Loading...
HomeMy WebLinkAbout2001-073 South First Street Sewer Main Repair Agreement with Insituform Technologies, Inc. City Clerk m t C1,7 YalKima E ngineering Divito S outh First Street Sewer Main Repair City Project No. 1 961 • • < "i' X:U M Construction Contract Specifications & Bid Documents a Ir pl 129 North Second Street Phone (509) 575 -6111 Yakima, WA 98901 ':Zi Fax (509) 576 -6305 . ;,. . -.,. , ., ,.-.«' kr%�r a % ,,�. �,tisu'?.e•'�.:,M . ,. m>;z•^ �,;':; +. t.:;, �� d; ,;„ hi ? ����.., , �.���yy , � k May 2002 -2- IMPORTANT INFORMATION FOR YOUR PROTECTION This notice is sent to inform you that we have or will provide professional services, materials, or equipment for the improvement of your property. We expect to be paid by the person who ordered our services, but if we are not paid, we have the right to enforce our claim by filing a construction lien against your property. LEARN more about the lien laws and the meaning of this notice by discussing them with your contractor, supplier, Department of Labor and Industries, the firm sending you this notice, your lender, or your attorney. COMMON METHODS TO AVOID CONSTRUCTION LIENS: There are several methods available to protect your property from construction liens. The following are two of the more commonly used methods. DUAL PAYCHECKS (Joint Checks): When paying your contractor for services or materials, you may make checks payable jointly to the contractor and the firms furnishing you this notice. LIEN RELEASES: You may require your contractor to provide lien releases signed by all the suppliers and subcontractors from whom you have received this notice. If they cannot obtain lien releases because you have not paid them, you may use the dual payee check method to protect yourself. YOU SHOULD TAKE APPROPRIATE STEPS TO PROTECT YOUR PROPERTY FROM LIENS. YOUR PRIME CONTRACTOR AND YOUR CONSTRUCTION LENDER ARE REQUIRED BY LAW TO GIVE YOU WRITTEN INFORMATION ABOUT LIEN CLAIMS. IF YOU HAVE NOT RECEIVED IT, ASK THEM FOR IT. -1- NOTICE TO OWNER ° IMPORTANT: READ BOTH SIDES OF THIS NOTICE CAREFULLY. PROTECT YOURSELF FROM PAYING TWICE r - ^. NOTICE OF RIGHT TO A LIEN �` ' .4 : 2 Date of Mailing: SEPTEMBER 26, 2002 Washington 3 . r Name /address of OWNER or REPUTED OWNER: Name and address of PRIME CONTRACTOR: CITY OF YAKIMA. INSITUFORM TECHNOLOGIES, INC. 129 N. 2ND ST. P.O. BOX 519 YAKIMA, WA 98901 BENICA, CA 94510 CERTIFIED MAIL # 7160 3901 9844 7768 3182 CERTIFIED MAIL # 7160 3901 9844 7768 3199 This is to inform you that Hanson Pipe & Products, Inc. has begun to provide concrete pipe and /or other products ordered by KEN LEINGANG EXCVATING, INC'. for improvements to property that you own. The property is located at: Name /address of person or firm who contracted for the purchase of professional services, materials, or SOUTH FIRTS ST. CITY SEWER (PO# 02120) equipment: 2514 S. FIRST ST. UNION GAP, WA KEN LEINGANG EXCVATING, INC. 1117 N. 27TH AVE. YAKIMA, WA 98902 CERTIFIED MAIL # 7160 3901 9844 7768 3205 THIS IS NOT A LIEN. This notice is sent to you to tell you who is providing professional services, materials or equipment for the improvement of your property and to advise you of the rights of these persons and your responsibilities. Also take note that laborers on your project may claim a lien without sending you a notice. OWNER/OCCUPIER OF EXISI[TING RESIDENTIAL PROPERTY Under Washington Law, those who furnish labor, professional services, materials, or equipment for the repair, remodel, or alteration of your owner - occupied principal residence and who are not paid, have a right to enforce their claim for payment against your property. This claim is known as a construction lien. The law limits the amount that a lien claimant can claim against your property. Claims may only be made against that portion of the contract price you have not yet paid to your prime contractor as of the time this notice was given to you or three days after this notice was mailed to you. Review page 2 of this notice for more information and ways to avoid lien claims. COMMERCIAL AND /OR NEW RESIDENTIAL PROPERTY We have or will be providing professional services, materials, or equipment for the improvement of your commercial or new residential project. In the event you or your contractor fail to pay us, we may file a lien against your property. A lien may be claimed for all professional services, materials, or equipment furnished after a date that is sixty days before this notice was given to you or mailed to you, unless the improvement to your property is the construction of a new single - family residence, then ten days before this notice was given to you or mailed to you This notice has been sent to you by: Hanson Pipe & Products, Inc. Contact: Carl M. Kelly III, ext: 5871 P.O.Box 190999 Phone: 1- 800 -527 -2362 Dallas, TX 75219 -0999 Fax: 1- 214 -525 -5789 IMPORTANT INFORMATION CONTINUED ON PAGE 2 BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. 4 15 For Meeting Of 10/7/03 ITEM TITLE: Final Contract Payment for South First Street Sewer Main Repair SUBMITTED BY: ake rtment of Community & Economic Development - / ngineering CONTACT PERSON /TELEPHONE: K. W. Adams, City Engineer - 575 -6111 SUMMARY EXPLANATION: This project consisted of the rehabilitation of approximately 533 LF of 30" and 233 LF of 42" reinforced concrete sewer main utilizing a cured in place pipe process, the restoration of four existing sanitary sewer manholes and the construction of two new 72" sanitary sewer manholes over the existing sewer main. 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: Insituform Technologies Contract Award: July 8, 2002 Contract Cost: $342,143.34 Amt. This Payment: -0- The above total contract cost is for construction only and does not include engineering and other costs. Resolution _ Ordinance X Other(Specify)Final Contract Payment Contract Mail to (name and address) Phone: Funding Source Sewer Construction APPROVED FOR SUBMITTAL: 40 �, City Manager STAFF RECOMMENDATION: Accept the project and approve final estimate. COUNCIL ACTION: Standard Motion V - was accepted and final payment approved. CITY OF YAKIMA, WASHINGTON FILE NO. 1961 IMPROVEMENT: SOUTH FIRST STREET SEWER MAIN REPAIR 2/4/2003 CONTRACTOR: INSITUFORM TECHNOLOGIES, INC. MADE BY WL PROGRESS ESTIMATE NO. 4 NO. ITEM UNIT QUANTITY UNIT AMOUNT % OF CONTRACT PRICE CONT AMOUNT 1 SPILL PREVENTION CONTROL AND COUNTERMEASURES PLAN LS 100% $500.00 $500.00 100% $500.00 2 FORCE ACCOUNT FA $5,000 $5,000.00 $5,000.00 100% $5,000.00 3 MOBILIZATION LS 100% $11,300.00 $11,300.00 100% $11,300.00 4 MAINTENANCE & PROTECTION OF TRAFFIC LS 100% $9,800.00 $9,800.00 100% $9,800.00 5 MANHOLE 72" DIAMETTER TYPE 3 EA 2 $13,170.00 $26,340.00 100% $26,340.00 6 MANHOLE RESTORATION VF 13 $240.00 $3,120.00 28% $11,280.00 7 SANITARY SEWER BYPASS LS 100% $37,500.00 $37,500.00 100% $37,500.00 8 CURED IN PLACE PIPE REHABILITATION 30 IN DIAM. LF 547 $172.00 $94,084.00 103% $91,676.00 9 CURED IN PLACE PIPE REHABILITATION 42 IN DIAM. LF 225 $180.00 $40,500.00 88% $45,900.00 10 CHANGE ORDER #1 ADDITIONAL WORK LS $71,681.50 $71,681.50 $71,681.50 100% $71,681.50 11 CHANGE ORDER #2 ADDITIONAL BY -PASS EXCAVATION LS $17,267.49 $17,267.49 $17,267.49 100% $17,267.49 US PAYMENTS TOTAL $317,092.99 97% $328,244.99 1 $300,403.53 2 $17,768.25 7.9% SALES TAX $25,050.35 3 $7,376.03 TOTAL CONTRACT COST $342,143.34 4 $740.88 LESS 5% RETAINAGE $15,854.65 LESS PREVIOUSLY PD. $326,288.69 I certi�g,�y" at he. ;b ve estimate is true and correct. TOTAL ($0.00) CITY ENGI EER CONTRACT � THIS AGREEMENT, made and entered into in triplicate, this day of ' rol l , 2002, by and between the City of Yakima, hereinafter called the Owner, and Ins ituform Tecnol:gies, Inc. a WaRgfal Delaware 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 5 CRn tr c o sh d o all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF: e , for SOUTH FIRST STREET SEWER MAIN REPAIR, Project No. 1961, 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 (30) 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 thi day of 2002. Insituform Technologies, InG Contractor B �./ City Manager Attest: Gerald Addington (Print Name) City Clerk Its Vice President — Project Management (President, Owner, etc.) Address: Spirit 40 Park Dr. Chesterfield, MO 63005 47 PERFORMANCE BOND Bond #929249339 BOND TO CITY OF YAKIMA KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Insituform Technologies, Inc. a Delaware Corporation as Principal and National Fire Insurance Company of Hartford a corporation organized and existing under the laws of the State of Connecticut 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 $ 258,200.39 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 day of , 20_ Neverless, 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 Insituform Technologies, Inc. the above bounded Principal, a certain contract, the said contract being numbered 1961 and providing for South First Street Sewer Main Repair Project, (which contract is referred to herein and is made a part hereof as though attached hereto), and, City of Yakima Project No. 1961 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 Insituform Technologies, Inc. shalt 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 shaft 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 fun force and effect. Insituform Technologies, Inc. -_,__ t3)/ .: �-� f mss .,..�..�= . Gerald Addington (Print Name) ��, roform: Vice President Project Management • (President Owner, etc...) x ( ityAttomey) National Fire Insurance Company of Hartford • (Surety) Kathleen A. Petchulat (Print Name) • Its: Attorney -in -fact . 4 s POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That Continental Casualty Company, an Illinois corporation, National Fire Insurance Company of Hartford, a Connecticut corporation, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania corporation (herein called "the CNA Companies "), are duly organized and existing corporations having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint Stephen E. Ricci, Thomas C. Ricci, Jr., Kathleen A. Petchulat, Kathleen M. Hoffard, Individually • of Greve Coeur, Missouri their true and lawful Attorney(s) -in -Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature - -- In Unlimited Amounts - -- and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their corporations and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the corporations. In Witness Whereof, the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to be hereto affixed on this 18th day of April, 2002. . GPSui(r 04S1/R4. d ppAMr oe� '�� y � c �+� Continental Casualty Company f ' / cos+Po `S3 a + o g a+4, -, National Fire Insurance Company of Hartford American Casualty Company of Reading, Pennsylvania o S Z > a JULY 71, � °V S s � HAR ! • 74 L Michael Gengler Group Vice President State of Illinois, County of Cook, ss: . On this 18th day of April, 2002, before me personally came Michael Gengler to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Chicago, State of Illinois; that he is a Group Vice President of Continental Casualty Company, an Illinois . corporation, National Fire Insurance Company of Hartford, a Connecticut corporation, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania corporation described in and which executed the above instrument; that he knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. "OFFICIAL SEAL' s DIANE FAULKNER Notary Public, State of Illinois ,20,6,1_, V My Commission Expires 9/17/05 t + My Commission Expires September 17, 2005 Diane Faulkner Notary Public CERTIFICATE I, Mary A. Ribikawskis, Assistant Secretary of Continental Casualty Company, an Illinois corporation, National Fire Insurance Company of Hartford, a Connecticut corporation, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania corporation do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of the corporations printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporations this day of , • Gxsui4 *Suitt o0 cconPomre ,x `ems 'e` Continental Casualty Company 4 . ., t` a af National Fire Insurance Company of Hartford i • a z s o a American Casualty Company of Reading, Pennsylvania • ° v SEAL Y s < � 932 I, a' C-41 62- (1°4161-‘1-24::' 1897 HOOP b • Mary A. Ribikawskis Assistant Secretary (Rev. 10/11/01) Authorizing By -saws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the Company. "Article IX— Execution of Documents Section 3. Appointment of Attorney -in -fact. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President or the Board of Directors, may, at any time, revoke all power and authority • previously given to any attorney -in- fact." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17th day of February, 1993. "Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 3 of Article IX of the By-Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA: This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the Company. "Article VI— Execution of Obligations and Appointment of Attorney -in -Fact Section 2. Appointment of Attorney -in -fact. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The President or any Executive, Senior or Group Vice President may at any time revoke all power and authority previously given to any attorney -in- fact." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17th day of February, 1993. "Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 2 of Article VI of the By -Laws, and the signature of the • Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following Resolution duly adopted on February 17, 1993 by the Board of Directors of the Company. "RESOLVED: That the President, an Executive Vice President, or any Senior or Group Vice President of the Corporation may, from time to time, appoint, by written certificates, Attorneys -in -Fact to act in behalf of the Corporation in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such Attorney -in -Fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Corporation by their signature and execution of any such instrument: and to attach the seal of the Corporation thereto. The President, an Executive Vice President, any Senior or Group Vice President or the Board of Directors may at any time revoke all power and authority previously given to any Attorney-in-Fact." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17th day of February, 1993. "RESOLVED: That the signature of the President, an Executive Vice President or any Senior or Group Vice President and the seal of the Corporation may be affixed by facsimile on any power of attorney granted pursuant to the Resolution adopted by this Board of Directors on February 17, 1993 and the signature of a Secretary or an Assistant Secretary and the seal of the Corporation may be affixed by facsimile to any certificate of any such power, and' any power or certificate bearing such facsimile signature and seal shall be . valid and binding on the Corporation. Any such power so executed and sealed and certified by certificate so executed and sealed, shall with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Corporation." ACORD CERTIFICATE OF LIABILITY INSURANCc OP ID SP DATE (MNi1DDT _ NSTE02 07/10/0[ rr,DUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION t. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE - ckton Companies /St. Louis HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ' Cityplace Drive, Suite 160 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. :. Louis MO 63141 Phone: 314- 432 -0500 INSURERS AFFORDING COVERAGE . 