, MASNINGION • F.B,d oa n n n n n n n O 5 X L/3 /WORKAREA///// t MIN 500' MAX W20 -I W21-5 LEGEND CHANNELIZING DEVICE SPACING (FT) MPH Taper Tangent 35 30 60 25/30 20 40 SIGN SPACING TABLE Speed X 35 MPH 350'' 25/30 MPH 2001' 0 00 Channelizing Devices Typical application - shoulder work on urban street with minor encroachment on traveled lone. Buffer vehicle with beacon (optional) (See Note 1) NOTES 1. See Buffer Data Table. Use of buffer vehicle is recommended. It may be a work vehicle. If buffer vehicle is used, minimum distance from end of taper to work area shall be total of "R" (roll ahead distance) plus length of vehicle, plus "B" buffer space. If vehicle is not used, minimum distance sholl be "8". G20 -2a END ROAD WORK or reverse cone taper t show end of work area MINIMUM TAPER LENGTH = L IN FEET Lane Posted Speed Width (MPH) 25 30 35 (feet) 10 105 150 205 11 115 165 225 12 125 180 245 BUFFER DATA Buffer Space Speed (MPH) 25 30 35 B (FT) = 55 85 1201 Buffer vehicle Roll Aheod Distonce 4 Yard Dump Truck 24,000 L85 Stationary Operotion R (FT) = 100 li r Y FOR LOCAL A@ Gj]©T 7 USE TRAFFIC CONTROL PLAN STANDARD PLAN K-18 APPROVED FOR PUBLICATION _ ./247 DESIGN ENGINEER DATE WASHINGTON STATE DEPARTMENT OF TRANSPORTATION OLTNPIA. WASHINGTON CONSTRUCTION PLANS* PROJECT LOCATION ENGLEWOOD AVE. (W41. i11�1�� __�_�®1 L LI , pc1=0111562 ■11115 1"--17.31 110111111,111110 B 111 Rel h .I --cINIM NM MEN IMIS 1 I I C'l1 I lug i'_ !1 zing1E II '_ 'Gummi 11111 l niia. III ,1u IMIMIIIEIPE, llIIIL!:1� LuJi�1 11 : �■ ig BB • f—I _ - NMI M=EN IIMMIN_- dN\ I -FI I I II ❑8 BB� I I I I I I IA%� `m �1A r Nana NM 11111111 �I111111 min DPI 111Li �Iw E1 J 1•:' •• 1271111•1111111111111 . 11111, -11ElN-�� A 11 lig �� til lit ,a I II 13 _ _• I 1— 1•� !, 1121®n VICINITY MAP NTS I I 0 t, AS: 00 0 0,0 .;ols 00 �mQ I I iJ 1 2002 GRIND & OVERLAY/ REHABILITATION Englewood Ave. & Nob Hill Blvd. INDEX Sheet 1 Sheet 2 Sheet 3 Sheet 4 Sheet 5 Sheet 6 Sheet 7 Cover Sheet Englewood Ave. Stat. 10+00 to 20+50 Englewood Ave. Stat. 20+50 to 31+50 Englewood Ave. Stat. 31+50 to 36+94.40 Nob Hill Blvd. Sta. 10+00 to 21+00 Nob Hill Blvd. Sta. 21+00 to 31+99.74 Nob Hill Blvd. 3rd Ave. Intersection Detail PROJECT LOCATION NOB HILL BLVD. EXPIRES 11 /17/2003 Z 1 O c> 13m O (1306: a D a 0 < otS -o D O c 3 CV a" w N Project Eng. AR Drawing Scales City of Yakima Project No. 1959 N CCS L Q) CD 0 O 1 ai Q VD "-LAWN J V, La Ce LAWN J 3 3 I 1 ! w a O +off City Of Yakima ,;:-Hall ) Engineering Division •.