Loading...
HomeMy WebLinkAbout2003-073 Wastewater Manhole Rehabilitation Agreement with Evans and Son, Inc. 1 1' of 504- 1 . 1 C ity of alma 1 Engineering Division 1 Wastewater Manhole Rehabilitation 1 1 City Project No. 1926 1 �- l i 1 ■ ,: 1 tip •• : /00' io t � 1 . N f • n 1 r l -A 1.4" I I Construction Contract Specifications & Bid Documents 1 129 North Second Street July 2001 Phone (509) 575-6111 Yakima, WA 98901 Fax (509) 576-66305 1 I /f ' Y..1 DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT ;4c ► Engineering Division .. • '1411 129 North Second Street I Yakima, Washington 98901 . 6' "'„ 'r`A PUNATkU �= " (509) 575-6111 • Fax 576 -6305 August 6, 2001 Evans & Son, Inc. 2206 Terrace Heights Drive Yakima, Washington 98901 Re. Wastewater Manhole Rehabilitation City Project No. 1926 Dear Ms. Evans. 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 August 1, 2001 in the amount of $76,954.28 This letter is official notification of the award of the contract to your company by the City of Yakima. We have prepared and have on hand at the Yakima City Clerk's office four (4) copies of the Contract form for your signature, and one copy of the Documents for your Surety You have ten (10) days from this date to sign the four Contract forms and furnish the required Performance Bond and Certificate of Insurance. Your attention is directed to Section 1 -07.18 Public Liability and Property Damage Insurance (APWA only) of the APWA Supplement to the Standard Specifications for coverage limits, additional insurance requirements and special ACORD form wording You will be notified of the date for the Pre - construction Conference. Please contact Jim Maine, Construction Supervisor of our office within ten (10) days of this date to discuss various forms and documentation that must be completed and turned into him at the Pre - construction Conference The Notice to Proceed will also be discussed at the Pre - construction Conference Jim's office phone is 576- 6138 and his cellular phone is 961 -0056 For your information, we are enclosing a copy of the bid summary for this project. Sincerely, K. Wendell Adams, P.E. City Engineer encl. cc: Glenn Rice, Assistant City Manager Jim Maine, Construction Supervisor Al Rose, Project Engineer Wendy Leinan, Contract Specialist `° Clerk Edna Pettyjohn, Finance File Yakima tiaita 'IIII! 1994 BID SUMMARY WASTEWATER MANHOLE REHABILITATION ENGINEERS EVANS & SON, INC. P O.W. KEN'S CONST., INC. T.T.C. CONST. CITY PROJECT NO 1926 ESTIMATE YAKIMA, WA. CONTRACTING WAPATO, WA. YAKIMA, WA. PASCO, WA. ITEM Bid Security BID BOND BID BOND BID BOND BID BOND NO. ITEM QTY. UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 1 SPILL PREVENTION PLAN 1 LS $700.00 $700.00 $1,000.00 $1,000.00 $800.00 $800.00 $2,000.00 $2,000.00 $1,000.00 $1,000.00 2 MOBILIZATION 1 LS $5,000.00 $5,000.00 $2,500.00 $2,500.00 $5,500.00 $5,500.00 $13,500.00 $13,500.00 $9,000.00 $9,000.00 3 MAINTENANCE AND PROTECTION OF TRAFFIC (Min. Bid $13,000) 1 LS $15,000.00 $15,000.00 $13,000.00 $13,000.00 $13,000.00 $13,000.00 $15,000.00 $15,000.00 $14,000.00 $14,000.00 4 TRAFFIC CONTROL SUPERVISOR 160 HR $35.00 $5,600.00 $35.00 $5,600.00 $50.00 $8,000.00 $4,800.00 $768,000.00 $5,600.00 $896,000.00 5 CONSTRUCTION SIGNS CLASS "A" 128 SF $10.00 $1,280.00 $5.00 $640.00 $10.00 $1,280.00 $5.00 $640.00 $1,000.00 $128,000.00 6 ROADSIDE CLEANUP 1 FA $5,000.