1-- -URED INSURER A: Liberty Mutual Fire Insurance INSURER B: Liberty Insurance Corp. Insituform Technologies, Inc. INSURER C: 702 Spirit 40 Park Drive INSURER D: #3 Chesterfield MO 63005 — i INSURER E: 1.,JVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ,NY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR 4AY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH 'OLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR DATE (MM /DD/YY) DATE (MM /DD/YY) GENERAL LIABILITY EACH OCCURRENCE $1,000,000 X C O M M E R C I A L G E N E R A L L I A B I L I T Y RG2- 641 - 004218 - 032 07/01/02 07/01/03 FIRE DAMAGE (Any one fire) $ 100,000 1 I F C LAIMS MADE I X j OCCUR MED EXP (Any one person) $ 10,000 © INDPNT CONTRACTOR BROAD FORM PD /CONTRACTUAL PERSONAL & ADV INJURY $ 1 , 000 , 000 X XCU BLKT WAIVER OF SUBRO. GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: Blkt Additional Insured PRODUCTS - COMP /OPAGG $ 2,000,000 1 POLICY I X : JERCOT- n LOC j AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $1,000,000 1 X ANY AUTO AS2- 641 - 004218 -022 07/01/02 j 07/01/03 (Ea accident) ALL OWNED AUTOS BLKT ADDITIONAL INSURED BODILY INJURY SCHEDULED AUTOS BLKT WAIVER OF SUBRO (Per person) $ I X ; HIRED AUTOS BODILY INJURY X i NON -OWNED AUTOS THIS (Per accident) $ THIS CERTIFICATE PROPERTY DAMAGE ^ _ � Tr I (Per accident) $ Cr \ N C' LS AND S v i i dsSE DE l S GARAGE LIABILITY I AUTO ONLY - EA ACCIDENT $ ANY AUTO CERTIFICATE ' I CA1 � i dUMBER OTHER THAN EA ACC $ 4e / , Y ,/ AUTO ONLY: AGG $ - EXCESS LIABILITY ISSUED ON - 7 /, e EACH OCCURRENCE $ OCCUR j CLAIMS MADE , 1 ! / AGGREGATE $ $ DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION AND WC STATU- X TORY LIMITS ER 1 EMPLOYERS' LIABILITY 1 WA2 -64D- 009004 -442 07/01/02 07/01/03 E.L. EACH ACCIDENT $ 1,000,000 1 WC7 -641- 004218 -012 (WI) 07/01/02 07/01/03 E.L. DISEASE - EAEMPLOYEE1 $ 1, 000,000 I E.L. DISEASE - POLICY LIMIT $ 1,000,000 OTHER DESCRIPTION OF OPERATIONS /LOCATIONSNEHICLES /EXCLUSIONS ADDED BY ENDORSEMENT /SPECIAL PROVISIONS ..7: South First Street Sewer Main Repair Project. City of Yakima Project No. )61. City of Yakima, City of Union Gap, their agents, employees, and elected and appointed officials are included as Additional Insureds under r Liability as respects the operations of the Insured as required by °itten contract. ** *SEE ATTACHED CG 20 10 (03/97) * ** . C ERTIFICATE HOLDER r N ADDITIONAL INSURED; INSURER LETTER: CANCELLATION 3YAKI01 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL IIIMINIONIND MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, CITY OF YAKIMA 129 NORTH SECOND STREET - - - - YAKIMA WA 98901 AUTHORIZ Eq REPRE NTATIVE P ^ORD 25 -S (7/97) ©ACORD CORPORATION 1988 Y , IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. • RIOW bL+l�11%dr ^o4VON" .Ni: �:rVh�+ �'t liAeT.: ,a..A vsa,n.�•» .ogoth®v.+'IJM 1. +trt • • • 25-5 (7197) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: City of Yakima, City of Union Gap, their agents, employees, and elected and appointed officials (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 ongoing operations performed for that insured. This endorsement is executed by the LIBERTY MUTUAL FIRE INSURANCE COMPANY Premium $ Nil Effective Date 07/01/2002 Expiration Date 07/01/2003 For attachment to Policy or Bond No. RG2- 641 - 004218 -032 Audit Basis 1 Issued to Insituform Technologies, Inc. Countersigned by Authorized Representative Issued Sales Office and No. End. Serial No. St. Louis 0442 CG 20 10 03 97 Copyright, Insurance Services Office, Inc., 1996 7:;;; �r Y,i DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT 4 t,.', Engineering Division �''» �> 1 29 North Second Street �, Yakima, Washington 98901 • ` Y (509) 575 -6111 • Fax 576 -6305 ,4 R04RAttV t-9 - K. Wendell Adams, City Engineer June 11, 2002 lnsituform Technologies Inc. 702 Spirit 40 Drive Chesterfield, MO 63005 ATTN: Denise Carroll Re: South First Street Sewer Main Repair Project . City of Yakima Project No. 1961 Dear Ms. Carroll: The City Manager of the City of Yakima has authorized award of the above referenced project to your company on the basis of your low bid submitted on May 29, 2002, in the amount of $258,200.39. This letter is official notification of the award of the contract to your company by the City of Yakima. We have prepared three (3) copies of the Contract, Performance Bond and Certificate of . Insurance Information as well as one complete set of plans and specifications for your surety. . You have ten (10) days from this date to sign the three (3) copies, furnish the required Performance Bond and Certificate of Insurance and return them to our office. The complete surety set is for you to send to your surety. 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. When these items have been approved, the City will execute the contract form and bind a signed contract, certificate, and proposal into contract document books. The three completed books will be distributed to the City Clerk, City Engineer, and Contractor. You will be notified of the date for the Pre - Construction Conference. Please contact Jim Maine of our office at 509 - 576 -6604 within ten (10) days to receive and discuss various forms and . documents 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. For your information, we are enclosing a Liability Certificate Checklist and a copy of the bid summary for this project. Sincerely, . , , - ) 1/ 1 - L — - — — - - K. Wendell Adams, P.E., City Engineer . cc: Doug Mayo, Wastewater Manager Robert Desgrosellier, Senior Engineer Jim Maine, Construction Supervisor Wendy Leinan, Contract Specialist Yakima City Clerk kritx9 Finance �"'""3"""�' File rr 1994 Page 1 of 2 CITY OF YAKIMA LIABILITY CERTIFICATE CHECKLIST Contractor: Insituform Technologies, Inc. Project: South First Street Sewer Main Repair City of Yakima Project No. 1961 1. Carriers admitted in the State of Washington an A -VII or better in Best's Guide. 2. Commercial General Liability on an occurrence basis subject to a $1,000,000 limit per occurrence. 3. Automobile includes "Any Auto" and is subject to a $1,000,000 limit. • 4. Employers liability shown at a $1,000,000 limit per occurrence. 5. City of Yakima, City of Union Gap, their agents, employees, and elected and appointed officials are listed as an additional insured. 6. Copy of additional insured endorsement included which is signed by the agent. 7. Per job aggregate endorsement shown. If not, is a $2,000,000 umbrella limit shown over $1,000,000 underlying? 8. Is the general liability policy subject to a deductible of $5,000 or less? If higher, approval is required by the City. 9. Under cancellation section is "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" crossed out and initialed by the agent? Is 20 days or more notice of cancellation shown? • 10. The wording at the top of the certificate "This Certificate is issued as a matter of information only and confers no rights upon the certificate holder" shall be crossed out and initialed by the agent/broker. Page 2 of 2 BID SUMMARY City of Yakima - South First Street Sewer Main Repair ENGINEERS ESTIMATE Environmental Services Div. Insituform Technologies, Inc. , CITY PROJECT NO. 1961 of C.P.C., Inc. Brooks, OR Pasco, WA ITEM BID SECURITY 5% BID BOND 5% BID BOND NO ITEM QTY UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT , UNIT PRICE AMOUNT I SPILL PREVENTION. CONTROL AND COUNTERMEASURES PLAN 1 LS 1,000.00 1,000.00 2,000.00 2,000.00 500.00 500.00 2 FORCE ACCOUNT _ 1 FA 5,000.00 5,000.00 5,000.00 5,000.00 5.000.00 5.000 00 3 _ MOBILIZATION 1 LS 10,000.00 10,000.00 3,500.00 3,500.00 11.300.00 11.300 00 4 MAINTENANCE & PROTECTION OF TRAFFIC 1 LS 5,000.00 5,000,00 5,000.00 5,000.QO 9.800.00 9.1100.00 ( o 5 MANHOLE 72" DIAMETER. TYPE 3 2 _ EA 3,500.00 7,000.00 6,000.00 N 13.170 00 26.340.00 6 MANHOLE RESTORATION 4 VF 55.00 2,585.00 19 9V x L 8,930.00 2 11.280.00 Q ! �'�a' 7 SANITARY SEWER BYPASS V 1 LS 25,000.00 25,000.00 1il$3 & 16,000.00 37.500.00 37,500.00 8 CURED IN PLACE PIPE REHABILITATION 30 IN. DIAM. 5 LF 185.00 98,605.00 150 86,612.50 172 00 91.676.00 9 CURED IN PLACE PIPE REHABILITATION 42 IN. DIAM. 2 LF 215.00 54,825.00 203.00 51,765.00 180 00 45.900.00 • SUB -TOTAL 209,015.00 190,807.50 239 SALES TAX 7.9% 16,512.19 15,073.79 18.004 38 TOTAL _ 225,527.19 205,881.29 258.200.39 CITY ENGINEERS REPORT COMPETITIVE BIDS WERE OPENED ON MAY 29, 2002. L� � 1 Y ``� 1 11 ' CITY O F YAKIMA ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE. �'', I RECOMMEND THE CONTRACT BE AWARDED TO: 7 , SOUTH FIRST STREET SEWER MAIN REPAIR �: t ; r � Insituform Technologies, Inc. %, r AWARD MADE BY CITY MANAGER PROJECT NO. 1961 • / c J� 'h , ! v - _ \ 1 DATE: May 29, 2002 b /Z Zr�n `T 1 � 1 • � ` Rn ..2 —� ,N vim 'N��•C`'-` FILE: 1961 BID1.PUB h, oa.ltr.n DATE CITY ENGINEER ��` "�.. DATE ' CITY MANAGER SHEET 1 of 1 ' r, ADDENDUM NO. 1 TO THE BID DOCUMENT AND PROJECT SPECIFICATION FOR THE CITY OF YAKIMA, WA For South First Street Sewer Main Repair CITY OF YAKIMA PROJECT NO. 1961 BID OPENING: May 29 2002 (a, 2:00 p.m., City Hall Council Chambers TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: The Bid & Contract Documents shall be modified as follows: ITEM 1. Special Provisions, Division 7 (Page 43): 7 -17.3 Construction Requirements • This section is supplemented with the following: The City of Union Gap requests that any cutting of South First Street for Sewer Bypass purposes be limited to one half of South First Street only. If roadway is cut, permanent trench backfill shall be CONTROLLED DENSITY FILL only. Roadway patch shall match existing roadway section. The Contractor is to be aware that South First Street may have an existing concrete roadbed just underneath the existing asphalt surface. ITEM 2. Special Provisions, Division 7 (Page 44): 7- 20.3(1) Structural Requirements This section is supplemented with the following: The MINIMUM CURED thickness of the 30" CIPP shall be 13.7mm using 400,000 psi Enhanced Polyester Resin. The MINIMUM CURED thickness of the 42" CIPP shall be 15.7mm using 400,000 psi Enhanced Polyester Resin. ITEM 3. Supplemental Plan Sheet: The attached 8 %2" x 11" supplemental plan sheet is provided to identify underground utilities which affect the existing sewer main project with an emphasis on the existing 12" sewer force main entering manhole #3. • This ADDENDUM is to be considered as much a part of the contract provisions as if it were included in the body of the Plans and Specifications. All Bidders shall acknowledge receipt o' the ADDENDUM on the proposal form prior to bid opening. APPROVED: .0 j4,4 S ZZ -zc O K. Wendell Adams, '.E. Date City Engineer * END OF ADDENDUM NO. 1 * Addendum No. 1 Page 1 of 1 5/22/2002 ■ VW, . . k....i, \Z 0 z 1/4s *1?(N s s‘-‘ \ vzk . V / 7, 00 , -P c #3 \ SS MH #: 0.78 c1- .56 -34 .c= 4 # ss STA. 3 ■;" Q 3 \It\ V), sT 4- STA 16+07.95 - 0 0 1= 0 < 0 -5Q • - op _ o WV, L., -,- 5 0 0 4 ffi w 0, R , . Co . ..0 \ \ . 1" = 10' APPROVED: 5.21.02 SO. FIRST ST. SEWER MAIN REPAIR I ADDENDUM I 01 --- - --. 1 GO be.kii/t ' IA 4 _ 1 N, C. i 'VII Vr Ye...Fe. ;•ritc4, I v) A , N .,,.. .. . ., cc evk NO: ( 9 6(. j \. N ' ... . ■ . Iv% NN. Ale 64 1414 t a . 44 ,, ' 01•, 0■11■6111•M■1110111111■•••■■• \ . . IC s \ ,. . . . Ts N scs _ N. fAti 5 .... . 4 , fithe mActer F;(..4+ $ i . . 4Ern ) . . ....... ...... — --- . 4-- :' c, I _r _ 4-...../ , ) .• .....), , ., _ 0111110. =MIAMI v.... 0111...... IOW "' ••■■•••••• ...Nam --- ........— ..1.4■01•WIIMINIMM,MAIA e —41-17- hi t , „.„ „... ,......,„:...., i , * ) g N ' I tZ, 1 . 1 ! I- 1/4.. ..” -,,,, -., ,..., . , ..,, v . N ; 1 Cita5e. i lehr 0 - it-ti,t's i70.4i.e... N ...N_ for bi65$ 4 ct: t? ,Vvis0.N. . . i ''■. 'N , 440,111 t* WN.aNN, ,., 1 t I I pl Phikik -. 1 1 1 1 fl 12. ND? E. al 1 a. 4 r ••• 0 ay. tr. 4 . 4 1k ta. Rdwp 9 pt 1 i South First Street Sewer Main Repair CITY OF YAKIMA PROJECT NO. 1961 vu. AD, wAsr, 4 <s -0 Z 4 4 ; ,gyp '• �. 29619 4 c R ECISTER�� .k SS I�NAL ' f' 41 EXPIRES 1 1 /17/2003 1 CONTENTS South First Street Sewer Main Repair CITY OF YAKIMA PROJECT NO. 1961 SECTION PAGE INVITATION TO BID 5 STANDARD SPECIFICATIONS 9 Standard Specifications 9 Amendments to the 2002 Standard Specifications 9 CONTRACT PROVISIONS 21 Project Description 21 Special Provisions 21 DIVISION 1 — GENERAL REQUIREMENTS 21 1 -02 Bid Procedures and Conditions 21 • Prequalification Form — 3 -02 23 MBE/WBE Form — 5/95 29 1 -03 Award and Execution of Contract 33 1 -05 Control of Work 33 1 -07 Legal Relations and Responsibilities to the Public 33 1 -08 Prosecution and Progress 35 1 -09 Measurement and payment 35 1 -10 Temporary Traffic Control 36 DIVISION 7 — DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS AND CONDUITS 41 7 -05 Manholes, Inlets, Catch Basins, and Drywells 41 7 -17 Sanitary Sewers 43 7 -20 Cured In Place Pipe "CIPP" (New Section) 44 Contract Form 47 Performance Bond Form 49 Informational Certificate of Insurance 51 Informational Additional Insured Endorsement 53 Minimum Wage Affidavit Form 55 PREVAILING WAGE RATES 59 PROPOSAL 89 Proposal Form 89 Item Proposal Bid Sheet 91 • Bid Bond Form 93 Non- Collusion Declaration 95 Non - Discrimination Provision 97 Subcontractor List 99 Women and Minority Business Enterprise Policy 101 Council Resolution 103 Affirmative Action Plan 105 Bidders Certification 107 Subcontractors Certification 108 Proposal Signature Sheet 127 Bidders Check List 129 • PLANS & DETAILS 117 • Traffic Control Plan 117 Construction Plans & Details 119 3 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, 98901 of Yakima, until 2:00 PM on May 29, 2002 and will then and there be opened and publicly read for the construction of: South First Street Sewer Main Repair CITY OF YAKIMA PROJECT NO. 1961 This project consists of rehabilitating approximately 533 LF of 30" and 255 LF of 42" reinforced concrete sewer main utilizing a cured in place pipe (CIPP) process, the restoration of four existing sanitary sewer manholes and the construction of two new 72" sanitary sewer manholes over the existing sewer main. 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 $25.00 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 May 21, 2002. The conference will feature project discussion, DBE Contractor participation and requirements, and the Affirmative Action Plan. The City reserves the right to reject any or all bids and proposals. DATED this 7th day of May, 2002 (SEAL) KAREN ROBERTS CITY CLERK PUBLISH May 13, 2002 May 14, 2002 5 V R C' C C 2 u 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 are, by this reference, made a part of these Contract Documents. Except as may be amended, modified, or supplemented hereinafter, each section of the Standard Specifications shall be considered as much a part of these Contract Documents as if they were actually set forth herein. The APWA Supplement to Division 1 (Division 1 -99) of the 2002 Standard Specifications for Road, Bridge, and Municipal Construction will apply to this Contract. The following Special Provisions supersede any conflicting provisions of the 2002 Standard Specifications for Road, Bridge, and Municipal Construction and the appended amendments to the Standard Specifications and are made a part of 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. 9 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 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: 11 • 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. 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. 12 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. 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. 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. 13 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 he 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 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. 14 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 plans 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. 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 January 7, 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 15 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 -1 h 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 fourth paragraph: Asphalt for fog seal will be measured by the ton, before dilution, in accordance with Section 1 -09. 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. SECTION 6 -02, CONCRETE STRUCTURES January 7, 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 16 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 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. SECTION 7 -05, MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS January 7, 2002 7 -05.2 Materials The referenced section for Gravel Backfill for Drywells is revised to 9- 03.12(5). 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. 17 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 -28, SIGNING MATERIALS AND FABRICATION January 7, 2002 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 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. 