Loading...
HomeMy WebLinkAbout2003-073 Underground Drainage Retention Basin Agreement with Muffet and Sons Construction, LLC Oft1C:21141 - C:, eT C zo City of Division Engineering Underground Drainage Retention Basin South 22nd Avenue f y tax 3 � dfa{F ° F E = 4 3 - g kik e Construction Contract Specifications & Bid Documents City Project Number: 2110 mK ey , aO i 129 North Second Street +�, ff, a Phone (509) 575 -6111 4 �t Fax (509) 576 -6314 ��'.' Yakima, WA 98901 `y..,,�„� = —`` March 2005 BUSINESS OF THE CITY COUNCIL YAIKIMA, WASHINGTON AGENDA STATEMENT Item No. For Meeting Of 2/7/06 ITEM TITLE: Final Contract Payment for Underground Drainage Retention Basin SUBMITTED BY: trttfartment of Community & Economic Development - Engineering CONTACT PERSON/TELEPHONE: K. W. Adams, City Engineer – 575 -6111 SUMMARY EXPLANATION: This project consisted of the construction of an Underground Drainage Retention Basin located at South 22 Avenue. Final inspection for this project was made and the recommendation is that the project be accepted. This Council action is to accept the project and approve the final construction costs. Contractor: Mullett & Sons, Inc. Contract Award: 4/11/05 Contract Cost: $72,606.41 Amt. This Payment: -0- The above total contract cost is for construction only and does not include engineering and other costs. Resolution — Ordinance X Other (Specify) Final Contract Pa newt Contract Mail to (name and address): Funding Source Sewer Construction cc APPROVED FOR SUBMITTAL: � -i City Manager STAFF RECOMMENDATION: Accept the project and approve final estimate. COUNCIL ACTION: Standard Motion V B was accepted and final payment approved. I FILE NO. 2110 UNDERGROUND DRAINAGE RETENTION BASIN 1/17/2006 CONTRACTOR: MUFFET & SONS, INC. MADE BY WL PROGRESS ESTIMATE #3 FINAL NO. PROPOSAL ITEM UNIT PROGRESS UNIT PROGRESS % OF CONTRACT PREVIOUS QTY PRICE AMOUNT CONTRACT AMOUNT PAYMENT 1 SPILL PREVENTION CONTROL & COUNTERMEASURES LS 1.00 $500.00 $500.00 100.0% $500.00 $500.00 2 MOBILIZATION LS 1.00 $2,100.00 $2,100.00 100.0% $2,100.00 $2,100.00 3 PROJECT TEMPORARY TRAFFIC CONTROL LS 1.00 $1,000.00 $1,000.00 100.0% $1,000.00 $1,000.00 4 ROADSIDE CLEANUP FA 1.00 $500.00 $500.00 100.0% $500.00 $500.00 5 CRUSHED SURFACING TOP COURSE CY 41.00 $15.00 $615.00 80.4% $765.00 $615.00 6 COMMERCIAL HMA TON 1.00 $206.00 $206.00 33.3% $618.00 $206.00 7 CORRUGATED POLYETHELENE STORM SEWER PIPE 12" LF 143.00 $19.00 $2,717.00 87.7% $3,097.00 $2,717.00 8 CATCH BASIN TYPE 2 48" WITH SOLID METAL COVER EA 2.00 $1,650.00 $3,300.00 100.0% $3,300.00 $3,300.00 9 DRAINAGE RETNTION BASIN W/48" SCHEDULE PER PIPE LF 495.00 $96.00 $47,520.00 100.0% $47,520.00 $47,520.00 10 STRUCTURE EXCAVATION CLASS 8 INCL HAUL CY 115.00 $6.50 $747.50 76.7% $975.00 $747.50 11 CONNECTION TO DRAINAGE STRUCTURE EA 1.00 $1,500.00 $1,500.00 100.0% $1,500.00 $1,500.00 12 SHORING OR EXTRA EXCAVATION CLASS B LF 10.00 $5.00 $50.00 5.0% $1,000.00 $50.00 13 REPAIR OR REPLACEMENT FA 1.00 $500.00 $4,280.91 856.2% $500.00 $4,280.91 CHANGE ORDER 14 #1 REPAIR CATCH BASIN LS 1.00 $2,050.00 $2,050.00 100.0% $2,050.00 $2,050.00 15 #2 DRAIN ROCK MODIFCATION LS 1.00 $5,520.00 $5,520.00 100.0% $5,520.00 $5,520.00 Previously Paid SUBTOTAL : $72,606.41 102.3% $70,945.00 1 $65,384.23 2 $3,591.86 5% RETAINAGE $3,630.32 3 PREVIOUS AMOUNT $68,976.09 (TOTAL DUE $0.00 tt) A 1--. _, CITY ENGINEER BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. For Meeting Of 2/7/06 ITEM TITLE: Final Contract Payment for Underground Drainage Retention Basin SUBMITTED BY: ailment of Community & Economic Development - Engineering CONTACT PERSON /TELEPHONE: K. W. Adams, City Engineer — 575 -6111 SUMMARY EXPLANATION: This project consisted of the construction of an Underground Drainage Retention Basin located at South 22 Avenue. Final inspection for this project was made and the recommendation is that the project be accepted. This Council action is to accept the project and approve the final construction costs. Contractor: Muffett & Sons, Inc. Contract Award: 4/11/05 Contract Cost: $72,606.41 Amt. This Payment: -0- The above total contract cost is for construction only and does not include engineering and other costs. Resolution Ordinance X Other (Specify) Final Contract Payment Contract Mail to (name and address): Funding Source Sewer Construction APPROVED FOR SUBMITTAL: <. - . u.- il City Manager STAFF RECOMMENDATION: Accept the project and approve final estimate. COUNCIL ACTION: Standard Motion V -B was accepted and final payment approved. FILE NO. 2110 UNDERGROUND DRAINAGE RETENTION BASIN 1/17/2006 CONTRACTOR: MUFFET & SONS, INC. MADE BY WL PROGRESS ESTIMATE #3 FINAL NO. PROPOSAL ITEM UNIT PROGRESS UNIT PROGRESS % OF CONTRACT PREVIOUS QTY PRICE AMOUNT CONTRACT AMOUNT PAYMENT 1 SPILL PREVENTION CONTROL & COUNTERMEASURES LS 1.00 $500.00 $500.00 100.0% $500.00 $500.00 2 MOBILIZATION LS 1.00 $2,100.00 $2,100.00 100.0% $2,100.00 $2,100.00 3 PROJECT TEMPORARY TRAFFIC CONTROL LS 1.00 $1,000.00 $1,000.00 100.0% $1,000.00 $1,000.00 4 ROADSIDE CLEANUP FA 1.00 $500.00 $500.00 100.0% $500.00 $500.00 , 5 CRUSHED SURFACING TOP COURSE CY 41.00 $15.00 $615.00 80.4% $765.00 $615.00 6 COMMERCIAL HMA TON 1.00 $206.00 $206.00 33.3% $618.00 $206.00 7 CORRUGATED POLYETHELENE STORM SEWER PIPE 12" LF 143.00 $19.00 $2,717.00 87.7% $3,097.00 $2,717.00 8 CATCH BASIN TYPE 2 48" WITH SOLID METAL COVER EA 2.00 $1,650.00 $3,300.00 100.0% $3,300.00 $3,300.00 9 DRAINAGE RETNTION BASIN W /48" SCHEDULE PER PIPE LF 495.00 $96.00 $47,520.00 100.0% $47,520.00 $47,520.00 10 STRUCTURE EXCAVATION CLASS 8 INCL HAUL CY 115.00 $6.50 $747.50 76.7% $975.00 $747.50 11 CONNECTION TO DRAINAGE STRUCTURE EA 1.00 $1,500.00 $1,500.00 100.0% $1,500.00 $1,500.00 12 SHORING OR EXTRA EXCAVATION CLASS B LF 10.00 $5.00 $50.00 5.0% $1,000.00 $50.00 13 REPAIR OR REPLACEMENT FA 1.00 $500.00 $4,280.91 856.2% $500.00 $4,280.91 CHANGE ORDER 14 #1 REPAIR CATCH BASIN LS 1.00 $2,050.00 $2,050.00 100.0% $2,050.00 $2,050.00 15 #2 DRAIN ROCK MODIFCATION LS 1.00 $5,520.00 $5,520.00 100.0% $5,520.00 $5,520.00 Previously Paid SUBTOTAL : $72,606.41 102.3% $70,945.00 1 $65,384.23 2 $3,591.86 5% RETAINAGE $3,630.32 . 3 PREVIOUS AMOUNT $68,976.09 TOTAL DUE $0.00 r � �-�/ A L \ --- -- - -, CITY ENGINEER l / �,% Y. 4' , DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT ,,', Engineering Division �' ;;. ` 129 North Second Street � `�::.:. ..;.:'�,� Yakima, Washington 98901 _ (509) 575 -6111 • Fax 576 -6305 : ' �N'' AP(1N A�F'.1f K. Wendell Adams, City Engineer Monday, April 11, 2005 Muffet & Sons Construction, LLC 2516 Main Street Union Gap, Washington 98903 Re: Underground Drainage Retention Basin City Project No. 2110 Dear Mr. Muffet: The City Manager of the City of Yakima has authorized an award of the contract for the above referenced project to your company on the basis of your low bid submitted on April 7, 2005 in the amount of $63,375.00. This letter is official notification of the award of the contract to your company by the City of Yakima. Enclosed is one set of the specifications, proposal and contract documents for your information. Also enclosed are three copies of the contract and a performance bond form. Please sign and return all copies of the contract form to this office, along with the fully executed performance bond and certificate of insurance, within ten (10) calendar days. Your attention is directed to Section 1 -07.18 Public Liability and Property Damage Insurance (APWA only) of the APWA Supplement to the Standard Specifications for coverage limits, additional insurance requirements and special ACORD form wording. We have also included a Liability Certificate Checklist for your and your surety's convenience. When these items have been approved, the City will execute the contract form and bind a signed contract, certificate, and proposal into contract document books. The three completed books will be distributed to the City Clerk, City Engineer and Contractor. Please contact Bruce Floyd, Construction Supervisor, of our office within ten (10) days of this date to schedule a pre- construction conference, and to discuss various forms and documentation that must be completed and turned into him at the Pre - construction Conference. The Notice to Proceed will also be discussed at the Pre - construction Conference. Bruce's office phone is 575 -6138. For your information, we are enclosing a copy of the bid summary for this project. Sincerely, -.15 L---- K. Wendell Adams, P.E. City Engineer encl. cc: Bruce Floyd, Construction Supervisor Brett Sheffield, Project Engineer Wendy Leinan, Contract Specialist City Clerk Edna Pettyjohn, Finance Yakima File teed AFAmrkaQh 'I 1994 City Of Yakima Underground Drainage Retention Basin South 22 Avenue City Project No. 2110 vv. AD, wA Sfll . 41 3 - Z Z- zvos _ b A 29619 .EXPIRES J / I 7/200 1 CONTENTS CITY OF YAKIMA Underground Drainage Retention Basin South 22 Avenue City Project No. 2110 SECTION PAGE INVITATION TO BID 5 STANDARD SPECIFICATIONS Standard Specifications 7 Amendments to the 2004 Standard Specifications 7 CONTRACT PROVISIONS General Special Provisions 29 Project Description 29 1 -02 Bid Procedures and Conditions 30 1 -03 Award and Execution of Contract 30 1 -04 Scope of Work 30 1 -06 Control of Materials 30 1 -07 Legal Relations and Responsibilities to the Public 31 1 -08 Prosecution and Progress 43 1 -10 Temporary Traffic Control 44 1 -99 APWA Supplement 45 2 -01 Clearing, Grubbing, and Roadside Cleanup 47 2 -07 Watering 47 7 -05 Manholes, Inlets, Catch Basins, and Drywells 48 7 -08 General Pipe Installation Requirements 48 8 -30 Repair or Replacement (New Section) 49 9 -05 Drainage Structures, Culverts, and Conduits 50 STANDARD PLANS 50 Contract Form 53 Performance Bond Form 55 Informational Certificate of Insurance 57 Informational Additional Insured Endorsement 59 Minimum Wage Affidavit Form 61 PREVAILING WAGE RATES Prevailing Wage Rates 63 (State Wage Rates attached as Supplements) PROPOSAL Proposal Form 65 Item Proposal Bid Sheet 67 Bid Bond Form 69 Non - Collusion Declaration 71 Non - Discrimination Provision 73 Subcontractor List 75 Women and Minority Business Enterprise Policy 77 Council Resolution 79 Affirmative Action Plan 81 Bidders Certification 83 Materially and Responsiveness 85 3 Proposal Signature Sheet 87 Bidders Check List 89 PLANS & DETAILS Project Details Standard Details Traffic Control Plan Construction Plans 4 INVITATION TO BID NOTICE IS HEREBY GIVEN that sealed bids will be received by the City Clerk of the City of Yakima, 129 North 2nd Street, Yakima, Washington, 98901 of Yakima, until 2:00 pm on April 7, 2005, and will then and there be opened and publicly read for the construction of CITY OF YAKIMA Underground Drainage Retention Basin South 22 Avenue City Project No. 2110 This contract provides for the construction of an Underground Drainage Retention Basin. The work includes the approximate quantities of: 51 Tons of crushed surfacing top course, 3 Tons of commercial HMA, 163 LF of corrugated polyethylene storm sewer pipe 12 inch diameter, 2 EA of Manhole 48 inch diameter type 2, 495 LF of drainage retention basin with 48" diameter schedule A perforated pipe, 150 CY of structure excavation including haul, one EA of connection to drainage structure, 200 LF of shoring or extra excavation, and other miscellaneous items, all in accordance with the Contract Plans, Contract Provisions, and the Standard Specifications as prepared by the City Engineer of the City of Yakima. All bid proposals shall be accompanied by a bid proposal deposit in cash, certified check, cashier's check or surety bond in an amount equal to five percent (5 %) of the amount of such bid proposal. Should the successful bidder fail to enter into such contract and furnish satisfactory performance bond within the time stated in the specifications, the bid proposal deposit shall be forfeited to the City of Yakima. Plans and specifications may be obtained at the Office of the City Engineer located at 129 North 2nd Street upon payment of the amount of $20.00 for each set, non refundable. Informational copies of maps, plans, and specifications are on file for inspection in the Office of the City Engineer of Yakima in Yakima, Washington, and at Plan Centers in Yakima and Kennewick, Washington. A pre -bid conference will be held at Yakima City Hall CED Conference Room, Second Floor, 129 North 2nd Street, Yakima, Washington at 10:00 am on March 31, 2005. The conference will feature project discussion, DBE Contractor participation, and the Affirmative Action Plan. The City reserves the right to reject any or all bids and proposals. DATED this 21 day of March, 2005 (SEAL) KAREN ROBERTS CITY CLERK PUBLISH: March 24, 2005 March 25, 2005 5 STANDARD SPECIFICATIONS Standard Specifications Amendments to the 2004 Standard Specifications • ` DEPARTMENT OF COMMUNITY & ECONOMIC DEVELOPMENT kA Engineering Division , 129 No. Second Street r , �► 1 Yakima, Washington 98901 i 44r .:..; *ie (509) 575-611 X Fax 576 -6314 i f „ K Wendell Adams, P.E., City Engineer ADDENDUM NO. 1 C)Rn.2 1 E . .a■ - TO THE BID DOCUMENTS & SPECIFICATIONS FOR THE CITY OF YAKIMA, WA for UNDERGROUND DRAINAGE RETENTION BASIN CITY OF YAKIMA PROJECT NUMBER 2110 BID OPENING: Thursday, April 7 2:00 p.m., City Hall Council Chambers TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: The Bid & Contract Documents shall be modified as follows: ITEM 1. Proposal: Item Proposal Bid Sheet: Replace the existing Item Proposal Bid Sheet, page 67 of the contract documents with the enclosed Proposal Bid Sheet, Page 2 of 6 of this Addendum No. 1. (This new Proposal Bid Sheet deletes the item "Manhole 48 Inch Diameter, Type 2" and adds the item "Catch Basin Type 2, 48 Inch Diameter with Solid Metal cover ") ITEM 2. Contract Details: Additional Details: Add the three (3) Detail Sheets numbered pages 3 through 5 of this addendum to the Construction Contract Specifications & Bid Documents: • Catch Basin Type 2, Standard Plan B -le • Solid Metal Cover For Catch Basin, Standard Plan B -2 • Typical Trench Section, City of Yakima Standard Detail W3 This ADDENDUM is to be considered as much a part of the contract provisions as if it were included in the body of the Plans and Specifications. All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior to bid opening. APPROVED: i 3- 3 I - 2-17 K. Wendell Ad s, P.E. Date Addendum 1 Page 1 of 6 3/31/2005 ITEM PROPOSAL BID SHEET City of Yakima Underground Drainage Retention Basin South 22 " Avenue & Logan City Project No. 2110 ITEM PROPOSAL ITEM QTY UNIT UNIT PRICE AMOUNT NO. PAYMENT SECTION DOLLARS DOLLARS 1 SPILL PREVENTION CONTROL & COUNTERMEASURES 1 LS PLAN 1 -07.15 2 MOBILIZATION 1 LS 1 -09.7 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS 1 -10.5 4 ROADSIDE CLEANUP 1 FA $500 2 -01.5 5 CRUSHED SURFACING TOP COURSE 51 CY 4 -04.5 6 COMMERCIAL HMA 3 TON 5 -04.5 7 CORRUGATE POLYETHYLENE STORM SEWER PIPE 12 IN. DIAM. 163 LF 7 -04.5 8 CATCH BASIN TYPE 2 48 IN. DIAMETER WITH 2 EA SOLID METAL COVER 7 -05.5 9 DRAINAGE RETENTION BASIN W/48 IN. DIAMETER. 495 LF SCHEDULE A PERFORATED PIPE 7 -05.5 10 STRUCTURE EXCAVATION CLASS B INCL. HAUL 150 CY 7 -05.5 11 CONNECTION TO DRAINAGE STRUCTURE 1 EA 7 -05.5 12 SHORING OR EXTRA EXCAVATION CLASS B 200 LF 7 -05.5 13 REPAIR OR REPLACEMENT I FA $500 8 -30.5 Project Total: $ Addendum 1 Page 2 of 6 3/31/2005 5 N 2 NOTES m m 1. No steps are required when height is 4' or less. m CATCH BASIN FRAME AND VANED GRATE 2. The bottom of the precast catch basin may be sloped to OR MANHOLE RING AND COVER facilitate deaning. i HANDHOLD 3. Frame and grate may be installed with flange down or cast Into adjustment section. a Z \ 4 L. RECTANGULAR ADJUSTMENT SECTION OR CIRCULAR ADJUSTMENT SECTION 4. Knockouts shall have a wall thickness of 2" minimum to !'"..t. 'v ® 2.5" maximum. Provide a 1.5" minimum gap between . y ;.. ��' ': the knockout wall and the outside of the pipe. After the pipe Is installed, fill the gap with joint mortar in accordance .. . ' ■ • - FLAT SLAB TOP with Std. Spec. 9 -04.3. • ° . CATCH BASIN DIMENSIONS b CATCH MINIMUM BASE REINFORCING STEEL 48 , 54 ", eo , Tz sa^ oR ss" " WALL BASE MAXIMUM DISTANCE z o BASIN THICKNESS THICKNESS KNOCKOUT in /ft IN EACH DIRECTION > .. .. ./- MORTAR (S P.) DIAMETER SIZE KNOCKOUTS OUTS INTEGRAL SEPARATE a n 46" 4" 6" 36" 8" 0.15 0.23 STEPS OR ' \, 54" 4.5" 8" 42" 8" 0.19 0.19 LADDER - 60" 5" 8" 48" 8" 0.25 0.25 72" 6" 8" 60" 12" 0.24 0.35 -....L-.1-- 84^ 8" 12" 72" 12" 0.29 0.39 '' E gg. 8" 12" 84" 12" 0.29 0.39 1 MIN. , PIPE ALLOWANCES REINFORCING STEEL MORTAR FILLET N 25" MAX N ' , I ^ BASIN CATCH PIPE MATERIAL WITH MAXIMUM INSIDE DIAMETER \ 4 ! r } T 4 ALL SOLID PROFILE ,k J ' y' /7, T T • 1 2" I • CONCRETE CPSSP WALL WALL C oe wAsi E' 9" DIAMETER METAL 0 PVC PVC C ,�� 5' .* V 4. 48" 24" 30" 24" 27" 30" SEPARATE BASE INTEGRAL BASE A CAST IN PLACE PRECAST WITH RISER 30" 36" 30" 27" 36" ! - o� q Issee ,a 60" 38" 42" 36" 36" 42" 8 F r'I STEP \ . •0' RING 72" 42" 54" 42" 36" 48" SI ONAL %‘ G GRAVEL BACKFILL FOR r.-. v t2• I EXPIRES JULY I. 2005 PIPE ZONE BEDDING 8 4" 5 4 " 60" 54 36" 48" '..'I 96^ eo^ 72" so^ 36" 48" CATCH BASIN TYPE 2 t tO CORRUGATED POLYETHYLENE STORM SEWER PIPE (Std. Spec. 9-05.20) SEPARATE BASE ® (Std. Spec. 9 -05.12(1)) STANDARD PLAN B-1. PRECAST © (Std. Spec. 9 -05.12(2)) SHEET 1 OF 1 SHEET E 00aowu . mMM., r " 7 ,Weu. p VOCLINNT RUT FOR PA "" iCOMI QVRIXX IZPUCATE APPROVED FOR PUBIJCATION A. '°" "" . '"W"'°"°"'"N'"°''''''' "°°'"'" ''''''® Harold J. Peferfeso 05 -20 -04 STATE OESIGN ENOINEER GATE 4/1 /2001 A00E0 81" DIAMETER 6 MAX. HEIGHT BB Y Wash i g.. Mao D.pu.hn.nt d m n.s T,upeion OATS REVISION BY -" Addendum 1 Pa e 3 of 6 3/31/05 NOTES ' 8 LEVELING PADS B SEE SLOT DETAIL & NOTE 1 1. When bolt down covers are specified in the Contract, provide two slots 2" x 1 1/8" x 1/8" / In the cover that are vertically a g p ned with the holes in the frame. Location - - - 1 of bolt down slots varies among different manufacturers. 4 _ \I 2. Alternate reinforcing rib designs are acceptable. \ / 3. Refer to Standard Specification 9 -05.15 2 for additional pe () requirements. -=- 4. For frame details, see Standard Plan B -2a. �O \ k i O — �O w (l 2 1/2" DIAM. HOLE QQ nil — � ° _ o ° _ o o 0 0 LI , - 5/8" MAX SLOT DETAIL SECTION OB 24" ,K EPI J. WI PLAN 5 ., �`� h `� X ` I Top nr �� �o���� r 31/2 " / I 3/4" o Issee o F 39 "R(SEENOTE 2) / 4 /p % (1 1 /2 "�—I --3/4" HOLE 5/8" EXPIRES NuLY I. 2003 1/2" DIAM. HANDLE I i ii 1 1/21 iii . 4 3/4" SOLID METAL COVER SECTION O FOR CATCH BASIN SECTION cO STANDARD PLAN B -2 . SHEET 1 OF 1 SHEET "OTAa u a .aa. we .0 Mr•LTa 17.1.0.7E APPROVED FOR PUBLICATION MOM ORO � D mv ian.rn uu ee.No nn.vo.wna+mra.ww011M wXMITHRLE :",`„ ..'°" '''''"""°" °"""'°"'"` "`°""' " Harold J. Peterfeso 06 -17 -02 05/2002 0ELETEO DETA■L "0' "i 00010 SLOT DETAIL, HO rt�h OE88iNEtgoiEDl �.7 DOTE 00 015(0 501(5. wghh,ylen 5pU D.pmtnyn. d T........7 T........7 0(0 15151 8T -" Addendum 1 Page 4 of 6 3/31/05 SEE DETAIL R24 FOR TRENCH PATCHING j < EXCAVATION LIMIT >4 R 18" OVER 18" o 24" I.D. U CD - a 12" UP TO 12" Z 24" I.D. • COMPACTED BACK FILL >> i �000 � BEDDING MATERIAL SHALL • MEET THE REQUIREMENTS L p OF CLASS 'C' PER SECTION F 9 -03.18 UNLESS THE ENGINEER c' p 0 oo DETERMINES THAT CONDITIONS p p ; >, REQUIRE ANOTHER CLASS. -.In N ° B o UNDISTURBED EARTH NOTES 1. ACTUAL SLOPE OF TRENCH SIDES TO BE DETERMINED BY THE CONTRACTOR TO FIT THE METHOD OF CONSTRUCTION AND ALL SAFETY REQUIREMENTS. 2. MECHANICAL COMPACTION SHALL BE REQUIRED FOR ALL TRENCHES. W3 TYPICAL TRENCH SECTION NTS City of Yakima — Engineering Division APPROVED: 4 -18 -02 CITY OF YAKIMA • STANDARD DETAIL I TYPICAL TRENCH SECTION I W3 Addendum 1 Page 5 of 6 3/31/05 END OF ADDENDUM NO. 1 • Addendum 1 Page 6 of 6 3/31/2005 STANDARD SPECIFICATIONS The 2004 Standard Specifications for Road, Bridge, and Municipal Construction published by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, by this reference, are made a part of these Contract Documents. Except as may be amended, modified, or supplemented hereinafter, each section of the Standard Specifications shall be considered as much a part of these Contract Documents as if they were actually set forth herein. 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 ( * * * * *) 1- 07.16(1) Private /Public Property This section is revised to read: The Contractor shall not use Contracting Agency owned or controlled property other than that directly affected by the contract work without the approval of the Engineer. If the Engineer grants such approval, the Contractor shall then vacate the area when ordered to do so by the Engineer. Approval to temporarily use the property shall not create any entitlement to further use or to compensation for any conditions or requirements imposed. The Contractor shall protect private or public property on or in the vicinity of the work site. The Contractor shall ensure that it is not removed, damaged, destroyed, or prevented from being used unless the contract so specifies. Property includes land, utilities, trees, landscaping, improvements legally on the right -of -way, markers, monuments, buildings, structures, pipe, conduit, sewer or water lines, signs, and other property of all description whether shown on the plans or not. 7 If the Engineer orders, or if otherwise necessary, the Contractor shall install protection, acceptable to the Engineer, for property such as that listed in the previous paragraph. The Contractor is responsible for locating and protecting all property that is subject to damage by the construction operation. If the Contractor (or agents /employees of the Contractor) damage, destroy, or interfere with the use of such property, the Contractor shall restore it to original condition. The Contractor shall also halt any interference with the property's use. If the Contractor refuses or does not respond immediately, the Engineer may have such property restored by other means and subtract the cost from money that will he nr Is due the Contractor. The Contractor may access the worksite from adjacent properties. The Contractor shall not use or allow others to use this access to merge with public traffic. During non - working hours, the Contractor shall provide a physical barrier that is either locked or physically unable to be moved without equipment. The access shall not go through any existing structures. The access may go through fencing. The Contractor shall control or prevent animals from entering the worksite to the same degree that they were controlled before the fence was removed. The Contractor shall prevent persons not involved in the contract work frnm antarinn tha wnrkcita thrni inh tha arrPQQ nr thrni mh trails and nathwavc intarsartPri by .. ... . . .... ..� ... . ............. .........�.. ..... ... .... .....�.. trniis and ... . .. .... the access. if the contract documents require that existing trails or pathways be maintained ail �tainned during construction, the Contractor will insure the safe passage of trail or pathway users. The Contractor shall effectively control airborne particulates that are generated by use of the access. The location and use of the access shall not adversely affect wetlands or sensitive areas in any manner. The Contractor shall be responsible for obtaining all haul road agreements, permits and /or easements aaavl.iated with the aloliGJJ. The Contractor shall replace any fence, repair any damage and restore the site to its original state when the access is no longer needed. The Contractor shall bear all costs associated with this worksite access. 1- 07.16(2) Vegetation Protection and Restoration The new paragraph below is inserted to follow the third paragraph: Any pruning activity required to complete the work as specified shall be performed by persons qualified as a Certified Arborist at the direction of the Engineer. In the fifth paragraph, "Guide for Plant Appraisal, Eighth Edition" is revised to read "Guide for Plant Appraisal, Current Edition ". 1- 07.16(3) Fences, Mailboxes, Incidentals The first sentence in the first paragraph is revised to read: The Contractor shall maintain any temporary fencing to prevent pedestrians from entering the worksite and to preserve livestock, crops, or property when working through or adjacent to private property. 1_07 23(1) Construction Under Traffic �- v�.�s��� v v way iv�� vnaa cc� ��unia• The first paragraph is supplemented with the following: The Contractor shall enter interstate highways only through legal movements from existing roads, streets, and through other access points specifically allowed by the contract documents. The fourth sentence in the second paragraph is revised to read: Deficiencies not caused by the Contractor's operations shall be repaired by the Contractor, when ordered by the Engineer, at the Contracting Agency's expense. 8 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. SECTION 1 -10, TEMPORARY TRAFFIC CONTROL December 6, 2004 Section 1 -10 is revised in its entirety to read: 1 -10.1 General The Contractor, utilizing contractor labor and contractor - provided equipment and materials (except when such labor, equipment or materials are to be provided by the Contracting Agency as specifically identified herein), shall plan, manage, supervise and perform all temporary traffic control activities needed to support the work of the contract. 1- 10.1(1) Materials Materials shall meet the requirements of the following sections: Stop /Slow Paddles 9 -35.1 Construction Signs 9 -35.2 Wood Sign Posts 9 -35.3 Sequential Arrow Signs 9 -35.4 Portable Changeable Message Signs 9 -35.5 Barricades 9 -35.6 Traffic Safety Drums 9 -35.7 Barrier Drums 9 -35.8 Traffic Cones 9 -35.9 Tubular Markers 9 -35.10 Warning Lights and Flashers 9 -35.11 Truck - Mounted Attenuator 9 -35.12 1- 10.1(2) Description The Contractor shall provide flaggers, spotters and all other personnel required for labor for traffic control activities and not otherwise specified as being furnished by the Contracting Agency. The Contractor shall perform all procedures necessary to support the contract work. The Contractor shall provide signs and other traffic control devices not otherwise specified as being furnished by the Contracting Agency. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on or adjacent to highways, roads, or streets. No 9 work shall be done on or adjacent to the roadway until all necessary signs and traffic control devices are in place. The traffic control resources and activities described shall be used for the safety of the public, of the Contractor's employees, and of the Contracting Agency's personnel and to facilitate the movement of the traveling public. Traffic control resources and activities may be used for the separation or merging of public and construction traffic when such use is in accordance with a specific approved traffic control plan. Upon failure of the Contractor to immediately provide flaggers; erect, maintain, and remove signs; or provide, erect, maintain, and remove other traffic control devices when ordered to do so by the Engineer, the Contracting Agency may, without further notice to the Contractor or the Surety, perform any of the above and deduct all of the costs from the Contractor's payments. The Contractor shall be responsible for providing adequate labor, sufficient signs, and other traffic control devices, and for performing traffic control procedures needed for the protection of the work and the public at all times regardless of whether or not the labor, devices or nrnrarii irPC haves haan nrri.rari by tha Fnninepr, f irniched by tha ..nntractinn Agonoy, or paid for by the Contracting Agency. Wherever possible when performing contract work, the Contractor's equipment shall follow normal and legal traffic movements. The Contractor's ingress and egress of the work area shall be accomplished with as little disruption to traffic as possible. Traffic control devices shall be r el I loved by picking up 'the devices in a reverse sequence to that used for installation. This may require moving backwards through the workzone. When located behind barrier or at other locations shown on approved traffic control plans, equipment may operate in a direction opposite to adjacent traffic. The Contractor is advised that the Contracting Agency may have entered into operating agreements with one or more law enforcement organizations for cooperative activities. Under such agreements, at the sole discretion of the Contracting Agency, law enforcement personnel may enter the workzone for enforcement purposes and may participate in the Contractor's traffic control activities. The responsibility under the contract for all traffic control resides with the Contractor and any such participation by law enforcement personnel in Contractor traffic control activities will be referenced in the Special Provisions or will be preceded by an agreement and, if appropriate, a cost adjustment. Nothing in this contract is intended to create an entitlement, on the part of the Contractor, to the services or participation of the law enforcement organization. 1 -10.2 Traffic Control Management 1- 10.2(1) General It is the Contractor's responsibility to plan, conduct and safely perform the work. The Contractor shall manage temporary traffic control with his or her own staff. Traffic control management responsibilities shall be formally assigned to one or more company supervisors who are actively involved in the planning and management of field contract activities. The Contractor shall provide the Engineer with a copy of the formal assignment. The duties of traffic control management may not be subcontracted. The Contractor shall designate an individual or individuals to perform the duties of the primary Traffic Control Supervisor (TCS). The designation shall also identify an alternate TCS who can assume the duties of the primary TCS in the event of that person's inability to perform. The TCS shall be responsible for safe implementation of approved Traffic Control Plans provided by the Contractor. 10 The designated individuals shall be certified as worksite traffic control supervisors by one of the organizations listed in the Special Provisions. Possession of a current flagging card by the TCS is mandatory. A traffic control management assignment and a TCS designation are required on all projects that will utilize traffic control. The Contractor shall maintain 24 -hour telephone numbers at which the Contractor's assigned traffic control management personnel and the TCS can be contacted and be available upon the Engineer's request at other than normal working hours. These persons shall have the resources, ability and authority to expeditiously correct any deficiency in the traffic control system. 1- 10.2(1)A Traffic Control Management The responsibilities of the Contractor's traffic control management personnel shall include: 1. Overseeing and approving the actions of the Traffic Control Supervisor (TCS) to ensure that proper safety and traffic control measures are implemented and consistent with the specific requirements created by the Contractor's workzones and the Contract. Some form of oversight shall be in place and effective even when the traffic control management personnel are not present at the jobsite. 2. Providing the Contractor's designated TCS with approved Traffic Control Plans (TCPs) which are compatible with the work operations and traffic control for which they will be implemented. Having the latest adopted edition of the Manual On Uniform Traffic Control Devices for Streets and Highways (MUTCD,) including the Washington State Modifications to the MUTCD and applicable standards and specifications available at all times on the project. 3. Discussing proposed traffic control measures and coordinating implementation of the Contractor - adopted traffic control plan(s) with the Engineer. 4. Coordinating all traffic control operations, including those of subcontractors and suppliers, with each other and with any adjacent construction or maintenance operations. 5. Coordinating the project's activities (such as ramp closures, road closures, and lane closures) with appropriate police, fire control agencies, city or county engineering, medical emergency agencies, school districts, and transit companies. 6. Overseeing all requirements of the contract that contribute to the convenience, safety, and orderly movement of vehicular and pedestrian traffic. 7. Reviewing the TCS's diaries daily and being aware of field traffic control operations. 8. Being present on -site a sufficient amount of time to adequately satisfy the above - listed responsibilities. Failure to carry out any of the above - listed responsibilities shall be a failure to comply with the contract and may result in a suspension of work as described in Section 1 -08.6. 1- 10.2(1)B Traffic Control Supervisor A Traffic Control Supervisor (TCS) shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized or less frequently, as authorized by the Engineer. 11 The TCS shall personally perform all the duties of the TCS. During nonwork periods, the TCS shall be available to the job site within a 45- minute time period after notification by the Engineer. The TCS's duties shall include: 1. Having a current set of approved traffic control plans (TCPs), applicable contract provisions as provided by the Contractor, the latest adopted edition of the MUTCD, including the Washington State Modifications to the MUTCD, the book Quality (Guid for Work l Traffi Control Devices, and applicable standards and specifications. 2. Inspecting traffic control devices and nighttime lighting for proper location, installation, message, cleanliness, and effect on the traveling public. Traffic control devices shall be inspected at least once per hour during working hours except that Class A signs and nighttime lighting need to be checked only once a week. Traffic control devices left in place for 24 hours or more shall also be inspected once during the nonworking hours when they are initially set up (during a dylight or darkness, whichever is opposite of the working hours). The TCS shall .. ..,. j ...�� �. ..� ua..+ ��� .vv whichever �v rs.e is v of the revs n.� ga � �vses il The �� a s.ry shall correct, or arrange to have corrected, any deficiencies noTed during these inspections. 3. Preparing a daily traffic control diary on each day that traffic control is performed using DOT Forms 421 -040A and 421-040B, and submitting them to the Engineer no later than the end of the next working day. The Contractor may use alternate forms if approved by the Engineer. Diary entries shall include, but not be limited to: a. Time of day when signs and traffic control devices are installed and removed, b. Location and condition of signs and traffic control devices, c. Revisions to the traffic control plan, d. Lighting utilized at night, and e. Observations of traffic conditions. 4. Making minor revisions to the traffic control plan to accommodate site conditions provided that the original intent of the traffic control plan is maintained and the revision has the concurrence of both the Contractor and the Engineer. 5. Attending traffic control coordinating meetings or coordination activities as necessary for full understanding and effective performance. 6. Ensuring that all needed traffic control devices and equipment are available and in good working condition prior to the need to install or utilize them. The TCS may perform the work described in Section 1-10.3(1)A Flag. gers and Spotters or in Section 1-10.3(1)B Other Traffic Control Labor provided that the duties of the TCS are accomplished. 1- 10.2(2) Traffic Control Plans The traffic control plan or plans appearing in the contract documents show a method of handling traffic. All construction signs, flaggers, spotters and other traffic control devices are shown on the traffic control plan(s) except for emergency situations. Where mainline contract traffic control plans are developed with the intent of operating without the use of flaggers or spotters, the plans shall contain a note that states, "NO FLAGGERS OR SPOTTERS ". The use of flaggers or spotters to supplement these traffic control plans will not be allowed except in a case where no other means of traffic control can be used or in the 12 event of an emergency. If the Contractor proposes the use of flaggers or spotters with one of these plans, this will constitute a modification requiring approval by the Engineer. The modified plans shall show locations for all the required advance warning signs and a safe, protected location for the flagging station. If flagging is to be performed during hours of darkness, the plan shall include appropriate illumination for the flagging station. When the Contractor's chosen method of performing the work in the contract requires some form of temporary traffic control, the Contractor shall either: (1.) designate and adopt, in writing, the traffic control plan or plans from the contract documents that support that method; or (2.) submit a Contractor's plan that modifies, supplements or replaces a plan from the contract documents. Any Contractor - proposed modification, supplement or replacement shall show the necessary construction signs, flaggers, spotters and other traffic control devices required to support the work. Any Contractor - proposed traffic control plan shall conform to the established standards for plan development as shown in the MUTCD, Part VI. The Contractor's submittal, either designating and adopting a traffic control plan from the contract documents or proposing a Contractor - developed plan, shall be provided to the Engineer for approval at least ten calendar days in advance of the time the signs and other traffic control devices are scheduled to be installed and utilized. The Contractor shall be solely responsible for submitting any proposed traffic control plan or modification, obtaining the Engineer's approval and providing copies of the approved Traffic Control Plans to the Traffic Control Supervisor. 1- 10.2(3) Conformance to Established Standards Flagging, signs, and all other traffic control devices and procedures furnished or provided shall conform to the standards established in the latest WSDOT adopted edition of the Manual On Uniform Traffic Control Devices for Streets and Highways (MUTCD,) published by the U.S. Department of Transportation and the Washington State Modifications to the MUTCD. Judgment of the quality of devices furnished will be based upon Quality Guidelines for Work Zone Traffic Control Devices, published by the American Traffic Safety Services Association. Copies of the MUTCD and Quality Guidelines for Work Zone Traffic Control Devices may be purchased from the American Traffic Safety Services Association, 15 Riverside Parkway, Suite 100, Fredericksburg, Virginia 22406 -1022. The Washington State Modifications to the MUTCD may be obtained from the Department of Transportation, Olympia, Washington 98504. In addition to the standards of the MUTCD described above, the Contracting Agency has scheduled the implementation of crashworthiness requirements for most workzone devices. The National Cooperative Highway Research Project (NCHRP) Report 350 has established requirements for crash testing. Workzone devices are divided into four categories. Each of those categories and, where applicable, the schedule for implementation is described below: Category 1 includes those items that are small and lightweight, channelizing, and delineating devices that have been in common use for many years and are known to be crashworthy by crash testing of similar devices or years of demonstrable safe performance. These include cones, tubular markers, flexible delineator posts, and plastic drums. All Category 1 devices used on the project shall meet the requirements of NCHRP 350 as certified by the manufacturer of the device. Category 2 includes devices that are not expected to produce significant vehicular velocity change, but may otherwise be hazardous. Examples of this class are barricades, portable sign supports and signs, intrusion alarms and vertical panels. All new Category 2 devices purchased after October 1, 2000 shall meet the requirements of NCHRP 350. Existing equipment, purchased prior to October 1, 2000, may be used on the project until December 31, 2007. For the purpose of definition, a sign support and sign shall be considered a single unit. A new sign may be purchased for an existing sign support and the entire unit will be defined as "existing equipment." 13 Category 3 is for hardware expected to cause significant velocity changes or other potentially harmful reactions to impacting vehicles. Barriers, fixed sign supports, crash cushions, truck mounted attenuators (TMA's) and other work zone devices not meeting the definitions of Category 1 or 2 are examples from this category. Many Category 3 devices are defined in the design of the project. Where this is the case, NCHRP 350 requirements have been incorporated into the design and the Contractor complies with the requirements by constructing devices according to the plans and specifications. Where the device is a product chosen by the Contractor, the device chosen must be compliant with the requirements of NCHRP 350. Category 4 includes portable or trailer- mounted devices such as arrow displays, temporary traffic signals, area lighting supports, and portable changeable message signs. There is presently no implementation schedule for mandatory crashworthiness compliance for these devices. The condition of signs and traffic control devices shall be acceptable or marginal as defined in the book Quality Guidelines for Work Zone Traffic Control Devices, and will be accepted based on a visual inspection by the Engineer. The Engineer's decision on the condition of a sign nr traffic c device shall he final A sign nr traffic cnntrnl device determiner) to be unacceptable shall be removed from the project and replaced within 12 hours of notification. 1 -10.3 Traffic Control Labor, Procedures and Devices 1- 10.3(1) Traffic Control Labor The Contractor l r__ flagging, ro.. the II the l,olltraclor snail furnish all personnel IVI IIdC,. ying, spotting, IVI the eXel.0 Ll Vll of all procedures related to temporary traffic control and for the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control traffic during construction operations. Workers engaged as flaggers or spotters shall wear reflective vests and hard hats. During hours of darkness, white coveralls or white or yellow rain gear shall also be worn. The vests and other apparel shall be in conformance with Section 1 -07.8. 1- 10.3(1)A Flaggers and Spotters Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. The flagging card shall be immediately available and shown to the Contracting Agency upon request. Flagging stations shall be shown on Traffic Control Plans at locations where construction operations require stopping or diverting public traffic. Flagging stations shall be staffed only when flagging is required. This staffing may be continuous or intermittent, depending on the nature of the construction activity. Whenever a flagger is not required to stop or divert traffic, the flagger shall move away from the flagging station to a safer location. During hours of darkness, flagging stations shall be illuminated in a manner that insures that flaggers can easily be Si ee n but that does not cause glare to the traveling public. Flaggers shall b aIi k equipped with portable two -way radios, with a range suitable for the project. The radios shall be capable of having direct contact with project management (foremen, superintendents, etc.). The Contractor shall furnish the MUTCD standard Stop /Slow paddles for all flagging operations. The specification for Stop /Slow paddles in Section 9 -35.1 requires 24" paddles and all new paddies purchased for the project shall conform to those provisions. Previously specified 18" paddles may be used at the request of the Contractor until December 31, 2005. 14 Spotting stations shall be shown on Traffic Control Plans at locations where a spotter can detect errant drivers or other hazards and provide an effective warning to other workers. Spotting stations will not be allowed at locations where the spotter will be in unnecessary danger. The Contractor shall furnish noise - makers or other effective warning devices for spotting operations. The duties of a spotter shall not include flagging. 1- 10.3(1)B Other Traffic Control Labor In addition to flagging or spotting duties, the Contractor shall provide personnel for all other traffic control procedures required by the construction operations and for the labor to install, maintain and remove any traffic control devices shown on Traffic Control Plans. 1- 10.3(2) Traffic Control Procedures 1- 10.3(2)A One -Way Traffic Control The project work may require that traffic be maintained on a portion of the roadway during the progress of the work using one -way traffic control. If this is the case, the Contractor's operation shall be confined to one -half the roadway, permitting traffic on the other half. If shown on an approved traffic control plan or directed by the Engineer, one -way traffic control, in accordance with the MUTCD, shall be provided and shall also conform to the following requirements: In any one -way traffic control configuration, side roads and approaches will be closed or controlled by a flagger or by appropriate approved signing. A side road flagger will coordinate with end flaggers where there is line of sight and with the pilot car where the end flaggers cannot be seen. Queues of vehicles will be allowed to take turns passing through the workzone in the single open lane. When one -way traffic control is in effect, Contractor vehicles shall not use the open traffic lane except while following the same rules and routes required of the public traffic. As conditions permit, the Contractor shall, at the end of each day, leave the work area in such condition that it can be traveled without damage to the work, without danger to traffic, and without one -way traffic control. If, in the opinion of the Engineer, one -way traffic control cannot be dispensed with after working hours, then the operation will be continued throughout the non - working hours. 1- 10.3(2)B Rolling Slowdown For work operations on multi -lane roadways that necessitate short -term roadway closures of 15 minutes or less, the Contractor may implement a rolling slowdown. Where included in an approved traffic control plan, a rolling slowdown shall be accomplished using one traffic control vehicle with flashing amber lights for each lane to be slowed down plus one control vehicle to serve as a chase vehicle for traffic ahead of the blockade. The traffic control vehicles shall enter the roadway and form a moving blockade to reduce traffic speeds and create a clear area in front of the moving blockade to accomplish the work without a total stoppage of traffic. A portable changeable message sign shall be placed ahead of the starting point of the traffic control to warn traffic of the slowdown. The sign shall be placed far enough ahead of the work to avoid any expected backup of vehicles. The location where the traffic control vehicles shall begin the slowdown and the speed at which the moving blockade will be allowed to travel will be calculated to accommodate the estimated time needed for closure. The chase control vehicle shall follow the slowest vehicle ahead of the blockade. When the chase vehicle passes, the Contractor may begin the work operation. In the event that the work operation is not completed when the moving 15 blockade reaches the site, all work except that necessary to clear the roadway shall cease immediately and the roadway shall be cleared and reopened as soon as possible. All ramps and entrances to the roadway between the moving blockade and work operation shall be temporarily closed using flaggers. Radio communications between the work operation and the moving blockade shall be established and utilized to adjust the speed of the blockade to accommodate the closure time needed. 1- 10.3(2)C Lane Closure Setup/Takedown Where allowed by the contract and where shown on approved traffic control plans or directed by the Engineer, the Contractor shall set up traffic control measures to close one or more lanes of a multi -lane facility. When this is to occur, the following sequence shall be followed: 1. Advance warning signs are set up on the shoulder of the roadway opposite the lane to be closed, 2. Advance warning signs are set up on the same shoulder as the lane to be closed, 3. A truck-mounted attenuator, with arrow board, is moved into place at the beginning of the closure taper, 4. Channelization devices are placed to mark the taper and the length of the closure as shown on the traffic control plan. Once the lane is closed, the T MAiarrow board combination may be replaced with an arrow board without attenuator. If additional lanes are to be closed, this shall be done in sequence with previous lane closures using the same sequence of activities. A truck - mounted attenuator with arrow board is required during the process of closing each additional lane and may be replaced with an arrow board without attenuator after the lane is closed. Each closed lane shall be marked with a separate arrow board at all times. Traffic control for lane closures shall be removed in the reverse order of its installation. 