Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2003-073 40th Ave Repair/Reconstruction Agreement with Superior Paving Company
c City of Yakima Engineering D „, „. 40th Avenue Repair / Reconstruction 40th & Englewood City of Yakima Project No 2122 • Construction Contract Specifications & Bid Documents 129 North Second Street +,z Phone (509) 575-6111 Yakima, WA 98901 � Fax (509)576 -6314 September 2005 (Y) BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. 1 For Meeting Of 3/6/07 ITEM TITLE: Final Contract Payment - 40 Avenue Repair /Reconstruction SUBMITTED BY: V William R. Cook Department of Community and Economic Development CONTACT PERSON /TELEPHONE: Brett Sheffield, Chief Engineer — 576 -6797 SUMMARY EXPLANATION: This project consisted of the repair and reconstruction of 1,000 linear feet of 4 -lane arterial roadway. The work included the removal of 5,000 square yards of existing asphalt roadbed, from existing cement concrete curb to curb, along with the preparation of sub grade for the new roadbed. This project also included the repaving of the north and south parking area of the Southeast Community Center. 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 construction cost. Contractor: Superior Paving Co. Contract Award: 10/19/05 Contract Cost: $324,031.46 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): Funding Source _Com Reserve for Capital Improvement APPROVED FOR SUBMITTAL: '1 City Manager STAFF RECOMMENDATION: Accept the project and approve final construction cost. COUNCIL ACTION: Project accepted and final payment approved. CITY OF YAKIMA, WASHINGTON FILE NO. 2122 IMPROVEMENT: CITY OF YAKIMA 40TH AVENUE REPAIR 2/26/2007 CONTRACTOR: SUPERIOR PAVING CO. RECONSTRUCTION MADE BY WL PROGRESS ESTIMATE NO. 2 (FINAL) NO. ITEM UNIT QUANTITY UNIT AMOUNT % OF CONTRACT PRICE CONT AMOUNT 1 SPCC PLAN LS 100% $500.00 $500.00 100% $500.00 2 MOBILIZATION LS 100% $12,500.00 $12,500.00 100% $12,500.00 TRAFFIC CONTROL SUPERVISOR LS 100% $7,000.00 $7,000.00 100% $7,000.00 4 TRAFFIC CONTROL (Min. bid $5000.00) LS 100% $16,000.00 $16,000.00 100% $16,000.00 5 ROADSIDE CLEANUP FA 0.00 $5,000.00 $0.00 0% $5,000.00 6 SAW CUT, PER INCH DEPTH LF 0.00 $0.35 $0.00 0% $635.25 7 ROADWAY EXCAVATION INCL. HAUL CY 1815.00 $13.20 $23,958.00 111% $21,621.60 8 CRUSHED SURFACING BASE COURSE TON 0.00 $12.50 $0.00 0% $0.00 9 ASPHALT TREATED BASE TON 1692.01 $54.20 $91,706.94 111% $82,384.00 10 HMA CL. E PG 76 -28 TON 2015.28 $54.20 $109,228.18 100% $109,484.00 11 ADJUST MANHOLE EA 4.00 $300.00 $1,200.00 133% $900.00 12 ADJUST VALVE BOX EA 14.00 $300.00 $4,200.00 350% $1,200.00 13 ADJUST MONUMENT CASE AND COVER EA 1.00 $300.00 $300.00 100% $300.00 14 REPAIR OR REPLACEMENT FA $615.00 $5,000.00 $615.00 12% $5,000.00 15 ANTI - STRIPPING ADDITIVE DOL 100% $700.00 $700.00 100% $700.00 CHANGE ORDER #1 CHANGE OF QUANTITIES CHANGE ORDER #2 SOUTHEAST COMMUNITY CENTER $56,123.34 PREVIOUS PAYMENTS TOTAL $324,031.46 123% $263,224.85 1 $307,829.89 CHANGE ORDERS $0.00 2 TOTAL DUE CONTRACTOR $324,031.46 • 3 4 LESS PREVIOUSLY PD. $307,829.89 I certify that the above estimate is true and correct. LESS 5% RETAINAGE $16,201.57 TOTAL ($0.00) c! ',i U City Engineer ' t., - Yr� ',,, DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT Engineering Division ) 41 129 North Second Street �I Yakima, Washington 98901 h•, ". _ •.., H�. (509) 575 -6111 • Fax 576 -6305 October y Adams, City Engineer , Superior Paving Company P.O. Box 10268 Yakima, WA 98909 ATTN: Bill Hammett Re: 40th Avenue Repair / Reconstruction City of Yakima Project No. 2122 Dear Mr. Hammett: 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 October 17th, 2005, in the amount of $162,634.35. 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 and performance bond, along with 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. Please contact Bruce Floyd, (509) 575 -6138, within ten (10) days of this date, to schedule a pre - construction conference and discuss various forms and documentation that must be completed and turned in to him at that 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, 2 K. Wendell Adams, P.E., City Engineer cc: Robert Desgrosellier, Senior Engineer Bruce Floyd, Construction Supervisor Wendy Leinan, Contract Specialist City Clerk Yakima F inance bted File I 1994 Page 1 of 2 CITY OF YAKIMA LIABILITY CERTIFICATE CHECKLIST Contractor: Superior Paving Company Project: 40 Avenue Repair / Reconstruction City of Yakima Project No. 2122 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 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? Is 20 days or more notice of cancellation shown? Page 2 of 2 BID SUMMARY " City of Yakima - 40th Avenue Repair / Reconstruction ENGINEERS ESTIMATE Superior Paving Co. Columbia Asphalt & Gravel Inc. I CITY PROJECT N0.2122 Yakima, WA Yakima, 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 1 SPCC PLAN 1 LS $500.00 $500.00 $500.00 $500.00 $500.00 $500.00 1 -07.15 2 MOBILIZATION 1 LS $25,000.00 $25,000.00 $12,500.00 $12,500.00 $9,780.00 $9,780.00 1 -09.7 3 TRAFFIC CONTROL SUPERVISIOR 1 LS $8,500.00 $8,500.00 $6,000.00 $6,000.00 $4,620.00 $4,620.00 1 -10.5 4 TRAFFIC CONTROL (Min. bid $5000.00) 1 LS $15,000.00 $15,000.00 $15,000.00 $15,000.00 $13,480.00 $13,480.00 1 -10.5 5 ROADSIDE CLEANUP 1 FA $5,000.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 2 -01.5 6 SAW CUT, PER INCH DEPTH 1,815 LF $2.00 $3,630.00 $0.35 $635.25 $0.50 $907.50 2 -02.5 7 ROADWAY EXCAVATION INCL. HAUL 1,638 CY $20.00 $32,760.00 $13.20 $21,621.60 $21.95 $35,954.10 2 -03.5 8 CRUSHED SURFACING BASE COURSE 1,515 TON $22.00 $33,330.00 $12.50 $18,937.50 $16.10 $24,391.50 4 -04.5 9 ASPHALT TREATED BASE 980 TON $45.00 $44,100.00 $35.50 $34,790.00 $45.70 $44,786.00 4 -06.5 10 HMA CL. E PG 76-28 700 TON $58.00 $40,600.00 $56.50 $39,550.00 $58.90 $41,230.00 ' 5 - 04.5 11 ADJUST MANHOLE 3 EA $500.00 $1,500.00 $300.00 $900.00 $450.00 $1,350.00 7 -05.5 12 ADJUST VALVE BOX 4 EA $300.00 $1,200.00 $300.00 $1,200.00 $225.00 $900.00 7 - 09.5 13 ADJUST MONUMENT CASE AND COVER 1 EA $1,200.00 $1,200.00 $300.00 $300.00 $900.00 $900.00 8 -13.5 14 REPAIR OR REPLACEMENT 1 FA $5,000.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 8 -30.5 15 ANTI- STRIPPING ADDITIVE 1 DOL EST. $700.00 $700.00 EST. $700.00 $700.00 EST. $700.00 $700.00 5-02.5 $218,020.00 $162,634.35 $189,499.10 CITY ENGINEERS REPORT - ,t CITY OF YAKIMA COMPETITIVE BIDS WERE OPENED ON OCTOBER 17, ° , 2005. ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE. i. --s.•' 40TH AVENUE REPAIR / RECONSTRUCTION I RECOMMEND THE CONTRACT BE AWARDED TO: ...4.„... - • AWARD MADE BY CITY MANAGER PROJECT NO. 2122 Superior Paving Co. .d • • : i /h " "a' DATE: October 17, 2005 /0-19-or L� ,h� "' iP \� �VJ�� i FILE: 2122 BID1.PUB DATE CITY ENGINEER 111 � .y�� r DATE CITY MANAGER SHEET 1 of 1 CONTRACT THIS AGREEMENT, made and entered into in triplicate, this 20th day of October, 2005, by and between the City of Yakima, hereinafter called the Owner, and Superior Paving Company 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: $ 162,634.35, for 40th Avenue Repair I Reconstruction — 40th & Englewood., Project No. 2122, all in accordance with, and as described in the attached plans and specifications and the 2004 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 TEN (10) 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 2005. , a Corporation Contractor By: City Manager Attest: (Print Name) City Clerk Its (President, Owner, etc.) Address: 99 . . City Of Yakima 40th Avenue Repair / Reconstruction 40th & Englewood City of Yakima Project No. 2122 . W. AD ,,p... c wAsI14,,,r,"11(5' 4 , ,i,, - 4.. ,,,,,,,__ '• l t r e 1 9 1ff 4s1 A 'Re1 . 0 4s' A. - • ,A.,.- OIVAL .--' 1 EXPIRES 1 CONTENTS CITY OF YAKIMA 40 Avenue Repair & Reconstruction 40 & Englewood SECTION PAGE INVITATION TO BID 5 STANDARD SPECIFICATIONS Standard Specifications 7 Amendments to the 2004 Standard Specifications 7 CONTRACT PROVISIONS General Special Provisions 47 Project Description 47 1 -02 Bid Procedures and Conditions 48 1 -03 Award and Execution of Contract 48 1 -04 Scope of Work 48 1 -05 Control of Work 49 1 -06 Control of Materials 51 1 -07 Legal Relations and Responsibilities to the Public 53 1 -08 Prosecution and Progress 65 1 -10 Temporary Traffic Control 66 1 -99 APWA Supplement 67 2 -01 Clearing, Grubbing, and Roadside Cleanup 68 2 -02 Removal of Structures and Obstructions 68 2 -07 Watering 68 4 -06 Asphalt Treated Base 69 5 -04 Asphalt Concrete Pavement 70 7 -05 Manholes, Inlets, Catch Basins, and Drywells 92 8 -01 Erosion Control and Water Pollution Control 93 8 -30 Repair or Replacement (New Section) 93 9 -03 Aggregates 94 STANDARD PLANS 95 Contract Form 99 Performance Bond Form 101 Informational Certificate of Insurance 103 Informational Additional Insured Endorsement 105 Minimum Wage Affidavit Form 107 PREVAILING WAGE RATES Prevailing Wage Rates 109 (State Wage and Federal Wage Rates attached as Supplements) 3 PROPOSAL Proposal Form 125 Item Proposal Bid Sheet 127 Bid Bond Form 129 Non - Collusion Declaration 131 Non - Discrimination Provision 133 Subcontractor List 135 Women and Minority Business Enterprise Policy 137 Council Resolution 139 Affirmative Action Plan 141 Bidders Certification 143 Materially and ResponsivCriebb 145 Proposal Signature Sheet 147 Bidders Check List 149 PLANS & DETAILS Standard Details Traffic Control Plan Construction Plans 4 INVITATION TO BID NOTICE IS HEREBY GIVEN that sealed bids will be received by the City Clerk of the City of Yakima, 129 North 2nd Street, Yakima, Washington, 98901 of Yakima, until 2:00 pm on October 13, 2005 and will then and there be opened and publicly read for the construction of CITY OF YAKIMA 40th Avenue Repair /Reconstruction City of Yakima Project No. 2122 This contract provides for the repair & reconstruction of 1000 linear Feet of 4 -lane arterial roadway. The work includes the removal of approximately 5000 square yards of existing asphalt roadbed, from existing cement concrete curb to curb, along with the preparation of sub grade for the new roadbed which shall include a section of 6" crushed surfacing base coarse, 4" asphalt treated base and 2" class `E' wearing coarse; and other miscellaneous items, all in accordance with the Contract Plans, Contract Provisions, and the Standard Specifications as prepared by the City Engineer of the City of Yakima. All bid proposals shall be accompanied by a bid proposal deposit in cash, certified check, cashier's check or surety bond in an amount equal to five percent (5 %) of the amount of such bid proposal. Should the successful bidder fail to enter into such contract and furnish satisfactory performance bond within the time stated in the specifications, the bid proposal deposit shall be forfeited to the City of Yakima. Plans and specifications may be obtained at the Office of the City Engineer located at 129 North 2nd Street upon payment of the amount of $35.00 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 Friday, October 7th, 2005. The conference will feature project discussion, DBE Contractor participation, and the Affirmative Action Plan. The City of Yakima in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000 -4 and Title 49, Code of Federal Regulations, Department of Transportation, subtitle A, Office of the Secretary, Part 21, nondiscrimination in federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color or national origin in consideration for an award. The City reserves the right to reject any or all bids and proposals. DATED this 27th day of September, 2005 (SEAL) KAREN ROBERTS CITY CLERK PUBLISH: September 30, 2005 October 1, 2005 5 STANDARD SPECIFICATIONS Standard Specifications Amendments to the 2004 Standard Specifications eft 158 loll -1 ADDENDUM NO. 1 CLoa5 14`\ TO THE BID DOCUMENT AND PROJECT SPECIFICATION J FOR THE CITY OF YAKIMA, WA For 40 Avenue Repair I Reconstruction CITY OF YAKIMA PPROJECT No. 2122 BID OPENING: October 13 2005 « 2:00 p.m., City Hall Council Chambers TO THE ATTENTION ENTION OF ALL BIDDERS AND PLAN HOLDERS: The Bid & Contract Documents shall be modified as follows: ITEM 1. Invitation to Bid: The bid date has been rescheduled to 2:00 PM on October 17 2005. ITEM 2. Public Convenience And Safety; Special Provisions 1-07: Section 1- 07.23(1) Construction Under Traffic (Page 65) The following information is added to the last paragraph: Any work done during the nighttime closure shall be brought back to an asphalt surface & within 2 -1/2" of the surrounding pavement prior to reopening traffic at 5:00 AM. ITEM_3.. Contract_Provisions; Special Provisions Section 5-04 Section 5-04.3(7)A Mix Design (Page 75) This section on page 75 of the Special Provisions is deleted and replaced with the following: 5- 04.3(7)A Mix Design The Contractor shall provide a mix design that has been used on a previous Washington state or local agency project that has gradation characteristics similar to those listed in this addendum. The Contractor shall state where this mix design was used and the date it was placed so the City can verify that it has performed well. Addendum No. 1 Page 1 of 3 10/11/2005 Section 5- 04.3(8) A Acceptance Sampling and Testing — HMA Mixture The grading requirements table on page 78 of the Special Provisions is deleted and replaced by the following: The grading requirements for HMA Class E are as follows: Sieve Size Percent Passing 1 Y in. 100 1 in. 99 -100 % in. 90 -98 l2 in. 72 -90 '/ in. 45 -65 No. 10 17 -37 No. 40 2 -16 No. 200 2 -7 ITEM 4. Proposal: Item Proposal Bid Sheet: Item No. 10: HMA CL. E PG 64 -28 is deleted and replaced with the following: item No. 10: HMA CL. E PG 76 -28 ITEM 5. Proposal: item Proposal Bid Sheet: Add the following item: Item No. 15: ANT 1- STRIPPING ADDITIVE 5-02.5 Dollar ITEM 6. Construction Plans & Details: Construction Details: Revise detail R03 as follows: Materials shall be: 2 -1/2" Class E HMA (Compacted Depth) 3 -1/2" ATB (Compacted Depth) 6" CSBC (Compacted Depth) Addendum No 1 Page 2 of 3 10/11/2005 ITEM PROPOSAL BID SHEET City of Yakima 40th Avenue Repair & Reconstruction 40th Avenue & Englewood Avenue City of Yakima Project No. 2122 ITEM PROPOSAL ITEM QTY UNIT UNIT PRICE AMOUNT NO. PAYMENT SECTION DOLLARS DOLLARS 1 SPCC PLAN LS 1 -07.15 2 MOBILIZATION 1 LS 1 -09.7 3 TRAFFIC CONTROL SUPERVISIOR 1 LS 1 -10.5 TRAFFIC CONTROL (Min. bid $5000.00) 1 LS 1 -10.5 5 ROADSIDE CLEANUP 1 FA $5,000.00 2 -01.5 • 6 SAW CUT, PER INCH DEPTH 1,815 LF 2 -02.5 7 ROADWAY EXCAVATION INCL. HAUL 1,638 CY 2 -03.5 8 CRUSHED SURFACING BASE COURSE 1,515 TON 4 -04.5 ASPHALT TREATED BASE 980. TON 4-06.5 10 HMA CL. E PG 76 -28 700 TON 5-04.5 11 ADJUST MANHOLE 3 EA 7 -05.5 12 ADJUST VALVE BOX 4 EA 7 -09.5 13 ` - ADJUST MONUMENT CASE AND COVER EA 8 -13.5 14 REPAIR OR REPLACEMENT 14 FA $5,000.00 8 -30.5 15 A 5 -0 2.5 I 1I- STRIPPING ADDITIVE 1 ( DOL I EST. $700.00 1 1 PROJECT TOTAL 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 = { th - e ADDENDUM on the proposal form prior to bid opening. APPROVED: "'�"l /0 -A? - 0 K. Wendell Adams, t'.E. Date City Engineer * END OF ADDENDUM NO. 1 * Addendum No. 1 Page 3 of 3 10/11/2005 STANDARD SPECIFICATIONS The 2004 Standard Specifications for Road, Bridge, and Municipal Construction published by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, by this reference, are made a part of these Contract Documents. Except as may be amended, modified, or supplemented hereinafter, each section of the Standard Specifications shall be considered as much a part of these Contract Documents as if they were actually set forth herein. INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 2004 Standard Specifications for Road, Bridge, and Municipal Construction. AMENDMENTS TO THE STANDARD SPECIFICATIONS The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the latest date of revision. Each Amendment contains all current revisions to the applicable section of the Standard Specifications and may include references which do not apply to this particular project. SECTION 1 -07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC August 1, 2005 1 -07.1 Laws to be Observed The first, second, and fourth paragraphs are revised to read: The Contractor shall always comply with all Federal, State, tribal or local laws, ordinances, and regulations that affect work under the contract. The Contractor shall indemnify, defend, and save harmless the State (including the Governor, Commission, Secretary, and any agents, officers, and employees) against any claims that may arise because the Contractor (or any employee of the Contractor or subcontractor or materialperson) violated a legal requirement. The Contractor shall be responsible for the safety of all workers and shall comply with all appropriate state safety and health standards, codes, rules, and regulations, including, but not limited to, those promulgated under the Washington Industry Safety and Health Act RCW Chapter 49.17 (WISHA) and as set forth in Title 296 WAC (Department of Labor and Industries). The Contractor shall likewise be obligated to comply with all federal safety and health standards, codes, rules, and regulations that may be applicable to the contract work. Without usurping the authority of other agencies, the Contracting Agency will cooperate with them in their efforts to enforce legal requirements. Upon awareness of a violation of a legal requirement, the Engineer will notify the Contractor in an effort to achieve compliance. The Engineer may also notify the agency responsible for enforcement if the Engineer deems that action is necessary to achieve compliance with legal requirements. The Engineer will also 7 assist the enforcement agency to obtain Contractor compliance to the extent such assistance is consistent with the provisions of the contract. 1 -07.5 Fish and Wildlife and Ecology Regulations The section title is revised to read: 1 -07.5 Environmental Regulations 1- 07.5(1) General This section is revised to read: Throughout the work, the Contractor shall comply with all current rules of the resource agencies having jurisdiction over the affected areas. Some, though not all, of these rules are summarized below. Any of these agencies may, without prejudice to the Contracting Agency, add rules as needed to protect game, fish, or the environment. The following restrictions apply to all work: Ni. wo rk shall occur within the jurisdictional unless au th o rized in th con tr a & !1IU work 01I II occur YY!S! Ill l el lre 3 UI I0UISe LIS[! lLll arer>a0 ill II 00 authorized ILOU III the LU 111 CLL provisions and associated environmental permits. No materials shall be placed below the ordinary high water line except as may be specified in the contract. No equipment shall enter waters of the State, except as may be specified in the contract. 1- 07.5(2) State Department of Fish and Wildlife Item 7 is deleted. 1- 07.5(3) State Department of Ecology This section is revised to read: In doing the work, the Contractor shall: 1. Get a waste discharge permit from the Ecology Department before: a. Washing aggregate; or b. Discharging water from pit sites or excavations into a ground or surface waterway when the water contains turbidity, silt, or foreign materials. 2. Give the Project Engineer a copy of each waste discharge permit before the work begins. 3. Control drainage and erosion in a manner that reduces waterway pollution. 4. Perform work in such a manner that all materials and substa i1... not specifically identified in the contract documents to be placed in the water do not enter waters of the State, including wetlands. 5. Use equipment that is free of external petroleum -based products. 6. Remove accumulations of soil and debris from drive mechanisms (wheels, tracks, tires) and undercarriage of equipment prior to using equipment below the ordinary high water line. 8 • 7. Clean loose dirt and debris from all materials placed below the ordinary high water line. No materials shall be placed below the ordinary high water line without the Engineer's approval. 8. Notify the Engineer and Ecology Department immediately should oil, chemicals, or sewage spill into waters of the State. 1- 07.7(2) Load Limit Restrictions Item 1 is supplemented with the following: If the Contractor desires to utilize work methods resulting in load that exceed any of the restrictions described above, the Contractor shall submit calculations and other supporting information (as specified in Section 6 -01.6 for bridges under construction) to the Engineer for approval in accordance with Sections 6 -01.6 and 6 -01.9. The Engineer will review the calculations and supporting information to determine if the loading meets the criteria specified in Section 6 -01.6. The Contractor shall not place or operate construction vehicles or equipment on or over the structure until receiving the Engineer's approval of the submittal. 1- 07.11(10)B Required Records and Retention The third and fourth paragraphs are revised to read: Monthly Employment Utilization Reports WSDOT Form #820 -010 or substitute form as approved by the Contracting Agency. This form is required for all federally assisted projects if the contract is equal to or greater then $10,000 and for every associated subcontract equal to or greater than $10,000. These monthly reports are to be maintained in the respective Contractor or subcontractor's records. In addition, for contracts with a value of $100,000 or more, the Contractor shall submit copies of the completed WSDOT form 820 -010 or approved substitute to the Contracting Agency by the fifth of each month throughout the term of the contract. The Contractor shall also collect and submit these forms monthly from every subcontractor who holds a subcontract with a value of $100,000 or more. Failure to submit the required reports by their due dates may result in the withholding of progress estimate payments. 1- 07.13(4) Repair of Damage This section is revised to read: The Contractor shall promptly repair all damage to either temporary or permanent work as directed by the Engineer. For damage qualifying for relief under Sections 1- 07.13(1), 1- 07.13(2) or 1- 07.13(3), payment will be made in accordance with Section 1 -04.4 using the estimated bid item "Reimbursement for Third Party Damage ". In the event the Contracting Agency pays for damage to the Contractor's work or for damage to the Contractor's equipment caused by third parties, any claim the Contractor had or may have had against the third party shall be deemed assigned to the Contracting Agency, to the extent of the Contracting Agency's payment for such damage. Payment will be limited to repair of damaged work only. No payment will be made for delay or disruption of work. For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount for "Reimbursement For Third Party Damage" in the proposal to become a part of the total bid by the Contractor. 1 -07.14 Responsibility for Damage The first paragraph is revised to read: 9 The State, Governor, Commission, Secretary, and all officers and employees of the State, including but not limited to those of the Department, will not be responsible in any manner: for any loss or damage that may happen to the work or any part; for any loss of material or damage to any of the materials or other things used or employed in the performance of work; for injury to or death of any persons, either workers or the public; or for damage to the public for any cause which might have been prevented by the Contractor, or the workers, or anyone employed by the Contractor. The first sentence of the third paragraph is revised to read: Subject to the limitations in this section, the Contractor shall indemnify, defend, and save harmless the State, Governor, Commission, Secretary, and all officers and employees of the State from all claims, suits, or actions brought for injuries to, or death of, any persons or damages resulting from construction of the work or in consequence of any negligence regarding the work, the use of any improper materials in the work, caused in whole or in part by any act or omission by the Contractor or the agents or employees of the Contractor during performance or at any time before final acceptance. In addition to any remedy authorized by law, the State may retain so much of the money due the Contractor as deemed necessary by the Engineer to ensure indemnification until disposition has been made of such suits or claims. This section is supplemented with the following: The Contracting Agency will forward to the Contractor all claims filed against the State according to RCW 4.92.100 that are deemed to have arisen in relation to the Contractor's work or activities under this contract, and, in the opinion of the Contracting Agency, are subject to the defense, indemnity, and insurance provisions of these Standard Specifications. Claims will be deemed tendered to the Contractor and insurer, who has named the State as a named insured or an additional insured under the contract's insurance provisions, once the claim has been forwarded via certified mail to the Contractor. The Contractor shall be responsible to provide a copy of the claim to the Contractor's designated insurance agent who has obtained /met the contract's insurance provision requirements. Within 60 calendar days following the date a claim is sent by the Contracting Agency to the Contractor, the Contractor shall notify the Claimant and WSDOT (Risk Management Office, PO Box 47418, Olympia, WA 98504 -7418) of the following: a. whether the claim is allowed or is denied in whole or in part, and, if so, the specific reasons for the denial of the individual claim, and if not denied in full, when payment has been or will be made to the claimant(s) for the portion of the claim that is allowed, or b. if resolution negotiations are continuing. In this event, status updates will be reported no longer than every 60 calendar days until the claim is resolved or a lawsuit is filed. If the Contractor fails to provide the above notification within 60 calendar days, then the Contractor shall yield to the Contracting Agency sole and exclusive discretion to allow all or part of the claim on behalf of the Contractor, and the Contractor shall be deemed to have WAIVED any and all defenses, objections, or other avoidances to the Contracting Agency's allowance of the claim, or the amount allowed by the Contracting Agency, under common law, constitution, statute, or the contract and these Standard Specifications. If all or part of a claim is allowed, the Contracting Agency will notify the Contractor via certified mail that it has allowed all or part of the claim and make appropriate payments to the claimant(s) with State funds. 10 Payments of State funds by the Contracting Agency to claimant(s) under this section will be made on behalf of the Contractor and at the expense of the Contractor, and the Contractor shall be unconditionally obligated to reimburse the Contracting Agency for the "total reimbursement amount', which is the sum of the amount paid to the claimant(s), plus all costs incurred by the Contracting Agency in evaluating the circumstances surrounding the claim, the allowance of the claim, the amount due to the claimant, and all other direct costs for the Contracting Agency's administration and payment of the claim on the Contractor's behalf. The Contracting Agency will be authorized to withhold the total reimbursement amount from amounts due the Contractor, or, if no further payments are to be made to the Contractor under the contract, the Contractor shall directly reimburse the Contracting Agency for the amounts paid within 30 days of the date notice that the claim was allowed was sent to the Contractor. In the event reimbursement from the Contractor is not received by the Contracting Agency within 30 days, interest shall accrue on the total reimbursement amount owing at the rate of 12 per cent per annum calculated at a daily rate from the date the contractor was notified that the claim was allowed. The Contracting Agency's costs to enforce recovery of these amounts are additive to the amounts owing. 1- 07.15(1) Spill Prevention, Control and Countermeasures Plan This section is revised to read: 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 may pertain to SPCC planning are contained in but not limited to WAC 296 -824 and WAC 296 -843. The SPCC plan shall address the following project- specific information: 1. SPCC Plan Elements A. Site Information Identify general site information useful in construction planning, recognizing potential sources of spills, and identifying personnel responsible for managing and implementing the plan. B. Project Site Description Identify staging, storage, maintenance, and refueling areas and their relationship to drainage pathways, waterways, and other sensitive areas. Specifically address: • the Contractor's equipment maintenance, refueling, and cleaning activities. • the Contractor's on site storage areas for hazardous materials. C. Spill Prevention and Containment For each of the locations identified in B, above, specifically address: 1. Spill prevention and containment measures to be used at each location. 2. The method of collecting and treating, or disposing of runoff from each location. 3. The method of diverting project runoff from each location. • 11 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. I. Work Below the Ordinary High Water Line Identify equipment that will be used below the ordinary high water line. Outline daily inspection and cleanup procedures that ensure equipment is free of all external petroleum -based products. Identify refueling procedures for equipment that cannot be moved from below the ordinary high water line. 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 The Contractor shall implement prevention and containment measures identified in the SPCC plan prior to performing any of the following: Placing materials or equipment in staging or storage areas Equipment refueling Equipment washing Stockpiling contaminated materials 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. 12 3. All costs associated with implementing the prevention and containment measures identified in the approved 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. 1- 07.16(1) Private /Public Property This section is revised to read: The Contractor shall not use Contracting Agency owned or controlled property other than that directly affected by the contract work without the approval of the Engineer. If the Engineer grants such approval, the Contractor shall then vacate the area when ordered to do so by the Engineer. Approval to temporarily use the property shall not create any entitlement to further use or to compensation for any conditions or requirements imposed. The Contractor shall protect private or public property on or in the vicinity of the work site. The Contractor shall ensure that it is not removed, damaged, destroyed, or prevented from being used unless the contract so specifies. Property includes land, utilities, trees, landscaping, improvements legally on the right -of -way, markers, monuments, buildings, structures, pipe, conduit, sewer or water lines, signs, and other property of all description whether shown on the plans or not. If the Engineer orders , or if otherwise necessary, the Contractor shall install protection, acceptable to the Engineer, for property such as that listed in the previous paragraph. The Contractor is responsible for locating and protecting all property that is subject to damage by the construction operation. If the Contractor (or agents /employees of the Contractor) damage, destroy, or interfere with the use of such property, the Contractor shall restore it to original condition. The Contractor shall also halt any interference with the property's use. If the Contractor refuses or does not respond immediately, the Engineer may have such property restored by other means and subtract the cost from money that will be or is due the Contractor. The Contractor may access the worksite from adjacent properties. The Contractor shall not use or allow others to use this access to merge with public traffic. During non - working hours, the Contractor shall provide a physical barrier that is either locked or physically unable to be moved without equipment. The access shall not go through any existing structures. The access may go through fencing. The Contractor shall control or prevent animals from entering the worksite to the same degree that they were controlled before the fence was removed. The Contractor shall prevent persons not involved in the contract work from entering the worksite through the access or through trails and pathways intersected by the access. If the contract documents require that existing trails or pathways be maintained during construction, the Contractor will insure the safe passage of trail or pathway users. The Contractor shall effectively control airborne particulates that are generated by use of the access. The location and use of the access shall not adversely affect wetlands or sensitive areas in any manner. The Contractor shall be responsible for obtaining all haul road agreements, permits and /or easements associated with the access. The Contractor shall replace any fence, repair any damage and restore the site to its original state when the access is no longer needed. The Contractor shall bear all costs associated with this worksite access. 13 1 -07.18 Public Liability and Property Damage Insurance This section is revised to read: The Contractor shall obtain and keep in force the following policies of insurance. The policies shall be with companies or through sources approved by the State Insurance Commissioner pursuant to Chapter 48.05, RCW. Unless otherwise indicated below, the policies shall be kept in force from the execution date of the contract until the date of acceptance by the Secretary (Section 1- 05.12). 1. Owners and Contractors Protective Insurance providing bodily injury and property damage liability coverage with limits of $3,000,000 per occurrence and in the aggregate for each policy period, written on Insurance Services Office (ISO) form CO0009 together with Washington State Department of Transportation Amendatory Endorsement No. CG 29 08, specifying the State of Washington as a named insured. The Contractor may choose to terminate this insurance after the date of Substantial Completion as determined by the Engineer or, should Substantial Completion not be achieved, after the date of Physical Completion as determined by the Engineer. In the event the Contractor elects to terminate this coverage, prior to acceptance of the contract, the Contractor shall first obtain an endorsement to the Commercial General Liability Insurance described below that establishes the Contracting Agency on that policy as an additional insured. 2. Commercial General Liability Insurance written under ISO Form CO0001 or its equivalent with minimum limits of $3,000,000 per occurrence and in the aggregate for each policy period. This protection may be a CGL policy or any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000. Products and completed operations coverage shall be provided for a -- period of one year following final acceptance of the work, 3. Commercial Automobile Liability Insurance providing bodily injury and property damage liability coverage for all owned and nonowned vehicles assigned to or used in the performance of the work with a combined single limit of not less than $1,000,000 each occurrence with the State named as an additional insured in connection with the Contractor's Performance of the contract. The Owners and Contractors Protective Insurance policy shall not be subject to a deductible or contain provisions for a deductible. The Commercial General Liability policy and the Commercial Automobile Liability Insurance policy may, at the discretion of the Contractor, contain such provisions. If a deductible applies to any claim under these policies, then payment of that deductible will be the responsibility of the Contractor, notwithstanding any claim of liability against the Contracting Agency. However in no event shall any provision for a deductible provide for a deductible in excess of $50,000.00. Prior to contract execution, the Contractor shall file with the Department of Transportation, Contract Payment Section, P.O. Box 47420, Olympia, WA 98504 -7420, ACORD Form Certificates of Insurance evidencing the minimum insurance coverages required under these specifications. All insurance policies and Certificates of -Insurance shall include a requirement providing for a minimum of 45 days prior written notice to the Contracting Agency of any cancellation or reduction of coverage. All insurance coverage required by this section shall be written and provided by "occurrence- based" policy forms rather than by "claims made" forms. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract upon which the Contracting Agency may, after giving five working days notice to the Contractor. to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums 14 in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. All costs for insurance, including any payments of deductible amounts, shall be considered incidental to and included in the unit contract prices and no additional payment will be made. 1 -07.20 Patented Devices, Materials, and Processes This section is revised to read: The Contractor shall assume all costs arising from the use of patented devices, materials, or processes used on or incorporated in the work, and agrees to indemnify, defend, and save harmless the State, Governor, Commission, Secretary, and their duly authorized agents and employees from all actions of any nature for, or on account of the use of any patented devices, materials, or processes. 1- 07.23(1) Construction Under Traffic The first paragraph is supplemented with the following: The Contractor shall enter interstate highways only through legal movements from existing roads, streets, and through other access points specifically allowed by the contract documents. The fourth sentence in the second paragraph is revised to read: Deficiencies not caused by the Contractor's operations shall be repaired by the Contractor, when ordered by the Engineer, at the Contracting Agency's expense. In the sixth paragraph, 3. "C ", the first sentence is revised to read: Temporary concrete barrier or other approved barrier installed on the traffic side of the drop- off with 2 feet between the drop -off and the back of the barrier and a new edge of pavement stripe a minimum of 2 feet from the face of the barrier. 1 -07.26 Personal Liability of Public Officers This section is revised to read: Neither the Governor, the Commission, the Secretary, the Engineer, nor any other officer or employee of the State shall be personally liable for any acts or failure to act in connection with the contract, it being understood that in such matters, they are acting solely as agents of the State. SECTION 1-09, MEASUREMENT AND PAYMENT August 1, 2005 1-09.1 Measurement of Quantities The third paragraph is supplemented with the following: Hour - measured for each hour that work is actually performed. Portions of an hour will be rounded up to a half hour. 1-09.6 Force Account On page 1 -91, under "For Labor ", the fourth and fifth sentences in the second paragraph are deleted. 15 1 -09.7 Mobilization Under the second paragraph, item 3 is revised to read: When the substantial completion date has been established for the project, payment of any amount bid for mobilization in excess of 10 percent of the total original contract amount will be paid. SECTION 1 -10, TEMPORARY TRAFFIC CONTROL August 1, 2005 Section 1 -10 is revised in its entirety to read: 1 -10.1 General The Contractor, utilizing contractor labor and contractor - provided equipment and materials (except when such labor, equipment or materials are to be provided by the Contracting Agency as specifically identified herein), shall plan, manage, supervise and perform all temporary traffic control activities needed to support the work of the contract. 1- 10.1(1) Materials Materials shall meet the requirements of the following sections: Stop /Slow Paddles 9 -35.1 Construction Signs 9 -35.2 Wood Sign Posts 9 -35.3 Sequential Arrow Signs 9 -35.4 Portable Changeable Message Signs 9 -35.5 Barricades 9 -35.6 Traffic Safety Drums 9 -35.7 Barrier Drums 9 -35.8 Traffic Cones 9 -35.9 Tubular Markers 9 -35.10 Warning Lights and Flashers 9 -35.11 Truck - Mounted Attenuator 9 -35.12 1- 10.1(2) Description The Contractor shall provide flaggers, spotters and all other personnel required for labor for traffic control activities and not otherwise specified as being furnished by the Contracting Agency. The Contractor shall perform all procedures necessary to support the contract work. The Contractor shall provide signs and other traffic control devices not otherwise specified as being furnished by the Contracting Agency. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on or adjacent to highways, roads, or streets. No work shall be done on or adjacent to the roadway until all necessary signs and traffic control devices are in place. The traffic control resources and activities described shall be used for the safety of the public, of the Contractor's employees, and of the Contracting Agency's personnel and to facilitate the movement of the traveling public. Traffic control resources and activities may be used for the separation or merging of public and construction traffic when such use is in accordance with a specific approved traffic control plan. Upon failure of the Contractor to immediately provide flaggers; erect, maintain, and remove signs; or provide, erect, maintain, and remove other traffic control devices when ordered to 16 do so by the Engineer, the Contracting Agency may, without further notice to the Contractor or the Surety, perform any of the above and deduct all of the costs from the Contractor's payments. The Contractor shall be responsible for providing adequate labor, sufficient signs, and other traffic control devices, and for performing traffic control procedures needed for the protection of the work and the public at all times regardless of whether or not the labor, devices or procedures have been ordered by the Engineer, furnished by the Contracting Agency, or paid for by the Contracting Agency. Wherever possible when performing contract work, the Contractor's equipment shall follow normal and legal traffic movements. The Contractor's ingress and egress of the work area shall be accomplished with as little disruption to traffic as possible. Traffic control devices shall be removed by picking up the devices in a reverse sequence to that used for installation. This may require moving backwards through the workzone. When located behind barrier or at other locations shown on approved traffic control plans, equipment may operate in a direction opposite to adjacent traffic. The Contractor is advised that the Contracting Agency may have entered into operating agreements with one or more law enforcement organizations for cooperative activities. Under such agreements, at the sole discretion of the Contracting Agency, law enforcement personnel may enter the workzone for enforcement purposes and may participate in the Contractor's traffic control activities. The responsibility under the contract for all traffic control resides with the Contractor and any such participation by law enforcement personnel in Contractor traffic control activities will be referenced in the Special Provisions or will be preceded by an agreement and, if appropriate, a cost adjustment. Nothing in this contract is intended to create an entitlement, on the part of the Contractor, to the services or participation of the law enforcement organization. 1 -10.2 Traffic Control Management 1- 10.2(1) General It is the Contractor's responsibility to plan, conduct and safely perform the work. The Contractor shall manage temporary traffic control with his or her own staff. Traffic control management responsibilities shall be formally assigned to one or more company supervisors who are actively involved in the planning and management of field contract activities. The Contractor shall provide the Engineer with a copy of the formal assignment. The duties of traffic control management may not be subcontracted. The Contractor shall designate an individual or individuals to perform the duties of the primary Traffic Control Supervisor (TCS). The designation shall also identify an alternate TCS who can assume the duties of the primary TCS in the event of that person's inability to perform. The TCS shall be responsible for safe implementation of approved Traffic Control Plans provided by the Contractor. The designated individuals shall be certified as worksite traffic control supervisors by one of the organizations listed in the Special Provisions. Possession of a current flagging card by the TCS is mandatory. A traffic control management assignment and a TCS designation are required on all projects that will utilize traffic control. The Contractor shall maintain 24 -hour telephone numbers at which the Contractor's assigned traffic control management personnel and the TCS can be contacted and be available upon the Engineer's request at other than normal working hours. These persons shall have the resources, ability and authority to expeditiously correct any deficiency in the traffic control system. 17 1- 10.2(1)A Traffic Control Management The responsibilities of the Contractor's traffic control management personnel 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. Some form of oversight shall be in place and effective even when the traffic control management personnel are not present at the jobsite. 2. Providing the Contractor's designated TCS with approved Traffic Control Plans (TCPs) which are compatible with the work operations and traffic control for which they will be implemented. Having the latest adopted edition of the Manual On • Uniform Traffic Control Devices for Streets and Highways (MUTCD,) including the Washington State Modifications to the MUTCD and applicable standards and specifications available at all times on the project. 3. Discussing proposed traffic control measures and coordinating implementation of the Contractor - adopted traffic control plan(s) with the Engineer. 4. Coordinating all traffic control operations, including those of subcontractors and suppliers, with each other and with 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 that contribute to the convenience, safety, and orderly movement of vehicular and pedestrian traffic. 7. Reviewing the TCS's diaries daily and being aware of field traffic control operations. 8. Being present on -site a sufficient amount of time to adequately satisfy the above - listed responsibilities. Failure to carry out any of the above - listed responsibilities shall be a failure to comply with the contract and may result in a suspension of work as described in Section 1 -08.6. 1- 10.2(1)8 Traffic Control Supervisor A Traffic Control Supervisor (TCS) shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized or less frequently, as authorized by the Engineer. The TCS shall personally perform all the duties of the TCS. During nonwork periods, the TCS shall be available to the job site within a 45- minute time period after notification by the Engineer. The TCS's duties shall include: 1. Having a current set of approved traffic control plans (TCPs), applicable contract provisions as provided by the Contractor, the latest adopted edition of the MUTCD, including the Washington State Modifications to the MUTCD, the book Quality Guidelines for Work Zone Traffic Control Devices, and applicable standards and specifications. 2. Inspecting traffic control devices and nighttime lighting for proper location, installation, message, cleanliness, and effect on the traveling public. Traffic 18 control devices shall be inspected at least once per hour during working hours 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 shall 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). The TCS shall correct, or arrange to have corrected, any deficiencies noted during these inspections. 3. Preparing a daily traffic control diary on each day that traffic control is performed using DOT Forms 421 -040A and 421 -040B, and submitting them to the Engineer no later than the end of the next working day. The Contractor may use alternate forms if approved by the Engineer. Diary entries shall include, but not be limited to: a. Time of day when signs and traffic control devices are installed and removed, b. Location and condition of signs and traffic control devices, c. Revisions to the traffic control plan, d. Lighting utilized at night, and e. Observations of traffic conditions. 4. Making minor revisions to the traffic control plan to accommodate site conditions provided that the original intent of the traffic control plan is maintained and the revision has the concurrence of both the Contractor and the Engineer. 5. Attending traffic control coordinating meetings or coordination activities as necessary for full understanding and effective performance. 6. Ensuring that all needed traffic control devices and equipment are available and in good working condition prior to the need to install or utilize them. The TCS may perform the work described in Section 1- 10.3(1)A Flaggers and Spotters or in Section 1- 10.3(1)B Other Traffic Control Labor and be compensated under those bid items, provided that the duties of the TCS are accomplished. 1- 10.2(2) Traffic Control Plans The traffic control plan or plans appearing in the contract documents show a method of handling traffic. All construction signs, flaggers, spotters and other traffic control devices are shown on the traffic control plan(s) except for emergency situations. Where mainline contract traffic control plans are developed with the intent of operating without the use of flaggers or spotters, the plans shall contain a note that states, "NO FLAGGERS OR SPOTTERS ". The use of flaggers or spotters to supplement these traffic control plans will not be allowed except in a case where no other means of traffic control can be used or in the event of an emergency. If the Contractor proposes the use of flaggers or spotters with one of these plans, this will constitute a modification requiring approval by the Engineer. The modified plans shall show locations for all the required advance warning signs and a safe, protected location for the flagging station. If flagging is to be performed during hours of darkness, the plan shall include appropriate illumination for the flagging station. When the Contractor's chosen method of performing the work in the contract requires some form of temporary traffic control, the Contractor shall either: (1.) designate and adopt, in writing, the traffic control plan or plans from the contract documents that support that method; or (2.) submit a Contractor's plan that modifies, supplements or replaces a plan from the contract documents. Any Contractor - proposed modification, supplement or replacement shall show the necessary construction signs, flaggers, spotters and other traffic control devices required to support the work. Any Contractor - proposed traffic control plan shall conform to the established standards for plan development as shown in the MUTCD, Part VI. The Contractor's submittal, either designating and adopting a traffic control plan 19 from the contract documents or proposing a Contractor - developed plan, shall be provided to the Engineer for approval at least ten calendar days in advance of the time the signs and other traffic control devices are scheduled to be installed and utilized. The Contractor shall be solely responsible for submitting any proposed traffic control plan or modification, obtaining the Engineer's approval and providing copies of the approved Traffic Control Plans to the Traffic Control Supervisor. 1- 10.2(3) Conformance to Established Standards Flagging, signs, and all other traffic control devices and procedures furnished or provided shall conform to the standards established in the latest WSDOT adopted edition of the Manual On Uniform Traffic Control Devices for Streets and Highways (MUTCD,) published by the U.S. Department of Transportation and the Washington State Modifications to the MUTCD. Judgment of the quality of devices furnished will be based upon Quality Guidelines for Work Zone Traffic Control Devices, published by the American Traffic Safety Services Association. Copies of the MUTCD and Quality Guidelines for Work Zone Traffic Control Devices may be purchased from the American Traffic Safety Services Association, 15 Ri Park:": Suite 100, Fred Virginia 22405 -1022. The Washington State Modifications to the MUTCD may be obtained from the Department of Transportation, Olympia, Washington 98504. in addition to the standards of the MUTCD described above, the Contracting Agency has scheduled the implementation of crashworthiness requirements for most workzone devices. The National Cooperative Highway Research Project (NCHRP) Report 350 has established requirements for crash testing. Workzone devices are divided into four categories. Each of those categories and, where applicable, the schedule for implementation is described below: Category 1 includes those items that are small and lightweight, channelizing, and delineating devices that have been in common use for many years and are known to be crashworthy by crash testing of similar devices or years of demonstrable sale performance_ These include cones, tubular markers, flexible delineator posts, and plastic drums. All Category 1 devices used on the project shall meet the requirements of NCHRP 350 as certified by the manufacturer of the device. Category 2 includes devices that are not expected to produce significant vehicular velocity change, but may otherwise be hazardous. Examples of this class are barricades, portable sign supports and signs, intrusion alarms and vertical panels. All new Category 2 devices purchased after October 1, 2000 shall meet the requirements of NCHRP 350. Existing equipment, purchased prior to October 1, 2000, may be used on the project until December 31, 2007. For the purpose of definition, a sign support and sign shall be considered a single unit. A new sign may be purchased for an existing sign support and the entire unit will be defined as "existing equipment." Category 3 is for hardware expected to cause significant velocity changes or other potentially harmful reactions to impacting vehicles. Barriers, fixed sign supports, crash cushions, truck mounted attenuators (TMA's) and other work zone devices not meeting the definitions of Category 1 or 2 are examples from this category. Many Category 3 devices are defined in the design of the project. Where this is the case, NCHRP 350 requirements have been incorporated into the design and the Contractor complies with the requirements by constructing devices according to the plans and specifications. Where the device is a product chosen by the Contractor, the device chosen must be compliant with the requirements of NCHRP 350. Category 4 includes p o r trailer-mounted devices such as arrow displays, temporary traffic signals, area lighting supports, and portable changeable message signs. There is presently no implementation schedule for mandatory crashworthiness compliance for these devices. 20 The condition of signs and traffic control devices shall be acceptable or marginal as defined in the book Quality Guidelines for Work Zone Traffic Control Devices, and will be accepted based on a visual inspection by the Engineer. The Engineer's decision on the condition of a sign or traffic control device shall be final. A sign or traffic control device determined to be unacceptable shall be removed from the project and replaced within 12 hours of notification. 1 -10.3 Traffic Control Labor, Procedures and Devices 1- 10.3(1) Traffic Control Labor The Contractor shall furnish all personnel for flagging, spotting, for the execution of all procedures related to temporary traffic control and for the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control traffic during construction operations. Workers engaged as flaggers or spotters shall wear reflective vests and hard hats. During hours of darkness, white coveralls or white or yellow rain gear shall also be worn. The vests and other apparel shall be in conformance with Section 1 -07.8. 1- 10.3(1)A Flaggers and Spotters Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. The flagging card shall be immediately available and shown to the Contracting Agency upon request. Flagging stations shall be shown on Traffic Control Plans at locations where construction operations require stopping or diverting public traffic. Flagging stations shall be staffed only when flagging is required. This staffing may be continuous or intermittent, depending on the nature of the construction activity. Whenever a flagger is not required to stop or divert traffic, the flagger shall move away from the flagging station to a safer location. During hours of darkness, flagging stations shall be illuminated in a manner that insures that flaggers can easily be seen but that does not cause glare to the traveling public. Flaggers shall be equipped with portable two -way radios, with a range suitable for the project. The radios shall be capable of having direct contact with project management (foremen, superintendents, etc.). The Contractor shall furnish the MUTCD standard Stop /Slow paddles for all flagging operations. The specification for Stop /Slow paddles in Section 9 -35.1 requires 24" paddles and all new paddles purchased for the project shall conform to those provisions. Previously specified 18" paddles may be used at the request of the Contractor until December 31, 2005. Spotting stations shall be shown on Traffic Control Plans at locations where a spotter can detect errant drivers or other hazards and provide an effective warning to other workers. Spotting stations will not be allowed at locations where the spotter will be in unnecessary danger. The Contractor shall furnish noise- makers or other effective warning devices for spotting operations. The duties of a spotter shall not include flagging. 1- 10.3(1)B Other Traffic Control Labor In addition to flagging or spotting duties, the Contractor shall provide personnel for all other traffic control procedures required by the construction operations and for the labor to install, maintain and remove any traffic control devices shown on Traffic Control Plans. 1- 10.3(2) Traffic Control Procedures 1- 10.3(2)A One -Way Traffic Control The project work may require that traffic be maintained on a portion of the roadway during the progress of the work using one -way traffic control. If this is the case, the Contractor's operation shall be confined to one -half the roadway, permitting traffic on the other half. If 21 shown on an approved traffic control plan or directed by the Engineer, one -way traffic control, in accordance with the MUTCD, shall be provided and shall also conform to the following requirements: In any one -way traffic control configuration, side roads and approaches will be closed or controlled by a flagger or by appropriate approved signing. A side road flagger will coordinate with end flaggers where there is line of sight and with the pilot car where the end flaggers cannot be seen. Queues of vehicles will be allowed to take turns passing through the workzone in the single open lane. When one -way traffic control is in effect, Contractor vehicles shall not use the open traffic lane except while following the same rules and routes required of the public traffic. As conditions permit, the Contractor shall, at the end of each day, leave the work area in such condition that it can be traveled without damage to the work, without danger to traffic, and without one -way traffic control. If, in the opinion of the Engineer, one-way traffic control cannot be dispensed with after working hours, then the operation will be continued throughout the non - working hours. 1- 10.3(2)B Rolling Slowdown For work operations on multi -lane roadways that necessitate short-term roadway closures of 15 minutes or less, the Contractor may implement a rolling slowdown. Where included in an approved traffic control plan, a rolling slowdown shall be accomplished using one traffic control vehicle with flashing amber lights for each lane to be slowed down plus one control vehicle to serve as a chase vehicle for traffic ahead of the blockade. The traffic control vehicles shall enter the roadway and form a moving blockade to reduce traffic speeds and create a clear area in front of the moving blockade to accomplish the work without a total stoppage of traffic. A portable changeable message sign shall be placed ahead of the starting point of the traffic control to warn traffic of the slowdown. The sign shall be placed far enough ahead of the work to avoid any expected backup of vehicles. The location where the traffic control vehicles shall begin the slowdown and the speed at which the moving blockade will be allowed to travel will be calculated to accommodate the estimated time needed for closure. The chase control vehicle shall follow the slowest vehicle ahead of the blockade. When the chase vehicle passes, the Contractor may begin the work operation. In the event that the work operation is not completed when the moving blockade reaches the site, all work except that necessary to clear the roadway shall cease immediately and the roadway shall be cleared and reopened as soon as possible. All ramps and entrances to the roadway between the moving blockade and work operation shall be temporarily closed using flaggers. Radio communications between the work operation and the moving blockade shall be established and utilized to adjust the speed of the blockade to accommodate the closure time needed. 1- 10.3(2)C Lane Closure Setu:alTakedown Where allowed by the contract and where shown on approved traffic control plans or directed by the Engineer, the Contractor shall set up traffic control measures to close one or more lanes of a multi -lane facility. When this is to occur, the following sequence shall be followed: 1. Advance warning signs are set up on the shoulder of the roadway opposite the lane to be closed, 2. Advance warning signs araset up on the same shoulder as the lane to_be closed, • 22 3. A truck - mounted attenuator, with arrow board, is moved into place at the beginning of the closure taper, 4. Channelization devices are placed to mark the taper and the length of the closure as shown on the traffic control plan. Once the lane is closed, the TMA/arrow board combination may be replaced with an arrow board without attenuator. If additional lanes are to be closed, this shall be done in sequence with previous lane closures using the same sequence of activities. A truck - mounted attenuator with arrow board is required during the process of closing each additional lane and may be replaced with an arrow board without attenuator after the lane is closed. Each closed lane shall be marked with a separate arrow board at all times. Traffic control for lane closures shall be removed in the reverse order of its installation. 1- 10.3(2)D Mobile Operations Where construction operations are such that movement along the length of a roadway is continuous or near - continuous to the extent that a stationary traffic control layout will not be effective, the Contractor shall implement a moving, or mobile, traffic control scheme. Such moving control shall always be conducted in the same direction as the adjacent traffic. Where shown on an approved traffic control plan or where directed by the Engineer, mobile traffic control shall consist of portable equipment, moving with the operation. A portable changeable message sign shall be established in advance of the operation, far enough back to provide warning of both the operation and of any queue of traffic that has formed during the operation. The advance sign shall be continuously moved to stay near the back of the queue at all times. A truck - mounted attenuator, with arrow board, shall be positioned and maintained at a fixed distance upstream of the work. A shadow vehicle, with truck - mounted attenuator shall be positioned and maintained immediately upstream of the work. 1- 10.3(2)E Patrol & Maintain Traffic Control Measures At all times, when temporary traffic control measures are in place, the Contractor shall provide for patrolling and maintaining these measures. The work shall consist of resetting mislocated devices, assuring visibility of all devices, cleaning and repairing where necessary, providing maintenance for all equipment, including replacing batteries and light bulbs as well as keeping motorized and electronic items functioning, and adjusting the location of devices to respond to actual conditions, such as queue length, unanticipated traffic conflicts and other areas where planned traffic control has proven ineffective. This work shall be performed by the Contractor, either by or under the direction of the Traffic Control Supervisor. Personnel, with vehicles if necessary, shall be dispatched so that all traffic control can be reviewed at least once per hour during working hours and at least once during each non - working day. 1- 10.3(3) Traffic Control Devices 1- 10.3(3)A Construction Signs All construction signs required by approved traffic control plans, as well as any other appropriate signs directed 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 need for them has ended. Post mounted signs shall be installed as shown in Standard Plans G -1 and G -4a. Sign attachment to posts shall conform to the applicable detail shown in Standard Plan G -9b. When the need for construction signs has ended, 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. 23 No passing zones on the existing roadway that are marked with paint striping and which striping is to be obliterated by construction operations shall be replaced by "Do Not Pass" and "Pass With Care" signs. The Contractor shall provide and install the posts and signs. The signs shall be maintained by the Contractor until they are removed or until the contract is physically completed. When the project includes striping by the Contractor, the signs and posts shall be removed by the Contractor when the no passing zones are reestablished by striping. The signs and posts will become the property of the Contractor. When the Contractor is not responsible for striping and when the striping by others is not completed when the project is physically completed, the posts and signs shall be left in place and shall become the property of the Contracting Agency. All existing signs, new permanent signs installed under this contract, and construction signs installed under this contract that are inappropriate for the traffic configuration at a given time 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. 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. Class A signs will be designated as such on the approved Traffic Control Plan. "Do Not Pass" and "Pass With Care" signs are classified as Class A construction signs. Sign and support installation for Class A signs shall be in accordance with the Contract Plans or the Standard Plans. Class B 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. Where it is necessary to add weight to signs for stability, the only allowed method will be a bag of sand that will rupture on impact. The bag of sand shall have a maximum weight of 40 pounds, and shall be suspended no more than 1 foot from the ground. 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. 1- 10.3(3)B Sequential Arrow Signs Where shown on an approved traffic control plan or where ordered by the Engineer, the Contractor shall provide, operate and maintain sequential arrow signs. In some locations, the sign will be shown as a unit with an attenuator. In other locations, the plan will indicate a stand -alone unit. 1- 10.3(3)C Portable Changeable Message Sign Where shown on an approved traffic control plan or where ordered by the Engineer, the Contractor shall provide, operate and maintain portable changeable message signs. These signs shall be available, on -site, for the entire duration of their projected use. 1= 10.3(3)D Barricades Where shown on an approved traffic control plan or where ordered by the Engineer, the Contractor shall provide, install and maintain barricades. Barricades shall be kept- in good repair and shall be removed immediately when, in the opinion of the Engineer, they are no longer functioning as designed. Where it is necessary to add weight to barricades for stability, the only allowed method will be a bag of sand that will rupture on impact. The bag of sand shall have a maximum weight of 40 pounds, and shall be suspended no more than 1 foot from the ground. 24 1- 10.3(3)E Traffic Safety Drums Where shown on an approved Traffic Control Plan, or where ordered by the Engineer, the Contractor shall provide, install and maintain traffic safety drums. Used drums may be utilized, provided all drums used on the project are of essentially the same configuration. The drums shall be designed to resist overturning by means of a weighted lower unit that will separate from the drum when impacted by a vehicle. Drums shall be regularly maintained to ensure that they are clean and that the drum and reflective material are in good condition. If the Engineer determines that a drum has been damaged beyond usefulness, or provides inadequate reflectivity, a replacement drum shall be furnished. When the Engineer determines that the drums are no longer required, they shall be removed from the project and shall remain the property of the Contractor. 1- 10.3(3)F Barrier Drums Where shown on approved Traffic Control Plans and as ordered by the Engineer, barrier drums shall be placed on temporary concrete barrier at the following approximate spacing: Concrete Barrier Barrier Drum Placement Spacing in Feet Tangents 1/2 mile or less 2 times posted speed limit Tangents greater than 1/2 mile 4 times posted speed limit z Tapers and Curves posted speed limit Note 1 A minimum of 3 barrier drums shall be used. Note 2 A minimum of 5 barrier drums shall be used. Temporary concrete barrier reflectors may be excluded when using barrier drums. Both legs of the barrier drums shall be completely filled with sand. The top oval should not • be filled. Used barrier drums may be used, provided all barrier drums used on the project are of essentially the same configuration. Barrier drums shall be regularly maintained to ensure that they are clean and that the barrier drum and reflective material are in good condition. If the Engineer determines that a barrier drum has been damaged beyond usefulness, or provides inadequate reflectivity, a replacement barrier drum shall be furnished. When the Engineer determines that the drums are no longer required, they shall be removed from the project and shall remain the property of the Contractor. 1- 10.3(3)G Traffic Cones Where shown on an approved traffic control plan or where ordered by the Engineer, the Contractor shall provide, install and maintain traffic cones. Cones shall be kept in good repair and shall be removed immediately when directed by the Engineer. Where wind or moving traffic frequently displace cones, an effective method of stabilizing cones, such as stacking two together at each location, shall be employed. 1- 10.3(3)H Tubular Markers Where shown on an approved traffic control plan or where ordered by the Engineer, the Contractor shall provide, install and maintain tubular markers. Tubular markers shall be kept 25 in good repair and shall be removed immediately when directed by the Engineer. Tubular markers are secondary devices and are not to be used as substitutes for cones or other delineation devices without an approved traffic control plan. Where the Traffic Control Plan shows pavement- mounted tubular markers, the adhesive used to fasten the base to the pavement shall be suitable for the purpose, as approved by the Engineer. During the removal of pavement- mounted tubular markers, care shall be taken to avoid damage to the existing pavement. Any such damage shall tie repaired by the Contractor at no cost to the Contracting Agency. 