18 CONTRACT PROVISIONS Special Provisions Contract Form Performance Bond Form Informational Certificate of Insurance Informational Additional Insured Endorsement Minimum Wage Affidavit Form South First Street Sewer Main Repair CITY OF YAKIMA PROJECT NO. 1961 PROJECT DESCRIPTION This project consists of rehabilitating approximately 533 LF of 30" and 255 LF of 42" reinforced concrete sewer main utilizing a cured in place pipe (CIPP) process, the restoration of four existing sanitary sewer manholes and the construction of two new 72" sanitary sewer manholes over the existing sewer main. 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), and the foregoing Amendments to the Standard Specifications. Several types of Special Provisions are included in this contract; General, Region, Bridges and Structures, and Project Specific. Special Provisions types are differentiated as follows: (date) General Special Provision ( * * * * *) Notes a revision to a General Special Provision and also notes a Project Specific Special Provision. (Regions' date) Region Special Provision (BSP date) Bridges and Structures Special Provision General Special Provisions are commonly applicable statewide. Project Specific Special Provisions normally appear only in the contract for which they were developed. DIVISION 1 - GENERAL REQUIREMENTS 1 -02 BID PROCEDURES AND CONDITIONS 1 -02.1 Qualifications of Bidder (APWA Only) This section is supplemented with the following: Before awarding any contract, the City will require the four (4) -page form, a copy of which immediately follows this Special Provision, regarding bidder qualification. 21 1 of 4 PREQUALIFICATION FORM - 3/02 Date: May 29, 2002 To: City of Yakima, Engineering Division 129 No. 2nd Street - Yakima, WA 98901 Attn: Mr. K. Wendell Adams, P.E., City Engineer Re: South First Street Sewer Main Repair City of Yakima Project No. 1961 Note: This form must be filled in, signed by the bidder and returned with the Proposal at the date and time noted in the advertisement for the bid to be considered. CONTRACTOR PREQUALIFICATION INFORMATION The following statement of experience, personnel, equipment, and general qualifications of the Bidder are submitted as a part of the Proposal and the Bidder represents and guarantees the truthfulness and accuracy thereof: (If additional space is required, attach additional importation to this Certification) • Our organization has been in business continuously from 1980 • Our organization has had experience in construction comparable to that required under the proposed contract as a prime contractor for 21 years, or as a subcontractor for 21 years. • Name of contact person: Anthony W. Hooper, President • Telephone Number: 636 - 530 -8000 Cell: N/A 23 2 of 4 PREQUALIFICATION FORM - 3/02 The following is a list of the projects our organization has completed in the last three (3) years which are similar in character and magnitude to that required in the proposed contract (or attach a separate job listing showing the same details) Project Chestnut Ave Sewer REhab Date Completed Jan 01 Name & address of owner City of Fresno 2101 G Street Fresno, CA 93706 Contact Efren Banuelos Phone509- 498 -1658 Engineer N/A Phone N/A Contract Amount $788,795 Pipe size 58 &51" Project 1998 Annual Release 4 Date Completed J1n99 Name & address of owner City of Seattle 701 Second Ave., #1010 Seattle WA 98104 Contact Trish Rhay Phone 206- 684 -5851 Engineer N/A Phone N/A Contract Amount $1,725,200 Pipe size 8 -30" Project RPhah Proipct Date Completed Aug 99 Name &addressofowner City of Portland 1120 SW Fifth Ave, Portland, OR 97204 Contact Mark Hutchinson Phone 503 -823 -5321 Engineer N/A Phone N/A Contract Amount $636,278 Pipe size_ 45 &48" • SEE ATTACHED LIST FOR ADDITIONAL REFERENCES 24 • INSITUFORM TECHNOLOGIES, INC. CURED -IN -PLACE PIPE PARTIAL REFERENCE LIST - LARGE DIAMETER PIPE GENERAL DESCRIPTION OF WORK: The projects listed here consist of all work necessary to install large diameter cured -in -place pipe. This work consists of cleaning of pipelines, CCTV inspection of pipelines, bypassing of existing flows, traffic control, performing open -cut manhole and pipeline work when necessary, reinstating laterals through manned - entry, and wetout, inversion, curing, and finishing of the cured -in -place pipe. OWNER'S TELEPHONE PIPE LINEAL FEET OF DATE OF FINAL OWNER PROJECT NAME CONTACT NUMBER DIAMETER (in) CIPP INSTALLED COMPLETION Central Contra Costa Sanitary Dist. Sanitary Sewer Rehab John Larson 510 - 229 -7150 30 800 Jun -93 City & County of Honolulu, HI Kainui Drive Trunk Sewer Rehab John Yamane 808 - 527 -5855 48 3,350 Jun -01 City of Eugene, OR Sanitary Sewer Rehab Gale Mills 541 -687 -5262 36 1,300 Nov -93 City of Fresno, CA Chestnut Avenue Sewer Rehab Efren Banuelos 509 - 498 -1658 48 & 51 2,272 Jan -01 City of Fresno, CA Sanitary Sewer Rehab by CIPP, 1934 -10085 Efren Banuelos 509 - 498 -1658 33 & 66 23,191 Apr -00 City of Fresno, CA Sanitary Sewer Rehab by CIPP, 1836 -10000 Efren Banuelos 509 - 498 -1658 30 - 48 16,609 Feb -99 City of Fresno, CA Dakota - Shields Sewer Rehab Roger Spindler 209 - 498 -1676 27 - 30 11,897 Mar -95 City of Martinez, CA Monsanto Sewer Rehab Steve Dimock 510- 372 -0681 30 505 Dec -94 City of Mill Valley, CA Sanitary Sewer Rehab Caesar Jaime 415 - 383 -6020 42 - 48 5,000 Dec -94 City of Oroville, CA Sanitary Sewer Rehab Doug French 916 - 538 -2490 36 426 May -95 City of Phoenix, AZ Unlined Concrete Sewer Rehabilitation Blaine Robertson 602 - 261 -8232 27 - 48 15,282 Sep -01 City of Phoenix, AZ 91st Ave. WWTP Pipeline Rehab Project Blaine Robertson 602 - 261 -8232 54, 60 & 72 12,000 Nov -99 City of Phoenix, AZ Concrete Sewer Rehab Project Blaine Robertson 602- 261 -8232 24 - 42 19,500 Jan -98 City of Portland, OR Beech /Essex Outfall Line Rehab Mark Hutchinson 503 - 823 -5321 60 308 Sep -99 City of Portland, OR Insley/Taggart A Relief & Reconst. - Cora St. Mark Hutchinson 503 - 823 -5321 30 & 36 2,527 Aug -99 City of Portland, OR Alder Basin Sewer Rehab Mark Hutchinson 503- 823 -5321 48 1,600 Dec -97 City of Portland, OR Burnside Street Sewer Rehab Tom Caufield 503 - 823 -7086 30 150 Jun -97 City of Portland, OR Gladstone Street Sewer Rehab Mark Hutchinson 503 - 823 -5321 30 1,500 Jun -97 City of Portland, OR Tryon Creek Sewer Rehab Mark Hutchinson 503 - 823 -5321 30 360 Jun -96 City of Portland, OR Sanitary Sewer Rehab Jim Neveu 503 - 228 -9411 30 800 Aug -95 City of Portland, OR Airport Way Sewer Rehab Tom Caufield 503 - 823 -7086 18 - 30 7,200 Jun -94 City of Portland, OR Alder Basin Sewer Rehab Mark Hutchinson 503 - 823 -5321 60 1,024 Oct -93 City of Sacramento, CA Ramwood Way Storm Drain Rehab Michael Ross 916 - 875 -7159 27 & 30 655 Mar -99 INSITUFORM TECHNOLOGIES, INC. CURED -IN -PLACE PIPE PARTIAL REFERENCE LIST - LARGE DIAMETER PIPE GENERAL DESCRIPTION OF WORK: The projects listed here consist of all work necessary to install large diameter cured -in -place pipe. This work consists of cleaning of pipelines, CCTV inspection of pipelines, bypassing of existing flows, traffic control, performing open -cut manhole and pipeline work when necessary, reinstating laterals through manned - entry, and wetout, inversion, curing, and finishing of the cured -in -place pipe. OWNER'S TELEPHONE PIPE LINEAL FEET OF DATE OF FINAL OWNER PROJECT NAME CONTACT NUMBER DIAMETER (in) CIPP INSTALLED COMPLETION City of Sacramento, CA Sanitary Sewer Rehab Melvin Johnson 916 -449 -5283 27 - 30 12,000 Dec -95 City of Salem, OR Sanitary Sewer Rehab Jim Russell 503 - 588 -6380 36 108 Feb -96 City of San Clemente, CA Paseo De Cristobal Storm Drain Rehab Gary Vibarsky 949 - 361 -6132 48 220 Mar -00 City of San Diego, CA Mission Gorge Michael Conner 619 - 533 -5153 36 - 42 34,000 Oct -99 City of San Jose, CA 60" Brick & 84" RCP Interceptor Rehab, Ph IIIB & IVB Richard Lucas 408 - 277 -4638 60 & 84 17,233 Jun -00 City of San Jose, CA Dry Creek Rehab, Phase II David Montenegro 408- 277 -4638 24 - 27 4,550 Oct -95 City of San Jose, CA Almaden 1B Rehab Project Ken Salvail 408 - 277 -4638 42 - 48 5,530 Nov -94 City of San Jose, CA Dry Creek Rehab, Phase I Brian Chan 408 - 277 -4638 24 - 27 2,745 Aug -93 , City of Spokane, WA Sanitary Sewer Rehab Bill Peacock 509- 625 -4600 30 - 48 5,000 Sep -96 City of Spokane, WA Storm Overflow Line Bill Peacock 509 - 625 -4600 36 - 48 300 Oct -93 King County, WA Eriatai Interceptor Sarah Draper 206 - 684 -1299 27 1,600 Jun -96 King County, WA Sanitary Sewer Rehab Sarah Draper 206 - 684 -1299 30 360 Oct -94 Lawrence Livermore Nat'l Labs Sanitary Sewer Rehab Dennis Bowden 510- 423 -1864 36 170 Oct -94 Metropolitan St. Louis Sewer Dist. Lemay Service Area Sewer Rehab John Koeper 314- 768 -6200 32 - 64 14,066 Dec -96 Pima Co. Wastewater Mgmt Dist. NW Outfall - Grant Road Sewer Rehab Ray Morgan 520 - 617 -8200 48 3,500 Sep -98 Pima Co. Wastewater Mgmt Dist. Whettmore Road Sewer Rehab Glen Eller 520 -740 -2651 30 12,400 Nov -96 U.S. Navy, Pearl Harbor, HI South Avenue Pump Station David Gray 808 - 422 -1479 27 - 39 3,000 Sep -97 Unified Sewerage Agency _Sanitary Sewer Rehab Bruce Reich 503- 684 -4603 42 170 Dec -96 • • 3 of 4 PREQUALIFICATION FORM - 3/02 The following is a listing of all projects we have undertaken in the last five years, which have resulted in partial or final settlements of the contract by arbitration or litigation: NONE Project N/A Date Completed _ - Name & address of owner Original Contact Amount Total Claims Arbitrated or Litigated Amounts of Settlements of Claims Project N/ Date Completed Name & address of owner Original Contact Amount Total Claims Arbitrated or Litigated Amounts of Settlements of Claims Project N/A Date Completed Name & address of owner Original Contact Amount Total Claims Arbitrated or Litigated NONE Amounts of Settlements of Claims N/A 25 4 of 4 PREQUAL IFICA1i'ION FORM - 3/02 AFFIDAVIT Affidavit for individual State of NiA County of �11 /A- ' :: )ss. dba _ N/A , being duly sworn depose and say that the foregoing statements and answers to the questions are correct and true as of the date of this affidavit. • N/A • (Applicant sign here) Subscribed and sworn to before me this /Pray of N7); N/A , • • • N/A NOTARY PUBLIC My commission expires NT / A _ Affidavit for Co- Partnership State of N / A County of N/A )ss. dba N/A , being duly sworn depose and say that I am a partner in the firm of N/A ; that the foregoing statements and answers to the questions are correct and true as of the date of this affidavit. N/A (Member of firm sign here) Subscribed and sworn to before me this N/A day of N/A _, 19N /A N/A NOTARY PUBLIC My commission expires Affidavit for Corporation State of Missouri County of St . Louis )ss. dba • Anthony W. Hooper , being duly sy9 depose and say that I am a President oftheInsituf°orm Techno o• iesCorporation described in and which executed the foregoing statement; that the fore. •i ig state ents and answers to the questions are correct and true as of the date of this affidavit. /r' • 1! ,'esa ember o °'sign here) Ant W. ooper r esident Subscribed . n to before • t A d . day • /" aY o t�)tli► 2 Denise L . Ga kSRY PUBLIC �wo� < =, -5) My commission expires 12/5/05 _ o �, N : _ • Z : NOTARY SEAL : AdesC� , ��� { ST'' • 26 1 -02.4 Examination of Plans, Specifications, and Site of Work 1- 02.4(1) General This section is supplemented with the following: There will be a pre -bid conference, at the time and location as listed in the invitation to bid, for the contractors to familiarize themselves with the particulars of said project, such as quantities, locations and difficulty of the work to be performed. The Owner and their representative do not guarantee the accuracy of the measurements. It is the responsibility of the Contractor to determine the measurements at the walk- through and bid accordingly. The meeting will include project discussion, DBE Contractor participation and requirements, and the Affirmative Action Plan. 1 -02.15 Pre -Award Information This section is supplemented with the following: 7. Acceptable third party testing procedures & verification per section 7- 20.3(1) 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 from the low bidder. A copy of the four (4) -page form immediately follows this Special Provision Section 1 -02. 8. Identify the MBE's and WBE's used to fulfill the City's WMBE goal of 10 %. 9. Identify the subcontractors with the percentage of work they will do. 10. Furnish an Affirmative Action profile, by ethnic category, on the subcontractor's employees proposed to be utilized to do the subcontract work. 11. Furnish an Affirmative Action profile, by ethnic category, on the low bidder's employees proposed to be utilized to do the contract work. 27 1 of 4 MBE/WBE FORM - 5/95 Date: May 29 , 2002 To: City of Yakima, Engineering Division 129 No. 2nd Street Yakima, WA 98901 Attn: Mr. K. Wendell Adams, P.E., City Engineer Re: South First Street Sewer Main Repair City of Yakima Project No. 1961 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 MBENVBE will accomplish Percent of bid items to total bid (without sales tax): . % Total percent of MBE/WBE bid items in project (without sales tax): _ % 29 2 of 4 MBEIWBE FORM - 5/95 (If total percent of MBE/WBE bid items in project are not at or above the City's goal of 10% .� provide the information and documentation required in section 7. B.) 7. B. Identify the MBE's or WBE's contacted for subcontractor work: 7. B. 1. Name of MBE/WBE `jT Clair C, -yu tirt'bv, • r -__ Certification No. � Lic,1.Ll;,. ofr t,JE,' [„)?.. k Contact Person: C(V' Phone Number: 3(0 Bid items above MBE/WBE was requested to quote: Auk ,,, CO/0+14AI N� 1,3 yr cc$S' v vi.. Reasons for not electing: r t�� t�1l�C c O t 4n - !f ro Documentation regarding MBE/WBE contact is attached: YES NO J� 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 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____ - 30 3 of 4 MBENVBE FORM - 5/95 7. B. 4. Name of BEIWBE Certification No. Bid items above MBE/WBE was requested to quote: Reasons for not electing: Documentation regarding MBENVBE contact is attached: YES NO 7. B. 5. Name of BENVBE Certification No. Bid items above MBEIWBE was requested to quote: Reasons for not electing: Documentation regarding MBEIWBE contact is attached: YES NO 8. Identify the subcontractors with the percentage of work they will do. Subcontractor Name Percent of Work 31 rn 2 of 4 MBE/V'BE 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: m, 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) /,tIA _ ntnon" . Hooper, President ... ...es, Inc. i 32 1 -03 AWARD AND EXECUTION OF CONTRACT 1 -03.4 Contract Bond This section is supplemented with 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 -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) This section is revised to read: The Contractor shall be responsible for all construction staking including offset points, grades, and measurements that the Engineer deems necessary for completion of the work. All associated costs will be incidental to bid items. All work performed shall be in conformity with the lines, grades, slopes, invert elevations and dimensions as shown in the plans and specifications. 1 -07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1 -07.5 Wildlife, Fisheries, and Ecology Regulations 1- 07.5(1) General This section is supplemented with 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 This section is supplemented with the following: The local air pollution authority is the Yakima County Clean Air Authority, (509) 574 -1410. 1 -07.17 Utilities and Similar Facilities (WSDOT & APWA) This section is supplemented with the following: Private utilities, or their contractors, will furnish all work necessary to adjust, relocate, replace, or construct their facilities. Such adjustment, relocation, replacement, or construction may be done during the prosecution of the work for this project. 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: U.S. West Communications 8 W 2nd Avenue, Room 304 Yakima, Washington 98902 509 - 575 -7183 TCI Cablevision 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 City of Union Gap — Public Works 102 West Ahtanum, Washington 98903 509 - 248 -0432 • 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 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. 