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 2004 Fruitvale Blvd Overlay Agreement with Superior Paving Company
• -„, - , - •• •,..... -- • • . , V84 ■, , , " ' ' '" -, '' - . - "" "tv '144',4:4***T-- imort-t41:45, t r.tti.;A; -, :::::94,,gy- , ,,$ City of Yakima Engineering Division s • '' %;C:t Z : ' , .S . R. 9 : ' ,' =` ;ft9:4: : :'-r :;;;:?. ;;C`f .4=4. ,:‘, ":-:"`;;*..7.44:;Fit.1:4, 1, 4tt,,,, 44.*:!:.; 2004 FRUITVALE BLVD. OVERLAY 6TH AVE. TO 16TH AVE. City Project No. 2061 „Los v... - ,,,, 4., , 1 1 -K - oLl g L.) t. °L.) prri 4 14'; fity - I' i q 61 / 0 : 00 aril ' / 0 t()zaitz,i'ke '' J Construction Contract Specifications & Bid Documents 129 North Second Street June 2004 Phone (509) 575-6111 Yakima, WA 98901 Fax (509) 576-6305 :': '.: , , ''';:' ie..:';'..,,1_31Pfg:46 . Zl) q i BID SUMMARY SHEET City of Yakima 2004 STREET OVERLAY Engineer's Estimate Superior Paving Co. Columbia Asphalt & Gravel Inc City Project No. 2061 5% BID BOND 5% BID BOND 5% BID BOND ITEM NO. PROPOSAL ITEM PAYMENT SECTION QTY UNIT UNIT PRICE DOLLARS AMOUNT DOLLARS UNIT PRICE DOLLARS AMOUNT DOLLARS UNIT PRICE DOLLARS AMOUNT DOLLARS 1 SPILL PREVENTION PLAN 1 LS $5,000.00 $5,000.00 $500.00 $500.00 $500.00 $500.00 2 MOBILIZATION 1 LS $1,000.00 $1,000.00 $5,000.00 $5,000.00 $1,000.00 $1,000.00 3 TRAFFIC CONTROL SUPERVISOR 80 HR $34.00 $2,720.00 $35.00 $2,800.00 $34.00 $2,720.00 4 'MAINTENANCE AND PROTECTION OF TRAFFIC (Min. Bid $10,000) 1 LS — $10,000.00 $10,000.00 $10,000.00 $10,000.00 $10,000.00 $10,000.00 5 PLANING BITUMINOUS PAVEMENT 14,920 SF $1.00 $14,920.00 $0.90 $13,428.00 $1.00 $14,920.00 6 HMA, CLASS "A" WITH PG64 -28 1,850 TON $34.00 $62,900.00 $33.00 $61,050.00 $32.95 $60,957.50 7 HMA, FOR PRELEVELING, CLASS "G" 200 TON $37.00 $7,400.00 $33.00 $6,600.00 $39.90 $7,980.00 8 FABRIC MEMBRANE INTERLAYER 13,850 SY $1.00 $13,850.00 $0.70 $9,695.00 $0.95 $13,157.50 9 ADJUST WATER VALVE 2 EA $250.00 $500.00 $355.00 $710.00 $175.00 $350. _ I i I i ge 10 - - DJUST MONUMENTS EENTS i 6 EA $350.00 $2,100.00 $355.00 $2,130.00 $200.00 $1,200.00 11 REPAIR AND REPLACEMENT 1 FA $2,000.00 $2,000.00 $2,000.00 $2,000.00 $2,000.00 $2,000.00 TOTAL $122,390.00 $113,913.00 $114,785.00 CITY ENGINEERS REPORT - -- ".„,.,, COMPETITIVE BIDS WERE OPENED ON JULY 8, 2004. r , , ,F , - . ....... .!4....kii C' �{ F YAKIMA ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE. "'� •' '•.� I RECOMMEND ALL SCHEDULES OF THE CONTRACT BE � 2004 Fruitvale Blvd. Overlay � AWARDED T0: SUPERIOR G ~-4 A AWARD MADE BY PROJECT NO. 2061 ERIOR PAVING, INC e ;• °""- i ' � j++ • * r''r DATE: JULY 8, 2004 7'8j-Zcozi 411 h .1 l hl` 'd�'' >it;��,�' ~r FILE: 2004 Overlay_BID.PUB ` "\ \y J 'S DATE C \ CI ENGINEER i' ����-x..����� -�'' DATE CITY MANAGE SHEET 1 of � 1 o CONTRACT THIS AGREEMENT, made and entered into in triplicate, this ow day of ; ,-, 2004, by and between the City of Yakima, hereinafter called the Owner, and Superior Paving Compangi 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: $ 113,913.00 , for 2004 Fruitvale Blvd. Overlay, Project No. 2061, all in accordance with, and as described in the attached plans and specifications and the 2000 Standard Specifications for Road, Bridge, and Municipal Construction which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this contract and every part thereof. Work shall start within ten (10) days after the Notice to Proceed and shall be completed in 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. Thc .. �,L�� -A��r 'Jn and 5 I ontractous s hall provide and bear the expense of all equipment, wutk and iauvi vi ally Kurz wildisuever ' dial 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 • F AKIMA CONTRACTOR this ors— of . 2004. 'f !�i°� — C a Corporation ` Contractor By: /. . "/- City Ma Attest: (Print Name) City Clerk s Its v (President Owner, etc.) Address: /626 59 City Of Yakima 2004 FRUITVALE BLVD. OVERLAY 6th Avenue to 16 Avenue City Project No. 2061 Py W Ap 4 oi . _ i,ft S \cf Q 1 , / 29619 y 14 -G16 IVO EXPIRES Construction Contract Specifications & Bid Documents June 2004 1 CONTENTS CITY OF YAKIMA • • 2004 Fruitvale Blvd. Overlay 6 Avenue to 16 Avenue City Project No. 2061 SECTION PAGE INVITATION TO BID 5 STANDARD SPECIFICATIONS Standard Specifications 7 Amendments to the 2004 Standard Specifications 7 CONTRACT PROVISIONS Special Provisions 11 Project Description 11 1 -02 Bid Procedures and Conditions 11 1 -03 Award and Execution of Contract 11 1 -04 Scope of Work 12 1 -05 Control of Work 12 1 -06 Control of Materials 12 1 -07 Legal Relations and Responsibilities to the Public 14 1 -08 Prosecution and Progress 30 1 -10 Temporary Traffic Control 31 2 -07 Watering 33 5 -04 Asphalt Concrete Pavement 34 7 -05 Manholes, Inlets, Catch Basins, and Drywells 55 8 -30 Repair or Replacement (New Section) 56 9 -03 Aggregates 57 Contract Form 59 Performance Bond Form 61 Informational Certificate of Insurance 63 Informational Additional Insured Endorsement 65 Minimum Wage Affidavit Form 67 PREVAILING WAGE RATES Prevailing Wage Rates 69 State Wage Rates (follow this page as attachments) 71 PROPOSAL Proposal Form 73 Item Proposal Bid Sheet 75 Bid Bond Form 77 Non - Collusion Declaration 79 Non - Discrimination Provision 81 Subcontractor List 83 Women and Minority Business Enterprise Policy 85 Council Resolution 87 Affirmative Action Plan 89 Bidders Certification 91 Subcontractors Certification 93 3 Materially and Responsive 95 Proposal Signature Sheet 97 Bidders Check List 99 PLANS & DETAILS Project Details Standard Details Traffic Control Plan Construction Plans 4 STANDARD SPECIFICATIONS Standard Specifications Amendments to the 2002 Standard Specifications 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, until 2:00 PM on July 8, 2004 and will then and there be opened and publicly read for the construction of CITY OF YAKIMA 2004 Fruitvale Blvd. Overlay 6th Avenue to 16 Avenue City Project No. 2061 The project will consist of furnishing all labor, materials and equipment required to rotomill and resurface Fruitvale Blvd. from 6 Ave. to 16 Ave. The project includes planing and removing, to the depths indicated on the plans and details, approx. 14,920 square yards of existing asphalt concrete pavement on Fruitvale Blvd., installation of 13,850 square yards of fabric membrane interlayer on Fruitvale Blvd. as indicated on the plans, preleveling, with approx. 200 tons of asphalt concrete pavement, where designated by the Engineer, and constructing a 2 -inch, approx. 1,850 tons, asphalt conc. pavement overlay on Fruitvale Blvd. The project will also include adjustment of six new monument case and covers located in the median. All in accordance with the Plans and Specifications as prepared by the City Engineer of the City of Yakima. Plans, Specifications, and bid forms are available from THE OFFICE OF THE CITY ENGINEER located at 129 North 2 Street, Yakima, WA 98901, and may be obtained for a fee of $30.00 for each set, non- refundable. Informational copies of Plans and Specifications are on file for review at the office of the City Engineer in Yakima, WA, and at plan centers in Yakima and Kennewick, WA. A pre -bid conference will be held at Yakima City Hall CED Conference Room, Second Floor, 129 North 2 Street, Yakima, Washington at 10:00 AM on July 1, 2004. The conference will feature project discussion, DBE Contractor participation, and the Affirmative Action Plan. Each bid or proposal must be accompanied by cash, bond, or a certified check, payable to the order of the City Treasurer of the City of Yakima, for the sum of not less than 5% of said bid or proposal and none will be considered unless accompanied by such deposit, to be forfeited to the City of Yakima in the event the successful bidder shall fail or refuse to enter into a contract with the City for the making and construction of the aforesaid improvement. All bids or proposals must be in writing, sealed, and filed with the City Clerk on or before the day and hour mentioned. The City reserves the right to reject any or all bids and proposals. DATED this 18 day of June 2004. (SEAL) Karen S. Roberts City Clerk PUBLISH: June 22, 2004 June 23, 2004 5 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. 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. 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 April 5, 2004 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 -07.18 Public Liability and Property Damage Insurance This section is revised to read: 7 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 CG0009 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 CG0001 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 non -owned 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 in connection therewith, with any sums so expended to be repaid to the Contracting Agency 8 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. SECTION 1 -09, MEASUREMENT AND PAYMENT April 5, 2004 1 -09.6 Force Account On page 1 -91, under "For Labor ", the fourth and fifth sentences in the second paragraph are deleted. 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. 9 CONTRACT PROVISIONS General Special Provisions City of Yakima Special Provisions Required Contract Provisions -FHWA Form 1273 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 (English), including the Division 1 APWA SUPPLEMENT, Section 1 -99, which is made a part of this contract, and the foregoing Amendments to the Standard Specifications. DIVISION 1 GENERAL REQUIREMENTS DESCRIPTION OF WORK PROJECT DESCRIPTION The project will consist of furnishing all labor, materials and equipment required to rotomill and resurface Fruitvale Blvd. from 6 Ave. to 16 Ave. The project includes planing and removing, to the depths indicated on the plans and details, approx. 14,920 square yards of existing asphalt concrete pavement on Fruitvale Blvd., installation of 13,850 square yards of fabric membrane interlayer on Fruitvale Blvd. as indicated on the plans, preleveling, with approx. 200 tons of asphalt concrete pavement, where designated by the Engineer, and constructing a 2 -inch, approx. 1,850 tons, asphalt conc. pavement overlay on Fruitvale Blvd. The project will also include adjustment of six new monument case and covers located in the median. All in accordance with the Plans and Specifications as prepared by the City Engineer of the City of Yakima. 1 -02 BID PROCEDURES AND CONDITIONS 1 -02.1 Qualifications of Bidder (APWA Only) Supplement this section as follows: Pre - qualification is not required for this project. 1 -02.4 Examination of Plans, Specifications, and Site of Work 1- 02.4(1) General This section is supplemented with the following: A pre -bid conference will be held at Yakima City Hall CED Conference room, second floor, 129 N. 2 Street, Yakima, Washington at the time and date stated in the "Invitation to Bid ". The conference will include project discussion, DBE Contractor participation, and the Affirmative Action Plan. 1 -02.6 Preparation Of Proposal Section 1 -02.6 is supplemented with the following: (September 5, 1995) - On this project, the bidder will not be required to submit with the bid a list of: 1. Subcontractors, and 2. The work the subcontractors will perform. 1 -03 AWARD AND EXECUTION OF CONTRACT 1 -03.4 Contract Bond 11 Add the following: The bond shall further indemnify and hold the City of Yakima, its employees, agents, and elected or appointed officials, harmless from defects appearing or developing in the material or workmanship provided or performed under the contract within a period of one year after final acceptance by the City. 1 -04 SCOPE OF WORK 1 -04.4 Changes 1- 04.4(1) Minor Changes Delete this supplement section 1 -04.11 Final Cleanup Supplement this section with the following: The Contractor shall do partial cleanup when he determines it is necessary or when, in the opinion of the Engineer, partial cleanup shall be done for public safety. The cleanup work shall be done immediately upon notification from the Engineer and other work shall not proceed until the partial cleanup is accomplished. 1 -05 CONTROL OF WORK 1 -05.4 Conformity with and Deviations from Plans and Stakes (APWA Only) 1- 05.4(1) Roadway and Utility Surveys (APWA Only) Revise this section to read: The Engineer will establish one time only, vertical and horizontal construction control and base lines. The Contractor shall be responsible for all construction staking including offset points and grade that the Engineer deems necessary for completion of the work. All associated costs will be incidental to other bid items. 1 -06 CONTROL OF MATERIAL 1 -06.2 Acceptance of Materials Foreign Made Materials Section 1 -06 is supplemented with the following: (March 13, 1995) The major quantities of steel and iron construction material that is permanently incorporated into the project shall consist of American -made materials only. The Contractor may utilize minor amounts of foreign steel and iron in this project provided the cost of the foreign material used does not exceed one -tenth of one percent of the total contract cost or $2,500.00 , whichever is greater. American -made material is defined as material having all manufacturing processes occur in the United States. The action of applying a coating to steel or iron is deemed a manufacturing process. Coating includes epoxy coating, galvanizing, aluminizing, painting, and any other coating that protects or enhances the value of steel or iron. Any process from the original reduction from ore to the finished product constitutes a manufacturing process for iron. The following are considered to be steel manufacturing processes: 1. Production of steel by any of the following processes: 12 • a. Open hearth furnace. b. Basic oxygen. c. Electric furnace. d. Direct reduction. 2. Rolling, heat treating, and any other similar processing. 3. Fabrication of the products. a. Spinning wire into cable or strand. b. Corrugating and rolling into culverts. c. Shop fabrication. A certification of materials origin will be required for any items comprised of, or containing, steel or iron construction materials prior to such items being incorporated into the permanent work. The certification shall be on DOT Form 350 -109 provided by the Engineer, or such other form the Contractor chooses, provided it contains the same information as DOT Form 350 -109. 