1- 10.3(2)D Mobile Operations Where construction operations are such that movement along the length of a roadway is continuous or near - continuous to the extent that a stationary traffic control layout will not be effective, the Contractor shall implement a moving, or mobile, traffic control scheme. Such moving control shall always be conducted in the same direction as the adjacent traffic. Where shown on an approved traffic control plan or where directed by the Engineer, mobile traffic control shall consist of portable equipment, moving with the operation. A portable changeable message sign shall be established in advance of the operation, far enough back to IIPI a n nrvirle wrninn of hnth the nnPratinn anri of anv of traffic that hag frrmPd dl:ring r y r J q..., the operation. The advance sign shall be continuously moved to stay near the back of the queue at all times. A truck- mounted attenuator, with arrow board, shall be positioned and maintained at a fixed distance upstream of the work. A shadow vehicle, with truck - mounted attenuator shall be positioned and maintained immediately upstream of the work. 1- 10.3(2)E Patrol & Maintain Traffic Control Measures At all times, when I temporary traffic ilc co II tr of measures are in I place, the Contractor shall provide for patrolling and maintaining these measures. The work shall consist of resetting mislocated devices, assuring visibility of all devices, cleaning and repairing where necessary, providing maintenance for all equipment, including replacing batteries and light bulbs as well as keeping motorized and electronic items functioning, and adjusting the 16 location of devices to respond to actual conditions, such as queue length, unanticipated traffic conflicts and other areas where planned traffic control has proven ineffective. This work shall be performed by the Contractor, either by or under the direction of the Traffic Control Supervisor. Personnel, with vehicles if necessary, shall be dispatched so that all traffic control can be reviewed at least once per hour during working hours and at least once during each non - working day. 1- 10.3(3) Traffic Control Devices 1- 10.3(3)A Construction Signs All construction signs required by approved traffic control plans, as well as any other appropriate signs directed by the Engineer shall be furnished by the Contractor. The Contractor shall provide the posts or supports and erect and maintain the signs in a clean, neat, and presentable condition until the need for them has ended. Post mounted signs shall be installed as shown in Standard Plans G -1 and G -4a. Sign attachment to posts shall conform to the applicable detail shown in Standard Plan G -9b. When the need for construction signs has ended, the Contractor, upon approval of the Engineer, shall remove all signs, posts, and supports from the project and they shall remain the property of the Contractor. No passing zones on the existing roadway that are marked with paint striping and which striping is to be obliterated by construction operations shall be replaced by "Do Not Pass" and "Pass With Care" signs. The Contractor shall provide and install the posts and signs. The signs shall be maintained by the Contractor until they are removed or until the contract is physically completed. When the project includes striping by the Contractor, the signs and posts shall be removed by the Contractor when the no passing zones are reestablished by striping. The signs and posts will become the property of the Contractor. When the Contractor is not responsible for striping and when the striping by others is not completed when the project is physically completed, the posts and signs shall be left in place and shall become the property of the Contracting Agency. All existing signs, new permanent signs installed -under this contract, and construction signs installed under this contract that are inappropriate for the traffic configuration at a given time shall be removed or completely covered with metal, plywood, or an Engineer approved product specifically manufactured for sign covering during periods when they are not needed. Construction signs will be divided into two classes. Class A construction signs are those signs that remain in service throughout the construction or during a major phase of the work. They are mounted on posts, existing fixed structures, or substantial supports of a semi- permanent nature. Class A signs will be designated as such on the approved Traffic Control Plan. "Do Not Pass" and "Pass With Care" signs are classified as Class A construction signs. Sign and support installation for Class A signs shall be in accordance with the Contract Plans or the Standard Plans. Class B construction signs are those signs that are placed and removed daily, or are used for short durations which may extend for one or more days. They are mounted on portable or temporary mountings. Where it is necessary to add weight to signs for stability, the only allowed method will be a bag of sand that will rupture on impact. The bag of sand shall have a maximum weight of 40 pounds, and shall be suspended no more than 1 foot from the ground. Signs, posts, or supports that are lost, stolen, damaged, destroyed, or which the Engineer deems to be unacceptable while their use is required on the project shall be replaced by the Contractor. 17 1- 10.3(3)B Sequential Arrow Signs Where shown on an approved traffic control plan or where ordered by the Engineer, the Contractor shall provide, operate and maintain sequential arrow signs. In some locations, the sign will be shown as a unit with an attenuator. In other locations, the plan will indicate a stand -alone unit. 1- 10.3(3)C Portable Changeable Message Sign Where shown on an approved traffic control plan or where ordered by the Engineer, the Contractor shall provide, operate and maintain portable changeable message signs. These signs shall be a o n_site for th entire duration of their projected i ce 1 - 10.3(3)D Barricades Where shown on an approved traffic control plan or where ordered by the Engineer, the Contractor shall provide, install and maintain barricades. Barricades shall be kept in good repair and shall be removed immediately when, in the opinion of the Engineer, they are no longer functioning as designed. Where it is necessary to add weight to barricades for stability, the only allowed method will he a hag of s that w ill rupture on impart The hen of send shall have o mavimHm :weight of 40 pounds, and shall be suspended no more than 1 foot from the ground. 1- 10.3(3)E Traffic Safety Drums Where shown on an approved Traffic Control Plan, or where ordered by the Engineer, the Contractor shall provide, install and maintain traffic safety drums. Used drums may be utilized, provided all drums used on the project are of essentially the same configuration. The drums shall be designed to resist overturning by means of a weighted lower unit that will separate from the drum when impacted by a vehicle. Drums shall be regularly maintained to ensure that they are clean and that the drum and reflective material are in good condition. If the Engineer determines that a drum has been damaged beyond usefulness, or provides inadequate reflectivity, a replacement drum shall be furnished. When the Engineer determines that the drums are no longer required, they shall be removed from the project and shall remain the property of the Contractor. 1- 10.3(3)F Barrier Drums Where shown on approved Traffic Control Plans and as ordered by the Engineer, barrier drums shall be placed on temporary concrete barrier at the following approximate spacing: Concrete Barrier Barrier Drum Placement Spacing in Feet Tangents % mile or less 2 times posted speed limit T ter than 1/_ 'le A times poster! speed limit Tangents � �w greater than i iz mile i�c -r times ice N uo cu opccu limit � u , Tapers and Curves posted speed limit Note 1 A minimum of 3 barrier drums shall be used. Note 2 A minimum of 5 barrier drums shall be used. Temporary concrete barrier reflectors may be excluded when using barrier drums. Both legs of the barrier drums shall be completely filled with sand. The top oval should not be filled. 18 Used barrier drums may be used, provided all barrier drums used on the project are of essentially the same configuration. Barrier drums shall be regularly maintained to ensure that they are clean and that the barrier drum and reflective material are in good condition. If the Engineer determines that a barrier drum has been damaged beyond usefulness, or provides inadequate reflectivity, a replacement barrier drum shall be furnished. When the Engineer determines that the drums are no longer required, they shall be removed from the project and shall remain the property of the Contractor. 1- 10.3(3)G Traffic Cones Where shown on an approved traffic control plan or where ordered by the Engineer, the Contractor shall provide, install and maintain traffic cones. Cones shall be kept in good repair and shall be removed immediately when directed by the Engineer. Where wind or moving traffic frequently displace cones, an effective method of stabilizing cones, such as stacking two together at each location, shall be employed. 1- 10.3(3)H Tubular Markers Where shown on an approved traffic control plan or where ordered by the Engineer, the Contractor shall provide, install and maintain tubular markers. Tubular markers shall be kept in good repair and shall be removed immediately when directed by the Engineer. Tubular markers are secondary devices and are not to be used as substitutes for cones or other delineation devices without an approved traffic control plan. Where the Traffic Control Plan shows pavement- mounted tubular markers, the adhesive used to fasten the base to the pavement shall be suitable for the purpose, as approved by the Engineer. During the removal of pavement- mounted tubular markers, care shall be taken to avoid damage to the existing pavement. Any such damage shall be repaired by the Contractor at no cost to the Contracting Agency. 1- 10.3(3)1 Warning Lights and Flashers Where shown attached to traffic control devices on an approved traffic control plan or where ordered by the Engineer, the Contractor shall provide and maintain flashing warning lights. Lights attached to advance warning signs shall be Type B, high- intensity. Lights attached to traffic safety drums, barricades or other signs shall be Type C, steady- burning low intensity or, where attention is to be directed to a specific device, Type A, flashing low- intensity units. 1- 10.3(3)J Truck - Mounted Attenuator Where shown on an approved traffic control plan or where ordered by the Engineer, the Contractor shall provide, operate and maintain truck - mounted impact attenuators (TMA). These attenuators shall be available, on -site, for the entire duration of their projected use. The TMA shall be positioned to separate and protect construction workzone activities from normal traffic flow. During use, the attenuator shall be in the full down - and - locked position. For stationary operations, the truck's parking brake shall be set. 1 -10.4 Measurement 1- 10.4(1) Lump Sum Bid for Project (No Unit Items) When the bid proposal contains the item "Project Temporary Traffic Control ", there will be no measurement of unit items for work defined by Section 1 -10 except as described in Section 1- 10.4(3). Also, except as described in Section 1- 10.4(3), all of Sections 1- 10.4(2) and 1- 10.5(2) is deleted. 19 No specific unit of measurement will apply to the lump sum item of "Project Temporary Traffic Control." 1- 10.4(2) Item Bids with Lump Sum for Incidentals When the bid proposal does not contain the item "Project Temporary Traffic Control ", Sections 1- 10.4(1) and 1- 10.5(1) are deleted and the bid proposal will contain some or all of the following items, measured as noted. No specific unit of measurement will apply to the lump sum item of `Traffic Control Supervisor." "Flaggers and Spotters" will be measured by the hour. Hours will be measured for each flagging or spotting station, shown on an approved Traffic Control Plan, when that station is staffed in accordance with Section 1- 10.3(1)A. When a flagging station is staffed on an intermittent basis, no deduction will be made in measured hours provided that the person staffing the station is in a standby mode and is not performing other duties. "Other Traffic. Control I ahol" will he measurer) by the hour. With the exception of pe rollinn and maintaining, hours will be measured for each ll per J ul l GI Iy1Qy. Gd it I any one of the following activities: • Operating a pilot vehicle during one -way piloted traffic control. • Operating a traffic control vehicle or a chase vehicle during a roiling slowdown operation. • Operating a vehicle or placing /removing traffic control devices during the setup or takedown of a lane closure. Performing preliminary work to prepare for placing and removing these devices. • Operating any of the moving traffic control equipment, or adjusting signing during a mobile operation as described in Section 1- 10.3(2)D. • • Patrolling and maintaining traffic control measures as described in Section 1- 10.3(2)E. The hours of one person will be measured for each patrol route necessary to accomplish the review frequency required by the provision, regardless of the actual number of persons per route. • Placing and removing Class B construction signs. Performing preliminary work to prepare for placing and removing these signs. • Relocation of Portable Changeable Message Signs within the project limits. • Installing and removing Barricades, Traffic Safety Drums, Barrier Drums, Cones, Tubular Markers and Warning Lights and Flashers to carry out approved Traffic (nntrnl Pian(c) Pcrforminn nrciiminaru work to nrcnarc for inctaiiinn thccc devices. Time spent on activities other than those listed will not be measured under this item. "Construction Signs, Class A" will be measured by the square foot of panel area for each sign designated on an approved Traffic Control Plan as Class A or for each construction sign installed as ordered by the Engineer and designated as Class A at the time of the order. Class A signs may be used in more than one location and will be measured for each new installation. Class B construction signs will not be measured. Sign posts or supports will not be measured. 20 "Sequential Arrow Sign" will be measured by the hour for the time that each sign is operating as shown on an approved Traffic Control Plan or as directed by the Engineer. "Portable Changeable Message Sign" will be measured per each one time only for each portable changeable message sign used on the project. The final pay quantity shall be the maximum number of such signs in place at any one time as approved by the Engineer. "Operation of Portable Changeable Message Sign" will be measured by the hour for each hour of operation. The hours of operation will be determined by the Engineer. Hours of operation in excess of those determined by the Engineer will be at the Contractor's expense. "Truck Mounted Impact Attenuator" will be measured per each one time only for each truck with mounted impact attenuator used on the project. The final pay quantity shall be the maximum number of truck - mounted impact attenuators in place at any one time. "Operation of Truck - Mounted Impact Attenuator" will be measured by the hour for each truck - mounted attenuator manned and operated. Manned and operated shall be when the truck - mounted impact attenuator has an operator and is required to move, in operating position, with the construction operation or when moving the TMA from one position to another on the project. No specific unit of measurement will apply to the force account item of "Repair Truck - Mounted Impact Attenuator". No specific unit of measurement will apply to the lump sum item of "Other Temporary Traffic Control ". 1- 10.4(3) Reinstating Unit Items with Lump Sum Traffic Control The contract provisions may establish the project as lump sum, in accordance with Section 1- 10.4(1) and also include one or more of the items included above in Section 1- 10.4(2). When that occurs, the corresponding measurement provision in Section 1- 10.4(2) is not deleted and the work under that item will be measured as specified. 1- 10.4(4) Owner- Provided Resources The contract provisions may call for specific items of labor, materials or equipment, noted in Section 1 -10 as the responsibility of the Contractor, to be supplied by the Contracting Agency. When this occurs, there will be no adjustment in measurement of unit quantities. 1 -10.5 Payment 1- 10.5(1) Lump Sum Bid for Project (No Unit Items) "Project Temporary Traffic Control ", lump sum. The lump sum contract payment shall be full compensation for all costs incurred by the Contractor in performing the contract work defined in Section 1 -10, except for costs compensated by bid proposal items inserted through contract provisions as described in Section 1- 10.4(3). 1- 10.5(2) Item Bids with Lump Sum for Incidentals "Traffic Control Supervisor", lump sum. The lump sum contract payment shall be full compensation for all costs incurred by the Contractor in performing the contract work defined in Section 1- 10.2(1)B. "Flaggers and Spotters ", per hour. The unit contract price, when applied to the number of units measured for this item in accordance with Section 1- 10.4(2), shall be full compensation for all costs incurred by the Contractor in performing the contract work defined in Section 1- 10.3(1)A. 21 "Other Traffic Control Labor ", per hour. The unit contract price, when applied to the number of units measured for this item in accordance with Section 1- 10.4(2), shall be full compensation for all labor costs incurred by the Contractor in performing the contract work specifically mentioned for this item in Section 1- 10.4(2). "Construction Signs Class A ", per square foot. The unit contract price, when applied to the number of units measured for this item in accordance with Section 1-1n.4(7), shall he full compensation for all costs of labor, materials and equipment incurred by the Contractor in performing the contract work described in Section 1- 10.3(3)A. In the event that "Do Not Pass" and "Pass With Care" signs must be left in place, a change order, as described in Section 1 -04.4, will be required. "Sequential Arrow Sign ", per hour. The unit contract price, when applied to the number of units measured for this item in accordance with Section 1- 10.4(2), shall be full compensation for all costs of labor, materials and equipment incurred by the Contractor in performing the contract work described in Sectinn 1-1n.1(1)R. "Portable Changeable Message Sign ", per each. The unit contract price, when applied to the number of units measured for this item in accordance with Section 1- 10.4(2), shall be full compensation for all costs of labor, materials and equipment incurred by the Contractor in procuring all portable changeable message signs required for the project and for transporting these signs to and from the project. "Operation of Portable Changeable Message Sign ", per hour. The unit contract price, when applied to the number of units measured for this item in accordance with Section 1- 10.4(2), shall be full compensation for all costs of labor, materials and equipment incurred by the Contractor in performing the contract work described in Section 1- 10.3(3)C except for costs compensated separately under the items "Other Traffic Control Labor" and "Portable Changeable Message Sign ". "Truck- Mounted Impact Attenuator ", per each. The unit contract price, when applied to the number of units measured for this item in accordance with Section 1- 10.4(2), shall be full compensation for all costs of labor, materials and equipment incurred by the Contractor in performing the contract work described in Section 1- 10.3(3)J except for costs compensated separately under the items "Operation of Truck - Mounted Impact Attenuator" and "Repair Truck - Mounted Impact Attenuator". "Operation of Truck - Mounted Impact Attenuator ", per hour. The unit contract price, when applied to the number of units measured for this item in accordance with Section 1- 10.4(2), shall be full compensation for all costs of labor, materials and equipment incurred by the Contractor in operating truck - mounted impact attenuators on the project. "Repair Truck - Mounted Impact Attenuator ", by force account. All costs of repairing or replacing truck - mounted impact attenuators that are damaged by the motoring public while in use as shown on an approved Traffic Control Plan will be paid for by force account as specified in Section 1 -09.6. To provide a common proposal for all bidders, the Contracting Agency has estimated the amount of force account for "Repair Truck - Mounted Impact Attenuator" and has entered the amount in the Proposal to become a part of the total bid by the Contractor. Truck- mounted attenuators damaged due to the Contractor's operation or damaged in any manner when not in use shall be repaired or replaced by the Contractor at no expense to the Contracting Agency. "Other Temporary Traffic Control ", lump sum. 22 The lump sum contract payment shall be full compensation for all costs incurred by the Contractor in performing the contract work defined in Section 1 -10, and which costs are not compensated by one of the above - listed items. 1- 10.5(3) Reinstating Unit Items with Lump Sum Traffic Control The contract provisions may establish the project as lump sum, in accordance with Section 1- 10.4(1) and also reinstate the measurement of one or more of the items described in Section 1- 10.4(2). When that occurs, the corresponding payment provision in Section 1- 10.5(2) is not deleted and the work under that item will be paid as specified. SECTION 1 -99, APWA SUPPLEMENT August 2, 2004 Section 1 -04.2 (APWA Only) page 1 -125 The second paragraph is revised to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, 4. Contract Plans, 5. Amendments to Division 1 -99 APWA Supplement 6. Division 1 -99 APWA Supplement 7. Amendments to the WSDOT /APWA Standard Specifications, 8. WSDOT /APWA Standard Specifications for Road, Bridge and Municipal Construction 9. Contracting Agency's Standard Plans (if any) 10. WSDOT /APWA Standard Plans for Road, Bridge and Municipal Construction Section 1- 07.18.4 (APWA Only) Page 1 -134 and 1 -135 This section is revised to read: When the Contractor delivers the executed contract for the work to the Contracting Agency it shall be accompanied by a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth above. The certificate must conform to the following requirements: An ACORD certificate Form 25 -S, showing the insuring company, policy effective dates, limits of liability and the Schedule of Forms and Endorsements. A copy of the endorsement naming Contracting Agency and any other entities required by the Contract Provisions as Additional Insured(s), and stating that coverage is primary and noncontributory, showing the policy number, and signed by an authorized representative of the insurance company on Form CG2010 (ISO) or equivalent. The certificate(s) shall not contain the following or similar wording regarding cancellation notification to the Contracting Agency: "Failure to mail such notice shall impose no obligation or liability of any kind upon the company." 23 SECTION 2 -03, ROADWAY EXCAVATION AND EMBANKMENT January 5, 2004 2- 03.3(14)D Compaction and Moisture Control Tests This section is revised to read: Maximum density and optimum moisture content shall be determined by one of the following methods: 1. Materials with less than 30 percent by weight retained on the U.S. No. 4 sieve shall be determined using FOP for AASHTO T 99 Method A. 2. Materials with 30 percent or more by weight retained on the U.S. No. 4 sieve and less than 30 percent retained on the 3/4 inch sieve shall be determined by WSDOT Test Method No. 606 or FOP for AASHTO T 180 Method D. The determination of which test procedure to use will be made solely by the Contracting Agency. • 3. Materials with 30 percent or more retained on the 3/4 inch sieve shall be determined by WSDOT Test Method No. 606. In place density will be determined using Test Methods WSDOT FOP for AASHTO T 310 and ".OSDOT SOP for T 615. SECTION 2 -09, STRUCTURE EXCAVATION December 6, 2004 2- 09.3(1)E Backfilling The first paragraph under Timing is revised to read: Backfill shall not be placed against any concrete structure until the concrete has attained 90 percent of its design strength and a minimum age of 14 days, except that reinforced concrete retaining walls 15 feet in height or less may be backfilled after the wall has attained 90 percent of its design compressive strength and curing requirements of Section 6- 02.3(11) are met. Footings and columns may be backfilled as soon as forms have been removed, so long as the backfiii is brought up evenly on all sides. 2 -09.4 Measurement In the third paragraph, the width for pipes 18 inches and over is revised to (1.5 x I.D.) + 18 inches. SECTION 4 -04, BALLAST AND CRUSHED SURFACING January 5, 2004 4- 04.3(5) Shaping and Compaction . In the first paragraph, the first sentence is revised to read: Immediately following spreading and final shaping, each layer of surfacing shall be compacted to at least 95 percent of the standard density determined by the requirements of Section 2- 03.3(14)D before the next succeeding layer of surfacing or pavement is placed. 24 SECTION 6 -02, CONCRETE STRUCTURES • April 5, 2004 6- 02.3(5)A General In the fourth paragraph, item 2 is revised to read: 2. An individual strength test averaged with the two preceding individual strength tests meets or exceeds specified strength (for the same class and exact mix I.D. of concrete on the same contract). 6- 02.3(17)K Concrete Forms on Steel Spans The following new paragraph is inserted between the second and third paragraphs: The compression member or bottom connection of cantilever formwork support brackets shall bear either within six inches maximum vertically of the bottom flange or within six inches maximum horizontally of a vertical web stiffener. The Contractor shall also furnish and install temporary struts and ties to prevent rotation of the steel girder. Partial depth cantilever formwork support brackets that do not conform to the above requirements shall not be used, unless the Contractor submits details showing the additional formwork struts and ties used to brace the steel girder against web distortion caused by the partial depth bracket, and receives the Engineer's approval of the submittal. 6- 02.3(24)E Welding Reinforcing Steel The ninth paragraph is revised to read: The minimum preheat and interpass temperature for welding Grade 60 reinforcing bars shall be in accordance with AWS D1.4 Table 5.2 and mill certification of carbon equivalence, per lot of reinforcing. Preheating shall be applied to the reinforcing bars and other splice members within 6 inches of the weld, unless limited by the available lengths of the bars or splice member. The twelfth paragraph is revised to read: Under supervision of the State Materials and Fabrication Inspector, the welder shall weld three test joints of the largest size reinforcing bar to be weld spliced, per type of joint shown in the Plans. Two of the test welds shall be test loaded to no less than 125 percent of the minimum specified yield strength of the bar. The remaining test weld shall be mechanically cut perpendicular to the direction of the welding and macroetched. The macroetch specimen for Flare V groove welds will be inspected for the weld size and effective throat as shown in the Plans. Indirect butt splices shall be cut mechanically at two locations to provide a transverse cross - section of each of the bars spliced in the test assembly. The sections shall show the full cross - section of the weldment, the root of the weld, and any reinforcement. The etched cross - section shall have complete penetration and complete fusion with the base metal and between successive passes in the weld. Groove welds of direct butt splices and flare - groove welds shall not have reinforcement exceeding 1/8 inch in height measured from the main body of the bar and shall have a gradual transition to the base metal surface. No cracks will be allowed in either the weld metal or heat - affected zone. All craters shall be filled to the full cross - section of the weld. Weld metal shall be free from overlay. Undercutting deeper than 1/32 inch will not be allowed except at points where welds intersect the raised pattern of deformations where undercutting less than 1/16 inch deep will be acceptable. The sum of diameters of piping porosity in groove welds shall not exceed 1/8 inch in any linear inch of weld or exceed 9/16 inch in any 6 -inch length of weld. Corrections to welds with shielded metal arc, gas metal arc, or flux -cored arc welding processes shall be made in accordance with Engineer's approval. 