33 1-07.18 Public Liability and Property Damage Insurance (APWA only) General Requirements This section is supplemented with the following: The policy of insurance shall specifically name the City of Yakima, City of Union Gap, their agents, employees, and elected or appointed officials as additional insured for this project. The tenth paragraph is revised to read: The Contractor shall forward to the City the additional insured endorsement as requested in the Evidence of Insurance Section. Coverages and Limits This section is revised to read: All coverage's 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 This section is supplemented with the following: The Certificate of Insurance as required in this section shall be signed by a duly authorized agent of the company. Also, the additional insured endorsement shall be signed by the agent and specifically name the City of Yakima, City of Union Gap, their agents, employees, and elected or appointed officials as additional insured for this project. If a broker is involved, the Certificate and Endorsement will be signed by a duly authorized agent of the company. 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 34 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 -08.3 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. This 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 (Contract Time) (APWA Only) This Section is supplemented by the following: The Contract Time shall be Thirty (30) working days. 1 -09 MEASUREMENT AND PAYMENT 1 -09.6 Force Account This section is supplemented with the following: The work shall consist of repair of any incidental damages to landscaping, fencing, private irrigation, topsoil, turf or 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. Payment will be made for the following bid items: "Repair or Replacement ", by force account. 35 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. 1 -10 TEMPORARY TRAFFIC CONTROL 1 -10.2 Traffic Control Management 1- 10.2(1) General (August 9, 1999) Section 1- 10.2(1) is supplemented with the following: The Traffic Control Manager and Traffic Control Supervisor shall be certified by one of the following: American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksberg, VA 22406 -1022 (540) 368 -1711 Certification Ext. 127 Recertification Ext. 134 Sverdrup Civil, Inc. do Traffic Control Supervisors Seminar 600 108th Ave. N.E. Bellevue, WA 98004 (425) 452 -8000 The Northwest Laborers - Employers Training Trust 27055 Ohio Ave. Kingston, WA 98346 (360) 297 -3035 Evergreen Safety Council 401 Pontius Ave. N. Seattle, WA 98109 1- 800 - 521 -0778 or (206) 382 -4090 Transportation Consulting NW 1607 E. Main Auburn, WA 98002 • (253) 931 -0506 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. 36 1- 10.2(2) Traffic Control Plans This section is revised to read as follows: The Contractor is responsible for the preparation of the traffic control plan(s) showing a method of handling traffic and meeting the requirements of section 7 -17. The Contractor shall show the necessary construction signs, flaggers, and other traffic control devices required for the project and the plan(s) shall be in accordance with the established standards for plan development as shown in the MUTCD, Part VI. The traffic control plan(s) shall be submitted to the Engineer for approval at least ten calendar days in advance of the time the new plan will be implemented. 1- 10.2(3) Conformance To Established Standards Section 1- 10.2(3) is supplemented with the following: (April 30, 2001) The following devices are deemed compliant with the crashworthiness requirements of NCHRP 350 and are approved for use on the project: Approved Category II Devices Type I & II Barricades Manufacturer Model Number WLI Industries Safety Cade Type II Bent Manufacturing Unicade Bent Manufacturing Waffle Barricade Bent Manufacturing Type II Plywood or Plastic Panel Eastern Metal Type I & II Barricades Plasticade Products Fibercade Type II Plasticade Products Plasticade Type II Dicke Tool Company Type I Plastic Barricade TrafFix Devices, Inc. Plastic Folding Type I Barricade The Roadmaker Company Type II Plastic Barricade Three D Traffic Works, Inc. TD2000 Works Barricade Protection Services, Inc. Type I & II Barricades Flex -O -Lite Type I Barricade United Rentals Highways Type I & II Barricades Bureau of Highway Safety Penn. Type III Barricade The Cortina Companies Type I Plastic Barricades Type III Barricades Manufacturer Model Number Bent Manufacturing Type III Barricade Recycled Plastic Products Hollow Core Plastic Barricade Yodock Wall Company Yodock 2001 m Type III Barricade Cantel of Medford, Inc. EZ -UP Type III Barricade Davidson Plastics Corp. T3B Type III Barricade Approved Portable Signs and Stands Manufacturer Model Number Montana DOT DWG# 618 -02 (Plywood) • WLI SafetyCor Sign System (Plastic) 37 Texas DOT Skid Mounted Sign Support (Plywood) Reflexite /Eastern Metals DF 400 & DF 4700 TX (Endurance • plastic) (Aluminum signs are not approved for use with the above listed stands at this time) 1 -10.3 Flagging, Signs, and All Other Traffic Control Devices 1 -1 0.3(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 (August 6, 2001) Section 1- 10.3(3) is revised to read as follows: All signs 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. The Contractor shall provide the posts or supports and erect and maintain the signs in a clean, neat, and presentable condition until the necessity for them has ceased. All nonapplicable signs shall be removed or completely covered with metal, plywood, or an Engineer approved product specifically manufactured for sign covering during periods when they are not needed. When the need for these signs has ceased, the Contractor, upon approval of the Engineer, shall remove all signs, posts, and supports from the project and they shall remain the property of the Contractor. All orange background signs shall utilize materials, and be fabricated in accordance with, Section 9 -28. All new orange background signs and all W20 -7a "Flagger Ahead" signs shall be fabricated with Type IV or Type VII fluorescent orange sign sheeting. Work zone signs other than W20 -7a "Flagger Ahead" fabricated with Type I or II sign sheeting may be used when available from existing sign inventories until December 31, 2002. All post mounted signs with Type IV or VII sheeting shall use a nylon washer between the twist fasteners (screw heads, bolts, or nuts) and the reflective sheeting. There shall be no intermixing of signs with non - fluorescent orange reflective sign sheeting and signs with fluorescent orange reflective sign sheeting on the same sign post. Construction signs will be divided into two classes. Class A construction signs are those signs that remain in service throughout the construction or during a major phase of the work. They are mounted on posts, existing fixed structures, or substantial supports of a semi - permanent nature. Sign and support installation for Class A signs shall be in accordance with the Contract Plans or the Standard Plans. Class B 38 construction signs are those signs that are placed and removed daily, or are used for short durations which may extend for one or more days. They are mounted on portable or temporary mountings. In the event of disputes, the Engineer will determine if a construction sign is considered as a Class A or B construction sign. If it is necessary to add weight to signs for stability, only a bag of sand that will rupture on impact shall be used. The bag of sand shall: (1) be furnished by the Contractor, (2) have a maximum weight of 40 pounds, and (3) be suspended no more than 1 foot from the ground. Payment for setup and take down of Class B signs will be limited to the labor cost to do the work described in Section 1- 10.3(1), and for transportation described in Section 1- 10.3(2). Signs, posts, or supports that are lost, stolen, damaged, destroyed, or which the Engineer deems to be unacceptable while their use is required on the project, shall be replaced by the Contractor without additional compensation. 1- 10.3(5) Temporary Traffic Control Devices (March 3, 1997) The first sentence of Section 1- 10.3(5) is revised to read: When the bid proposal includes an item for "Maintenance and Protection of Traffic ", the work required for this item shall be furnishing Class B construction signs, barricades, flashers, cones, traffic safety drums, and other temporary traffic control devices, unless the contract provides for furnishing a specific temporary traffic device under another item. The second sentence are revised as follows: Delete the phrase "Temporary Traffic Control Devises" and replace it with "Maintenance and Protection of Traffic ". 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 minimum bid amount "Maintenance and Protection of Traffic," shall be the $$ dollar amount shown on the Proposal Bid Sheet, 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 compensation will be made. Any "Maintenance and Protection of Traffic" costs over the contractor's lump sum bid, shall be the contractor's responsibility and shall be considered incidental to other bid items. 39 DIVISION 7 — DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 7 -05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 7 -05.1 Description This section is supplemented with the following: This work shall consist of spray applying a cemerititious mix to the walls and benches of manholes, resulting in a monolithic liner of a minimum 3/8 -inch thickness. The applicator, approved and trained by Strong Systems, shall furnish all labor, equipment and materials for installing Strong -Seal MS -2C over brick, tile, precast concrete or concrete block manholes, new or used, using a SprayMate Model 35 machine. The installation shall be in accordance with manufacturer's recommendations and with the following specifications. 7 -05.2 Materials This section is supplemented with the following: A proprietary pre - blended mixture of acid resistant cement, chemically active aggregates, fiberglass rods and other additives specifically selected for special properties as manufactured by StrongLite Products Corporation and designated Strong -Seal MS -2C. Water shall be clean and potable. No material, other than water, shall be used with or added to Strong -Seal MS -2C without prior approval or recommendation from StrongLite Products Corporation. 7 -05.3 Construction Requirements 7- 05.3(5) Physical Properties Density at placement, pcf, min ... 95 lbs/ft Compressive strength, ASTM C -495, minimum 28 days ... 3300 psi 7- 05.3(6) Chemical Binders Formulated with calcium aluminate cement for use in severe sulfate environments, particularly when product is in direct contact with very acidic solution. 7- 05.3(7) Application 7- 05.3(7)A Preparation Place covers over invert before prepping. All foreign materials shall be removed from the manhole walls and bench using high pressure water spray (minimum 1200 psi). Loose and protruding brick, mortar and concrete shall be removed using a masons hammer and chisel and /or scrappers. Fill any voids with Strong -Seal MS -2C at least one (1) hour prior to spray application of the first coat. Active leaks shall be stopped using products specifically for that purpose and according to manufacturers' recommendations. Some leaks may require grouting to stop the inflow. Contact Strong Systems for grouting instructions. After all preparation has been completed, remove all loose material. 41 7- 05.3(7)B Mixing Place approximately 2 gallons of water into mixer drum per bag of Strong-Seal MS -2C, then add product while continuously mixing (about 35 rpm) and mix for one (1) minute. Discharge mix into holding hopper and repeat to assure continuous supply of mix of consistent quality. Do not discharge until material in hopper has been used to a point just prior to the pump taking in air. 7- 05.3(7)C Spraying The surface prior to spraying shall be damp without noticeable free water droplets or running water. Spray apply material to a minimum uniform thickness to insure that all voids and crevices are filled and a smooth surface remains after troweling. The troweling shall compact material into voids and crevices and "set" the bond on the manhole surface (brick., tile, block or concrete). After the first application has taken an initial set, but not over 72 hours, spray apply a second coat to assure a minimum total thickness of 3/8 inch and trowel to a smooth finish. After the second application to the walls, the wooden bench covers are removed and the bench is sprayed from walls to the invert in such a manner so as to produce a bench having a gradual slope from the walls to the invert with the wall /bench intersection built up and rounded to a uniform radius the circumference of the intersection. The thickness of the bench shall be no less than 1/2 inch at the invert and shall increase in the direction of the wall so as to provide the required slope. No application shall be made when ambient temperatures are less than 40 °F and when freezing is expected within 24 hours unless specific recommendations are made by StrongLite Products Corp. If ambient temperatures are in excess of 90 °F, precautions shall be taken to keep mixing water below 85 °F, using ice if necessary. It is recommended that the final application have a minimum of four (4) hours cure time before being subjected to active flow. 7- 05.3(7)D Curing Ambient conditions in manholes are adequate for curing when covered. 7- 05.3(8) Test Requirements At least two sample cubes shall be taken from each day's work with the date, location and job recorded on each. These cubes shall be sent for a 28 day compression test, which will be recorded. 7 -05.4 Measurement This section is supplemented with the following: Measurement for payment of Manhole Restoration will be by the vertical foot of manhole sprayed and tested and shall be throughout the manhole inclusive of inlets, junctions and channel surface. Measurement of manhole heights for payment purposes will be the distance from the lowest invert of the manhole to the top of the manhole adjustment ring(s) rounding up to the nearest foot. 7 -05.5 Payment This section is supplemented with the following: Payment will be made in accordance with section 1 -04.1, for each of the following bid items that are included in the proposal: 42 "Manhole Restoration ", per vertical foot. Payment for cleaning and preparation for manhole restoration shall be incidental to the work of manhole restoration. Payment for sanitary sewer bypass of the existing manhole during cleaning, preparation, application, inspection and testing of said manhole restoration shall be per section 7 -17.5. 7 -17 SANITARY SEWERS 7 -17.1 Description This section is supplemented with the following: This work shall consist of the necessary bypass of the existing sewer main and manholes for the rehabilitation and restoration of said sanitary sewer main and manholes. The Contractor shall provide all materials and equipment necessary to safely and adequately bypass individual sections of the sanitary sewer system to allow cleaning, preparation, installation, inspection and testing of proposed improvements. 7 -17.3 Construction Requirements This section is supplemented with the following: The Contractor is responsible to provide a bypass schedule for approval by the Engineer 48 hours, excluding weekends, prior to scheduling work in a particular section. Special attention shall be paid to any bypass of the sanitary sewer system that occurs across South First Street as indicated on the plans. The Contractor shall maintain at least one lane, each direction, of traffic on South First Street at all times with the required maintenance and protection of traffic as specified in section 1 -10. It is recommended that this bypass occur during off peak traffic hours inclusive of weekends. AT NO TIME IS THE CONTRACTOR ALLOWED TO CLOSE SOUTH FIRST STREET. The Contractor shall prepare a bypass plan showing the proposed location, method, material, capacity, scheduling and traffic control for the South First Street bypass to be included in the Contractor bid package. 7 -17.4 Measurement This section is supplemented with the following: No specific unit of measurement will apply for the lump sum item of sanitary sewer bypass. 7 -17.5 Payment This section is supplemented with the following: Payment will be made in accordance with Section 1 -04.1, for the following bid item when it is included in the proposal. "Sanitary Sewer Bypass ", Lump sum The lump sum contract price for "Sanitary Sewer bypass" shall be full pay for performing all work as specified and approved by the Engineer. 