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 7 REMOVAL OF STRUCTURE AND OBSTRUCTIONS 1 LS $5,000.00 $5,000.00 $1,000.00 $1,000.00 $7,500.00 $7,500.00 $10,000.00 $10,000.00 $1,000.00 $1,000.00 8 CRUSHED SURFACING BASE COURSE 17 TON $15.00 $255.00 $20.00 $340.00 $50.00 $850.00 $15.00 $255.00 $40.00 $680.00 9 ASPHALT CONC. PAVEMENT, (CLASS "A" WITH PG 64 -28) (for Pvmt Rpr) 11 TON $100.00 $1,100.00 $400.00 $4,400.00 $100.00 $1,100.00 $85.00 $935.00 $100.00 $1,100.00 10 MANHOLE 48 IN. DIAM. 7 EA $2,100.00 $14,700.00 $3,350.00 $23,450.00 $3,500.00 $24,500.00 $37.00 $259.00 $4,000.00 $28,000.00 11 CRUSHED SURFACING TOP COURSE (for Trench Backfill) 15 TON $25.00 $375.00 $20.00 $300.00 $70.00 $1,050.00 $0.00 $0.00 $40.00 $600.00 12 STRUCTURE EXCAVATION CLASS B INCL HAUL 200 CY $5.00 $1,000.00 $10.00 $2,000.00 $15.00 $3,000.00 $13.00 $2,600.00 $8.00 $1,600.00 13 SHORING OR EXTRA EXCAVATION CLASS B 170 LF $3.00 $510.00 $2.00 $340.00 $25.00 $4,250.00 $5.00 $850.00 $8.00 $1,360.00 14 PVC SANITARY SEWER PIPE, 8 IN. DIAM. 150 LF $25.00 $3,750.00 $45.00 $6,750.00 $18.00 $2,700.00 $12.00 $1,800.00 $13.00 $1,950.00 15 REPAIR OR REPLACEMENT 1 FA $5,000.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 $5,000.0') PROJECT SUB - TOTAL: $64,270.00 $71,320.00 $83,530.00 $825,839.00 $1,094,290.00 S.S.Tx. 7.9% $5,077.33 $5,634.28 $6,598.87 $65,241.28 $86,448.91 PROJECT TOTAL: $69,347.33 $76,954.28 $90,128.87 $891,080.28 $1,180,738.91 CITY ENGINEERS REPORT COMPETITIVE BIDS WERE OPENED ON August 1, 2001 0- ; •Y4l'�i4 CITY YAKIMA ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE. ,,,4 •.• •.1 1't +i + Wastewater Manhole Rehabilitation I RECOMMEND THE CONTRACT BE AWARDED TO• h ' •• 1+0 AWARD MADE BY CITY MANAGER EVANS &SON, INC. ± ~ • ) I : ¢ PROJECT NO 1926 + ++ � . � : kr 8 -7 - c)c `/ .i + ++ 4 k SIP .A.• `l DATE: August 1, 2001 DATE CITY ENGINEER t t �t lt, ` ' P O R AT ED 1 �' �" R - DATE CITY MANAGER FILE. Project Bid Sum Tab.pub SHEET 1 of 1 BID SUMMARY WASTEWATER MANHOLE REHABILITATION ENGINEERS EVANS & SON, INC. P.O.W. KEN'S CONST., INC T.T.C. CONST. CITY PROJECT NO 1926 ESTIMATE YAKIMA, WA. CONTRACTING WAPATO, WA. YAKIMA, WA. PASCO, WA. ITEM Bid Security BID BOND BID BOND BID BOND BID BOND NO. ITEM QTY. UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 1 SPILL PREVENTION PLAN 1 LS $700.00 $700.00 $1,000.00 $1,000.00 $800.00 $800.00 $2,000.00 $2,000.00 $1,000.00 $1,000.00 2 MOBILIZATION 1 LS $5,000.00 $5,000.00 $2,500.00 $2,500.00 $5,500.00 $5,500.00 $13,500.00 $13,500.00 $9,000.00 $9,000.00 3 MAINTENANCE AND PROTECTION OF TRAFFIC (Min. Bid $13,000) 1 LS $15,000.00 $15,000.00 $13,000.00 $13,000.00 $13,000.00 $13,000.00 $15,000.00 $15,000.00 $14,000.00 $14,000.00 4 TRAFFIC CONTROL SUPERVISOR 160 HR $35.00 $5,600.00 $35.00 $5,600.00 $50.00 $8,000.00 $4,800.00 $768,000.00 $5,600.00 $896,000.00 5 CONSTRUCTION SIGNS CLASS "A" 128 SF $10.00 $1,280.00 $5.00 $640.00 $10.00 $1,280.00 $5.00 $640.00 $1,000.00 $128,000.00 6 ROADSIDE CLEANUP 1 FA $5,000.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 7 REMOVAL OF STRUCTURE AND OBSTRUCTIONS 1 LS $5,000.00 $5,000.00 $1,000.00 $1,000.00 $7,500.00 $7,500.00 $10,000.00 $10,000.00 $1,000.00 $1,000.00 8 CRUSHED SURFACING BASE COURSE 17 TON $15.00 $255.00 $20.00 $340.00 $50.00 $850.00 $15.00 $255.00 $40.00 $680.00 9 ASPHALT CONC. PAVEMENT, (CLASS "A" WITH PG 64 -28) (for Pvmt Rpr) 11 TON $100.00 $1,100.00 $400.00 $4,400.00 $100.00 $1,100.00 $85.00 $935.00 $100.00 $1,100.00 10 MANHOLE 48 IN. DIAM. 7 EA $2,100.00 $14,700.00 $3,350.00 $23,450.00 $3,500.00 $24,500.00 $37.00 $259.00 $4,000.00 $28,000.00 11 CRUSHED SURFACING TOP COURSE (for Trench Backfill) 15 TON $25.00 $375.00 $20.00 $300.00 $70.00 $1,050.00 $0.00 $0.00 $40.00 $600.00 12 STRUCTURE EXCAVATION CLASS B INCL HAUL 200 CY $5.00 $1,000.00 $10.00 $2,000.00 $15.00 $3,000.00 $13.00 $2,600.00 $8.00 $1,600.00 13 SHORING OR EXTRA EXCAVATION CLASS B 170 LF $3.00 $510.00 $2.00 $340.00 $25.00 $4,250.00 $5.00 $850.00 $8.00 $1,360.00 14 PVC SANITARY SEWER PIPE, 8 IN. DIAM. 150 LF $25.00 $3,750.00 $45.00 $6,750.00 $18.00 $2,700.00 $12.00 $1,800.00 $13.00 $1,950.00 15 REPAIR OR REPLACEMENT 1 FA $5,000.