1- 06.2(1) Samples and Tests for Acceptance — Supplement this section with the following: All testing shall be done by a materials testing laboratory chosen and employed by the City of Yakima. The initial tests will be at the expense of the City of Yakima. Subsequent tests if required due to test failure shall be at the expense of the Contractor. The following testing frequencies shall apply to this project. The testing frequencies may be modified to assure compliance with the specifications. In each case, the Engineer may require additional tests be performed at the Contractor's expense, if test results do not meet the required densities and results. Subqrade Preparation Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5,000 square feet of surface area for each lift of roadway subgrade. Subgrade compaction shall be as specified in Section 2- 06.3(2). Asphalt Concrete Pavement Copies of the maximum Rice density test for each class of asphalt concrete pavement and copies of all test results shall be provided to the Engineer as construction progresses. 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. 13 1 -07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1 -07.1 Laws To Be Observed Section 1 -07.1 is supplemented with the following: (May 28, 1996) Prevention Of Environmental Pollution And Preservation Of Public Natural Resources The Contractor shall comply with the following environmental provisions, which are made a part of the contract documents. A copy of the environmental provisions is available to the Contractor at the Project Engineer's office. If the Contractor's operations involve work outside the areas covered by the following environmental provisions, the Contractor shall advise the Engineer and request a list of all additional environmental provisions covering the area involved. A copy of all additional environmental provisions is also available to the Contractor at the Project Engineer's office. Refer to Section 1 -07.5 of the City of Yakima Special Provisions following these Special Provisions for the specific provisions that apply in addition to the provisions listed in the Standard Specifications and for which the Contractor is responsible. 1- 07.2(2) State Sales Tax - Rule 171 (APWA Only) Supplemented this section with the following: This section shall apply to Schedule A - Roadway for this project. 1-07.5 Fish And Wildlife and Ecology Regulations 1- 07.5(1) General Add the following: The Contractor shall be liable for the payment of all fines and penalties resulting from failure to comply with the federal, state, and local pollution control regulations. 1- 07.5(4) Air Quality Supplement this section with the following: The local air pollution authority is the Yakima Regional Clean Air Authority, (509) 574- 1410. 1 -07.6 Permits And Licenses Section 1 -07.6 is supplemented with the following: (March 13, 1995) No hydraulic permits are required for this project unless the Contractor's operations use, . divert, obstruct, or change the natural flow or bed of any river or stream, or utilize any of the waters of the State or materials from gravel or sand bars, or from stream beds. Supplement this section with the following: The Contractor shall have or obtain a valid City of Yakima Business license for the duration of this project. 14 1 -07.9 Wages 1- 07.9(1) General Section 1- 97.9(1) is supplemented with the following: Federal Wage rates are not required on this project. The most current copy of the State Wage rates for Yakima County is included in these Contract Documents. 1 -07.11 Requirements For Non - discrimination Section 1 -07.11 is supplemented with the following: Equal Employment Opportunity Responsibilities (March 6, 2000) Requirement For Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246) 1. The Contractor's attention is called to the Equal Opportunity Clause and. the Standard Federal Equal Employment Opportunity Construction Contract Specifications set forth herein. 2. The goals and timetables for minority and female participation set by the Office of Federal Contract Compliance Programs, expressed in percentage terms for the Contractor's aggregate work force in each construction craft and in each trade on all construction work in the covered area, are as follows: Women - Statewide Timetable 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. 15 Seattle, WA: SMSA Counties: Seattle Everett, WA 7.2 WA King; WA Snohomish. Tacoma, WA 6.2 WA Pierce. Non -SMSA Counties 6.1 WA Clallam; WA Grays Harbor; WA Island; WA Jefferson; WA Kitsap; WA Lewis; WA Mason; WA Pacific; WA San Juan; WA Skagit; WA Thurston; WA Whatcom. Portland, OR: SMSA Counties: Portland, OR -WA 4.5 WA Clark. Non -SMSA Counties 3.8 WA Cowlitz; WA Klickitat; WA Skamania; WA Wahkiakum. These goals are applicable to each nonexempt Contractor's total on -site construction workforce, regardless of whether or not part of that workforce is performing work on a Federal, or federally assisted project, contract, or subcontract until further notice. Compliance with these goals and time tables is enforced by the Office of Federal Contract compliance Programs. The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60 -4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60- 4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, in each construction craft and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goal shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60 -4. Compliance with the goals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Engineer within 10 working days of award of any construction subcontract in excess of $10,000 or more that are Federally funded, at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. 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; 16 b. Director means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; c. Employer Identification Number means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U. S. Treasury Department Form 941; d. Minority includes: (1) Black, a person having origins in any of the Black Racial Groups of Africa. (2) Hispanic, a fluent Spanish speaking, Spanish surnamed person of Mexican, Puerto Rican, Cuban, Central American, South American, or other Spanish origin. (3) Asian or Pacific Islander, a person having origins in any of the original peoples of the Pacific rim or the Pacific Islands, the Hawaiian Islands and Samoa. (4) American Indian or Alaskan Native, a person having origins in any of the original peoples of North America, and who maintain cultural identification through tribal affiliation or community recognition. 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 60 -4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith effort to achieve the Plan goals and timetables. 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. 17 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its action. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on -site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off - the - street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefore, 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. 18 f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with on -site supervisory personnel such as Superintendents, General Foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. 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. 19 o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through 7p). The efforts of a contractor association, joint contractor - union, contractor - community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of the obligations under 7a through 7p of this Special Provision provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensure that the concrete benefits of the program are reflected in the Contractor's minority and female work -force participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrate the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non - minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The Contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspensions, terminations and cancellations of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 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, 20 telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, the Contractors will not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). (July 10, 2000) Disadvantaged Business Enterprise (DBE) Participation The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR part 26 apply to this contract. The requirements of this contract are to report what is accomplished to enable the Contracting Agency to track achievement. No preference will be included in the evaluation of bids /proposals, no minimum level of DBE participation shall be required as a condition for receiving an award and bids /proposals will not be rejected or considered non - responsive on that basis. DBE Goals No DBE goals have been assigned as a part of this contract. Affirmative Efforts to Increase DBE Participation Contractors are encouraged to: 1. Advertise opportunities for Subcontractors or suppliers in a manner reasonably designed to provide DBEs capable of performing the work with timely notice of such opportunities. All advertisements should include a provision encouraging participation by DBE firms and may be done through general advertisements (e.g., newspapers, journals, etc.) or by soliciting bids /proposals directly from DBEs. 2. Utilize the services of available minority community organizations, minority Contractor groups, local minority assistance offices and organizations that provide assistance in the recruitment and placement of DBEs and other small businesses. 3. Establish delivery schedules, where requirements of the contract allow, that encourage participation by DBEs and other small businesses. 4. Achieve DBE attainment through joint ventures. DBE Eligibility (for reporting purposes only) Definition of DBEs DBE status is designated by: The current list of firms accepted as certified by the Office of Minority and Women's Business Enterprises (OMWBE.) A list of firms accepted as certified by OMWBE is available from that office at (360) 704 -1180 or on line through their web site at (www.wsdot.wa.gov /omwbe /). 21 DBE Participation When a DBE participates in a contract, only the value of the work actually performed by the DBE will be counted. 1. Count the entire amount of the portion of the contract that is performed by the DBE's own forces. Include the cost of supplies and materials obtained by the DBE for the work of the contract. Include supplies purchased or equipment leased by the DBE. Exclude supplies and equipment the DBE Subcontractor • purchases or leases from the Contractor or its affiliate. 2. Count the entire amount of fees or commissions charged by a DBE firm for providing a bona fide service, such as professional, technical, consultant, or managerial services, or for providing bonds or insurance, provided the fees are reasonable. 3. When a DBE subcontracts part of the work of its contract to another firm, the value of the subcontracted work shall be counted if the DBE's Subcontractor is also a DBE. The work that a DBE subcontracts to a non -DBE firm does not count as participation. DBE Prime Contractor A DBE prime Contractor shall only count the work performed with its own forces as well as the work performed by DBE Subcontractors and DBE suppliers. Joint Venture When a DBE performs as a participant in a joint venture, only count that portion of the total dollar value of the contract equal to the distinct, clearly defined portion of the work that the DBE performs with its own forces. Commercially Useful Function You may count expenditures to a DBE Contractor if the DBE is performing a commercially useful function on that contract. 1. A DBE performs a commercially useful function when it is responsible for execution of the work of the contract and is carrying out its responsibilities by actually performing, managing, and supervising the work involved. To perform a commercially useful function, the DBE must also be responsible, with respect to materials and supplies used on the contract, for negotiating price, determining quality and 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. 3. A DBE does not perform a commercially useful function if it fails to exercise responsibility with its own work force for at least 30 percent of the total cost of its contract. Trucking Use the following factors in determining whether a DBE trucking company is performing a commercially useful function: 1. The DBE must be responsible for the management and supervision of the entire trucking operation for which it is responsible for on a particular contract, and there cannot be a contrived arrangement for the purpose of meeting the DBE goals. 22 2. The DBE must itself own and operate at least one fully licensed, insured, and operational truck that is used on the contract. 3. Credit towards project goals for DBE trucking firms who do not own at least one truck, will be granted only for the fees the DBE firm retains for providing the hauling service. 4. In order for DBE project goals to be credited, DBE trucking firms must be covered by a subcontract or a written agreement approved by WSDOT prior to performing their portion of the work. 5. DBE trucking firms are required to perform at least fifty percent (50 %) of the work with his /her own trucks and personnel. 6. DBE trucking firms may utilize owner /operator trucks. The number of owner /operator trucks may not exceed any limitations on subletting or reassigning the work specified. All owner /operators must appear on the DBE Contractor's or DBE Subcontractor's payroll designated as owner /operator. The hours worked or wages paid may be reflected either on the payroll or on the record of payments to each owner /operator. 