43 • 7 -20 CURED IN PLACE PIPE (CIPP) (New Section) 7 -20.1 Description This work shall consist of the rehabilitation of existing sewer lines by the installation of a resin - impregnated flexible tube. When cured, the finished pipe will be continuous and formed to the original conduit and provide a minimum of 110% of full flow capacity in accordance with the standard plans& these specifications. • 7 -20.2 Materials Materials shall meet the requirements of ASTM F1216 and ASTM F1743, which are made a part hereof by such reference and shall be the latest edition and revision thereof. ASTM F1216 and ASTM F1743 shall govern when this specification does not address installation methods and materials. If there is a conflict between ASTM F1216 ASTM F1743 and this specification, this specification will govern. Tube - The material shall meet the requirements of ASTM F1216, Section 5.1 The tube shall be fabricated to a size that when installed will form to the internal circumference and length of the original pipe. Allowance should be made for circumferential stretching during inversion. The outside layer of the tube (before inversion) shall be plastic coated with a transparent flexible material that is compatible with the resin system used. The plastic coating shall not be subject to delamination after cure. The tube shall contain no intermediate or encapsulated elastomeric layers. No materials • shall be included in the tube that are subject to delamination in the cured tube. Resin - The resin system shall meet the requirements of ASTM F1216, Section 5.2. The technology will have the capability to both change wall thickness for variations in design considerations and conform to the irregular circumferences within the designated sewers. 7 -20.3 Construction Requirements 7- 20.3(1) Structural Requirements The CIPP shall be designed as per ASTM F1216, Appendix X1, with the following additional requirements. The CIPP design shall assume no bonding to the original pipe wall. External Hydrostatic Design - Acceptable third party testing and verification of the enhancement factor, K, (equation 1 -ASTM F1216) shall be submitted prior to award. External Buckling Design - Acceptable third party testing and verification of design analysis techniques (ASTM F1216, Section X1.2.2) shall be submitted prior to award. This testing requirement can be accomplished with soil box testing. The bond between tube layers shall be strong and uniform. All layers, after cure, must form one homogeneous structural pipe wall with no part of the tube left unsaturated by resin. 7- 20.3(2) Test Requirements 44 Chemical Resistance - The CIPP shall meet the chemical resistance requirements of ASTM F1216, Appendix X2. Long -Term Reduction in Physical Properties - Long -term creep data in accordance with ASTM D2990 shall be submitted prior to award. Duration of creep testing shall be a minimum of 10,000 hours. Hydraulic Capacity - Calculations must support that the finished resin - impregnated flexible tube shall have at least 110% of the full flow capacity of the original pipe before rehabilitation. Calculated capacities may be derived using a commonly accepted roughness coefficient for the original pipe material. A typical roughness coefficient for the CIPP technology utilized shall be as verified by third party test data. Field Samples - To verify past performance, the manufacturer shall submit a minimum of 15 test results from previous field installations of the same resin system and tube materials as proposed for the actual installation. These test results must verify that the physical properties specified in section 4.2 of this specification have been achieved in previous field applications. 7- 20.3(3) Installation CIPP installation shall be in accordance with ASTM F1216 and ASTM F1743, with the following additional requirements: Resin Impregnation - The quantity of resin used for tube impregnation shall be sufficient to fill the volume of air voids in the tube with additional allowances for polymerization shrinkage and the loss of resin through cracks and irregularities in the original pipe wall. A vacuum impregnation process shall be used. A roller system shall be used to uniformly distribute the resin throughout the tube. Service Reconnections - After the new pipe has been cured in place, the contractor shall reconnect the existing active service connections as designated by the owner. This shall generally be done without excavation, and in the case of non -man entry pipes, from the interior of the pipeline by means of a television camera and a cutting device that re- establishes the service connection. 7- 20.3(4) Inspection Leakage testing of the resin - impregnated flexible tube shall be accomplished during cure while under a positive head. Visual inspection of the finished resin - impregnated flexible tube shall be in accordance with ASTM F1216, section 8.4. 7- 20.3(5) Warranty The contractor shall make all necessary repairs and replacements to remedy, in a manner satisfactory to the engineer and at no cost to owner, any and all defects, breaks, or failures of the work occurring with one (1) year following the date of acceptance of the work due to: Faulty or inadequate materials or workmanship, and for damage or disturbances to other improvements under, within, or adjacent to the work, whether or not caused by settling, washing, or slipping, when such damage or disturbance is caused, in whole or in part, from activities of the contractor in performing his duties and obligations under this contract. When such defects or damage occur, within the time period described herein before, in any part of the surface or subsurface work done under the contract, or in any adjacent surface or 45 subsurface improvements not included in the work under the contract, the contractor shall repair the same and the one -year warranty period required shall, with relation to such required repair, be extended one year from the date of completion of such repair. 7 -20.4 Measurement The Length of Cured In Place Pipe (CIPP) will be the number of linear foot of CIPP completed and tested and will be measured along the existing pipe through inlets and manholes. 7 -20.5 Payment Payment will be made in accordance with section 1 -04.1, for each of the following bid items that are included in the proposal: "Cured In Place Pipe Rehabilitation 30 In. Liam. ", per linear foot. "Cured In Place Pipe Rehabilitation 42 In. Diam. ", per linear foot. Payment for cleaning and preparation for CIPP installation shall be incidental to the work of installing the CIPP. Payment for sanitary sewer bypass of the existing pipe during cleaning, preparation, installation, inspection and testing of said CIPP shall be per section 7 -17.5. 46 CONTRACT THIS AGREEMENT, made and entered into in triplicate, this day of , 2002, by and between the City of Yakima, hereinafter called the Owner, and a Washington 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: $ , for SOUTH FIRST STREET SEWER MAIN REPAIR, Project No. 1961, 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 (30) 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 day of 2002. , a Corporation Contractor By: City Manager Attest: (Print Name) City Clerk Its (President, Owner, etc.) Address: 47 PERFORMANCE BOND BOND TO CITY OF YAKIMA KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, a Corporation as Principal and a corporation organized and existing under the laws of the State of 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 $ 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 day of , 20_. Neverless, 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 , the above bounded Principal, a certain contract, the said contract being numbered , and providing for (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 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. (Contractor) By: (Print Name) Approved as to form: Its: (President, Owner, etc...) (City Attorney) (Surety) By: (Print Name) Its: 49 i Aeons. CERTIFICATE OF INSURANCE MIA DATA IMIWDNYYI , ' PROVI,eER TMlS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE AGENT DOES NOT AMEND. EXTEND OR ALTER THE COVERAGE AFFORDED DY THE ADDRESS POLICIES BELOW. COMPANIES AFFORDING COVERAGE COIIAAW tE 1 A A— VII OR BETTER ADMITTED CARRIER COMFANY IMSweD .EVER B A.- VII OR BETTER ADMITTED CARRIER -., CONTRACTOR A+ ADDRES 9 COMPANY D ` V LETTER * . COMPANY E ' �tTrER ;COVERAGES I, - THIS IS TO CERTIFY THAT THE POUOIES OF INSURANCE LISTED BELOW HAYS BEEN i -,„*.Z. ' E INSURED NAMED ASOYE I `OR rHE PCuCY P:R100 INDICATED. HOTWIT+ISTAN )WIQ ANY REQUIREMENT. TERM CR CONDITCN OF AN ■y.1 - T OR OTHER DOCUMENT WITH RESPECT TG WHICH THIS CEiRT.FPCA".'E MAY SE ISSUED OR MAY PERTAIN, THE INSURANCE AFFOACE'.1 S � r . F - ' 7 DO !CIES DESCRIBED HEREIN IS i3UB.JECT TO ALL THE TERMS, t EXC.U$IDNS AND CONDITIONS OF SUOI! POtICIEB. LIMITS SHOWN MAY HA ' .z R DUCED BY PAID DyAIM$, POLICY . YE POLICY CI�RIRATMONI _TR TYPE O nI9 JRANCE POLICY NUMBER DATE IIAUDWYTI DA•.L IM►�'DSrrn LIMITS - 0614IRA4 U*UIt -ITY SEmERAL AGGREL ATE S 2,000,000 ■ I COMMERCIAL OESE re A1-C 123 01 /01 /93 01/01/94 PPOCvCrs',+PIDPAGa. s 1,000,000 CLAIMS WADE g CC.:,Alt. PERSONAL LADY. INJURY : 1 +000,000 OPtNER'9 t, CONTRACTOR PROT. EACH OCCO ems $ 1: 000.000 X PER JOB AGGREGATE FIRE DAMAGE IAnY ant its) i 50,000 . _ MC. EXPENSE lam ant IwW + $ 5.000_ B *UTONOEILE LABILITY CDMBINE'3 3INI3LE i X ANY AUTO DEF 456 01/01/93 01/01/94 LiaT 1,000,000 • - ALL DIANE DAUTOS BCDit'v W1uMr 9C 'EDLLED AUTOS INA ptrtenl M� id,'.'05 4 D;IDILY INJURY ccou.owAED AUTOS IP,/ arcannl} 3ARAGE LABILITY 1 PROPERTY OIAbtGt S • litESS LIABILITY Y EACH OCOL'AA .wCt >t UuBREt:.A mow f"I► Ati,aREGATE i _.. . OTHER OMAN UNBRE LA FOR AA WORKER'S COMPENSATION • STATUTORY LIMITS Eft' ACCIDENT $ 1,000,009 arrD DISEASE LAW' tbMTLVS' uAmurr n lsEAsIE --EACH cu PLO�FF S . .' . E1191193_ 011'71 /94 1.0t?.0. 040 . OTHER SEscr'Pr v'': Gr OPGi, tYIGItS .LOC It ``YIS CITY 07 Tom, CITY 07 UNION CAP, TEJIA AUNTS, 1:10Larzss, .HID ILICTID OA LPPOINTE) OJIICII.LS AS .11DDITIOULL =sums 70k FAOMICT I . CE Emma - CANCELLATION SHOLr _D ANY OF T}CE ABOVE DE5OR'9ED POLICIES BF CANCE? 1ED BEFORE 11-.E, 1 CITY O L YAXIM EXPIRATION CATE TIIcaEOF, THE ISSUING COMPANY WILL l��{ 129 N. 2ND ST. MAIL . DAYS wRITTEN N.JTrZIE TO THE CERTIFICATE H'D.GER NAMED TOME YAKIMA, W. 4$901 LEFT - Jr*. •►R IG??it1;► • •.._: c x"... . AUTHORIZED REPREBEBTA1 YE SIC,NED BY AGENT i ACORD 254 ITJ B) CACORb CORPORATION ISSO 51 COMMERCIAL LIABILITY 1ST REPRINT COL -- ENDORSEMENTS JUNE 1991 POLiC f NUMBER: ABC 123 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. • ADDITIONAL INSURED-OWNERS, LESSEES OR , CONTRACTORS (FORM B) CS9% Noe This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. 101?‘ SCHEDULE 1 Name of Person or Organization: SITT' OT TTY, GITF 01 IETION C1P, TEAR LGfl1TS, ZEIPLOTZIS, BID ILICTID OR 1ZPPOfITai OIII'ICIILS {If no entry appears above. information reouired to complete this endorsement will be shaven in the Declare- . tions as applicable to this endorsement.) WHO IS AN INSURED (Section fl) 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. <0 6A‘‘ ° cC t Agent Signature + Data • CG 20 10 11 85 Copyright, Insurance Se -vices Office. Inc 1984 • CG 20 10 11 5 VL W20B 53 MINIMUM WAGE AFFIDAVIT STATE OF WASHINGTON ) ) ss COUNTY OF YAKIMA ) I, the undersigned, having been duly sworn, depose, say and certify that in connection with the performance of the work, payment for which this voucher is submitted, I have paid the following rate per hour to each classification of laborers, workmen, or mechanics, as indicated upon the attached list, now referred to and by such reference incorporated in and made an integral part hereof, for all such employed in the performance of such work; and no laborer, workman or mechanic so employed upon such work has been paid less than the prevailing rate of wage or less 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 55 PREVAILING WAGE RATES Department of labor & Industries Statement Prevailing Wage Rates for Yakima County DOLT - Manufacture & Fabrication Notice Benefit Code Key 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 59 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 1B 5D 8L BOATMEN $35.67 1B 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 1B 5D 8L DRYWALL TAPERS JOURNEY LEVEL $25.44 1P 5A ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $20.99 1 61 YAKIMA COUNTY Effective 03-03-02 (See Benefit Code Key) . Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS - INSIDE JOURNEY LEVEL $37.21 1J 5Z ELECTRICIANS - MOTOR SHOP • CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A SC ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER $44.01 4A 5A CERTIFIED LINE WELDER 1 $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 1 $40.40 4A 5A LINE EQUIPMENT OPERATOR $34.44 4A 5A POLE SPRAYER $40.40 4A 5A POWDERPERSON $31.13 4A 5A ELECTRONIC & TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $12.07 1 ELEVATOR CONSTRUCTORS CONSTRUCTOR 1 $31.29 4A 6Q MECHANIC $42.25 4A 6Q MECHANIC IN CHARGE $46.63 4A 6Q PROBATIONARY CONSTRUCTOR $16.27 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS CRAFTSMAN $8.65 1 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 HEATING EQUIPMENT MECHANICS MECHANIC $18.45 1J 5A HOD CARRIERS & MASON TENDERS JOURNEY LEVEL $24.73 1M 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.07 1 INSPECTION /CLEANING /SEALING OF SEWER & WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMIER OPERATOR $9.73 1 GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR $12.78 1 TECHNICIAN $6.90 1 TV TRUCK OPERATOR $10.53 1 INSULATION APPLICATORS JOURNEY LEVEL $32.91 1 62 YAKIMA COUNTY Effective 03 -03 -02 **************************************************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code IRONWORKERS JOURNEY LEVEL $37.17 1B 5A LABORERS ALL CLASSIFICATIONS $18.12 1 LABORERS - UNDERGROUND SEWER & WATER GENERAL LABORER $24.25 1M 5D PIPE LAYER $24.73 1M 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $7.38 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $15.45 1 LANDSCAPING OR PLANTING LABORERS $7.63 1 LATHERS JOURNEY LEVEL $28.19 1M 5D MACHINISTS (HYDROELECTRIC SITE WORK) MACHINIST $16.84 1 METAL FABRICATION (IN SHOP) FITTER $12.00 1 LABORER $10.31 1 MACHINE OPERATOR $11.32 1 PAINTER $12.00 1 WELDER $11.32 1 MODULAR BUILDINGS JOURNEY LEVEL $14.11 1 PAINTERS JOURNEY LEVEL $16.75 1 PLASTERERS JOURNEY LEVEL $35.63 1R 5A PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $7.63 1 • PLUMBERS & PIPEFITTERS JOURNEY LEVEL $40.40 1Q 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $33.59 IT 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 IT 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 IT 5D 8L BOBCAT $33.59 1T 5D 8L BROOMS $33.59 1T 5D 8L BUMP CUTTER $36.05 1T 5D 8L CABLEWAYS $36.49 IT 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 CRANES, THRU 19 TONS, WITH ATTACHMENTS $35.69 1T 5D 8L 63 YAK MA COUNTY Effective 03 -03 -02 **************************************************************************** * * * * * * ** * * * * * * * * * * * * **** * * * * * ** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code 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 IT 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 IT 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 IT 5D 8L DERRICK, BUILDING $36.49 IT 5D 8L DOZERS, D -9 & UNDER $35.69 1T 5D 8L DRILL OILERS -AUGER TYPE, TRUCK OR CRANE MOUNT $35.69 IT 5D 8L DRILLING MACHINE $36.05 IT 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 IT 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 HORIZONTAUDIRECTIONAL DRILL LOCATOR $35.69 1T 5D 8L HORIZONTAUDIRECTIONAL DRILL OPERATOR $36.05 1T 5D 8L HYDRALIFTS /BOOM TRUCKS (10 TON & UNDER) $33.59 1T 5D 8L HYDRALIFTS /BOOM TRUCKS (OVER 10 TON) $35.69 1T 5D 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 11 5D 8L MOTOR PATROL GRADER (NON- FINISHING) $35.69 1T 5D 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 IT 5D 8L PUMPS, WATER $33.59 1T 5D 8L QUAD 9, D -10, AND HD -41 $36.49 1T 5D 8L 64 YAKIMA COUNTY Effective 03 -03 -02 **************************************************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING EQUIP $36.49 1T 5D 8L RIGGER AND BELLMAN $33.59 IT 5D 8L ROLLAGON $36.49 1T 5D 8L ROLLER, OTHER THAN PLANT ROAD MIX $33.59 1T 5D 8L 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 CRANE OILER/DRIVER (100 TON & OVER) $36.05 1T 5D 8L WHEEL TRACTORS, FARMALL TYPE $33.59 1T 5D 8L YO YO PAY DOZER $36.05 1T 5D 8L POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & WATER (SEE POWER EQUIPMENT OPERATORS) 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 RESIDENTIAL BRICK & MARBLE MASONS JOURNEY LEVEL $19.72 1 RESIDENTIAL CARPENTERS JOURNEY LEVEL $14.58 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $16.85 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $19.08 1 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $21.98 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $11.48 1 RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $10.00 1 65 YAKIMA COUNTY Effective 03 -03 -02 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL LABORERS JOURNEY LEVEL $8.00 RESIDENTIAL PAINTERS JOURNEY LEVEL $11.42 1 RESIDENTIAL PLUMBERS & PIPEFITTERS JOURNEY LEVEL $16.97 1 RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $23.92 1B 5A RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $17.55 1 ROOFERS JOURNEY LEVEL $25.77 1B 51 USING IRRITABLE BITUMINOUS MATERIALS $28.77 1B 51 SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $34.29 1B 5A SIGN MAKERS & INSTALLERS (NON- ELECTRICAL) JOURNEY LEVEL $14.65 1 SOFT FLOOR LAYERS JOURNEY LEVEL $15.79 SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $6.90 1 SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $18.87 1 STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL $13.23 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 TREE TRIMMER $22.91 2B 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 66 YAKIMA COUNTY Effective 03 -03 -02 **************************************************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code 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 67 ' o s ' �,y1 ifH d�yQ REMFIVEG " STATE OF WASHINGTON APR - 2 2002 DEPARTMENT OF LABOR AND INDUSTRIES E, GMEIERING PREVAILING WAGE PO BOX 44540, OLYMPIA, WASHINGTON 98504 -4540 (360) 902 -5335 FAX (360) 902 -5300 ** *NOTICE* ** The Washington State Supreme Court ruled in Everett Concrete v. Department of Labor and Industries that workers employed in the fabrication or manufacture of items specifically produced for public works projects are covered under Chapter 39.12 RCW. The law establishes that the applicable prevailing wages which must be paid to laborers, workers and mechanics are the wages that have been established for the county in which the actual physical work is performed. Because the fabrication or manufacture is performed off -site, this may not be the same county in which the job site is located. Because contract awarding agencies must include the prevailing wages in their contract or bid specifications for all potential bidders, the off -site wages for every county in the state must be included. This insures that manufacturers located in other counties will be provided with the wages that apply to them. The following is a list of work that may include the fabrication or manufacture of items produced specifically for a public works project. This list is not intended to include standard items that are always available and may be purchased on the general market. Questions regarding whether the production of a specific item is covered should be directed to the office of the Industrial Statistician. Cabinet, Sash, Door and Furniture Making (wood) Fabricated Precast Concrete Products (Structural, Architectural and Utility concrete) Industrial Engine and Machine Mechanics Metal Fabrication (In -shop) - (Ironworkers, Boilermakers) Modular Buildings (Including customized prefabricated housing) Sheet Metal Work (Air ducts, ventilation systems, except round flex hose) Sign Making and Installation (Electrical and non - electrical) • a le 69 State of Washington Department of Labor and Industries Prevailing Wage Section - Telephone (380) 902 -5335 PO Box 44540, Olympia, WA 98504 -4540 Washington State Prevailing Wage Rates The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe be:nefts. 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. CABINET MAKERS (IN SHOP) EFFEC11VE 03-03-02 .�.....� *.� kti.« �.... ... (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, KITT1TAS, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA JOURNEY LEVEL $8.45 1 Counties Covered: CLALLAM, CLARK, COWLiTZ, GRAYS HARBOR, ISLAND, JEFFERSON, KITSAP, KUCKITAT, LEWIS, MASON, PACIFIC, SAN JUAN, SKAGIT, SKAMANIA, SNOHOMISH, THURSTON, WAHKIAKUM AND WHATCOM JOURNEY LEVEL $13.12 1 Counties Covered: KING JOURNEY LEVEL $11.71 1 Counties Covered: PIERCE • JOURNEY LEVEL $11.69 1 • Counties Covered: SPOKANE • JOURNEY LEVEL $9.72 70 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 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. FABRICATED PRECAST CONCRETE PRODUCTS EFFECTIVE 03-03 -02 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, WALLA WALLA AND WHITMAN ALL CLASSIFICATIONS $9.96 1 Counties Covered: CHELAN, KIT'TITAS, KLICKITAT AND SKAMANIA ALL CLASSIFICATIONS $8.61 1 Counties Covered: CLALLAM, CLARK, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KITSAP, LEWIS, MASON, PACIFIC, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WAHKIAKUM ALL CLASSIFICATIONS $13.50 1 Counties Covered: KING ARCHITECTURAL AND PRESTRESSED CONCRETE - All $11.05 1 Classifications ALL OTHER CONCRETE PRODUCTS - Carpenter $18.77 lB 6S ALL OTHER CONCRETE PRODUCTS - Clean -up $17.99 1B 6S ALL OTHER CONCRETE PRODUCTS - Fabricator $18.24 1B 6S ALL OTHER CONCRETE PRODUCTS - Gunite $18.24 18 6S ALL OTHER CONCRETE PRODUCTS - Maintenance $18.77 IB 6S ALL OTHER CONCRETE PRODUCTS - Operator $18.24 1B 6S ALL OTHER CONCRETE PRODUCTS - Welder $18.24 1 B 6S ALL OTHER CONCRETE PRODUCTS - Wet Pour $17,99 I B 6S ALL OTHER CONCRETE PRODUCTS - Yard Patch $17.99 1B 6S Counties Covered: PIERCE ALL CLASSIFICATIONS $10.00 1 Counties Covered: SPOKANE LABORER $6.90 1 MACHINE OPERATOR $10.33 1 71 • FABRICATED PRECAST CONCRETE PRODUCTS EFFECTIVE 03-03 -02 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: !� WHATCOM CARPENTER $11.43 1 CONCRETE FINISHER $12.53 1 LABORER $8.43 REBAR $14.60 1 Counties Covered: — —_ YAKIMA CRAFTSMAN $8.65 1 LABORER $6 1 PRODUCTION WORKER $7.15 1 72 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 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. METAL FABRICATION (IN SHOP) EFFECTNE 03-03 -02 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: ADAMS, ASOTIN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFELD, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, WALLA WALLA AND WHITMAN FITTER/WELDER $12.76 1 LABORER $8.13 1 MACHINE OPERATOR $12.66 PAINTER $10.20 1 Counties Covered: BENTON LABORER $7.06 1 MACHINE OPERATOR $10.53 PAINTER $9.76 1 WELDER $16.70 1 Counties Covered: CHELAN FITTER $15.04 1 LABORER $8.77 1 MACHINE OPERATOR $9.71 1 PAINTER $9.93 1 WELDER $12.24 1 Counties Covered: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, LEWIS, MASON, PACIFIC, SAN JUAN AND SKAGIT FITTERNVELDER $15.16 1 LABORER $11.13 1 MACHINE OPERATOR $10.66 1 PAINTER $11.41 1 Counties Covered: CLARK FITTER $22 1J 6U LABORER $16.57 1J 6U LAYEROUT $23.06 1J 6U MACHINE OPERATOR $17.08 1J 6U PAINTER $19.65 1J 6U WELDER $21.5 1J 6U 73 METAL FABRICATION (IN SHOP) EFFECTIVE 03-03 -02 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: COWLITZ FITTER $22.39 1E1 6V LABORER $17.62 1E1 6V MACHINE OPERATOR $22.39 1E1 6V WELDER $22.39 113 6V Counties Covered: GRANT FITTER/WELDER $10.79 1 PAINTER $7.45 Counties Covered: KING FITTER $15.86 LABORER $9.78 1 MACHINE OPERATOR $18.04 PAINTER $11.10 1 WELDER $15.48 1 Counties Covered: KITSAP FITTER $26.96 1 LABORER $6.90 1 MACHINE OPERATOR $13.83 1 WELDER $13.83 Counties Covered: KUCKITAT, SKAMANIA AND WAHKIAKUM FITTER/WELDER $16.99 1 LABORER $10.44 1 MACHINE OPERATOR $17.21 PAINTER $17.03 Counties Covered: PIERCE FITTER $15.25 1 LABORER $9.25 1 MACHINE OPERATOR $13.98 1 WELDER $13.98 1 Counties Covered: SNOHOMISH FITTERIWELDER $15.38 LABORER $9.79 1 MACHINE OPERATOR $8.84 1 PAINTER $9.98 1 74 METAL FABRICATION (IN SHOP) EFFECTIVE 03-03-02 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: SPOKANE FITTER $12.59 1 LABORER $7.98 1 MACHINE OPERATOR $13.26 1 PAINTER $10.27 1 WELDER $10.80 1 Counties Covered: THURSTON FITTER $21.29 1R 6T LABORER $13.52 1R 6T LAYEROUT $23.22 1R 6T MACHINE OPERATOR $16.43 1R 6T WELDER $19,34 1R 6T Counties Covered: WHATCOM FITTERIWELDER $13.81 1 LABORER $9,00 1 MACHINE OPERATOR $13.81 1 Counties Covered: YAKIMA FITTER $12.00 1 LABORER $10.31 1 MACHINE OPERATOR $11.32 1 PAINTER $12.00 1 WELDER $11.32 1 75 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 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. MODULAR BUILDINGS EFFECTIVE 03-03-02 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Cale Code Code Counties Covered: CHELAN, DOUGLAS, KITTITAS AND YAKIMA JOURNEY LEVEL $14.11 1 Counties Covered: GRAYS HARBOR, LEWIS, MASON, PACIFIC AND THURSTON CABINET ASSEMBLY $9 1 ELECTRICIAN $9 1 EQUIPMENT MAINTENANCE $9,98 PLUMBER $9 1 PRODUCTION WORKER $9 1 TOOL MAINTENANCE $9.98 1 UTILITY PERSON $9,98 1 WELDER $9.98 Counties Covered: KING AND KITSAP CABINET ASSEMBLY $11.56 1 ELECTRICIAN $11.56 1 EQUIPMENT MAINTENANCE $11.56 PLUMBER $11.56 1 PRODUCTION WORKER $9,26 1 TOOL MAINTENANCE $11.56 UTILITY PERSON $11,56 1 WELDER $11.56 1 Counties Covered: SINOHOMISH JOURNEY LEVEL $9.00 1 76 • 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 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. SHEET METAL WORKERS EFFECTIVE 03-03-02 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: ADAMS, ASOTIN, CHELAN, DOUGLAS, FERRY, GRANT, UNCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS AND WHITMAN JOURNEY LEVEL (FIELD OR SHOP) $31.33 . 1B 5 A Counties Covered: BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, KUCKITAT, WALLA WALLA AND YAKIMA JOURNEY LEVEL (FIELD OR SHOP) $34.29 1 B 5A Counties Covered: CLALLAM, COWUTZ, GRAYS HARBOR, ISLAND, KING, KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SNOHOMISH, THURSTON AND WAHKIAKUM JOURNEY LEVEL (FIELD OR SHOP) $39.68 I J 6L Counties Covered: CLARK AND SKAMANIA JOURNEY LEVEL (FIELD OR SHOP) $38,60 1 B 5A Counties Covered: JEFFERSON JOURNEY LEVEL (FIELD OR SHOP) $33.53 I Counties Covered: SAN JUAN, SKAGIT AND WHATCOM JOURNEY LEVEL (FIELD OR SHOP) $35.65 iJ 5G 77 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 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. SIGN MAKERS & INSTALLERS (ELECTRICAL) EFFECTIVE 03 -03 -02 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS AND WHITMAN JOURNEY LEVEL $13.91 1 Counties Covered: CHELAN, DOUGLAS, GRANT AND OKANOGAN JOURNEY LEVEL $24.63 1 Counties Covered: CLALLAM AND JEFFERSON JOURNEY LEVEL $19.29 1 Counties Covered: CLARK - JOURNEY LEVEL $19.27 1 Counties Covered: COWUIZ AND WAHKIAKUM JOURNEY LEVEL $16.88 1 Counties Covered: GRAYS HARBOR, LEWIS, MASON, PACIFIC AND THURSTON JOURNEY LEVEL $18.04 1 Counties Covered: ISLAND, SKAGIT AND WHATCOM JOURNEY LEVEL $16.03 1 Counties Covered: KING SIGN INSTALLER $23.36 SIGN MAKER $16.84 1 Counties Covered: KITSAP JOURNEY LEVEL $20.58 1 78 SIGN MAKERS & INSTALLERS (ELECTRICAL) EFFECTIVE 03-03 -02 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: KIJCKITAT AND SKAMANIA JOURNEY LEVEL $16.83 1 Counties Covered: PIERCE AND SNOHOMISH JOURNEY LEVEL $26.17 1 Counties Covered: SAN JUAN JOURNEY LEVEL $9.75 1R 79 State of Washington • Department of Labor and industries Prevailing Wage Section - Telephone (360) 902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage Rates 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. SIGN MAKERS & INSTALLERS (NON- ELECTRJCAL) EFFECTIVE 03 -03 -02 ,.....e...r...*.... : .r..r=„ , erar�ae., r+..,., ......�,..ar..e...�.......,.aa (Sre Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: ADAMS, FERRY, LINCOLN, PEND OREILLE, STEVENS AND WHITMAN JOURNEY LEVEL $13.91 1 Counties Covered: ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, GRANT, KITTTTAS, WALLA WALLA AND YAKIMA JOURNEY LEVEL $14.65 1 Counties Covered: CHELAN, DOUGLAS AND OKANOGAN JOURNEY LEVEL $16.14 1 Counties Covered: CLALLAM AND JEFFERSON JOURNEY LEVEL $12.15 1 Counties Covered: CLARK JOURNEY LEVEL $29.02 1H 5A Counties Covered: COWLITZ AND WAHKIAKUM JOURNEY LEVEL $16.74 1 Counties Covered: GRAYS HARBOR, MASON AND PACIFIC JOURNEY LEVEL $18.04 1 Counties Covered: ISLAND AND WHATCOM JOURNEY LEVEL $26.55 1 Counties Covered: KING SIGN INSTALLER $17.31 1 SIGN MAKER $15.61 1 80 SIGN MAKERS & INSTALLERS (NON - ELECTRICAL) EFFECTIVE 03 -03-02 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code C«Se Counties Covered: KITSAP JOURNEY LEVEL $9.27 Counties Covered: KLICKITAT AND SKAMANIA JOURNEY LEVEL $16.83 1 Counties Covered: LEWIS, SKAGIT AND SNOHOMISH JOURNEY LEVEL $29.67 1M 50 Counties Covered: PIERCE JOURNEY LEVEL $15.31 1 Counties Covered: SAN JUAN JOURNEY LEVEL $9.75 1 Counties Covered: SPOKANE JOURNEY LEVEL $8.00 1 Counties Covered: THURSTON JOURNEY LEVEL $14.04 1 81 BENEFIT CODE KEY - EFFECTIVE 03 -03 -02 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. 83 1. S. ALL HOURS WORKED ON SUNDAYS BETWEEN THE HOURS OF 12:00AM SUNDAY AND 6:00AM 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 6:00PM SATURDAY TO 6:00AM MONDAY AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF W AGE. ALL HOURS WORKED 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 • AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8). 84 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. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7). H. 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) 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. 85 S. PAID HOLIDAYS: NEW YEARS 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. HOLIDAYS: 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 I3EFORE 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: $1.00, LEVEL B: $0.75, LEVEL C: $0.50, AND LEVEL D: $0.25. • 86 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: South First Street Sewer Main Repair CITY OF YAKIMA PROJECT NO. 1961 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. 89 ITEM PROPOSAL BID SHEET South First Street Sewer Main Repair CITY OF YAKIMA PROJECT NO. 1961 ITEM PROPOSAL ITEM QTY UNIT UNIT PRICE AMOUNT NO. PAYMENT SECTION DOLLARS DOLLARS SPILL PREVENTION, CONTROL AND 1 COUNTERMEASURES PLAN 1 LS ; 5m o° # 50 0, OD 1 -07.15 FORCE ACCOUNT 2 1 FA $ 5,000.00 $ 5,000.00 1 -09.6 MOBILIZATION 3 1 -09.7 1 LS 111310.00 " 1130.0 0 MAINTENANCE & PROTECTION OF TRAFFIC 4 1 -10.5 (Minimum Bid $5,000.00) 1 LS I'860.0D q1690.6° MANHOLE 72" DIAMETER, TYPE 3 } 5 7 -05.5 2 EA ) . • a0 aGyia 00 MANHOLE RESTORATION 6 7 -05.5 47 VF 1 00 it I l go ,00 SANITARY SEWER BYPASS , 7 7 -17.5 (Bypass Plan must be included with bid) 1 LS 3��500.6� ' `?)506.bD CURED IN PLACE PIPE REHABILITATION 30 IN. 8 Dig 0.5 533 LF 172 '' (41 CO CURED IN PLACE PIPE REHABILITATION 42 IN. 9 DIAM. 255 LF I (80.00 � LlSoo, 7 -20.5 J ` SUB TOTAL,'13QizgG•�O SALES TAX (7.9 %) 1 81Q04.38 TOTAL 7,5'8,100.38 91 BID BOND FORM Herewith find deposit in the farm 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, Insituform Technologies. Inc. ._ _ , as principal, and National Fire Insurance Com•an of Hartford , as Surety, are held and firmly bound unto the City of Yakima, as Obligee, in the penal sum of Five percent of the amount of the bid (5 %1 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 South First Street Sewer Main Repair Project No. 1961 • 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 snail 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 thi bond. SIGNED, SEALED AND DATED THIS 29 DAY OF Ma • 2002 Insitufo ol• _'es, Inc. • .