1-10.3(3)1 'vvarning Lights and Flashers • Where shown attached to traffic control devices on an approved traffic control plan or where ordered by the Engineer, the Contractor shall provide and maintain flashing warning lights. Lights attached to advance warning signs shall be Type B, high - intensity. Lights attached to traffic safety drums, barricades or other signs shall be Type C, steady- burning low intensity or, where attention is to be directed to a specific device, Type A, flashing low- intensity units. 1- 10.3(3)J Truck- Mounted Attenuator Where shown on an approved traffic control plan or where ordered by the Engineer, the Contractor shall provide, operate and maintain truck-mounted impact attenuators (TMA). These attenuators shall be available, on -site, for the entire duration of their projected use. The TMA shall be positioned to separate and protect construction workzone activities from normal traffic flow. During use, the attenuator shall be in the full down -and- locked position. For stationary operations, the truck's parking brake shall be set. 1 -10.4 Measurement 1- 10.4(1) Lump Sum Bid for Project (No Unit Items) When the bid proposal contains the item "Project Temporary Traffic Control ", there will be no measurement of unit items for work defined by Section 1 -10 except as described in Section 1- 10.4(3). Also, except as described in Section 1- 10.4(3), all of Sections 1- 10.4(2) and 1- 10.5(2) is deleted. No specific unit of measurement will apply to the lump sum item of "Project Temporary Traffic Control." 1- 10.4(2) Item Bids with Lump Sum for Incidentals When the bid proposal does not contain the item "Project Temporary Traffic Control ", Sections 1- 10.4(1) and 1- 10.5(1) are deleted and the bid proposal will contain some or all of the following items, measured as noted. No specific unit of measurement will apply to the lump sum item of "Traffic Control Supervisor." "Flaggers and Spotters" will be measured by the hour. Hours will be measured for each flagging or spotting station, shown on an approved Traffic Control Plan, when that station is staffed in accordance with Section 1- 10.3(1)A. When a flagging station is staffed on an intermittent basis, no deduction will be made in measured hours provided that the person staffing the station is in a standby mode and is not performing other duties. "Other Traffic Control Labor" will be measured by the hour. With the exception of patrolling and maintaining, hours will be measured for each person engaged in any one of the following activities: • Operating a pilot vehicle during one -way piloted traffic control. 26 • Operating a traffic control vehicle or a chase vehicle during a rolling slowdown operation. • Operating a vehicle or placing /removing traffic control devices during the setup or takedown of a lane closure. Performing preliminary work to prepare for placing and removing these devices. • Operating any of the moving traffic control equipment, or adjusting signing during a mobile operation as described in Section 1- 10.3(2)D. • Patrolling and maintaining traffic control measures as described in Section 1- 10.3(2)E. The hours of one person will be measured for each patrol route necessary to accomplish the review frequency required by the provision, regardless of the actual number of persons per route. • Placing and removing Class B construction signs. Performing preliminary work to prepare for placing and removing these signs. • Relocation of Portable Changeable Message Signs within the project limits. • Installing and removing Barricades, Traffic Safety Drums, Barrier Drums, Cones, Tubular Markers and Warning Lights and Flashers to carry out approved Traffic Control Plan(s). Performing preliminary work to prepare for installing these devices. Time spent on activities other than those listed will not be measured under this item. "Construction Signs, Class A" will be measured by the square foot of panel area for each sign designated on an approved Traffic Control Plan as Class A or for each construction sign installed as ordered by the Engineer and designated as Class A at the time of the order. Class A signs may be used in more than one location and will be measured for each new installation. Class B construction signs will not be measured. Sign posts or supports will not be measured. "Sequential Arrow Sign" will be measured by the hour for the time that each sign is operating as shown on an approved Traffic Control Plan or as directed by the Engineer. "Portable Changeable Message Sign" will be measured per each one time only for each portable changeable message sign used on the project. The final pay quantity shall be the maximum number of such signs in place at any one time as approved by the Engineer. "Operation of Portable Changeable Message Sign" will be measured by the hour for each hour of operation. The hours of operation will be determined by the Engineer. Hours of operation in excess of those determined by the Engineer will be at the Contractor's expense. "Truck Mounted Impact Attenuator" will be measured per each one time only for each truck with mounted impact attenuator used on the project. The final pay quantity shall be the maximum number of truck - mounted impact attenuators in place at any one time. "Operation of Truck - Mounted Impact Attenuator" will be measured by the hour for each truck - mounted attenuator manned and operated. Manned and operated shall be when the truck- mounted impact attenuator has an operator and is required to move, in operating position, with the construction operation or when moving the TMA from one position to another on the project. No specific unit of measurement will apply to the force account item of "Repair Truck - Mounted Impact Attenuator". 27 No specific unit of measurement will apply to the lump sum item of "Other Temporary Traffic Control ". 1- 10.4(3) Reinstating Unit Items with Lump Sum Traffic Control The contract provisions may establish the project as lump sum, in accordance with Section 1- 10.4(1) and also include one or more of the items included above in Section 1- 10.4(2). When that occurs, the corresponding measurement provision in Section 1- 10.4(2) is not deleted and the work under that item will be measured as specified. 1- 10.4(4) Owner- Provided Resources The contract provisions may call for specific items of labor, materials or equipment, noted in Section 1 -10 as the responsibility of the Contractor, to be supplied by the Contracting Agency. When this occurs, there will be no adjustment in measurement of unit quantities. 1 -10.5 Payment 1- 10.5(1) Lump Sum Bid for Project (No Unit Items) "Project Temporary Traffic Control ", lump sum. The lump sum contract payment shall be full compensation for all costs incurred by the Contractor in performing the contract work defined in Section 1 -10, except for costs compensated by bid proposal items inserted through contract provisions as described in Section 1- 10.4(3). 1- 10.5(2) Item Bids with Lump Sum for Incidentals "Traffic Control Supervisor", lump sum. The lump sum contract payment shall be full compensation for all costs incurred by the Contractor in performing the contract work defined in Section 1- 10.2(1)B. "Flaggers and Spotters ", per hour. The unit contract price, when applied to the number of units measured for this item in accordance with Section 1- 10.4(2), shall be full compensation for all costs incurred by the Contractor in performing the contract work defined in Section 1- 10.3(1)A. "Other Traffic Control Labor", per hour. The unit contract price, when applied to the number of units measured for this item in accordance with Section 1- 10.4(2), shall be full compensation for all labor costs incurred by the Contractor in performing the contract work specifically mentioned for this item in Section 1- 10.4(2). "Construction Signs Class A ", per square foot. The unit contract price, when applied to the number of units measured for this item in accordance with Section 1- 10.4(2), shall be full compensation for all costs of labor, materials and equipment incurred by the Contractor in performing the contract work described in Section 1- 10.3(3)A. In the event that "Do Not Pass" and "Pass With Care" signs must be left in place, a change order, as described in Section 1 -04.4, will be required. When the bid proposal contains the item "Sign Covering ", then covering those signs indicated in the contract will be measured and paid according to Section is -21. "Sequential Arrow Sign ", per hour. The unit contract price, when applied to the number of units measured for this item in accordance with Section 1- 10.4(2), shall be full compensation for all costs of labor, materials and equipment incurred by the Contractor in performing the contract work described in Section 1- 10.3(3)B. "Portable Changeable Message Sign ", per each. The unit contract price, when applied to the number of units measured for this item in accordance with Section 1- 10.4(2), shall be full compensation for all costs of labor, materials 28 • and equipment incurred by the Contractor in procuring all portable changeable message signs required for the project and for transporting these signs to and from the project. "Operation of Portable Changeable Message Sign ", per hour. The unit contract price, when applied to the number of units measured for this item in accordance with Section 1- 10.4(2), shall be full compensation for all costs of labor, materials and equipment incurred by the Contractor in performing the contract work described in Section 1- 10.3(3)C except for costs compensated separately under the items "Other Traffic Control Labor" and "Portable Changeable Message Sign ". "Truck- Mounted Impact Attenuator ", per each. The unit contract price, when applied to the number of units measured for this item in accordance with Section 1- 10.4(2), shall be full compensation for all costs of labor, materials and equipment incurred by the Contractor in performing the contract work described in Section 1- 10.3(3)J except for costs compensated separately under the items "Operation of Truck - Mounted Impact Attenuator" and "Repair Truck - Mounted Impact Attenuator". "Operation of Truck - Mounted Impact Attenuator ", per hour. The unit contract price, when applied to the number of units measured for this item in accordance with Section 1- 10.4(2), shall be full compensation for all costs of labor, materials and equipment incurred by the Contractor in operating truck - mounted impact attenuators on the project. "Repair Truck - Mounted Impact Attenuator ", by force account. All costs of repairing or replacing truck - mounted impact attenuators that are damaged by the motoring public while in use as shown on an approved Traffic Control Plan will be paid for by force account as specified in Section 1 -09.6. To provide a common proposal for all bidders, the Contracting Agency has estimated the amount of force account for "Repair Truck - Mounted Impact Attenuator" and has entered the amount in the Proposal to become a part of the total bid by the Contractor. Truck - mounted attenuators damaged due to the Contractor's operation or damaged in any manner when not in use shall be repaired or replaced by the Contractor at no expense to the Contracting Agency. "Other Temporary Traffic Control ", lump sum. The lump sum contract payment shall be full compensation for all costs incurred by the Contractor in performing the contract work defined in Section 1 -10, and which costs are not compensated by one of the above - listed items. 1- 10.5(3) Reinstating Unit Items with Lump Sum Traffic Control The contract provisions may establish the project as lump sum, in accordance with Section 1- 10.4(1) and also reinstate the measurement of one or more of the items described in Section 1- 10.4(2). When that occurs, the corresponding payment provision in Section 1- 10.5(2) is not deleted and the work under that item will be paid as specified. SECTION 1 -99, APWA SUPPLEMENT August 1, 2005 1 -01.3 Definitions (APWA only) page 1 -119 The first paragraph under "Add the following:" is revised to read: All references in the Standard Specifications to the terms "State ", "Governor', "Department of Transportation ", 'Washington State Transportation Commission ", "Commission ", "Secretary of Transportation ", "Secretary', "Headquarters ", and "State Treasurer' shall be revised to read "Contracting Agency ". 29 Section 1 -04.2 (APWA Only) page 1 -125 The second paragraph is revised to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, • 4. Contract Plans, 5. Amendments to Division 1i -99 APWA Supplement 6. Division 1 -99 APWA Supplement 7. Amendments to the WSDOT /APWA Standard Specifications, 8. WSDOT /APWA Standard Specifications for Road, Bridge and Municipal Construction 9. Contracting Agency's Standard Plans (if any) 1n. WSDOT/APWA Standard Plans for Road Bridge and Municipal Construction Section 1- 07.18.4 (APWA Only) Page 1 -134 and 1 -135 This section is revised to read: When the Contractor delivers the executed contract for the work to the Contracting Agency it shall be accompanied by a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth above. The certificate must conform to the following requirements: An ACORD certificate Form 25 -S, showing the insuring company, policy effective dates, limits of liability and the Schedule of Forms and Endorsements. A copy of the endorsement naming Contracting Agency and any other entities required by the Contract Provisions as Additional Insured(s), and stating that coverage is primary and noncontributory, showing the policy number, and signed by an authorized representative of the insurance company on Form CG2010 (ISO) or equivalent. The certificate(s) shall not contain the following or similar wording regarding cancellation notification to the Contracting Agency: "Failure to mail such notice shall impose no obligation or liability of any kind upon the company." Section 1 -10 Temporary Traffic Control (APWA Only) page 141 This section is revised to read: 1- 10.1(2) Description (APWA only) The third paragraph is revised to read: The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified as being furnished by the Contracting Agency. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on highways, roads, streets, sidewalks, or paths. No work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place 30 SECTION 2 -03, ROADWAY EXCAVATION AND EMBANKMENT January 5, 2004 2- 03.3(14)D Compaction and Moisture Control Tests This section is revised to read: Maximum density and optimum moisture content shall be determined by one of the following methods: 1. Materials with less than 30 percent by weight retained on the U.S. No. 4 sieve shall be determined using FOP for AASHTO T 99 Method A. 2. Materials with 30 percent or more by weight retained on the U.S. No. 4 sieve and less than 30 percent retained on the 3/4 inch sieve shall be determined by WSDOT Test Method No. 606 or FOP for AASHTO T 180 Method D. The determination of which test procedure to use will be made solely by the Contracting Agency. 3. Materials with 30 percent or more retained on the 3/4 inch sieve shall be determined by WSDOT Test Method No. 606. In place density will be determined using Test Methods WSDOT FOP for AASHTO T 310 and WSDOT SOP for T 615. SECTION 4 -04, BALLAST AND CRUSHED SURFACING January 5, 2004 4 -04.3(5) Shaping and Compaction In the first paragraph, the first sentence is revised to read: Immediately following spreading and final shaping, each layer of surfacing shall be compacted to at least 95 percent of the standard density determined by the requirements of Section 2- 03.3(14)D before the next succeeding layer of surfacing or pavement is placed. SECTION 5-04, HOT MIX ASPHALT August 1, 2005 5 -04.3(7)A Mix Design The first paragraph "1. General ", is revised to read: 1. General. Prior to the production of HMA, the Contractor shall determine a design aggregate structure and asphalt binder content in accordance with WSDOT Standard Operating Procedure 732. Once the design aggregate structure and asphalt binder content have been determined, the Contractor shall provide test data demonstrating that the design meets the requirements of Sections 9- 03.8(2) and 9- 03.8(6) on WSDOT HMA Mix Design Submittal form 350 -042. In no case shall the paving begin before the determination of anti -strip requirements has been made. 5- 04.3(8)A Acceptance Sampling and Testing - HMA Mixture In Item 2 (Aggregates) the second sentence is revised to read: The acceptance criteria for aggregate properties of sand equivalent, fine aggregate angularity and fracture will be their conformance to the requirements of Section 9- 03.8(2). 31 In item 3, C. (Test Results), the second and third paragraphs are revised to read: Sublot sample test results (gradation and asphalt binder content) may be challenged by the Contractor. For HMA mixture accepted by statistical evaluation with a mix design that did not meet the verification tolerances, the test results in the test section including the percent air voids (Va) may be challenged. To challenge test results, the Contractor shall submit a written challenge within five working days after receipt of the specific test results. A split of the original acceptance sample will be sent for testing to either the Region Materials Lab or the State Materials Lab as determined by the Project Engineer. The split of the sample with challenged results will not be tested with the same equipment or by the same tester that ran the original acceptance test. The challenge sample will be tested for a complete gradation • analysis and for asphalt binder content. The results of the challenge sample will be compared to the original results of the acceptance sample test and evaluated according to the following criteria: Deviation U.S. No. 4 sieve and larger Percent passing ±4.0 U.S. No. 8 sieve Percent passing ±2.0 U.S. No. 200 sieve Percent passing 10.4 Asphalt binder % Percent binder content ±0.3 Va % Percent Va ±0.7 Item 3, D. (Test Methods) is revised to read: D. Test Methods Testing of HMA for compliance of volumetric properties (VMA, VFA and Va) will be by WSDOT Standard Operating Procedure SOP 731. Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T 30H. - Testing for_compliance of gradation will be by WAQTC FOP for AASHTO T 27/T 11. In item 3,E (Test Section - HMA Mixture) the first sentence in the third paragraph is revised to read: For a test section to be acceptable, with or without a verified mix design, the pay factor (PFi) for each of gradation, asphalt binder, VMA, VFA and Va shall be 0.95 or greater, and the remaining test requirements in Section 9- 03.8(2) (dust/asphalt ratio, sand equivalent, fine aggregate angularity and fracture) shall conform to the requirements of that Section. 5- 04.3(13) Surface Smoothness In the first paragraph, the second sentence is revised to read: The completed surface of the wearing course shall not vary more than 1/8 inch from the lower edge of a 10 -foot straightedge placed on the surface parallel to the centerline. 5 -04.4 Measurement The first sentence is revised to read: HMA CL. _ PG _, HMA for _ CL. PG _, and Commercial HMA will be measured by the ton in accordance with Section 1 -09.2, with no deduction being made for the weight of asphalt binder, blending sand, mineral filler, or any other component of the mixture. 5 -04.5 Payment The statement for the pay item " Pavement Repair Excavation Incl. Haul" is revised to read: The_unit contract price per square yard for "Pavement Repair Excavation IncL Haul" shall be full payment for all costs incurred to perform the work described in Section 5- 04.3(5)E with 32 the exception, however, that all costs involved in the placement of HMA shall be included in the unit contract price per ton for "HMA for Pavement Repair Cl. PG ", per ton. SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL August 1, 2005 8- 01.3(1)B Erosion and Sediment Control (ESC) Lead This section is revised to read: The Contractor shall identify the ESC Lead at the preconstruction discussions. The ESC Lead shall have, for the life of the contract, a current Certificate of Training in Construction Site Erosion and Sediment Control from a course approved by WSDOT's Statewide Erosion Control Coordinator. The ESC Lead shall implement the Temporary Erosion and Sediment Control (TESC) plan. Implementation shall include, but is not limited to: 1. Installing and maintaining all temporary erosion and sediment control Best Management Practices (BMPs) included in the TESC plan to assure continued performance of their intended function. Damaged or inadequate TESC BMPs shall be corrected immediately. 2. Inspecting all on -site erosion and sediment control BMPs at least once every five working days and each working day there is a runoff event. Inspections shall occur within 24 hours of the runoff event. A TESC Inspection Report shall be prepared for each inspection and shall be included in the TESC file. A copy of each TESC Inspection Report shall be submitted to the Engineer no later than the end of the next working day following the inspection. The report shall include, but not be limited to: a. When, where and how BMPs were installed, maintained, modified, and removed; b. Observations of BMP effectiveness and proper placement; c. Recommendations for improving future BMP performance with upgraded or replacement BMPs when inspections reveal TESC plan inadequacies. 3. Updating and maintaining a TESC file on site that includes, but is not limited to: a. TESC Inspection Reports. b. Temporary Erosion and Sediment Control (TESC) plan narrative. c. National Pollutant Discharge Elimination System construction permit (Notice of Intent). d. Other applicable permits. Upon request, the file shall be provided to the Engineer for review. 8 -01.3(1)C Ground Water This section including title is revised to read: 8- 01.3(1)C Water Management 1. Ground Water When ground water is encountered in an excavation, it shall be treated and discharged as follows: A. When the ground water conforms to Water Quality Standards for Surface Waters of the State of Washington (Chapter 173 -201A WAC), it may bypass 33 detention and treatment facilities and be routed directly to its normal discharge point at a rate and method that will not cause erosion. B. When the turbidity of the ground water is similar to the turbidity of the site runoff, the ground water may be treated using the same detention and treatment facilities being used to treat the site runoff and then discharged at a rate that will not cause erosion. C. When the turbidity is greater than the turbidity of the site runoff, the ground water shall be treated separately until the turbidity is similar to or better than the site runoff, and then may be combined and treated as in B, above. 2. Process Water All water generated on site from construction or washing activities that is more turbid than site runoff shall be treated separately until the turbidity is the same or less than the site runoff, and then may be combined and treated as in 1 B, above. Water may be infiltrated upon the approval of the Engineer. 3. Offsite Water The Contractor shall, prior to disruption of the normal watercourse, intercept the offsite stormwater and pipe it either through or around the project site. This water shall not be combined with onsite stormwater and shall be discharged at its pre - construction outfall point in such a manner that there is no increase in erosion below the site. The method for performing this work shall be provided by the Contractor for the Engineer's approval. SECTION 8 -22, PAVEMENT MARKING April 4, 2005 8 -22.1 Description Transverse Markings This section is revised to read: Crosswalk Line A series of SOLID WHITE lines, 24 inches wide and 8 feet long, conforming to details in the Standard Plans. Stop Line A SOLID WHITE line, 18 inches wide unless noted otherwise in the Contract. Symbol Markings This section is supplemented with the following: Access Parking Space Symbol with Background A WHITE marking with, a BLUE background and WHITE border conforming to details in the Standard Plans that is used to a designate re parking Stall on cement concrete pavement surfaces. Yield Line Symbol A series of WHITE markings conforming to details in the Standard Plans forming a transverse line across a vehicle path and used to designate the point when vehicles shall yield before entering a traffic lane. Yield h ad Symbol Y ICIU Ahead .'S,'y'i11U1�J1 A WHITE marking conforming to details in the Standard Plans that is used in advance of a yield line. 34 Speed Bump Symbol WHITE marking used to identify a speed bump placed in a traffic lane. 8- 22.3(2) Preparation of Roadway Surfaces This section is revised to read: For the application of paint the pavement surface temperature and ambient temperature shall be 50° F and rising. New and existing HMA pavement shall be dry, clean and free of contaminants such as surface oils. Portland cement concrete pavement shall have a minimum compressive strength of 2500 psi and shall be dry, clean and free of contaminants. Contaminants shall be removed by approved mechanical means. For the application of plastic pavement marking material surface temperature and ambient temperature shall be 50° F and rising. New and existing HMA pavement shall be dry, clean, and free of contaminants such as surface oils and existing pavement marking materials. Portland cement concrete pavement shall also be free of contaminants including curing agents. Contaminants shall be removed by approved mechanical means. Pavement surfaces shall be prepared for plastic marking application in accordance with the previous paragraph and the pavement marking material manufacturer's recommendations. Manufacturers of Type D material also require a pavement cure period prior to application. Typically, Type D material applied on hot mix asphalt pavement requires a pavement cure period of 21 days. Typically, Type D material applied on portland cement concrete pavement requires a pavement cure period of 28 days. These cure periods may be reduced if the manufacturer performs a successful bond test. Existing pavement marking material shall be removed, measured, and paid for in accordance with the provisions in this section of the Standard Specifications. 8- 22.3(3) Marking Application The first paragraph is revised to read: Lane line and right edge line shall be white in color. Center line and left edge line shall be yellow in color. All temporary pavement markings shall be retroreflective. Paint and sprayed or extruded plastic material shall be applied with a top dressing of glass breads. Two applications of paint will be required to complete all paint markings. The time period between paint applications will vary depending on the type of pavement and paint (low VOC waterborne, high VOC solvent, or low VOC solvent) as follows: Pavement Type Paint Type Time Period Bituminous Surface Treatment Low VOC Waterborne 4 hours min., 48 hours max. Hot Mix Asphalt Pavement Low VOC Waterborne 4 hours min., 30 days max. Cement Concrete Pavement Low VOC Waterborne 4 hours min., 30 days max. Bituminous Surface Treatment High and Low VOC Solvent 40 min. min., 48 hrs. max. Hot Mix Asphalt Pavement High and Low VOC Solvent 40 min. min., 30 days max. Cement Concrete Pavement High and Low VOC Solvent 40 min. min., 30 days max. The first sentence of the second paragraph is revised to read: Where paint is applied on centerline on two -way roads with bituminous surface treatment or centerline rumble strips, the second paint application shall be applied in the opposite direction as the first application. 35 The ninth and tenth paragraphs are revised to read: Profiles are defined as that portion of the plastic line that is applied at a greater thickness than the base line thickness. Profiles shall be applied using the extruded method in the same application as the base line. See the Standard Plans for details. Embossed plastic lines are defined as a plastic line - applied with a transverse groove. Embossed plastic lines may be applied with profiles. See the Standard Plans for details. The last paragraph is revised to read: When two or more spray applications are required to meet thickness requirements for Type A and Type D materials, top dressing with glass beads is only allowed on the last application. Any loose beads, dirt or other debris shall be swept or blown off the line prior to application of each successive application. Successive applications shall be applied squarely on top of the preceding application. 8 -22.4 Measurement The sixth paragraph is revised to read: Diagonal and chevron - shaped lines used to delineate medians, gore areas, and parking stalls are constructed of painted or plastic 4 inch and 8 inch wide lines in the color and pattern shown in the Standard Plans. These lines will be measured as painted or plastic line or wide line by the linear foot of line installed. Crosswalk line will be measured by the square foot of marking installed. The seventh paragraph is revised to read: Traffic arrows, traffic letters, access parking space symbols, HOV symbols, railroad crossing symbols, drainage markings, bicycle lane symbols, aerial surveillance full, and 1/2 markers, yield line symbols, yield ahead symbols, and speed bump symbols will be measured per each. Type 1 through 6 traffic arrows will be measured as one unit each, regardless of the number of arrow heads. The ninth paragraph is revised to read: Removal of traffic arrows, traffic letters, access parking space symbol, HOV lane symbol, railroad crossing symbol, bicycle lane symbols, drainage markings, aerial surveillance full and 1/2 markers, yield line symbol, yield ahead symbol, and speed bump symbol will be measured per each. Removal of crosswalk lines will be measured by the square foot of lines removed. 8 -22.5 Payment The following items are deleted: "Painted HOV Lane Symbol Type "Plastic HOV Lane Symbol Type This section is supplemented with the following: "Painted Access Parking Space Symbol with Background ", per each. "Plastic Access Parking Space Symbol with Background ", per each. "Painted HOV Lane Symbol ", per each. "Plastic HOV Lane Symbol ", per each. "Painted Yield Line Symbol ", per each. "Plastic Yield Line Symbol ", per each. "Painted Yield Ahead Symbol ", per each. 36 "Plastic Yield Ahead Symbol ", per each. "Painted Speed Bump Symbol ", per each. "Plastic Speed Bump Symbol ", per each. SECTION 8 -23, TEMPORARY PAVEMENT MARKINGS August 1, 2005 8 -23.1 Description The second paragraph under "Temporary Lane Line" is revised to read: Lane line and right edge line shall be white in color. Center line and left edge line shall be yellow in color. Edge Lines shall be installed only if specifically required in the contract. All temporary pavement markings shall be retroreflective. SECTION 9 -02, BITUMINOUS MATERIALS August 1, 2005 9- 02.1(3) Rapid- Curing (RC) Liquid Asphalt The column headings MC -70, MC -250, MC -800, and MC -3000 are revised to RC -70, RC -250, RC -800, and RC -3000 respectively. The RC -250 requirement for "Residue of 680 °F distillation % volume by difference" is revised from 67 to 65. 9- 02.1(4)A Performance Grade (PG) Asphalt Cement This section including title is revised to read: 9- 02.1(4)A Performance Graded Asphalt Binder PG58 PG64 PG70 PG76 Performance Grade -22 28 I -34 -22 I -28 I -34 -22 I -28 -34 -22 -28 Original Binder Flash point temp, AASHTO T48 230 Minimum °C Viscosity, AASHTO T316 135 Maximum 3 Pa • s, test temp, °C Dynamic shear, AASHTO T315 G* /sin❑, minimum 58 64 70 76 1.00 kPa Test temp. @ 10 rad /s, °C Rolling Thin Film Oven Residue ( AASHTO T240) Mass Change, 1.00 Maximum, percent Dynamic shear, AASHTO T315 58 64 70 76 G* /sin❑, minimum 2.20 kPa Test temp. 37 @ 10 rad /s, °C Pressure Aging Vessel Residue ( AASHTO R28) PAV aging 100 temperature, °C Dynamic shear, AASHTO T315 I G*sin Et maximum 1 22 19 1 16 125 22 1 19 1 28 25 22 1 31 1 28 5000 kPa Test temp. @ 10 rad /s, °C Creep stiffness, AASHTO T313 S, IIIQximum 00 M ' 12 18 A .4' 18 ' A A' .4r0� nA 12 VV Ivl a -IL -10 '2'► - 'IL -10 -L'F -IL -I0 -L4 -IL -18 m - value, minimum 0.300 Test temp. @ 1 60 s, ° C All Performance Grade asphalt binders not included in this chart shall be determined by Table 1- Performance Graded Asphalt Binder Specification in AASHTO M320. 9- 02.1(9) Coal Tar Pitch Emulsion The first two sentences are replaced with the following: The coal tar pitch emulsions shall conform to the requirements found in ASTM D 5727. SECTION 9 -03, AGGREGATES August 1, 2005 9- 03.1(1) General Requirements This section is revised to read: Portland cement concrete aggregates shall be manufactured from ledge rock, talus, or sand and gravel in accordance with the provisions of Section 3 -01. Aggregates tested in accordance with AASHTO T 303 or ASTM C 1260 with expansion greater than 0.20 percent are Alkali Silica Reactive (ASR) and will require mitigating measures. Aggregates tested in accordance with ASTM C 1293 with expansion greater than 0.04 percent are Alkali Silica Reactive (ASR) and will require mitigating measures. Aggregates for use in Commercial Concrete as defined in 6- 02.3(2)B shall not require mitigation. Mitigating measures for aggregates with expansions from 0.21 to 0.45 percent, when tested in accordance with AASHTO T 303 or ASTM C 1260, may be accomplished by using low alkali cement as per 9- 01.2(3) or by using 25% Class F fly ash by total weight of the cementitious materials. The Contractor may submit an alternative mitigating measure through the Project Engineer to the State Materials Laboratory for — approval along with evidence in the form of test results from AASHTO T 303 or ASTM C 1260 that demonstrate the mitigation when used with the proposed aggregate controls expansion to 0.20 percent or less. The agency may test the proposed ASR mitigation measure to verify its effectiveness. In the event of a dispute, the agency's results will _prevail. 38 Mitigating measures for aggregates with expansions greater than 0.45 percent when tested in accordance with AASHTO T -303 or ASTM C -1260 shall include the use of low alkali cement per 9- 01.2(3) and may include the use of fly ash, lithium compound admixtures, ground granulated blast furnace slag or other material as approved by the Engineer. The Contractor shall submit evidence in the form of test results from ASTM C 1260 or AASHTO T 303 through the Project Engineer to the State Materials Laboratory that demonstrate the proposed mitigation when used with the aggregates proposed will control the potential expansion to 0.20 percent or less before the aggregate source may be used in concrete. The agency may test the proposed ASR mitigation measure to verify its effectiveness. In the event of a dispute, the agency's results will prevail. Passing petrographic analysis (ASTM C 295) accepted by WSDOT prior to August 1, 2005, is acceptable as proof of mitigation until the aggregate source is reevaluated. ASTM C 1293 sampling and testing must be coordinated through the WSDOT State Materials Laboratory, Documentation Section utilizing the ASA (Aggregate Source Approval ) process. Cost of sampling, testing, and processing will be borne by the source owner. 9- 03.1(4)C Grading The third paragraph is revised to read: In individual tests, a variation of four under the minimum percentages or over the maximum percentages will be permitted, provided the average of three consecutive tests is within the specification limits. Coarse aggregate shall contain no piece of greater size than two times the maximum sieve size for the specified grading measured along the line of greatest dimension. 