6- 02.3(27) Concrete for Precast Units This section is supplemented with the following: 25 Self compacting concrete (SCC) may be used for precast concrete barrier covered under • section 6 -10 and drainage items covered under section 9 -12. If self compacting concrete has been approved for use the requirements of section 6- 02.3(4)C consistency shall not apply. Self compacting concrete is concrete that is able to flow under its own weight and completely fill the formwork, even in the presence of dense reinforcement, without the need of any vibration, while maintaining homogeneity. When using SCC modified testing procedures for air content and compressive strength will be used. The modification shall be that molds will be filled completely in one continuous lift without any rodding, vibration, tamping nr nthcr c nn g nlidatinn m O th e r than lightly taping arr I jinn tha C'Xtorinr o f the mold with a rubber mallet to allow entrapped air bubbles to escape. in addition the fabricators QC testing shall include Slump Flow Test results, which do not indicate segregation. As part of the plants approval for use of SCC the plant fabricator shall cast one barrier, or drainage item and have that barrier or drainage item sawed in half for examination by the Contracting Agency to determine that segregation has not occurred. • oats-rink' n AG IRO A IM Anc QTr31If'TIInce t'1 II % /COTO AA111 ar`rMr%IIITC a711-Li 11%JI1 .7nJvJ IJ IlJ`SIII rvia L J i 10 4.1 4.0 I SJ 4,7, 919JL Lea 1 V J11111.0 9D I LIOJ1 April 5, 2004 9- 05.4(3) Protective Treatment Treatments 3, 4, and 6 are revised to read: This treatment is no longer available. 9- 05.4(4) Asphalt Coatings and Paved Inverts The second paragraph under item 2 is revised to read: The paved invert for Treatment 2 shall consist of bituminous material applied in such a manner that one or more smooth pavements will be formed in the invert filling the corrugations for at least 40 percent of the circumference. The pavement shall have a minimum thickness of 1/8 inch above the crest of the corrugations except where the upper edges intercept the corrugation. The pavements shall be applied following the coating with asphalt . Treatment 5 may be substituted for Treatment 2, at the option of the Contractor. 9 -05.10 Steel Storm Sewer Pipe The first sentence is revised to read: Steel storm sewer pipe shall conform to the requirements of Section 9 -05.4 for steel culvert pipe, except that protective coating shall be Treatment 1 or 5, and be constructed of either helically corrugated lock seam or helically corrugated continuous welded steel pipe. 9 -05.11 Aluminum Storm Sewer Pipe The first sentence is revised to read: Aluminum storm sewer pipe shall conform to the requirements of Section 9 -05.5 for aluminum culvert pipe, except that the protective coating shall be Treatment 1 or 5, and the pipe shall be constructed of helically corrugated lock seam aluminum pipe. 9 -05.16 Grate Inlets and Drop Inlets The first and second paragraphs are revised to read: Steel in grates, angles, and anchors for grate inlets shall conform to ASTM A 36, except structural tube shall conform to ASTM A 500, Grade B, and structural shapes may conform to ASTM A 992. After fabrication, the steel shall be galvanized in accordance with AASHTO 26 M 111, or galvanized with a hot - sprayed (plasma flame applied) 6 mil minimum thickness plasma coating. Steel grating shall be fabricated by weld connections. Welds, welding procedures, and welding materials shall conform with the AWS D1.1/D1.1 M, latest edition, Structural Welding Code. 27 28 CONTRACT PROVISIONS Special Provisions Contract Form Performance Bond Form Informational Certificate of Insurance Informational Additional Insured Endorsement Minimum Wage Affidavit Form SPECIAL PROVISIONS • The following Special Provisions are made a part of this contract and supersede any conflicting provisions of the 2004 Standard Specifications for Road, Bridge and Municipal Construction, and the foregoing Amendments to the Standard Specifications. Several types of Special Provisions are included in this contract; General, Region, Bridges and Structures, and Project Specific. Special Provisions types are differentiated as follows: (date) General Special Provision ( * * * * * *) Notes a revision to a General Special Provision and also notes a Project Specific Special Provision. (Regions' date) Region Special Provision (BSP date) Bridges and Structures Special Provision General Special Provisions are similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region. Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a "fill -in ". Region Special Provisions are commonly applicable within the designated Region. Region designations are as follows: Regions' ER Eastern Region NCR North Central Region NWR Northwest Region OR Olympic Region SCR South Central Region SWR Southwest Region WSF Washington State Ferries Division Bridges and Structures Special Provisions are similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region. Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a "fill -in ". Project Specific Special Provisions normally appear only in the contract for which they were developed. DIVISION 1 GENERAL REQUIREMENTS DESCRIPTION OF WORK This contract provides for the construction of an underground drainage retention basin. The work includes the approximate quantities of: 51 Tons of crushed surfacing top course, 3 Tons of commercial HMA, 163 LF of corrugated polyethylene storm sewer pipe 12 inch diameter, 2 EA of Manhole 48 inch diameter type 2, 495 LF of drainage retention basin with 48" diameter schedule A perforated pipe, 150 CY of structure excavation including haul, one EA of connection to drainage structure, 200 LF of shoring or extra excavation, and other miscellaneous items, all in accordance with the Contract Plans, Contract Provisions, and the Standard Specifications as prepared by the City Engineer of the City of Yakima. 29 1 -02 BID PROCEDURES AND CONDITIONS 1- 02.4(1) General Section 1 -02.4 is supplemented with the following: A pre -bid conference will be held in the Yakima City Hall CED Conference room, second floor, 129 N. 2nd Street, Yakima, WA at the time and date stated in the "Invitation to Bid." The conference will include project discussion, DBE Contractor participation, and the Affirmative Action Plan. 1 -02.12 Public Opening Of Proposal Section 1 -02.12 is supplemented with the following: Date Of Opening Bids Sealed bids are to be received at the following location prior to the time Specified: At the City Clerk's Office, City of Yakima, 129 N. 2 Street, Yakima, WA 98903. The bid opening date for this project is listed in the "Invitation to Bid." Bids received will be publicly opened and read after 2:00 p.m. on this date. 1 -03 AWARD AND EXECUTION OF CONTRACT 1 -03.4 Contract Bond This section is supplemented with the following: The bond shall further indemnify and hold the City of Yakima, its employees, agents, and elected or appointed officials, harmless from defects appearing or developing in the material or workmanship provided or performed under the contract within a period of one year after final acceptance by the City. 1 -04 SCOPE OF WORK 1 -04.4 Changes This section is modified as follows: 1- 04.4(1) Minor Changes Delete this section. A 06 !'/1AITGllI ( 11A ATERI AL 1 -VV V I I VI IVI VIsI 1- 06.2(1) Samples and Tests for Acceptance Section 1- 06.2(1) is supplemented 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 o f th 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. Trench Backfillinq 30 Compaction tests shall be taken at a frequency and at depths sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for each 100 linear feet of main pipeline trench and one (1) test for each street crossing. At alternating 100 -foot locations along the main trench line, tests shall be taken at 1 -foot, 2 -foot and 3 -foot depths below finish grade. Compaction shall conform to Section 7- 08.3(3) or 7- 10.3(11) as applicable to the pipeline being constructed. At a minimum, compaction within the roadway area shall be to at least 95% of maximum density as determined by ASTM D 1557 (Modified Proctor). Embankment Construction 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 5000 square feet of surface area for each lift of roadway embankment. Roadway embankment compaction shall be as specified in Section 2- 03.3(14). Ballast and Crushed Surfacing Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5,000 square feet of surface area for each lift of ballast or crushed surfacing. Compaction of ballast and crushed surfacing shall be as specified in Section 4- 04.3(5). 1 -07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1 -07.2 State Taxes Section 1 -07.2 is supplemented with the following: (March 13, 1995) The work on this contract is to be performed upon lands whose ownership obligates the Contractor to pay Sales tax. The provisions of Section 1- 07.2(1) apply. 1 -07.5 Fish And Wildlife and Ecology Regulations 1- 07.5(4) Air Quality This section is supplemented with the following: The local air pollution authority is the Yakima Regional Clean Air Authority, (509) 574 -1410. 1 -07.6 Permits and Licenses This section is supplemented with the following: The Contractor shall have or obtain a valid City of Yakima Business License for the duration of this project. (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. 1 -07.11 Requirements For Nondiscrimination Section 1 -07.11 is supplemented with the following: (March 6, 2000) 31 Requirement For Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 112461 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. Seattle, WA: SMSA Counties: Seattle Everett, WA 7.2 WA King; WA Snohomish. Tacoma, I IQ, VV V.L 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. 32 • 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; 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. 33 (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 s h a ll specific th cifc affirmative action standards provided in .,......., vniv paragraphs 7a through 7p of this Special Provision. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either m innri4inc oh.,II ♦.,, !'`....4r ..F... -L. ..hl:....4:.. ...J.. 4L... ,,, , l .71 14:411 GANUJG 1.11G VVI IU QI,LVI J VVIIyQUVI IJ UI IUGI LI IVJG 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. 34 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its action. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on -site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off - the - street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefor, along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. e. Develop on- the -job training opportunity and /or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the U.S. Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with on -site supervisory 35 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. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circid�tinn of colicittionc to minority enrl fem contractor associations a nd v• vvuv a. v. .v .v minority w..0 .v... 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 36 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, 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). 37 (A 2, 2004) Disadvantaged Business Enterprise Participation The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR part 26 apply to this contract. The requirements of this contract are to encourage DBE participation, supply a bidder's list, and to report race neutral accomplishments quarterly as described in this special provision. No preference will be included in the evaluation of bids /proposals, no minimum level of DBE participation shall be required as a condition for receiving an award and bids /proposals will not be rejected or considered non - responsive on that basis. DBE Goals No DBE goals have been assigned as a part of this contract. Affirmative Efforts to Solicit DBE Participation DBE firms shall have equal opportunity to compete for and perform subcontracts which the Contractor enters into pursuant to this contract. Contractors are encouraged to: 1. Advertise opportunities for Subcontractors or suppliers in a manner reasonably designed to provide DBEs capable of performing the work with 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 -based organizations, minority contractor groups, local minority assistance offices and organizations that provide assistance in the recruitment and placement of DBEs and other small businesses. In addition, the Office of Minority and Women's Business Enterprises has two DBE Supportive Services Offices available to assist you as follows: Seattle: (206) 553 -7356 Tacoma: (253) 680 -7393 3. Establish delivery schedules, where requirements of the contract allow, that encourage participation by DBEs and other small businesses. 4. Achieve attainment through joint ventures. In the absence of a mandatory goal, all DBE participation that is attained on this project will be considered as "race neutral" participation and will be reported as such. DBE Eligibility (for reporting purposes only) Selection of DBEs: DBEs utilized on the contract will be eligible to be counted as race neutral participation only if the firm is identified as a DBE on the current list of firms certified by the Office of Minority and Women's Business Enterprises (OMWBE), the DBE firm is certified in the corresponding NAICS code(s) for the type of work to be performed, and the DBE firm performs a commercially useful function. A list of firms certified by OMWBE, including the NAICS codes for which they are certified, is available from that office and on line through their website (www.omwbe.wa.gov /directory/directory.htm) or by telephone at (360) 704 -1181. Counting DBE Participation For Reporting Race Neutral Accomplishments When a DBE firm participates in a contract, only the value of the work actually performed by the DBE will be counted as race - neutral participation. 38 1. Count the entire amount of the portion of the contract that is performed by the DBE's own forces. Include the cost of supplies and materials obtained by the • DBE for the work of the contract, including supplies purchased or equipment leased by the DBE (except supplies and equipment the DBE Subcontractor purchases or leases from the Prime Contractor or its affiliate, unless the Prime Contractor is also a DBE). Work performed by a DBE, utilizing resources of the Prime Contractor or its affiliates will not be counted as race - neutral participation. In very rare situations, a DBE firm may utilize equipment and /or personnel from a non -DBE firm other than the Prime Contractor or its affiliates. Should this situation arise, the arrangement must be short-term and have prior written approval from the Contracting Agency. The arrangement must not erode a DBE firm's ability to perform a Commercially Useful Function (See discussion of CUF, below). 2. Count the entire amount of fees or commissions charged by a DBE firm for providing a bona fide service, such as professional, technical, consultant, or managerial services, or for providing bonds or insurance. 3. When a DBE subcontracts part of the work of its contract to another firm, the value of the subcontracted work may be counted as race neutral participation only if the DBE's lower tier Subcontractor is also a DBE. Work that a DBE Subcontracts to a non -DBE firm does not count as race neutral participation. 4. When a non -DBE subcontractor further subcontracts to a lower -tier subcontractor or supplier who is a certified DBE, then that portion of the work further subcontracted may be counted toward the DBE goal, so long as it is a distinct clearly defined portion of the work of the subcontract that the DBE is performing with its own forces in a commercially useful function. DBE Prime Contractor A DBE prime Contractor may only count the work performed with its own forces and the work performed by DBE Subcontractors and DBE suppliers. Joint Venture When a DBE performs as a participant in a joint venture, only that portion of the total dollar value of the contract equal to the distinct, clearly defined portion of the work that the DBE performs with its own forces will count as race neutral participation. Commercially Useful Function Payments to a DBE firm will count as race neutral participation only if the DBE is performing a commercially useful function on the contract. 1. A DBE performs a commercially useful function when it is responsible for execution of the work of the contract and is carrying out its responsibilities by actually performing, managing, and supervising the work involved. To perform a commercially useful function, the DBE must also be responsible, with respect to materials and supplies used on the contract, for negotiating price, determining quality and quantity, ordering the material, installing (if applicable) and paying for the material itself. 2. A DBE does not perform a commercially useful function if its role is limited to that of an extra participant in a transaction, contract, or project through which funds are passed in order to obtain the appearance of DBE participation. 39 Trucking Use the following factors in determining whether a DBE trucking company is performing a commercially useful function: 1. The DBE must be responsible for the management and supervision of the entire trucking operation for which it is listed on a particular contract. 2. The DBE must itself own and, with its own workforce, operate at least one fully licensed, insured, and operational truck used on the contract. 3. The DBE receives credit only for the total value of the transportation services it provides on the contract using trucks it owns or leases, insures, and operates with drivers it employs. 4. For purposes of this paragraph a lease must indicate that the DBE has exclusive use of and control over the truck. This does not preclude the leased truck from working for others during the term of the lease with the consent of the DBE, so long as the lease gives the DBE absolute priority for use of the leased truck. Leased trucks must display the name and identification number of the DBE. 5. The DBE may lease trucks from another DBE firm, including an owner - operator who is certified as a DBE. The DBE who leases trucks from another DBE may report race - neutral participation for the total value of the transportation services the lessee DBE provides on the contract. 6. The DBE may also lease trucks from a non -DBE firm and may enter an agreement with an owner- operator who is a non -DBE. The DBE who leases trucks from a non -DBE or employs a non -DBE owner - operator is entitled to count race - neutral participation only for the fee or commission it receives as a result of the lease arrangement. The DBE may not count the total value of the transportation services provided by the lessee, since these services are not provided by a DBE. 7. in any lease or owner - operator situation, as described in paragraphs 5 & 6 above, the following rules shall apply: • The DBE is limited to leasing or renting two additional trucks for each truck owned by the DBE trucking firm. The total number of leased or rented trucks shall include owner- operator arrangements. • A written lease /rental agreement on all trucks leased or rented, showing the true ownership and the terms of the rental must be submitted and approved by the Contracting Agency prior to the beginning of the work. The agreement must show the lessor's name, trucks to be ieased, and agreed upon amount or method of payment (hour, ton, or per load). All lease agreements shall be for a long -term relationship, rather than for the individual project. Does not apply to owner- operator arrangements. • Only the vehicle, (not the operator) is leased or rented. Does not apply to owner - operator arrangements. 8. In order for payments to be counted as race - neutral participation, DBE trucking firms must be covered by a subcontract or a written agreement approved by WSDOT prior to performing their portion of the work. 40 Expenditures paid to other DBEs Expenditures paid to other DBEs for materials or supplies may be counted toward race neutral participation as provided in the following: Manufacturer 1. Counting If the materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the materials or supplies toward race neutral participation. 2. Definition To be a manufacturer, the firm operates or maintains a factory or establishment that produces, on the premises, the materials, supplies, articles, or equipment required under the contract and of the general character described by the specifications. 3. In order to receive credit as a DBE manufacturer, the firm must have received an "on- site" review and been approved by WSDOT -OEO to operate as a DBE Manufacturing firm. To schedule a review, the manufacturing firm must submit a written request to WSDOT /OEO and may not receive race neutral credit, until the completion of the review. Once a firm's manufacturing process has been approved in writing, it is not necessary to resubmit the firm for approval unless the manufacturing process has substantially changed. Information on approved manufacturers may be obtained from WSDOT- OEO. Regular Dealer 1. Counting If the materials or supplies are purchased from a DBE regular dealer, 60 percent of the cost of the materials or supplies will count toward race neutral participation. 2. Definition a) To be a regular dealer, the firm must own, operate or maintain a store, warehouse, or other establishment in which the materials, supplies, articles or equipment of the general character described by the specifications and required under the contract are bought, kept in stock, and regularly sold or leased to the public in the usual course of business. It must also be an established, regular business that engages, as its principal business and under its own name, in the purchase and sale or lease of the products in question. b) A person may be a regular dealer in such bulk items as petroleum products, steel, cement, gravel, stone, or asphalt without owning, operating, or maintaining a place of business, as provided elsewhere in this specification, if the person both owns and operates distribution equipment for the products. Any supplementing of regular dealers' own distribution equipment shall be by a long -term lease agreement and not on an ad hoc or contract -by- contract basis. c) Packagers, brokers, manufacturers' representatives, or other persons who arrange or expedite transactions are not regular dealers. 