7. DBE trucking firms may lease or rent trucks from other sources, except from prime Contractors to whom they are Contractors, provided: a) A written valid lease /rental agreement on all trucks leased or rented is submitted to the project manager prior to the beginning of work; and b) Only the vehicle (not the operator) is leased or rented. c) The agreement must include the lessors name, trucks to be leased, and agreed upon amount or method of payment (hour, ton or load hauled). d) All lease agreements shall be long -term agreements, not project - by- project. The DBE is limited to leasing or renting two (2) additional trucks for each truck owned by the DBE trucking firm. Expenditures with DBEs Expenditures with DBEs for materials or supplies shall be counted as provided in the following: Manufacturer If the materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the materials or supplies. Regular Dealer 1. Counting If the materials or supplies are purchased from a DBE regular dealer, count 60 percent of the cost of the materials or supplies. 23 2. Definition a) To be a regular dealer, the firm must be an established, regular business that engages, as its principal business and under its own name, in the purchase and sale or lease of the products in question. b) A person may be a regular dealer in such bulk items as petroleum products, steel, cement, gravel, stone, or asphalt without owning, operating, or maintaining a place of business, as provided elsewhere in this specification, if the person both owns and operates distribution equipment for the products Any supplementing of regular dealers' own distribution equipment shall be by a long -term lease agreement and not on an ad hoc or contract -by- contract basis. c) Packagers, brokers, manufacturers' representatives, or other persons who arrange or expedite transactions are not regular dealers. Purchased from a DBE With respect to materials or supplies purchased from a DBE who is neither a manufacturer nor a regular dealer, count the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies, or fees or transportation charges for the delivery of materials or supplies required on a job site, provided the fees are reasonable and typical f th services rendered. No part of the cost of the materials and supplies themselves shall be counted. Procedures Between Award and Execution After award and prior to execution of the contract, the Contractor shall provide the names and addresses of all firms that submitted a bid or quote to the Contractor as part of bidding this contract and note which of those firms were successful and will participate in the contract. These firms may be contacted to solicit general information as follows: 1. age of the firm 2. average of its gross annual receipts This information is necessary to maintain a bidder's list in compliance with the requirements of the 49 CFR, Part 26. Simply stated: who is soliciting the work and what is their capacity? The Contracting Agency will use this information to accurately determine an overall goal based on the percentage of DBEs who are ready, willing and able to perform the work. • Reporting The Contractor shall submit a "Quarterly Affidavit of Amounts Paid DBE Participants" on a quarterly basis for every quarter in which the contract is active (work is accomplished) or upon completion of the project, as appropriate. The quarterly reports are due on the 20th of April, July, October, and January for the four respective quarters. The dollars reported will be in accordance with the "DBE Eligibility" section of this specification. Payment Payment for complying with the conditions of this specification and any associated DBE requirements is the Contractor's responsibility. Those costs shall be incidental to the respective bid items. Further Information If further information is desired concerning Disadvantaged Business Enterprise participation, inquiry may be directed to: 24 External Civil Rights Branch Office of Equal Opportunity Washington State Department of Transportation Transportation Bldg., P.O. Box 47314 Olympia, WA 98504 -7314 or telephone - (360) 705 -7085. Fax (360) 705 -6801 1- 07.11(10)B Required Records and Retention Revise the first sentence of the first paragraph as follows: Replace "State Department of Transportation" with "the Contracting Agency" The third paragraph is revised to read as follows: The Contractor and all subcontractors on this project shall submit WSDOT Form 820 -010 to the Engineer by the Fifth of the month during the term of the Contract. 1 -07.12 Federal Agency Inspection Section 1 -07.12 is supplemented with the following: Federal inspection will not be required for this project. 1 -07.15 Temporary Water Pollution /Erosion Control Section 1 -07.15 is supplemented with the following: (October 25, 1999) Erosion and Sedimentation Control (ESC) Lead The ESC Lead shall be identified by the Contractor at the preconstruction meeting. The ESC Lead shall have, for the life of the contract, a current Certificate of Training in Construction Site Erosion and Sediment Control signed by the WSDOT Water Quality Program Manager. The Certificate of Training is valid for 3 years from the issue date on the certificate. The ESC Lead shall implement the Temporary Erosion and Sedimentation Control (TESC) and Spill Prevention Control and Countermeasures (SPCC) plans. Implementation of the TESC and SPCC plans shall include, but is not limited to: 1. Installing, maintaining, inspecting and repairing all temporary erosion and spill control Best Management Practices (BMPs) included in the TESC and SPCC plans. All BMPs shall be inspected, maintained, and repaired as needed to assure continued performance of their intended function. All on -site erosion and sediment control measures shall be inspected at least once every seven days and within 24 hours after any storm event of greater than 0.5 inches within a 24 -hour period. All spills shall be responded to as outlined in the SPCC Plan. Damaged or inadequate TESC measures shall be corrected within 24 hours of the inspection. A Temporary Erosion and Spill Control Report shall be prepared for each inspection and shall be included in the TESC and SPCC files. The inspection report shall include, but not be limited to: a. When, where and how BMPs were installed, removed, or modified; b. Repairs needed or made; c. Observations of BMP effectiveness and proper placement; d. Recommendations for improving performance of BMPs. 25 2. Preparing and maintaining a TESC and SPCC file on site that includes, but is not limited to: a. TESC and SPCC Inspection Reports; b. Stormwater site plan; c. Temporary Erosion and Sediment Control (TESC) Plan; d. Contractors addendum to the TESC; e. National Pollutant Discharge Elimination System construction permit (Notice of Intent); f. Grading permit; g. Hydraulics Project Approval. Upon request, the file shall be provided to the Engineer for review. (October 25, 1999) Spill Prevention, Control and Countermeasures Description This work shall consist of preparing a Spill Prevention, Control, and Countermeasures (SPCC) Plan and preparing for implementation of the plan. SPCC Plan Requirements The Contractor shall be responsible for the preparation of an SPCC plan to be used for the duration of the project. The plan shall be submitted to the Project Engineer prior to the commencement of any construction activities. A copy of the plan with any updates shall be maintained at the work site by the Contractor. The SPCC plan shall identify construction planning elements and recognize potential spill sources at the site. The Plan shall outline responsive actions in the event of a spill or release and shall identify notification and reporting procedures. The Plan shall also outline Contractor management elements such as personnel responsibilities, project site security, site inspections and training. The Plan shall outline what measures the Contractor shall take to prevent the release or spread of the following: • Any hazardous material* found on site and encountered during construction but not identified in contract documents. • Any hazardous materials* that the Contractor stores, uses, or generates on the construction site during construction activities. These items include, but are not limited to, gasoline, oils and chemicals. *Hazardous material, as referred to within this specification, is defined in RCW 70.105.010 under "hazardous substance ". The SPCC plan shall also address, at a minimum, the following project- specific information: Introduction SPCC Plan Elements Site Information Management Approval Site Description Planning and Recognition Spill Prevention and Containment Spill Response 26 Reporting Program Management Attachments: A - Emergency Action Plan B - Site Plan C - Inspection and Incident Report Forms Implementation Requirements In the event that hazardous material is encountered during the course of the work, regardless of whether or not the material is shown in the Plans, the implementation of the Contractor's SPCC Plan shall be included in the scope of the contract and shall be carried out by the Contractor. The Contractor shall maintain, at the job site, the applicable equipment and material designated in the SPCC Plan. (October 25, 1999) Payment The lump sum contract price for the "Spill Prevention Plan" shall be full pay for all labor, equipment, material and overhead costs associated with the preparation of the SPCC Plan and any coordination and preparation needed prior to implementation. If the Contracting Agency is responsible for the cost of response, containment and any cleanup then payment shall be made through existing contract items or an Equitable Adjustment in accordance with Section 1 -09.4. Assignment of responsibility for payment shall be as defined elsewhere in the Contract. If the spill is due to the Contractor's operations or negligence nothing in this section shall be construed as relieving the Contractor of responsibility for damage and all cost of response, containment and any cleanup shall be borne by the Contractor. 1 -07.16 Protection And Restoration Of Property Section 1 -07.16 is supplemented with the following: (March 13, 1995) Archaeological And Historical Objects It is national and state policy to preserve, for public use, historical and prehistorical objects such as ruins, sites, buildings, artifacts, fossils, or other objects of antiquity that may have significance from a historical or scientific standpoint. Archaeological or historical objects, which may be encountered by the Contractor, shall not be further disturbed. The Contractor shall immediately notify the Engineer of any such finds. The Engineer will contact the archaeologist who will determine if the material is to be salvaged. The Contractor may be required to stop work in the vicinity of the discovery until such determination is made. If the archaeologist determines that the material is to be salvaged, the Engineer may require the Contractor to stop work in the vicinity of the discovery until the salvage is accomplished. Loss of time suffered by the Contractor due to resulting delays will be adjusted in accordance with Section 1 -08.8. 27 • 1 - 07.17 Utilities And Similar Facilities (March 13, 1995) Section 1 -07.17 is supplemented with the following: Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. Public and private utilities, or their contractors, will furnish all work necessary to adjust, relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these Special Provisions. Such adjustment, relocation, replacement, or construction will he done d'urii Ig the prosecution of the work for this project. The Contractor shall call the Utility Location Request Center (One Call Center), for field location, not less than two nor more than ten business days before the scheduled date for commencement of excavation which may affect underground utility facilities, unless otherwise agreed upon by the parties involved. A business day is defined as any day other than Saturday, Sunday, or a legal local, State, or Federal holiday. The telephone number for the One Call Center for this project may be obtained from the Engineer. If no one - number locator service is available, notice shall be provided individually to those owners known to or suspected of having underground facilities within the area of proposed excavation. The Contractor is alerted to the existence of Chapter 19.122 RCM a law Pelating to underground utilities. Any cost to the Contractor incurred as a result of this law shall be at the Contractor's expense. No excavation shall begin until all known facilities, in the vicinity of the excavation area, have been located and marked. The following addresses and telephone numbers of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience: Qwest 8 W 2nd Avenue, Room 304 Yakima, Washington 98902 509 - 575 -7183 Charter Communications 1005 N 16th Avenue Yakima, Washington 98902 509 - 575 -1697 City of Yakima Water Division 2301 Fruitvale Blvd. Yakima, Washington 98902 509 - 575 -6154 City of Yakima Wastewater Division 2220 E. Viola, Yakima, Washington 98901 509 - 575 -6077 Cascade Natural Gas Corporation 401 N 1st Street, Yakima, Washington 98901 509 -457 -5905 Pacific Power PO Box 1729, Yakima, Washington 98907 509 - 575 -3146 Nob Hill Water Association 6111 Tieton Drive, Yakima, Washington 98908 509 - 966 -0272 The Contractor shall notify the Upper Yakima Valley Utilities Coordinating Council -Area 5, telephone number 1 - 800 - 553 - 4344, at least 48 hours prior to start of excavation so that underground utilities may be marked. It shall be the Contractor's responsibility to investigate the presence and location of all utilities prior to bid opening and to assess their impacts on his construction activities. Utilities, new or old, may be renewed, relocated, or adjusted for the proposed construction. The Contractor shall, prior to beginning any work, meet with all utility organizations (public and private) in the field to familiarize himself with existing utility locations, along with familiarizing himself with plans and schedules for the installation of new, relocated, or adjusted utilities. Both public and private utility organizations, along with private contractors working for these organizations, may be doing utility installations within the area. The proposed construction work must be coordinated with these utility installations. 