9- 03.1(5) Combined Aggregate Gradation for Portland Cement Concrete This section is revised to read: As an option to using Coarse and Fine graded aggregates for Portland Cement Concrete, aggregate gradation may consist of a combined gradation. Aggregates shall consist of sand, gravel, crushed stone, or other inert material or combinations thereof, having hard, strong durable particles free from adherent coatings. Aggregates shall be washed to remove clay, loam, alkali, organic matter, silt, bark, sticks, or other deleterious matter. 9- 03.1(5)B Grading This section is revised to read: If a nominal maximum aggregate size is not specified, the Contractor shall determine the nominal maximum aggregate size, using ACI 211.1 as a guide. In no case will the maximum aggregate size exceed one -fifth of the narrowest dimension between sides of the forms, one -third the depth of slabs, nor three - fourths of the minimum clear spacing between individual reinforcing bars, bundles of bars, or pretensioning strands. The combined aggregate shall conform to the following requirements based upon the nominal maximum aggregate size. Nominal Maximum Aggregate Size 1 -1/2 1 3/4 1/2 3/8 No. 4 2 100 1 -1/2 � � 100 1 § 100 3/4 62 -88 €'_ 100 1/2 57-83 leg (ffl 100 3/8 43 -64 60 -88 tara 100 4 29 -47 34 -54 41 -64 48 -73 39 8 19 -34 22 -39 27 -47 31 -54 39 -73 16 12 -25 14 -29 17 -34 20 -39 24 -54 28 -73 30 7 -18 8 -21 9 -25 11 -29 13 -39 16 -54 50 3 -14 3 -15 4 -18 5 -21 6 -29 7 -39 100 0 -10 0 -11 0 -14 0 -15 0 -21 0 -29 200 0 -2.0 0 -2.0 0 -2.0 0 -2.0 0 -2.0 0 -2.0 r`!= Nominal :Maximum Size All percentages are by weight. Nominal maximum size for concrete aggregate is defined as the smallest standard sieve opening through which the entire amount of the aggregate is permitted to pass. Standard sieve sizes shall be those listed in ASTM C 33. The Contracting Agency may sample each component aggregate prior to introduction to the weigh batch er or as oti iei vvise determined by the Engineer. . Each separate component. poi lei Ii will be sieve analyzed alone per AASHTO Test Method T- 11/27. All material components will be mathematically re- combined by proportions (Weighted Average), supplied by the Contractor. 9- 03.8(2) HMA Test Requirements Number 1 is revised to read: Vacant. Item 3 is revised to read: 3. The uncompacted void content for the combined fine aggregate is tested in accordance with WSDOT Test Method for AASHTO T 304, Method A. The minimum percent voids shall be as required in the following table: Traffic HMA Evaluation ESAL's (millions) Statistical & Nonstiatistical Commercial < 3 40 40 > 3 44 40 The last paragraph of this section is revised to read: When material is being produced and stockpiled for use on a specific contract or for a future contract, the fine aggregate angularity, fracture, and sand equivalent requirements shall apply at the time of stockpiling. When material is used from a stockpile that has not been tested as provided above, the specifications for fine aggregate angularity, fracture, and sand equivalents shall apply at the time of its introduction to the cold feed of the mixing plant. 9- 03.8(7) HMA Tolerances and Adjustments The requirement for "VMA" is revised to read: V MA 1.5% below minimum inimum value in 9-- 03.8(2) 9- 03.12(4) Gravel Backfill for Drains The percent Passing for Sieve size 3/8" square is revised from "10 - 40" to "0 - 40 ". 9 03.12(5) Gravel Backfill for Drywalls The percent passing for sieve size 1" square is revised to "50- 100 ". 9 -03.14 Borrow This section is supplemented with the following: 40 9- 03.14(1) Gravel Borrow Ballast may be substituted for gravel borrow for embankment construction. 9- 03.14(4) Gravel Borrow for Geosynthetic Retaining Wall All backfill material used in the reinforced soil zone of the geosynthetic retaining wall shall conform to requirements of Section 9- 03.14(1) and shall be free draining, free from organic or otherwise deleterious material. The material shall be substantially free of shale or other soft, poor durability particles, and shall not contain recycled materials, such as glass, shredded tires, portland cement concrete rubble, or asphaltic concrete rubble. The backfill material shall meet the following requirements: Property Test Method Allowable Test Value Los Angeles Wear, 500 rev. AASHTO T 96 35 percent max. Degradation WSDOT Test Method 113 15 min. pH AASHTO T 289 -91 ** ** 4.5 to 9 for permanent walls and 3 to 10 for temporary walls Wall backfill material satisfying these gradation, durability and chemical requirements shall be classified as nonaggressive. 9 -03.21(2) Recycled Hot Mix Asphalt The Maximum Bitumen Content (Percent) for Gravel Borrow is revised from "0" to "1.2 ". SECTION 9 -34, PAVEMENT MARKING MATERIAL August 2, 2004 9 -34.5 Temporary Pavement Marking Tape This section is supplemented with the following: Pavement marking masking tape shall conform to ASTM D 4592 Type 1 (removable), except that material shall be black, non- retroreflective and non - glaring. SECTION 9 -35, TEMPORARY TRAFFIC CONTROL MATERIALS August 1, 2005 Temporary traffic control materials in this section consist of various traffic communication, channelization and protection items described in Section 1 -10 and listed below: Stop /Slow Paddles Construction Signs Wood Sign Posts Sequential Arrow Signs Portable Changeable Message Signs Barricades Traffic Safety Drums Barrier Drums Traffic Cones Tubular Markers Warning Lights and Flashers Truck - Mounted Attenuator 41 The basis for acceptance of temporary traffic control devices and materials shall be visual inspection by the Engineer's representative. No sampling or testing will be done except that deemed necessary to support the visual inspection. Requests for Approval of Material and Qualified Products List submittals are not required. Certification for crashworthiness according to NCHRP 350 will be required as described in Section 1- 10.2(3). "MUTCD," as used in this section, shall refer to the latest WSDOT adopted edition of the Manual on Uniform Traffic Control Devices for Streets and Highways. In the event of conflicts between the MUTCD and the contract provisions, then the provisions shall govern. 9 -35.1 Stop/Slow Paddies Paddles shall conform to the requirements of the MUTCD, except that the minimum width shall be 24 inches. 9 -35.2 Construction Signs Construction signs shall conform to the requirements of the MUTCD and shall meet the requirements o f NCHRP R 350 f Category 2 devices. Except as noted below, any NCHRP t . Category ,, Except noted VI+IVYY, a � sign /sign stand combination that satisfies these requirements will be acceptable. Where aluminum sheeting is used to fabricate signs, it shall have a minimum thickness of 0.080 • inches and a maximum thickness of 0.125 inches. All orange background signs shall be fabricated with Type X reflective sheeting. All post- mounted signs with Type X sheeting shall use a nylon washer between the twist fasteners (screw heads, bolts or nuts) and the reflective sheeting. Any fabric sign which otherwise meets the requirements of this section and was purchased prior to July 1, 2004, may be utilized until December 31, 2007. If a fabric sign is used, it shall have been fabricated with Type VI reflective sheeting. - 9 -35.3 Wood Sign Posts Use the charts below to determine post size for construction signs. One Post Installation Post Size Min. Sign Sq. Ft. Max. Sign Sq. Ft. 4x4 - 16.0 4x6 17.0 20.0 6x6 21.0 25.0 6x8 26.0 31.0 Two Post Installation (For signs 5 feet or greater in width) Post Size Min. Sign Sq. Ft. Max. Sign Sq. Ft. 4x4 - 16.0 4x6 17.0 36.0 6x6 37.0 46.0 6x8 47.0 75.0 * • * The Engineer shall determine post size for signs greater than 75 square feet. Sign posts shall conform to the grades and usage listed below. Grades shall be determined by the current standards of the West Coast Lumber Inspection Bureau (WCLIB) or the Western Wood Products Association (WWPA). 4 x 4 Construction grade (Light Framing, 42 Section 122 -b WCLIB) or (Section 40.11 WWPA) 4 x 6 No. 1 and better, grade (Structural Joists and Planks, Section 123 -b WCLIB) or (Section 62.11 WWPA) 6 x 6, 6 x 8, 8 x 10 No. 1 and better, grade (Posts and Timbers, Section 131 -b WCLIB) or (Section 80.11 WWPA) 6 x 10, 6 x 12 No. 1 and better, grade (Beams and Stringers, Section 130 -b WCLIB) or (Section 70.11 WWPA) 9 -35.4 Sequential Arrow Signs Sequential Arrow Signs shall meet the requirements of the MUTCD supplemented with the following: Sequential arrow signs furnished for stationary lane closures on this project shall be Type C. The color of the light emitted shall be yellow. The dimming feature shall be automatic, reacting to changes in light without a requirement for manual adjustment. 9 -35.5 Portable Changeable Message Signs Portable Changeable Message Signs (PCMS) shall meet the requirements of the MUTCD and the following: The PCMS shall employ one of the following technologies: 1. Fiber optic /shutter 2. Light emitting diode 3. Light emitting diode /shutter 4. Flip disk Regardless of the technology, the PCMS shall meet the following general requirements: • Be light emitting and must not rely solely on reflected light. The emitted light shall be generated using fiber optic or LED technology. • Have a display consisting of individually controlled pixels no larger than 2 1/2 inch by 2 1/2 inch. If the display is composed of individual character modules, the space between modules must be minimized so alphanumeric characters of any size specified below can be displayed at any location within the matrix. • When activated, the pixels shall display a yellow or orange image. When not activated, the pixels shall display a flat black image that matches the background of the sign face. • Be capable of displaying alphanumeric characters that are a minimum of 18 inches in height. The width of alphanumeric characters shall be appropriate for the font. The PCMS shall be capable of displaying three lines of eight characters per line with a minimum of one pixel separation between each line. • The PCMS message, using 18 -inch characters, shall be legible by a person with 20/20 corrected vision from a distance of not less than 800 feet centered on an axis perpendicular to the sign face. • The sign display shall be covered by a stable, impact resistant polycarbonate face. The sign face shall be non -glare from all angles and shall not degrade due to exposure to ultraviolet light. 43 • Be capable of simultaneously activating all pixels for the purpose of pixel diagnostics. Any sign that employs flip disk or shutter technology shall be programmable to activate the disks /shutters once a day to clean the electrical components. This feature shall not occur when the sign is displaying an active message. • The light source shall be energized only when the sign is displaying an active message. The PCMS panels and related equipment shall be permanently mounted on a trailer with all controls and power generating equipment. Th PCMS shall be operated by a controller that provides the following functions: 1. Select any preprogrammed message by entering a code. 2. Sequence the display of at least five messages. 3. Blank the sign. 4. Program a new message, which may include animated arrows and chevrons. 5. Mirror the message currently being displayed or programmed. 9 -35.6 Barricades Barricades shall conform to the requirements of the MUTCD supplemented by the further requirements of Standard Plan H -2. 9 -35.7 Traffic Safety Drums Traffic safety drums shall conform to the requirements of the MUTCD and the following: The drums shall have the following additional physical characteristics: Material Fabricated from low- density polyethylene that meets the requirements of ASTM D4976 and is UV stabilized. Overall Width 18 -inch minimum in the direction(s)of traffic flow. Shape Rectangular, hexagonal, circular, or flat -sided semi - circular. Color The base color of the drum shall be fade resistant safety orange. The traffic safety drums shall be designed to accommodate at least one portable light unit. The method of attachment shall ensure that the light does not separate from the drum upon impact. Drums and light units shall meet the crashworthiness requirements of NCHRP 350 as described in Section 1- 10.2(3). When recommended by the manufacturer, drums shall be treated to ensure proper adhesion of the reflective sheeting. 9 -35.8 Barrier Drums traffic . t. _ a traffic drums shall be small l trafiiw safety drums, imanufactured specifically for ua��f ic ct3ntry purposes to straddle a concrete barrier and shall be fabricated from low- density polyethylene that meets the requirements of ASTM D 4976 and is UV stabilized. The barrier drums shall meet the following general specifications: Total height 22 in., ± 1 in. Cross- section hollow oval 10 in. X 14 in., ± 1 in. Formed support legs length 13 -in., ± 1 in. Space between legs 6 1/4 in. min. 44 (taper to fit conc. barrier) Weight 33 lb. ± 4 lb. with legs filled with sand. Color Fade resistant safety orange. Barrier drums shall have three 4 -inch reflective white stripes, (one complete and two partial). Stripes shall be fabricated from Type III or Type IV reflective sheeting. When recommended by the manufacturer, barrier drums shall be treated to ensure proper adhesion of the reflective sheeting. 9 -35.9 Traffic Cones Cones shall conform to the requirements of the MUTCD, except that the minimum height shall be 28 inches. 9 -35.10 Tubular Markers Tubular markers shall conform to the requirements of the MUTCD, except that the minimum height shall be 28 inches. Pavement - mounted tubular markers shall consist of a surface- mounted assembly which uses a separate base with a detachable tubular marker held in place by means of a locking device. 9 -35.11 Warning Lights and Flashers Warning lights and flashers shall conform to the requirements of the MUTCD. 9 -35.12 Truck - Mounted Attenuator The Truck - Mounted Attenuator (TMA) shall be selected from the approved units listed on the Qualified Products List. The TMA shall be mounted on a vehicle with a minimum weight of 15,000 pounds and a maximum weight in accordance with the manufacturer's recommendations. Ballast used to obtain the minimum weight requirement, or any other object that is placed on the vehicle shall be securely anchored such that it will be retained on the vehicle during an impact. The Contractor shall provide certification that the unit complies with NCHRP 230 or 350 requirements. Units fabricated after 1998 must comply with NCHRP 350 requirements. The TMA shall have an adjustable height so that it can be placed at the correct elevation during usage and to a safe height for transporting. If needed, the Contractor shall install additional lights to provide fully visible brake lights at all times. The TMA unit shall have a chevron pattern on the rear of the unit. The standard chevron pattern shall consist of 4 -inch yellow stripes, alternating non - reflective black and reflective yellow sheeting, slanted at 45 degrees in an inverted "V" with the "V" at the center of the unit. 45 CONTRACT PROVISIONS Special Provisions Contract Form Performance Bond Form Informational Certificate of Insurance Informational Additional Insured Endorsement Minimum Wage Affidavit Form SPECIAL PROVISIONS The following Special Provisions are made a part of this contract and supersede any conflicting provisions of the 2004 Standard Specifications for Road, Bridge and Municipal Construction, 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. Region Special Provisions are commonly applicable within the designated Region. Region designations are as follows: Regions' ER Eastern Region NCR North Central Region NWR Northwest Region OR Olympic Region SCR South Central Region SWR Southwest Region WSF Washington State Ferries Division Bridges and Structures Special Provisions are commonly applicable statewide. Project Specific Special Provisions normally appear only in the contract for which they were developed. The APWA Supplement to Division 1 (Division 1 -99) of the 2004 Standard Specifications for Road, Bridge, and Municipal Construction will apply to this Contract. DIVISION 1 GENERAL REQUIREMENTS DESCRIPTION OF WORK This contract provides for the repair & reconstruction of 1000 linear Feet of 4 -lane arterial roadway. The work includes the removal of approximately 5000 square yards of existing asphalt roadbed, from existing cement concrete curb to curb, along with the preparation of sub grade for the new roadbed which shall include a section of 6" crushed surfacing base coarse, 4" asphalt treated base and 2" class 'E' wearing coarse; and other miscellaneous items, all in accordance with the Contract Plans, Contract Provisions, and the Standard Specifications as prepared by the City Engineer of the City of Yakima. 47 1 -02 BID PROCEDURES AND CONDITIONS 1-02.4 Examination Of Plans, Specifications And Site Of Work 1- 02.4(1) General Section 1 -02.4 is supplemented with the following: A pre -bid conference will be held in the Yakima City Hall CED Conference room, second floor, 129 N. 2 Street, Yakima, WA at the time and date stated in the "invitation to Bid." The conference will include project discussion, DBE Contractor participation, and the Affirmative Action Plan. 1 -02.12 Public Opening Of Proposal Section 1 -02.12 is supplemented with the following: Date Of Opening Bids Sealed bids are to be received at the following location prior to the time Specified: At the City Clerk's Office, City of Yakima. 129 N. 2 " Street. Yakima. WA 98903. The bid opening date for this project is listed in the "Invitation to Bid." Bids received will be publicly opened and read after 2:00 p.m. on this date. 1 -03 AWARD AND EXECUTION OF CONTRACT 1 -03.2 Award of Contract This section is supplemented with the following: Award of the contract will be to the lowest bidder of all three schedules combined. The City reserves the right to award any or all bid schedules to a single bidder. Some schedules may not be awarded due to budgetary constraints. 1 -04 SCOPE OF WORK 1 -04.11 Final Cleanup This section is supplemented with the following: The Contractor shall do partial cleanup when he determines it is necessary or when, in the opinion of the Engineer, partial cleanup shall be done for public safety. The cleanup work shall be done immediately upon notification from the Engineer and other work shall not proceed until the partial cleanup is completed. 48 1 -05 CONTROL OF WORK 1 -05.4 Conformity With And Deviations From Plans And Stakes Section 1 -05.4 is supplemented with the following: (**** *) Contractor Surveying - Roadway Copies of the Contracting Agency provided primary survey control data are available for the bidder's inspection at the office of the Project Engineer. The Contractor shall be responsible for setting, maintaining, and resetting all alignment stakes, slope stakes, and grades necessary for the construction of the roadbed, drainage, surfacing, paving, channelization and pavement marking, illumination and signals, guardrails and barriers, and signing. Except for the survey control data to be furnished by the Contracting Agency, calculations, surveying, and measuring required for setting and maintaining the necessary lines and grades shall be the Contractor's responsibility. Detailed survey records shall be maintained, including a description of the work performed on each shift, the methods utilized, and the control points used. The record shall be adequate to allow the survey to be reproduced. A copy of each day's record shall be provided to the Engineer within three working days after the end of the shift. The meaning of words and terms used in this provision shall be as listed in "Definitions of Surveying and Associated Terms" current edition, published by the American Congress on Surveying and Mapping and the American Society of Civil Engineers. The survey work shall include but not be limited to the following: 1. Verify the primary horizontal and vertical control furnished by the Contracting Agency, and expand into secondary control by adding stakes and hubs as well as additional survey control needed for the project. Provide descriptions of secondary control to the Contracting Agency. 2. Establish, the centerlines of all alignments, by placing hubs, stakes, or marks on centerline or on offsets to centerline at all curve points (PCs, PTs, and Pls) and at points on the alignments spaced no further than 50 feet. 3. Establish clearing limits, placing stakes at all angle points and at intermediate points not more than 50 feet apart. 4. Establish grading limits, placing slope stakes at centerline increments not more than 50 feet apart. Establish offset reference to all slope stakes. 5. Establish the horizontal and vertical location of all drainage features, placing offset stakes to all drainage structures and to pipes at a horizontal interval not greater than 25 feet. 6. Establish roadbed and surfacing elevations by placing stakes at . the top of subgrade and at the top of each course of surfacing. Subgrade and surfacing stakes shall be set at horizontal intervals not greater than 50 feet in tangent sections, 25 feet in curve sections with a radius less than 300 feet, and at 10 -foot intervals in intersection radii with a radius less than 10 feet. Transversely, stakes shall be placed at all locations where the roadway slope changes and at additional points such that the transverse spacing of stakes is not more than 12 feet. 7. Establish intermediate elevation benchmarks as needed to check work throughout the project. 49 8. Provide references for paving pins at 25 -foot intervals or provide simultaneous surveying to establish location and elevation of paving pins as they are being placed. 9. For all other types of construction included in this provision, (including but not limited to channelization and pavement marking, illumination and signals, guardrails and barriers, and signing) provide staking and layout as necessary to adequately locate, construct, and check the specific construction activity. The Contractor shall provide the Contracting Agency copies of any calculations and staking data when requested by the Engineer. To facilitate the establishment of these lines and elevations, the Contracting Agency will provide the Contractor with primary survey control information consisting of descriptions of two primary control points used for the horizontal and vertical control, and descriptions of two additional primary control points for every additional three miles of project length. Primary control points will be described by reference to the project alignment and the coordinate system and elevation datum utilized by the project. In addition, the Contracting Agency will supply horizontal coordinates for the beginning and ending points and for each Point of Intersection (PI) on each alignment included in the project. The Contractor shall ensure a surveying accuracy within the following tolerances: Vertical Horizontal Slope stakes ±0.10 feet ±0.10 feet Subgrade grade stakes set 0.04 feet below grade ±0.01 feet ±0.5 feet (parallel to alignment) ±0.1 feet (normal to alignment) Stationing on roadway N/A ±0.1 feet Alignment on roadway N/A ±0.04 feet Surfacing grade stakes ±0.01 feet ±0.5 feet (parallel to alignment) ±0.1 feet (normal to alignment) Roadway paving pins for surfacing or paving ±0.01 feet ±0.2 feet (parallel to alignment) ±0.1 feet (normal to alignment) The Contracting Agency may spot -check the Contractor's surveying. These spot- checks will • not change the requirements for normal checking by the Contractor. When staking roadway alignment and stationing, the Contractor shall perform independent checks from different secondary control to ensure that the points staked are within the specified survey accuracy tolerances. The Contractor shall calculate coordinates for the alignment. The Contracting Agency will verify these coordinates prior to issuing approval to the Contractor for commencing with the work. The Contracting Agency will require up to seven calendar days from the date the data is received. 50 Contract work to be performed using contractor - provided stakes shall not begin until the stakes are approved by the Contracting Agency. Such approval shall not relieve the Contractor of responsibility for the accuracy of the stakes. Stakes shall be marked in accordance with Standard Plan H -14. When stakes are needed that are not described in the Plans, then those stakes shall be marked as directed by the Engineer. Payment No additional payment will be made for Contractor Surveying — Roadway. Payment will be incidental to other items contained in the contract. ( * *) Licensed Surveyors The Contractor shall be responsible for locating legal survey markers such as GLO monuments or property corner monuments. The Contracting Agency will provide "rights of entry" as needed by the Contractor to perform the work. The Contractor shall brush out or clear and stake or mark the right -of -way lines as designated by the Engineer. Existing right of way documentation, existing base maps, existing horizontal and vertical control descriptions, maps, plan sheets, aerial photographs and all other available material may be viewed by prospective bidders at the office of the Project Engineer. The Contractor shall perform all of the necessary calculations for the contracted survey work and shall provide copies of these calculations to the Contracting Agency. Electronic files of all survey data shall be provided and in a format acceptable to the Contracting Agency. All survey work performed by the Contractor shall conform to all applicable sections of the Revised Code of Washington and the Washington Administrative Code. The Contractor shall provide all traffic control, signing, and temporary traffic control devices in order to provide a safe work zone. Payment No additional payment will be made for Licensed Surveyors. Payment will be incidental to other items contained in the contract. 1 -06 CONTROL OF MATERIAL Foreign Made Materials Section 1 -06 is supplemented with the following: (March 13, 1995) The major quantities of steel and iron construction material that is permanently incorporated into the project shall consist of American -made materials only. The Contractor may utilize minor amounts of foreign steel and iron in this project provided the cost of the foreign material used does not exceed one -tenth of one percent of the total contract cost or $2,500.00 , whichever is greater. American -made material is defined as material having all manufacturing processes occur in the United States. The action of applying a coating to steel or iron is deemed a manufacturing process. Coating includes epoxy coating, galvanizing, aluminizing, painting, and any other coating that protects or enhances the value of steel or iron. Any process from 51 the original reduction from ore to the finished product constitutes a manufacturing process for iron. The following are considered to be steel manufacturing processes: 1. Production of steel by any of the following processes: a. Open hearth furnace. b. Basic oxygen. c. Electric furnace. d. Direct reduction. 2. Rolling, heat treating, and any other similar processing. 3. Fabrication of the products. a. Spinning wire into cable or strand. b. Corrugating and rolling into culverts. c. Shop fabrication. A certification of materials origin will be required for any items comprised of, or containing, steel or iron construction materials prior to such items being incorporated into the permanent work. The certification shall be on DOT Form 350 -109 provided by the Engineer, or such other form the Contractor chooses, provided it contains the same information as DOT Form 350 -109. 1- 06.2(1) Samples and Tests for Acceptance Section 1- 06.2(1) is supplemented with the following: Subgrade Preparation Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5,000 square feet of surface area for each lift of roadway subgrade. Subgrade compaction shall be as specified in Section 2- 06.3(2). Ballast and Crushed Surfacing Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5,000 square feet of surface area for each lift of ballast or crushed surfacing. Compaction of ballast and crushed surfacing shall be as specified in Section 4- 04.3(5). Asphalt Concrete Pavement Copies of the maximum Rice density test for each class of asphalt concrete pavement and copies of all test results shall be provided to the Engineer as construction progresses. Density tests shall be taken at a frequency sufficient to document that the required density has been achieved, At a minimum, one (1) compaction test shall be taken for every 5000 square feet of surface area for each lift of asphalt concrete pavement. Compaction of asphalt concrete pavement shall be as specified in Section 5- 04.3(10) B of these Special Provisions. 52 1 -07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1 -07.2 State Taxes This section is supplemented with the follwing: (March 13, 1995) The work on this contract is to be performed upon lands whose ownership obligates the Contractor to pay Sales tax. The provisions of Section 1- 07.2(1) apply. 1 -07.5 Environmental Regulations 1- 07.5(4) Air Quality This section is supplemented with the following: The local air pollution authority is the Yakima Regional Clean Air Authority, (509) 574 -1410. 1 -07.6 Permits and Licenses This section is supplemented with the following: (March 13, 1995) No hydraulic permits are required for this project unless the Contractor's operations use, divert, obstruct, or change the natural flow or bed of any river or stream, or utilize any of the waters of the State or materials from gravel or sand bars, or from stream beds. The Contractor shall have or obtain a valid City of Yakima Business License for the duration of this project. 1 -07.9 Wages 1- 07.9(1) General Section 1- 07.9(1) is supplemented with the following: (October 6, 2003) The Federal wage rates incorporated in this contract have been established by the Secretary of Labor under United States Department of Labor General Decision No. WA030001. 1 -07.11 Requirements For Nondiscrimination Section 1 -07.11 is supplemented with the following: (March 6, 2000) Requirement For Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246) 1. The Contractor's attention is called to the Equal Opportunity Clause and the Standard Federal Equal Employment Opportunity Construction Contract Specifications set forth herein. 53 2. The goals and timetables for minority and female participation set by the Office of Federal Contract Compliance Programs, expressed in percentage terms for the Contractor's aggregate work force in each construction craft and in each trade on all construction work in the covered area, are as follows: Women - Statewide Timetable Goal Until further notice 6.9% Minorities - by Standard Metropolitan Statistical Area (SMSA) Spokane, WA: SMSA Counties: Spokane, WA 2.8 WA Spokane. Non -SMSA Counties 3.0 WA Adams; WA Asotin; WA Columbia; WA Ferry; WA Garfield; WA Lincoln, WA Pend Oreille; WA Stevens; WA Whitman. Richland, WA SMSA Counties: Richland Kennewick, WA 5.4 WA Benton; WA Franklin. Non -SMSA Counties 3.6 WA Walla Walla. Yakima, WA: SMSA Counties: Yakima, WA 9.7 WA Yakima. Non -SMSA Counties 7.2 WA Chelan; WA Douglas; WA Grant; WA Kittitas; WA Okanogan. Seattle, WA: SMSA Counties: Seattle Everett, WA 7.2 WA King; WA Snohomish. Tacoma, WA 6.2 WA Pierce. Non -SMSA Counties 6.1 WA Clallam; WA Grays Harbor; WA Island; WA Jefferson; WA Kitsap; WA Lewis; WA Mason; WA Pacific; WA San Juan; WA Skagit; WA Thurston; WA Whatcom. Portland, OR: SMSA Counties: P OR -WA 4.5 WA Clark. Non -SMSA Counties 3.8 • WA Cowlitz; WA Klickitat; WA Skamania; WA Wahkiakum. These goals are applicable to each nonexempt Contractor's total on -site construction workforce, regardless of whether or not part of that workforce is performing work on a Federal, or federally assisted project, contract, or subcontract until further notice. Compliance with these goals and time tables is enforced by the Office of Federal Contract compliance Programs. 54 The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60 -4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60- 4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, in each construction craft and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goal shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60 -4. Compliance with the goals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Engineer within 10 working days of award of any construction subcontract in excess of $10,000 or more that are Federally funded, at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. 4. As used in this Notice, and in the contract resulting from this solicitation, the Covered Area is as designated herein. Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246) 1. As used in these specifications: a. Covered Area means the geographical area described in the solicitation from which this contract resulted; b. Director means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; c. Employer Identification Number means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U. S. Treasury Department Form 941; d. Minority includes: (1) Black, a person having origins in any of the Black Racial Groups of Africa. (2) Hispanic, a fluent Spanish speaking, Spanish surnamed person of Mexican, Puerto Rican, Cuban, Central American, South American, or other Spanish origin. (3) Asian or Pacific Islander, a person having origins in any of the original peoples of the Pacific rim or the Pacific Islands, the Hawaiian Islands and Samoa. (4) American Indian or Alaskan Native, a person having origins in any of the original peoples of North America, and who maintain cultural identification through tribal affiliation or community recognition. 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract 55 in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 60 -4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that -for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. • Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith effort to achieve the Plan goals and timetables. 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of this Special Provision. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its action. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on-site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. 56 b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off - the - street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefor, along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. e. Develop on- the -job training opportunity and /or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the U.S. Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with on -site supervisory personnel such as Superintendents, General Foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship 57 or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's work force. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60 -3. I. Conduct, at least annually, an inventory and evaluation of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are nonsegregated except that separate or single -user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through 7p). The efforts of a contractor association, joint contractor - union, contractor - community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of the obligations under 7a through 7p of this Special Provision provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensure that the concrete benefits of the program are reflected in the Contractor's minority and female work -force participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrate the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non - minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in_violation of. the Executive_ _Order if _a specific minority group of women is underutilized). 58 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The Contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspensions, terminations and cancellations of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of this Special Provision, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60 -4.8. 