3. Regular dealer status is granted on a contract -by- contract basis. To obtain regular dealer status, a formal written request must be made by the interested supplier (potential regular dealer) to WSDOT /OEO. Included in the request shall be a full description of the project, type of business 41 operated by the DBE, and the manner the DBE will operate as a regular dealer on the specific contract. Rules applicable to regular dealer status are contained in 49 CFR Part 26.55.e.2. Once the request is reviewed by WSDOT -OEO, the DBE supplier requesting it will be notified in writing whether regular dealer status was approved. Materials or Supplies Purchased from a DBE With respect to materials or supplies purchased from a DBE who is neither a manufacturer nor a regular dealer, the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies or fees or transportation charges for the delivery of materials or supplies required on a job site may be counted as race neutral participation. No part of the cost of the materials and supplies themselves may be applied as race neutral participation. Procedures Between Award and Execution After award of the contract, the successful bidder shall provide the additional information described below. A failure to comply shall result in the forfeiture of the bidder's proposal bond or deposit. A list of all firms who submitted a bid or quote in an attempt to participate in this project whether they were successful or not. Include the correct business name, fed employer identification number (optional) and a mailing address. The firms identified by the Contractor may be contacted to solicit general information as follows: 1. age of the firm 2. average of its gross annual receipts over the past three -years Procedures After Execution Reporting The Contractor shall submit a "Quarterly Report of Amounts Credited as DBE Participation" (actual payments) on a quarterly basis for any calendar quarter in which DBE work is accomplished or upon completion of the project, as appropriate. The quarterly reports are due on January 20 April 20 , July 20 and October 20 of each year. The dollars reported will be in accordance with the "Counting DBE Participation For Reporting Race Neutral Participation" section of this specification. In the event that the payments to a DBE have been made by an entity other than the Prime Contractor (as in the case of a lower -tier subcontractor or supplier), then the Prime Contractor shall obtain the quarterly report, including the signed affidavit, from the paying entity and submit the report to the Contracting Agency. n aymont Compensation for all costs involved with complying with the conditions of this specification and any associated DBE requirements is included in payment for the associated contract items of work. 1- 07.11(10)B Required Records and Retention The first sentence of the first paragraph is revised as follows: Replace "State Department of Transportation" with "Contracting Agency." The third paragraph is revised to read as follows: 42 The Contractor and all subcontractors on this project shall submit WSDOT Form 820 -010 to the Engineer by the fifth day of each month during the term of the contract. (February 5, 2001) 1 -07.17 Utilities And Similar Facilities Section 1 -07.17 is supplemented with the following: Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. Public and private utilities, or their contractors, will furnish all work necessary to adjust, relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these Special Provisions. Such adjustment, relocation, replacement, or construction will be done during the prosecution of the work for this project. The following addresses and telephone numbers of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience: Qwest 8 W 2nd Ave, Room 304 Yakima, Washington 98902 509 - 575 -7183 Charter Cable 1005 N 16th Avenue Yakima, Washington 98902 509 - 575 -1697 City of Yakima Water Division 2301 Fruitvale Blvd. Yakima, Washington 98902 509 - 575 -6154 City of Yakima Wastewater Division 2220 E. Viola, Yakima, Washington 98901 509 - 575 -6077 Cascade Natural Gas Corporation 401 N 1st Street, Yakima, Washington 98901 509 -457 -5905 Pacific Power PO Box 1729 Yakima, Washington 98907 509 - 575 -3146 Nob Hill Water 6111 Tieton Dr. 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 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 plans and schedules of the installations on new, relocated, or adjusted utilities. Both public and private utility organizations may be doing utility installations within the area. The proposed construction work must be coordinated with these utility installations. The Contractor shall coordinate his work with other contractors who may be working in the project area and cooperate with them. 1 -07.23 Public Convenience And Safety 1- 07.23(1) Construction Under Traffic Section 1- 07.23(1) is supplemented with the following: The portion of south 22 Ave. that is adjacent to the underground drainage retention basin shall be closed, as detailed in the traffic control plans, from the time that the excavation begins until it is constructed and backfilled to grade. If any hole deeper than 2 feet is open during non - working hours, temporary fencing shall be placed around it. 1 -08 PROSECUTION AND PROGRESS 1-08.1 Subcontracting Section 1 -08.1 is supplemented with the following: 43 The Contractor shall use the Subcontractors List and 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 of Section 1 -08.3 are replaced with the following: The Contractor shall prepare and submit to the Engineer a Construction Progress and Completion Schedule using the Bar Graph or Critical Path Method. Item in the Schedule shall be arranged in the order and sequence in which they will be performed. The schedule shall conform to the working modification by the Engineer. The schedule shall be drawn to a time scale, shown along the base of the diagram, using an appropriate measurement per day with weekends and holidays indicated. The Construction Progress Schedule shall be continuously updated and, if necessary, redrawn upon the first working day of each month or upon issuance of any Change Order, which substantially affects the scheduling. Copies (2 prints or 1 reproducible of newly updated Schedules shall be forwarded to the Engineer, as directed, immediately upon preparation. This section is supplemented with the following: The Contractor shall submit it a weekly activity schedule to the Construction Engineer before 9:00 a.m. on the Friday prior to the week indicated on the schedule. If the Contractor proceeds with work not indicated on this weekly activity schedule, or in a sequence differing form the which he has shown on this schedule, the Engineer may order the Contractor to delay unscheduled activities until they are included on a subsequent weekly activity schedule. 1 -08.5 Time For Completion (March 13,1995) Section 1 -08.5 is supplemented with the following: This project shall be physically completed in its entirety within * * *5 * ** working days. 1 -08.10 Termination of Contract This section is supplemented with the following: 1- 08.10(1) Termination for Default Revise the last sentence of the fifth paragraph of Section 1- 08.10(1) as follows: Replace "State of Washington, Department of Transportation" with "Contracting Agency." 1 -10 TEMPORARY TRAFFIC CONTROL 1 -10.2 Traffic Control Management This section is suppiemented with the following: 1- 10.2(1) General (August 2, 2004) Section 1- 10.2(1) is supplemented with the following: The Traffic Control Supervisor shall be certified by one of the following: The Northwest Laborers - Employers Training Trust 27055 Ohio Ave. Kingston, WA 98346 (360) 297 -3035 44 Evergreen Safety Council 401 Pontius Ave. N. Seattle, WA 98109 1- 800 - 521 -0778 or (206) 382 -4090 1- 10.2(1)B Traffic Control Supervisor The first sentence of Section 1- 10.2(1)B is revised to read as follows: 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 -10.4 Measurement (August 2, 2004) Section 1- 10.4(1) is supplemented with the following: The proposal contains the item "Project Temporary Traffic Control," lump sum. The provisions of Section 1- 10.4(1) shall apply. 1 -99 APWA SUPPLEMENT 1 -02 BID PROCEDURES AND CONDITIONS (APWA Only) 1 -02.1 Qualifications of Bidder (APWA Only) This section is supplemented with the following: Pre - qualification is not required for this project. 1 -05 CONTROL OF WORK (APWA Only) 1 -05.4 Conformity With And Deviations From Plans And Stakes (APWA Only) Section 1 -05.4 is supplemented with the following: 1 -05.4(1) Roadway and Utility Surveys (APWA Only) Revise the section to read as follows: 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 -07.18 Public Liability and Property Damage Insurance (APWA Only) This section is supplemented with the following: 1 -07.18(1) General Requirements (APWA Only) The seventh paragraph is revised as follows: Change "45 days" to "20 days." The eighth paragraph is revised by adding the following to the end of the first sentence: ", the City of Yakima, its employees, agents, and elected or appointed officials." 45 The tenth paragraph is revised to read as follows: The Contractor shall forward to the City the additional insured endorsement as requested in the Evidence of Insurance Section. 1- 07.18(2) Coverages and Limits (APWA Only) This section is revised to read as follows: All 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 shall be responsible for the payment of that deductible for any losses that 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 • for liability in excess of such limits. 1- 07.18(4) Evidence of Insurance (APWA Only) This section is revised to read as follows: The Contractor shall provide evidence of insurance by the following method: A completed ACORD for #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 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 It M1 .w..l ,...11.. Q.... I1...1 VI ........J P► ....:......... o..a.. - . W I I VI IIVIwI .I w. PV41i1VI IQI I II IjllI .7 IVI VI l Iy /VYI I I I IV QII Gy�'i a IriI IIIVII Basin, City Project No. WW2110. 4. Contain the appropriate amount and types of coverages that are specified by the Contract. 46 DIVISION 2 EARTHWORK 2 -01 CLEARING, GRUBBING AND ROADSIDE CLEANUP 2 -01.2 Disposal of Useable Material and Debris Revise the third paragraph as follows: Change the word "three" to "two." 2- 01.2(1) Disposal Method No. 1 — Open Burning This section is deleted. 2 -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 water utility before obtaining water from fire hydrants. The Contractor shall notify the Engineer as soon as such permission is granted. The Contractor shall use hydrant wrenches only to open hydrants. While using hydrants, the contractor shall make certain that the hydrant valve is fully open in order to prevent damage to the hydrant valve. A metered hydrant connection furnished by the water utility shall be used as an auxiliary valve on the outlet line for control purposes. Fire hydrant valves shall be closed slowly to avoid a surge in the system causing undue pressure on the water lines. The Contractor shall carefully note the importance of following these directions. If a hydrant is damaged due to the Contractor or an employee of the Contractor, the Contractor shall immediately notify the water utility so that the damage can be repaired as quickly as possible. Upon completing the use of the hydrants, the Contractor shall notify the water utility so that the hydrants may be inspected for possible damage. Any damage resulting from the use of the hydrants by the Contractor will be repaired by the water utility, and the cost thereof shall be withheld, if necessary, from the final payment to the Contractor. The Contractor shall furnish all equipment and tools, except the metered hydrant connection, that may be necessary to meet the requirements of the water distribution agency pertaining to hydrant us. Violation of these requirements will result in fines and will lay the Contractor liable for damage suits because of malfunctioning of damaged fire hydrants, in the event of fire. 2-07.4 Measurement This section is revised to read: Water will be measured with the metered hydrant connection. 2-07.5 Payment This section is revised to read as follows: Water will be furnished by the water utility without charge, but the Contractor shall convey the water from the nearest convenient hydrant or other source at his expense. 47 DIVISION 7 DRAINAGE STRUCTURES, STORMSEWERS, SANITARY SEWERS, WATER MAINS AND CONDUITS 7 -05 MANHOLES, INLETS, AND CATCH BASINS 7 -05.3 Construction Requirements The second paragraph of this section is supplemented with the following: The term drywell shall be synonymous with the term Drainage Retention Basin. The 48 -inch diameter perforated Storm Sewer Pipe used for the laterals within the Drainage Retention Basin shall conform to Schedule A of the Storm Sewer Pipe Schedule in Section 7 -04.2 of the Standard Specifications. Corrugated Polyethylene Storm Sewer Pipe 12 Inch Diameter shall be used to convey the storm water from the Type 2 Manhole to the 24 -inch header pipe and from the header .. to LL... 8 : _ diameter perforated pipe I atera lb The la s hall al IU II VI I1 LI IG I IGQUGI pipe W the `f0-II IVI h I UIC1111G1G1 EJGI IVI aIGU �./1pG laterals. The IC I[ILGI dIJ shall be perpendicular to the header pipe as detailed in the Plans. The drain rock shall meet the requirements of ASTM C -33 for #4 Drain Rock (11/2" — 3/8 "). Non -woven geotextile fabric shall be wrapped around the Drainage Retention Basin. Six -mil plastic construction sheeting shall be placed over the top of the entire basin, and the sheeting shall extend and be anchored a minimum of 18- inches beyond the excavation limits of the basin walls. 7 -05.4 Measurement Supplement this section with the following: "Drainage Retention Basin With 48 In. Diam. Schedule A Pell. Pipe ", will be measured by the linear foot for all perforated laterals within the underground drainage retention basin. 7 -05.5 Payment Add the following pay items: "Drainage Retention Basin With 48 In. Diam. Schedule A Perf. Pipe ", per linear foot. The price per linear foot for "Drainage Retention Basin With 48 In. Diam. Schedule A Pert. Pipe" shall be full pay for all labor, equipment and material required for the complete construction of the retention basin including the 24 -inch diameter header pipe, perforated lateral pipe, geotextile fabric, drain rock, plastic construction sheeting, the 12 -inch diameter pipe used to connect the perforated lateral pipes to the header pipe, temporary fencing, shoring or extra excavation, and all of the excavation and backfilling required to install the retention basin. 7 -08 GENERAL PIPE INSTALLATION REQUIREMENTS 7 -08.2 Materials Add the following: Crushed Surfacing Top Course (for Trench Backfill) 7- 08.3(1)A Trenches Delete paragraph 8. 48 7- 08.3(3) Backfilling Add the following paragraph to this section: All street crossing trenches, and other areas as designated by the Engineer, shall be backfilled to their full depth with Crushed Surfacing Top Course (for Trench Backfill). 7 -08.3 Measurement The sixth paragraph of this section shall be revised to read: Shoring or extra excavation class B will be measured by the linear foot. Add the following: Crushed Surfacing Top Course (for Trench Backfill) will be measured by the Ton. 7-08.5 Payment Revise the pay Item: "Shoring or Extra Excavation Class B ", per square foot. To read: "Shoring or Extra Excavation Class B ", per linear foot. Add the following pay item: "Crushed Surfacing Top Course (for Trench Backfill)", per ton. 8 -30 REPAIR OR REPLACEMENT (New Section) 8 -30.1 Description The work shall consist of repair of any incidental damages to landscaping, fencing, private irrigation, top soil, turf or other miscellaneous items within or adjacent to the project area. This includes complete replacement of items that are beyond repair as determined by the Engineer. 8 -30.5 Payment Payment will be made for the following bid items: "Repair or Replacement ", by force account. For the purpose of providing a common proposal for all bidders, and for that purpose only, the City has estimated the force account for "Repair or Replacement ", and has arbitrarily entered the amount for the pay item in the proposal to become a part of the total bid by the Contractor. 49 vIV•SI I 9 MATERIALS 9 -05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS 9 -05.15 Metal Castings 9- 05.15(1) Manhole Ring and Cover Revise this section to read: All new manhole rings and covers shall be purchased by the Contractor from Olympic Foundry, Casting NO. MH33Y, Yakima Standard Ring and Cover. The Contractor shall also provide all labor and equipment for handling the manhole rings and covers. All used castings shall become the property of the City of Yakima and shall be delivered to the Wa r'ollentien_Maintenance Facility .a+ n ' i \A, Pine L... the Cont- ....+or. Prior Wastewater V VIIGL.LIVI rIVIGII IL0I Ig11L.0 1 GL,IIIL at G0T VV. Pine IG i y LI IG VVI ILI O.LV1. r f 1101 arrangements must be made to assure the facility will be open for delivery. STANDARD PLANS January 5, 2004 The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21 -01 (English) transmitted under Publications Transmittal No. PT 03 -073, effective January 5, 2004 is made a part of this contract. The Standard Plans are revised as follows: C -11 b Sheet 1 The length of the bolts as shown on the POST SLIP BASE ELEVATION DETAIL is revised from 2 1/2" to 2 ". F -2b Sheet 2 In the detail for shoulder paving with guardrail posts, the shoulder paving shall extend only to the inside face of the guardrail post. G8a The notes under the HINGE CONNECTION DETAIL are revised to read: Hinge Connection Bolts shall be tightened 'A turn past snug tight. The hinge plate shall be of the size and type as provided by TransPo Industries. K -1 through K -27 These plans shall not be used on projects administered by WSDOT. • The following are the Standard Plan numbers applicable at the time this project was advertised. The date shown with each plan is the publication approval date shown in the lower right -hand corner of that plan. Standard Plans not having this date shall not be used in this contract. A -1 5/13/02 C -8b 7/17/98 H-lb 5/05/00 A -2 5/09/02 C -8c 5/30/97 H -1c 1/10/02 A -3 5/30/02 C -8d 7/25/97 H -1 d 1/10/02 A -4 3/07/97 C -8e 6/24/02 H -1 e 4/14/00 A -5 2/24/03 C -10 7/31/98 H -2 5/29/02 A -6 2/24/03 C -11 5/30/97 H -3 4/14/00 50 C -11 a 2/19/99 H -3a 6/23/00 B -1 7/21/03 C -11 b 9/28/01 H -4 10/29/03 B -1 a 7/31/01 C -12 7/27/01 H -4a 3/11/03 B-lb 3/07/97 C -13 4/16/99 H -5 2/18/00 B -1e 1/28/02 C -13a 4/16/99 H -5a 2/18/00 B-lz 5/30/97 C -13b 4/16/99 H -5b 2/18/00 B -2 6/17/02 C -14a 7/26/02 H -5c 6/24/02 B -2a 6/17/02 C -14b 7/26/02 H -5d 4/14/00 B -2b 6/17/02 C -14c 7/26/02 H -5e 2/20/03 B -2c 6/17/02 C -14d 7/26/02 H -6 10/29/03 B -2d 6/17/02 C -14e 7/26/02 H -7 8/10/98 B -3 1/28/02 C -14f 7/26/02 H -8 9/18/98 B -3a 5/09/97 C -14g 10/31/03 H -9 4/18/97 B-4b 5/09/97 H -10 5/29/98 B -4c 5/09/97 D -1 a 1/23/02 H -12 5/09/02 B -4d 9/16/02 D -1 b 10/06/99 H -13 7/25/97 B -4f 5/09/97 D -1 c 10/06/99 H -13a 7/25/97 B -4g 7/18/97 D-ld 10/06/99 H -14 4/23/99 B -4h 5/09/97 D -le 1/23/02 B -7 5/09/97 D-lf 10/06/99 1-1 7/18/97 B -7a 6/17/02 D -2a 3/14/97 1 -2 4/23/99 B -8 5/09/97 D -2b 3/14/97 1 -3 8/20/99 B -8a 7/25/97 D -2c 3/14/97 1 -4 7/17/03 B -9 5/09/97 D -2d 3/14/97 1 -5 7/17/03 B -9a 5/09/97 D -2e 3/14/97 1 -6 7/17/03 B -9b 5/09/97 D -2f 3/14/97 1 -7 7/17/03 B -9c 7/18/97 D -2g 3/14/97 1 -8 7/17/03 B -9d 7/18/97 D -2h 3/14/97 1 -9 7/17/03 B -11 7/31/01 D -2i 3/14/97 1 -10 7/17/03 B -13 12/04/98 D -2j 3/14/97 1-11 9/11/03 B -18 5/09/97 D -2k 3/14/97 1 -12 7/17/03 B -18a 5/09/97 D -21 3/14/97 1 -13 7/17/03 B -18b 7/18/97 D -2m 3/14/97 1 -14 7/17/03 B -19 5/30/97 D -2n 3/14/97 B -20d 7/18/97 D -2o 3/14/97 J -1 b 10/08/99 B -21 7/18/97 D -2p 3/14/97 J -1 c 4/24/98 B-21a 8/10/98 D -2q 3/14/97 J -1 a 8/01/97 B -22 7/21/03 D -2r 3/14/97 J -1f 6/23/00 B -22a 8/01/97 D -2s 3/14/97 J -3 8/01/97 B -23a 5/09/97 D -2t 3/14/97 J -3b 11/05/03 B -23b 5/09/97 D -2u 3/07/97 J -3c 6/24/02 B -23c 5/09/97 D -2v 3/07/97 J -3d 11/05/03 B -23d 5/09/97 D -2w 3/07/97 J -5 8/01/97 B -25 5/09/97 D -2x 3/07/97 J -6c 4/24/98 B -26 7/18/97 D -2y 9/12/97 J -6f 4/24/98 B -27 8/01/97 D -3 1/23/02 J -6g 12/12/02 B -28 10/06/99 D-4 12/11/98 J -6h 4/24/98 B -29 4/24/98 D -6 6/19/98 J -7a 9/12/01 B -30 8/10/98 D -7 10/06/99 J -7c 6/19/98 D -7a 10/06/99 J -7d 4/24/98 C -1 10/31/03 D -9 12/11/98 J -8a 8/01/97 C-la 7/31/98 J -9a 4/24/98 C -lb 10/31/03 E -1 7/25/97 J -10 7/18/97 C -1 c 5/30/97 E -2 5/29/98 J -11 a 9/12/01 C -1 d 10/31/03 E-4 8/27/03 C -2 1/06/00 E-4a 8/27/03 K -1 12/20/02 C -2a 7/17/98 E -5 5/29/98 K -2 12/20/02 51 C -2b R/ K -3 17/7(1/02 C -2c 2/20/03 F -1 12/17/02 K -4 12/20/02 C -2d 5/22/98 F-la 12/17/02 K -5 12/20/02 C -2e 3/07/97 F -2 8/27/99 K -6 12/20/02 C -2f 3/14/97 F -2a 5/30/97 K -7 12/20/02 C -2g 7/27/01 F -2b 3/14/97 K -8 12/20/02 C -2h 3/28/97 F -3 1/13/03 K -9 12/20/02 C -2i 3/28/97 F -3a 1/29/03 K -10 12/20/02 C -2j 6/12/98 F -3b 1/13/03 K -11 12/20/02 C -2k 7/27/01 F -3c 1/13/03 K -12 12/20/02 C -2n 7/27/01 F -3d 1/29/03 K -13 12/20/02 C -2o 7/13/01 F -3e 1/13/03 K -14 12/20/02 C -2p 10/31/03 F-4 1/13/03 K -15 12/20/02 0-3 10/31/03 K -16 12/20/02 C -3a 10/31/03 G -1 9/12/01 K -17 12/20/02 C -3b 10/31/03 G -2 6/04/02 K -18 12/20/02 C -3c 10/31/03 G -2a 6/04/02 K -19 12/20/02 C -4 7/13/01 G -3 6/04/02 K -20 12/20/02 C -4a 7/13/01 G -3a 6/04/02 K -21 12/20/02 C -4b 6/23/00 G -4a 1/23/02 K -22 12/20/02 C -4e 9 /20/03 G -4b 8/12/94 K -23 12/20/02 C -4f 2/20/03 G -6 8/27/03 K -24 12/20/02 C -5 ...............10 /31 /03 G -6a 8/27/03 K -25 12/20/02 0-6 5/30/97 G -6b 8/27/03 K -26 12/20/02 C -6a ...............3 /14/97 G -7 7/18/97 K -27 12/20/02 C -6c 1/06/00 G -8a 10/06/99 C -6d 5/30/97 G -8b 6/04/02 L -1 7/18/97 C -6f 7/25/97 G -9a 6/25/02 L -2 7/18/97 0-7 10/31/03 G -9b 4/02/99 L -3 7/18/97 C -7a 10/31/03 L -5 7/31/98 C -8 10/31/03 H -1 1/10/02 L -5a 7/31/98 C-8a 7/25/97 H-la 4/14/00 L-6 7/25/97 52 CONTRACT THIS AGREEMENT, made and entered into in triplicate, this Al day of , 2005, by and between the City of Yakima, hereinafter called the Owner, and Muffet and Sons Construction, LLC, 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: $ 63,375.00, for Underground Drainage Retention Basin, Project No. 2110, 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 Five (5) 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 21 of Apr: 9 2005. Muffet and Sons Const., LLC, a Washington Corporation Contractor By City Manager Attest: r\ I)) , ,.e- -"t7 (Print Name) `a City Clerk Its t 7 t, n.% r�6�t:v'��;,t �'vf (Presiden Owner, etc.) Address: 2516 Main Street Union Gap, WA 98903 53 PERFORMANCE BOND BOND TO CITY OF YAKIMA BOND #FB4355 KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, MUFFETT & SONS CONSTRUCTION LLC a WASHINGTON Corporation as Principal and CONTRACTORS BONDING & INS . CO. a corporation organized and existing under the laws of the State of WA SHTNGTON as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety, are jointly and severally held and firmly bound to the CITY OF YAKIMA in the penal sum of $ 63.375.00 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 15 day of APRIL , 20 05 Never - the -less, the conditions of the above obligations are such that: WHEREAS, pursuant to action taken by the Yakima City Council on , 20_, the City Manager and City Clerk of the CITY OF YAKIMA has let or is about to let to the said MUFFETT & SONS CONSTRUCTION LLC , the above bounded Principal, a certain contract, the said contract being numbered , and providing for UNDER GROUND T)RATNAGF RF.TF.NTT(Mich contract is referred to herein and is made a part hereof as though attached hereto), and, BASIN 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 MUFFETT & SONS CONSTRUCTION LLC shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, sub - contractors and material men, and all persons who shall supply said principal or sub - contractors with provisions and supplies for the carrying on of said work, and shall hold said CITY OF YAKIMA, YAKIMA AIR TERMINAL, and YAKIMA COUNTY, their employees, agents, and elected or appointed officials, harmless from any damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any sub - contractor in the performance of said work and shall indemnify and hold the CITY OF YAKIMA, its employees, agents, and elected or appointed officials, harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract within a period of one year after its acceptance thereof by the CITY OF YAKIMA, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. MUFFETT & SONS CONSTRUCTION LLC (Contractor)) By: ��i t/ 1 , . {.a/ t e it it l a .' • A,_ t iq as CP (Print Name) Approved as to forrm: ii0 Its: +../ IN4= / 4l 1r,vtic e j o r /� "/— - ' (President, Ownd etc...) (City Attorney) CONTRACTORS BONDING AND INSURANCE COMPANY drety) \j TRACI SULLIVAN (Print Name) it ATTORNEY —IN —FACT 55 0 '6.,p°04.°: __ \ ' O :O .. \ O O • O° - o °° o _ O o�. . o ep o r.._.. O / O o 'w.. .. r l ';`); ° r T . . . : t - p ° p xw•• ° r ...n x w.e.n r...wn _ rte n.4 " _ �-_ ° '� o x �.` o ° °o a o° •�onr47.0... 9 A! 0000 4 , 0"'" 0°0 0° A °ge °ao °o o v n °0 000 ... . ° . o°o° °o °o o _..,• aoo eo o ••e o ° o°o ... ° o ....� ° o o° _ o pa o ° o °o o ° o � °oo °� O°o °° ° ° ° °qr mop °° °° o °o °�+. °o °° o° °� °o °o o° o 00 0 °o o ° .o. ° ° o °o °p o °o ° � �° ° ° O ° y � o o ° o ° a o � ° oo °o o °o °o o� °o ° o °4 °0 0 o �iro °o °o °e °o °o °�OO °o ° ° �'OD ° 0 q °op °J °e °0 ° °0 w °e ° °p °p °p ° p ° °e° � C °Oq °p °o °6pP0° Moor ° °e ° °p °Q °pOp° o° y�ir °O °Oq °4 °0 °b ° ° °° w 0 °Oa °0 °0 °0° � �O ° °0O ° ° o °O° ° 9ry °O JO °4 °0 °O ° °0 o h ° °PO °0 °0 °4 ° °° emir °O J ° ° °p° 9 uf— 0 °0 °D °0 °4 ° °°°O° °0 °0 °0 °0 ° °° o ° ° ° °d °D °0 °0 ° ° ° °e�0 ° ° °0��� ° 0 ° 0 600 °pu � o °p °0 °0000 °0 °powOa °0 ° 00 00 °0 °pawO °0 °000 4° °0 °p °° +r °pOp° 00000 °9 °p9 �0 ° °0° 00 °9 ° °p °0 °O 0 °0 °p4+�o °0° 00090 °a °pewO 40 0009 °pawn °p °4° 04000 °0 °pe °° °06 0 gppowOp °0° 00 0 °p ° 0 °Od a °q o °4° e °° e4000000p n rgg 000000 0° e ;;; 4 0000949apo* ap4000000° pp�ap40000000pp ,b 900po�op00000° 4opa� Q 0 90p��ap040 OOopo�p OO4 4 ° o q a ,, / < 1 4 67: o40 ooi4H44 oo oi44444PHv oaVP444PPoo .gt:Mt: 4400 ooV44444400" Oils 44Pto oi9P44P4Peo 11M144Pw vaH44444Po - 0911,tPPoo q ii, 4Pvo .00 . + L pg q yp q -If . q ° O q e \ 0 °0 °o°a o 09� - -. BONDS - - - oo ° °to 0 °0 °° °O °o °o ° °o ° 0 d ° 0 ° 6 °aobo-a000e LIMITED POWER OF ATTORNEY ao�eon° q 0 Op lr, Op A fltit'l� l°` 400 49°'0- _ i; /!! ilhiF 0 0 e e °eoeoo o INSURANCE - - - ., 000000dD 0 6 4 0 ° 0 °0 eo °- - - iOea4q ';f e°66 °° � Not Valid for Bonds Power of Attorney a�o;;b°'° . I(( oa, ij ,\%. Executed On or After. Number: "e a ' ° ,i ; q a ,. o04 JZ7NE 30TH ", 20 - - 93 6588 : Q oo ;°'de0 ! o o o e o° °�- � - a go 4 °4 °a a °D °000 °o°po� t or • `�j�!a r •, , READ CAREEFULLY to be used only with t e bond specifiet h ereon *)ij) i . ; 1 , 0004 d z -..., .0„ /// 6°4 °C°4°4 ,v- Only an unaltered original of this Power of Attorney document is valid. A valid original of this document. i s printed on gray o �e°000 °q 044 P°°o4p °p 000- seAcuritypaper�with black and red ink and bears the seal of Contractors Bonding and Insurance Company (the "Company"). o ). 4 %0° 'l(.1lit„o The original document contains. a watermark with t letters "cbic" embedded in the paper rather than printed upon it. The a oy�iji t+ °4 - it watermark appears in the blank space beneath the words "Limited Power of Attorney" at the top of the. document and is ea o g o°oo0 / ooe�eSP.