*,�.% 129 North Second Street -'.� Yakima, Washington -LAWN) O WV �I x iW,. ®WM o z o o UI U 0 LAWN J ®w © _ r- LAWN m ce z O ce c}o 8T Jo �A Wm m i 4 -- -- -- WV 11<ry {'<) F wppMH D4 J4a>t�FJ{) 1 UP OA"C , UP WSNI 0SHRUBS - . PLANTER GRAVEL MB W% SHRUBS STATION 15+00 - E. 13>,. -;?y 9 s 96 ,I• If/•S'MBI .d MB --- ______ f1< ��r y'x SN RAVEL GRAVEL GRAVEL .!nV` GRAVEL GRAVEL SN ry�i <y{`') ^)xJq •r `r1><! <r <7J < fVrh;xr ht.! 24,J'f.`hr r�v .}C}/4=J.✓`<rCxq✓(,`O'Y ft> •: 1.<‘;‘'� P<lv N:v44CYp:,6,6<C=) nrO`'XX'`Ur xx t„r•N -f..00x1x °I,‘,..., e<hryC>qA �Q�YS)4Y`7J.vv`r�VrV p'� rp }y✓`)�nvx,! A J hc/.< =xl'yUt)1ff`l`F6,4h'i✓.AU AJryv)Vf�* C�K, I N rY<)X��xHQ Uhr<X, 6._ ',P"F` •.l=z:*Oz1^tr'< h<pnV?S.`�`yp,nl 9 _ - Q VY, ,fr,r{}rYv{1J ` *, 1 ,.„., 1V hryl^<n�,6,,I, Vh0Vh't1h v UFrh{v <T,* �..i hL°I., '`..<I',.‘ .J ,� ,<V) ,l�Ah `.",..`p CY,;„'-f<i,r`�„ti,rJ x'.. s! .,;.0144-<5, JVU J�`A< :).'�.;ue.,} .)nhA . ) Ur` $"x`,.•.`" C`nnCV:s: `.A{ ), <. <}VCr..}>�T:i,�}ry,h$ 6,,r`6, x6, t<`1v��,h'' s.�',, `ph,'rtynGn<,p{"fr, p r,<>>: iC'<�<<"u+ <�Ki<n"S?,. zpA�0•\,h hF.,l 'eW<1 ,1� !.0h l �,/.„'1«!>iN� �` (f\v?4h�,,`Yti`r^( loC.Y • .`�• Jt ynyZOcvA,c r�`Z~b `t,'%•'"�Cn<�``'c?'t)7..`.`.{n..-f ,rV �'":" t 9< YY 'n(:;4,Z, .4„�/trtV�.`,:En }!6y��. ' 0,47.4-0<a<{J 0,•%z1Ap N Np1> V ,�''tYrY+r 0x)rh,,,,t{<vry•yQia;<Y..,.,).4.,0-4.,<„,,,, Ctn eVoo4<"hV7•tiW,,z\<�6 vOx ,1`( Yryrt,ryA„` pnn, r-6' n.�11<,t, 4 ,,,,0›.04 „,v, n Qhx- '7rYQ4. .< ., . xrn.?'�. vh', 7,r 4,,..„4,,, YZh=Na ,ro, ,,,,h ) ,rrfvV4,-, xkh h=h. 2n,,,z,A,n'L, C0, 2r:56` �`>rrr,� {1,'. r"!pr`' n.xrz.4<h*a«r°h r..<, ,,r�ra ..'0,, n, pri' a{i>GRAVEL Y SN MHO B „�VxF 1-a ,,dOh v GRAVEL SNS s / RAVEL n� x x x r MB GRAVEL 1 , } 1 B UP �7SN GRAVEL ` `i-- -r=LAWN) - 3 WV \ WV - - -LAWN - - PL'TE --1 a3-- - --- - -- - 1 —n - --- x x - - -- - - a> WM SN WM 1 a3 10 -0- �.g ) ©i - - a UP -:Cis - - - - -- - - ®C. x - ' - MB Z- �- WM EH ¢o ,--LAWN J _�V. -.. N � R TIES 1) IV _.__ i =� WV1 ¢o _.___.