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the government and to keep records. Records shall at least include, for each employee, their name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, the Contractors will not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). (August Z 2004) Disadvantaged Business Enterprise Participation The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR part 26 apply to this contract. The requirements of this contract are to encourage DBE participation, supply a bidder's list, and to report race neutral accomplishments quarterly as described in this special provision. No preference will be included in the evaluation of bids /proposals, no minimum level of DBE participation shall be required as a condition for receiving an award and bids /proposals will not be rejected or considered non - responsive on that basis. DBE Goals No DBE goals have been assigned as a part of this contract. Affirmative Efforts to Solicit DBE Participation DBE firms shall have equal opportunity to compete for and perform subcontracts which the Contractor enters into pursuant to this contract. Contractors are encouraged to: 1. Advertise opportunities for Subcontractors or suppliers in a manner reasonably designed to provide DBEs capable of performing the work with 59 timely notice of such opportunities. Ail advertisements should include a provision encouraging participation by DBE firms and may be done through general advertisements (e.g. newspapers, journals, etc.) or by soliciting bids /proposals directly from DBEs. 2. Utilize the services of available minority community -based organizations, minority contractor groups, local minority assistance offices and organizations that provide assistance _in__the recruitment and placement of DBEs and other small businesses. In addition, the Office of Minority and Women's Business Enterprises has two DBE Supportive Services Offices available to assist you as follows: Seattle: (206) 553 -7356 Tacoma: (253) 680 -7393 3. Establish delivery schedules, where requirements of the contract allow, that encourage participation by DBEs and other small businesses. 4. Achieve attainment through joint ventures. In the absence of a mandatory goal, all DBE participation that is attained on this project will be considered as "race neutral" participation and will be reported as such. DBE Eligibility (for reporting purposes only) • Selection of DBEs: DBEs utilized on the contract will be eligible to be counted as race neutral participation only if the firm is identified as a DBE on the current list of firms certified by the Office of Minority and Women's Business Enterprises (OMWBE), the DBE firm is certified in the corresponding NAICS code(s) for the type of work to be performed, and the DBE firm performs a commercially useful function. A list of firms certified by OMWBE, including the NAICS codes for which they are certified, is available from that office and on line through their website (www.omwbe.wa.gov /directory/directory.htm) or by telephone at (360) 704 -1181. Counting DBE Participation For Reporting Race Neutral Accomplishments When a DBE firm participates in a contract, only the value of the work actually performed by the DBE will be counted as race - neutral participation. 1. Count the entire amount of the portion of the contract that is performed by the DBE's own forces. Include the cost of supplies and materials obtained by the DBE for the work of the contract, including supplies purchased or equipment leased by the DBE (except supplies and equipment the DBE Subcontractor purchases or leases from the Prime Contractor or its affiliate, unless the Prime Contractor is also a DBE). Work performed by a DBE, utilizing resources of the Prime Contractor or its affiliates will not be counted as race - neutral participation. In very rare situations, a DBE firm may utilize equipment and /or personnel from a non -DBE firm other than the Prime Contractor or its affiliates. Should this situation arise, the arrangement must be short -term and have prior written approval from the Contracting Agency. The arrangement must not erode a DBE firm's ability to perform a Commercially Useful Function (See discussion of CUF, below). 2. Count the entire amount of fees or commissions charged by a DBE firm for providing a bona fide service, such as professional, technical, consultant, or managerial services, or for providing bonds or insurance. 60 3. When a DBE subcontracts part of the work of its contract to another firm, the value of the subcontracted work may be counted as race neutral participation only if the DBE's lower tier Subcontractor is also a DBE. Work that a DBE Subcontracts to a non -DBE firm does not count as race neutral participation. 4. When a non -DBE subcontractor further subcontracts to a lower -tier subcontractor or supplier who is a certified DBE, then that portion of the work further subcontracted may be counted toward the DBE goal, so long as it is a distinct clearly defined portion of the work of the subcontract that the DBE is performing with its own forces in a commercially useful function. DBE Prime Contractor A DBE prime Contractor may only count the work performed with its own forces and the work performed by DBE Subcontractors and DBE suppliers. Joint Venture When a DBE performs as a participant in a joint venture, only that portion of the total dollar value of the contract equal to the distinct, clearly defined portion of the work that the DBE performs with its own forces will count as race neutral participation. Commercially Useful Function Payments to a DBE firm will count as race neutral participation only if the DBE is performing a commercially useful function on the contract. 1. A DBE performs a commercially useful function when it is responsible for execution of the work of the contract and is carrying out its responsibilities by actually performing, managing, and supervising the work involved. To perform a commercially useful function, the DBE must also be responsible, with respect to materials and supplies used on the contract, for negotiating price, determining quality and quantity, ordering the material, installing (if applicable) and paying for the material itself. 2. A DBE does not perform a commercially useful function if its role is limited to that of an extra participant in a transaction, contract, or project through which funds are passed in order to obtain the appearance of DBE participation. Trucking Use the following factors in determining whether a DBE trucking company is performing a commercially useful function: 1. The DBE must be responsible for the management and supervision of the entire trucking operation for which it is listed on a particular contract. 2. The DBE must itself own and, with its own workforce, operate at least one fully licensed, insured, and operational truck used on the contract. 3. The DBE receives credit only for the total value of the transportation services it provides on the contract using trucks it owns or leases, insures, and operates with drivers it employs. 4. For purposes of this paragraph a lease must indicate that the DBE has exclusive use of and control over the truck. This does not preclude the leased truck from working for others during the term of the lease with the consent of the DBE, so long as the lease gives the DBE absolute priority for use of the leased truck. Leased trucks must display the name and identification number of the DBE. 61 5. The DBE may lease trucks from another DBE firm, including an owner - operator who is certified as a DBE. The DBE who leases trucks from another DBE may report race - neutral participation for the total value of the transportation services the lessee DBE provides on the contract. 6. The DBE may also lease trucks from a non -DBE firm and may enter an agreement with an owner - operator who is .a non -DBE. The DBE who leases trucks from a non -DBE or employs a non -DBE owner - operator is entitled to count race - neutral participation only for the fee or commission it receives as a result of the lease arrangement. The DBE may not count the total value of the transportation services provided by the lessee, since these services are not provided by a DBE. 7. In any lease or owner - operator situation, as described in paragraphs 5 & 6 above, the following rules shall apply: • The DBE is limited to leasing or renting two additional trucks for each truck owned by the DBE trucking firm. The total number of leased or rented trucks shall include owner- operator arrangements. • A written lease /rental agreement on all trucks leased or rented, showing the true ownership and the terms of the rental must be submitted and approved by the Contracting Agency prior to the beginning of the work. The agreement must show the lessor's name, trucks to be leased, and agreed upon amount or method of payment (hour, ton, or per load). All lease agreements shall be for a long -term relationship, rather than for the individual project. Does not apply to owner - operator arrangements. - • Only the vehicle, (not the operator) is leased or rented. Does not apply to owner - operator arrangements. 8. In order for payments to be counted as race - neutral participation, DBE trucking firms must be covered by a subcontract or a written agreement approved by WSDOT prior to performing their portion of the work. Expenditures paid to other DBEs Expenditures paid to other DBEs for materials or supplies may be counted toward race neutral participation as provided in the following: Manufacturer 1. Counting If the materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the materials or supplies toward race neutral participation. 2. Definition To be a manufacturer, the firm . operates or maintains a factory or establishment that produces, on the premises, the materials, supplies, • articles, or equipment required under the contract and of the general character described by the specifications. 3. In order to receive credit as a DBE manufacturer, the firm must have received an "on-site" review and been approved by \NSDOT -OEO to operate as a DBE Manufacturing firm. To schedule a review, the manufacturing firm must submit a written request to WSDOT /OEO and may not receive race neutral credit, until the completion of the review. Once a firm's manufacturing 62 process has been approved in writing, it is not necessary to resubmit the firm for approval unless the manufacturing process has substantially changed. Information on approved manufacturers may be obtained from WSDOT- OEO. Regular Dealer 1. Counting If the materials or supplies are purchased from a DBE regular dealer, 60 percent of the cost of the materials or supplies will count toward race neutral participation. 2. Definition a) To be a regular dealer, the firm must own, operate or maintain a store, warehouse, or other establishment in which the materials, supplies, articles or equipment of the general character described by the specifications and required under the contract are bought, kept in stock, and regularly sold or leased to the public in the usual course of business. It must also be an established, regular business that engages, as its principal business and under its own name, in the purchase and sale or lease of the products in question. b) A person may be a regular dealer in such bulk items as petroleum products, steel, cement, gravel, stone, or asphalt without owning, operating, or maintaining a place of business, as provided elsewhere in this specification, if the person both owns and operates distribution equipment for the products. Any supplementing of regular dealers' own distribution equipment shall be by a long -term lease agreement and not on an ad hoc or contract -by- contract basis. c) Packagers, brokers, manufacturers' representatives, or other persons who arrange or expedite transactions are not regular dealers. 3. Regular dealer status is granted on a contract -by- contract basis. To obtain regular dealer status, a formal written request must be made by the interested supplier (potential regular dealer) to WSDOT /OEO. Included in the request shall be a full description of the project, type of business operated by the DBE, and the manner the DBE will operate as a regular dealer on the specific contract. Rules applicable to regular dealer status are contained in 49 CFR Part 26.55.e.2. Once the request is reviewed by WSDOT -OEO, the DBE supplier requesting it will be notified in writing whether regular dealer status was approved. Materials or Supplies Purchased from a DBE With respect to materials or supplies purchased from a DBE who is neither a manufacturer nor a regular dealer, the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies or fees or transportation charges for the delivery of materials or supplies required on a job site may be counted as race neutral participation. No part of the cost of the materials and supplies themselves may be applied as race neutral participation. Procedures Between Award and Execution After award of the contract, the successful bidder shall provide the additional information described below. A failure to comply shall result in the forfeiture of the bidder's proposal bond or deposit. A list of all firms who submitted a bid or quote in an attempt to participate in this project whether they were successful or not. Include the correct business name, federal employer identification number (optional) and a mailing address. 63 The firms identified by the Contractor may be contacted to solicit general information as follows: 1. age of the firm 2. average of its gross annual receipts over the past three -years Procedures After Execution Reporting The Contractor shall submit a "Quarterly Report of Amounts Credited as DBE Participation" (actual payments) on a quarterly basis for any calendar quarter in which DBE work is accomplished or upon completion of the project, as appropriate. The quarterly reports are due on January 20 April 20 July 20 and October 20 of each year. The dollars reported will be in accordance with the "Counting DBE Participation For Reporting Race Neutral Participation" section of this specification. In the event that the payments to a DBE have been made by an entity other than the Prime Contractor (as in the case of a lower -tier subcontractor or supplier), then the Prime Contractor shall obtain the quarterly report, including the signed affidavit, from the paying entity and submit the report to the Contracting Agency. Payment Compensation for all costs involved with complying with the conditions of this specification and any associated DBE requirements is included in payment for the associated contract items of work. (February 5, 2001) - 1 -07.17 Utilities And Similar Facilities Section 1 -07.17 is supplemented with the following: Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. Public and private utilities, or their contractors, will furnish all work necessary to adjust, relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these Special Provisions. Such adjustment, relocation, replacement, or construction will be done during the prosecution of the work for this project. The following addresses and telephone numbers of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience: Qwest 8 W 2nd Ave, Room 304 Yakima, Washington 98902 509 - 575 -7183 Charter Cable 1005 N 16th Avenue Yakima, Washington 98902 509 - 575 -1697 City of Yakima Water Division 2301 Fruitvale Blvd. Yakima, Washington 98902 509 - 575 -6154 City of Yakima Wastewater Division 2220 E. Viola, Yakima, Washington 98901 509 - 575 -6077 Cascade Natural Gas Corporation 401 N 1st Street, Yakima, Washington 98901 509 -457 -5905 Pacific Power PO Box 1729 Yakima, Washington 98907 509 - 575 -3146 Nob Hill - Water 6111 Tieton Dr. Y- akima, Washington 98908 509- 966 -0272 The Contractor shall notify the Upper Yakima Valley Utilities Coordinating Council -Area 5, telephone number 1-800 - 553 -4344, at least 72 hours prior to start of excavation n so that underground utilities may be marked. It shall be the contractor's responsibility to investigate the presence and location of all utilities priorto bid opening and assess their impacts on his construction activities. 64 Utilities, new or old, may be renewed, relocated, or adjusted for the proposed construction. The Contractor shall, prior to beginning any work, meet with all utility organizations (public and private) in the field to familiarize himself with plans and schedules of the installations on new, relocated, or adjusted utilities. Both public and private utility organizations may be doing utility installations within the area. The proposed construction work must be coordinated with these utility installations. The Contractor shall coordinate his work with other contractors who may be working in the project area and cooperate with them. 1 -07.23 Public Convenience And Safety 1- 07.23(1) Construction Under Traffic Section 1- 07.23(1) is supplemented with the following: ( * * * * *) The construction safety zone will be determined as follows: During nonworking hours equipment or materials shall not be within the safety zone unless it is protected by permanent guardrail or temporary concrete barrier. The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location. During the actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the safety zone and only construction vehicles absolutely necessary to construction shall be allowed within the safety zone or allowed to stop or park on the shoulder of the roadway. The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the safety zone at any time unless protected as described above. Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval. A nighttime closure will be allowed for the duration of the contract time of ***10 *** working days. The full closure will only be allowed from 7:00 PM to 5:00 AM and must be reopened to a minimum of two -way traffic, one lane each direction. The contractor has the option of using this closure or working during the daytime or a combination of the two. 1 -08 PROSECUTION AND PROGRESS 1 -08.3 Progress Schedule The first and second paragraphs of Section 1 -08.3 are replaced with the following: 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 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. 65 This section is supplemented with 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 this weekly activity schedule, or in a sequence differing form the which he has shown on this schedule, the Engineer may order the Contractor to delay unscheduled activities until they are included on a subsequent weekly activity schedule, 1 -08.5 Time For Completion (March 13,1995) Section 1 -08.5 is supplemented with the following: This project shall be physically completed in its entirety within ***10 * ** working days. 1 -08.10 Termination of Contract 1- 08.10(1) Termination for Default • Revise the last sentence of the fifth paragraph of Section 1- 08.10(1) as follows: Replace "State of Washington, Department of Transportation" with "Contracting Agency." 1 -10 TEMPORARY TRAFFIC CONTROL 1 -10.2 Traffic Control Management 1- 10.2(1) General (August 2, 2004) Section 1- 10.2(1) is supplemented with the following: The Traffic Control Supervisor shall be certified by one of the following: 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 1 -10.4 Measurement (A.igust 2, 2004) Section 1- 10.4(2) is supplemented with the following: The bid proposal does not contain the item "Project Temporary Traffic Control," lump sum. The provisions of Section 1- 10.4(2) shall apply. 66 1 -99 APWA SUPPLEMENT 1 -02 BID PROCEDURES AND CONDITIONS (APWA Only) 1-02.1 Qualifications of Bidder (APWA Only) This section is supplemented with the following: Pre - qualification is not required for this project. 1 -07.18 Public Liability and Property Damage Insurance (APWA Only) 1- 07.18(1) General Requirements (APWA Only) The seventh paragraph is revised as follows: Change "45 days" to "20 days." The eighth paragraph is revised by adding the following to the end of the first sentence: ", the City of Yakima, and Yakima County, their employees, agents, and elected or appointed officials." The tenth paragraph is revised to read as follows: The Contractor shall forward to the City the additional insured endorsement as requested in the Evidence of Insurance Section. 1- 07.18(2) Coverages and Limits (APWA Only) This section is revised to read as follows: 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. 1- 07.18(4) Evidence of Insurance (APWA Only) This section is revised to read as follows: The Contractor shall provide evidence of insurance by the following method. A completed ACORD form #25 (or equivalent) shall be submitted which conforms to the following requirements: 1. The ACORD form shall be accompanied by a completed Endorsement naming the City of Yakima, and Yakima County, their agents, employees, and elected or appointed officials as an additional insured and containing the insured's name and policy number, and shall be signed by a duly authorized agent. 67 2. The wording in the CANCELLATION section "endeavor to" and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives" shall be crossed out and initialed by the agent/broker and shall provide for a cancellation notice of at least 20 days, to the City of Yakima. 3. Add the following text in the section entitled DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ALLOWED BY ENDORSEMENT / SPECIAL PROVISIONS: The City of Yakima, and Yakima County, their agents, employees, and elected or appointed officials are additional insured's for 40th Avenue Widening and Reconstruction, City Projects 1957 and 1958. 4. Contain the appropriate amount and types of coverages that are specified by the Contract. DIVISION 2 EARTHWORK 2 -01 CLEARING, GRUBBING AND ROADSIDE CLEANUP 2 -01.2 Disposal of Useable Material and Debris Revise the third paragraph as follows: Change the word "three" to "two." 2- 01.2(1) Disposal Method No. 1 — Open Burning This section is deleted. 2 -02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2 -02.1 Description This section is supplemented with the following: This work shall consist of removing the existing median where detailed in the Plans. 2 -02.3 Construction Requirements 2 -02.4 Measurement This section is supplemented with the following: Saw Cut, Per Inch Depth will be measured by the linear foot per inch of depth. 2 -02.5 Payment This section is supplemented with the following: Add the items: "Saw Cut, Per Inch Depth ", per linear foot. 2 -07 WATERING 2 -07.3 Construction Requirements Supplement this section with the following: 68 The Contractor shall secure permission from and comply with all requirements of the water utility before obtaining water from fire hydrants. The Contractor shall notify the Engineer as soon as such permission is granted. The Contractor shall use hydrant wrenches only to open hydrants. While using hydrants, the contractor shall make certain that the hydrant valve is fully open in order to prevent damage to the hydrant valve. A metered hydrant connection furnished by the water utility shall be used as an auxiliary valve on the outlet line for control purposes. Fire hydrant valves shall be closed slowly to avoid a surge in the system causing undue pressure on the water lines. The Contractor shall carefully note the importance of following these directions. If a hydrant is damaged due to the Contractor or an employee of the Contractor, the Contractor shall immediately notify the water utility so that the damage can be repaired as quickly as possible. Upon completing the use of the hydrants, the Contractor shall notify the water utility so that the hydrants may be inspected for possible damage. Any damage resulting from the use of the hydrants by the Contractor will be repaired by the water utility, and the cost thereof shall be withheld, if necessary, from the final payment to the Contractor. The Contractor shall furnish all equipment and tools, except the metered hydrant connection, that may be necessary to meet the requirements of the water distribution agency pertaining to hydrant us. Violation of these requirements will result in fines and will lay the Contractor liable for damage suits because of malfunctioning of damaged fire hydrants, in the event of fire. 2 -07.4 Measurement This section is revised to read: Water will be measured with the metered hydrant connection. 2-07.5 Payment This section is revised to read as follows: Water will be furnished by the water utility without charge, but the Contractor shall convey the water from the nearest convenient hydrant or other source at his expense. DIVISION 4 BASES 4 -06 ASPHALT TREATED BASE 4 -06.2 Materials Section 4 -06.2 is supplemented with the following: (October 25, 1999) The grade of paving asphalt used in asphalt treated base shall be PG * ** 64 -28 * ** unless otherwise ordered by the Engineer. 69 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 5.04 HOT MIX ASPHALT ( *** * *) Section 5 -04 is revised in its entirety to read: 5 -04.1 Description This work shall consist of providing and placing one or more layers of plant -mixed hot mix asphalt (HMA) on a prepared foundation or base in accordance with these Specifications and the lines, grades, thicknesses, and typical cross - sections shown in the Plans. HMA shall be composed of asphalt binder and mineral materials as may be required, mixed in the proportions specified to provide a homogeneous, stable, and workable mixture. HMA Class A, Class B, Class D, Class F, and Class G are designated as leveling or wearing courses. HMA Class E is designated as a pavement base course. With the exception of HMA Class D, all mixtures are considered dense graded HMA. 5 -04.2 Materials Materials shall meet the requirements of the following sections: Asphalt Binder 9- 02.1(4) Cationic Emulsified Asphalt 9- 02.1(6) Anti - Stripping Additive 9 -02.4 Aggregates 5 -04i 3(B)A2 Blending Sand 9- 03.8(4) Mineral Filler 9- 03.8(5) The contract documents may establish that the various mineral materials required for the manufacture of HMA will be furnished in whole or in part by the Contracting Agency. If the documents do not establish the furnishing of any of these mineral materials by the Contracting Agency, the Contractor shall be required to furnish such materials in the amounts required for the designated mix. Mineral materials include coarse and fine aggregates, blending sand, and mineral filler. The Contractor shall have the option of utilizing recycled asphalt pavement (RAP) in the amount up to 20 percent of total aggregate weight in combination with new aggregate in the production of HMA. The RAP may be from HMA removed under the contract, if any, or old HMA from an existing stockpile. Recycled materials shall not be used in HMA Class D. When aggregates or a source for the production of aggregates is provided by the Contracting Agency, the approximate percentage of asphalt binder required in the mixture for the particular class of pavement will be set forth in the special provisions. The percentage is based upon a midline gradation mix design for the source provided. The grade of asphalt binder shall be as required by the contract, Prior to the submittal of the mix design, the Contractor shall provide a written designation of the grade of PG asphalt binder to be used. The Contractor may propose the substitution of alternate grades of performance grade (PG) asphalt binder at no cost to the Contracting Agency. The proposal will be approved if the proposed alternate asphalt binder has an average 7 -day maximum pavement design temperature that is equal to or higher than the specified asphalt binder and has a minimum pavement design temperature that is equal to or lower than the specified asphalt binder. The substituted alternate grade of asphalt binder shall be used in all HMA contract items of the same class and originally specified grade of asphalt binder. Blending of asphalt binder from different sources is not permitted. 70 Production of aggregates shall comply with the requirements of Section 3 -01. Preparation of stockpile site, the stockpiling of aggregates, and the removal of aggregates from stockpiles shall comply with the requirements of Section 3 -02. 5 -04.3 Construction Requirements 5- 04.3(1) HMA Mixing Plant Plants used for the preparation of HMA shall conform to the following requirements: 1. Equipment for Preparation of Asphalt Binder. Tanks for the storage of asphalt binder shall be equipped to heat and hold the material at the required temperatures. The heating shall be accomplished by steam coils, electricity, or other approved means so that no flame shall be in contact with the storage tank. The circulating system for the asphalt binder shall be designed to ensure proper and continuous circulation during the operating period. A valve for the purpose of sampling the asphalt binder shall be placed in either the storage tank or in the supply line to the mixer. 2. Thermometric Equipment. An armored thermometer, capable of detecting temperature ranges expected in the HMA mix, shall be fixed in the asphalt binder feed line at a location near the charging valve at the mixer unit. The thermometer location shall be convenient and safe for access by inspectors. The plant shall also be equipped with an approved dial -scale thermometer, a mercury actuated thermometer, an electric pyrometer, or another approved thermometric instrument placed at the discharge chute of the drier to automatically register or indicate the temperature of the heated aggregates. This device shall be in full view of the plant operator. 3 Sampling and Testing of Mineral Materials. The HMA plant shall be equipped with a mechanical sampler for the sampling of the mineral materials. The mechanical sampler shall meet the requirements of Section1- 05.6 for crushing and screening operation. The contractor shall provide sufficient space as required for the setup and operation of the field testing facilities of the Contracting Agency. 5- 04.3(2) Hauling Equipment Trucks used for hauling HMA shall have tight, clean, smooth metal beds and shall have a cover of canvas or other suitable material of sufficient size to protect the mixture from adverse weather. Whenever the weather conditions include (or are forecast to include) during the workshift precipitation or an air temperature less than 45 ° F, the canvas cover shall be securely attached to protect the HMA. In order to prevent the HMA mixture from adhering to the hauling equipment, truck beds are to be sprayed with an environmentally benign release agent. Excess release agent shall be drained prior to filling hauling equipment with HMA. Petroleum derivatives or other coating materials that contaminate or alter the characteristics of the HMA shall not be used. For hopper trucks, the conveyer shall be in operation during the process of applying the release agent. 5- 04.3(3) Hot Mix Asphalt Pavers HMA pavers shall be self- contained, power - propelled units, provided with an internally - heated vibratory screed or strike -off assembly and shall be capable of spreading and finishing courses of HMA plant mix material in lane widths required by the paving section shown in the Plans. 71 The screed or strike -off assembly shall effectively produce a finished surface of the required evenness and texture without tearing, shoving, segregating, or gouging the mixture. Extensions will be allowed provided they produce the same results, including ride, density, and surface texture as obtained by the primary screed or strike off assembly. Extensions without, augers, vibration and heated screeds shall not be used in the traveled way. When laying HMA, the paver shall be operated at a uniform forward speed consistent with the plant production rate and roller train capacity to result in a continuous operation. The auger speed and flight gate opening shall be adjusted to coordinate with the operation. The paver shall be equipped with automatic screed controls with sensors for either or both sides of the paver. The controls shall be capable of sensing grade from an outside reference line, sensing the transverse slope of the screed, and providing automatic signals that operate the screed to maintain the desired grade and transverse slope. The sensor shall be constructed so it will operate from a reference line or a mat referencing device. The transverse slope controller shall be capable of maintaining the screed at the desired slope within plus or minus 0.1 percent. The paver shall be equipped with automatic feeder controls, properly adjusted to maintain a uniform depth of material ahead of the screed. Manual operation of the screed will be permitted in the construction of irregularly shaped and minor areas. These areas include, but are not limited to, gore areas, road approaches, tapers and left -turn channelization. When specified in the contract, reference lines for vertical control will be required. Lines shall be placed on both outer edges of the traveled way of each roadway. Horizontal control utilizing the reference line will be permitted. The grade and slope for intermediate lanes shall be controlled automatically from reference lines or by means of a mat referencing device and a slope control device. When the finish of the grade prepared for paving is superior to the established tolerances and when, in the opinion of the Engineer, further improvement to the line, grade, cross - section, and smoothness can best be achieved without the use of the reference line, a mat referencing device may be substituted for the reference line. Substitution of the device will be subject to the continued approval of the Engineer. A joint matcher may be used subject to the approval of the Engineer. The reference line may be removed after the completion of the first course of HMA when approved by the Engineer. Whenever the Engineer determines that any of these methods are failing to provide the necessary vertical control, the reference lines will be reinstalled by the Contractor. The Contractor shall furnish and install all pins, brackets, tensioning devices, wire, and accessories necessary for satisfactory operation of the automatic control equipment. If the paving machine in use is iiot providing the required finish, the Project Engineer may suspend work as allowed by Section 1 -08.6. Any cleaning or solvent type liquids spilled on the pavement shall be thoroughly removed before paving proceeds. 5- 04.3(4) Rollers Rolle_ rs shall be of the steel wheel, vibratory, or pneumatic tire type, in good condition and capable of reversing without backlash. Operation of the roller shall be in accordance with the manufacturer's recommendations. When ordered by the Project Engineer for any roller planned for use on the project, the Contractor shall provide a copy of the manufacturer's recommendation for the use of that roller for compaction of HMA. The number and weight of rollers shall be sufficient to compact the mixture in 72 compliance with the requirements of Section 5- 04.3(10). The use of equipment that results in crushing of the aggregate will not be permitted. Rollers producing pickup, washboard, uneven compaction of the surface, displacement of the mixture or other undesirable results will not be used. 5- 04.3(5) Conditioning of Existing Surface When the surface of the existing pavement or old base is irregular, the Contractor shall bring it to a uniform grade and cross - section as shown on the plans or approved by the Engineer. Preleveling of uneven or broken surfaces over which HMA is to be placed may be accomplished by using an asphalt paver, a motor patrol grader, or by hand raking, as approved by the Engineer. 