- visible when the document is held. to the light. This document is valid solely in connection with the execution and delivery of ego °g0oogod0 , ° daaQaoo the bond bearing the number indicated below, and provided also that the bond is of the type indicated below. This document -74*** 0 I (hf is valid only if the bond is executed on or before the date indicated above. ' i ) ) ° VA) /ij' ' - - 5 ° I p °o° - .° o °4pOgOp00 6 0 0 0 0 0 0 0 0 0 0 s ° °0 0 000 „log ° �p0 ° 0 9 0 0 0 p d o oa° . 0 0 0 0 40 ,0a °°o KNOW ALL MEN BY THESE PRESENTS, that the Company does hereby make, constitute 0 p, 4 . l o w and appoint the following: DONALD W. EMERICK, an., LISSA M. SHIVELY, TRACI '% jjj� dt D°0 ° ° SULLIVAN, SHELLEY BURNHAM, ANN LARIVIERE, SHARON CONDRON and ANNETTE HATTEN its ° 40°°0° rr , 000000° °0° p ° ° ° a ! ° Q g.11 true and lawful Attorney (s) -in -Fact, with full power and authority hereby og %q° 0 ° ° ° � -oo 4 a o 44 °eo ° . ,, °4n°AA as conferred in its name, place and stead, to execute, acknowledge and deliver on moo; ° (( . (( ii ; behalf of the Company: (1) any and all bonds and undertakings of suretyship nod)' O , - . given. for any purpose,. provided, however, that no. such person shall be - oo�a'P, 0aq .'1 1 ;• e °0 o a Q � o � 4 eaeoeap.�. author to execute and deliver any bond or undertaking that shall obligate °o4 °4 °d °o 00°0°0040 ° - ° ° °o ° ° °, ° °0°4 °O °�' the Company for any portion of the penal sum thereof in excess of $10,000,000 , - 0000°09 °0° 0 ,;, (Al', and provided, further,. that no Attorney -in -Fact shall - have the authority to fij� =,; +∎ ". issue a bid or proposal bond for any project where, if a contract is awarded, "z.4.;;;41,044 p°0 "1;' 0 000 ! e°e ° ° ° °oba any bond or undertaking would be required with penal sum in excess of ° '� o °O ° e °o °o 0 00000 00 .. -°°p o o P O ° 0 ° O a c e°oas.- °a °40 °� $10, oblig 000 000- u OUO; and ' (2') consents; releases and other similar documents required by 0 4 0 ;4 °0 °4° „( q0o Ap44� 4 an a �40 f � 4 44nder a contract bonded by the Company. This appointment is made i;°� ;' , 1' under the authority of the Hoard of Directors of the Company. F 1' ,;004,4c: s e ! p ° ^ > - - - pti° 0000 ° p o° � - d 00009 0 094 6 04040 e a ° 000 p0 0 4 0 0 a0 0000090 " 4 °° ° °p" n- p ^e °a04b 1 !1 00 °0° o °P - - - _ so 0 °40 e0e °o 40 o e o °o°- - � � - � o o °o °o °d 0 ' 0 0 0 0 o e - "d 0°°0 °o °e 4 opo.°..' - '°' 00 °0° °A f .. .. - - I . : : % 00 // 6 Op � - 04 p0 ,11 P oP p "` tti��p CERTIFICATE °°oo� 1; 000000oo400 o° - - - eo 000 0°0°0 9 4040004 �o a o pp44 r o 9D4 °a � I, the undersigned secretary of Contractors handing and Insurance company, a Washington ro ;,J ° NO corporation, DO HEREBY CERTIFY that this Power of Attorney remains in full force and effect and o °000e , ` ; 1 oQO,�iffi 00044 ° a. has 'not been revoked and futheimore that the resolutions of the Board of Directors set forth on the o° F 0 ° 0 °ti O°° a 7 7 7 o a j 000°0 OQ OQJO40o 0 - - - o 0 0 0 d . , v d <. reverse are now in full force and effect. - - p 0 ° °4 9 60,— - - - oa 0 0 i, °0°ap o °0 - - - - - - 099 °0e ,, ,\ eea 3 i1i Qa;o aae ' e°°� Bond Number q ° °; o °q F , O 2 1 4 ° ° °es*1 -_ .05.,:‘,)1.--;'-i,,14,,, �'``% e go d odo o a 0 eoe 0 o O 4°,� , -- - - o J°° °o ° o 000009 _ - 2' .• �. '- _ LL - mo w 00000 0 \U ' : Tct5W ;• ,, " h i t s. - V� -- k - - ''',X.900 ,., �S r r t �` °4 o ° � c s , , . v . , S ign ed and sealed th flay O °a�° . yu 1t + 1 p 'p00: >. y4, ...c ��'£: .^.', C6 - - - 11f111 •:Y Y,,'' "� ° aa„+�e Ni,,,-,* , � b f� i �. 0 °a :" ��` Y`C , < `�i Y' S ..z °4 ,.',: 7 040 // 4 °ve4 ° ° - . a: <�.,��2 � � � �.r.`, ��� �r�/ � �.e cv e.:� J�` ° oo0o g o g 0 6 0 �0 44ya4 a ° s *,ice { ? � ' , a < d )009' Qode0o400�e 00° >.<�:.'": 0 - .,<„,. . >....., aoff°a°0 ° • p 6 t ° ° ° V R. Kirk Eland Secretary anel ' . ` • / 4 . :iC".: , "��2%C�� o J " . , �Za�3a; �, �� - _ : +t 0 p 0 ° 4 ao. . � „ � r CC~ 1 .. . 44N 11 : .- ' 4 d 9ea 00 0Pm ° � °'s � :; ,•; � CBIC • 1213 Valley Street + P_+ 3. Box 9271 *Seattle, WA 98109-0271 F : 000 ° "' WOW ; ,. y Y�, s,, a . v - - - - - - i. : °*. O nil--; ° W: , ��y , - _ (206) 622 -7053 • (8.00)._7 5- CBIC.(To_ll.Free) •..(800) 950 -1558 (FAX) � ° ;r aa0 ,.,: PoaLPOA.17- US051104 °o ,i�� 'T I lf 404 009 pd4 44mod4 404 od4 40J:4d4 00a�od4 000.0 0 $00.404 000.4 40°,444 000a:a44 044 4.4 00a.a> o'� jl IF „ .. 090 v �p: ae4aa�4��b0 4 : a° 4�0 d 6 � 0 4 0 b 6 ¢0�40a.a0pd�o� «a0 dapd .a D. a0pbd 6 b 6 � 6 � q �4pop. a 64�6�dd 4 � 0 �d 4 4 6 0 a pJ. b0 ¢a 4« a4 # § b 4. 44 4od ¢ °axa� °ao °o °4 !!/ 0 4° Op° 4�sit00° O° 0° 0° 0° On�oao°° a0° e° 0° 0° 4° 0n°° o�i°?°° 0° 0 °oP °op ° °aao°°0e°0°a°4 °4 °0 °�06° 00040° 0° 0° oq° o 0o° 0° 0° 9° 0° 0o°° i e p ° °° do° 0° 0° o pa® n0° OOoog QU�o 0° 0° 4° o Aa> ee Od0° 0°°° b Sn° e io° po 4 On° o�>°°° e0oo4 °°°ao�ogg4 °0 °D°D°4°0 °g4�00 °944,00° ° ° .1 O °Q °OtrO °d!°pOO°O40 °O °°4 ° �4 °O°004e0000A.Y'�Y► QO°d°O°O°OpArE' ° O° O° P° d° A° A °P°O°O°O °Op °t.�W.°a° O°O°P° ° OO O D V Op0 °o °O ° ° OO�t��a °O °O °O° °�M�ae�O °0°0°0°0°0 °phi° °O° 0°O° 0 V �°OOOOO°O O Oy ° � S:0°4° : 411.. 0°O°O 0 0 pb ° �i ° a °o ° ."" o ° a ° °o "wr o °o e° °o 77::. ° 0 a ° O Oe ! _w wr °°° 9 0 0 4° > ° c ° °° .w °° a ° ° °e °�► °Op co ° °0° .rwr ° ° °mow.+ ° 00 °.ww�° o o e o a o ° ° �r"'� ° ° ° A'�° °oo ao °9 °r ° 0 0 4 4 0 ° p P4 000e 0000 - v ao o . l at o o°o �wO O 0000 oaoo.. P a'=.* q *'�v..n.1 oa!a.xs OO �ww�o a:'.177",... b9O !; a o -.a_� Po- o o ° " o ° o °o° o° o°P o °o _ - a __ 0 0° oo° ° o° _ o o° o : 11 e °a° o° o° ° ACORD CERTIFICATE OF LIABILITY INSURANCE 04 /12 /2 0 ' PRODUCER (509)965 -2090 FAX (509)966 -3454 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Conover Insurance, Inc . (Y) ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 125 N. 50th Ave. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P.O. Box 10088 Yakima, WA 98909 -1088 INSURERS AFFORDING COVERAGE NAIC # INSURED Muffett & Sons Construction LLC INSURER A: American States Insurance Co. 19704 2516 Main Street INSURER B: Union Gap, WA 98903 INSURER C: INSURER D: INSURER E: "Amended" 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 ADD'L TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR INSRQ DATE (MM /DD/YY) DATE (MM/DD/YYl GENERAL LIABILITY 01CG51417900 05/11/2004 05/11/2005 EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED 100 000 PRFMI.SFS (Fa nerurence) $ CLAIMS MADE ( X OCCUR MED EXP (Any one person) $ 5,000 A X Stop Gap PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP /OP AGG $ 2,000,000 7 POLICY n 7 n LOC AUTOMOBILE LIABILITY 01CG51417900 05/11/2004 05/11/2005 COMBINED SINGLE LIMIT X ANY AUTO r� 11 t AS �? FORM (Ea accident) $ 1,000,000 ALL OWNED AUTOS APP O\ ED AS TO FORM BODILY INJURY $ SCHEDULED AUTOS 'a ( J® (Per person) A HIRED AUTOS (( DATE �� I L BODILY INJURY NON -OWNED AUTOS (Per accident) _ °— ._ ---:- --PROPERTY DAMAGE $ CITE ATTORNEY (Per accident) GARAGE LIABILITY CI TY OF YAKIMA AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESS /UMBRELLA LIABILITY 01SU3 5481310 05/11/2004 05/11/2005 EACH OCCURRENCE $ 1,000,000 X OCCUR ( CLAIMS MADE AGGREGATE $ A _ $ • DEDUCTIBLE $ X RETENTION $ 10,000 $ WORKERS COMPENSATION AND WC TU OTH- EMPLOYERS' LIABILITY TORY LI FR ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? E.L. DISEASE - EA EMPLOYEE $ If yes, describe under SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT $ OTHER DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS The City of Yakima, their agents, employees and elected and appointed officials, and Huibregtse Louman Associates, Inc. are named as additional insured per form CG7635 (10 /01). Re: Underground Drainage Retention Basin, City Project #2110. Replace Certificate issued on 04/12/05. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL KI<AXXX fr% MAIL 20 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, City of Yakima RIXIMIX102064100WOMCOMMOOMVXMOWDOWSMXXXXXXXXX 129 N. 2nd St . NEXANkXdIJ6MO Y X KXXXMfl( &D(X&OkX G AMII00(XXXXXXXX Yakima , WA 98901 AUTHORIZED REPRESENTATIVE d John Cockrell/TAMMYR (( i ACORD 25 (2001/08) ? © ACORD CORPORATION 1988 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. S A F E C O® LIABILITY PLUS ENDORSEMENT CG 75 35 10 01 COMMERCIAL GENERAL LIABILITY This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE • Name of Person or Organization: ADDITIONAL INSURED - BY WRITTEN CONTRACT, (2) Your ongoing operations for that insured, , AGREEMENT OR PERMIT, OR SCHEDULE whether the work is performed by you or for The following paragraph is added to WHO IS AN INSURED you; (Section II): (3) The maintenance, operation or use by you of equipment leased to you by such person 5. Any person or organization shown in the Schedule or or organization, subject to the following for whom you are required by written contract, additional provisions: agreement or permit to provide insurance is an (a) This insurance does not apply to any insured, subject to the following additional provisions: "occurrence" which takes place after a. The contract, agreement or permit must be in the equipment lease expires; effect during the policy period shown in the (b) This insurance does not apply to Declarations, and must have been executed prior "bodily injury" or "property damage" to the "bodily injury," "property damage," arising out of the sole negligence of "personal and advertising injury." such person or organization; b. The person or organization added as an insured (4) Permits issued by any state or political by this endorsement is an insured only to the subdivision with respect to operations extent you are held liable due to: performed by you or on your behalf, subject (1) The ownership, maintenance or use of that to the following additional provision: part of premises you own, rent, lease or This insurance does not apply to "bodily occupy, subject to the following additional injury," "property damage," "personal and provisions: advertising injury" arising out of operations (a) This insurance does not apply to any performed for the state or municipality: "occurrence" which takes place after c. The insurance with respect to any architect, you cease to be a tenant in any engineer, or surveyor added as an insured by this premises leased to or rented to you; endorsement does not apply to "bodily injury," (b) This insurance does not apply to any "property damage," "personal and advertising structural alterations, new construction injury" arising out of the rendering of or the or demolition operations performed by failure to render any professional services by or or on behalf of the person or for you, including: organization added as an insured; Includes Copyrighted Material of Insurance Services Office, Inc., with its permission. Copyright, Insurance Services Office, Inc., 2001 Page 1 of 3 C•10-04PRI NT001.0858.0109 -N CG 76 35 10 01 COMMERCIAL GENERAL LIABILITY (1) The preparing, approving, or failing to (4) Liability assumed under any "insured prepare or approve maps, drawings, contract" for the ownership, maintenance or opinions, reports, surveys, change orders, use of aircraft or watercraft; or designs or specifications; and (5) "Bodily injury" or "property damage" (2) Supervisory, inspection or engineering arising out of the operation of any of the services. equipment listed in paragraph f.(2) or f.(3) d. This insurance does not apply to "bodily injury" of the definition of "mobile equipment." or "property damage" included within the • (6) An aircraft you do not own provided it is not "products- completed operations hazard." operated by any insured. A person's or organization's status as an insured under this endorsement ends when your TENANTS' PROPERTY DAMAGE LIABILITY operations for that insured are completed. When a Damage to Premises Rented to you Limit is shown No coverage will be provided if, in the absence in the Declarations, Exclusion J. of Coverage A, Section I is of this endorsement, no liability would be replaced by the following: imposed by law on you. Coverage shall be limited j, Damage To Property to the extent of your negligence or fault according "Property damage" to: to the applicable principles of comparative fault. Property (1 ) p y you own, rent, or occupy, including any NON - OWNED WATERCRAFT AND NON - OWNED AIRCRAFT costs or expenses incurred by you, or any other LIABILITY person, organization or entity, for repair, Exclusion g. of COVERAGE A (Section I) is replaced by the replacement, enhancement, restoration or following: maintenance of such property for any reason, including prevention of injury to a person or g. "Bodily injury" or "property damage" arising out damage to another's property; of the ownership, maintenance, use or (2) Premises you sell, give away or abandon, if the entrustment to others of any aircraft, "auto" or "property damage" arises out of any part of watercraft owned or operated by or rented or those premises; loaned to any insured. Use includes operation (3) Property loaned to you; and "loading or unloading." (4) Personal property in the care, custody or control This exclusion applies even if the claims against of the insured; any insured allege negligence or other (5) That particular part of real property on which you wrongdoing in the supervision, hiring, or any contractors or subcontractors working t employment, training or monitoring of others by directly or indirectly on your behalf are that insured, if the "occurrence" which caused performing operations, if the "property damage" the "bodily injury" or "property damage" arises out of those operations, or involved the ownership, maintenance, use or (6) That particular part of any property that must be entrustment to others of any aircraft, "auto" or restored, repaired or replaced because "your watercraft that is owned or operated by or rented work" was incorrectly performed on it. or loaned to any insured. Paragraphs (1), (3) and (4) of this exclusion do not This exclusion does not apply to: apply to "property damage" (other than damage by fire) to premises, including the contents of such (1) A watercraft while ashore on premises you , premises, . rented to you. A separate limit of insurance own or rent; applies to Damage To Premises Rented To You as (2) A watercraft you do not own that is: described in Section III - Limits Of Insurance. (a) Less than 52 feet long; and Paragraph (2) of this exclusion does not apply if the (b) Not being used to carry persons or premises are "your work" and were never occupied, property for a charge; rented or held for rental by you. (3) Parking an "auto" on, or on the ways next Paragraphs (3), (4), (5) and (6) of this exclusion do to, premises you own or rent, provided the not apply to liability assumed under a sidetrack "auto" is not owned by or rented or loaned agreement. to you or the insured; Includes Copyrighted Material of Insurance Services Office, Inc., with its permission. Copyright, Insurance Services Office, Inc., 2001 Page 2 of 3 C.I D-04P R I N TOOL 085&0110 -N CG 76 35 10 01 COMMERCIAL GENERAL LIABILITY Paragraph (6) of this exclusion does not apply to EXTENDED "PROPERTY DAMAGE" "property damage" included in the Exclusion a. of COVERAGE A. (Section I) is amended to "products- completed operations hazard." read: • Paragraph 6. of Section III is replaced by the following: a. "Bodily injury" or "property damage" expected or 6. Subject to 5. above, the Damage To Property Limit is intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or the most we will pay under Coverage A for damages "property damage" resulting from the use of because of "property damage" to any one premises, reasonable force to protect persons or property. while rented to you, or in the case of damage by fire, while rented to you or temporarily occupied by you INCREASED MEDICAL EXPENSE LIMIT with permission of the owner. The medical expense limit is amended to $10,000. The Tenants' Property Damage to Premises Rented to You KNOWLEDGE OF OCCURRENCE limit is the higher of $200,000 or the amount shown in the The following is added to Paragraph 2. Duties In The Event Declarations as Damage to Premises Rented to You Limit. Of Occurrence, Offense, Claim Or Suit of COMMERCIAL WHO IS AN INSURED - MANAGERS GENERAL LIABILITY CONDITIONS (Section IV): The following is added to Paragraph 2.a. of WHO IS AN Knowledge of an "occurrence," claim or "suit" by your INSURED (Section II): agent, servant or employee shall not in itself constitute Paragraph (1) does not apply to executive officers, or to knowledge of the named insured unless an officer of the managers at the supervisory level or above. named insured has received such notice from the agent, servant or employee. SUPPLEMENTARY PAYMENTS - COVERAGES A AND B - BAIL BONDS UNINTENTIONAL FAILURE TO DISCLOSE ALL HAZARDS Paragraph 1.b. of SUPPLEMENTARY PAYMENTS - The following is added to Paragraph 6. Representations of COVERAGES A AND B is replaced by the following: COMMERCIAL GENERAL LIABILITY CONDITIONS (Section IV): b. Up to $2,000 for cost of bail bonds required because If you unintentionally fail to disclose any hazards existing of accidents or traffic law violations arising out of the at the inception date of your policy, we will not deny use of any vehicle to which the Bodily Injury Liability coverage under this Coverage Form because of such failure. Coverage applies. We do not have to furnish these However, this provision does not affect our right to collect bonds. additional premium or exercise our right of cancellation or EMPLOYEES AS INSUREDS - HEALTH CARE SERVICES non - renewal. Provision 2.a.(1) d. of WHO IS AN INSURED (Section II) is LIBERALIZATION CLAUSE deleted, unless excluded by separate endorsement. The following paragraph is added to COMMERCIAL EXTENDED COVERAGE FOR NEWLY ACQUIRED GENERAL LIABILITY CONDITIONS (Section IV): ORGANIZATIONS 10. If a revision to this Coverage Part, which would Provision 4.a. of WHO IS AN INSURED (Section II) is provide more coverage with no additional premium, replaced by the following: becomes effective during the policy period in the state a. Coverage under this provision is afforded only shown in the Declarations, your policy will until the end of the policy period. automatically provide this additional coverage on the effective date of the revision. Includes Copyrighted Material of Insurance Services Office, Inc., with its permission. Copyright, Insurance Services Office, Inc., 2001 Page 3 of 3 C-10.04PRINT001 lw58.0111 -N MINIMUM WAGE AFFIDAVIT STATE OF WASHINGTON) ss COUNTY OF YAKIMA ) I, the undersigned, having been duly sworn, depose, say and certify that in connection with the performance of the work, payment for which this voucher is submitted, I have paid the following rate per hour to each classification of laborers, workmen, or mechanics, as indicated upon the attached list, now referred to and by such reference incorporated in and made an integral part hereof, for all such employed in the performance of such work; and no laborer, workman or mechanic so employed upon such work has been paid less than the prevailing rate of wage or less than the minimum rate of wages as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. Contractor Subscribed and sworn to before me on this day of , 200 Notary Public in and for the State of Washington residing at 61 62 PREVAILING WAGE RATES Department of labor & Industries Statement Prevailing Wage Rates for Yakima County DOLT - Manufacture & Fabrication Notice Benefit Code Key PREVAILING WAGE RATES The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in the performance of any part of this contract shall be in accordance with the provisions of Chapter 39.12 RCW, as amended. The rules and regulations of the Department of Labor and Industries are by reference made a part of this contract as though fully set forth herein. The current schedule of prevailing wage rates for the locality or localities where this contract will be performed, as determined by the Industrial Statistician of the Department of Labor and Industries, • are included in these contract documents. Inasmuch as the contractor will be held responsible for paying the prevailing wages, it is imperative that all contractors familiarize themselves with the current wage rates, as determined by the Industrial Statistician of the Department of Labor and Industries, before submitting bids based on these specifications. In case any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be adjusted by the parties in interest, including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State and his decision therein shall be final and conclusive and biding on all parties involved in the dispute as provided for by RCW 39.12.060 as amended. Current prevailing wage rules and data can be furnished by the Industrial Statistician upon request. You may submit your request to: Department of Labor and Industries ESAC Division PO Box 44540 Olympia, Washington 98504 -4540 Telephone: 360- 902 -5335 63 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 -05 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $26.39 1 N 5D BOILERMAKERS JOURNEY LEVEL $44.97 1B 5N BRICK AND MARBLE MASONS JOURNEY LEVEL $33.02 1M 5A CABINET MAKERS (IN SHOP) JOURNEY LEVEL $19.24 1 CARPENTERS ACOUSTICAL WORKER $31.25 1M 5D BRIDGE, DOCK AND WARF CARPENTERS $38.67 1M 5D CARPENTER $30.99 1M 5D CREOSOTED MATERIAL $31.09 1M 5D DRYWALL APPLICATOR $30.99 1M 5D FLOOR FINISHER $31.12 1M 5D FLOOR LAYER $31.12 1M 5D FLOOR SANDER $31.12 lm 5D MILLWRIGHT $39.67 1M 5D PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $38.87 1M 5D SAWFILER $31.12 1M 5D SHINGLER $31.12 1M 5D STATIONARY POWER SAW OPERATOR $31.12 1M 5D STATIONARY WOODWORKING TOOLS $31.12 1M 5D CEMENT MASONS JOURNEY LEVEL $29.76 1N 5D DIVERS & TENDERS DIVER $80.62 1M 5D 8A DIVER TENDER $41.72 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $39.52 1B 5D 8L ASSISTANT MATE (DECKHAND) $38.76 1B 5D 8L BOATMEN $39.52 1B 5D 8L ENGINEER WELDER $39.57 1B 5D 8L LEVERMAN, HYDRAULIC $41.04 1B 5D 8L MAINTENANCE $38.76 1B 5D 8L MATES $39.52 1B 5D 8L OILER $39.16 1B 5D 8L DRYWALL TAPERS JOURNEY LEVEL $27.84 1P 5A ELECTRICIANS - INSIDE JOURNEY LEVEL $42.92 1J 5A ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER $50.84 4A 5A CERTIFIED LINE WELDER $46.37 4A 5A GROUNDPERSON $33.64 4A 5A HEAD GROUNDPERSON $35.46 4A 5A HEAVY LINE EQUIPMENT OPERATOR $46.37 4A 5A JACKHAMMER OPERATOR $35.46 4A 5A JOURNEY LEVEL LINEPERSON $46.37 4A 5A LINE EQUIPMENT OPERATOR $39.50 4A 5A POLE SPRAYER $46.37 4A 5A POWDERPERSON $35.46 4A 5A Page 1 YAKIMA COUNTY Effective 03 -03 -05 (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 $52.27 4A 6Q MECHANIC IN CHARGE $57.41 4A 6Q FENCE ERECTORS FENCE ERECTOR $21.64 1 FLAGGERS JOURNEY LEVEL $2_4,67 IN 5D GLAZIERS JOURNEY LEVEL $19.51 1B 61 • HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $23.18 1 HOD CARRIERS & MASON TENDERS JOURNEY LEVEL $26.87 IN 5D INSULATION APPLICATORS JOURNEY LEVEL $32.91 1 IRONWORKERS JOURNEY LEVEL $41.32 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 $30.99 1M 5D PAINTERS JOURNEY LEVEL $20.05 1 PLASTERERS JOURNEY LEVEL $39.93 1R 5A PLUMBERS & PIPEFITTERS JOURNEY LEVEL $46.82 10 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $37.26 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER) $39.88 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YD) $40.34 IT 5D 8L BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH $40.86 1T 5D 8L BACKHOES, (75 HP & UNDER) $39.49 1T 5D 8L BACKHOES, (OVER 75 HP) $39.88 1T 5D 8L BARRIER MACHINE (ZIPPER) $39.88 IT 5D 8L BATCH PLANT OPERATOR, CONCRETE $39.88 IT 5D 8L BELT LOADERS (ELEVATING TYPE) $39.49 1T 5D 8L BOBCAT (SKID STEER) $37.26 IT 5D 8L BROOMS $37.26 1T 5D 8L BUMP CUTTER $39.88 IT 5D 8L CABLEWAYS $40.34 1T 5D 8L CHIPPER $39.88 1T 5D 8L COMPRESSORS $37.26 1T 5D 8L CONCRETE FINISH MACHINE - LASER SCREED $37.26 IT 5D 8L CONCRETE PUMPS $39.49 1T 5D 8L CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $39.88 1T 5D 8L CONVEYORS $39.49 IT 5D 8L CRANES, THRU 19 TONS, WITH ATTACHMENTS $39.49 1T 5D 8L CRANES, 20 - 44 TONS, WITH ATTACHMENTS $39.88 1T 5D 8L CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING $40.34 IT 5D 8L JIB WITH ATACHMENTS) CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $40.86 IT 5D 8L WITH ATTACHMENTS) Page 2 YAKIMA COUNTY Effective 03 -03 -05 (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 $41.40 1T 5D 8L WITH ATTACHMENTS) CRANES, A- FRAME, 10 TON AND UNDER $37.26 IT 5D 8L CRANES, A- FRAME, OVER 10 TON $39.49 1T 5D 8L CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $41.92 IT 5D 8L ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE (20 - 44 TONS) $39.88 1T 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (45 - 99 TONS) $40.34 1T 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $40.86 IT 5D 8L CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $40.86 IT 5D 8L CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $41.40 1T 5D 8L CRUSHERS $39.88 IT 5D 8L DECK ENGINEER/DECK WINCHES (POWER) $39.88 IT 5D 8L DERRICK, BUILDING $40.34 1T 5D 8L DOZERS, D -9 & UNDER $39.49 IT 5D 8L DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $39.49 IT 5D 8L DRILLING MACHINE $39.88 1T 5D 8L ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $37.26 IT 5D 8L EQUIPMENT SERVICE ENGINEER (OILER) $39.49 1T 5D 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $39.88 IT 5D 8L FORK LIFTS, (3000 LBS AND OVER) $39.49 1T 5D 8L FORK LIFTS, (UNDER 3000 LBS) $37.26 IT 5D 8L GRADE ENGINEER $39.49 1T 5D 8L GRADECHECKER AND STAKEMAN $37.26 1T 5D 8L GUARDRAIL PUNCH $39.88 1T 5D 8L HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $39.49 1T 5D 8L HORIZONTAUDIRECTIONAL DRILL LOCATOR $39.49 1T 5D 8L HORIZONTAUDIRECTIONAL DRILL OPERATOR $39.88 1T 5D 8L HYDRALIFTS /BOOM TRUCKS (10 TON & UNDER) $37.26 1T 5D 8L HYDRALIFTS /BOOM TRUCKS (OVER 10 TON) $39.49 IT 5D 8L LOADERS, OVERHEAD (6 YD UP TO 