— m- 1 rx xx x-- _- a 1 W 00 1 / 1 ��I�— — — —_ LAWN) 7 : 1 WM1 ao 1 i ,-'LAWN✓ WM a� i ,--LAWN✓' Z Englewood Ave. Plane & Overlay 48th Ave. to 56th Ave. City Project No. 1959 1 C61 lip I SN '• a =o tO to SIV CONSTRUCTION NOTES a U ji O ADJUST WATER VALVE BOX TO GRADE (SEE DETAIL "P2") O ADJUST MONUMENT CASE & COVER TO GRADE (SEE DETAIL "R25") >'Ut PLANE & OVERLAY LIMITS ® ADJUST MANHOLE TO GRADE (SEE DETAIL "S3") (SEE ROADWAY SECTION DETAIL "P1") CO Q0w U LAWN J w 3 ASPHALT .0 W W W1 Z 1 o -- �„,—��*'..� DRIVEWAY 1 ,-- PLANTER✓ i LO 1 �� �� �� WM® �� = N MATCH LINE STATION 15+00 - S Y PLANTER T 1-> 1 SHRUBS �} UP R R TIES < 1 -'a 1 a3 MB SHRUBS SN '' ` �� �DIRTJ W; WM® 8-LAWNJ UP ITCH LINE STATION 20+50 - SEE Project Eng. AR Drawing Scales IHorizontal = 1„=40' Vertical = none =W UP a� -ITx>;Vy�"!:`ti�. >r,r :• �.' p J MB �> I aE '•'4o`vr `,">'^ vr<"''o. J GRAVEL < w- GRAVEL o < -'t `''V t�• ) �'� {`<; ,--GRAVEL / o / . GRAVEL ;�'�/\,,,{)t V(..�,)�<r,l�{,.`<7;ns. �.ti,.2,. co n <`^;�,')h`yYti` `c2 Uw ®gO® o� /�/----, MB o § i� , <\ -� ) \ SN i - 0 �1<y-r�'!"A ` i ASPHALT ` GRAVEL ASPHALT • ,n ,;`✓ . )v<'�'�,� ?`7r> hr r' <)', O%t'ZY�J4 n �yV=O `xV tirp ` > l '.< zV< _ _ " volt},r - <> ,*,c>.,0,6..>6''.<>,F ,, ,-,z.„,, Fr _ f,7 ':,—`7_ _ _ 4{> V v uti `'0 r ,<. <Y .0 ,U `,t Y,T,n0. V<:U�.x 1'r p".}, . r` V`-• ..,,..,.' - v-- ,,XZ,,,‘,1YU ,px. vVx.t}J , h {tl'; Qli -J: ) A, .0 U ., ht , l.` h xth`r )'<r J .n h `.4{"t p <r,'�--) r. < -`U Ot ;. V 1xCr .v h`os,-,e,,,,,,,„),"0,r4 J {`,. h ,) C`V . FJ ,`� . .y xx. (>� �`<y{.tV rC,`Yr 1`,P\7VT .(��:Y . .x t) ` CY? ,, _"`:y'p s) ' J ru.< {Y C> M SJ� {yr{ ,y y u``ty `T) <x' ryr . .x `%rr,7+v0„ rr`�1i"pxhx �, "7xx ,•) r.` , r{l h Z= x a . 7... '<x`:`u <„ r. , •! h v 1,. Zf - r ,4 '`�nl r'` >. �. N 0�y, t)� 1 ),,v '� < v J�, >„x px l "c) .l 1� ,^ > :T ` 0 r _ ,>,,,,v `>n ,,.n,.* a,r..-S,tYt) ( V y;. <. !n, h. )„p!)"(•`tVi. J , Yr„hr�nA'A ,V `Z p h,y<J )nr�rl lvf ,N h `y `>' <=V : "`^.^!r` ).Cu yr4Vp.c• h,V'Zr <u. t) ,:Y` Ch!"lY�'•` `S• JnxC'<)'r` ,tTV J, v >,‘ h vly tl <r �s`"N `�x)1.y, 41fY.t` 'lyx` `j[�FF"O V Cx`p.�J.ht J,�rl� y p<> ti'Z"x !`y ,,�>��'ti �. u 1.}?r ,J t.,. ':�f"h) ,, n Z`, , ✓.^n.Cln .h, ' Ct�, .<. nr ,. t,„V,`=!J',^._, �;+„r,,, )..)A .':C')i)"�*`:`}Lt)Oi J�r`•"vr�-A¢.'U,<y PlNya lJ v, N,TVsNhs) C",xv{Yt 4N 1✓.r}xlrr!`).l be V�%V'•r..'.J "✓Jty'A"r`U.{�t)h i',''�x r, UV `n= ,Y.n ' ps% l,)�;� C!, ''.‹,'<e4<‘'a a+> 'Ar a ).C`J 1`!