5- 04.3(5)A Preparation of Existing Surfaces Before construction of HMA on an existing paved surface, the entire surface of the pavement shall be clean. All fatty asphalt patches, grease drippings, and other objectionable matter shall be entirely removed from the existing pavement. All pavements or bituminous surfaces shall be thoroughly cleaned of dust, soil, pavement grindings, and other foreign matter. All holes and small depressions shall be filled with an appropriate class of HMA mix and the surface of the patched area shall be leveled and compacted thoroughly. A tack coat of asphalt shall be applied to all paved surfaces on which any course of HMA is to be placed or abutted. Tack coat shall be uniformly applied to cover the existing pavement with a thin film of residual asphalt free of streaks and bare spots. A heavy application of tack coat will be applied to all joints. For roadways open to traffic, the application of tack coat shall be limited to surfaces that will be paved during the same working shift. The spreading equipment shall be equipped with a thermometer to indicate the temperature of the tack coat material. Equipment shall not operate on tacked surfaces until the tack has broken and cured. If the Contractor's operation damages the tack coat it shall be repaired prior to placement of the HMA. Unless otherwise approved by the Engineer, the tack coat shall be CSS -1, CSS -1 h, or STE -1 emulsified asphalt. The CSS -1 and CSS -1 h emulsified asphalt may be diluted with water at a rate not to exceed one part water to one part emulsified asphalt. The emulsified asphalt shall not exceed the maximum temperature recommended by the emulsified asphalt manufacturer. 5- 04.3(5)B Preparation of Untreated Roadway When designated in the plans the existing roadway shall be prepared and the roadway primed as provided in Section 5- 02.3(2)A, except that only one application of asphalt and one application of aggregate, which shall conform to aggregate for Class B as listed in Section 5- 04.3(8) or other granular materials approved by the Engineer, will be required. All other provisions of Section 5 -02 pertaining to bituminous surface treatment Class A shall apply, except as hereinafter modified. The prime coat shall be applied over the full length of the project, and HMA shall not be placed until the prime coat has cured for 5 days unless otherwise approved by the Engineer. Should any holes, breaks, or irregularities develop in the roadway surface after the prime coat has been applied, they shall be patched with HMA, as described in Section 5- 04.3(5)A, in advance of placing the HMA. The Contractor shall maintain the completed prime coat by blading or brooming with equipment and procedures approved by the Engineer, until the HMA pavement is placed. 73 After the maintenance, patching or repair work has been completed and immediately prior to placing the HMA, the surface of the prime coat shall be swept clean of all dirt, dust, or other foreign matter. When the prime coat application is not specified in the Special Provisions or shown in the Plans, the Contractor shall prepare the untreated roadway as described above and shall omit the prime coat treatment. The HMA shall be constructed on the prepared subgrade. 0 In areas used as turnouts or which will receive heavy service, the Engineer may order a change in the grade to provide a greater depth of pavement. The Contractor shall prepare untreated shoulders and traffic islands by blading and compacting to provide a sound base for paving and shall omit the prime coat treatment. The HMA shall be constructed on the prepared subgrade. If the Contractor protects the completed untreated surfacing materials to the degree that the surface meets the requirements of Section 5- 02.3(2)A at the time of construction of the prime coat or the construction of the pavement if the prime coat is not required, the Contractor will not be required to perform the work specified in Section 5- 02.3(2)A but shall be compensated for the item of work preparation of untreated roadway. 5- 04.3(5)C Crack Sealing When the proposal includes a pay item for crack sealing, all cracks and joints '4 -inch and greater in width shall be cleaned with a stiff - bristled broom and compressed air and then shall be filled completely with sand slurry. The sand slurry shall consist of approximately 20 percent CSS -1 emulsified asphalt, approximately 2 percent Portland cement, water (if required), and the remainder clean U.S. No. 4 -0 paving sand. The components shall be thoroughly mixed and then poured into the cracks and joints until full. The following day, any cracks or joints that are not completely filled shall be topped off with additional sand slurry. After the sand slurry is placed, the filler shall be struck off flush with the existing pavement surface and allowed to cure. The HMA overlay shall not be placed until the slurry has fully cured. The requirements of 1 -06 will not apply to the Portland cement and paving sand used in the Sand Slurry. 5- 04.3(5)D Soil Residual Herbicide Where shown in the Plans, the Contractor shall apply one application of an approved soil residual herbicide. Paving shall begin within 24 hours after application of the herbicide. Any area that has not been paved within the time limit or that has been rained on, shall be treated again at the Contractor's expense. The herbicide shall be applied uniformly in accordance with the manufacturer's recommendations. The material to be used shall be registered with the Washington State Department of Agriculture for use under pavement. ent. Before use, the Contractor shall receive approval of the material to be used and the proposed rate of application, from the Engineer. The following information shall be included in the request for approval of the material: Brand name of the material, manufacturer, Environmental Protection Agency (EPA) registration number, material safety data sheet, and proposed rate of application. 5- 04.3(5)E Pavement Repair The Contractor shall excavate pavement repair areas and shall backfill these with HMA in accordance with the details shown in the Plans and as staked. 74 The actual excavation depth may vary to a maximum depth of 1 -foot maximum, depending upon where stable foundation material is encountered, as determined by the Engineer. The minimum width of any pavement repair area shall be 3 feet unless shown otherwise in the Plans. All pavement repair areas shall be sawcut before removal, or shall be removed by a pavement grinder approved by the Engineer. Asphalt for tack coat shall be required as specified in Section 5- 04.3(5)A, and shall be applied to all edges of existing pavement in the pavement repair area. The Contractor shall excavate only within one lane at a time. The areas shall be excavated, backfilled, and compacted within the same day's working shift, in accordance with the details shown in the Plans and to the satisfaction of the Engineer. Excavated materials will become the property of the Contractor for disposal off the right of way. The Contractor shall conduct the excavation operations in a manner that will protect the pavement areas not designated to be removed. Pavement not designated to be removed that is damaged as a result of the Contractor's operations shall be repaired by the Contractor to the satisfaction of the Engineer at no cost to the Contracting Agency. Placement of the HMA backfill shall be accomplished in lifts. Each lift shall not exceed 0.35 foot compacted depth. Compaction shall be accomplished by mechanical tamper or a roller as approved by the Engineer. HMA for pavement repair shall be HMA Class A, B, E, or F at the Contractor's option, unless otherwise specified in the contract. 5- 04.3(6) Heating of Asphalt Binder The temperature of the asphalt binder shall not exceed the maximum recommended by the asphalt binder manufacturer. The asphalt binder shall be heated in a manner that will avoid local variations in heating. The heating method shall provide a continuous supply of asphalt binder to the mixer at a uniform average temperature with no individual variations exceeding 25 °F. 5- 04.3(7) Preparation of Aggregates The aggregates shall be stockpiled according to the requirements of Section 3 -02. Sufficient storage space shall be provided for each size of aggregate. The aggregates shall be removed from stockpile(s) in a manner to ensure a minimum of segregation when being moved to the HMA plant for processing into the final mixture. Different aggregate sizes shall be kept separated until they have been delivered to the HMA plant. 5- 04.3(7)A Mix Design The Contractor shall obtain representative samples from mineral aggregate stockpiles, and blend sand sources to be used for HMA production and submit them for development of a mix design. Sample submittal shall include asphalt binder grade and sources, production mix gradation and combining ratios of mineral aggregate stockpiles and blend sand that will be used in production. This will be the basis for the mix design and job mix formula. The Contractor shall allow 20 calendar days for this approval and design once the aforementioned information and material has been received. Additional time may be required if the proportions will not make an adequate design as determined by the Engineer, or if the Contractor requests more than one asphalt binder source approval. The Contractor is also advised that production of the HMA shall not commence until the job mix formula has been established. Adjustments to the job mix formula may be made per Basis of Acceptance. 75 The Contractor shall obtain the Engineer's approval prior to changing the source of asphalt binder during the production of HMA. Blending of different asphalt binder grades sources will not be permitted. 5- 04.3(8) Mixing After the required amounts of mineral materials and asphalt binder have been introduced into the mixer the HMA shall be mixed until a complete and uniform coating of the particles and a thorough distribution of the asphalt binder throughout the mineral materials is ensured. When discharged, the temperature of the HMA shall not exceed the maximum temperature recommended by the asphalt binder manufacturer. A maximum water content of 2 percent in the mix, at discharge, will be allowed providing the water causes no problems with handling, stripping, or flushing. If the water in the HMA causes any of these problems, the moisture content shall be reduced as directed by the Project Engineer. Storing or holding of the HMA in approved storage facilities will be permitted during the daily operation but in no event shall the HMA be held for more than 24 hours. HMA held for more than 24 hours after mixing shall be rejected. Rejected HMA shall be disposed of by the Contractor at no expense to the Contracting Agency. The storage facility shall have an accessible device located at the top of the cone or about the third point. The device shall indicate the amount of material in storage. No HMA shall be accepted from the storage facility when the HMA in storage is below the top of the cone of the storage facility, except as the storage facility is being emptied at the end of the working shift. 5- 04.(8)A Acceptance Sampling and Testing -HMA Mixture 1. General. Acceptance of HMA shall be as provided under statistical evaluation, nonstatistical evaluation or commercial evaluation. Determination of statistical evaluation, nonstatistical evaluation or commercial evaluation shall be based on proposal quantities and shall consider the total of all bid items involving HMA of a specific class. Dense graded mixes (HMA Classes A, B, E, F, and G) will be evaluated for quality of gradation and asphalt binder content. Open graded mixes (HMA pavement Class D) will be evaluated for quality of gradation only, based on samples taken from the cold feed. Nonstatistical Evaluation will be used for HMA. Statistical Evaluation procedures will apply only to contracts that specify statistical evaluation in the contract Special Provisions. .7 St luatio. will administered d e r the of Section Statistical Cv aIUQUVI l will 11 be QUI I III IIAtCI CU under the provisions UI JCI;IIUI l - 04.5(1) for Quality Assurance Price Adjustments and evaluation of quality. Commercial Evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, naths trails nnms and nthPr nnnstr uctiiral annliratinns as annrnvari by tha Prniirt P_ ..._, • _••-+ a -- _• •- --.._. .._ sees• _• - '1- r..__... _.._ .,... ... L . L .. .,..... ..� .. ... ..,...,. Engineer. The contractor shall select a class of HMA appropriate for the required use. The Project Engineer will determine anti -strip requirements for the HMA, Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. Theproposal quantity_ of HMA that is accepted by 76 commercial evaluation will be excluded from the quantities used in the determination of statistical and nonstatistical evaluation. 2 Aggregates. A. General Requirements. Aggregates for HMA shall be manufactured from ledge rock, talus, or gravel in accordance with Section 3 -01. The material from which they are made shall meet the following test requirements: Los Angeles Wear, 500 Revs 30% max Degradation Factor, Wearing Course 30 min Degradation Factor, Other Courses 20 min It shall be uniform in quality, substantially free from wood, roots, bark, extraneous materials, and adherent coatings. The presence of a thin, firmly adhering film of weathered rock will not be considered as coating unless it exists on more than 50% of the surface area of any size between consecutive laboratory sieves. Aggregate removed from deposits contaminated with various types of wood waste shall be washed, processed, selected or otherwise treated to remove sufficient wood waste so that oven —dried material retained on a U.S. No. 4 sieve shall not contain more than 0.1% by weight of material with a specific gravity less than 1.0. B. Test Requirements. Aggregate for HMA shall meet the following test requirements: Class of HMA A B DE F G Fracture, by weight (See Note) 1 2 3 4 4 2 Sand Equivalent Min. 45 45 - -- 45 35 45 1 The fracture requirements are at least one fractured face on 90 percent of the material retained on each specification sieve size U.S. No. 10 and above, if that sieve retains more than 5 percent of the total sample. 2 The fracture requirements are at least one fractured face on 75 percent of the material retained on each specification sieve size U.S. No. 10 and above, if that sieve retains more than 5 percent of the total sample. 3 The fracture requirements are at least two fractured faces on 75 percent and at least one fractured face on 90 percent of the material retained on each specification sieve, U.S. No. 8 and above, if that sieve retains more than 5 percent of the total sample. 4 The fracture requirements are at least one fractured face on 50 percent of the material retained on each specification sieve size U.S. No. 10 and above, if that sieve retains more than 5 percent of the total sample. When material is being produced and stockpiled for use on a specific contract or for a future contract, the fracture and sand equivalent requirements shall apply at the time of stockpiling. When material is used from a stockpile that has not been tested as provided above, the requirements for fracture and sand equivalents shall apply at the time of its introduction to the cold feed of the mixing plant. The properties of the aggregate in a preliminary mix design for HMA shall be such that, when it is combined within the limits set forth in Proportions of 77 Materials and mixed in the laboratory with the designated grade of asphalt binder, HMA mixtures with the following test values can be produced: Class of HMA A B D E F G Stabilometer Value Min. 37 35 - -- 35 35 35 Cohesiometer Value Min. 100 100 - -- 100 50 100 Percent Air Voids 2-4.5 2 -4.5 2 -45 2 -4.5 2 -4.5 Modified Lottman Stripping Test Pass Pass Pass Pass Pass Pass C. Gradation. The materials of which HMA is composed shall be of such sizes, gradings, and quantities that, when proportioned and mixed together, they will produce a well graded mixture within the requirements listed in the table which follows. The percentages of aggregate refers to completed dry mix, and includes mineral filler when used. Grading Requirements Class A Class D Class E Class F Class G Sieve Size and B Percent Passing 1 1 4 square - -- - -- 100 - -- - -- 1 square - -- - -- 90 -100 - -- - -- 3 4 square 100 - -- - -- 100 - -- 5 8 square - -- - -- 67-86 - -- - -- 1 2 square 90 -100 100 60 -80 80 -100 100 3 8 square 75-90 97 -100 — - — -97 -100 U.S. No. 4 46 -66 30 -50 34 -56 38 -70 50 -78 U.S. No. 8 - -- 5 -15 - -- - -- - -- U.S. No. 10 30 -42 - -- 25 -40 30 -50 32 -53 U.S. No. 40 11 -24 - -- 10 -23 - -- 11 -24 U.S. No. 200 3.0 -7.0 2.0 -5.0 2.0 -9.0 2.0 -8.0 3.0 -7.0 5- 04.(8)B Basis of Acceptance 1. HMA will be accepted based on its conformance to the project job mix formula (JMF). For the determination of a project JMF, the Contractor shall submit to the Engineer, representative samples of the various aggregates and blend sand to be used along with the gradation data showing the various aggregate stockpile averages and the proposed combining ratios and the average gradation of the completed mix. Based on this submittal from the Contractor, the Engineer will determine the asphalt binder content, anti -strip requirement, and ignition furnace correction factor in the mix design process. Using the representative samples submitted and proposed proportion of each, trial mix tests will be run to determine the percentage of asphalt binder, by weight, to be added. The JMF thus established shall be changed only upon order of the Engineer. The intermingling of HMA mixtures produced from more than one JMF is prohibited. Each strip of HMA pavement placed during a working shift shall conform to a single job mix formula established for the class of HMA specified unless there is a need to make an adjustment in the JMF. No HMA shall be produced for use on the project until the amount of asphalt binder and anti -strip additive to be added has been established. 2. Job Mix Formula — Statistical Acceptance 78 The average gradation of the completed HMA mix submitted by the Contractor in the mix design proposal, as required in Gradation and the resulting Mix Design Recommendations, shall be the JMF. Any change or adjustment of percentages in any constituent of the JMF creates a new JMF. 3. Job Mix Formula Tolerances and Adjustments A. Tolerances — Statistical Acceptance. After the JMF is determined, the several constituents of the mixture at the time of acceptance shall conform to the following tolerances: Constituent of Mixture Tolerance Limits The tolerance limit for each mix constituent shall not exceed the broad band specification limits specified in 5- 04.3(8)C except the tolerance limits for sieves designated as 100% passing will be 99 -100. Aggregate passing 1", 3/4 ", Broad band specification 5/8 ", 1/2 ", and 3/8" sieves limits Section 5- 04.3(8)C Proportions of Materials Aggregate passing No. 4 sieve ± 6% Aggregate passing No. 10 sieve ± 5% Aggregate passing No. 40 sieve ± 4% Aggregate passing No. 200 sieve ± 2.0% Asphalt cement ± 0.5% For open graded mix: Tolerance limits shall be for aggregate gradation only and shall be as specified in Proportions of Materials. B. Tolerances — Nonstatistical Acceptance. After the JMF is determined, the constituents of the mixture at the time of acceptance shall conform to the range of the proportion specified in the broad band specifications in for gradation and the design mix asphalt binder content plus or minus 0.7 percent. C. Adjustments 1. Aggregates. Upon written request from the Contractor, the Project Engineer may approve field adjustments to the JMF including the Contractor's proposed combining ratios for mineral aggregate stockpiles and blend sand. The maximum allowed gradation change shall be 2 percent for the aggregate retained on the No. 10 sieve and above, 1 percent for the aggregate passing the No. 10 and No. 40 sieves, and 0.5 percent for the aggregate passing the No. 200 sieve. Blend sand may be changed a maximum of 5 percent. The above adjustments and /or any further adjustments as ordered by the Engineer will be considered as a new JMF. Adjustments beyond these limits will require development of a new JMF. The adjusted JMF plus or minus the allowed tolerances shall be within the range of the broad band specifications. 2. Asphalt Binder Content. The Project Engineer may order or approve the Contractor's request to change asphalt binder content a maximum of 0.3 percent from the approved JMF. No field adjustments of the JMF relative to the asphalt binder 79 content exceeding 0.3 percent from the initial JMF will be made without the approval of the Materials Engineer. D. Commercial HMA Acceptance. The contractor shall submit a certification that the mix design submitted meets the requirements of Proportions of Materials. Verification of the mix design by the Contracting Agency is not required. The Project Engineer will determine anti -strip requirements for the HMA. 4. Hot Mix Asphalt Mixture A. Sampling 1. A sample will not be obtained from either the first or last 25 tons of mix produced in each production shift. 2. Samples for compliance of gradation and asphalt binder content will be obtained on a random basis from the hauling vehicle. The Contractor shall provide adequate platforms to enable samples to be obtained in accordance with WAQTC FOP for AASHTO T 168. The platforms shall allow the sample to be taken without the Engineer entering the hauling vehicle. B. Definition of Sampling Lot and Sublot. For the purpose of acceptance sampling and testing, a lot is defined as the total quantity of material or work produced for each job mix formula (JMF), placed and represented by randomly selected samples tested for acceptance. All of the test results obtained from the acceptance samples shall be evaluated collectively and shall constitute a lot. Only one lot per JMF will be expected to occur. The JMF (Job Mix Formula) is defined in Basis of Acceptance. The Contractor may request a change in the JMF. If the request is approved, all of the material produced up to the time of the change will be evaluated on the basis of available tests and a new lot will begin. The quantity represented by each sample will constitute a sublot. Sampling and testing for statistical evaluation shall be performed on a random basis at the frequency of one sample per sublot, with a minimum of five sublots per class of HMA. Sublot size shall be determined to the nearest 100 tons to provide not less than five uniform sized sublots, based on proposal quantities, with a maximum sublot size of 800 tons. Sampling and testing for nonstatistical evaluation shall be performed on a random basis at a minimum frequency of one sample for each sublot of 400 tons or each day's production, whichever is least. When proposal quantities exceed 1,200 tons for a class of HMA under nonstatistical evaluation, sublot size shall be determined to the nearest 100 tons to provide not less than three uniform sized sublots, based on proposal quantities, with a maximum sublot size of 800 tons. C. Test Results. The Engineer will furnish the Contractor with a copy of the results of all acceptance testing performed in the field at the beginning of the next paving shift. The Engineer will also provide the Composite Pay Factor (CPF) of the completed sublots after three sublots have been produced. The CPF will be provided by the midpoint of the next paving shift after sampling. Individual acceptance sample test results (gradation and asphalt binder content) may be challenged by the Contractor. A written challenge of the test results by the Contractor shall be_ received by the Project Engineer within five working days after receipt of the specific test results. A split of the original 80 acceptance sample shall be sent, for testing, to the Region Materials Lab or to State Materials Lab as determined by the Engineer. The challenged sample will not be tested with the same equipment or by the same tester that ran the original acceptance sample. The challenge sample will be tested for a complete gradation analysis and asphalt binder content. The results of the challenge sample will be compared to the original results of the acceptance sample test and evaluated according to the following criteria: Deviation No. 4 sieve and larger ±4 percent No. 6 sieve to No. 80 sieve ±2 percent No. 100 and No. 200 sieve ±0.4 percent Asphalt binder % ±0.3 percent If the deviation of the challenge sample is within each parameter established, the acceptance sample will be used to determine to composite pay factor and the cost of testing will be deducted from any monies due or that may come due the Contractor under the contract, at the rate of $250 per test. If the deviation of the challenge sample is outside of any one parameter established, the challenge sample will be used to determine the composite pay factor and the cost of testing will be the Contracting Agency's responsibility. D. Test Methods. Acceptance testing for compliance of asphalt binder content will be WSDOT FOP for AASHTO Test Method T 308. Acceptance testing for compliance of gradation will be WAQTC FOP for AASHTO T 27 &T11. E. Reject Mixture 1. Rejection by Contractor. The Contractor may, prior to sampling, elect to remove any defective material and replace it with new material at no expense to the Contracting Agency. Any such new material will be sampled, tested, and evaluated for acceptance. 2. Rejection Without Testing. The Engineer may, without sampling, reject any batch, load, or section of roadway that appears defective in gradation or asphalt binder content. Material rejected before placement shall not be incorporated into the pavement. Any rejected section of roadway shall be removed. No payment will be made for the rejected materials or the removal of the materials unless the Contractor requests that the rejected material be tested. If the contractor elects to have the rejected material tested, a minimum of three representative samples will be obtained and tested. Acceptance of rejected material will be based on conformance with the statistical acceptance specification. If the CPF for the rejected material is less than 0.75, no payment will be made for the rejected material, and in addition, the cost of sampling and testing shall be borne by the Contractor. However, if the CPF is greater than or equal to 0.75, the cost of sampling and testing will be borne by the Contracting Agency and the HMA will be compensated at a CPF of 0.75. If rejection occurs after placement and the CPF is greater than 0.75, compensation for the rejected HMA will be at the calculated CPF with an addition of 81 25 percent of the unit contract price added for placement and removal costs. 3. A Partial Sublot. In addition to the preceding random acceptance sampling and testing, the Engineer may also isolate from a normal sublot any material that is suspected of being defective in gradation or asphalt binder content. Such isolated material will not include an original sample location. A minimum of three raniiom samples of the suspect material will be obtained and tested. The material will then be evaluated for price adjustment in accordance with the statistical evaluation section. This material will be considered a separate lot. 4. An Entire Sublot. If an entire sublot is rejected in accordance with Section 1 -06.2, four additional random samples from this sublot will be obtained and the sublot evaluated as an independent lot with the original test result included as a fifth test with the new independent lot instead of with the original lot. 5. A Lot in Progress. The Contractor shall shut down operations and shall not resume HMA placement until such time as the Project Engineer is satisfied that specification material can be produced: a. When the Composite Pay Factor (CPF) of a lot in progress drops below 1.00 and the Contractor is taking no corrective action, or b. When the Pay Factor (PF) for any constituent of a lot in progress drops below 0.95 and the Contractor is taking no corrective action, or c. When either the PFi for any constituent or the CPF of a lot in progress is less than 0.75. 6. An Entire Lot. An entire lot with a CPF of less than 0.75 will be rejected. The designated percentage reduction as defined in Section 1- 06.2(2)B under Financial Incentive Paragraph 1, Item 3, shall be 25 percent. 5- 04.3(9) Spreading and Finishing The HMA shall be laid upon an approved surface, spread, and struck off to the grade and elevation established. HMA pavers complying with Section 5- 04.3(3) shall be used to distribute the HMA mixture. Unless otherwise directed by the Engineer or specified in the Plans or in the Special Provisions, the nominal compacted depth of any layer of any course shall not exceed the following depths: HMA Class E 0.35 foot HMA Class A and B 0.35 foot when used for Base Course HMA Class A, B, and F 0.25 foot HMA Class G 0.10 foot • HMA Class D 0.08 foot On areas where irregularities or unavoidable obstacles make the use of- mechanical spreading and finishing equipment impractical, the paving may be done with other equipment or by hand. When more than one JMF is being utilized to produce HMA, the material produced for each JMF, shall be placed by separate spreading and compacting equipment. 82 5- 04.3(10) Compaction 5- 04.3(10)A General Immediately after the HMA mixture has been spread, struck off, and surface irregularities adjusted, it shall be thoroughly and uniformly compacted. The completed course shall be free from ridges, ruts, humps, depressions, objectionable marks, or irregularities and in conformance with the line, grade, and cross - section shown in the Plans or as established by the Engineer. If necessary, the mix design may be altered to achieve desired results. Compaction shall take place when the HMA is in the proper condition so that no undue displacement, cracking, or shoving occurs. All compaction units shall be operated at the speed, within specification limits, that will produce the required compaction. Areas inaccessible to large compaction equipment shall be compacted by mechanical or hand tampers. Any HMA that becomes loose, broken, contaminated, shows an excess or deficiency of asphalt binder, or is in any way defective, shall be removed and replaced at no additional cost with fresh HMA which shall be immediately compacted to conform with the surrounding area. The type of rollers to be used and their relative position in the compaction sequence shall generally be the Contractor's option, provided specification densities are attained. An exception shall be that the pneumatic tired roller shall be used between October 1 and April 1. Coverage's with a vibratory or steel wheel roller may precede pneumatic tired rolling. When HMA Class D is being constructed, the use of pneumatic rollers will not be required. Vibratory rollers shall not be operated in the vibratory mode when the internal temperature of the HMA is less than 175 °F without permission of the Engineer. In no case shall a vibratory roller be operated in a vibratory mode when checking or cracking of the mat occurs at a greater temperature. Vibratory rollers in the vibratory mode are also prohibited on bridge decks. 5- 04.3(10)B Control HMA Classes A, B, E, and F used in traffic lanes, including lanes for ramps, truck climbing, weaving, and speed change, and having a specified compacted course thickness greater than 0.10 foot, shall be compacted to a specified level of relative density. The specified level of relative density shall be a Composite Pay Factor (CPF) of not less than .75 when evaluated in accordance with Section 1- 06.2(1), using 'a minimum of 91.0 percent of the reference maximum density as determined by WSDOT FOP for AASHTO T 209. The reference maximum density shall be determined as the moving average of the most recent five determinations for the lot of HMA being placed. The specified level of density attained will be determined by the statistical evaluation of five nuclear density gauge tests taken in accordance with WAQTC FOP TM 8 and WSDOT SOP T 729 on the day the HMA is placed (after completion of the finish rolling) at locations determined by the stratified random sampling procedure conforming to WSDOT Test Method 716 within each density lot. The quantity represented by each density lot will be no greater than a single day's production or 400 tons, whichever is less. The final lot for each day of paving may be increased to 600 tons. The Engineer will furnish the Contractor with a copy of the results of all acceptance testing performed within one working day. Acceptance of pavement compaction will be based on the statistical evaluation and CPF so determined. For compaction lots falling below a 1.00 pay factor and thus subject to price reduction or rejection, cores may be used as an alternate to the nuclear density gauge tests. When cores are taken by the Contracting Agency at the request of the Contractor, they shall be requested by noon of the next workday after paving. The cost for the coring expenses when the core results indicate the specified level of relative density within a 83 lot has not been achieved, will be deducted from any monies due or that may become due the Contractor under the contract at the rate of $125 per core. At the start of paving, the Contractor must demonstrate to the Engineer that the HMA is compactable by constructing compaction test section(s). Test section(s) shall be constructed using the compaction train and a variety of rolling patterns that the Contractor expects to use in the paving operation. A test section will be considered to have established compatibility, based on the results of three density determinations, when the average of the three tests exceeds 92 percent of Rice or when all three tests individually exceed 91 percent of Rice. This will require consideration of the presence of a correlation factor for the nuclear aauae and may require final resolution after the factor for the gauge is known. A minimum 1.00 compaction pay factor shall be used until a gauge correlation factor is known, and until the HMA is considered compactable. When construction of the test section(s) has demonstrated that the HMA is not compactable, paving must stop. To resume paving, all factors contributing to compaction shall be analyzed and Engineer approved changes made, which may require a new mix design. When paving is resumed, the Contractor must again, as previously defined, demonstrate that the HMA is compactable. If the Contractor does not construct test section(s), the HMA is considered compactable and all HMA placed will be evaluated according to Section 5- 04.3(10)B. HMA Class A, B, E, F, and G constructed under conditions other than listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. HMA Class D and preleveling HMA shall be compacted to the satisfaction of the - Engineer. . In addition to the randomly selected locations for tests of the density, the Engineer may also isolate from a normal lot any area that is suspected of being defective in relative density. Such isolated material will not include an original sample location. A minimum of 5 randomly located density tests will be taken. The isolated area will then be evaluated for price adjustment in accordance with the statistical evaluation section, considering it as a separate lot. 5- 04.3(11) Joints The Contractor shall conduct operations such that the placing of the top or wearing course is a continuous operation or as close to continuous as possible. Unscheduled transverse joints will be allowed and the roller may pass over the unprotected end of the freshly laid HMA only when the placement of the course must be discontinued for such a length of time that the HMA will cool below compaction temperature. When the work is resumed, the previously compacted HMA shall be cut back to produce a slightly beveled edge for the full thickness of the course. Where a scheduled transverse joint or when an unscheduled joint that must be left in place after a workshift is being made in the wearing course, strips of heavy wrapping paper shall be used. The wrapping paper shall be removed and the joint trimmed to a slightly beveled edge for the full thickness of the course prior to - resumption - of paving. When the transverse joint will be open to traffic a temporary wedge of HMA shall be constructed 50H:1V or flatter. The material that is cut away shall be wasted and new HMA shall be laid against the fresh cut. Rollers or tamping irons shall be used to seal the joint. The longitudinal joint in any one course shall be offset_.from the course immediately below by not more than 6 inches nor less than 2 inches. All longitudinal joints 84 constructed in the wearing course shall be located at a lane line or an edge line of the traveled way. Except, on one -lane ramps a longitudinal joint may be constructed at the center of the traffic lane, subject to approval by the Project Engineer, if: 1. The ramp must remain open to traffic, or 2. The ramp is closed to traffic and a hot -lap joint is constructed. If a hot -lap joint is allowed, two paving machines shall be used; a minimum compacted density in accordance with Section 5- 04.3(10)B shall be achieved throughout the traffic lane; and construction equipment other than rollers shall not operate on any uncompacted HMA. When HMA is placed adjacent to cement concrete pavement, the Contractor shall construct longitudinal joints between the HMA and the cement concrete pavement. The joint shall be sawed to the dimensions shown on Standard Plan A -1 and filled with joint sealant meeting the requirements of Section 9 -04.2. 