8 YD) $40.34 • IT 5D 8L LOADERS, OVERHEAD (8 YD & OVER) $40.86 IT 5D 8L LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $39.88 1T 5D 8L LOCOMOTIVES, ALL $39.88 1T 5D 8L MECHANICS, ALL $40.34 IT 5D 8L MIXERS, ASPHALT PLANT $39.88 IT 5D 8L MOTOR PATROL GRADER (FINISHING) $39.88 IT 5D 8L MOTOR PATROL GRADER (NON- FINISHING) $39.49 IT 5D 8L MUCKING MACHINE, MOLE, TUNNEL DRILL AND /OR SHIELD $40.34 IT 5D 8L OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $37.26 IT 5D 8L OPERATOR PAVEMENT BREAKER $37.26 IT 5D 8L PILEDRIVER (OTHER THAN CRANE MOUNT) $39.88 IT 5D 8L PLANT OILER (ASPHALT, CRUSHER) $39.49 IT 5D 8L POSTHOLE DIGGER, MECHANICAL $37.26 IT 5D 8L POWER PLANT $37.26 IT 5D 8L PUMPS, WATER $37.26 1T 5D 8L QUAD 9, D -10, AND HD-41 $40.34 IT 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $40.34 IT 5D 8L EQUIP RIGGER AND BELLMAN $37.26 IT 5D 8L ROLLAGON $40.34 1T 5D 8L ROLLER, OTHER THAN PLANT ROAD MIX $37.26 1T 5D 8L ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $39.49 1T 5D 8L ROTO -MILL, ROTO- GRINDER $39.88 1T 5D 8L SAWS, CONCRETE $39.49 IT 5D 8L SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $39.88 1T 5D 8L OFF -ROAD EQUIPMENT ( UNDER 45 YD) Page 3 YAKIMA COUNTY Effective 03 -03 -05 ********************************************************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $40.34 1T 5D 8L OFF -ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $39.49 IT 5D 8L SCREED MAN $39.88 1T 5D 8L SHOTCRETE GUNITE $37.26 IT 5D 8L SLIPFORM PAVERS $40.34 1T 5D 8L SPREADER, TOPSIDE OPERATOR - BLAW KNOX $39.88 IT 5D 8L SUBGRADE TRIMMER $39.88 1T 5D 8L TOWER BUCKET ELEVATORS $39.49 1T 5D 8L TRACTORS, (75 HP & UNDER) $39.49 IT 5D 8L TRACTORS, (OVER 75 HP) $39.88 IT 5D 8L TRANSFER MATERIAL ERIAL MACHINE $39.88 IT 5D eL TRANSPORTERS, ALL TRACK OR TRUCK TYPE $40.34 IT 5D 8L TRENCHING MACHINES $39.49 IT 5D 8L TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $39.49 IT 5D 8L . TRUCK CRANE OILER/DRIVER (100 TON & OVER) $39.88 IT 5D 8L TRUCK MOUNT PORTABLE CONVEYER $39.88 IT 5D 8L WHEEL TRACTORS, FARMALL TYPE $37.26 IT 5D 8L YO YO PAY DOZER $39.88 IT 5D 8L POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $33.06 4A 5A SPRAY PERSON $31.34 4A 5A TREE EQUIPMENT OPERATOR $31.76 4A 5A TREE TRIMMER $29.48 4A 5A TREE TRIMMER GROUNDPERSON $21.94 4A 5A REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC $46.82 1Q 5A ROOFERS JOURNEY LEVEL $27.62 1J 51 USING IRRITABLE BITUMINOUS MATERIALS $30.62 1J 51 SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $37.12 1B 5A SOFT FLOOR LAYERS JOURNEY LEVEL $22.07 1N 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $7.35 1 SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $36.20 1R 51 SURVEYORS CHAIN PERSON $9.25 1 INSTRUMENT PERSON $12.05 1 PARTY CHIEF $15.05 1 . TELEPHONE LINE CONSTRUCTION - OUTSIDE • CABLE SPLICER $28.31 2B 5A HOLE DIGGER/GROUND PERSON $15.92 2B 5A INSTALLER (REPAIRER) $27.16 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $26.34 2B 5A SPECIAL APPARATUS INSTALLER I $28.31 2B 5A SPECIAL APPARATUS INSTALLER II $27.74 2B 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $28.31 2B 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $26.34 2B 5A TELEVISION GROUND PERSON $15.12 2B 5A TELEVISION LINEPERSON /INSTALLER $20.05 2B 5A TELEVISION SYSTEM TECHNICIAN $23.82 2B 5A TELEVISION TECHNICIAN $21.45 2B 5A TREE TRIMMER $26.34 2B 5A TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL $25.91 2M 5A TILE, MARBLE & TERRAZZO FINISHERS Page 4 YAKIMA COUNTY Effective 03 -03 -05 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code FINISHER $22.11 2M 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $31.90 1K 5A TRUCK DRIVERS ASPHALT MIX $14.19 1 DUMP TRUCK $27.36 2G 61 DUMP TRUCK & TRAILER $27.36 2G 61 OTHER TRUCKS $27.36 2G 61 TRANSIT MIXER $27.36 2G 61 WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $11.15 1 OILER $9.20 1 WELL DRILLER $17.68 1 Page 5 Washington State Department of Labor and Industries Policy Statement (Regarding the Production of "Standard" or "Non- standard" Items) Below is the department's (State L &I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non- standard ". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non - standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. 1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to question 3. 3. Is the item fabricated in an assembly /fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39.12. If yes, go to question 6. 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non - covered workers shall be directed to State L &I at (360) 902 -5330. $$1$$ Supplemental To Wage Rates $$2$$ Page 1 WSDOT's Predetermined List for Suppliers - Manufacturers - Fabricators Be is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and industries, that may be considered non- standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non - standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L &I's policy statement. I T EIVI DESCRIPTION YES NO 1. Manhole Ring & Cover - manhole type 1, 2, 3, and 4 X for bridges. For use with Catch Basin type 2. The casting to meet AASHTO -M -105, class 30 gray iron casting. See Std. Plan B -1f, B -23a, B -23b, B -23c, and B -23d. 2. Frame & Grate - frame and Grate for Catch Basin type X 1, 1 L, 1P, 2, 3, 4 and Concrete Inlets. Cast frame may be grade 70 -36 steel, class 30 gray cast iron or grade 80 -55 -06 ductile iron. The cast grate may be grade 70 -36 steel or grade 80 -55 -06 ductile iron. See Std. Plan B -2, B -2a, and B -2b. 3. Grate Inlet & Drop Inlet Frame & Grate - Frame and X Grate for Grate Inlets Type 1 or 2 or Drop Inlet. Angle iron frame to be cast into top of inlet. See Std. Plan B -4b or B-4h. Frames & Grates to be galvanized. 4. (.nnrrete Pine - Plain ('nnrrete nine anri reinfnrreri X concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. 5. Concrete Pipe - Plain Concrete pipe and reinforced X concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. $$1$$ Supplemental To Wage Rates $$2$$ Page 2 YES NO 6. Corrugated Steel Pipe - Steel lock seam corrugated X pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, 1 thru 5. 7. Corrugated Aluminum Pipe - Aluminum lock seam X corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, #5. 8. Anchor Bolts & Nuts - Anchor Bolts and Nuts, for X mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. See Contract Plans and Std. Plans for size and material type. 9. Aluminum Pedestrian Handrail - Pedestrian handrail X conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be in accordance with Section 9- 28.15(3). 10. Major Structural Steel Fabrication - Fabrication of X major steel items such as trusses, beams, girders, etc., for bridges. 11. Minor Structural Steel Fabrication - Fabrication of X minor steel items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and /or boring of holes. See Contact Plans for item description and shop drawings. 12. Aluminum Bridge Railing Type BP - Metal bridge railing X conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in accordance with Section 9- 28.15(3). $$1$$ Supplemental To Wage Rates $$2$$ Page 3 YES NO 13. Concrete Piling -- Precast - Prestressed concrete piling for X use as 55 and 70 ton concrete piling. Concrete to conform to Section 9 -19.1 of Std. Spec.. Shop drawings for approval shall be provided per Section 6- 05.3(3) of the Std. Spec. 14. Manhole Type 1, 2, 3 and 4 - Precast Manholes with risers X and flat top slab and /or cones. See Std. Plans. 15. Drywell - Drywell as specified in Contract Plans. X 16. Catch Basin - Catch Basin type 1,11_ 1P, 2, 3, and 4, X including risers, frames maybe cast into riser. See Std. Plans. 17. Precast Concrete Inlet - Concrete Inlet with risers, X frames may be cast into risers. See Std. Plans. 18. Drop Inlet Type 1 - Drop Inlet Type 1 with support X angles and grate. See Std. Plans B -4f and B-4h. 19. Drop Inlet Type 2 - Drop Inlet type 2 with support X angles and grate. See Std. Plans B -4g and B -4h. 20. Grate Inlet Type 2 - Grate Inlet Type 2 with risers and X top unit with bearing angles. 21. Precast Concrete Utility Vaults - Precast Concrete X utility vaults of various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction requirements. Shop drawings are to be provided for approval prior to casting. $$1 $$ Supplemental To Wage Rates $$2$$ Page 4 YES NO 22. Vault Risers - For use with Valve Vaults and Utilities X Vaults. 23. Valve Vault - For use with underground utilities. X See Contract Plans for details. 24. Precast Concrete Barrier - Precast Concrete Barrier for X use as new barrier or may also be used as Temporary Concrete Barrier. Only new state approved barrier may be used as permanent barrier. 25. Reinforced Earth Wall Panels - Reinforced X Earth Wall Panels in size and shape as shown in the Plans. Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing. Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab. 26. Precast Concrete Walls - Precast Concrete Walls - X tilt -up wall panel in size and shape as shown in Plans. Fabrication plant has annual approval for methods and materials to be used. 27. Precast Railroad Crossings - Concrete Crossing Structure X Slabs. 28. 12, 18 and 26 inch Standard Precast Prestressed X Girder - Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)c. $$1$$ Supplemental To Wage Rates $$2$$ Page 5 YES NO 29. Prestressed Concrete Girder Series 4 -14 - X Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)c. 30. Prestressed Tri -Beam Girder - Prestressed Tri -Beam X Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)c. 31. Prestressed Precast Hollow -Core Slab - Precast X Prestressed Hollow -core slab for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders, See Std. Spec. Section 6- 02.3(25)c. 32. Prestressed -Bulb Tee Girder - Bulb Tee Prestressed X Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(26)A. 33. Monument Case and Cover - To meet AASHTO -M -105 class X 30 gray iron casting. See Std. Plan H -7. 34. Cantilever Sign Structure - Cantilever Sign Structure X fabricated from steel tubing meeting AASHTO -M -183. See Std. Plans G -3, G -3a, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO -M -111. 35. Mono -tube Sign Structures - Mono -tube Sign Bridge X fabricated to details shown in the Plans. Shop drawings for approval are required prior to fabrication. $$1$$ Supplemental To Wage Rates $$2$$ Page 6 YES NO 36. Steel Sign Bridges - Steel Sign Bridges fabricated X from steel tubing meeting AASHTO -M -138 for Aluminum Alloys. See Std. Plans G -2, G2a, G -2b, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO -M -111. 37. Steel Sign Post - Fabricated steel sign posts as detailed X in Std. Plan G -8. Shop drawings for approval are to be provided prior to fabrication. 38. Light Standard - Prestressed - Spun, prestressed, hollow, X concrete poles. 39. Light Standards - Lighting Standards for use X on highway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Plan J -1, J -1 a, and J -1 b. See Special Provisions for pre- approved drawings. 40. Traffic Signal Standards - Traffic Signal Standards for X use on highway and /or street signal systems. Standards to be fabricated to conform with methods and material as specified on Std. Plans J -1, J -7a, J -7c, and J -8. See Special Provisions for pre- approved drawings. 41. Traffic Curb, Type A or C Precast - Type A or C X Precast traffic curb, for use in construction of raised channelization, and other traffic delineation uses such as parking lots, rest areas, etc. NOTE: Acceptance based on inspection of Fabrication Plant and an advance sample of curb section to be submitted for approval by Engineer. $$1$$ Supplemental To Wage Rates $$2$$ Page 7 YES NO 42. Traffic Signs - Prior to approval of a Fabricator X X of Traffic Signs, the sources of the following custom std. signing materials must be submitted and approved msg msg for reflective sheeting, legend material, and aluminum sheeting. NOTE: * ** Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed. 43. Cutting & bending reinforcing steel X 44. Guardrail components X X custom standard end sect. sect. 45. Aggregates /Concrete mixes Covered by WAC 296- 127 -018 46. Asphalt Covered by WAC 296- 127 -018 47. Fiber fabrics X 48. Electrical wiring /components X 49. treated or untreated timber piles X 50. Girder pads (elastomeric bearing) X $$1$$ Supplemental To Wage Rates $$2$$ Page 8 YES NO 51. Standard Dimension lumber X 52. Irrigation components X 53. Fencing materials X 54. Guide Posts X 55. Traffic Buttons X 56. Epoxy X 57. Cribbing X 58. Water distribution materials X 59. Steel "H" piles X 60. Steel pipe for concrete pile casings X 61. Steel pile tips, standard X 62. Steel pile tips, custom X $$1$$ Supplemental To Wage Rates $$2$$ Page 9 WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03/03/05 METAL FABRICATION (IN SHOP) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: Adams, Asotin, Columbia, Douglas, Ferry, Franklin, Garfield Kittitas, Lincoln, Okanogan, Pend Oreille, Stevens, Walla Walla and Whitman Fitter 19.7A 1 Welder 12.76 1 Machine Operator 12.66 1 Painter 10.20 Laborer 8.13 Counties Covered: Benton Welder 16.70 1 Machine Operator 10.53 1 Painter 9.76 1 Counties Covered: Chelan Fitter 15.04 1 Welder 12.24 1 Machine Operator 9.71 1 Painter 9.93 1 Laborer 8.77 1 Counties Covered: Clallam, Grays Harbor, Island, Jefferson, Lewis, Mason, Pacific, San Juan and Skagit Fitter 15.16 1 Welder 15.16 1 Machine Operator 10.66 1 Painter 11.41 1 Laborer 11 13 1 $$1$$ Supplemental To Wage Rates $$2$$ Page 10 METAL FABRICATION (IN SHOP) 03/03/05 Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: Clark Layerout 26.12 1J 6B Fitter 25.76 1J 6B Welder 25.22 1J 6B Painter 22.64 1J 6B Machine Operator 20.04 1J 6B Laborer 19.50 1J 6B Counties Covered: Snohomish Fitter 15.38 1 Welder 15.38 1 Machine Operator 8.84 1 Painter 9.98 1 Laborer 9.79 1 Counties Covered: Spokane Fitter 12.59 1 Welder 10.80 1 Machine Operator 13.26 1 Painter 10.27 1 Laborer 7.98 1 Counties Covered: Thurston Layerout 25.07 1R 6T Fitter 23.02 1R 6T Welder 20.99 1R 6T Machine Operator 18.74 1R 6T Laborer 14.88 1R 6T Counties Covered: Whatcom Fitter/Welder 13.81 1 Machine Operator 13.81 1 Laborer 9.00 1 $$1$$ Supplemental To Wage Rates $$2$$ Page 11 METAL FABRICATION (IN SHOP) 03/03/05 Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: Yakima Fitter 12.00 1 Welder 11.32 1 Machine Operator 11.32 1 Painter 12.00 1 Laborer 10.31 1 Counties Covered: • Cowl itz Fitter 23.72 1B 6V Welder 23.72 1B 6V Machine Operator 23.72 1B 6V Laborer 15.87 1B 6V Counties Covered: Grant Fitter 10.79 1 Welder 10.79 1 Painter 7.45 1 Counties Covered: King Fitter 15.86 1 Welder 15.48 1 Machine Operator 13.04 1 Painter 11.10 1 Laborer 9.78 1 Counties Covered: Kitsap Fitter 26.96 1 Welder 13.83 1 Machine Operator 13.83 1 Laborer 7.35 1 $$1$$ Supplemental To Wage Rates $$2$$ Page 12 METAL FABRICATION (IN SHOP) 03/03/05 Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: Klickitat, Skamania and Wahkiakum Fitter/Welder 16.99 1 Machine Operator 17.21 1 Painter 17.03 1 Laborer 10.44 1 Counties Covered: Pierce Fitter 15.25 1 Welder 13.98 1 Machine Operator 13.98 1 Laborer 9.25 1 $$1$$ Supplemental To Wage Rates $$2$$ Page 13 WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03/03/05 FABRICATED PRECAST CONCRETE PRODUCTS Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: Adams, Asotin, Benton, Columbia, Douglas, Ferry, Garfield, Grant, Lincoln, Okanogan, Pend Oreille, Stevens, Walla Walla, and Whitman All Classifications 9.96 1 Counties Covered: Franklin All Classifications 11.50 1 Counties Covered: King All Classifications 11.90 2K 6S Counties Covered: Pierce All Classifications 9.28 1 Counties Covered: Chelan, Kittitas, Klickitat and Skamania All Classifications 8.61 1 Counties Covered: Clallam, Clark, Cowlitz, Grays Harbor, Island, Jefferson, Kitsap, - Lewis, Mason, Pacific, San Juan, Skagit, Snohomish, Thurston, Wahkiakum All Classifications 13.50 1 $$1$$ Supplemental To Wage Rates $$2$$ Page 14 WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03/03/05 FABRICATED PRECAST CONCRETE PRODUCTS Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: Spokane All Classifications 20.23 1 Counties Covered: Yakima Craftsman 8.65 1 Laborer 7.35 1 Counties Covered: Whatcom All Classifications 13.67 1 $$1$$ Supplemental To Wage Rates $$2$$ Page 15 Washington State Department of Labor and Industries • Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) • Th f two letters fr th St Department of L abor and Industries (State L &I) dated August 18, 1992 and June 18, 1999, clarify the intent and establish policy for administrating the provisions of WAC 296- 127 -018 COVERAGE AND EXEMPTIONS OF WORKERS INVOLVED IN THE PRODUCTION AND DELIVERY • OF GRAVEL, CONCRETE, ASPHALT, OR SIMILAR MATERIALS. Any firm with questions regarding the policy, these letters, or for determinations of covered and non - covered workers shall be directed to State L &I at (360) 902 -5330. Effective September 1, 1993, minimum prevailing wages for all work covered by VvAC 296 -1 2T . 018 for the production andior delivery of materials to a public works contract will be found under the regular classification of work for Teamsters, Power Equipment Operators, etc. • $$1$$ Supplemental To Wage Rates $$2$$ Page 16 ESAC DIVISION - TELEPHONE (206) 586 -6887 PO BOX 44540, OLYMPIA, WASHINGTON 98504 -4540 August 18, 1992 TO: All Interested Parties FROM: Jim P. Christensen Acting Industrial Statistician SUBJECT: Materials Suppliers - WAC 296- 127 -018 This memo is intended to provide greater clarity regarding the application of WAC 296 - 127 -018 to awarding agencies, contractors, subcontractors, material suppliers and other interested parties. The information contained herein should not be construed to cover all possible scenarios which might require the payment of prevailing wage. The absence of a particular activity under the heading "PREVAILING WAGES ARE REQUIRED FOR" does not mean that the activity is not covered. Separate Material Supplier Equipment Operator rates have been eliminated. For those cases where a production facility is set up for the specific purpose of supplying materials to a public works construction site, prevailing wage rates for operators of equipment such as crushers and batch plants can be found under Power Equipment Operators. PREVAILING WAGES ARE REQUIRED FOR: 1. Hauling materials away from a public works project site, including excavated materials, demolished materials, etc. 2. Delivery of materials to a public works project site using a method that involves incorporation of the delivered materials into the project site, such as spreading, leveling, rolling, etc. 3. The production of materials at a facility that is established for the specific, but not necessarily exclusive, purpose of supplying materials for a public works project. 4. Delivery of the materials mentioned in #3 above, regardless of the method of delivery. PREVAILING WAGES ARE NOT REQUIRED FOR: 1. The production of materials by employees of an established materials supplier, in a permanent facility, as well as the delivery of these materials, as long as delivery does not include incorporation of the materials into the job site. 2. Delivery of materials by a common or contract carrier, as long as delivery does not include incorporation of the materials into the job site. 3. Production of materials for unspecified future use. $$1$$ Supplemental To Wage Rates $$2$$ Page 17 sTAtx C y STATE OF WASHINGTON DEPARTMENT OF LABOR AND INDUSTRIES June 18, 1999 TO: Kerry S. Radcliff, Editor Washington State Register FROM: Gary Moore, Director Department of Labor and Industries SUBJECT: Notice re WAC 296 - 127 -018, Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials The department wishes to publish the follow ing Notice in the next edition of the Washington State Register: NOTICE Under the current material supplier regulations, WAC 296 - 127 -018, the department takes the position that prevailing wages do not apply to the delivery of wet concrete to public works sites, unless the drivers do something more than just deliver the concrete. Drivers delivering concrete into a crane and bucket, hopper of a pump truck, or forms or footings, are not entitled to prevailing wages unless they operate machinery or use tools that screed, float, or put a finish on the concrete. This position applies only to the delivery of wet concrete. It does not extend to the delivery of asphalt, sand, gravel, crushed rock, or other similar materials covered under WAC 296- 127 -018. The department's position applies only to this regulation. If you need additional information regarding this matter, please contact Greg Mowat, Program Manager, Employment Standards, at P.O. Box 44510, Olympia, WA 98504 -4510, or call (360) 902 -5310. Please publish the above Notice in WSR 99 -13. If you have questions or need additional information, please call Selwyn Waiters at 902 -4206. Thank you. Cc: Selwyn Walters, Rules Coordinator Patrick Woods, Assistant Director Greg Mowat, Program Manager $$1$$ Supplemental to Wage Rates $$2$$ 18 BENEFIT CODE KEY - EFFECTIVE 03 -03 -05 OVERTIME CODES • OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C. 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 ON 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 AT 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 -05 -2- 1. 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. 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 DAYS) SHALL BE PAID AT ONE AND ONE - HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS S WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. A. THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE - HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY. H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE A14D ONE-HALF Il1L1' l I1V1LJ 1HL HO Vl\I..Y 1 \l1Ti. OF WAGE. L ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE - HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. M. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. BENEFIT CODE KEY - EFFECTIVE 03 -03 -05 -3- 2. 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). 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). BENEFIT CODE KEY - EFFECTIVE 03 -03 -05 -4- 6. A. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). B. PAID HOLIDAYS: NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE'S DAY, AND CHRISTMAS DAY (9). C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). D. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY (9). 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, 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, EMPLOYEES 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 OP OPw: OVER 50' TO 100' - $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 175' - $2.25 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 175' TO 250' - $5.50 PER FOOT FOR EACH FOOT OVER 175 FEET OVER 250' - DIVERS MAY NAME THEIR OWN PRICE, PROVIDED IT IS NO LESS THAN THE SCALE LISTED FOR 250 FEET C. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE -HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50' TO 100' - $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150' - $1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 200' - $2.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200' - DIVERS MAY NAME THEIR OWN PRICE BENEFIT CODE KEY - EFFECTIVE 03 -03 -05 -5- 8. 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 Material and Responsiveness Proposal Signature Sheet Bidders Check List PROPOSAL To the City Clerk Yakima, Washington This certifies that the undersigned has examined the location of: City of Yakima Underground Drainage Retention Basin City Project No. 2110 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. 65 ITEM PROPOSAL BID SHEET City of Yakima Underground Drainage Retention Basin South 22 Avenue City Project No. 2110 ITEM PROPOSAL ITEM QTY UNIT UNIT PRICE AMOUNT NO. PAYMENT SECTION DOLLARS DOLLARS 1 SPILL PREVENTION CONTROL & COUNTERMEASURES PLAN 1 LS 1 -07.15 2 MOBILIZATION 1 LS 1 -09.7 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS 1 -10.5 4 ROADSIDE CLEANUP 1 FA $500 2 -01.5 5 CRUSHED SURFACING TOP COURSE 51 CY 4 -04.5 6 COMMERCIAL HMA 3 TON 5 -04.5 7 CORRUGATE POLYETHELENE STORM SEWER PIPE 12 IN. DIAM. 163 LF 7 -04.5 8 MANHOLE 48 IN. DIAM. TYPE 2 2 EA 7 -05.5 9 DRAINAGE RETENTION BASIN W/48 IN. DIAM. SHEDULE A PERF. PIPE 495 LF 7 -05.5 10 STRUCTURE EXCAVATION CLASS B INCL. HAUL 150 CY 7 -05.5 11 CONNECTION TO DRAINAGE STRUCTURE 1 EA 7 -05.5 12 SHORING OR EXTRA EXCAVATION CLASS B 200 LF 7 - 05.5 13 REPAIR OR REPLACEMENT 1 FA $500 8 -30.5 Project Total: • 67 BID BOND FORM Herewith find deposit in the form of a certified check, cashiers check, cash, or bid bond in the amount of $ which amount is not Tess than five percent of the total bid. Sign Here BID BOND KNOW ALL MEN BY THESE PRESENTS: That we, , as principal, and , as Surety, are held and firmly bound unto the City of Yakima, as Obligee, in the penal sum of Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for , according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS DAY OF , 20 Principal , 20 Received return of deposit in the sum of $ 69 NON - COLLUSION DECLARATION 1, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report bid rigging activities call: 1- 800 -424 -9071 The U.S. Department of Transportation (USDOT) operates the above toll -free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., Eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. 71 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." 73 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 Item Numbers 75 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. 77 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. • ADOPTED BY THE CITY COUNCIL this .