�1�1rfi „ , a •�i cam An gaol. E In : 81 torz y o e , 9 e t • AI .. i •.o.. C lire, 3' :.. , . . urety Kathleen A. • : hulat, Attorney -in -fact ,20 Received return of deposit in the sum of $ 93 State of Missouri } County of St. Louis} ss: On Yr .L4 ( )-1 6) - , before me, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared Kathleen A. Petchulat known to me to be Attorney - - Fact of National Fire Insurance Company of Hartford the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument in behalf of the said corporation, and he /she duly acknowledged • to me that such corporation executed the same. IN WITNESS WHEREOF. I have hereunto set my and affixed m of icial seal, the day and year stated in this certificate above. ( Notary Seal „2V2 MISSOURI St. Louis County !. ■; Co 711C3icn Expires October 11, 2004 . Notary Public • POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That Continental Casualty Company, an Illinois corporation, National Fire insurance Company of Hartford, a Connecticut corporation, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania corporation (herein called "the CNA Companies "), are duly organized and existing corporations having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint Stephen E. Ricci, Thomas C. Ricci, Jr., Kathleen A. Petchulat, Kathleen M. Hoffard, Individually of Creve Coeur, Missouri their true and lawful Attomey(s) -in -Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature -- In Unlimited Amounts — and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their corporations and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the corporations. In Witness Whereof, the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to • be hereto affixed on this 19th day of March, 2002. GAsu t oiSUR op,, • +�� Y F + Continental Casualty Company ,-' c oAOau r E J % v € o a' �Y�t W National Fire Insurance Company of Hartford i . y s S �utY ai ° M American Casualty Company of Reading, Pennsylvania oo SE t s i. < 1902 4- 1897 ck yppt4 • ' - 1 " `^ .... Michael Gengler l),&,.IL Group Vice President State of Illinois, County of Cook, ss: On this 19th day of March, 2002, before me personally came Michael Gengler to me known, who, being by me duly sworn, did depose and .ay: that he resides in the City of Chicago, State of Illinois; that he is a Group Vice President of Continental Casualty Company, an Illinois orporation, National Fire Insurance Company of Hartford, a Connecticut corporation, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania corporation described in and which executed the above instrument; that he knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of lirectors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of aid corporations. "OFFICIAL SEAL' , DIANE FAULKNER Notary Public, State of Illinois ..Q� My Commission Expires 9/17/05 (,.a/tc.i/ �Q /'� . 4 My Commission Expires September 17, 2005 Diane Faulkner Notary Public CERTIFICATE I, Mary A. Ribikawskis, Assistant Secretary of Continental Casualty Company, an Illinois corporation, National Fire Insurance Company of artford, a Connecticut corporation, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania corporation do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By-Law and Resolution of the Board of Directors of the corporations printed on the r y rse hereof is still i9J ce i__ Iq testimony whereof I hav to subscribed my name and affixed the seal of e said corporations this oC`"'� day of 1 Y „ JJ - , • cA CT WSUR4 ti+ or ��' q? Continental Casualty Company 2 osurr y - o �� ��oartxrgT National Fire Insurance Company of Hartford i` 4. 1 1 a g E0 American Casualty Company of Reading, Pennsylvania ° v SEAL Z , s ' F (.C.. 1897 HO • • ems Mary A. Ribikawskis Assistant Secretary (Rev. 10/11/01) Authorizing By-Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the Company. "Article IX—Execution of Documents Section 3. Appointment of Attorney -in -fact. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys -in -fact, subject ;:o the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President or the Board of Directors, may, at any time, revoke all power and authority previously given to any attorney -in- fact." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17th day of February, 1993. "Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 3 of Article IX of the By -Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect 'to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA: This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of -' Directors of the Company. "Article VI— Execution of Obligations and Appointment of Attorney -in -Fact Section 2. Appointment of Attorney -in -fact. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The President or any Executive, Senior or Group Vice President may at any time revoke all power and authority previously given to any attorney -in- tact." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17th day of February, 1993. "Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 2 of Article VI of the By -Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following Resolution duly adopted on February 17, 1993 by the Board of Directors of the Company. "RESOLVED: That the President, an Executive Vice President, or any Senior or Group Vice President of the Corporation may, from time to time, appoint, by written certificates, Attorneys -in -Fact to act in behalf of the Corporation in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such Attorney -in -Fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Corporation by their signature and execution of any such instrument and to-attach the seal of the Corporation thereto. The President, an Executive Vice President, any Senior or Group Vice President or the Board of Directors may at any time revoke all power and authority previously given to any Attorney -in- Fact," This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 117th day of February, 1993. "RESOLVED: That the signature of the President, an Executive Vice President or any Senior or Group Vice President and the seal of the Corporation may be affixed by facsimile on any power of attorney granted pursuant to the Resolution adopted by this Board of Directors on February 17, 1993 and the signature of a Secretary or an Assistant Secretary and the seal of the Corporation may be affixed by facsimile to any certificate of any such power, and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Corporation. Any such power so executed and sealed and certified by certificate so executed and sealed, shall with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Corporation." NON - COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report bid rigging activities call: 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. 95 • 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 subcontractor 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." 97 ........__________.,___. „.._______, • ,....,.. „ . . I — ■1111=1Mf 1 11 • • '. ciTy oF yAKimA _ ENGINEERING DivisroN . SOUTH FIRST STRE SEW CITY PROJECT NUMBER 1961 ....„ . ,,„4„:„..,,„,,„:„.., 1 „,..„. 111 11 D--- ii:::::.-- 1 f.t, :_,,,-. 1 ,.,,,... ,,,. ..\ - ,„ \.„?......,..„,, \ ,,„ \ , . ‘. ;,,,•,,,":" ,,,‘ ,, -,:, , ,,..' - „ ,.. , ., : , i ... ._;,.. . — U 1r E :- - " - •‘'. - .',. , -,R'"\`, ‘',.\.., ‘.';‘,"-•,- ''‘' ‘',‘, ,, \. \ --‘,. - - ' - !•: '' ' ',. i 11' '. '- ',..-. - P g ' - - ' j i I" -- _11 11 11" ,, , ! , 1 ------ , -gig i \\\ , -- '' ' ,,,' '' S ' C '" :' '.1 , . , , ' ', i •- , .f .. . - ---1 1 ,,,,,..1( 1 1, 3 - 1 1 ::: li 1 11 g 1 1 ' V 1 5 !'i ' 1 0 1 .1H-V 1",. . .:„"':_ it\' .C's•,,\ \ '' -', "•' l V ,Hil 1 i :i0.11 V„ V 11.1.11 E II- --_-_. _ ',I ‘ ..' :,,,,,. ",` z : 'Yk. "• -‘'., \ ,\; , '!‘ \'''''''' '''' 1- \!" 1 ',, ; li ; '1 ';' . \ j \ ., ---- i,-- ;----,- r - - ' ' 11 '"- I'd 1 .1 \ '11 1, „ j , ;,.,, : - , ,---, ' 1 i ! 1 Q , :: J1 1 ,, ...I-, ' ----- t:-::',g1 g " J! - , !! k ' i, ,!,-. , 1 ,,,..,. , ‘ \\, \-,.• - - - , t ' . '-.-‘: \ x , .0:...-- ,2.1‘,',' , ii • . I \ , i -1•1 ( ii . - i L !_:: , . a I, , .:1 ' : ,k! - f .-: '''' 0 ' 1 'f '..' , ',• \ .,‘; " 0 . , .4, , ' .. '',. c \ \ \ •'• \,' \ • C:: ':. ''','',•'•." •;('''', '•' • , \ '‘, j.-:. -, :,; '- ',:. , ,', f 4'7...I 1 .' : II ,... _IL „ .11 ,,,„!'. 11 1 . r,•••: _r, , -- ', - , - ;"_.1 ---- -"1:•-'..1,-":•\-\\\,).,,,..-.:,:•‘,,\\\\,,,..,-,,, ''',\,,..:‘,.;,-,:".,•,\\\‘\\,\',,,,,..1,,\"'.'-'-.;','-,:-".'_,.,,"=:-.:.1 ),..iii, .2 il. ..... , - ... ,, ..... , ii ...1__. III:!: - iiii,r I i : ii ii : ), :ii__. : . 1: 7, 1 ,1 ' . ' . 11:1,1 ..111,1-i;T:(.('7;,,,;,,'1.,-..i..,,i; 71:1r):i"Liilirllliri 'llIt',1,. 11111:1!:.-iir''';'':111--,1::::111:1'';':\''''''\\'s3,,,';::_,‘.''',.!I::‘,.',,.,,:;,1,c"F:'',\::,\,'::!,,ks',"‘:$,,',.,:!1-:'::',-,:::::,..'1,.'''',,...i',':‘:..\'''''\1:,\'_\:':s\,.:31;,,,\\,\\''::1:1 \l" \ .:\:::''''-''-'..::C..''.;:!:‘';':„;,3\..';\i\..1\:1!\.:1:\:-.-'_.::::::';' \'''i'lli''I? ill PL -'‘I' '''':- -1 . . • - -- s 1 EXCAVATION WORK MUST BE PROCEEDED BY NOTIFICATION TO 1 . ' ' ' \ \ AN D IS CLAIrviER 11-....d .11 li 1 I ii ,,, 1 . y ...;::0:, . I . I : i 0 , ,......„,,,„,,,, --...., 1 5 ii i I :.,-....-Y,A ..: ' `;':.: \ \ 11 . tf . \ \, \ \ \ V1'.....„-__:1_ 11: ! f .;.,:i ' , • j. 1 ' ; ,,,, 11 \---‘ UNDERGROUND FEATURES SHOWN HEREON REPRESENT - -,, BEST AVAILABLE INFORMATION AS OBTAINED FROM LOCAL 1 I I , t•Ovntilt 4. „ri, 'T,/,.. "'''' - 1 11 -r' I II F 11 i I : V ql [ :L i; /11 / I l : 1 :: ''' C. 1 \\'‘‘:., '''' '-. I! I \ !I 1 .- 1 1 i '::. V. RECORDS AND VISIBLE SURFACE EVIDENCE. THE CONTRACTOR 11 11 ' ' II I — ....'! II ,I 11 i ii ; " 1 ;11. 1 11 1 11.4.1 r 111 11"1; ;1 r,1 : ,...,12; F 11 1 1 ';-, 1_ 11 1. ' 1 ' 1 ' 6- ,--''' ''.,: r--:' 1,---. 1,--- 1111I 11 " - ' ''.---:, . 1 'Y'= I i ! d - 1' 1 L 1111 l' . i I : I 1 1 i ii IS CAUTIONED TO VERIFY THE LOCATION AND DEPTH OF ALL II 1 I ------ 1 1 -_ '.: , 1 1 — 21 11 - h '1 111 -1 ",'1,1.';' W I if J l', \■ 1 :I 1; \ ', UNDERGROUND FACILITIES. STATE LAW REQUIRES THAT ALL II, I ,:., p-,....,11 A , 1! 1 1 r 11 :i ., VI - d Fii I I i ill; - F 'Ili F i Eli il 1 i 1 lirflii , t L . _ \m ii.tr -----,77 s ,. =__.____ -, , , ,,, .., 1 1- i---3-1 rrir---- i i, , f.i :. ---. TT 17 T1:-.--'-' ...... -- .-,'. f --1--0 i .1 ' i ,i ,1 ii. - 'ir T• -- ■-‘ „ 1 il It 1 iii: ,, 0 , 0 , ,I , 0 , ,, I i„, :,,{,:: q, 1, - ,, , .1.1 i.. ..,.. „ :',/ i Hr 1 11 'A-----c , li 1 i I_ ' II_ [IA _Ii ,:i ILj.,1 I i'd ' i '11,j,1 ill ) I ',--q 1 1 1 I I! : !. 1, i : ir:, II , \ ALL OWNERS OF UNDERGROUND FACILITIES THROUGH A ONE ,,-- if i 1 t„ ,,,„, ,J, , , „ 1 ---,1- - , ii '!, 1---,' ":, 1 F,'. 1 f - 1 „„,,,, „,,.. 1 ,! 1 i' . il - i j .1,14„,..--! 1 -- 1[ :‘. 1' i' „!---ft--I\ q i. - 1 Oill h 1 ' i IL I i: 1 11 3 I; ''' ii 1 1 : i 1 ....)■ A :.,:,,,: 1 - tr - ' -- r ff H 1,,,,, il I 11 ..-Ls, I 7; NUMBER LOCATOR SERVICE: 1-800-553-4344 • ,,,,,, , , i J[,,. 'I i :: , :I. . ;I 11 1 111 : ;t , ..A.A..1 i 1 ..t , I h ,, .. ,,, i L ,, , f( ___ „...„.„,,,,-- , " i l Jr., i v \- - - - ---- -- II m" - ' .- ' - ‘r --, r- 1 ').- 1 • ' 1 - ' - - ' '''''('''''.- - 1 1 ir ;1 1 l . r - 1!" -- 1 - --. -,' !; Il I 1 ,...,.,:! r I 1 :11 1 Jil: :r '. r • : hi — X, ---- - li :..:7 ill - : 'i I t i i I I ;---.:: 1 :rii -- c'll 10 . ':, i li'' , 1; ii .il !I i I 1 , i 1 . i i IL ii — , ,,,---- ,, ..----L. - . ,--1,-1 ,...- I, -,, ,,,,, -,, , ,-,..._:s.„ , ---,-----„,,-, - --. ,..., . , , ,., , ., :' „,-..-----1 , Lii..,r177 1r 1-11.1 i !I i . li I ; li ; 1 1; Ii I i ' ; : i : k ; , ,,,, ------- - - -11., : 1! 1 1 1, I . I i , : I. i i `,1 1: L 1, 1 1,-----, ..,_.;_., ______JF , c:, —._, ,..c., i :, IF 1 . ''.4 _:, . _,, _L„,..J , .;., ....,. -,,,,, -- ' " 1 I T i li %,---, ---" i t„ - 4 '_ ,.-4, _ -4-i H I !,' -,; I i! ;; 4 I 1 ! 1 l! i 11 i FU - I )' 1 1 k' i r 7- - -17;---11 --- ! ]1 F; ,,,, r: q ;?;;Hdi 31 1 11 .i 1 1 i" '; ',' ii 1 '' ; ; ' ti ' fl 1 ' ' 1 I . 1 L 1 v., ..,--fA-1 -- I --- 1 t , ...jt 1 j! j :. j , ... j 1 J , , .g ! ! Ji ..!..... I 1 ! !!-!-, I ' , ! '41 ! a 1 ! [ Ii li 1 • ji - , ; II 4 ,, I i 11 ,-; -,,,_ il r.,,.„..,..,...,-4,,„,1_ ,..;,, L____ I i ..„_,H ',. ,ft,,,:, :,__J !, 11 • P, Li ,:,,,ii_ i",il ,,. .,.._ '','__ I 1 !.,- I t,' j; " .-9,1 1:,,,,,,, : „,„ ,ir, „ il ' ...„: . I . . ! i f 1 i! ' '1 I ''':', - - l' .- ''' . l''' 1 L, .. -- - i' 1 ..„1 ■N. ADA . I ' ' .0z- 1 l i' :1 11 :; 1 I I I 518. Got__ •: .: 1 ,.- ___...- r—, , ,-..--, ; ',.,'! !! ii-:— , -:- _..-1 .,-A i ,, ', q --,,-..-:■ ,:1 e!,,....., li 1 A--‘ a wAsk .A2 1 -- ; 11:1----1 .. i 1 1 1 .■ 1 11 11 1 11 ;; 1) 11 1 ,C 11 "s'1'111' . € _ 11 . 1i . 1; — 7, - ----g---...,._. f.....li 1 - ---, 1 11 -- - 1 , ' , 4) t• "G>, "'"' ; _ , •; , - - ; , -- , -1 • ; ''.:';',.., ' ! I 1 . 11 ",-,;",• 11 /AI 4 . i y . jai 1, 1 ';' 1 1 ' r ' t ':'-- 1 11 i - .. — ;4 1; i •<::1 . ..., • s'"P 29619 't ' . II 11 ii PRO, I 11 1 11 ek.,,, kAtismsto 40 • II .» . , LOCATION ---i! .11.. :::;:.: I. -6 ' , 570 NAL s ....._:,) t I, : il 11 --......7-,. < 1 ,. ,, 1 1 , , , ,,,-.a , i 1, i• , , , , i • ,,. ! i■ : :, 1 , I f ........ „ ,, J i —.4 I 11 !, Jr 1 - 1,' - 11 !-,. 11 j I — j r1, 1 EXPIRES 11/17/2003 I ii:', ; 1 i , ---............) . . I I I 11 ____,......., . ! 1 !f 11 ---'.._•, ,,,, ,, , ..;2 , \, ._.. - - li - A 1-, ( City of Uni , . ,,,,,,,,, , , LI 4' , ,1 0 . _.A....7 i oh ! ! n \ : , 11 . 1, , VICINITY MAP NOT TO SCALE 5.8.02 , A , P I 1 u. :3 \ 1 STA 17 +75 MATCH TO SHEET 3 C SS MH #4, 16 +33.8 EX. SEWER ALIGNMENT �i l\ IIIIIIIiII €1ti 1!EI!1l "jjN I;IIIf € I ': —T V E \ il i {ll \ 1 .I € ! ( I ,ilii v. (n N: 449,050.873 1' I1 \ ;I ll ; l1 01; will: :I ; ,\ € I; II I' { p, ',I III E li • ii ` .1 \ �� I; W I iii' 1 il . 'i" II II it :� �+ • — E: 1645058.509 © Ilj;i \\ \:li'III : i I; W II\ ` �€ €i; III (ijll, R •— RIM EL: 994.494 11 :;; ` I II j111I I i I ji , w ,1l \ O ` l i ! { l i • il � w; III iI 1 H I BOTTOM EL: 982.69 ' iI : , :iN j rI i II: ` I l ` 4 I I IN f ! \\ \V l Il l l ( 1 I II 1l ''li 0 ::: i a I , I Ilj o ' I � � � � i i " i I l <<IV"I' `III 1 i\ y• II (� '' 0 l j I '� \ ` � E;i'` j li' ; \ � I II I i€ € c 2512 ' Saulh is[ SUee[ ' - € i E \ l i I � E " " ; l ; : i l � � 48 N t ; `i il l fI 1 ! '\ \ 1lf' O y l l \ ll' € l" l :l l IlI1 EX!ISEWER ALIGNMENT E: 1,645,046.026 © H E "' i ` \ 1 1 � j � € . i [ w !! l: I H'! l i N: 449,097.098 r o I RIM EL 994.154 ijl,illll I�\ \`li;i l !\?- ;"'�;1\ !( �i'I" EtH1j6,45,121.457 t c z E f BOTTOM EL: 982.55 SS MH #2, STA 16 +07 !l "(;Ili "( , '`,\ ` II I; jil'l lI I li`.\ � I I I RlfvllL`'`I9 C� W N} IE � ... t. { `I` 1 'I I I I I Ii i\ I II i I ' l�-` � E I iI I' �� i ` M i I ELa 982.58 �n p E l i lii'f � " 'f €j' �(\ I \iiI Ej ' � 'Hi' II. 1 � I i E 1�1u� f `" l ;` II;" I \ \ l �jl If'!' . 4•' ' ' ' . ' •. r I I q EX. SEWER ALIGNMENT III' !!I,I: iI. > € EI I! 1! 'II IN !I` ( !` I I f :Iii I 'e III I I j I f. II tilt S Q N: 449,036.753 I I I I " l !iI I I II: l /P i`'l(jl I 11II i lE i i!,Th E: 1,645,036.906 © . ' Ij ' 'ri.11lilji(III ar \\I � ii I i < i i!! i III O ' RIM EL: 993.968 l I jE' Iii " II I i \ M .e • Ct BOTTOM EL: 982.72 (iililll• Illlj j., €':H I ll L.;; I i 1 E I `N I ' I 11 € 1 t� I. "'€ II f 'I p ! ,11,;,1,, " ji � e ; I , "I I 1, 11 II IT II I ( '! {E I ! 1 I (I P EI • 'I / ' J �' ■ V ,0, '!I. ,I: \ I l I T! ,II � ! ij il[ l ,III! € j: Ilf ll:l II Ij f ! !/ �� &� 1!!I � (!'' '' 1 I I. 1 j' I1 lll.� i IP II I!IIi,, II' -'' \\ 'jl' I� Ilif 'I 11: I II IIIi O PI II ; ! II "IIIEEI Z o' `` \� : 1 "l I`�11 ;'IIi I .\\ I� l 1l ;1Il1 Ii�! 'I1 ', :).1. i 1 Q / ` br 'll'III ill �I�,�`I. '"I €' ii 11, :I # i € "€ i lild I € k. oall:I ill '`\ \l Iii! I I I I il I! II Z 5 1!` l \\ I''I ! II` I lil !i I w RS? IIIi Illi; Ii ( \: ; i {Il \ � 11 c° y Q" l I € Et IE Il ii l l 4 ;I Ill I I I , I I 1E Il \ \ 5 b 1 1 W z O� , t' `!IIIi; " ,� f' II ' i f , , 1 { ,, III O O ��• • :III ; � AUTO PARTS (I II l!!I t�l I! 1!E III ' ' II! !l I 1 j H ih i lil ,f W O Z H 2514 SouthlstSheet i III ; € f`I{`'I ; ;I!:'1,.IlIIIIIi ?! f ! ' '(III I— F— U I Ill ;(I. \`l;`i! !;(.flllil I'1i`f 'till ; j'\ w o 3 "11 111 1 11101 H 1 "" ` ! l II l!jlill I I I ,I I ' i i , Q r I`:III ,i p if i(� f i� i I ill U m (� {: l E z \i i\I IE''III'I I!II I' O Q E // • \ 'Il Ifi�E lIIfI, a W BEGIN PROJECT ! LL! o NEW SS MH 'A', STA 11 +80.00 ° \\ / 0 Z EX. SEWER ALIGNMENT _J I I I I l i U 448,794.534 I I 1 I I 1I O N: E: 1,644,683.937 0 \ I 0 . l i " l i l i l I 1 �� APPROX. RIM EL: 992.94 ` II I j I II II W APPROX. BOTTOM EL: 983.02 j' I I I II I i 1 O Ii I • I 1Il f I' ! i f l i I I I 4 FD W SS MH #1, STA 10 +00.00 11 will 11 lj ' 1 I I ` z II iI Il l;i(I, ce j I 0 EX. SEWER ALIGNMENT ! ! 1 ? ;' { I I I I I ( ; Z • U II N: 448,691.708 I li i { f is i '' IliI1 i . w • g n VI I I ! l I 1 CON STRUCTION NOTES !I II • 3 IV U RIM EL: 992.039 iii . '! i!' I l I I I 1 I i I c E: 1,644,535.679 BOTTOM EL: 983.14 ill I` I I+ I ' I I I ill I I I I I 1 ° _> i I , . 1 I 1' I I 1 I { ' E I • ! C ONSTRUCT NEW 72" DIAMETER SANITARY SEWER MANHOLE PER CITY OF YAKIMA STANDARD DETAIL. l 1 l, illjll ;fi' III II i '' ( I' ,' ' ; E 1 ' I I1 1 I I I I 1 I w �' ' I ® R ESTORE E EXISTING SANITARY SEWER MANHOLE PER PROJECT SPECIFICATIONS. w z SC' !1 I11,1 ;1!lil!I ;Ii IIIII � GQ S I I i ( I I I; I I ' '' F - F - lil REHABILITATE EXISTING 30" RCP WITH THE INSTALLATION OF A CURED IN PLACE PIPE PER UJ co w O i 1 ; j i l I ' PROJECT SPECIFICATIONS. z c „ 11 1 = [ 4' 0- [1 11 i 1 i 1' I @ R EHABILITATE EXISTING 42" RCP WITH THE INSTALLATION OF A CURED IN PLACE PIPE PER F- w PROJECT SPECIFICATIONS. 