28 The Contractor shall arrange with the owners and operators of the respective utility systems to mark the locations and, if necessary or prudent, to expose the existing utilities prior to construction of the facilities contained in this Contract. The Contractor shall coordinate his work with other contractors who may be working in the project area and cooperate with them. 1 -07.18 Public Liability and Property Damage Insurance (APWA only) General Requirements The seventh paragraph is revised as follows: Change "45 days" to "20 days" Revise the eighth paragraph by adding the following to the end of the first sentence: ", the City of Yakima, its employees, agents, and elected or appointed officials ". Revise the tenth paragraph to read as follows: The Contractor shall forward to the City the additional insured endorsement as requested in the Evidence of Insurance Section. Coverages and Limits (APWA only) The section is revised to read: All coverages combined single limit shall be $1,000,000 per occurrence. The commercial general liability policy will contain a "per Job Aggregate" Endorsement. If this endorsement is not provided, an additional $2,000,000 umbrella limit will be required over and above the $1,000,000 underlying. A commercial general liability deductible of $5,000 or less is acceptable. The contractor will be responsible for the payment of that deductible for any losses which occur. Higher retention or deductible limits may be acceptable on prior approval by the City. Providing coverage in these stated amounts shall not be construed to relieve the Contractor from liability in excess of such limits. Evidence of Insurance (APWA only) The section is revised to read: The Contractor shall provide evidence of insurance by the following method: A completed ACORD form #25 (or equivalent) shall be submitted which conforms to the following requirements: 1. The ACORD form shall be accompanied by a completed Endorsement naming the City of Yakima, its agents, employees, and elected or appointed officials as an additional insured and containing the insured's name and policy number, and shall be signed by a duly authorized agent. 2. The wording in the CANCELLATION section "endeavor to" and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives" shall be crossed out and initialed by 29 the agent /broker and shall provide for a cancellation notice of at least 20 days, to the City of Yakima. 3. Add the following text in the section entitled DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ALLOWED BY ENDORSEMENT / SPECIAL PROVISIONS. The City of Yakima, its agents employees, and elected or appointed officials are additional insured's for 2002 Grind and Overlay Rehabilitation, City Project Nos. 1959. 4. Contain the appropriate amount and types of coverage's that are specified by the Contract. 1 -07.23 Public Convenience And Safety 1- 07.23(1) Construction Under Traffic Section 1- 07.23(1) is supplemented with the following: (March 13, 1995) The construction safety zone for this project is -10 -feet- from the outside edge of the traveled way. During nonworking hours equipment or materials shall not be within the safety zone unless it is protected by permanent 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. 1 -08 PROSECUTION AND PROGRESS 1 -08.1 Subcontracting Section 1 -08.1 is supplemented with the following: The Contractor shall use the Subcontractors List and the Subcontractor Certification form included within these contract documents to comply with the specifications of this section. 1 - 08.3 Progress Schedule The first and second paragraphs are replaced with the following paragraph: The Contractor shall prepare and submit to the Engineer a Construction Progress and Completion Schedule using the Bar Graph or Critical Path Method. Items in the Schedule shall be arranged in the order and sequence in which they will be performed. The Schedule shall conform to the working time and time of completion established under the terms of the Contract and shall be subject to modification by the Engineer. The schedule shall be drawn to a time scale, shown along the base of the diagram, using an appropriate measurement per day with weekends and holidays indicated. The Construction Progress Schedule shall 30 be continuously updated and, if necessary, redrawn upon the first working day of each month or upon issuance of any Change Order which substantially affects the scheduling. Copies (2 prints or 1 reproducible) of newly updated Schedules shall be forwarded to the Engineer, as directed, immediately upon preparation. The section is supplemented by the following: The Contractor shall submit a weekly activity schedule to the Construction Engineer before 9:00 a.m. on the Friday prior to the week indicated on the schedule. If the Contractor proceeds with work not indicated on his weekly activity schedule, or in a sequence differing from that which he has shown on his schedule, the Engineer may order the Contractor to delay unscheduled activities until they are included on a subsequent weekly activity schedule. 1-08.5 Time For Completion (March 13, 1995) Section 1 -08.5 is supplemented with the following: This project shall be physically completed within Ten (10) working days. 1- 08.10(1) Termination by Default Revise the last sentence of the fifth paragraph as follows: Replace "State of Washington, Department of Transportation" with "Contracting Agency ". 1 -10 TEMPORARY TRAFFIC CONTROL 1- 10.2(1)B Traffic Control Supervisor Revise the first sentence to read: A TCS shall be on the project whenever traffic control devices and or flaggers are required to fulfill the requirements of the Contractor's approved Traffic Control Plan or as authorized by the Engineer. 1 -10.3 Flagging, Signs, and All Other Traffic Control Devices 1- 10.3(1) Traffic Control Labor Revise the first sentence of the third paragraph with the following: Delete the phrase "Traffic Control Labor" and replace it with "Maintenance and Protection of Traffic ". Revise the fourth paragraph as follows: Delete the first sentence. Delete the phrase "Traffic Control Labor" in the second sentence and replace it with "Maintenance and Protection of Traffic ". 31 1- 10.3(3) Construction Signs The first paragraph is revised as follows: The first sentence is revised to read: All signs, barricades, flashers, cones, traffic safety drums, and other traffic control devices required by the approved traffic control plan(s) as well as any other appropriate signs prescribed by the Engineer shall be furnished by the Contractor. Delete the last two sentences. The third paragraph is revised as follows: Delete item 2. Revise item 3 to read: Furnishing, initial installation and subsequent removal of both Class A and B construction signs; and 1- 10.3(5) Temporary Traffic Control Devices • The first and second sentences are revised as follows: Delete the phrase "Temporary Traffic Control Devises" and replace it with "Maintenance and Protection of Traffic ". 1 -10.4 Measurement Delete the second paragraph and replace with the following: "Maintenance and Protection of Traffic" shall cover all traffic control labor as set forth in Section 1- 10.3(1), except the labor for Traffic Control Supervisor, and furnishing all temporary traffic control devices as set forth in Section 1- 10.3(5) as required by the approved Traffic Control Plan. 1 -10.5 Payment (APWA Only) Add the following pay item: "Maintenance and Protection of Traffic," per Lump Sum The lump sum contract price shall be full compensation for furnishing and maintaining flaggers, modifying or adapting the Traffic Control Plan, furnishing, maintaining, moving and removing temporary traffic control signs and devises, traffic control vehicle, pilot car, and other traffic control measures required by the Approved Traffic Control Plan. No further payment will be made. The Contractor's bid shall equal or exceed the Minimum Bid amount shown. 32 DIVISION 2 - EARTHWORK 2 -07 WATERING 2 -07.3 Construction Requirements Supplement this section with the following: The Contractor shall secure permission from and comply with all requirements of the City of Yakima Water Division or Nob Hill Water Association, whichever has jurisdiction within the project area, before obtaining water from fire hydrants. The Contractor shall notify the Engineer as soon as such permission is granted. The Contractor shall use hydrant wrenches only to open hydrants. While using hydrants, the contractor shall make certain that the hydrant valve is fully open in order to prevent damage to the hydrant valve. A metered hydrant connection furnished by the water utility shall be used as an auxiliary valve on the outlet line for control purposes. Fire hydrant valves shall be closed slowly to avoid a surge in the system causing undue pressure on the water lines. The Contractor shall carefully note the importance of following these directions. If a hydrant is damaged due to the Contractor or an employee of the Contractor, the Contractor shall immediately notify the water utility so that the damage can be repaired as quickly as possible. Upon completing the use of the hydrants, the Contractor shall notify the water utility so that the hydrants may be inspected for possible damage. Any damage resulting from the use of the hydrants by the Contractor will be repaired by the water utility, and the cost thereof shall be withheld, if necessary, from the final payment to the Contractor. The Contractor shall furnish all equipment and tools, except the metered hydrant connection, that may be necessary to meet the requirements of the water distribution agency pertaining to hydrant use. Violation of these requirements will result in fines and will lay the Contractor liable for damage suits because of malfunctioning of damaged fire hydrants, in the event of fire. 2-07.4 Measurement This section is revised to read: Water shall be measured with the metered hydrant connection. 2 -07.5 Payment This section is revised to read: Water will be furnished by the water utility without charge, but the Contractor shall convey the water from the nearest convenient hydrant or other source at his own expense. 33 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 than consist of providing and playing nne or mor la 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- 04.3(8)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. 34 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 Sectionl -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 35 finishing courses of HMA plant mix material in lane widths required by the paving section shown in the Plans. 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 not 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 Rollers 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 compliance with the requirements of Section 5- 04.3(10). The use of equipment that results in crushing of the aggregate will not 36 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. The joint between the new pavement and existing pavement shall then be painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. 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-lh 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 HMA 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 37 blading or brooming with equipment and procedures approved by the Engineer, until the HMA pavement is placed. 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 prim . a coat treatment The HMA shall he c the prepared ade r duc bg r' v veu subgrade. 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 1/4-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. 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. 38 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. The Contractor shall provide a mix design, performed in accordance with WSDOT Method 732 to the Engineer for approval at least 5 working days prior to any paving operation. 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. 39 The maximum amount of recycled materials permitted in the mix shall be 30 percent. • 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 hinder 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- 04.3(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. Statistical Evaluation will be administered under the provisions of Section 5- 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, paths, trails, gores and other nonstructural applications as approved by the Project 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. The proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of statistical and nonstatistical evaluation. 40 1 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 BD E 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 Materials and mixed in the laboratory with the designated grade of asphalt binder, HMA mixtures with the following test values can be produced: 41 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 -4.5 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 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 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. 42 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 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. 43 • 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 WAQ T C 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 subiot. 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 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: 44 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 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 random 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. 45 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. 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 46 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, speed change, and left turn channelization, and having a specified compacted course thickness greater than 0.10 foot, shall be compacted to a minimum of 91.0 percent of the reference maximum density as determined by WSDOT FOP for AASHTO T 209. The level of compaction attained will be determined as the average of not less than 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. Control lots not meeting the minimum density standard shall be removed and replaced with satisfactory material at no cost to the City. At the option of the Engineer, non - complying material may be accepted at a reduced price. For compaction lots not meeting the minimum density standard, 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 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 gauge 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. 