�q day of ft- ,LA-- , 1983. Aftrw On A m&A-Actlf) 9 Mayor ATTEST: City Clerk 79 80 AFFIRMATIVE ACTION PLAN The bidders, contractors and subcontractors will not be eligible for award of a contract under this Advertisement for Bids unless it certifies as prescribed, that it adopts the minimum goals and timetable of minority and women workforce utilization and specific affirmative action steps as set forth by the City of Yakima, This is directed at increasing minority and women workforce utilization by means of applying good faith efforts to carrying out such steps. However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet its goals within its timetables, but such contractor shall be given the opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified by the City of Yakima, and has made every good faith effort to make these steps work toward the attainment of its goals, all to the purpose of expanding minority and women workforce utilization on all of its projects in the City of Yakima, Washington. In all cases, the compliance of a bidder, contractor or subcontractor will be determined in accordance with its respective obligations under the terms of these Bid Conditions. All bidders and all contractors and subcontractors performing or to perform work on projects subject to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the terms and requirements of these Bid Conditions, including the provisions relating to goals of minority and women employment and training. Specific Affirmative Action Steps Bidders, contractors and subcontractors subject to this contract must engage in affirmative action directed at increasing minority and women workforce utilization, which is at least as extensive and as specific as the following steps: a. The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response. b. The contractor shall maintain a file of the names and addresses of each minority and women worker referred to him and what action was taken with respect to each such referred worker, and if the worker was not employed, the reasons therefore. If suchworker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefore. c. The contractor shall promptly notify the City of Yakima Engineering Division an • Contract Compliance Officer when the union or unions with whom the contractor has collective bargaining agreement has not referred to the contractor a minority or woman worker sent by the contractor or the contractor has other information that the union referral process has impeded him in his efforts to meet his goal. d. The contractor shall participate in training programs in the area, especially those funded by the Department of Labor. e. The contractor shall disseminate his EEO policy within his own organization by including it in any policy manual; by publicizing it in company newspapers, annual reports, etc., by conducting staff, employee and union representatives' meetings to explain and discuss the policy; by posting of the policy; and by specific review of the policy with minority employees. f. The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources; by advertising in news media, specifically 81 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 nmanriari nnri tha Rtanrinrri .SrPnifinntinnq ci it h enntrnntnr chnli immariiataiv nntifv the City of Yakima Engineering Department or the City of Yakima Compliance Officer. 82 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: certifies that: (BIDDER) 1. It intends to use the following listed construction trades in the work under the contract and; as to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non - federal) in the Yakima, Washington area subject to these Bid Conditions, those trades being: and; 2. It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any sub - contract under this contract the Subcontractor Certification required by these Bid Conditions. (Signature of Authorized Representative of Bidder) 83 Materially and Responsiveness The certification required to be made by the bidder pursuant to these Bid Conditions is material, • and will govern the bidder's performance on the project and will be made a part of his bid. Failure to submit the certification will render the bid non responsive. Compliance and Enforcement Contractors are responsible for informing their subcontractor (regardless of tier) as to their respective obligations under the conditions of the contract here (as applicable). Bidders, contractors and subcontractors hereby agree to refrain from entering into any contract or contract modification subject to Executive Order 11246, as amended on September 24, 1965, with a contractor debarred from, or who is determined not to be a responsible' bidder for, government contracts and federally assisted construction contracts pursuant to Executive Order. The bidder, contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal opportunity clause including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered by the administering agency, the contracting agency or the Office of Federal Contract Compliance pursuant to the Executive Order. Any bidder, or contractor or subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in non - compliance with these Bid Conditions and Executive Order 11246, as amended. Nothing herein is intended to relieve any contractor or subcontractor during the term of its contract on this project from compliance with Executive Order 11246, as amended, and the Equal Opportunity Clause of its contract. Violation of any substantial requirement in the affirmative action plan by a contractor or subcontractor covered by these Bid Conditions including the failure of such contractor or subcontractor to make a good faith effort to meet it fair share of the trade's goals of minority and women workforce utilization, and shall be grounds for imposition of the sanctions and penalties provided at Section 209 (a) of Executive Order 11246, as amended. Each agency shall review its contractors' and subcontractors' employment practices during the performance of the contract. If the agency determines that the affirmative action plan no longer represents effective affirmative action, it shall so notify the Office of Federal Contract Compliance which shall be solely responsible for any final determination of that question and the Consequences thereof. In regard to these conditions, if the contractor or subcontractor meets its goals or if the contractor or subcontractor can demonstrate that it has made every good faith effort to meet those goals, the contractor of the subcontractor shall be presumed to be in compliance with Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions and no formal sanctions or proceedings leading toward sanctions shall be instituted unless the agency otherwise determines that the contractor or subcontractor is not providing equal employment opportunities. In judging whether a contractor or subcontractor has met its goals, the agency will consider each contractors or subcontractor's minority and women workforce utilization and will not take into consideration the minority and women workforce utilization of its subcontractors. Where the agency finds that the contractor or subcontractor has failed to comply with the requirement of Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions, the agency shall take such action and impose such sanctions as may be appropriate under Executive Order and the regulations. When the agency proceeds with such formal action, it has the burden of proving that the contractor has not met the requirements of these Bid Conditions, but the contractor's failure to meet his goals shall shift to him the requirement to come forward with evidence to show that he has met the "good faith" requirements of these Bid Conditions by instituting at least the Specific Affirmative Action steps listed above and by making every good faith effort to make those steps work toward the attainment of its goals within its timetables. The pendency of such formal proceedings shall be taken into consideration by Federal agencies in determining whether such contractor or 85 subcontractor can comply with the requirements of Executive Order 11246, as amended, and is therefore a "responsible prospective contractor" within the meaning of the Federal Procurement Regulations. It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority and women employees. The procedures set forth in these conditions shall not apply to any contract when the head of the contracting or administering agency determines that such contract is essential to the national security and that its award without following such procedures is necessai y 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. 86 PROPOSAL Underground Drainage Retention Basin South 22" Avenue City Project No. 2110 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 ❑ IN THE AMOUNT OF 5% OF THE BID * Receipt is hereby acknowledged of addendum(s) No.(s) & SIGNATURE OF AUTHORIZED OFFICIAL(s) O S� 5`G�E A�� � FIRM NAME (ADRESS) PHONE NUMBER STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER FEDERAL ID No. 1 1 1 1 1 1 1 1 1 1 Note: (1) This proposal form is not transferable and any alteration of the firm's name entered hereon without prior permission from the Secretary of Transportation will be cause for considering the proposal irregular and subsequent rejection of the bid. (2) Please refer to section 1 -02.6 of the standard specifications, re: "Preparation of Proposal," or "Article 4" of the Instructions to Bidders for building construction jobs. (3) Should it be necessary to modify this proposal either in writing or by electronic means, please make reference to the following proposal number in your communication. 87 BIDDER'S CHECK LIST The bidder's attention is especially called to the following forms, which must be executed, as required, and submitted on the form purchased from the City and bound in the Contract Documents: A. PROPOSAL The unit prices, extensions and total amounts bid must be shown in the spaces provided. B. BID BOND ACCOMPANYING BID This Bid Bond form is to be executed by the bidder and the surety company unless bid is accompanied by a certified check. The amount of this bond shall be not less than 5% of the total amount bid and may be shown in dollars or on a percentage basis. C. SUBCONTRACTOR LIST The form must be filled in. Failure to provide this information at time of bid WILL NOT render the bid non - responsive. D. BIDDER'S CERTIFICATION E. PROPOSAL SIGNATURE SHEET Must be filled in and signed by the bidder. F. MBE/WBE FORM It is requested that The Bidder's Certification of the "Affirmative Action Profile" in the MBE/WBE Form be filled in and signed by the bidder. Failure to provide this information WILL NOT render the bid non - responsive. The following forms are to be executed after the contract is awarded: A. CONTRACT This agreement is to be executed by the successful bidder. B. PERFORMANCE BOND To be executed by the successful bidder and his /her surety company. C. CERTIFICATE OF INSURANCE Refer to attached Informational Certificate of Insurance and Additional Insured Endorsement. Also refer to Section 1 -07.18 (APWA) of the Standard Specifications and Special Provisions. 89 CONSTRUCTION DETAILS Construction Plans and Details . „... ;UNDERGROUND SO UTH 22 NDAVENUE I City of Yakima Project No. 2110 l_ _J ILL I I I 1 i w l .- 11 �1 I I I I 11 > lluarnA� N HIGH S U E Y�•1-lR.,IYW _ _ _ _ I \._.\ a1 ST. PAULS U�NP\NU� S L SCHOOL W / � ` + SCHOOL /CHU CH 2 O y LIONS R : "v ° itili o s PARK $ • u...,1.� .. f` � • • •• FRANKLIN Met! , �:� ;/_1 ,. -- - - °� MIDDLE — -- -- YAKIMA M SCH00 -- -- -- — _ D F E VALLEY __ III MEMORIALFRAPARK D N R ..1. RH v.._ HOSPITAL - -- M MUSEUM -- -- - OQ �� � \ \O . , 4,,., J = ` AVE .ly:k11- 'c FBcrrR evE :f::�'O 1 . r- TE ST . -7!.� 011 , ( P weti�i uc avE 1 o TAH .... RD 'a i ''I r: •.ac . ,, �. / _ _ _ _ 1 i L E1 i 1 j _ 1 11 E E. 1111 i� I T FISCHER I 'T 1'Et • Sr ,�:1a•�.•,�: - - - -- -- L il■ ' ! . W 1 1 !UL —ANN— AVE — ______,,,_ ____ i � � - -- fii o LARSON PAR -- _— F� FELD _ a a J = rn 1 !Ii t AI � i E: ii d YAKIMA VALLEY � Ill BLACKBURN ST M COMMUNITY COLLEGE W Nutt rncc oc vD — - - III I DR —.— — r -- — C i -ter Z VINCENT • •' )R j > I SI• • CH AVE .I I < ■ i L 3 V C V �A10- A. : II. I f:IiRft)R�P4 1 w LL /� �_ . 7...1a. • M ., V= S14 7a\I l L 1JYl. O Z g I•lle�a \4 e.�ucos .• '• M ,In w �. 0 HOOVER r ' < _ � A 1 ELEMENTARY III c• :. L ,l — P I —— H �ti.9P8tl .. tin•fl 1 a • l � w A u w w w I 1 J II 1 I LOR j 4, CT CA CEMETERY 1 1 '• 1 11 1 1 11 1 11 I 11 1 1 I 1 I 1 1 11 I[ I VICINITY MAP I Not to Scale N • • '7,71 ' ' • ' ' . , . ‘i, .1 ... AVE - ilk •..,,,„::-,,.,:- 4 '''.'`.' ,' , 4 ‘,.,. ' i 0 S 23RD , „ .. ., ' ,:-.,,,, -4 '..1"-••4g,,`••:•, . , :, * 4/4".,-,•';1*--,;i':-L'''.*1: .`',1;:';ri, , ''''•-•:' . •1 , • „„•.• „....?..;,=,.• , ... , • "'' 14' 0 ,1- 4 .,„,0,,, •;..': , i0 ,:",..:., ",' :"." ' '''''1:: 1" 7 =. '..,='', , AI* * Ir. '0 ' ' , . . A:% *s„a0f, , . . {■./. : ''`• '4;;?:' ' , ;'''' ' ri t. * t' o"":0r:"?4'-' ,r:!?":"-N''' / . ..."''' ''-.!:;•+';':- ':::'•-i4kkkg:54: .„:*1.''''tk...4•' ,..,4)4:041A -,.,,2,.., ,. ••;. ,;','',',' k•,-,;>„:,:..;',40•,:i--lt",„!''4'Or.c'i.- • ±`'• •',''•••••, s"(ft, 1...,,, , .,..;,%?•;,'',,." ,. fi',..;;; • ' .:',-. - .` -', i'.'.;', ...:', l',,_!ri;',.,'"-!:',''*e-',:::.`:-.3";;,',/' l '''`': ' '... . ,.., ,,,,Y,;3:!...!;" ,,,..,„.. , r .t-,:.43--,i;-,,,N -, '...,--:,..,' "" • .... -, '',. ,:......,-.":5,.,;.„--.4'.,ii,..;:tit.,:.:,',-'''' .. ' ' ..' : • ,:,-,,-''''.,',: • :--- , 3 3,,_ ,, v:•-..._ 3r' 114,:z-',,,...;,,,.,". • ■,,,'f, ',4,.. , ,, .:''t,,,,, :* , .,,I,, , .,'',V, , ,kl,e,,, ,',,.. '' , 4 ,''',1''''':.fll,.'1 ...„'„:„..'lle ziot...,:,:-,,-: 1 t' • ' , '-'): I '''';'• ''''' ''''' :::404- . . - *.4,4, . . 7 ,: ::::le.; - $ ■ ■ . :441i ' . .. ■.' :,' ■! 'I' 1 . . • .■, „ . * ':"'''.' ,MI . ir'[., ''.,,.;','''''. ,.''''''''''',.;',':r'..;■ , ' ' ''''t ''' i tti:441tkiti ■ ' ','" :: ‘, ., .',f4',.' ■17... ', . T..' . ,': „,,.:.,'” #., 't 'r ■ „,,,',A: ''.' 'S. ':'' ' ' ',,!' .. ''', . , .i'... li ■N" ' ' ' T''',., ,. . ,i'Ot',,;,' ,,,,..:. , ,, -41•:•:f.1`••",`;'.". k‘: '' '.'''. ::" ' . '''•' , ...'''':•'• ''' ' —1 • , k , "• - ;.•••-• . ' r ',::' . '1'; ■,' '''. ,;,' ':', '''. ; .:::: ' ' ' . . ‘,,, ' . ,,,,,,,,tk. i Ni::'''', ..■ 'i' ■ ..1 .,114' ''' '' ' . '''''''. ': ''' 'VA 4 ',,fii 7r,:', ,','a.,k,.,..;•; , .,..,. .• „..... . , .„, ., . .'1•;:i;:.'-:,-*'' '''. ' ' i.. ?-.'• , V,"r , , ?k''' " ' . ,,,,,,'I'' . ' .. ,A0'). ,,,q1 ' ,,, . -. ,i,,, ,",t1■4,,,.,,,:t; ' - ' 1101,7. , '..; ..,, rI40 ':'''';:ri;!.. '''; "1:4 "t ,-4:1,''.44,4'''.1.''',, 'i ' , '''',;--'& ',■ !,,;' :' : it,' ;" 'A ' ' .',4'4'' " N't 0 .,Y. 1 .:. 01.'''ek" ; -ii..;,,".:1,;..,•,:if ' , , .,•.0:;.'f,''.-r,..-,-. .. ,,-tif .."., 4.4%414;•:?-‘ .:''. ,' • &.•:,.': . Te ' "..Z!..:".. '.'':,..:;t2A0: '"*.-, ':i.:7.,,,.01: '70W":714A, ,-' , .. , . , ' ,,- ....„0,,x, ,■ ,.0 „ ', ' ,4''''''''''.' 4■''r''.. ' ' ' . : .. r :41.:. ''' ';'1'..r.';.:'''; i; ' ',.." ,•:44W,, '''," ::,k , i+': . - ,,'!...,',„ - ,:',...44,111.c.,=,:,.; ',#411:,'*".), l''''"''.'',.,""0 . ,, -- 1,-- , . : ' ' r ''.■ '''' • , '''' ; 11..'",t, .'4,': 'i:''' ' . ?r.gK' ' . '`'' 'I,' :.4'4#0, V" „: 4 ,, '.; ‘"k''''',\''' ;,., ', • -...'” Atli , ,44-,..: ,,,,..:;', :, -:,.., ". •. .. .' .:, "::.14t0%. :4f''',V ■ ,, ' V,..; ' f ';''..• . ' ' SI v • O. ' .+.1 ',..', . . ., . ,'''' 030 .0 "':'"4"-'70,i'il0r.' '. " -,;“„ ',;'),' .,,t,, , :„..,,,1-: . ' ..,t *:'- - , ,m' . ".1f","4:.1,: ' V, i ;,,,'', r 4.fk,t ', '' '''' ''■',*; ''..i. q ', ...,■‘,C,`, ::.; ' ■ , ' ''', 4 ''''' , . i,,,, .. ;.,;:,4 . ', Or';',i -.,.,-4-1,:! . ...44,$,-,f94.*,4-:‘;'''' '; ;;' • ;" ';" ' 0.",'" ' 4' ; .1 ,../.4q:'.."..."1.),k7,44;' ''' • ; „ ,'.:', :::'' V, '-i' ;.,',..”*- R' ' "i ** .:'*..'' - ' ,;‘7-....'•:•,.3.',",iir,.„; ki;,1,-,(..;;;,':;:',7: ,:!".,•::".:!'„,-,:.,,;;:, -'s '.,. - 4::: : . • -,. .i.7,,ir: , , - . ...'-i,s.;., 40' -. 4. A,.. ' "4 i; ": ' -'- ''P " . r ,, -' .." 0 ,,,140:"::,".4iii7,,-...0.„.." `';',,:-:" ;',..,'A %,, , ,. . „, * , 0 ."." :771''''''' ;V4.''''.g.:',;i"..„. a, It " 4 .. ., ,'' .Z141r.. '''3';';,, ':';'..,...; .?"; ;46VI;;--1' :4-114',ii,r; ...-0 .,..:-:,:-.. - , . '-'1&.„,, '''''.‘.1. 4N--. ' , " - `4'''''''.' 7 . .. . . , .., .., , . ., , ,r , .. ,, ..,,,v- ...... .r ' ', At 4''.:4 AP , , ,.,, ',' ?:! r.',',' ,y : ' , ' ,, jef r::` ''''"" . 4, A , •';'0‘. 'I'' r; .)' .e'. 'L. ''..' : * ' ''';'' ',:.... ' '. '' .Z:,.t.,.. . 2 . . , :51; . „L',.;':';' .; ''.4;'1' . '. r, 14 .: . :,i,,,..1-,,,,..-?-:,,,,,..•-..!,.,,,, , 4 ,-, ..,,,,.r, .....,,,,..---.*:-.. .,, 7 '/• . :'„,4'..,',:,;-'J.;.'3,,,47.,,,,,,,,,...**-7 . - ,,,- ,,'-''.:!:'" • ' ' ' ."-;a:-;;',,71-:::-_,,,, .,-.'"!: ,- , -i . , ,,,s , v , ,„.• , '', , ly; ,.;,,'-',7,4,t;!**'.,4,0:2. , - , .•,,Aktv :... - ',-.. -,—, r '*4? '',. '''.' Mik It. ' . ' ''''," t ' r lr '''; • ;Q''''"1: ''''X'f:r 'C'.''.',../ ; ■ '6 ' 4 ,, *I;" , Atii ' %;: ' .. ‘ ':1.4kiltt ''. 'N. . ji°"' i"' ' ... r , ;"" ' . '''-..- 4',..'-; '.:Iftr::::,.,1,...Iiit4 , .. . , , :: :- „, * . . ., .., •,. It ,1,,.4,'i;.44.,::`,,titiji!„,- . ,,,,,,,,.'„..... ,...-, _,.1'' '.,›,3';',-,. t'i..,9';,..'"'4.4,0. --''''-';'," •-- ''' .. , F, :,- .•',ici,':,..;,04,,,..,'„ior:I,A1-..r. ,.4.- ,,,''.''',:t•P:',.'..'14'.'?".. l'',4,`;.:-:. t'.. ':."11 ''''''', ' -. 4 ? ,,.., 1.44'.' - : -,'; -•.,;.':441,X.'"';.,,,!.' 1::,,. - '..•;''.'r4 • : ' - '14144''',.*. ■: ' ' '' 4 , ,, ''., „Ai; :.,i'll,,,,,,, .„,:, A '''',•'''':. ''''.** . :f'''.10 ,,,,.r . 4 ' ;,A,fkli$,,tt'k''i.',' •14:10k;l:gitt;,4'.. '.' .1'.-2 ;'' . ' ''''''''" ' '''...4 '''' ''''' ''''' .,,fc,,,-.:AR,..,..:',444,,•:.•:;',',': -.14:...,.:;,-. •. ,iiv., ,.' ..„.. ,„ ..,,.,4„. D Nr:4 4 i lt,I!'t , ,44,,,,,,k,:‘-` 4.„-.--r.„ ..<.-..„.. ., ,:.:,,,,,,,-,.,.„.„ ..,:::- ,A.X.,: ,..' 4. ''. .; :: ''''r ' ' '' 0 r 1.1''1..i. ': '14A'af:i' . ' ,, , ' .',1'”,, r ' * " ■ , .., , , , „ , . , , . ` „ ,..*,;-...`,41',..',.`.'-,,,r„;,..itifliiCYr,'. s'41*„.• '1',„:,,,,tk' 4 , ! „, , ,. , .„. ,... ,,,,..„ • ,r, „ , ' • 4.1F7,,, '2,1,4 ,,t,,. .....(:);) ''''r 1.r*„., ," " .. ..:.ii„: ..... ... - " -:'.-1 ;', :1 ''' ' , 2 , ' i ,IMMOJOSe A . n • 0.' * G , ' , , ' • . 'A .1 4.,''.' ' . ' , 3oirrk.i',:'."...1, '. ' '' . , I.'J':' ' : . '‘. ,...‘•":L ' '1.,.. ' ',. , .'4•:filij,*%; .;f,:;:,..:; '•-?4t:''',, . *I .. .1',.. , ' 4. . ': ' „, .'.1 , , 1 g , . , 4. ' I'VIL. . G . • i , 4 ' . , 7,.."71-.:100P.F',44.»: *fr '''' ' ., ,. . .. .., . , . • - 4 4 , kk. , • ”, 1,! ,.." ' ..r .,, - ,,, ,,,* ; ., , ,. , 'it , t ,t1?" .. . - E . ':'.',X:', G .. . ''''', '• . , . . r'l btD''' A to ,k G . , ;14'';';'... ';‘,3 .. , ■:"'"'t?"' ., .,t' -_,-;:'..„4bERGROU . , 'BASIN G ; ,,,,- : : ' ' RETEN!1-:0N,:‘, „1,4.,,,p0:4.:1,*„, ... . .. E,,,...r.,NUE -- ° :'..ir.:,,;,4•'*-': ,, , -..,..c. . ' ..", :,t,21:40"', I, r , , *,* ■ , ii ■ .1,4*.' . ''', 4 # A . ,, , , , , 4 ' 9 7r , . : ■:•,. '. . , : 4.--_,-,„..v.(,..A. ,ii, - it . ., ' , ,,,i V44f.. - *fm ', ....:'...;,310,1f.:$;:, 1111 .. s. A - .' , , ,,, ...wgr-!i!"#APP4e4,„v:',,,%*, -; ,., ,. , • ,' , 0 4 ' ' `:: '1P-,4,.'` -.•'N '.7.'":-..,i).',..r1, .,1' ' ,. 0: •: !•.': ..'• ..v ,••:, ., t' 34■44:1".P;i0"4- '.,**' ,' • . ' 1",:::',0X,' '',',,".;,0..4.1...tti..".'41..'0•0i',."0,.!0t,,i`..4,:0=\." I "..".., t. ; 1# l', '-0 ,"' 0 ' , of - 'IV' .- Z" ' ; . ..,, .., •,T4';'' '1'.4i,VA'At ' ...!! '' '''' ir A . 4114..,ih,-:. .,.. .,. , O (/) '04 ,..J.,,': .4,,,,;(0:1?:,1,14SrAittir7:1"..44*PI:' . 1. , '.. ',4,'"i4kriAft.,:4 ..':',' , l' ,„, . ' ' ' .' ' . ' " il' ',i410:1441‘ , . .4', .3' , ' ' r ' (.4 A ... iltlif: k . , • 44; . . , ?, ' 4 ,, 10, t*?' ‘11.' #'. ":. :f;;' :1:' ii,i• . '''''''' ;41iitt' ' ' . . dill ''' l' . . '::::":: ';'''''6 rt.".,";° ,,'..'''.' ,41 t ,„ ,: L 0 ,,frt,4 „ . „ AM.° . :! ,,, i , , r • ,:••'!,,,t ,,,.' , > :'..i.li,AVViii,... r ' r 0 Z ., , '''''''' ."' • ' ' - .i ... ..t.' 441- - ‘ - , ,„,,, " . , . . „ - :, ■ 1, ■ .. . f, .. . . , * ., ,,,i,„:,,,,, ,, , • ,,,,, ,,, , „„•,,, , ,,,, , , • (4 - ''..;.--; r 'r ' . ' 42.':. l':'' t if :' ' '''i' :' '. . ., ri•:;,:, ' 'y 4 ,t,344''''*;:. r...'r:'''';n't;94'''''.;::;'.': . .,,,,,r 4?*!"?,:- .,'' r''' 4('' . „ k , „ . . , . A - ,. , > ,it. ', ri'l" ' ' '' ' ' .• . .. . ' r ''''' '„ 4,,,, -A":...,;';..`44,t' ' ''Y',,',„',:,t ..-. "a.,.7,',.- -1%,1 ,,,,,,,,,*„.4 ...,,,, , < ;'...,-,,' „,,,,,,:„.:.;,, ' ; fik f.;;' , '.•:,',..• : , ,,'. '.r: , • ,. • • • ,.• ; ;.;-•,.: :,., ,,,,,..Z: ;-.'",.: ...,., ..."44',4:;'''''"`.Z4,";e4,',,!-c;''''!".,t-, „:i' ...i33',''.';',.';''Y; ., ; ' ; "'';'"°;;;'.;, ; , . '; ', M ,,';'",;,a,.' • ”. '..'4, „,,',.;-:,•:-:::,, . . ,, . ,....;',....'0. ,,,„.',., ,:-. .:,', ,. 7: 1,,' ,'„'.....2::,-. ,.., ,,,,,.4,,,,:,,,$.' ''' -„,:'..elr.•:11$1,t4,.,,,,I, ',;' ,,,,' ''":04,-..ak," "' ititill 44 ..."-',"...1":■"' ,.. '4k ' . : , '...', • ;#.::. '. --"'-i.;,,:y.,.. ;Ay. - --.',- ' '''' ,.. ' , '''' 1,■I'ir , ' ' .. '''', • ' . ,, : ', . ',,,,,l,J,' .:',..f: . M $1415"kt , .. tiriiik' *# ; . , ■• „ . , ■ 4 0 * 4 ... ',,,, 4" '' ' ' ''' . ' A *,.;;,„,..... --k 6,p. .. .0.-..4ii., . . . - , L „. .,•• ' ',,,, ' i, f ' " ,,,,#.1,--; -.-,.g, . . -',,....: .:i, ; r', '' , ' . . :I 11. Iiiiille ',Ii''` '".'''.,.4:4' ' , ! 'f.:. ' 11111.,........ , , ,,,* ' ,,,' ■ `44t.,... lli , ,'' t!:;:' ''' if '' " ‘4.114e",., ',. ",'"i'■ ;41A ' ■ '.g:, ,. ''' U) * ' . ( A , ■ . , • , 4 • , ... . „ • ,. 4•4:1,t1"›•{:,'[,-;;;-• •4 ..4, ' • . .. , ' :::' i '1:4;,''' . t .. ,i, . .:' . '...ei,...,T,k;i:. , 1j1 ? 't. 43,k .. , • ,.. , . . . . . .., ■ .. •. . ..,. .. „ • . , . ......„,..,„ ..„....,_ ,.. . , ''''';'4,1H''.. ,'.t..:',,, „ AvENUE 4 o..,:'.-21 ir • .. „ .,.,..... A, .., .., '' i 1 11TH ' '; ''' ' '' ' 0 VI ': • 4''..' : ' ' . , . . ,'''..2./,''' '',''' ,''''''Y ' ' . .:,h;'..,'.'1::Y .,,-' , . - ,:', :'''' '' '':% , ''''''',;',',r' . V ''.t(1:;•:.'.:... . ' ' . ` Division . ,,,,,,,,.;::,•- ' ,.--,4,,-, :."-:.„--,..:',.':-, .., Ar .:' 1 ?.-- - -.... o :., 74, kk,Vii:ij. ' •41:" ' ''.". ' '' ' ' ' . " ..,". ' ...:f,' 7'44.k:"....• ...„;:.:44,.. ; ii:-. '... - . :.. .. i. • 4 •-• -, - D DRAINA GNEo.R21E1TOENTION City Of ' 129 North Second R&D . UNDERGROUND BASIN AVEN ND AVEN ''..P',:,.,,,,:1fo........1- IN4sir....._,..... ,,r1..,;')/.'''' y1E2aknimag,Winasheingetosnrtrienetg SOUTH 22ND 0, r‘, OV ERALL \ SOUTH 22ND AVE Vertical NONE PLAN WES LOGAN AVE Project Eng. Drawing I= 1 1- I = w City of Yakima Pr .1 C 0 V) • EXISTING MANHOLE cts - EXISTING GROUND 2 0) c 1075 — -- 1075 z >' 45 65 g 0 O c Ill al C 1- T Y 48" TYPE 2 MANHOLE U W y 1 070 ,-- _ - - - - ---.0-- 48" TYPE 2 MANHOLE 1 070 �, 1181 =. o' • 0 - _ % 12 HDPE 13 LF S 4 8" TYPE 2 MANHOLE w/ SLLB, FRAME & COVER = 1 (ADJUST TO FINISHED GRADE) 0 • % 1065 ' - 48" DIA PERFORATED PIPE 1065 ___ 1067.70 1066.22 ___-- 1060.00 ____ z . f — 12" DIA. HDPE PIPE Q 1060 S = 0 1060 z W O W �- 24" DIA. HDPE HEADER PIPE r PROFILE VIEW in_== _ _,,,r r nw_ _ _ Nr � ,zz _ Q w ,rr JUL.--.-1.01 Z __ 1 ZZ Q.� .� 12" DIA. HDPE PIPE (TYP) - - ° O - ._. 12 DIA Q � C/) Z Cr- C: < N 6 MIL PLASTIC SHEETING OVER THE TOP TO _ ' Q CO = E BE ANCHORED A MINIMUM OF 18" BEYOND 0.25' CRUSHED SURFACING TOP COURSE c� c Uc v U c� l c ..7// i Y Z MIN ` : - - : —' u) �--• , U C t :� O O 1.-- --41- COMPACTED DEPTH iU c2 < v c�� c = _ > >, 1 U U C t) U U C ' ~, C9 U _ CC z : :-= W COMPACT BACK FILL TO 95� ........................... L U L .11.......E .11.......E 0 . .......... U U : - - : -1 Z n as i � U U 1. ......c....... i co 48 DIA 48 DIA " 48 " DIA PERF PIPE PERF PIPE�� PERF PIPE / w w w / — / // • ,o c > t o Z Z a' Luc il 0 .-• DRAIN ROCK ;�' ° 12 •. Oil •v.k. J • gt • IL 0 E > •1 40, _ —_ NON -WOVEN GEOTEXTILE \ ' FABRIC (ALL AROUND) 2' 2' J -1111.-- TYP -.of- -� TYP 48" DIA. PERFORATED PIPE (TYP) Q 1- 21.5' a SECTION A I 3 6 . , c O . Fi5 Eo Y i C }' a) R1 -2 u. R/W W3 -2A W20 -4 O c f L R/W ONE LANE ,�' Z Y IELD B /Y ROAD b LU N } � AHEAD W20 -1 ROAD di•� W20 -7A TO WORK � - ''�� (,,, 4 G20 - 2A ry ONCOMING AHEAD ' [ END TRAFFIC , R8 - 3AP 0 NPW R OAORK . ' -; NOT TO SCALE 200'± • 50'± 15'± 100'± 100'± 100'± Z l>1 .J CI CI I>IJ 1>1 0 • Z E- o CI ///// WO RK AREA O w o N Cl/It o w W Z DI 0 0 z LOGA\ AVE. 000000000 z z Q .o Q (7) z° n`_ z D cn 0 o W20 7A 200' W20 -1 100'± 100'± 100'± W ROAD — G20 -2A Z AHOEAKD W20 > ° o END i, ONE LANE ROAD W20 Q Q ROAD WORK AHEAD w - z z o W20 -4 CO m z ° z n o ONE LANE w ` :° II � ROAD a cu N LEGE\ D c N AHEAD a o = I t FLAGGER LOCATION = ROAD W20 -1 0 ® ® ® TEMPORARY TRAFFIC CONTROL DEVICES D WORK z DI SIGN LOCATION - TRIPOD MOUNT 0 AHEAD O U .- U LL it I 4 6 . _ . J LOGA\ AVE. ° ° ° i ° ® ° i D I ij \\ 0 � / n o N lJ I C zz `. T 7) ° /lJ 7) FT1 0 r 0 m ° G _ o m cn U) ° O \ C Z ° ° ° ° N 5' (TYP) —am— N) U No- 1 5' > < m oi TRAFFIC CONTROL Project Eng. rjd UNDERGROUND DRAINAGE RETENTION ` og �o City Of Yakima Drawing Scales BASIN / ��� Engineering Division rn 2 Horizontal =NONE SOUTH 22ND AVENUE ,.., ' 129 North Second Street Vertical = NONE City of Yakima Project No. 2110 "`°.'' Yakima. Washington 1 C — . NOME MINK .2 cS ; NOT TO SCALE E o l co. >- L o � rn DUPLEX DUPLEX "- a) Si O c • ;.- F z° E W U w N Q — HOUSE 1�j 3E', a '''6k_.*Al. DRIVEWAY w 0 DRIVEWAY u�.' EE _J o Z 0 0 j Z O / H o W CL N , K--Q o D Q ° ! Q w SOUTH 22N9 AVE. h o X x X x x x X X X X X X X X X X X Q o a O x/ , CC Q N 2\ O 0 CO N I� / JI Qo 0 1--' :c ^ = z O o 0 0° O v U 1 0 EDGE OF GRAVEL ROAD Q X WORK AREA w 7. K1 X Z 0 50' _ X / - a - u, 0 0 a, z z � � u ROAD W20 -3 w C c !� CLOSED LEGEND \ O TE r.3 3 N AHEAD °- 0 _ > x TEMPORARY FENCING (IF REQUIRED) STEADY BURNING WARNING LIGHTS (TYPE 0, MUTCD) SHALL BE USED TO MARK THE TRAFFIC SAFETY o 0 0 o TRAFFIC SAFETY DRUM ! AND TYPE III BARRICADES. ' 'kc TYPE 3 BARRICADE ov 0 DI SIGN LOCATION — TRIPOD MOUNT D= 1