0 a 2 3 ' i C 77 � .c to C c. - --- -- - - -- Y Uitl r ( 3)) ,..,;_ • _. I __ .....________ ____ w . - _ - __ SS MH #6, STA 23 +25.61 Q - _ = _ - _ -._ EX. SEWER ALIGNMENT ► w w N: 449, 710.445 _ - _ -7- ; :: E: 1,645,121.948 W O 4 RIM EL: 993.745 BOTTOM EL: 982.25 W Z ci w 0 Z o 10+00 LL 21+00 U ! a ` Z m E / �` " �� EX. 42" RCP SEWER MAIN 22+00 �+OO I p Q a) CD in Z. CC Ec END PROJECT - p U < kF NEW SS MH 'B', STA 19 +37.48 W EX. SEWER ALIGNMENT Z BANK 1111 W 2515 South 1st Street N: 449, 322.843 E: 1,645,12 1 .499 APPROX. RIM EL: 994.53 APPROX. BOTTOM EL: 982.46 0 �b. W z co 21 O Z to v 11 c (n — CONSTRUCTION NOTES U � 3 N w °' C O U (6 CONSTRUCT NEW 72" DIAMETER SANITARY SEWER MANHOLE PER CITY OF YAKIMA STANDARD DETAIL. a > w 4 REHABILITATE EXISTING 42" RCP WITH THE INSTALLATION OF A CURED IN PLACE PIPE PER w Z PROJECT SPECIFICATIONS. w Z j F- w . Z Q < L 2 CL j W O -i J 3 3 SUBCONTRACTOR LIST Prepared in compliance with ROW 39.30.060 (To be submitted with the Bid Proposal) The following listed bid items (listed in numerical order) for this project have been proposed for subcontracting to subcontractors as indicated: Subcontractor Name Ve v\ L E t rc c vj n(C frUta k‘nt The Item Numbers /1/10,v,,Lri1,.t ( ' 1 ell - 11N, � - ra \,.ti, zre r3,1 Pus Subcontractor Name }God -k tz,st, ui Xt YISLA Ter.)\nyV)tpel fS Item Numbers Jtia,n..Vms 6u4.10W Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Bid Items to be performed by the Prime Contractor: ( 5_121. (113c4 „pk Usw 62bA) Prime Contractor Name TnG1tnfnrm Te'hnologiPs, Znn Rem Numbers tt,..a'AwUr. R P f ( A A A G. 11 rv1eick'''cf4,,( tJ rk 99 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 $10,000. Goals shall be reviewed and updated annually by the City Manager for applicability and to ensure that the intent of this policy is accomplished. This statement of policy will be widely disseminated to all managers, supervisors, minorities and women employed by the City of Yakima as well as to contractors, vendors, suppliers, minorities and women who may seek the City's procurement and construction contracts related to the women and minority business enterprise programs. Contractors associations will be made aware of construction projects affected by this policy through all available avenues to assure that plans /specifications, bid forms, and invitations to bid are as widely distributed as possible. 101 RESOLUTION NO. D 4 8 1 6 A RESOLUTION adopting a "Women And Minority Business Enterprise Policy" for the City of Yakima. WHEREAS, the City of Yakima is the recipient of federal and state assistance which assistance carries with it the obli- gation of contracting with. Women And Minority Business Enter- prises for the performance of public works, and WHEREAS, it is the intention of the City of Yakima that Women And Minority Business'Enterprises shall have the maximum practicable opportunity to participate in the performance of such public works, and WHEREAS, the City of Yakima is determined to maximize Women And Minority Business Enterprise opportunities for parti- cipation in its competitive bidding process through the adoption of the "Women And Minority Business Enterprise Policy" statement attached hereto, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Council hereby adopts the "Women And Minority Business Enterprise Policy ", a copy of which is attached hereto and by reference made a part hereof. f� ADOPTED BY THE CITY COUNCIL this ..$tit day of ,1-,4..e._... ,, 1983. v C \ 1 1 k ,,,,A, A. Oa A hitk-c . Mayor ATTEST: City Clerk 103 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. f. The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources; by advertising in news media, specifically 105 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 rninority 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 rnake 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 no 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 1:he trades covered by these Bid Conditions, including circulation of minority and wornen 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. 106 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: Insituform Technologies, Inc. certifies that: (BIDDER) 1. It : ^+ - te& tr use the following listed construction trades in the work under the contract - Laborers 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: Laborers 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 Conditions. Alr (S'. ture of A . zed Represen - ive of Bidder) Anthony W. Hoof President 107 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) • 108 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 him the requirement to come forward with evidence to show that he has met the "good faith" • 109 requirements of these Bid Conditions by instituting at least the Specific Affirrnative 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 collective bargaining agreement providing for exclusive referral failed to refer minority and worsen 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. 110 PROPOSAL 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 IN THE AMOUNT OF N/A CASHIER'S CHECK o N/A DOLLARS CERTIFIED CHECK ($ / A ) PAYABLE TO THE STATE TREASURER PROPOSAL BOND © IN THE AMOUNT OF 5% OF THE BID "Receipt is hereby acknowledged of addendum(s) No.(s) 1 , & SIGNATU' GS' AU HORIZED OFFICIAL (S) O Anthony . Hooper, President 9.0 FIRMNAME nsitrform TPC-hno1ngia Inc. (ADRESS) 702 Spirit 40 Park Drive Chesterfield, MO 63005 636- 530 -8000 Local Address: 8795 Portland Road NE PHONE NUMBER Brooks, OR 97305 STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER INSITTIO2ONP UBI #701 -880 -220 FEDERAL ID No. 1 1 1 3 1 1 01 3 12 1 1 1 5 18 1 Note: (1) This proposal foram 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. 111 INSITUFORM TECHNOLOGIES, INC. SECRETARY'S CERTIFICATE I HEREBY CERTIFY that I am the duly elected and qualified Secretary of Insituform Technologies, Inc., a Delaware corporation (the "Corporation "). I FURTHER CERTIFY that the Board of Directors of the Corporation has duly appointed the following persons as officers of the Corporation to serve in the capacity indicated: Anthony W. Hooper, Chairman of the Board, President and Chief Executive Officer Carroll W. Slusher, Vice President — North America I FURTHER CERTIFY that the following is a true and correct excerpt from the By -laws of the Corporation: "The officers of the corporation shall be a chairman of the board, a vice chairman of the board, a president, one or more senior vice presidents,. one or more vice presidents, a secretary and a treasurer, each of whom shall be elected by the directors. Such other officers and assistant officers as may be deemed necessary may be elected by or appointed by the directors. In addition, the president may from time to time appoint such officers of operating divisions, and such contracting and attesting officers, of the corporation as he may deem proper, who shall have such authority, subject to the control of the directors, as the president may from time to time prescribe." I FURTHER CERTIFY that the President of the Corporation has, pursuant to the above authority, duly appointed (a) Gerald Addington to the position of Vice President — Project Management, (b) Charles Nance to the position of Vice President — Production, (c) Jerry Gordon to the position of Vice President — Sales & Marketing, (d) H. Douglas Thomas to the position of Vice President — Project Support and (e) Joann Smith and Denise L. Carroll as Contracting and Attesting Officers of the Corporation. Each of the foregoing have been fully authorized and empowered by the President of the Corporation: "(i) to certify and to attest the signature of any officer of the Corporation, (ii) to enter into and to bind the Corporation to perform pipeline rehabilitation activities of the Corporation and all matters related thereto, including the maintenance of one or more offices and facilities of the Corporation, (iii) to execute and to deliver documents on behalf of the Corporation and (iv) to take such other action as is or may be necessary and appropriate to carry out the projects, activities and work of the Corporation." IN WITNESS WHEREOF, I have hereunto affixed my name as Secretary, this 8th day of May, 2002. Insituform Technologies, Inc. By: Thomas . A. ook Vice President, General Counsel & Secretary L:Wppts & Certs\Secy Cert (DThomas)050802.doc Insituform* Technologies, Inc. LEGAL NAME OF CORPORATION: Insituform Technologies, Inc. INCORPORATED UNDER THE LAWS OF: State of Delaware PRESIDENT & CEO: Anthony Hooper 702 Spirit 40 Park Drive Chesterfield, MO 63005 VICE PRESIDENT, CFO(NO TREASURER): Joseph White 702 Spirit 40 Park Drive Chesterfield, MO 63005 VICE PRESIDENT, GENERAL COUNSEL, & SECRETARY: Thomas A.A. Cook 702 Spirit 40 Park Drive Chesterfield, MO 63005 AREA VICE PRESIDENT: David W. Smith 5100 E. Second Street P.O. Box 519 Benicia, CA 94510 Insituform I 1 Worldwide Pipeline 702 Spirit 40 Park Drive Tel: (636) 530 -8000 Mehl iOlO 1(;'. 117(: Rehabilitation Chesterfield, MO 63005 Fax: (636) 519 -8010 www.insituform.com CERTIFICATE To Whom It May Concern: This is to certify that Insituform Technologies, Inc. is authorized to install Insituform and NuPipe products, supplied by Insituform Technologies, Inc. • • If you have any questions, please feel free to contact us directly. Sincerely, INSITUFORM TECHNOLOGIES, INC. Joseph A. White Vice President and Chief Financial Officer JAW:Ij STATE OF MISSOURI COUNTY OF ST. LOUIS Subscribed and sworn to before me this 8th day of February in the year 2002. ‘`1 uttiii'ir41 i A L1Ao..?Y147---. : ' �1SStoN •'•. Notary Public = • • � O m`a $ N • *` NOTARY SEAL QS. PROPOSAL The bidder is hereby advised that by signature of this proposal he /she is deemed to have acknowledged all requirements and signed all certificates contained herein. A proposal guaranty in an amount of five percent (5 %) of the total bid, based upon the approximate estimate of quantities at the above prices and in the form as indicated below, is attached hereto: CASH 0 IN THE AMOUNT OF CASHIER'S CHECK 0 DOLLARS CERTIFIED CHECK 0 ($ ) PAYABLE TO THE STATE TREASURER PROPOSAL BOND 0 IN THE AMOUNT OF 5% OF THE BID ** Receipt is hereby acknowledged of addendum(s) No.(s) & SIGNATURE OF AUTHORIZED OFFICIAL (S) � `' A � OOS1$-S O O op- FIRM NAME (ADRESS) PHONE NUMBER STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER FEDERAL ID No. 1 1 1 1 1 1 1 1 1 1 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. • 111 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. C. 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 Tess than 5% of the total amount bid and may be shown in dollars or on a percentage basis. D. SEWER BYPASS PLAN Must be submitted with the bid per section 7 -17.3 of the standard specifications. Failure to submit this bypass plan will render the bid non - responsive. E. SUBCONTRACTOR LIST The form must be filled in. Failure to provide this information will render the bid non- responsive. F. PREQUALIFICATION FORM The prequalification form must be filled in and signed by the bidder. Failure to do so will render the bid non - responsive. G. AFFIRMATIVE ACTION PLAN • 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. 113 PLANS & DETAILS Construction Details Construction Plans W4 -21L) W20 -5(R) 520 -1 NOTES ENO for reverse cone toper to Black on Orange ROAD 1. Flashing warning lights and /or flags shall be ROAD YORL show end of work area RIGHT LA WORK used to call attention i0 early warning signs CLOSED when specified In contract. AHEAD AHEAD G20 -2a 1. Buffer Vehicle with 2. See Buffer Data Table. Use of buffer vehicle 500' MAX TMA (optional) L � 5 1 X X Is recommended. It may be a work vehicle. If 100' (See Note 21 ' buffer vehicle is used, minimum from end of taper to work area shall be total of "R" (rol) 4 —0 1 Rh~ I+-8 ahead distance) plus length of vehlcle, plus '8" I i O 1 i 1 (buffer space). If buffer vehicle is not used, WORK / 0 — minimum distance shall be " "8"'. il — a a---. a—. e---. e—a •—a k +1 1 1 1« I I I I I 4 4 4 CHANNELIOING DEVICE SPACING (FT) MPH Taper Tangent • • 35/50 30 60 25/30 20 40 BUFFER DATA Buffer Space FOR LOCAL SIGN SPACING TABLE Speed (MPH) 25 30 35 40 45 50 A G E N C Y USE B (FT) . 55 85 120 170 220 280 Speed X Buffer Vehicle Roll Ahead Distance 45/50 MPH 500' 4 Yard Dump Truck Stationary 35/40 MPH 350't 24,000 LBS Operation TRAFFIC CONTROL PLAN 25/30 MPH 200't R (FT) = 100 MINIMUM TAPER LENGTH . L IN FEET 41 Lane Posted Speed (tN'H) 3 i f Width rM (feet) l ,y k !feat) 25 30 35 40 45 50 LEGEND I "911i1. 0 � 10 105 150 205 270 450 500 I owns FMK UIRI o no Chonnelizing Devices 11 115 155 225 295 495 550 STANDARD PLAN K-7 4aa Sequential Arrow Sign 12 125 180 245 320 540 900 APPROVED FOR PUBLICATION TypicalapplIcation - daytime operation of short duration Word E. Afsnsfieid 3/07/87 on a four -lane divided roadway where one lone is closed. UMTC CRC* pMIMCe1 DATE Y*MHIMRON 'WC O,PNITNCMT OC IIIW1I6111*11°I OL1•II. NRMHINRWI • EXISTING PAVEMENT — DEPTH VARIES ASPHALT CONCRETE PATCH OMITS 1' -0' EXCAVATION UNE 1' -0" 1' -0' e..+r • (MIN) q YhYis! v km. / ALTERNATE BACK SLOPE AT CONTRACTORS � � } •— OPTION AND AT ND ADDITIONAL COST TO THE CITY OF YAKIMA ACP CLASS 'A" 121 1.5 TIMES DEPTH OF EXISTING ASPHALT. 3" MINIMUM COMPACTED DEPTH. 2 EQUAL LIFTS — 6' CSBC (COMPACTED DEPTH ASPHALT CONCRETE SURFACED EXISTING SURFACE — DEPTH VARIES GRAVEL SURFACE PATCH LIMITS • 1' - 0' EXCAVATION LINE 1' -0" 1' -0' (MIN) Q wr r '� t Agran ry i ALTERNATE BACK SLOPE AT CONTRACTORS , — OPTION AND AT NO ADDITIONAL COST TO THE QTY OF YAKIMA 2" CSTC (COMPACTED DEPTH) GRAVEL SURFACED UNSURFACED AREAS PATCH EXISTING GROUND LIMITS 1' -0' EXCAVATION UNE 1' -0" 1' —O' r • n •- (MIN) her Q 4 ;4ii Y� `+ + + + + + + + + + + + + + + + + + + Y c + + + + + + + + + + + + + + + + + + + 4 + + + + + + 4 + 4 + + 4 4 4 Jii Af • Y/4Jhi •lt`4�� a ALTERNATE BACK SLOPE AT CONTRACTORS / 1- -- OPTION AND AT NO ADDITIONAL COST TO THE CITY OF YAKIMA _12" MINIMUM (COMPACTED DEPTH) NATIVE MATERIAL FREE FROM ROCKS. STORE IN STOCKPILE WHEN REMOVED DURING TRENCHING, UNSURFACED AREAS 1. CONTRACTOR SHALL BE RESPONSIBLE FOR ALL SURFACE RESTORATION INCLUDING 1MDER REPAIR SECTIONS RESULTING FROM ALTERNATE BACK SLOPE AT TRENCH SIDES. R24 . RFACE REPAIR DETAIL NTS City of Yakima — Engineering Division APPROVE: 9.15.99 CITY OF YAKIMA - STANDARD DETAIL I SURFACE REPAIR DETAIL I R24 119 PLACE MANHOLE OPENING A �o 11 OVER OU PIPE mg I J120 MEL V!! Fir? li .00 e PLAN VIEW 24" OPENING CAST -IRON FRAME & • =2 j le == COVER PER SPECIFICATIONS % w it Pik fil ADJUSTMENT SECTION Q■111111111111 SI if ∎ ∎ 'A GROUTED OR DRY PACKED FA k t 12" , z ,c � ¢ 4 PRECAST 1` TYP a / CONE SECTION f 10 7 ; ¢ BASED IN P P .. q$ STAND STEPS 0 PRECAST SECTION 0;1 irt 0 1 PRECAST SECTION B ASE Ir 0: 1.111111M1 ID ..o. 1 an .. IPN 0 CAST IN PLACE 4 i T �I ��� ACROSS MANHOLE BASE - CL 4000 7ads+dd�ri4 .0.O lad ar.1 1f227 ®OA /�/� CONCRETE km-6. • SECTION A —A SECTION 8 -6 Si ' NITARY SEWER MANHOLE DETAIL NTS Cit of Yakima - Engineering D ivision APPROM: 2.10.99 CITY OF YAKIMA - STANDARD DETAIL I SEWER MANHOLE 1 s 121 CLASS 3000 CEMENT 1 1/2" CLASS "G" ASPHALT CONCRETE FULL DEPTH OF SECTION LESS 1 1/2" ASPHALT PAVEMENT 1 181 8 8 8 8 8 8 8 I I I El MT 11 , al il 8888888MBIr ra SUBGRADE 1�i '�4' `,. SUBGRADE BASE �� 14 ; �� DRY PACK ALL JOINTS �'�� AND VOIDS A w A SMOOTH INSIDE BARREL S3 MANHOLE ADJUSTMENT DETAIL NTS City of Yakima — Engineering Division APPROVED: 2.10.99 CITY OF YAKIMA - STANDARD DETAIL I MANHOLE ADJUSTMENT 1 53 123 • State of Missouri } County of St. Louis} ss: On , before me, a Notary Public in and • for said County and State, residing therein, duly commissioned and sworn, personally appeared Kathleen A. Petchulat known to me to be Attorney -in -Fact of National Fire Insurance Company of Hartford the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument in behalf of the said corporation, and he /she duly acknowledged to me that such corporation executed the same. IN WITNESS WHEREF, I have hereunto set my and affixed my official seal, the day and year stated in this certificate above. 1 Notary Th b iq.. .1,.:...... , • •