47 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. The Contractor shall provide adequate platforms to enable samples to be obtained without the Engineer entering the hauling vehicle. Acceptance testing for compliance of asphalt content will use the Nuclear Asphalt Gauge Procedure: WSDOT Test Method 722 -T. Acceptance testing for compliance of gradation will use the Quick Determination of Aggregate Gradation Using Alternate Solvent procedure: WSDOT Test Method 723 -T. 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:1 V 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 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 48 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 1/4 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 1 /4 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, and monuments are encountered or are to be located within the asphalt pavement area, these items are either to be removed or not put in place until after the paving operation has been completed. The location of each utility appurtenance and all monuments shall be referenced prior to the start of paving operations and a temporary covering shall be placed over the appurtenances to facilitate the continuous paving operation. After paving has been completed, the Contractor shall furnish, install and adjust new casting on all new and existing public utility structures and monument cases as shown in the Plans. Utility castings shall not be adjusted to the finished grade until the pavement is completed, at which time the center of each structure and each monument shall be relocated using the references previously established by the Contractor. The asphalt concrete pavement shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the rim plus two feet. The new rim shall be placed on cement concrete blocks or adjustment rings and wedged up to the desired grade. The base materials shall be removed and Class 3000 cement concrete shall be placed within the entire volume of the excavation up to, but not to exceed, 1 -1/2" below the finished pavement surface. 49 On the following day, the concrete, the edges of the asphalt concrete pavement and the outer edge of the casting shall be painted with hot asphalt cement. Class G asphalt concrete shall then be placed and compacted with hand tampers and a patching roller. The completed patch shall match the existing paved surface for texture, density and uniformity of grade. The joint between the patch and existing pavement shall then be • painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. 5- 04.3(14) Planing Bituminous Pavement 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 or reconstructed 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: 50 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, the ramp may be closed for the minimum time required to place and compact the HMA. In hot 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, including 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 51 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 a o th er com o f th 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 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. 52 (,*„ * *) 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 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. 53 "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. "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. "Adjust Water Valves" per each "New Monument Case and Cover", per each The unit contract price, per each, for adjusting the water valves and new monument case and covers shall be full compensation for furnishing all labor, equipment and materials, to jack- hammer out the existing casings, and install new casings to finish elevations. 54 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 7 -05 MANHOLES, INLETS, AND CATCH BSINS 7-05.3 Construction Requirements 7- 05.3(1) Adjusting Manholes and Catch Basins to Grade Revise this section to read: All Monuments and other utility castings shall be adjusted in accordance with Section 5- 04.3(13). 55 DIVISION 8 MISCELLANEOUS CONSTRUCTION • 8 -30 REPAIR OR REPLACEMENT (New Section) 8 -30.1 Description This 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 of 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. 56 DIVISION 9 - MATERIALS 9 -03 AGGREGATES 9 -03.8 Aggregates for Asphalt Concrete 9- 03.8(3)C Gradation -- Recycled Asphalt Pavement and Mineral Aggregate Revise the second paragraph as follows: Delete the reference to Section 9- 03.8(6)A 9- 03.8(6)A Basis of Acceptance Delete this section. 57 58 Bond No. 104340696 RETAINAGE BOND KNOW ALL MEN BY THESE PRESENT: That we Superior Paving Co. , a corporation existing under and by virtue of the laws of the State of Washington and authorized to do business in the State of Washington, as Principal, and Travelers Casualty and Surety Company of Americaa corporation organized and existing under the laws of the State of CT and authorized to transact the business of surety in the State of Washington, as Surety, are jointly and severally held and bound unto City of Yakima City of Yakima hereinafter called Obligee, and are similarly held and bound unto the beneficiaries of the trust fund created by RCW 60.28 as their heirs, executors, administrators, successors and assigns, in the penal sum of Five Thousand Six Hundred Ninety Five Dollars and 65/100 ( $5,695.65 ) plus 5% of any increased in the contract amount that have occurred or may occur, due to change orders, increases in the quantities or the addition of any new item of work. WHEREAS, on the WY- day of ��k/IA\/ , the said Principal herein executed Contract No. 2061 with s ret v Cnm a p v an I p fAmerira City Project f or Cit ect No. 2062, 2004 Fruitvale Blvd Overlay, S. 6th Ave to S.16th Ave WHEREAS, said contract and RCW 60.28 requires the City of Yakima to withhold from the Principal the sum of 5% from monies earned by the Contractor on estimates during the progress of construction, hereinafter referred to as earned retained funds. AND NOW WHEREAS, Principal has requested that the City of Yakima not retain any future earned retained funds and that they release all of a portion of the current amount of earned retained funds as allowed under RCW 60.28. NOW THEREFORE, the condition of this obligation is such that if the Principal shall use the earned retained funds which will not be retained or shall use such funds which are now being released, for the trust fund purposes of RCW 60.28, then this obligation shall be null and void; otherwise it shall remain in full force and effect. IN WITNESS WHEREOF, said Principal and said Surety have caused these presents to be duly signed and sealed this \4 day of N.A \ A.D. '20 • Superior Paving Co. B �� y Principal BILL HAD/NETT, VICE - PRESIDENT Drian -6i3, rrcoidont T - velers Ca uaity and :ureAtompan, o America viWiew sly By: Attorney -in -Fact Paula M. McCoy • 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: Anne E. Strieby, James B. Binder, Paula M. McCoy, Carrie Ester, 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. (11 - Standard) 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 2nd day of August, 2003. STATE OF CONNECTICUT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY }SS. Hartford FARMINGTON CASUALTY COMPANY COUNTY OF HARTFORD • �j�w!O% ' J rv CY ANp s r ,ASU q � ' a HAR TFORD, G 9 < t3r' ] q g T� �O By ..7..................____ coNN. , W i C o Z * 3 a� � George W. Thompson VA 4 _ Fa d Y * `' Senior Vice President On this 2nd day of August, 2003 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. 4 1 t mom C t.arAizau ldi" My commission expires June 30, 2006 Notary Public X1 ``' 1 ` Marie C. Tetreault CERTIFICATE • I, the undersigned, Assistant Secretary 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 , 20 . Huai 0� tv AN, s Ict:11784429:04„,c3j GASu,14. _ (14-C84 a i`Haar,,. { BY ; Kori M. Johanson ��� "1 ```� ✓✓ ° 4 4 * 0 Assistant Secretary, Bond CONTRACT THIS AGREEMENT, made and entered into in triplicate, this day of , 2004, by and between the City of Yakima, hereinafter called the Owner, and 0. a Washington Corporation, hereinafter called the Contractor. l 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: $ 113, 9'/3 OOfor 2004 Fruitvale Blvd. Overlay, Project No. , 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 2004. �� a /./9 Corporation Contractor By: City Manager Attest: ,`/ / tga. t". LG (Print Name) City Clerk Its I C C' - :- (President, Owner, etc.) Address: I'd / 0 tilt A /2'1 59 PERFORMANCE BOND BOND TO CITY OF YAKIMA KNOW ALL MEN BY THESE PRESENTS: BOND NO . 104340695 That we, the undersigned, a TRAVELERS CASUALTY AND SURETY . Washington Corporation as Principal and rnMPANY ray AMFR.II'A a corporation organized and existing under the laws of the State of CT as a surety corporation, and qualified • under the taws of the Slate of Washington to become surety upon bands of contractors with municipal corporations, as surety, are jointly and severally held and firmly bound to the CITY OF YAKIMA in the penal sum of$113,913.00 for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinances of the CITY OF YAKIMA. DATED at Yakima, Washington, this � day of ill 20i, Never - the -less, the conditions of the above obligations are such that: WHEREAS, pursuant to action taken by the Yakima City Council on > A \4 20,1A.. the City Manager and City Clerk of the CITY OF YAKIMA has let or is about to let to the said SU AV PI G CO . the above bounded Principal, a certain contract, the said contract being numbered ,206 � ; and providing for 2004 FRUITVALE BLVD OVERLAY (which contract is referred to herein and is made a part hereof as though attached hereto), and, WHEREAS, the said Principal has accepted, or is about to accept, the said contract, and undertake to perform the work therein provided for in the manner and within the time set forth: NOW THEREFORE, if the said SUPERIOR PAVING._ CO. shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of — 'time es may be granted under said contract, and shall pay all laborers, mechanics, sub - contractors and material men, and all persons who shall supply said principal or sub - contractors with provisions and supplies for the carrying on of said work, and shall hold said CITY OF YAKIMA, its employees, agents, and elected or appointed officials, harmless from any damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any sub- contractor in the performance of said work and shall indemnify and hold the CITY OF YAKIMA,.its emplgyees, agents, and elected or appointed officials, harmless from any damage or expense by reason of failure of performance as specified in said contract or frorn defects appearing or developing in the material or workmanship provided or performed under said contract within a period of one year after its acceptance thereof by the CITY OF YAKIMA, then and in that event this obligation shall be void, but otherwise it shall be and remain in full force and effect SUPERIOR PAVING CO. (Coat lor) BILL — — (Print Name) Approv totarm: %;). t : VIcE — PRESIDENT (President, Owner. etc...) v (City Attorney) T • ' ER ASUAL 21D . • r�1Y COMPANY OF AMERICA Sy: .A / Paula M. McCoy , (Print Name) Its:. Attorney —in —Fact 61 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 2nd day of August, 2003. STATE OF CONNECTICUT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA }SS. Hartford TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY COUNTY OF HARTFORD g W5w149 w JP,TY ANO A SEJ '" a I tll i RW O RD w HAR 0 19 8 2 p B y ----...°?'44--. N, / g , CONN. � ° I0 ;D George W. Thompson t ": O `6 4 . ti a da b ey * 'a Senior Vice President On this 2nd day of August, 2003 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. t rert ti . wit VY\OUVIoto e. tOaktta.idi :44 avp My commission expires June 30, 2006 Notary Public Marie C. Tetreault CERTIFICATE I, the undersigned, Assistant Secretary 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 , 20 . • xx gJFL Ay S ,G,�,Asu,1C �"� u� G9 m X 04 * tr ‘7.53-2:t _CaL `� I HAR'i'F6RD, � a H�CORD, AA7 - <u aF 19 S 2� o± By 1 BON CONN. o * t Ae 4 a Kori M. Johanson Assistant Secretary, Bond ACORD CERTIFICATE OF LIABILITY INSURANCE OP ID RY DATE(MM /DD /YYYY) SUPE -25 07/15/04 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 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. INSR 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 GL0343718602 03/31/04 03/31/05 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 , 0 0 0 , 0 0 0 POLICY X PRO LOC JECT AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT A X ANY AUTO BAP343718702 03/31/04 03/31/05 (Ea accident) $ 2,000,000 X ALL OWNED AUTOS BODILY X SCHEDULED AUTOS (Per persl n) URY $ X HIRED AUTOS 4 BODILY INJURY $ X NON -OWNED AUTOS C � d�° // / (Per accident) / POER D AMAGE $ /J (Per R a ) GARAGE LIABILITY ' + O "� AUTO ONLY - EA ACCIDENT $ ANY AUTO r° 4 11 EA ACC $ OTHER THAN P 4 AUTO ONLY: AGG $ s Olik il EXCESS /UMBRELLA LIABILITY EACH OCCURRENCE $ OCCUR CLAIMS MADE G AGGREGATE $ $ DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION AND WC STAI U- 0TH - TORY LIMITS ER EMPLOYERS' LIABILITY WASHINGTON STOP GAP E.L. EACH ACCIDENT $ 1,000,000 ANY PROPRIETOR/PARTNER /EXECUTIVE A OFFICER/MEMBEREXCLUDED? GL0343718602 03/31/04 03/31/05 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 If yes, describe under SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 OTHER I DESCRIPTION OF OPERATIONS /LOCATIONS /VEHICLES /EXCLUSIONS ADDED BY ENDORSEMENT /SPECIAL PROVISIONS Re: 2004 Fruitvale Blvd. Overlay S 6th Ave to A 16th Ave City of Yakima, their employees, agents and elected or appointed officials (are named as Additional Insured XXXX CERTIFICATE HOLDER CANCELLATION YAKI - 0 6 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 — Engineering Division 129 North Second Street Yakima, WA 98901 ' A IZED TATI ACORD 25 (2001/08) ©ACORD CORPORATION 1988 07/20/04 TUE 09:53 FAX 206 323 8365 BROWN & BROWN OF WA Z003 POLICY NUMBER: MO 3437186 -02 COMMERCIAL GENERAL UABIUTY CG20101001 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION • This endorsement modifies insurance provided under the following: COMMERCIAL. GENERAL LIABILITY COVERAGE PART • SCHEDULE Name of Person or Organization: ANY PERSON OR ORGANIZATION WITH WHOM YOU HAVE AGREED, THROUGH WRITTEN CONTRACT, AGREEMENT OR PERMIT TO PROVIDE ADDITIONAL INSURED COVERAGE, PROVIDED THE WRITTEN CONTRACT, AGREEMENT OR PERMIT WAS EXECUTED PRIOR TO A LOSS, (If no entry appears above, information required to complete this gnrtnrserne nt w!!! be shown ;;, thG DeJ(:IArxiiinric �e n rn thig erdcr:::::ment..; - - - - A. Section II — Who Is An Insured is amended to (1) All work, including materials, parts include as an insured the person or organization or equipment furnished in shown In the Schedule, but only with respect to connection with such work, on the liability arising, out of your ongoing operations project (other than service, mainte- performed for that insured. nance or repairs) to be performed by B. With respect to the insurance afforded to these or on behalf of the additional In- additional insureds, the following exclusion is sured(s) at the site of the covered added: operations has been completed; • or 2. Exclusions (2) That portion of "your work" out of This Insurance does not apply to "bodily In- which the injury or damage arises any been put to or its intended niz do use by jury" or "property damage" occurring after: any person or organization other than another contractor or subcon- tractor engaged in performing op- erations for a. principal as a part of the same project. • • • • CG 2010 10 01 © ISO Properties, Inc., 2000 Page 1 of 1 PREVAILING WAGE RATES Federal wage Rates Prevailing Wage Rates for Yakima County (with Supplemental Wage Rates & Benefit Key Code) 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 69 STATE WAGE RATES ARE INSERTED FOLLOWING THIS PAGE 71 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section - Telephone (360) 902 -5335 PO Box 44540, Olympia, WA 98504 -4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. • On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. YAKIMA COUNTY Effective 03 -03 -04 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $25.78 1N 5D BOILERMAKERS JOURNEY LEVEL $43.47 1B 5N BRICK AND MARBLE MASONS JOURNEY LEVEI $32.77 1M 5A CABINET MAKERS (IN SHOP) JOURNEY LEVEL $19.24 1 CARPENTERS ACOUSTICAL WORKER $30.20 i M 5D BRIDGE, DOCK AND WARE CARPENTERS $37.62 1M 5D CARPENTER $29.94 1M 5D CREOSOTED MATERIAL $30.04 1M 5D DRYWALL APPLICATOR $29.94 1 M 5D FLOOR FINISHER $30.07 1M 5D FLOOR LAYER $30.07 1M 5D FLOOR SANDER $30.07 1M 5D MILLWRIGHT $38.62 1M 5D PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $37.82 1M 5D SAWFILER $30.07 1M 5D SHINGLER $30.07 1M 5D STATIONARY POWER SAW OPERATOR $30.07 1M 5D STATIONARY WOODWORKING TOOLS $30.07 1M 5D CEMENT MASONS JOURNEY LEVEL $29.36 IN 5D DIVERS & TENDERS DIVER $79.57 1M 5D 8A DIVER TENDER $40.67 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $38.37 1B 5D 8L ASSISTANT MATE (DECKHAND) $37.91 1B 5D 8L BOATMEN $38.37 1B 5D 8L ENGINEER WELDER $38.42 1B 5D 8L LEVERMAN, HYDRAULIC $39.85 1B 5D 8L MAINTENANCE $37.91 1B 5D 8L MATES $38.37 1B 5D 8L OILER $38.02 1B 5D 8L DRYWALL TAPERS JOURNEY LEVEL $27.03 1P 5A ELECTRICIANS - INSIDE JOURNEY LEVEL $41.11 1J 5A ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER $48.96 4A 5A CERTIFIED LINE WELDER $44.65 4A 5A GROUNDPERSON $32.13 4A 5A HEAD GROUNDPERSON $33.93 4A 5A HEAVY LINE EQUIPMENT OPERATOR $44.65 4A 5A JACKHAMMER OPERATOR $33.93 4A 5A JOURNEY LEVEL LINEPERSON $44.65 4A 5A LINE EQUIPMENT OPERATOR $37.87 4A 5A POLE SPRAYER $44.65 4A 5A POWDERPERSON $33.93 4A 5A Page 1 YAKIMA COUNTY Effective 03 -03 -04 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRONIC & TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $12.07 1 ELEVATOR CONSTRUCTORS MECHANIC $49.28 4A 6Q MECHANIC IN CHARGE $54.18 4A 6Q FENCE ERECTORS FENCE ERECTOR $21.64 1 FLAGGERS JOURNEY LEVEL $24.06 1N 5D GLAZIERS JOURNEY LEVEL $19.51 1B 61 HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $23.18 1 HOD CARRIERS & MASON TENDERS JOURNEY LEVEL $26.26 1N 5D INSULATION APPLICATORS JOURNEY LEVEL $32.91 1 IRONWORKERS JOURNEY LEVEL $39.92 1B 5A LABORERS ALL CLASSIFICATIONS $18.12 1 LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $7.38 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $15.45 1 LANDSCAPING OR PLANTING LABORERS $7.63 1 LATHERS JOURNEY LEVEL $29.94 1M 5D PAINTERS JOURNEY LEVEL $20.05 1 PLASTERERS JOURNEY LEVEL $39.33 1R 5A PLUMBERS & PIPEFITTERS JOURNEY LEVEL $44.58 1Q 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $36.19 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER) $38.73 IT 5D 8L BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YD) $39.19 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH $39.70 IT 5D 8L BACKHOES, (75 HP & UNDER) $38.36 IT 5D 8L BACKHOES, (OVER 75 HP) $38.73 IT 5D 8L BARRIER MACHINE (ZIPPER) $38.73 1T 5D 8L BATCH PLANT OPERATOR, CONCRETE $38.73 1T 5D 8L BELT LOADERS (ELEVATING TYPE) $38.36 1T 5D 8L BOBCAT $36.19 1T 5D 8L BROOMS $36.19 1T 5D 8L BUMP CUTTER $38.73 1T 5D 8L CABLEWAYS $39.19 1T 5D 8L CHIPPER $38.73 IT 5D 8L COMPRESSORS $36.19 IT 5D 8L CONCRETE FINISH MACHINE - LASER SCREED $36.19 IT 5D 8L CONCRETE PUMPS $38.36 IT 5D 8L CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $38.73 1T 5D 8L CONVEYORS $38.36 1T 5D 8L CRANES, THRU 19 TONS, WITH ATTACHMENTS $38.36 1T 5D 8L CRANES, 20 - 44 TONS, WITH ATTACHMENTS $38.73 1T 5D 8L CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING $39.19 1T 5D 8L JIB WITH ATACHMENTS) CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $39.70 1T 5D 8L WITH ATTACHMENTS) Page 2 YAKIMA COUNTY Effective 03 -03 -04 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $40.21 1T 5D 8L WITH ATTACHMENTS) CRANES, A- FRAME, 10 TON AND UNDER $36.19 IT 5D 8L CRANES, A- FRAME, OVER 10 TON $38.36 IT 5D 8L CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $40.73 IT 5D 8L ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE (20 - 44 TONS) $38.73 IT 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (45 - 99 TONS) $39.19 1T 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $39.70 1T 5D 8L CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $39.70 IT 5D 8L CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $40.21 1T 5D 8L CRUSHERS $38.73 IT 5D 8L DECK ENGINEER/DECK WINCHES (POWER) $38.73 1T 5D 8L DERRICK, BUILDING $39.19 IT 5D 8L DOZERS, D -9 & UNDER $38.36 IT 5D 8L DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $38.36 1T 5D 8L DRILLING MACHINE $38.73 IT 5D 8L ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $36.19 1T 5D 8L EQUIPMENT SERVICE ENGINEER (OILER) $38.36 1T 5D 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $38.73 IT 5D 8L FORK LIFTS, (3000 LBS AND OVER) $38.36 1T 5D 8L FORK LIFTS, (UNDER 3000 LBS) $36.19 1T 5D 8L GRADE ENGINEER $38.36 IT 5D 8L GRADECHECKER AND STAKEMAN $36.19 1T 5D 8L GUARDRAIL PUNCH $38.73 IT 5D 8L HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $38.36 1T 5D 8L HORIZONTAUDIRECTIONAL DRILL LOCATOR $38.36 1T 5D 8L HORIZONTAUDIRECTIONAL DRILL OPERATOR $38.73 1T 5D 8L HYDRALIFTS /BOOM TRUCKS (10 TON & UNDER) $36.19 1T 5D 8L HYDRALIFTS /BOOM TRUCKS (OVER 10 TON) $38.36 1T 5D 8L LOADERS, OVERHEAD (6 YD UP TO 8 YD) $39.19 1T 5D 8L LOADERS, OVERHEAD (8 YD & OVER) $39.70 1T 5D 8L LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $38.73 1T 5D 8L LOCOMOTIVES, ALL $38.73 1T 5D 8L MECHANICS, ALL $39.19 1T 5D 8L MIXERS, ASPHALT PLANT $38.73 IT 5D 8L MOTOR PATROL GRADER (FINISHING) $38.73 1T 5D 8L MOTOR PATROL GRADER (NON- FINISHING) $38.36 1T 5D 8L MUCKING MACHINE, MOLE, TUNNEL DRILL AND /OR SHIELD $39.19 IT 5D 8L OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $36.19 1T 5D 8L OPERATOR PAVEMENT BREAKER $36.19 1T 5D 8L PILEDRIVER (OTHER THAN CRANE MOUNT) $38.73 1T 5D 8L PLANT OILER (ASPHALT, CRUSHER) $38.36 1T 5D 8L POSTHOLE DIGGER, MECHANICAL $36.19 1T 5D 8L POWER PLANT $36.19 1T 5D 8L PUMPS, WATER $36.19 IT 5D 8L QUAD 9, D -10, AND HD -41 $39.19 1T 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $39.19 1T 5D 8L EQUIP RIGGER AND BELLMAN $36.19 IT 5D 8L ROLLAGON $39.19 1T 5D 8L ROLLER, OTHER THAN PLANT ROAD MIX $36.19 IT 5D 8L ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $38.36 1T 5D 8L ROTO -MILL, ROTO- GRINDER $38.73 IT 5D 8L SAWS, CONCRETE $38.36 1T 5D 8L SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $38.73 1T 5D 8L OFF -ROAD EQUIPMENT ( UNDER 45 YD) Page 3 . YAKIMA COUNTY Effective 03 -03 -04 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code • SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $39.19 IT 5D 8L OFF -ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $38.36 1T 5D 8L SCREED MAN $38.73 IT 5D 8L SHOTCRETE GUNITE $36.19 1T 5D 8L SLIPFORM PAVERS $39.19 1T 5D 8L SPREADER, TOPSIDE OPERATOR - BLAW KNOX $38.73 1T 5D 8L SUBGRADE TRIMMER $38.73 IT 5D 8L TOWER BUCKET ELEVATORS $38.36 IT 5D 8L TRACTORS, (75 HP & UNDER) $38.36 1T 5D 8L TRACTORS, (OVER 75 HP) $38.73 1T 5D 8L TRANSFER MATERIAL SERVICE MACHINE $3 IT 5D 8L TRANSPORTERS, ALL TRACK OR TRUCK TYPE $39.19 1T 5D 8L TRENCHING MACHINES $38.36 1T 5D 8L TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $38.36 1T 5D 8L TRUCK CRANE OILER/DRIVER (100 TON & OVER) $38.73 1T 5D 8L TRUCK MOUNT PORTABLE CONVEYER $38.73 IT 5D 8L WHEEL TRACTORS, FARMALL TYPE $36.19 1T 5D 8L YO YO PAY DOZER $38.73 1T 5D 8L POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $32.01 4A 5A SPRAY PERSON $30.29 4A 5A TREE EQUIPMENT OPERATOR $30.71 4A 5A TREE TRIMMER $28.43 4A 5A TREE TRIMMER GROUNDPERSON $20.89 4A 5A REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC $44.58 1Q 5A ROOFERS JOURNEY LEVEL $27.03 1J 51 USING IRRITABLE BITUMINOUS MATERIALS $30.03 1J 51 SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $36.34 1B 5A SOFT FLOOR LAYERS JOURNEY LEVEL $21.76 1N 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $7.16 1 SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $34.95 1R 51 SURVEYORS CHAIN PERSON $9.25 1 INSTRUMENT PERSON $12.05 1 PARTY CHIEF $15.05 1 TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER $27.84 2B 5A HOLE DIGGER/GROUND PERSON $15.69 2B 5A INSTALLER (REPAIRER) $26.70 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $25.91 2B 5A SPECIAL APPARATUS INSTALLER I $27.84 2B 5A SPECIAL APPARATUS INSTALLER II $27.28 2B 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $27.84 2B 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $25.91 2B 5A TELEVISION GROUND PERSON $14.89 2B 5A TELEVISION LINEPERSON /INSTALLER $19.81 2B 5A JOURNEY LEVEL $30.40 1K 5A TRUCK DRIVERS ASPHALT MIX $14.19 1 DUMP TRUCK $27.09 2G 61 DUMP TRUCK & TRAILER $27.09 2G 61 Page 4 YAKIMA COUNTY Effective 03 -03 -04 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code OTHER TRUCKS $27.09 2G 61 TRANSIT MIXER $27.09 2G 61 WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $11.15 1 OILER $9.20 1 WELL DRILLER $17.68 1 Page 5 BENEFIT CODE KEY - EFFECTIVE 03 -03 -04 OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. D. THE FIRST EIGHT (8) HOURS ON SATURDAYS OF A FIVE - EIGHT HOUR WORK WEEK AND THE FIRST EIGHT (8) HOURS WORKED ON A FIFTH CALENDAR DAY, EXCLUDING SUNDAY, IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY ON SATURDAY; ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS IN A FIFTH CALENDAR WEEKDAY OF A FOUR - TEN HOUR SCHEDULE; ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH FRIDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED IN EXCESS OF 10 PER DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 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 AND SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. G. THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. I. ALL HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF THE HOURLY RATE OF WAGE. WORK PERFORMED ON SUNDAYS SHALL BE PAID AND DOUBLE THE HOURLY RATE OF WAGE. WORK PERFORMED ON A HOLIDAY SHALL BE PAID ONE AND ONE -HALF TIMES THEIR HOURLY RATE FOR ACTUAL HOURS WORKED PLUS EIGHT (8) HOURS OF STRAIGHT TIME FOR THE HOLIDAY. J. THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. BENEFIT CODE KEY - EFFECTIVE 03 -03 -04 -2- P. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) AND SUNDAYS SHALL BE PAID AT ONE AND ONE - HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Q. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. 1. T. ALL HOURS WORKED ON SATURDAYS, EXCEPT MAKE -UP DAYS, SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED AFTER 6:00PM SATURDAY TO 6:00AM MONDAY AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE -UP DAyc) SHALL BE PAID AT ONE AND ONE - HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES • THE HOURLY RATE OF WAGE. 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. A. THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE - HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY. H. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS 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 IN ADDITION TO THE HOLIDAY PAY. 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. BENEFIT CODE KEY - EFFECTIVE 03 -03 -04 -3- M. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE • OF WAGE. O. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. 4. A. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. • HOLIDAY CODES 5. A. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). 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 YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). D. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). E. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9). G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7). H. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS (6). I. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). N. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9). O. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). 