^< ` h 1"A 'vJ �' VA> �,p "<v� <'.,• 'T , ,<Yn: <rr sl ) h V�,` tS7�' .i;, v :TJ.,ti ej .1 Y . v.r^y<> )<,) !r (; )r ham`' Iri,vr}j'J.:k , h 'l' ,tl,C`' t} `0 < .'✓ .! . {r'xV`. N n Fi n{!'1C :V. `"Y:`: >n <`(>' `V `"r) .' y'..+" t,."r, V .n„t•t, .1 . .,<n�`_7 �.r T r V {V A. V,'„?',/ -c;?;'(//, d„ ,c., �,zr 0' .,' 'V J.) p U `a ) ,U r`<` O 'v`U< ''�' `"f � 7 +' :-v{ r V "C `'V'fi ,S C= <"<y . �^. ,<,‘,,>,,,o;'),)„.'0', - 1xr . r' : )i h ` rr{= rA'r ,t< {” N V . `.°V<,,. � t"11v,.; riJ':` `'T . N w.pn``(,.`y. ..�:`' p , .•'f.,` 4 U . `. rC .`) . n7 <1s..`< ,tyT, <J{r > f/n .Y zj"Zr `UY.. yx. A `. A, "<>`:a< ; ltC . "('. "V ,V,O` U r,`' V !� - ✓<, ' V h ). '4 i y:ry<, l" J ru` 7 V , r,:) r`C','ti rV ,`V.\> p N ,<.: <>,,."' `.N r.., . .'V , . flN<11 tlx h ) U y rV <_ hr. -`'''.0.‘* h' Vr<rt` `!J . ` A .0 .x} ! `U . 'J,;,k,,<,>,),;,'•^,.V ,p h:�i� ' �H�]'� )` p `>Y r ,,hx'. .<> xU `''V . ,A=r'v`�ti 4 7T 'M ` xix � CrV !'"t<'` ``�+ ,`Yr"t).<', tin` A h"9{ J . yf ,n, r}<.. V . J . )Y . hr , „ a ,,,,. ry' h ,nT • Otr .r`-�v`:Nty4x rr<'x'<",'<<1p �.a .?n .i rys A`v r:u(r;' l,`;v7;` ,`. o, hf < < < `,;-/' ,, t -x ` Vz;`u '✓< <.0 .Axc <}w�On-lr•;✓��:>., lv�,-0,Ci.n .^< <� r�v, 1. � 5 � Q��V� •,, {, v, �. ..r.,) hr rt'n, ^r -;, ).<" � .+} ?n.rtY h<�' `fir -. ,� Lir .v 0 !r ,iY `` v` i.^..x h 4n. J ,�y � r=, .� ti, >n A' 1 ` n' ' tZn),nh, ; 0 <Y �_� �- 4.. {>< Vt r r Y 0 h ) V r, ^l '•• ,e r O t v ` ^l 6->6. 1, tix {Js, n!r <,<) V <„..n r) )) 1,,ti r>�! x, A' <�.��.., < r <r )x ,' ” `�,.„ `>, )'` rP.,OitJA�U `Z *�,..n !''<+ rra >.`J'Ox` r<,,vn)�c)1Zrr�vh,.`" r`<xZ,tr`., rr )n yL ✓. S,Kr=, `r O�ir..<i;r 'C'h! ryx rr`'.V,.`!' <r :.x "T�ya<. >UrJnO ro`, ''v ..<),`Vn; r..,"n:).C'x17=<rt `.,{Yx}, }:'`>rrn,J'�M 6 }: �GRAVEL -0- M,,. �`r'MB SN GRAVEL CONCRETERE-WALL i FH .. W... w a .tea 1 UP t J �rV \ 4 g M Overlay Plan 10+00 to 20+50 a o 1 LAWN J �� -- /n - J WM ® J a o LAWN ,-- LAWN IV 1� vai i LAWN J = ® a --�--- — �— a o a PLANTER ROCK LAWN J WM ®_o- \ a RE -WALL a o SHRUBS MH IT -- --o --� _= —..... SYMBOLS ■ CB CATCH BASIN O MH MANHOLE LINETYPES -b FH FIRE HYDRANT -1:1- sN SIGN POST ANCHOR x x FENCE — GUY GUY WIRE -O-PP UTILITY POLE VALVE CENTERLINE x GRAVEL rj Gv GAS ® wM WATER MAIN MONUMENT CONCRETE/ CURB RIGHT 2 Q MH SURVEY D4 WV WATER VALVE Y-'(— — — TRAFFIC SIGNAL POLE/ LUMINAIR -- 4 DITCH CENTERLINE -- OF WAY EDGE OF PAVEMENT/ASPHALT SHRUBS /11111111/1•11, 1 r =MD IMMO ,- LAWN J UP TPED-FQ-- s IMOIM SN ,- LAWN -1 41111, WM. w jc,_ \ J Q / UP a \ \ = 3 i a3 1 i xw 1 ,-LAWNS I ¢R ® WM / N> \\ O mei] mop �� ao 1 WVM d Lt) LAWN -1 SN ,- LAWN J PLANTER GRAVEL WMER 1 „,4 ��RAVE4 SQ�1�P� SN -0)-j SHRUBS PO�� UP 1 LAWN MBp ORM ASPHALT J x ®WMx LAWN CONSTRUCTION NOTES B3 WM LAWN Y a 3 -lig MB x ul MB �\ < , UP ,- LAWN J J__ I LAWN J O ADJUST WATER VALVE BOX TO GRADE (SEE DETAIL "P2") O ADJUST IRRIGATION VALVES TO GRADE (SEE DETAIL "R25) ® ADJUST MANHOLE TO GRADE (SEE DETAIL "S3") © REGRADE DITCH TO DRAIN IN DIRECTION SHOWN & CLEAN 12" DRAIN PIPE. 1 PLANE & OVERLAY LIMITS (SEE ROADWAY SECTION DETAIL "P1") PLANTER MATCH LINE STATION 26+00 - SEE BELOW c 0 :> E>n 0 0 N 0 `c z E Ve Y 1 INE STATION 26+00 - SEE ABOVE 2 2 Q a 3 1 ITL a 0 ,- LAWN J ASPHALT -1 �K tth t?�v{� ti b�,or �r,,4 4 v 4 < V a3 UP a.. > < 0 o MB' UP LAWN J 7) ,- LAWN J LAWN J LAWN J AVEL ; ¢3 xw a> <0 n LAWN J IMO 03 WM ® WM MBO ,-ASPHALT-' 01111M MIND i 1 GRAVEL ,-ASPHALT✓ i UP _- WM® --- ,- LAWN J LAWN -1 GRAVEL WV LAWN J H3WM -- a N O SN UP PLANTER PLANTER SYMBOLS CB -(5 FH CATCH BASIN FIRE HYDRANT Guy GUY WIRE ANCHOR tri GV GAS VALVE MH SURVEY MONUMENT X wv WATER VALVE -1‘>11-5\-- — TRAFFIC SIGNAL POLE/ LUMINAIR O MH MANHOLE SNI SIGN POST -0-Pr UTILITY POLE ® wM WATER MAIN LINETYPES CENTERLINE CONCRETE/ CURB DITCH CENTERLINE EDGE OF PAVEMENT/ASPHALT mm OMNI INIMM =“11111=1•111111 WV ORNAMENTAL GARDEN FENCE GRAVEL RIGHT OF WAY SHRUBS MATCH LINE STATION 31+50 = SEE SHEETS 48th Ave. to 56th Ave. City Project No. 1959 Project Eng. AR N 1 o a) ' c U 11 CO B 11 c O co 3? IJ 'C (.6 .r.: Q) 0 = > 0 C N 0 M 0 N F • w W 2 u) w w 0 O z 0 H CO 111 z .J U SHRUBS "-GRAVEL-1 STA. 32+15 NOTE: CAUTION WHEN GRINDING. DRAIN PIPE CLOSE TO SURFACE. "-GRAVEL-) bty 7G7.27,76,1, VEL SN WM LAWN ,^ l t )(x � Ah• la•' v < %ter 7 v� z1j` �✓l1 . ixF} !X Yi, (> ✓ 1rr V'r "���h �'" i�Qr f`tS�!>,.j'u<7x1 INTO 12” DIA. pa elM PIPF e_*o'oti • 0,1 MBO 1- IMMID WIMP LAWN B3 WM SN p GRAVEL -0- UP WV CIl=CV / yy1ICI SN—.0111 ' U, ti h v h. � h. 6r bOry, ^",•l �`yxv"',"{i"%ay.. h emco ,,,,,,a�. 