5- 04.3(12) Vacant 5- 04.3(13) Surface Smoothness The completed surface of all courses shall be of uniform texture, smooth, uniform as to crown and grade, and free from defects of all kinds. The completed surface of the wearing course shall not vary more than [1/8 inch from the lower edge of a 10 -foot straightedge placed on the surface parallel to the centerline. The transverse slope of the completed surface of the wearing course shall vary not more than' /. inch in 10 feet from the rate of transverse slope shown in the Plans. When deviations in excess of the above tolerances are found that result from a high place in the HMA, the pavement surface shall be corrected by one of the following methods: 1. Removal of material from high places by grinding with an approved grinding machine, or 2. Removal and replacement of the wearing course of HMA, or 3. By other method approved by the Project Engineer. Correction of defects shall be carried out until there are no deviations anywhere greater than the allowable tolerances. Deviations in excess of the above tolerances that result from a low place in the HMA and deviations resulting from a high place where corrective action, in the opinion of the Project Engineer, will not produce satisfactory results will be accepted with a price adjustment. The Project Engineer shall deduct from monies due or that may become due to the Contractor the sum of $500.00 for each and every section of single traffic lane 100 feet in length in which any excessive deviations described above are found. When Portland cement concrete pavement is to be placed on HMA, the surface tolerance of the HMA shall be such that no surface elevation lies above the plan grade minus the specified plan depth of Portland cement concrete pavement. Prior to placing the Portland cement concrete pavement, any such irregularities shall be brought to the required tolerance by grinding or other means approved by the Project Engineer. When utility appurtenances such as manhole covers and valve boxes are located in the traveled way, the roadway shall be paved before the utility appurtenances are adjusted to the finished grade. 85 5- 04.3(14) Planing Bituminous Pavement The surface of existing pavements or the top surface of subsurface courses shall be planed to remove irregularities and to produce a smooth surface. Planing shall be performed in such a manner that the underlying pavement is not torn, broken, or otherwise damaged by the planing operation. The surface of the underlying pavement shall be slightly grooved or roughened sufficiently to ensure a bond when overlaid. The planings shall become the property of the Contractor and shall be removed from the right -of -way. The planings may be utilized as RAP, within the requirements of Section 5 -04.2 or 9- 03.21. The Contractor shall dispose of all other debris resulting from the planing operation in a Contractor - provided site off the right -of -way. For mainline planing operations, the equipment shall have automatic controls, with sensors for either or both sides of the equipment. The controls shall be capable of sensing the proper grade from an outside reference line, or a mat- referencing device. The automatic controls shall also be capable of maintaining the desired transverse slope. The transverse slope controller shall be capable of maintaining the mandrel at the desired slope (expressed as a percentage) within plus or minus 0.1 percent. 5- 04.3(15) HMA Road Approach HMA approaches shall be constructed at the locations shown in the Plans or where staked by the Project Engineer. The work shall be performed in accordance with Section 5 -04. 5- 04.3(16) Weather Limitations HMA for wearing course shall not be placed on any traveled way between October 1 of any year and April 1 of the following year without written approval from the Project Engineer. Asphalt for prime coat shall not be applied when the ground temperature is lower than 50 °F, without written permission of the Engineer. HMA Class D shall not be placed when the air temperature is less than 60 °F. HMA shall not be placed on any wet surface, or when the average surface temperatures are less than those specified in the following table, or when weather conditions otherwise prevent the proper handling or finishing of the HMA mixtures: Surface Temperature Limitations Compacted Thickness Sub - Surface (Feet) Surface Course Courses Less than 0.10 55 F 55 F 0.10 to 0.20 45 F 35 F 0.21 to 0.35 35 F 35 F More than 0.35 DNA 25 F* *Only on dry subgrade, not frozen and when air temperature is rising.. 5- 04.3(17) Paving Under Traffic When the roadway being paved is open to traffic, the following requirements shall apply: The Contractor shall keep on -ramps and off -ramps open to traffic at all times except when paving the ramp or paving across the ramp. During such time, and provided that there has been an advance warning to the..public ramp .may be closed for the minimum time required to place and compact the HMA. In hot 86 weather, the Project Engineer may require the application of water to the pavement to accelerate the finish rolling of the pavement and to shorten the time required before reopening to traffic. Before closing a ramp, advance warning signs shall be placed and signs shall also be placed marking the detour or alternate route. Ramps shall not be closed on consecutive interchanges at the same time. During paving operations, temporary pavement markings shall be maintained throughout the project. Temporary pavement markings shall be installed on the roadway prior to opening to traffic. Temporary pavement markings shall be in accordance with Section 8 -23. All costs in connection with performing the work in accordance with these requirements, except the cost of temporary pavement markings, shall be included in the unit contract prices for the various bid items involved in the contract. 5- 04.3(18) Vacant 5- 04.3(19) Sealing of Pavement Surfaces Where shown in the Plans, the Contractor shall apply a fog seal. Before application of the fog seal all surfaces shall be thoroughly cleaned of dust, soil, pavement grindings, and other foreign matter. The fog seal shall be CSS -1 or CSS -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). Unless otherwise approved by the Project Engineer, the fog seal shall be applied prior to opening to traffic. 5- 04.3(20) Anti- Stripping Additive When directed by the Engineer, an anti - stripping additive shall be added to the HMA material in accordance with Section 9 -02.4. 5- 04.3(21) Asphalt Binder Revision When the Contracting Agency provides a source of aggregate, the expected percentage content of new asphalt binder in the resulting HMA will be identified in the contract documents. Should the actual percentage of new asphalt binder required by the job mix formula for HMA produced with Agency - provided aggregate vary by more than plus or minus 0.3 percent from the amount shown in the documents, an adjustment in payment will be made. The adjustment in payment (plus or minus) will be based on the invoice cost to the Contractor. No adjustment will be made when the Contractor elects not to use a Contracting Agency - provided source, or when no source is made available by the Contracting Agency.[Added for PG binders] 5 -04.4 Measurement HMA Cl. _ PG _ or HMA for _ Cl. _ PG _ or Commercial HMA will be measured by the ton in accordance with Section 1 -09.2, with no deduction being made for the weight of asphalt binder, blending sand, mineral filler, or any other component of the HMA. If the Contractor elects to remove and replace HMA as allowed by Section 5- 04.3(8)A, the material removed will not be measured. Preparation of Untreated Roadway will be measured by the mile once along the centerline of the main line roadway. No additional measurement will be made for ramps, auxiliary 87 lanes, service roads, frontage roads, or shoulders. Measurement will be to the nearest 0.01 mile. No specific unit of measure will apply to the force account item of Crack Sealing. Soil Residual Herbicide will be measured by the mile for the stated width to the nearest .01 mile or by the square yard, whichever is designated in the proposal. Pavement Repair Excavation Incl. Haul will be measured by the square yard of surface marked prior to excavation. Asphalt for Prime Coat will be measured by the ton in accordance with Section 1 -09.2. Prime Coat Aggregate will be measured by the cubic yard, truck measure, or by the ton, whichever is designated in the proposal. Asphalt For Fog Seal will be measured by the ton, before dilution, in accordance with Section 1 -09.2. Longitudinal Joint Seals between the HMA and cement concrete pavement will be measured • by the linear foot along the line and slope of the completed joint seal. Planing Bituminous Pavement will be measured by the square yard. Temporary Pavement Marking will be measured by the linear foot as provided in Section 8- 23.4. Removing Temporary Pavement Marking will be measured by the linear foot as provided in Section 8 -23.4. Water will be measured by the M gallon as provided in Section 2 -07.4. No specific unit of measure will apply to the calculated item of Anti - Stripping Additive. No specific unit of measure will apply to the calculated item of Job Mix Compliance Price Adjustment. No specific unit of measure will apply to the calculated item of Compaction Price Adjustment. 5-04.5 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: "HMA Cl. _ PG ", per ton. "HMA for Approach Cl. _ PG ", per ton. "HMA for Preleveling Cl _ PG ", per ton. "HMA for Pavement Repair Cl. _ PG ", per ton. "Commercial HMA", per ton. The unit contract price per ton for "HMA Cl. PG ", "HMA for Approach Cl. _ PG ", "HMA for Preleveling Cl. _ PG ", "HMA for Pavement Repair Cl. _ PG • _ ", and "Commercial HMA" shall be full compensation for all costs incurred to carry out the requirements of Section 5 -04 except for those costs included in other items which are included in this sub - section and which are included in the proposal. "Preparation of Untreated Roadway ", per mile. The unit contract price per mile for "Preparation of Untreated Roadway" shall be full pay for all work described under Section 5- 04.3(5)B, with the exception, however, that all costs involved in patching the roadway prior to placement of HMA shall be included in 88 the unit contract price per ton for "HMA Cl. PG " which was used for patching. If the proposal does not include a bid item for "Preparation of Untreated Roadway ", the roadway shall be prepared as specified, but the work shall be included in the contract prices of the other items of work. All costs for asphalt tack coat shall be included in the unit contract price per ton of the HMA. "Crack Sealing ", by force account. "Crack Sealing" will be paid for by force account as specified in Section 1 -09.6. For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount in the proposal to become a part of the total bid by the Contractor. "Soil Residual Herbicide ft. Wide," per mile, or "Soil Residual Herbicide ", per square yard. The unit contract price per mile or per square yard for "Soil Residual Herbicide" shall be full payment for all costs incurred to obtain, provide and install herbicide in accordance with Section 5- 04.3(5)D. "Pavement Repair Excavation Incl. Haul ", per square yard. The unit contract price per square yard for "Pavement Repair Excavation Incl. Haul" shall be full payment for all costs incurred to perform the work described in Section 5- 04.3(5)E. "Asphalt for Prime Coat", per ton. The unit contract price per ton for "Asphalt for Prime Coat" shall be full payment for all costs incurred to obtain, provide and install the material in accordance with Section 5- 04.3(5)B. "Prime Coat Aggregate ", per cubic yard, or per ton. The unit contract price per cubic yard or per ton for "Prime Coat Agg." shall be full pay for furnishing, loading, and hauling aggregate to the place of deposit and spreading the aggregate in the quantities required by the Engineer. "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. If there is no bid item and a fog seal is required, it shall be applied and the work shall be included in the unit contract prices of the other work items. "Longitudinal Joint Seal ", per linear foot. The unit contract price per linear foot for "Longitudinal Joint Seal" shall be full payment for all costs incurred to perform the work described in Section 5- 04.3(11). "Planing Bituminous Pavement ", per square yard. The unit contract price per square yard for "Planing Bituminous Pavement" shall be full payment for all costs incurred to perform the work described in Section 5- 04.3(14). "Temporary Pavement Marking ", per linear foot. Payment for "Temporary Pavement Marking" is described in Section 8 -23.5. "Removing Temporary Pavement Marking ", per linear foot. Payment for "Removing Temporary Pavement Marking" is described in Section 8 -23.5. "Water", per M gallon. Payment for 'Water" is described in Section 2 -07.5. "Anti- Stripping Additive ", by calculation. 89 "Anti- Stripping Additive" will be paid for in accordance with Section 1 -09.6 except that no overhead, profit or other costs shall be allowed. Payment shall be made only for the invoice cost of the additive. The quantity of asphalt binder shall not be reduced by the quantity of anti - stripping additive used. For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount in the proposal to become a part of the total bid by the Contractor. "Job Mix Compliance Price Adjustment," by calculation. "Job Mix Compliance Price Adjustment" will be calculated and paid for as described in Section 5- 04.5(1)A. "Compaction Price Adjustment," by calculation. "Compaction Price Adjustment" will be calculated and paid for as described in Section 5- 04.5(1)B. • 5- 04.5(1) Quality Assurance Price Adjustments All HMA will be subject to price adjustments for Quality of HMA and Quality of HMA Compaction based on the Acceptance Plans in effect for each class of HMA within the contract. For the purpose of providing a common proposal for all bidders, the Contracting Agency has estimated a calculated amount for all price adjustment items and has entered these amounts in the proposal to become a part of the total bid by the Contractor. 5- 04.5(1)A Price Adjustments for Quality of HMA Statistical analysis of quality of gradation and asphalt binder content will be determined based on Section 1 -06.2 using the following price adjustment factors: Table of Price Adjustment Factors Constituent Factor "f" All aggregate passing 1, 3 /4 , 5/8, 1 /2, and 3 /8 sieves 2 All aggregate passing No. 4 sieve 6 All aggregate passing No. 10 sieve 10 All aggregate passing No. 40 sieve 6 All aggregate passing No. 200 sieve 20 Asphalt cement 52 Factors for Open Graded Mix Constituent Factor "f" All aggregate passing 1 /2 sieve 10 All aggregate passing 3 /8 sieve 15 All aggregate passing No. 4 sieve 40 All aggregate passing No. 8 sieve 15 All aggregate passing No. 200 sieve 20 Note: Open graded mix shall be evaluated for gradation only. The quality incentive multiplier for open- graded mix shall be 40 percent rather than 60. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the Composite Pay Factor (CPF). 1. Statistical Evaluation. For each lot of HMA produced under Statistical - Evaluation, a Job Mix Compliance Incentive Factor (JMCIF) will be determined. The JMCIF equals the algebraic difference between the CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price 90 Adjustment will be calculated as the product of the JMCIF, the quantity of HMA in the lot in tons, and the unit contract price per ton of HMA. 2. Nonstatistical Evaluation. Each lot of HMA produced under Nonstatistical Evaluation and having all constituents falling within the tolerance limits of the • job mix formula shall be accepted at the unit contract price with no further statistical evaluation. When one or more constituents fall outside the job mix formula, the lot shall be evaluated to determine the appropriate CPF. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. For each lot of HMA produced under Nonstatistical Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the difference between the CPF and unity with regard to sign multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit contract price per ton of HMA. 3. Commercial Evaluation. If sampled and tested, HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside tolerances, the lot shall be evaluated to determine the appropriate CPF. The tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. 5- 04.5(1)B Price Adjustments for Quality HMA Compaction For each compaction control lot, a Compaction Incentive Price Adjustment Factor (CIPAF) will be determined. The CIPAF equals the difference between the Composite Pay Factor and unity with regard to sign multiplied by 40 percent. The Compaction Compliance Price Adjustment will be calculated as the product of CIPAF, the quantity of HMA in the compaction control lot in tons, and the unit contract price per ton of HMA. 91 DIVISION 7 DRAINAGE STRUCTURES, STORMSEWERS, SANITARY SEWERS, WATER MAINS AND CONDUITS 7 -05 MANHOLES, INLETS, AND CATCH BASINS 7- 05.3(1) Adjusting Manholes and Catch Basins to Grade This section is supplemented with the following: Manholes, Catch Basins, Valve Boxes, Monument Cases and other utility castings shall be adjusted in accordance with Section 5- 04.3(13). 7 -08 WATER MAINS 7 -09.1 Description This section is supplemented with the following: This work shall include adjusting valve boxes to the finished grade of the asphalt concrete pavement. 7-09.3 Construction Requirements This section is supplemented with the following: Where existing valve boxes are located in the existing or proposed asphalt roadway, they shall be adjusted in accordance with Section 5- 04.3(13). 7 -09.4 Measurement The following item is added to this section: Adjust valve box will be measured per each, for each valve box adjusted. 7 -09.5 Payment The following item is added to this section: "Adjust Valve Box ", per each. The unit contract price per each for "Adjust Valve Box" shall be full pay for all labor, equipment and material required to adjust the valve box. 92 DIVISION 8 MISCELLANEOUS CONSTRUCTION 8 -01 EROSION CONTROL AND WATER POLLUTION CONTROL 8 -01.3 Construction Requirements 8- 01.3(1) General Section 8- 01.3(1) is supplemented with the following: Erosion control BMPs shall be installed before any earth moving activities take place. (January 5, 2004) Erodible Soil Eastern Washington Erodible soil not being worked that could drain to surface waters, whether at final grade or not, shall be covered within the following time limitations using approved soil cover practices. July 1 through September 30 30 days October 1 through June 30 15 days 8 -30 REPAIR OR REPLACEMENT (New Section) 8 -30.1 Description The work shall consist of repair of any incidental damages to landscaping, fencing, private irrigation, top soil, turf 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. 8 -30.5 Payment Payment will be made for the following bid items: "Repair or Replacement ", by force account. For the purpose of providing a common proposal for all bidders, and for that purpose only, the City has estimated the force account for "Repair or Replacement ", and has arbitrarily entered the amount for the pay item in the proposal to become a part of the total bid by the Contractor. 93 DIVISION 9 MATERIALS 9 -03 AGGREGATES 9 -03.8 Aggregates for Asphalt Concrete 9- 03.8(3)C Gradation -- Recycled Asphalt Pavement and Mineral Aggregate Revise the second paragraph as follows: Delete the reference to Section 9- 03.8(6)A 94 STANDARD PLANS April 4, 2005 The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21 -01 transmitted under Publications Transmittal No. PT 05 -012, effective April 4, 2005 is made a part of this contract. The Standard Plans are revised as follows: All Standard Plans All references in the Standard Plans to "Asphalt Concrete Pavement" shall be revised to read "Hot Mix Asphalt ". All references in the Standard Plans to the abbreviation "ACP" shall be revised to read "HMA ". C -1 Sheet 2 The SNOW LOAD RAIL WASHER dimensions are revised to 1 3/4" from 2 ", and to 7/8" from 1 ". C -11 b Sheets 1 and 2 In the PRECAST FOOTING, ELEVATION view (Sheet 1) and in the CAST -IN -PLACE FOOTING, ELEVATION view (Sheet 2), COMMERCIAL CONCRETE is revised to CONCRETE CLASS 4000. In the BREAKAWAY ANCHOR ANGLE, ELEVATION view (Sheet 2), the welding symbols are revised to indicate that the 1/4" Inside Gussets have 1/4" fillet weld joints, and the 1/2" End Gussets have 1/2" fillet weld joints. C -14f In SECTION "A ", the reference to SEE STD. PLAN C -14b is revised to SEE STD. PLAN C- 14e. C -14q In SECTION "A" and SECTION "B ", the reference to SEE STD. PLAN C -14b is revised to SEE STD. PLAN C -14e. D -2k Sheet 2 In the "BAR B" detail, all references to "button head" are revised to read "cone head ". D -2n Sheet 2 In DETAIL A, the specification for 1/4" Anchor bolt is revised to 1 1/4" Anchor bolt. In the BASE PLATE DETAIL the reference to AASHTO M 183 is revised to ASTM A 36. In the "BAR B" detail, all references to "button head" are revised to read "cone head ". K -1 through K -27 These plans shall not be used on projects administered by WSDOT. The following are the Standard Plan numbers applicable at the time this project was advertised. The date shown with each plan is the publication approval date shown in the lower right -hand corner of that plan. Standard Plans not having this date shall not be used in this contract. A -1 5/13/02 A -3 5/30/02 A -5 2/24/03 A -2 5/09/02 A -4 3/07/97 A -6 2/24/03 B -1 7/21/03 B -4g 7/18/97 B -20d 6/30/04 95 • B -1 a 6/23/04 B -4h 5/09/97 B -21 7/18/97 B-lb 6/23/04 B -7 11/23/04 B-21a 8/10/98 B-le 5/20/04 B -7a • 2/09/05 B -22 7/21/03 B-lz 6/23/04 B -8 6/23/04 B -22a 8/01/97 B -2 2/25/05 B -8a 6/23/04 B -23a 2/25/05 B -2a 2/25/05 B -9 11/23/04 B -23b 2/25/05 B -2b 6/17/02 B -9a 11/23/04 B -23c 5/20/04 B -2c 6/17/02 B -9b 1 1/23/04 B -23d 5/09/97 B -2d 6/17/02 B -9c 11/23/04 B -25 6/30/04 B -2e 2/25/04 B -9d 11/23/04 B -26 7/18/97 B -3 1/28/02 B -11 2/25/05 R -27 8101 /a7 B -3a 5/09/97 B -13 2/25/05 B -28 10/06/99 B -4b 2/09/05 B -18 2/25/05 B -29 4/24/98 B -4c 2/09/05 B -18a 5/09/97 B -30 8/10/98 B -4d 9/16/02 B -18b 7/18/97 B -34 3/03/05 B -4f 5/09/97 B -19 5/30/97 C -1 10/31/03 C -2t 3/03/05 C -8d 5/20/04 C-la 7/31/98 C -3 10/31/03 C -8e 6/24/02 C -lb 10/31/03 C -3a 10/31/03 C- 8f . 6/30/04 C -lc 5/30/97 C -3b 10/31/03 C -10 7/31/98 C-ld ,.:: .....::.:..:..::. 10/31/03 C -3c 10/31/03 C -11 5/20/04 C -2 1/06/00 C -3d 3/03/05 C -11 a 5/20/04 C -2a 7/17/98 C -4 7/13/01 C -11 b 5/20/04 C -2b 6/12/98 C -4a 2/25/05 C -12 7/27/01 C -2c 2/20/03 C -4b 6/23/00 C -13 4/16/99 C -2d 5/22/98 C -4e 2/20/03 C -13a 4/16/99 C -2e 3/07/97 C -4f 6/30/04 C -13b 4/16/99 C-2f 3/14/97 C -5 10/31/03 C-14a 7/26/02 C -2g 7/27/01 C -6 5/30/97 C -14b 7/26/02 C -2h 3/28/97 C -6a 3/14/97 C -14c 7/26/02 C -2i 3/28/97 C -6c 1/06/00 C -14d 7/26/02 C -2j 6/12/98 C -6d 5/30/97 C -14e 7/26/02 C -2k 7/27/01 C -6f 7/25/97 C -14f 7/26/02 C -2n 7/27/01 C -7 10/31/03 C -14g 10/31/03 C -2o 7/13/01 C -7a 10/31/03 C -14h 12/02/03 C -2p 10/31/03 C -8 4/27/04 C -141 12/02/03 C -2q 3/03/05 C -8a 7/25/97 C -14j 12/02/03 C -2r 3/03/05 C -8b 7/17/98 C- 2s ....:...:.::.._.,::,:,: 3/03/05 C- 8c.:: .... .. ... :::::: 5 /30/97 D -la 1/23/02 D -2i 3/14/97 D -2w 3/07/97 D-lb 10/06/99 D -2j 3/14/97 D -2x 3/07/97 D-lc 10/06/99 D -2k 3/14/97 D -2y 9/12/97 D-ld 10/06/99 D -2I 3/14/97 D -3 6/30/04 D -le 1/23/02 D -2m 3/14/97 D -3a 6/30/04 D-lf 10/06/99 D -2n 3/14/97 D -3b 6/30/04 n 7,� O /.i /n7 n O /4 /n7 n O. l_� /n /nw IJ -4G J/ 14/.71 L•+/.7 Li 6/30104 D -2b 3/14/97 D -2p 3/14/97 D -4 12/11/98 D -2c 3/14/97 D -2q 3/14/97 D -6 6/19/98 D -2d 3/14/97 D -2r 3/14/97 D -7 10/06/99 D -2e 3/14/97 D -2s 3/14/97 D -7a 10/06/99 n -2f 3/14/97 n -91 3/14/97 n -Q 17/1 1 /QR D -2g 3/14/97 D -2u 3/07/97 v vv D -2h 3/14/97 D -2v 3/07/97 E -1 7/25/97 E -4 8/27/03 E -5 5/29/98 E -2 5/29/98 E -4a 8/27/03 96 F -1 12/17/02 F -2c 6/23/04 F -3c 2/09/05 F-la 12/17/02 F -2d 6/23/04 F -3d 2/09/05 F -2 8/27/99 F -3 1/13/03 F -3e 2/09/05 F -2a 6/23/04 F -3a 2/09/05 F -4 1/13/03 F -2b 2/09/05 F -3b 2/09/05 G -1 9/12/01 G -6a 8/27/03 G -8f 6/30/04 G -2 6/04/02 G -6b 8/27/03 G -8g 6/30/04 G -2a 6/04/02 G -7 7/18/97 G -9a 6/25/02 G -3 6/04/02 G -8a 12/15/04 G -9b 2/09/05 G -3a 6/04/02 G -8b 8/18/04 G -9c 11/23/04 G -4a 5/20/04 G -8c 8/18/04 G -9e 2/09/05 G -4b 6/30/04 G -8d 12/15/04 G -6 8/27/03 G -8e 8/18/04 H -1 1/10/02 H -4 8/18/04 H -10 5/29/98 H-la 4/14/00 H -4a 2/25/05 H -12 2/25/05 H-lb 3/04/05 H -4b 2/25/05 H -12a 2/25/05 H -lc 3/04/05 H -6 10/29/03 H -12b 2/25/05 H-ld 1/10/02 H -7 8/10/98 H -13 2/25/05 H-le 4/14/00 H -8 9/18/98 H -13a 2/25/05 H -2 3/04/05 H -9 4/18/97 H -14 2/09/05 1 -1 7/18/97 1 -6 7/17/03 1 -11 9/11/03 1 -2 4/23/99 1 -7 7/17/03 1 -12 7/17/03 1 -3 8/20/99 1 -8 7/17/03 1 -13 7/17/03 1 -4 7/17/03 1 -9 7/17/03 1 -14 7/17/03 1 -5 7/17/03 1 -10 7/17/03 J-lb 10/08/99 J -6c 4/24/98 J -8c 5/20/04 J-lc 4/24/98 J -6f 4/24/98 J -8d 5/20/04 J -1e 8/01/97 J -6g 12/12/02 J -9a 4/24/98 J -1 f 6/23/00 J -6h 4/24/98 J -10 7/18/97 J -3 8/01/97 J -7a 9/12/01 J -11a 9/12/01 J -3b 3/04/05 J -7c 6/19/98 J -12 5/20/04 J -3c 6/24/02 J -7d 4/24/98 J -16a 3/04/05 J -3d 11/05/03 J -8a 5/20/04 J -16b 3/04/05 J -5 8/01/97 J -8b 5/20/04 K -1 12/20/02 K -10 12/20/02 K -19 12/20/02 K -2 12/20/02 K -11 12/20/02 K -20 12/20/02 K -3 12/20/02 K -12 12/20/02 K -21 12/20/02 K -4 12/20/02 K -13 12/20/02 K -22 12/20/02 K -5 12/20/02 K -14 12/20/02 K -23 12/20/02 K -6 12/20/02 K -15 12/20/02 K -24 12/20/02 K -7 12/20/02 K -16 12/20/02 K -25 12/20/02 K -8 12/20/02 K -17 12/20/02 K -26 12/20/02 K -9 12/20/02 K -18 12/20/02 K -27 12/20/02 L -1 7/18/97 L -3 7/18/97 L -5a 7/31/98 L -2 7/18/97 L -5 7/31/98 L -6 7/25/97 M- 1.20 -00 2/25/05 M- 3.30 -00 12/15/04 M- 20.10 -00 3/04/05 M- 1.40 -00 2/25/05 M- 3.40 -00 12/15/04 M- 20.20 -00 3/04/05 M- 1.60 -00 2/25/05 M- 3.50 -00 12/15/04 M- 20.30 -00 3/04/05 M- 1.80 -00 2/25/05 M- 5.10 -00 12/15/04 M- 20.40 -00 3/04/05 M- 2.20 -00 2/25/05 M- 7.50 -00 3/04/05 M- 20.50 -00 3/04/05 97 M-2.40-00 2/25/05 K8'8.50-00 304/05 M-24.20-00 3/04/05 K8-2.80-00 2/25/05 K8-11.18-08 3/04/05 K8-24.40-00 3/04/05 K4-3.10-0O 12/15/04 PN-15.10~00 2/25/06 K4-24.80'00 3/04/05 M'3.20-00 12/15/04 K4-17.10'00 3/04/05 98 CONTRACT THIS AGREEMENT, made and entered into in triplicate, this 20th day of October, 2005, by and between the City of Yakima, hereinafter called the Owner, and Superior Paving Company 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: $ 162,634.35, for 40th Avenue Repair I Reconstruction — 40th & Englewood., Project No. 2122, all in accordance with, and as described in the attached plans and specifications and the 2004 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 TEN (10) 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 4.-to day of Ock 2005. a ,r;�� Pei t.'; Vi At , a itL Corporation ( Contractor + °n By City Manager <Y � I Attest: ( 1, to 7/ 1'0 W, K _ (Print Name) City Clerk i 1 l - " , J4ts ... -.r' (President, Owner, etc.) Address: �# ca o ` ) 99 PERFORMANCE BOND Bond #104599132 BOND TO CITY OF YAKIMA KNOW ALL MEN (3Y THESE PREaENTS: That we, the undersigned, Superior Paving Co. a WA Tra sua1t and Surety orporation as Principal and o velers r c corporation Islamized and aXlgdng under the laws of the State of 2s a surely corporallan, and qualified und* the laws of the State of Washington to became surety upon bonds M tx7ntradors with municipal corporations, as nasty, are jointly end severally held and firmly bound to the CITY of YAKIMA In the penal Sum of $-16? - A 3 4 35 , for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators Of personal nspreserdatives, as the case may be. This obligation is entered into In pu'suance of the stahttea of the Stale of Washington, the Ordlnanees of the CRY OF YAKIMA. DATED at Yakima, Washington, ths day of 20 05 Never••the -less, the conditions of ih a above ohllatirtians are such that; WHEREAS, pursuant to action:taken by the Yakima City Council on , 20 the City Manager and City perk of the CITY OF YAKIMA hes let tor s about lo let tote said . uoerior • . • • • , the above bounded Principal, a certain contract, the said contract being numbered and providing for 41 . - . - r - - ' (which (=tracd is referred to herein and is made a sort hereof as though attached hereto), and,Recons � ruc ion 40th & Englewood WHEREAS, the said Princ(pai Inas accepted, or is about to accept, the said catnip, and undertake to perform the work therein provided for In the manner and Main the time set forth; NOW THEREFORE, if the said _Snnevir,r Pte; nor Co . shall faithfully perform all of the t:roviaions of said contract in the manner and within the time therein set forth, or within such extensions of tlrno ea may be granted under said cOrrfraa, end shelf pay all laborers, mechanics, sub - contractors and material men, and all persons who shall supply sa principal or subcontractors wi provisions and supplies for the carrying on of Said work, and shall hold said CITY OF YAKIMA, their employe ea, agents, and elected or appointed offidals, hamlets from any damage occasioned to any person or property+ ply reason of any carelessaaes or negligence on the part or said prfndpal, or arty aub- onhilctor in the performance Of slid work and shall Indemnify and hold the are OF YAKIMA, its employees, agents, and elected or appointed olfrgals, harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or deveroping in the material or workmanship provided or pr rfomred under said contract within a perked of one year after its aczeptance thereof by the CITY OF YAKIMA, then and in that event Oils obligation shall be void; but otherwise it shall be and remain in full force arx effect. Superior PavincLCo• (t; •n.... •.r) By: - 111F F i 11 Hammett • (print Neva) App to form ,f Is: Vi re- President i (President Owner, rte.) (CYA(tomey) Trave ers Casualty and Surety Company r -urety) , f ,America By: .dZoe..ca . - %_ ) 4, e,_ o J --_ Victor B. McBride (Print Name) ib ,, Attorney-in--Fact . 101 • M ST PAUL TRAVELERS --- IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE On November 26, 2002, President Bush signed into law the Terrorism Risk Insurance Act of 2002 (the "Act "). The Act establishes a short -term pro- gram under which the Federal Government will share in the payment of covered losses caused by certain acts of international terrorism. We are providing you with this notice to inform you of the key features of the Act, and to let you know what effect, if any, the Act will have on your premium. Under the Act, insurers are required to provide coverage for certain losses caused by international acts of terrorism as defined in the Act. The Act fur- ther provides that the Federal Government will pay a share of such losses. Specifically, the Federal Government will pay 90% of the amount of cov- ered losses caused by certain acts of terrorism which is in excess of an in- surer's statutorily established deductible for that year. The Act also caps the amount of terrorism - related losses for which the Federal Government or an insurer can be responsible at $100,000,000,000.00, provided that the insurer has met its deductible. Please note that passage of the Act does not result in any change in cov- erage under the attached policy or bond (or the policy or bond being quoted). Please also note that no separate additional premium charge has been made for the terrorism coverage required by the Act. The premium charge that is allocable to such coverage is inseparable from and imbed- ded in your overall premium, and is no more than one percent of your pre- mium. ILT -1018 (9/04) TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183 -9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S) -IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies ") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Mark A. Jensen, Victoria B. McBride, Carrie Ester, Paula M. McCoy, of Seattle, Washington, their true and lawful Attorney(s)-in-Fact, with fall power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s)-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and - certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. (02 -05) Unlimited IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be . signed by their Senior Vice President and their corporate seals to be hereto affixed this 25th day of April, 2005. STATE OF CONNECTICUT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY 1.HUVC1L11 t11\ �J VL \L' 11 COMPANY }SS. Hartford FARMINGTON CASUALTY COMPANY • COUNTY OF HARTFORD wo �� w /4 P ,tY ANO GAStIq �9 J $ 1 HARTFORD, l .t l U' b g $ 1� By �cavN, CONN. ° a ,a George W. Thompson ,1**, , 6 o 4b b * ,,a Senior Vice President On this 25th day of April, 2005 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly sworn, did depose and say: that he /she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the corporations described in and which executed the above instrument; that he /she knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; and that he /she executed the said instrument on behalf of the corporations by authority of his/her office under the Standing Resolutions thereof. • tier c C B UIO* 0 My commission expires June 30, 2006 Notary Public C'0 Marie C. Tetreault CERTIFICATE - I, the undersigned, Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the Certificate of Authority, are now in force. Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this day of 2005 ..z 1 • MAW "_ ",� Y - -A��NO GABUq a a 9 8 3 HAM AD .! c; i o I HARTFORD. s rutn�rvrw Adiatft 1" v o 661 04 �" * By :m Nicholas Seminara Senior Vice President ACO?D CERTIFICATE OF LIABILITY INSURANCE OP ID RY DATE(MM /DD /YYYY) SUPE -25 10/26/05 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Brown & Brown - Seattle HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P. 0. Box 24347 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. . Seattle WA 98124 I Phone: 206 - 956 -1600 Fax:206- 956 -9600 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURER A: Zurich American Insurance INSURER B: Superior Paving Company INSURER C: P.O. Box 10268 INSURER D: Yakima, WA 98909 • INSURER E: • COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I INJR AUU'L POLICY EFFECTIVE POLICY EXPIRATION LTR INSRC TYPE OF INSURANCE POLICY NUMBER DATE (MM /DD/YY) DATE (MM /DD/YY) LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A X X COMMERCIAL GENERAL LIABILITY GL0343718603 03/31/05 03/31/06 PREMISES (Ea occurence) $ 300,000 CLAIMS MADE X OCCUR MED EXP (Any one person) $ 10,000 PERSONAL &ADVINJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP /OP AGG $ 2,000,000 POLICY X PRO LOC JECT AUTOMOBILE LIABILITY COMBINED nt) A X ANY AUTO BAP343718703 03/31/05 03/31/06 (Ea accident) NGLELIMIT t) $ 2,000,000 I X ALL OWNED AUTOS BODILY INJURY $ X SCHEDULED AUTOS 0:R �` � r person) X HIRED AUTOS - , . c / r BODILY INJURY $ X NON -OWNED AUTOS (Per accident) L /� PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY /� AUTO ONLY - EA ACCIDENT $ � � �( -'\,;- - ANY AUTO �l �` P■ 1 ��` P OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESS /UMBRELLA LIABILITY NI EACH OCCURRENCE $ I OCCUR CLAIMS MADE AGGREGATE $ $ DEDUCTIBLE $ I RETENTION $ $ WORKERS COMPENSATION AND WC STAI U- O I H- TORY LIMITS ER EMPLOYERS' LIABILITY WASHINGTON STOP GA' E.L. EACH ACCIDENT $ 1,000,000 ANY PROPRIETOR/PARTNER /EXECUTIVE A OFFICER /MEMBER EXCLUDED? GL0343718603 03/31/05 03/31/06 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 I If yes, describe under SPECIAL PROVISIONS below E L. DISEASE - POLICY LIMIT $ 1,000,000 OTHER 1 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS Re: 40th Avenue Repair /Reconstruction Project No. 2122 • City of Yakima, their agents, employees, and elected or appointed officials I are named as Additional Insured per attached form U -GL -1175. XXXX CERTIFICATE HOLDER CANCELLATION YAKI -06 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL MAIL 20 DAYS WRITTEN I City of Yakima NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Engineering Division __.._ _... _..._...-. r-- , 129 N. 2nd Yakima WA 98901 A IZED TATI� \CORD 25 (2001/08) ©ACORD CORPORATION 1988 Additional Insured — Automatic - Owners, Lessees Or ZURICH • Contractors - Broad Form Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff. Date of End. Producer Add'I. Prem Return Prem. GL0343718603 3/31/05 3/31/06 3/31/05 S $ THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A. WHO IS AN INSURED (Section II) is amended to include as an insured any person or organization whom you are required to add as an additional insured on this policy under a written contract or written agreement. B. The insurance provided to additional insureds applies only to "bodily injury", "property damage" or "personal and advertising injury" covered under Section I, Coverage A, BODILY INJURY AND PROPERTY DAMAGE LIABILITY and Coverage B, PERSONAL AND ADVERTISING INJURY LIABILITY, but only if: 1. The "bodily injury" or "property damage" results from your negligence; and 2. The "bodily injury", "property damage" or "personal and advertising injury" results directly from: a. Your ongoing operations; or b. "Your work" completed as included in the "products- completed operations hazard ", performed for the additional insured, which is the subject of the written contract or written agreement. C. However, regardless of the provisions of paragraphs A. and B. above: 1. We will not extend any insurance coverage to any additional insured person or organization: a. That is not provided to you in this policy; or b. That is any broader coverage than you are required to provide to the additional insured person or organization in the written contract or written agreement; and 2. We will not provide Limits of Insurance to any additional insured person or organization that exceed the lower of: a. The Limits of Insurance provided to you in this policy; or b. The Limits of Insurance you are required to provide in the written contract or written agreement. D. The insurance provided to the additional insured person or organization does not apply to: 1. `Bodily injury ", "property damage" or "personal and advertising injury" that results solely from negligence of the additional insured; or U- GL- 1175 -A CW (9/03) Page 1 of 2 Includes coovriahted material of Insurance Services Office. Inc. with its permission. 2. "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering or failure to render any professional architectural, engineering or surveying services including: a. The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and b. Supervisory, inspection, architectural or engineering activities. E. The additional insured must see to it that: 1. We are notified as soon as practicable of an "occurrence" or offense that may result in a claim: 2. We receive written notice of a claim or "suit" as soon as practicable; and 3. A request for defense and indemnity of the claim or "suit" will promptly be brought against any policy issued by another insurer under which the additional insured also has rights as an insured or additional insured. F. The insurance provided by this endorsement is primary insurance and we will not seek contribution from any other insurance available to any additional insured person or organization unless the other insurance is provided by a contractor other than you for the same operations and job location. Then we will share with that other insurance by the method described in paragraph 4.c. of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS. Any provisions in this Coverage Part not changed by the terms and conditions of this endorsement continue to apply as written. U -GL- 1175 -A CW (9/03) Page 2 of 2 MINIMUM WAGE AFFIDAVIT STATE OF WASHINGTON) ) ss COUNTY OF YAKIMA ) I, the undersigned, having been duly sworn, depose, say and certify that in connection with the performance of the work, payment for which this voucher is submitted, I have paid the following rate per hour to each classification of laborers, workmen, or mechanics, as indicated upon the attached list, now referred to and by such reference incorporated in and made an integral part hereof, for all such employed in the performance of such work; and no laborer, workman or mechanic so employed upon such work has been paid less than the prevailing rate of wage or less 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 107 PREVAILING WAGE RATES Department of labor & Industries Statement Prevailing Wage Rates for Yakima County 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 109 110 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 08 -31 -05 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $27.08 1N 5D BOILERMAKERS JOURNEY LEVEL $44.97 1C 5N BRICK AND MARBLE MASONS JOURNEY LEVEL $33.42 1M 5A CABINET MAKERS (IN SHOP) JOURNEY LEVEL $19.24 1 CARPENTERS ACOUSTICAL WORKER $32.10 1M 5D BRIDGE, DOCK AND WARF CARPENTERS $39.79 1M 5D CARPENTER $31.84 1M 5D CREOSOTED MATERIAL $31.94 1M 5D DRYWALL APPLICATOR $31.84 1M 5D FLOOR FINISHER $31.97 1M 5D FLOOR LAYER $31.97 1M 5D FLOOR SANDER $31.97 1M 5D MILLWRIGHT $40.79 1M 5D PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $39.99 1M 5D SAWFILER $31.97 1M 5D SHINGLER $31.97 1M 5D STATIONARY POWER SAW OPERATOR $31.97 1M 5D STATIONARY WOODWORKING TOOLS $31.97 1M 5D CEMENT MASONS JOURNEY LEVEL $30.16 1N 5D DIVERS & TENDERS DIVER $83.19 1M 5D 8A DIVER TENDER $39.51 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $40.77 1T 5D 8L ASSISTANT MATE (DECKHAND) $40.28 1T 5D 8L BOATMEN $40.77 1T 5D 8L ENGINEER WELDER $40.82 IT 5D 8L LEVERMAN, HYDRAULIC $42.34 1T 5D 8L MAINTENANCE $40.28 1T 5D 8L MATES $40.77 1T 5D 8L OILER $40.40 IT 5D 8L DRYWALL TAPERS JOURNEY LEVEL $28.64 1P 5A ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $20.99 1 Page 1 YAKIMA COUNTY Effective 08 -31 -05 ********************************************************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS - INSIDE JOURNEY LEVEL $43.23 1E 5A ELECTRICIANS - MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C Pi ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER $50 4A 5A CERTIFIED LINE WELDER $46.37 4A 5A GROUNDPERSON $33.64 4A 5A HEAD GROUNDPERSON $35.46 4A 5A HEAVY LINE EQUIPMENT OPERATOR $46.37 4A 5A JACKHAMMER OPERATOR $35.46 4A 5A JOURNEY LEVEL LINEPERSON $46.37 4A 5A LINE EQUIPMENT OPERATOR $39.50 4A 5A POLE SPRAYER $46.37 4A 5A POWDERPERSON $35.46 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $23.40 1 ELEVATOR CONSTRUCTORS MECHANIC $52.27 4A 6Q MECHANIC IN CHARGE $57.41 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS CRAFTSMAN $8.65 1 LABORER $7.35 1 FENCE ERECTORS FENCE ERECTOR $21.64 1 FLAGGERS JOURNEY LEVEL $25.36 1N 5D GLAZIERS JOURNEY LEVEL $19.51 1B 61 HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $23.18 1 HEATING EQUIPMENT MECHANICS MECHANIC $13.91 1 HOD CARRIERS & MASON TENDERS JOURNEY LEVEL $27.56 1N 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, FOAMER OPERATOR $9.73 1 GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR $12.78 1 TECHNICIAN $7.35 1 TV TRUCK OPERATOR $10.53 1 INSULATION APPLICATORS JOURNEY LEVEL $32.91 1 IRONWORKERS „int JOURNEY I EVEI $42.82 10 5A Page 2 YAKIMA COUNTY Effective 08 -31 -05 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LABORERS ALL CLASSIFICATIONS $18.12 1 LABORERS - UNDERGROUND SEWER & WATER GENERAL LABORER $27.08 1N 5D PIPE LAYER $27.56 1N 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 $31.84 1M 5D 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 $20.05 1 PLASTERERS JOURNEY LEVEL $40.58 1R 5A PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $7.63 1 PLUMBERS & PIPEFITTERS JOURNEY LEVEL $49.18 1Q 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $38.42 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER) $41.12 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YD) $41.59 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH $42.13 1T 5D 8L BACKHOES, (75 HP & UNDER) $40.71 1T 5D 8L BACKHOES, (OVER 75 HP) $41.12 1T 5D 8L BARRIER MACHINE (ZIPPER) $41.12 1T 5D 8L BATCH PLANT OPERATOR, CONCRETE $41.12 1T 5D 8L BELT LOADERS (ELEVATING TYPE) $40.71 1T 5D 8L BOBCAT (SKID STEER) $38.42 1T 5D 8L BROOMS $38.42 1T 5D 8L BUMP CUTTER $41.12 1T 5D 8L CABLEWAYS $41.59 1T 5D 8L CHIPPER $41.12 1T 5D 8L COMPRESSORS $38.42 1T 5D 8L CONCRETE FINISH MACHINE - LASER SCREED $38.42 1T 5D 8L CONCRETE PUMPS $40.71 1T 5D 8L CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $41.12 1T 5D 8L CONVEYORS $40.71 1T 5D 8L CRANES, THRU 19 TONS, WITH ATTACHMENTS $40.71 1T 5D 8L CRANES, 20 - 44 TONS, WITH ATTACHMENTS $41.12 1T 5D 8L CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING $41.59 1T 5D 8L JIB WITH ATACHMENTS) Page 3 YAKIMA COUNTY Effective 08 -31 -05 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $42.13 1T 5D 8L WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $42.68 1T 5D 8L WITH ATTACHMENTS) CRANES, A- FRAME, 10 TON AND UNDER • $38.42 1T 5n 8L CRANES, A-FRAME, OVER 10 TON $40.71 1T 5D 8L CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $43.22 1T 5D 8L ATTACHMENTS . CRANES, OVERHEAD, BRIDGE TYPE (20 - 44 TONS) $41.12 1T 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (45 - 99 TONS) $41.59 1T 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $42.13 1T 5D 8L CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $42.13 1T 5D 8L CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $42.68 1T 5D 8L CRUSHERS $41.12 1T 5D 8L DECK ENGINEER /DECK WINCHES (POWER) $41.12 1T 5D 8L DERRICK, BUILDING $41.59 1T 5D 8L DOZERS, D -9 & UNDER $40.71 IT 5D 8L DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $40.71 1T 5D 8L DRILLING MACHINE $41.12 1T 5D 8L ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $38.42 1T 5D 8L EQUIPMENT SERVICE ENGINEER (OILER) $40.71 1T 5D 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $41.12 1T 5D 8L FORK LIFTS, (3000 LBS AND OVER) $40.71 1T 5D 8L FORK LIFTS, (UNDER 3000 LBS) $38.42 1T 5D 8L ` GRADE ENGINEER $40.71 1T 5D 8L GRADECHECKER AND STAKEMAN $38.42 1T 50 8L GUARDRAIL PUNCH $41.12 1T 5D 8L HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $40.71 1T 5D 8L HORIZONTAUDIRECTIONAL DRILL LOCATOR $40.71 1T 5D 8L HORIZONTAUDIRECTIONAL DRILL OPERATOR $41.12 1T 5D 8L HYDRALIFTS /BOOM TRUCKS (10 TON & UNDER) $38.42 1T 5D 8L HYDRALIFTS /BOOM TRUCKS (OVER 10 TON) $40.71 1T 5D 8L LOADERS, OVERHEAD (6 YD UP TO 8 YD) $41.59 1T 5D 8L LOADERS, OVERHEAD (8 YD & OVER) $42.13 1T 5D 8L LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $41.12 1T 5D 8L LOCOMOTIVES, ALL $41.12 1T 5D 8L MECHANICS, ALL $41.59 1T 5D 8L MIXERS, ASPHALT PLANT $41.12 1T 5D 8L MOTOR PATROL GRADER (FINISHING) $41.12 1T 5D 8L MOTOR PATROL GRADER (NON- FINISHING) $40.71 1T 5D 8L MUCKING MACHINE, MOLE, TUNNEL DRILL AND /OR SHIELD $41.59 IT 5D 8L OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $38.42 1T 5D 8L OPERATOR PAVEMENT BREAKER $38.42 1T 5D 8L PILEDRIVER (OTHER THAN CRANE MOUNT) $41.12 1T 5D 8L PLANT OILER (ASPHALT, CRUSHER) $40.71 1T 5D 8L POSTHOLE DIGGER, MECHANICAL $38.42 1T 5D 8L POWER PLANT $38.42 IT 5D 8L PUMPS, WATER $38.42 IT 50 8L QUAD 9, D -10, AND HD-41 $41.59 1T 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $41.59 IT 5D 8L EQUIP RIGGER AND BELLMAN $38.42 1T 5D 8L Page 4 YAKIMA COUNTY Effective 08 -31 -05 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ROLLAGON $41.59 1T 5D 8L ROLLER, OTHER THAN PLANT ROAD MIX $38.42 1T 5D 8L ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $40.71 1T 5D 8L ROTO -MILL, ROTO- GRINDER $41.12 1T 5D 8L SAWS, CONCRETE $40.71 IT 5D 8L SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $41.12 1T 5D 8L OFF -ROAD EQUIPMENT ( UNDER 45 YD) SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $41.59 1T 5D 8L OFF -ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $40.71 1T 5D 8L SCREED MAN $41.12 1T 5D 8L SHOTCRETE GUNITE $38.42 1T 5D 8L SLIPFORM PAVERS $41.59 1T 5D 8L SPREADER, TOPSIDE OPERATOR - BLAW KNOX $41.12 1T 5D 8L SUBGRADE TRIMMER $41.12 1T 5D 8L TOWER BUCKET ELEVATORS $40.71 1T 5D 8L TRACTORS, (75 HP & UNDER) $40.71 1T 5D 8L TRACTORS, (OVER 75 HP) $41.12 1T 5D 8L TRANSFER MATERIAL SERVICE MACHINE $41.12 1T 5D 8L TRANSPORTERS, ALL TRACK OR TRUCK TYPE $41.59 1T 5D BL TRENCHING MACHINES $40.71 1T 5D 8L TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $40.71 1T 5D 8L TRUCK CRANE OILER /DRIVER (100 TON & OVER) $41.12 1T 5D 8L TRUCK MOUNT PORTABLE CONVEYER $41.12 1T 5D 8L WHEEL TRACTORS, FARMALL TYPE $38.42 1T 5D 8L YO YO PAY DOZER $41.12 1T 5D 8L POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $33.88 4A 5A SPRAY PERSON $32.16 4A 5A TREE EQUIPMENT OPERATOR $32.59 4A 5A TREE TRIMMER $30.31 4A 5A TREE TRIMMER GROUNDPERSON $22.76 4A 5A REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC $49.18 10 5A RESIDENTIAL BRICK & MARBLE MASONS JOURNEY LEVEL $29.00 1 RESIDENTIAL CARPENTERS JOURNEY LEVEL $14.58 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $11.86 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $19.08 1 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $21.98 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $19.51 1B 61 RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $10.00 1 RESIDENTIAL LABORERS JOURNEY LEVEL $8.00 1 Page 5 YAKIMA COUNTY Effective 08 -31 -05 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL PAINTERS JOURNEY LEVEL $13.89 1 RESIDENTIAL PLUMBERS & PIPEFITTERS JOURNEY LEVEL $15.56 1 RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $28.27 1B 5A RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $17.55 1 RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL $17.00 1 ROOFERS JOURNEY LEVEL $28.25 2P 51 USING IRRITABLE BITUMINOUS MATERIALS $31.25 2P 51 SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $38.64 1B 5A SIGN MAKERS & INSTALLERS (NON- ELECTRICAL) JOURNEY LEVEL $14.65 1 SOFT FLOOR LAYERS JOURNEY LEVEL $22.32 1N 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $7.35 1 SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $38.05 1R 5Q 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 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $20.00 1 TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER $28.92 2B 5A HOLE DIGGER/GROUND PERSON $16.22 2B 5A INSTALLER (REPAIRER) $27.74 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $26.90 2B 5A SPECIAL APPARATUS INSTALLER I $28.92 2B 5A SPECIAL APPARATUS INSTALLER II $28.34 2B 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $28.92 2B 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $26.90 2B 5A TELEVISION GROUND PERSON $15.39 2B 5A TELEVISION LINEPERSON /INSTALLER $20.45 2B 5A TELEVISION SYSTEM TECHNICIAN $24.32 2B 5A TELEVISION TECHNICIAN $21.88 2B 5A TREE TRIMMER $26.90 2B 5A TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL $26.51 2M 5A TILE, MARBLE & TERRAZZO FINISHERS FINISHER $22.71 2M 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $33.40 iK 5A Page 6 YAKIMA COUNTY Effective 08 -31 -05 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TRUCK DRIVERS ASPHALT MIX $14.19 1 DUMP TRUCK $30.78 3 61 DUMP TRUCK & TRAILER $30.78 3 61 OTHER TRUCKS $30.78 3 61 TRANSIT MIXER $30.78 3 61 WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $11.15 1 OILER $9.20 1 WELL DRILLER $17.68 1 Page 7 BENEFIT CODE KEY - EFFECTIVE 08 -31 -05 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. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. D. THE FIRST TWO (2) HOURS BEFORE OR AFTER A FIVE - EIGHT (8) HOUR WORKWEEK DAY OR A FOUR - TEN (10) HOUR WORKWEEK DAY AND THE FIRST EIGHT (8) HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL ADDITIONAL HOURS WORKED AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. E. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. F. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, 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 MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. J. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND ALL HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS OVER TEN (10) HOURS ON THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. MONDAY THROUGH FRIDAY, 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 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. 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. 0. ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY THROUGH FRIDAY, AND AFTER TEN (10) HOURS ON SATURDAY 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. BENEFIT CODE KEY - EFFECTIVE 08-31-05 - 2- I. Q. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10) HOURS WORKED ON SATURDAYS 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 (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. S. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, 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. T. ALL HOURS WORKED ON SATURDAYS, EXCEPT MAKE -UP DAYS, SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED AFTER 6:OOPM SATURDAY TO 6:OOAM MONDAY AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RtAlt, 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. I. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE - HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO 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. K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. 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. BENEFIT CODE KEY - EFFECTIVE 08 -31 -05 -3- 2. P. 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 TWO 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). 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). C. HOLIDAYS: NEW YEARS 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). E. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). F. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (11). 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). J. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (7). 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). P. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). 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: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY BEFORE OR AFTER CHRISTMAS (10). 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). BENEFIT CODE KEY - EFFECTIVE 08 -31 -05 -4- 5. Y. HOLIDAYS: NEW YEARS 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). B. PAID HOLIDAYS: NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, • • THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE'S DAY, AND CHRISTMAS DAY (9). 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). I. PAID HOLIDAYS: NEW YEARS 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) Q. PAID HOLIDAYS: NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8). UNPAID HOLIDAY: PRESIDENTS' DAY. 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, AND ONE DAY OF THE EMPLOYEE'S CHOICE (9). 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 OR AFTER CHRISTMAS DAY (10). X. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (11). NOTE CODES 8. A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE -HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50' TO 100' - $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 175' - $2.25 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 175' TO 250' - $5.50 PER FOOT FOR EACH FOOT OVER 175 FEET OVER 250' - DIVERS MAY NAME THEIR OWN PRICE, PROVIDED IT IS NO LESS THAN THE SCALE LISTED FOR 250 FEET C. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE -HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50' TO 100' - $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150' - $1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 200' - $2.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200' - DIVERS MAY NAME THEIR OWN PRICE • • BENEFIT CODE KEY - EFFECTIVE 08 -31 -05 -5- 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. PROPOSAL Proposal Form Item Proposal Bid Sheet Bid Bond Form Non - Collusion Declaration Non - Discrimination Provision Subcontractor List Women and Minority Business Enterprise Policy Council Resolution Affirmative Action Plan Bidders Certification Subcontractors Certification Proposal Signature Sheet Bidders Check List PROPOSAL To the City Clerk Yakima, Washington This certifies that the undersigned has examined the location of: City of Yakima 40th Avenue Repair / Reconstruction City of Yakima Project No. 2122 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. 125 126 ITEM PROPOSAL BID SHEET • City of Yakima 40th Avenue Repair & Reconstruction 40th Avenue & Englewood Avenue City of Yakima Project No. 2122 ITEM PROPOSAL ITEM QTY UNIT UNIT PRICE AMOUNT NO. PAYMENT SECTION DOLLARS DOLLARS 1 SPCC PLAN 1 LS 1 -07.15 ©c - .SCZ - ocn 2 MOBILIZATION LS 1 -09.7 1 J c, 6 /fit 6�7 C9 c7 3 TRAFFIC CONTROL SUPERVISIOR 1 LS 1 -10.5 -,). cC (JC C. 4 TRAFFIC CONTROL (Min. bid $5000.00) 1 LS 1 -105 / 6 C 6 - /5, ee_,c)_ 5 ROADSIDE CLEANUP 1 FA $5,000.00 2-01.5 S, ac -,d .e)e) 6 SAW CUT, PER INCH DEPTH 1,815 LF 2 -025 a .35 Z, .5 ROADWAY EXCAVATION INCL. HAUL 7 2 -03.5 1,638 CY /2 ....2-0 /. Z .V. 66 CRUSHED SURFACING BASE COURSE 8 4-04.5 1,515 TON ie_Q , Sa / f 93 . 50 ASPHALT TREATED BASE ,/ 9 4 -06.5 980 TON - . Jti, - 0- dl 10 4MA CL. E PG 76-28 700 TON 5 - 6: 6 2 " 3 .1e) 11 ADJUST MANHOLE 3 EA ,3 9 e5�.) @ae".c 7-05.5 12 ADJUST VALVE BOX 4 EA 7 -09 5 GM`a� 4 d-aa ,e5 D A 13 DJUST MONUMENT CASE AND COVER 1 EA 8-135 e3r _ee °� 'ca© 14 REPAIR OR REPLACEMENT 1 FA $5,000.00 — fix., ,ex, 15 I ANTI 5-02.5 .STRIPPING ADDITIVE 1 DOL EST. $700.00 706 PROJECT TOTAL /‘02, 6,W3 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. l APPROVED: l�cJ ) /0 -/(2- 0.5 K. Wendell Adams, P.E. Date City Engineer * END OF ADDENDUM NO. 1 * Addendum No. 1 Page 3 of 3 10/11/2005 DID BOND FORM Herewith find deposit in the form of a certified check, cashiers check, cash, or bid bond in the amount of $ - which amount is not less than five percent of the total bid. Sign Here • • BID BOND KNOW ALL MEN BY THESE PRESENTS' • That we, SUPERIOR PAVING CO. as principal, and TRAVELERS CASUALTY AND SURETY COMPANYRE S t held and firmly bound unto the City of Yakima, as Obligee, in the penal sum of FI ; E k - % • 44.1 • 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 #2122 , 40TH AVE REPAIR/RECONS9 ; • ► 1 . . • • plccording to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by .the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void: otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond_ • • SIGNED, SEALED AND DATED THIS 13 DAY OCTOBER , 2Q 05 • Bill - Hammett P 'ncipal V' •e- President Li. 1 4.E � UJ - VICTORIA B. McBRIDE, ATTORNEY -IN -FACT • , 20 Received return of deposit in the sum of $ y • • • • 129 • IM ST PAUL TRAVELERS IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE On November 26, 2002, President Bush signed into law the Terrorism Risk Insurance Act of 2002 (the "Act "). The Act establishes a short -term pro- gram under which the Federal Government will share in the payment of covered losses caused by certain acts of international terrorism. We are providing you with this notice to inform you of the key features of the Act, and to let you know what effect, if any, the Act will have on your premium. Under the Act, insurers are required to provide coverage for certain losses caused by international acts of terrorism as defined in the Act. The Act fur- ther provides that the Federal Government will pay a share of such losses. Specifically, the Federal Government will pay 90% of the amount of cov- ered losses caused by certain acts of terrorism which is in excess of an in- surer's statutorily established deductible for that year. The Act also caps the amount of terrorism - related losses for which the Federal Government or an insurer can be responsible at $100,000,000,000.00, provided that the insurer has met its deductible. Please note that passage of the Act does not result in any change in cov- erage under the attached policy or bond (or the policy or bond being quoted). Please also note that no separate additional premium charge has been made for the terrorism coverage required by the Act. The premium charge that is allocable to such coverage is inseparable from and imbed- ded in your overall premium, and is no more than one percent of your pre- mium. ILT -1018 (9/04) TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183 - 9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S) -IN -FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies ") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Mark A. Jensen, Victoria B. McBride, Carrie Ester, Paula M. McCoy, of Seattle, Washington, their true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s) -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or .writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. (02 -05) Unlimited IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be signed by their Senior Vice President and their corporate seals to be hereto affixed this 25th day of April, 2005. STATE OF CONNECTICUT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TT A\ 7 T T ERS 1' A£ T T A T T[ 7 A 7�TT C+T TTI T. T V !'' f 11) A TT17 11\LiTL`LLl�a 1.t1�7 Vt1L11 111 \lJ F7 V1�L' 11 1.V111L 11111 }SS. Hartford FARMINGTON CASUALTY COMPANY COUNTY OF HARTFORD .• a , wm aunNi (YAN O pA Oq / s ...w � � ' 3' 3tir'�"rC � � � 1 m 1 HART � 1 Z C � !n �V �'--� CONN. ` CONN o Vi D i , George W. Thompson % N 04 y * "`' Senior Vice President On this 25th day of April, 2005 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly sworn, did depose and say: that he /she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the corporations described in and which executed the above instrument; that he /she knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; and that he /she executed the said instrument on behalf of the corporations by authority of his /her office under the Standing Resolutions thereof. "TIM \?‘ CO . tiTMAtiii k' *mJBLo* My commission expires June 30, 2006 Notary Public 'i4 010 Marie C. Tetreault CERTIFICA I'E . I, the undersigned, Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the Certificate of Authority, are now in force. Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this :: day of f f 4 t e ( , 20;6 ".. ( ff NN zl _ "----- 4 r ' ` 6 :> < 4.4 a ' * By Nicholas Seminara Senior Vice President 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 (USDOT) 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. 131 132 NON- DISCRIMINATION PROVISION During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. *(2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin. *(3) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. "(4) The contractor will comply with all provisions of Executive Order No. 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. *(5) The contractor will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, and by the rules regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. "(6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any such rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of September 24, 1965, and such other sanctions may be imposed and remedies involved as provided in Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. "(7) The contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders 01 the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance: Provided however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States." 133 134 SUBCONTRACTOR LIST Prepared in compliance with RCW 39.30.060 as amended (To be submitted with the Bid Proposal) Failure to list subcontractors who are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW will result in your bid being non - responsive and therefore void. Subcontractor(s) that are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter18.106 RCW, and electrical as described in Chapter 19.28 RCW must be listed below. The work to be performed is to be listed below the subcontractor(s) name. If no subcontractor is listed below, the bidder acknowledges that it does not intend to use any subcontractor to perform those items of work. Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Bid Items to be performed by the Prime Contractor: ( ) Prime Contractor Name s t� ._ J � 2. Item Numbers /, , 5 2, e 1 , /e / // 1.2 / 3, /'4 15" 135 136 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. 137 138 RESOLUTION NO. 0- 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 YAXIMA: 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. ,/� ADOPTED BY THE CITY COUNCIL this .� 4 Tom. day of ( Lit.A. , 1983. (2791ylivw \("). OrCANIA)-ti Mayor ATTEST: City Clerk 139 140 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 including minority news media; and by notifying and discussing it with all subcontractors and suppliers. 141 g. The contractor shall make specific efforts and constant personal (both written and oral) recruitment efforts directed at all minority or women organizations, schools with minority students, minority recruitment organizations and minority training organizations, within the contractor's recruitment areas. h. The contractor shall make specific efforts to encourage present minority employees to recruit their friends and relatives. i. The contractor shall validate all man specifications; selection requirements, tests, etc. j. The contractor shall make every effort to promote after school, summer and vacation employment to minority youth. k. The contractor shall develop on- the -job training opportunities and participate and assist in any association or employer group training programs relevant to the contractor's employee needs consistent with its obligations under this bid. I. The contractor shall continually inventory and evaluate all minority and women personnel for promotion opportunities and encourage minority and women employees to seek such opportunities. m. The contractor shall make sure that seniority practices, job classifications, etc., do not have a discriminatory effect. n. The contractor shall make certain that all facilities and company activities are non- segregated. o. The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. p. The contractor shall solicit bids for subcontracts from available minority and women subcontractors, engaged in the trades covered by these Bid Conditions, including circulation of minority and women contractor associations. q. Non cooperation: In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreements, the contractor shall, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex or national origin, making full efforts to obtain qualified and /or qualifiable minorities and women. (The U.S. Department of Labor has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority or women employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246 and 23 CFR Part 230 as amended, and the Standard Specifications, such contractor shall immediately notify the City of Yakima Engineering Department or the City of Yakima Compliance Officer. 142 BIDDERS CERTIFICATION A bidder will not be eligible for award of a contract under this invitation for bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: 4 , certifies that: (BIDDER) 1. It intends to use the following listed construction trades in the work under the contract 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: >40)YL,g4 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. (Signature of Authorized Representative of Bidder) 143 144 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 will 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" requirements of these Bid Conditions by instituting at least the Specific Affirmative Action steps listed above and by making every good faith effort to make those steps work toward the attainment of its goals within its timetables. The pendency of such formal proceedings shall be 145 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 women employees. The procedures set forth in these conditions shall not apply to any contract when the head of the contracting or administering agency determines that such contract is essential to the national security and that its award without following such procedures is necessary to the national security. Upon making such a determination, the agency head will notify, in writing, the Director of the Office of Farieral Contractor Compliance within thirty nays 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. 146 PROPOSAL 40th Avenue Widening / Reconstruction 72 Avenue to 52 Avenue City Project Nos. 1957 &1958 Federal Aid Nos: STPUS- 4558(006), TIB# 8- 4- 039(019) -1, TIB# 9 -E- 039(007) -1 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 CASHIER'S CHECK ❑ DOLLARS CERTIFIED CHECK ❑ ($ ) PAYABLE TO THE STATE TREASURER PROPOSAL BOND ID IN THE AMOUNT OF 5% OF THE BID *" Receipt is hereby acknowledged of addendum(s) No.(s) / & SIGNATU E OF AUTHOR! ED OFFICIAL(s) 0 PP FIRM NAME is 1 e . (ADRESS) - 2ex /C� ( (J.-4 1 r9e PHONE NUMBER STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER S/4 ie' JCF'C. /a. 7 FEDERAL ID No. 171 /1 "13 1 7 1 '21 / 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. 147 148 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. BID BOND ACCOMPANYING BID This Bid Bond 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. C. SUBCONTRACTOR LIST The form must be filled in. Failure to provide this information at time of bid WILL NOT render the bid non - responsive. D. BIDDER'S CERTIFICATION E. PROPOSAL SIGNATURE SHEET Must be filled in and signed by the bidder. F. MBE/WBE FORM It is requested that The Bidder's Certification of the "Affirmative Action Profile" in the MBE/WBE Form be filled in and signed by the bidder. Failure to provide this information WILL NOT render the bid non - responsive. The following forms are to be executed after the contract is awarded: A. CONTRACT This agreement is to be executed by the successful bidder. B. PERFORMANCE BOND To be executed by the successful bidder and his /her surety company. C. CERTIFICATE OF INSURANCE Refer to attached Informational Certificate of Insurance and Additional Insured Endorsement. Also refer to Section 1 -07.18 (APWA) of the Standard Specifications and Special Provisions. 149 CONSTRUCTION PLANS & DETAILS Construction Details Construction Plans • • • R/W R/W 40 (MIN) 40 (MIN) L • 7" (MIN) 33 (MIN) 33 (MIN) r (MIN) • 12 (MIN) CBD ' 12 (MIN) CBD l GRADE EQUAL TO TOP OF CURB • • sm <, 111.41055WASMORMgnan= SOMENESONNEr V‘!' x-Y • 6"' (MIN) Ho 6" (MIN) COMPACTED SUB GRADE • 2" CLASS 1 10.1Fe. (COMPACTED DEPTH) "E‘ 1 4" ATE) (COMPACTED DEPTH) 4 - eR - • CSBC (COMPACTED DEPTH) • • APPROVED: 1.5.2005 CITY OF YAKIMA - ENGINEERING DIVISION 1 MINOR ARTERIAL SECTION I R03,