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: SEVEN (7) PAID HOLIDAYS. V. PAID HOLIDAYS: SIX (6) PAID HOLIDAYS. W. PAID HOLIDAYS: NINE (9) PAID HOLIDAYS. X. HOLIDAYS: AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080 HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8). Y. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8). BENEFIT CODE KEY - EFFECTIVE 03 - 03 - 04 -4- 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, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY. (9) C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAV THE DAY AFTE R THANKSGIVING DAV THE I AST 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). 6. H. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). I. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). L. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (8) Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERAN'S • DAY THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY, UNPAID HOLIDAY: PRESIDENTS' DAY. S. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (8). T. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). U. HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY (9). V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE (10). W. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE CHRISTMAS DAY (10). X. PAID HOLIDAYS: NEW YEAR'S DAY, DAY 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 BENEFIT CODE KEY - EFFECTIVE 03 -03 -04 -5- OVER 200' - DIVERS MAY NAME THEIR OWN PRICE D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL $1.00 PER HOUR. L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $0.75, LEVEL B: $0.50, AND LEVEL C: $0.25. M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A & B: $1.00, LEVELS C & D: $0.50. N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $1.00, LEVEL B: $0.75, LEVEL C: $0.50, AND LEVEL D: $0.25. 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: 2004 Fruitvale Blvd. Overlay 6 th Avenue to 16 Avenue City Project No. 2061 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. 73 ITEM PROPOSAL BID SHEET City of Yakima 2004 Street Overlay City Project No. 2061 ITEM PROPOSAL ITEM UNIT PRICE AMOUNT NO. PAYMENT SECTION QTY UNIT DOLLARS DOLLARS 1 SPILL PREVENTION PLAN 1 LS 6 Y) DC) 1 -07.15 2 MOBILIZATION 1 LS .67 ©O ©.dv vva. D6 1 -09.7 3 TRAFFIC CONTROL SUPERVISOR 80 HR 3 52o N a re)o • v0 1 -10.5 4 MAINTENANCE AND PROTECTION OF TRAFFIC (Min. Bid $10,000) I LS /j, .1)0 AO e e).% %©e) 1- 10.5 5 PLANING BITUMINOUS PAVEMENT 14,920 SY e 90 /3 O o 5 -04.5 6 HMA, CLASS 'A' WITH PG64 -28 1,850 TON f)e_) 6/, 05 ae) 5 -04.5 7 HMA FOR PRELEVELING, CLASS 'G' 200 TON Ea3, e)e) /tOtJ•d ? 5-04.5 8 FABRIC MEMBRANE INTERLAYER 13,850 SY ,. 7e 7 496 5 -04.5 9 ADJUST WATER VALVES 2 EA 9/0 , n4 5 -04.5 9 ADJUST MONUMENTS 6 EA 3 56.619 /30 5 -04.5 11 REPAIR OR REPLACEMENT 1 FA 2,000.00 2,000.00 8 -30.5 TOTAL BID ; // 3,9/3 75 Proposal Bond KNOW ALL MEN BY THESE PRESENTS, That we, Superior Paving Co. of PD. Box 10268, Yakima, WA 98909 as principal, and the Travelers Casualty and Surety Company of America a corporation duly organized under the laws of the state of CT , and authorized to do business in the State of Washington, as surety, are held and firmly bound unto the City of Yakima in the full and penal sum of five (5) percent of the total amount of the bid proposal of said principal for the work hereinafter described, for the payment of which, well and truly to be made, we bind our heirs, executors, administrators and assigns, and successors and assigns, firmly by these presents. The condition of this bond is such, that whereas the principal herein is herewith submitting his or its sealed proposal for the following highway construction, to wit: 2004 Fruitvale Boulevard Overlay, 6th Avenue to 165th Avenue said bid and proposal, by reference thereto, being made a part hereof. NOW, THEREFORE, If the said proposal bid by said principal be accepted, and the contract be awarded to said principal, and if said principal shall duly make and enter into and execute said contract and shall furnish bond as required by the City of Yakima within a period of twenty (20) days from and after said award, exclusive of the day of such award, then this obligation shall be null and void, otherwise it shall remain and be in full force and effect. IN TESTIMONY WHEREOF, The principal and surety have caused these presents to be signed and sealed this 8th day of July , 2004 . SuperioraP T ! Co. —�__� B Y'____ �'�a..��- �v evin Ladwig, (Principal. ice- President Travelers Casualty and Surety Company of America (S e y) (7 aaula M. McCoy (Attorney -in- -fact) DOT Form 272 -001 Revised 08 /01 for Local Agency Use 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 program 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 further provides that the Federal Government will pay a share of such losses. Specifically, the Federal Government will pay 90% of the amount of covered losses caused by certain acts of terrorism which is in excess of Travelers' 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 coverage 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 imbedded in your overall premium, and is no more than one percent of your premium. 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: Anne E. Strieby, James B. Binder, Paula M. McCoy, Carrie Ester, 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. (11.00 Standard) 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 2nd day of August, 2003. STATE OF CONNECTICUT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA }SS. Hartford TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY COUNTY OF HARTFORD ,,, 40 Q TY AN, N'ip Fc m i 2 HARTFORD,' < t4 1 9 $ 2 By � 1 CONN.), ad o ° .1 „d a George W. Thompson N " d d e ` • `' Senior Vice President iwika On this 2nd day of August, 2003 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. " 111.*r t * POMP * nNALLe My commission expires June 30, 2006 Notary Public 1,4L ' Marie C. Tetreault CERTIFICATE I, the undersigned, Assistant Secretary 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 fzarthermore, 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 8 day of July , 2 04 f l7 FT C tr� I ., .._ G � ��3 0 By 1 J a S nta 1 : tiAF(iFUAL`� l < t5 1963 .,! f� '�d �a Kori M. Johanson " 1 . , ''y - ►� `' Assistant Secretary, Bond NON - COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report bid rigging activities call: I - 800 -424 -9071 The U.S. Department of Transportation (USOOT) operates the above toll -free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. 79 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." 81 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 c_ Item Numbers / 5 e Jo, // 83 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. 85 RESOLUTION NO. D` 418 1 6 A RESOLUTION adopting a "Women And Minority Business Enterprise Policy" for the City of Yakima. ' WHEREAS, the City of Yakima is the recipient of federal and state assistance which assistance carries with it the obli- gation of contracting with. Women And Minority Business Enter- prises for the performance of public works, and WHEREAS, it is the intention of the City of Yakima that Women And Minority Business'Enterprises shall have the maximum practicable opportunity to participate in the performance of such public works, and WHEREAS, the City of Yakima is determined to maximize Women And Minority Business Enterprise opportunities for parti- ' cipation in its competitive bidding process through the adoption of the "Women And Minority Business Enterprise Policy" statement attached hereto, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Council hereby adopts the "Women And Minority Business Enterprise Policy ", a copy of which is attached hereto and by reference made a part hereof. ,pj� • ADOPTED BY THE CITY COUNCIL this .�Q Ui day of ILL- 1983. t nn.k A • Oa' h Nu,t.t.LQ Mayor ATTEST: 7 • a. /80-6_, City Clerk • 87 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. 89 f. The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources; by advertising in news media, specifically including minority news media; and by notifying and discussing it with all subcontractors and suppliers. g. The contractor shall make specific efforts and constant personal (both written and oral) recruitment efforts directed at all minority or women organizations, schools with minority students, minority recruitment organizations and minority training organizations, within the contractor's recruitment areas. h. The contractor shall make specific efforts to encourage present minority employees to recruit their friends and relatives. i. The contractor shall validate all man specifications; selection requirements, tests, etc. j. The contractor shall make every effort to promote after school, summer and vacation employment to minority youth. k. The contractor shall develop on- the -job training opportunities and participate and assist in any association or employer group training programs relevant to the contractor's employee needs consistent with its obligations under this bid. I. The contractor shall continually inventory and evaluate all minority and women personnel for promotion opportunities and encourage minority and women employees to seek such opportunities. m. The contractor shall make sure that seniority practices, job classifications, etc., do not have a discriminatory effect. n. The contractor shall make certain that all facilities and company activities are non- segregated. o. The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. p. The contractor shall solicit bids for subcontracts from available minority and women subcontractors, engaged in the trades covered by these Bid Conditions, including circulation of minority and women contractor associations. q. Non cooperation: In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreements, the contractor shall, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex or national origin, making full efforts to obtain qualified and /or qualifiable minorities and women. (The U.S. Department of Labor has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority or women employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246 and 23 CFR Part 230 as amended, and the Standard Specifications, such contractor shall immediately notify the City of Yakima Engineering Department or the City of Yakima Compliance Officer. 90 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: Ai certifies that: " -- (BIDD 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: 4 - / 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 b °tFiese id Conditions. / /` (Signature o Au orized Representative of Bidder) 91 SUBCONTRACTORS CERTIFICATION Subcontractors' Certification is not required at the time of bid. This Certification must be completed by each subcontractor prior to award of any subcontract. certifies that: (SUBCONTRACTOR) 1. It intends to use the following listed construction trades in the work under the subcontract and; As to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non - federal) in Yakima, Washington, subject to these Bid Condition, those trades being: and; 2. It will obtain from each of its subcontractors prior to the award of any subcontract under this subcontract the Subcontractor Certification required by these Bid conditions. (Signature of Authorized Representative of Subcontractor) 93 Materially and Responsiveness The certification required to be made by the bidder pursuant to these Bid Conditions is material, and will govern the bidder's performance on the project and will be made a part of his bid. Failure to submit the certification wilt render the bid non responsive. Compliance and Enforcement Contractors are responsible for informing their subcontractor (regardless of tier) as to their respective obligations under the conditions of the contract here (as applicable). Bidders, contractors and subcontractors hereby agree to refrain from entering into any contract or contract modification subject to Executive Order 11246, as amended on September 24, 1965, with a contractor debarred from, or who is determined not to be a responsible' bidder for, government contracts and federally assisted construction contracts pursuant to Executive Order. The bidder, contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal opportunity clause including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered by the administering agency, the contracting agency or the Office of Federal Contract Compliance pursuant to the Executive Order. Any bidder, or contractor or subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in non- compliance with these Bid Conditions and Executive Order 11246, as amended. Nothing herein is intended to relieve any contractor or subcontractor during the term of its contract on this project from compliance with Executive Order 11246, as amended, and the Equal Opportunity Clause of its contract. Violation of any substantial requirement in the affirmative action plan by a contractor or subcontractor covered by these Bid Conditions including the failure of such contractor or subcontractor to make a good faith effort to meet it fair share of the trade's goals of minority and women workforce utilization, and shall be grounds for imposition of the sanctions and penalties provided at Section 209 (a) of Executive Order 11246, as amended. Each agency shall review its contractors' and subcontractors' employment practices during the performance of the contract. If the agency determines that the affirmative action plan no longer represents effective affirmative action, it shall so notify the Office of Federal Contract Compliance which shall be solely responsible for any final determination of that question and the Consequences thereof. In regard to these conditions, if the contractor or subcontractor meets its goals or if the contractor or subcontractor can demonstrate that it has made every good faith effort to meet those goals, the contractor of the subcontractor shall be presumed to be in compliance with Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions and no formal sanctions or proceedings leading toward sanctions shall be instituted unless the agency otherwise determines that the