'n�'.nx b\h h, "-LAWN J MB O CONSTRUCTION NOTES O ADJUST WATER VALVE BOX TO GRADE (SEE DETAIL "P2") O ADJUST MONUMENT CASE & COVER TO GRADE (SEE DETAIL "R25") ® ADJUST MANHOLE TO GRADE (SEE DETAIL "S3") © REGRADE DITCH TO DRAIN IN DIRECTION SHOWN & CLEAN 12" DRAIN PIPE. :'`>2"'>'‘C ry� atiiUx L; r��► OMBO® ASPHALT ----UP ------ WM _ "'LAWN✓ #0.°°= x1 V I `C III ‘1' SN M2 v, v rpSI:?v, "-GRAVEL✓ WM .c UP coco V WV N 4.40 WV N SHRUI "-GRAVEL-1 PLANE & OVERLAY LIMITS (SEE ROADWAY SECTION DETAIL "P1") 0 U) > 0 > 0 SYMBOLS ❑ CB CATCH BASIN -6 FH FIRE HYDRANT GUY GUY WIRE ANCHOR TJ cv GAS VALVE ▪ MH SURVEY MONUMENT — TRAFFIC O MH MANHOLE -n- SN SIGN POST -O-pp UTILITY POLE ® wM WATER MAIN wv WATER VALVE SIGNAL POLE/ LUMINAIR LINETYPES --�— "" CENTERLINE CONCRETE/ CURB DITCH CENTERLINE EDGE OF PAVEMENT/ASPHALT FENCE GRAVEL RIGHT OF WAY SHRUBS > (0 0 0 4) (a 0 0i 0 0 0) 0) LLI 48th Ave. to 56th Ave. City Project No. 1959 m w 0 j a> 11 N CU II 0) c— c 0 3 N .t O a> 0 > c c c D_ (0 a) 0 O t M d' 0) t CD M 0 NOTES: 1) SEE "3RD AVE. INTERSECTION DETAIL" FOR 3RD AVE. PAVING INSTRUCTIONS (SHEET 7 OF 7). 2) ALL TRAFFIC DETECTION LOOPS FOR 3RD AVE. AND NOB HILL BLVD. TO BE REPLACED WITH T.V. DETECTION SYSTEM BY OTHERS. 25' 10-00 MH O MH O 11 <<66,,o, „4<O'a,5; <6'Oh yd°V 6 A?O • ,OR<* CFPC„1J "A�x<.<> 4 a�P O• Za. *,/` , • <J ,thaaj,ix*r`' n ri'rr, dx BEGIN GRIND & OVERLAY @ STATION 11+00 y<< .Nob��HiII,BIvd: V;, ;arc r </004y>4‘/0 s,< Sv0°P lv .P h, }APS r. 3*00 i`�rV•,QQ tU < PC? (< aP sP;'= yrKaOK �� N' t1r1N P.< 1-4 r. )KlAx< .�n_ CONSTRUCTION NOTES: ADJUST WATER VALVE BOX TO GRADE (SEE DETAIL "P2") O ADUST MONUMENT CASE & COVER TO GRADE (SEE DETAIL "R25") ® ADJUST MANHOLE TO GRADE (SEE DETAIL "S3") O ADJUST CATCH BASIN TO GRADE AS NEEDED (REFERENCE DETAILS "D2", "D4", "D5") -O- UP STATION 14+54 CB Hill Blv! �4 0*,<*. B ❑ a_ E >- o 4__ N o m C O �r c _c3 >• O 0 0 • — O, Si OL,J MATCH LINE STATION 15+50 - SEE ABOVE wv MH 6+ CB w UP 0 0<>,i n 2a;?<5 0„„fix, :> P ay`OPh P d a �> d *2$'0•0<>0,00<,,` < � UP UP ❑ CB FH GUY GUY WIRE ANCHOR SYMBOLS CATCH BASIN FIRE HYDRANT j�cv • MON GAS VALVE SURVEY MONUMENT — — TRAFFIC O MH MANHOLE II SN SIGN POST -0-up UTILITY POLE ®wM WATER MAIN wv WATER VALVE SIGNAL POLE/ LUMINAIR ;.a WV 1d. a?xPx�.x r� FH rh Nob Him sivd. 0Q CB CB 2 WM EH a� ,titls1, aM sa ▪ A .,yx;K>isJ.yh Or,Pc;.r. Ya UP LEGEND EXCAVATE & REBUILD (SEE DETAILS "P3" & "P5) OVERLAY EXISTING PAVEMENT (SEE DETAIL "P3") PLANE & OVERLAY (SEE DETAIL "P3" & "P4") MATCH LINE STATION 21+00 - SEE SHEET 2 (v L O u) (0 at5 N > co O E DI +r, m <' Z 0 Z City of Yakima Project No. 1959 cv CL > tv CD 0 0 + O N MATCH LINE STATION 21+00 - SEE SHEET 1 STATION 21+43 UP WV CB wv CB • CONSTRUCTION NOTES: \l� > O ® ADJUST WATER VALVE BOX TO GRADE (SEE DETAIL "P2") ® ADUST MONUMENT CASE & COVER TO GRADE (SEE DETAIL "R25") ® ADJUST MANHOLE TO GRADE (SEE DETAIL "S3") ® ADJUST CATCH BASIN TO GRADE AS NEEDED (REFERENCE DETAILS "D2", "D4", "D5") FH - 0- UP 0 J w ED w w O V7 N z 0 1- w z J U 1- 2 i SEE ABOVE MATCH LINE STATION 26+50 STATION 31+70 O UP -0 --O- ce .Y CB C) 0 STATION 29+40 PLACE EXISTING 5' WIDE SIDEWALK REMOVE & REPLACE DETAIL "R14") UP UP GV FH SYMBOLS ❑ a CATCH BASIN -o FH FIRE HYDRANT —� GUY GUY WIRE ANCHOR m Gv GAS VALVE ▪ MON SURVEY MONUMENT O MH MANHOLE - 0- SN SIGN POST - O-uP UTILITY POLE ® wM WATER MAIN wv WATER VALVE — TRAFFIC SIGNAL POLE/ LUMINAIR STATION 28+73 MATCH EXISTING CONCRETE RAILROAD OVERPASS LEGEND EXCAVATE & REBUILD (SEE DETAILS "P3" & "P5) OVERLAY EXISTING PAVEMENT (SEE DETAIL "P3") PLANE & OVERLAY (SEE DETAIL "P3" & "P4") ca a) C6 06 Q. co O' 0- O. "ci a) m Q' - 0 Z City of Yakima Project No. 1959 Project Eng. AR N 153' 25' �tixU.>rfiux*I60 Zxhaah`rv'SAt'.4'a<Q,„4%' xJ� Z,q4.=p rr� 2h�x>st t=5 a'o S ooh >ti„ >vaYo �x�> Kyo >„„ (=4Cti'\,P' tT ti V h 4 4• `' P SN 6 I SN ❑ CB NOTES: ALL TRAFFIC DETECTION LOOPS FOR 3RD AVE. AND NOB HILL BLVD. TO BE REPLACED WITH T.V. DETECTION SYSTEM BY OTHERS. SYMBOLS ❑ cB CATCH BASIN b FH FIRE HYDRANT GUY GUY WIRE ANCHOR cv GAS VALVE MON SURVEY MONUMENT O MH MANHOLE -0-sN SIGN POST -Q-up UTILITY POLE ® wM WATER MAIN N wv WATER VALVE — — TRAFFIC SIGNAL POLE/ LUMINAIR 3RD AVE. INTERSECTION DETAIL CONSTRUCTION NOTES: 1O ADJUST WATER VALVE BOX TO GRADE (SEE DETAIL "P2") O ADUST MONUMENT CASE & COVER TO GRADE (SEE DETAIL "R25") ® ADJUST MANHOLE TO GRADE (SEE DETAIL "S3") 50 ADJUST CATCH BASIN TO GRADE AS NEEDED (REFERENCE DETAILS "D2", "D4", "05") LEGEND EXCAVATE & REBUILD (SEE DETAILS "P3" & "P5) OVERLAY EXISTING PAVEMENT (SEE DETAIL "P3") PLANE & OVERLAY (SEE DETAIL "P3" & "P4") a cB O � cts 06 0- N > CU O O > >' m < 2 j ..Q 0 z City of Yakima Project No. 1959 w U u) u) 0) U rn E.° 0 0 75 0 O O 0) 0 li C cu 0 a ca 0 3rd Ave. Intersection (0 a) 0