contractor or subcontractor is not providing equal employment opportunities. In judging whether a contractor or subcontractor has met its goals, the agency will consider each contractors or subcontractor's minority and women workforce utilization and will not take into consideration the minority and women workforce utilization of its subcontractors. Where the agency finds that the contractor or subcontractor has failed to comply with the requirement of Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions, the agency shall take such action and impose such sanctions as may be appropriate under Executive Order and the regulations. When the agency proceeds with such formal action, it has the burden of proving that the contractor has not met the requirements of these Bid Conditions, but the contractor's failure to meet his goals shall shift to 95 him the requirement to come forward with evidence to show that he has met the "good faith" requirements of these Bid Conditions by instituting at least the Specific Affirmative Action steps listed above and by making every good faith effort to make those steps work toward the attainment of its goals within its timetables. The pendency of such formal proceedings shall be taken into consideration by Federal agencies in determining whether such contractor or subcontractor can comply with the requirements of Executive Order 11246, as amended, and is therefore a "responsible prospective contractor" within the meaning of the Federal Procurement Regulations. It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority and women employees. The procedures set forth in theca conditions shall not apply to any contract when the heart of the contracting or administering agency determines that such contract is essential to the national security and that its award without following such procedures is necessary to the national security. Upon making such a determination, the agency head will notify, in writing, the Director of the Office of Federal Contractor Compliance within thirty days. Requests for exemptions from these Bid Conditions must be made in writing, with justification, to the: Director Office of Federal Contractor Compliance U.S. Department of Labor Washington, D.C. 20210 and shall be forwarded through and with the endorsement of the agency head. Contractors and subcontractors must keep such records and file such reports relating to the provisions of these Bid Conditions as shall be required by the contracting or administering agency or the Office of Federal Contractor Compliance. • 96 PROPOSAL CITY OF YAKIMA 2004 Fruitvale Blvd. Overlay City Project No. 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 )C IN THE AMOUNT OF 5% OF THE BID *i` Receipt is hereby acknowledged of addendum(s) No.(s) , & SIG . TURE F AUTHO - ED OFFICIAL(s) ' ' ` n /�( � �� �_ I. C � GPI _ � �� -G!'fl l7l,Q_..d.G_CeCI -. FIRM NAME _„,,d , i .1 Cd a if (ADRESS) Pd .Xc?X.., /OZ(nP �v) «t _ t3 76 t, ,, '`"t_'`J 42A- 9 P9e2' PHONE NUMBER STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER • CI `eL -/ / i96'7 FEDERAL ID No. fl-- /39374 I 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. 97 BIDDER'S CHECK LIST The bidder's attention is especially called to the following forms, which must be executed, as required, and submitted on the form purchased from the City and bound in the Contract Documents: �A. PROPOSAL The unit prices, extensions and total amounts bid must be shown in the spaces provided. B. PROPOSAL SIGNATURE SHEET To be filled in and signed by the bidder. BOND ACCOMPANYING BID This bid form is to be executed by the bidder and the surety company unless bid is accompanied by a certified check. The amount of this bond shall be not Tess than 5% of the total amount bid and may be shown in dollars or on a percentage basis. D. SUBCONTRACTOR LIST The form must be filled in. 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. 99 PLANS & DETAILS Project Details City Standard Plans Traffic Control Plan (Informational Copy) 7:3 71.0' 11 7> F- M a r te- 0 • *NOTE: EAST BOUND LANES HAVE CONCRETE 0 ROAD BED. PLANING 0.17' OR TO SECTION "A" CONCRETE, WHICHEVER IS LESS. STA. 10 +00 TO 11+50 Fri n 11 Frl r d 3> r 0 0 © 0 D 0 70 SECTION "B" D STA. 11 +50 TO 34 +70 d 71.0' LEGEND n _ PLANING BITUMINOUS PAVEMENT 0.17' 0 (/l O HMA CL "A' WITH PG64 -28 0.17' Q 2 O HMA CL 'G' FOR PRE - LEVELING AS NEEDED • O FABRIC MEMBRANE INTER LAYER SECTION "C" STA. 34 +70 TO 36 +42 9 1/2" MONUMENT CASE TO BE SATHER MFG. CO. 8" #2022 OR APPROVED EQUIVALENT 7 1/8" ( 41 : 000 ) 1/2 5/8" 7 3/16" WIDE BEAD, 1/8" HIGH 8 1/8" MONUMENT CASE MONUMENT CASE 1 1/2" CLASS "G" ASPHALT 12" (COMPACTED DEPTH) F 12X ,,,,,,,, ,,,,,,,, ,,,,,,,, • 6" CLASS 3000 CONCRETE �•• ••••�•••• j 2" ALUMINUM, BRONZE OR BRASS SURVEY CAP CRUSHED SURFACING TO BE j 5/8" REBAR — 24" LENGTH MIN. PLACED AFTER PLACEMENT OF / MONUMENT CASE SUFFICIENT TO SECURE MONUMENT NOTES 1. MONUMENT TO BE PLACED AFTER FIRST LIFT. 2. TOP OF MONUMENT CASE SHALL BE 1" BELOW TOP OF FIRST LIFT. 3. MONUMENT CASE TO BE PLACED AFTER FINAL UFT OF ASPHALT. 4. IN UNIMPROVED ROADS, THE MONUMENT CASE SHALL BE SET WITH THE TOP OF THE CASE 6" BELOW EXISTING GRADE. 5. WSDOT CLASS 3000 CONCRETE WITH AGGREGATE GRADING NO. 5. R25 SURVEY MONUMENT NTS City of Yakima — Engineering Division APPROVED: 9.15.99 CITY OF YAKIMA - STANDARD DETAIL I SURVEY MONUMENT I R25 NOTES BUFFER DATA CHANNELIZING DEVICE SPACING (FEET) MINIMUM TAPER LENGTH = L (FEET) 1. EXTEND DEVICE TAPER ACROSS SHOULDER. LANE Posted Speed (mph) BUFFER SPACE = B MPH TAPER TANGENT WIDTH 25 30 35 40 45 50 55 60 65 2 . DEVICES SHOULD NOT ENCROACH INTO 50/65 40 80 (teed ADJACENT LANES. SPEED (MPH) 25 30 35 40 45 50 55 60 65 — 10 105 150 205 270 450 500 550 - - 35/45 30 60 LENGTH (feet) 55 85 120 170 220 280 335 415 485 — 25/30 20 40 11 115 165 225 295 495 550 605 660 - 3. INSTALL PORTABLE CHANGEABLE MMATELY SIGN (WHEN SPECIFIED) APPROXIMATELY PROTECTIVE VEHICLE ROLL AHEAD DISTANCE e R 12 125 180 245 320 540 600 660 720 780 1 MILE IN ADVANCE OF LANE CLOSURE. VEHICLE TYPICAL VEHICLE POSTED STATIONARY TYPE LOADED WEIGHT SPEED OPERATION 4. USE TRANSVERSE DEVICES IN CLOSED ILBSI (mphl (feet) LANE EVERY 1000' +- 4 YARD 60 -65 100 DUMP TRUCK 24.000 50 - 55 75 5. TRAFFIC SAFETY DRUMS RECOMMENDED FOR HIGH SPEED ROADWAYS AND IN TAPER 45 50 SECTIONS. USE (IN LIEU OF CONES). . 2 TON 60 - 65 150 :ARCO TRUCK 15.000 50 - 55 100 6. ANALYZE THE TRAFFIC VOLUMES TO 45 75 W4 - 2L W20 - 5R DETERMINE WORK HOURS TO MININIZE I TON 60 - 65 200 TRAFFIC IMPACTS. CARGO TRUCK 10.000 50 - 55 150 W20 1 45 loo 7. A TEMPORARY RIGHT EDGE LINE ROLL AHEAD STOPPING DISTANCE ASSUMES DRY PAVEMENT. RIGHT LANE - 15 REQU I RED FOR A LONG TERM CLOSED ROAD CLOSURE. AHEAD WORK END AHEAD / SIGN SPACING = X (FEET) ROAD WORK G20 2A ' � Rural Roods 45/65 MPH 500'.- Uran 500 SEE NOTE S.--\ L X X X _ Rural Roods viols & 35/40 MPH 350'+ - MAX. SEE NOTE Rural Roads l „ R _ 6 2 . 7 / / 0 _ Res St Ars I // / l/ l J/ V 25/30 MPH 200'+ - O_ Resldenttdl Areas & G �� O O 1/ — Business Districts �QRK /// O .°° All signs are black on orange j// AREA./ ia � O O O O O O O unless otherwise destgnoted. —_p 0_.0 0_ o� 0J\ 0 O 41 ' 2 MIN. SEE NOTE 4. 41 SEE NOTE 7. / of L711/// p , , , of wA9y PORTABLE CHANGEABLE r F MESSAGE SIGN DISPLAYS / / 4 LEGEND PCMS �o \P Qo 4 v 1 2 ° s � � D ISTE % \ d SIGN LOCATION- TRIPOD MOUNTED S 7 0NAL �� RIGHT 1 LANE MILE (;pp SEOUENTIAL ARROW SIGN CLOSED AHEAD EXPIRES NOVEMBER 23.20031 0 0 0 TEMPORARY TRAFFIC CONTROL DEVICES 1.5 SEC 1.5 SEC RIGHT LANE CLOSURE Nei PROTECTIVE VEHICLE FOR DIVIDED HIGHWAY (WHEN SPECIFIED IN CONTRACT) STANDARD PLAN K -6 PROTECTIVE VEHICLE WITH TRUCK MOUNTED SHEET toFiSHEET ®N�i- ATTENUATOR (WHEN SPECIFIED IN CONTRACT APPROVEDFOR PUBUCATION FOR HIGH SPEED ROADWAYS) Harold J.Peterfes0 12 - 20 - 02 IPCMS1 PORTABLE CHANGEABLE MESSAGE SIGN rt�re need, ..... ` are (WHEN SPECIFIED I N CONTRACT) m, �: a MMINOM :.G W we . R ww s„I, p,P„«.M -rt, , UPON NEWEST .M e arw71e..Cf , ., .� ...a. • BUFFER DATA SIGN SPACING = X (FEET) MINIMUM TAPER LENGTH = L (FEET) Rural Roads 45/55 MPH 500' + - LANE Posted Speed (mph) BUFFER SPACE = B Urban Arterials 35/40 MPH 350' + - WIDTH 25 30 35 40 45 50 55 SPEED WPM 25 30 35 40 45 50 55 Rurol Roads (feet) Urban Streets 25/30 MPH 200' + - 10 105 150 205 270 450 500 550 LENGTH Ifeetl 55 85 120 170 220 280 335 Residential Areas & PROTECTIVE VEH1ClE ROLL AHEAD DSTANCE = R Business Districts 11 115 165 225 295 495 550 605 All signs are black on orange vTPEE TYPICAL VEHICLE POSTED STATIONARY TYPE LOADED WEIGHT SPEED OPERATION unless otherwise designated. 12 125 180 245 320 540 600 660 0.851 Imphl (feet) 4 TARO CHANNELIZING DEVICE SPACING (FEET) r DUMP TRUCK 24.000 50 75 MPH TAPER TANGENT 45 50 50 /55 40 80 W20 - 5L 2 TON 15.000 50 -55 100 35/45 30 60 =ARGO TRUCK W20 LEFT LANE 45 75 25/30 20 40 W4 - 2R 1 TON CLOSED :ARGO TRUCK 10.000 50 -55 (50 AHEAD ROAD • 45 100 WORK ROLL AHEAD STOPPING DISTANCE ASSUMES DRY PAVEMENT AHEAD END G20 -2A ROAD WORK - �R B 1 L X X X 500' MAX. 20:1 to -. TAPER .- c./ q q q q o_ a -0 -- ' ° -- - 0- --0- 0 0 0 a- - -a- - -a- _ 7/e 7 , 7 WORK ARE/ q q 1 _ 20:1 KI 3 I X X X TAPER L B f — R1.._ k 500' MAX. 1 Ln G20 -2A END ROAD 48" "x24"[ ROAD WORK WORK B/0 \,N� O. Rim W20 -1 AHEAD LEFT LANE • W4 -2R 'It* la AASy T C AHEAD PCMS DISPLAYS 5 � 4i- W20 -SL 1 2 , � CENTER ? '$ ! ; . ' s Z LIMITED LEGEND LANE TURNING NOTES 0 "N S 9o c ` 15TE� ,,o � �? CLOSED 1. MAINTAIN A MINIMUM OF ONE ACCESS POINT FOR EACH S 'ONAL F'� N SIGN LOCATION- TRIPOD MOUNT 1.5 SEC 1.5 SEC BUSINESS WITHIN WORK AREA LIMITS. ' SEOUENTIAL ARROW SIGN Field locate 1 mile + - (EXPIRES NOVEMBER 23.2003 in advance of lane closure. LEFT LANE AND CENTER 0 o 0 TEMPORARY TRAFFIC CONTROL DEVICES TURN LANE CLOSURE FIVE LANE ROADWAY mpg PROTECTIVE VEHICLE STANDARD PLAN K -17 (WHEN SPECIFIED IN CONTRACT) SHEET 1 OF 1 SHEET \©Mat PROTECTIVE VEHICLE WITH TRUCK MOUNTED APPROVED FORPUBUGATION ATTENUATOR (WHEN SPECIFIED IN CONTRACT FOR HIGH SPEED ROADWAYS) HaroldJ.Peterfeso 12 -20-02 Rom TIM ILIA I 9 . MN MOMMIM .0 F.A:.+ � ,. MM IPCMSI PORTABLE CHANGEABLE MESSAGE SIGN . (WHEN SPECIFIED I N CONTRACT) ,,,,,,E„�„ 44"44044,4"°r°""""'"'.�'""` "E°^"® V W-.hin SI I D.p.,d «na Tq,.° n. ■ CONSTRUCTION PLANS* * C 41111144- „ - - 0 ._ � o m 0 c N 'L 2004 STREET OVERLAY PROJECT o N FRUITVALE BLVD.. 16TH AVE. 5TH AVE. • .� ZE City Project Number 2061 , ,, . ► DRAWING INDEX o i — , 8 a ; S NO. SHEET DESCRIPTION \ . . ll! � Sheet 1 Cover Sheet /Vicinity Map w ' . - 1. iimre � , j \- Sheet 2 Fruitvale Blvd, Sta, 10 +00 to Sta,36 +40 ¢ I -- NI '"`" I Ln ,,,,,-Ir-__ \ .k, ,.._.,_,.,,,.........A._. m,,,,,..,,mihiciiiii, _ WIC C � 1': I O� , ,_, 1`11.1 ' !�� ,� >- 1 �� Z , i., r r -- lib.. II _ilml—AT,IiL \sRni , o 0....„ Vii. i R 7 % I I. � o f � m w ; CL 11 14E--:11477.1§11A-11.11rrtii.N1111112..25:g.S. gt: % \-v 0 '' Os .0 csoVAV ..- 1in 't _1 >-- in VNIN ML lc 1.001L<IIIII.r =1":1 :41*%0, Aa Isg) r c NV% 11. 1 -I >, 010 OW rtSVM Illgaw\ mo m mr,Iffillia' IffiiingiffiiSBaliirmi i:-..-Sig:oelt \q;00140, IN.1•1 5 rlillit k Em � � i t No ` t ` ,mil(` ` 1 0 mu I m IP- cc _ t��t r ®�mt� �.. - < � i ∎ . Ati , • � ! �m� mIE 11 I m Z V III .,���►, ..,t1� m ..{�,V►,■ . Qui�iru �� ° Z S li a '� l l , II II I II t H I I ilirillIt lII, r f 1;Iir I IlI j 'J�:..� ..,..,.... __ li1'111 ii WI ��E��ir�I� u -` ° ° 3 N m ° O m E O 2 > - P ,y W \Al . A 04 - fn l�s .,,.,.... V C \ ' VAR - O f - � � w w \- J:r1L- � 1 :tom " o 29819 4' 0 _ LLI - joNAL N •�a ,,, s 11/17/2005 1 2 ■ / 1 MATCH LINE STA. 23 +00 SEE THIS SHEET �' r, r _ "tt 4 f *rwt� v rw"rr� t"k ; i ' *� , £ '^ ` r r k 't t Y f :d r. .. „,;iv-r,,.,.. t}£ M ,, 11* ar d z � as o "r ar *. ; } �i � + w . s p ay , ti 4 ,Vititii% ' i . 11 ' r .i',5,.:--- . - �' I t y. i a Y N4 w w y y q � wsF'” '' ' ( Z , ' '' 't W r Itlitt,:e.'1.'t4 � � z �3 i , f �� „„,„.-..„,,,,,,..,,,,,„„„,*,;"- . r ,..,„ .,,„ ; ; ;.; ^ .a a t spy ' ' Vi,V,'' '.''' 14" 41*4 4 r rke,„,. :.,!.4 t ,.' .. , Q i k4 1 1t "b a 0 t � d£ � $ �� N ' 4 y N any. „;.. w.. V - 1: ''F,. � '' y k L .9 , i 1 1 , / ' ! Ipt b 4 d, � °. �' £ � a i t v o� ���s �w � 8p �,fau"`��"a' 7q +n o 'het t � " � ' 'i s ! w' : d £ Y, iP n " ;, mss g ,. ` x Y , #� , , .'',' , , k its 5 "� 45 Ra�v �4..,,+ 4 0444,441. cp . rs p a t' a ° t z > "' '' i . f. ,..V. » a ,. gi q L 1 z � z 4 �T '' v h t ..,*.r4 ,.-fr..'t".:.1/41',ftlfni »d r n ~ti , � 4 � �` x . '44 k d � ' ' ki ,may v � " q . � s £ ` k ' �� g z . � . M : xD � {f4" ' d t . . . • , '�a [ '1 9 3 J , ,: n kero, ; : N g . 'N V { " +fit s ? p 7 , " _ 'L I y k a . p �, 'bw'. P Y 4 1 £ q� r t l ' . � T 4� '� 1 'C : "310:141k ' ''1*Ilii rev iz; A.c.i 4 F. ... ; a !t t �k t` 3 r + r , ` � ' x 's »£ ,, 0, i 3 eS .. 1 a J . 44 1, : � j, * ,I '� 4 -rr z r F a `� z- }" '., fit u ` 11 } , � £ tni t o �5 ` 4 .afF ' y '- i ; � , , ' . : 4"' �@ l `mow ' " 2 �, t, s `J � tfi . y r • 1 W 5 t 1, t Apu � ? 9 n �� a ya " � bi i: 3 4. ,� S a 46 +� � { ., u,. �� � Din Jt f» a ,4,.,,,„'. ; � j • ri #� 4 a t 5. `t � f ��N y �� � r � ��`�q � � � tp �} .., ■ k ,y I d M� fit ,,} 't „ mot ' „., ' ,� u 4 b � ... ' , ) 4» J ` y t k � x.41' 'I t F �„ � lc � � �j t � �� , k3b y' -R ». , -., y ' r z 4 ;''.4. ' k Y m aR x n w1 ;; 1 ' " »d »nw.v , .k k S 1 �� d ` . w, yu � rS"aY4'n 4 a ' k $ - ' II ` rw t i : "hs . t d S Y w t'i 1 § i t f y , x , r � z ‘. w >, �ri • ,' 3 {� K ' ma ,`,:,',.,,,',2., ! 7 z x-`h " ? 4 . p XX� � � � � � t � �'� r a# is � ,r' v. � x"'' - ' � .# 1,...:v„. $ S� �x l k 11 ! h" 1 gqp y 4 g y V h A d it l ,',,::,',,.,7. t , .. x Y k ' t t .b ay .? • Pau 'd y, ,'y ,r u { 4 }� k, ...A.:4 `' y S 4 { .- ■ g �{w ,, I • 9 ca C, r Q ill Mt - ��: k » fi ' a t ;, " Iw ' i s �� �r I, t-' m ' p 1 -;4,- .1:. ad . Q _ day ' sw', IU n p iii , • '� (� �q �. m . ' ,., A . a zs, " `,� `w CA � i �� ddd t i {� I : ~ � t 4 Ci� , ;u.O y b,� K ➢� , ` ., , C N �' —,-, en ... ,. M LINE ST 23 +00 5 S ' , E ND PR OJECT STA. 36 +42 SEE THIS S FRUIT BLVD. project Eng. BF /BS 2004 STREET OVERLAY ° '� Ci HEET of Ya kima N) OVERLAY PLANS 'RUITVALE BLVD.. 16TH AVE. — 5TH AVE. �, r � Engineerin Division 0+ �� Drawing Scales N TO Horizont 1" ..100' • � p,, � *� 129 North Secon St reet 36 + Vertical N/A City of Yakima Project No. 2061 ►nw.w.•' Yakima, Washington