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 PROJECT SUB - TOTAL: $64,270.00 $71,320.00 $83,530.00 $825,839.00 $1,094,290.00 S S.Tx. 7.9% $5,077.33 $5,634.28 $6,598.87 $65,241.28 $86,448.91 PROJECT TOTAL: $69,347.33 $76,954.28 $90,128.87 $891,080.28 $1,180,738.91 ■ CITY ENGINEERS REPORT _ „,� \\it t COMPETITIVE BIDS WERE OPENED ON August 1, 2001 0 / -: Y to t ®i ®� � t ~ ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE. a\ Wastewater Manhole Rehabilitation I RECOMMEND THE CONTRACT BE AWARDED T0 �. ' • ,/" +i % . AWARD MADE BY CITY MANAGER EVANS & SON INC. +- � ; PROJECT NO 1926 8 -7 -2(70/ X. )j ++ ' t tt 'l,, • • � * r J DATE: August 1, 2001 DATE CITY ENGINEER 11 Co i? PO R ATE) �' DAT CITY MANAGER FILE. Project Bid Sum Tab.pub SHEET 1 of . ►- fl DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT I '' i Engineering Division ? a .. ,'s 129 North Second Street ',C3 �r Yakima, Washington 98901 .. ' (509) 575 -6111 • Fax 576 -6305 1 I, 1 '' , ''‘Ax 6 _� 'RP ORA`EU _ August 6, 2001 Evans & Son, Inc. 2206 Terrace Heights Drive Yakima, Washington 98901 Re Wastewater Manhole Rehabilitation City Project No. 1926 Dear Ms. Evans: 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 August 1, 2001 in the amount of $76,954.28. This letter is official notification of the award of the contract to your company by the City of Yakima. We have prepared and have on hand at the Yakima City Clerk's office four (4) copies of the Contract form for your signature, and one copy of the Documents for your Surety You have ten (10) days from this date to sign the four Contract forms and furnish the required Performance Bond and Certificate of Insurance. Your attention is directed to Section 1 -07.18 Public Liability and Property Damage Insurance (APWA only) of the APWA Supplement to the Standard Specifications for coverage limits, additional insurance requirements and special ACORD form wording You will be notified of the date for the Pre - construction Conference. Please contact Jim Maine, Construction Supervisor of our office within ten (10) days of this date to discuss various forms and documentation that must be completed and turned into him at the Pre - construction Conference. The Notice to Proceed will also be discussed at the Pre - construction Conference. Jim's office phone is 576- 6138 and his cellular phone is 961 -0056 For your information, we are enclosing a copy of the bid summary for this project. Sincerely, ‘/'‹ -.A.../ - L._______ K. Wendell Adams, P.E. City Engineer encl. cc: Glenn Rice, Assistant City Manager Jim Maine, Construction Supervisor Al Rose, Project Engineer Wendy Leinan, Contract Specialist City Clerk Edna Pettyjohn, Finance File Yakima kxttaal N- nm�aan 1994 City Of Yakima Wastewater Manhole Rehabilitation City Project No. 1926 � W A ..k ...\ "" � O' W4Sg'At, S , 29619 C� / 4 'GISTE $ 1 �w SS ZONAL <G I EXPIRES 11 -17 -2001 � 1 CONTENTS CITY OF YAKIMA Wastewater Manhole Rehabilitation City Project No. 1926 SECTION PAGE INVITATION TO BID 5 STANDARD SPECIFICATIONS Standard Specifications 7 Amendments to the 2000 Standard Specifications 8 CONTRACT PROVISIONS General Special Provisions 45 Project Description 45 1 -02 Bid Procedures and Conditions 45 MBE/WBE Form — 5/95 47 1 -03 Award and Execution of Contract 51 1 -04 Scope of Work 51 1 -05 Control of Work 51 1 -06 Control of Materials 51 1 -07 Legal Relations and Responsibilities to the Public 54 1 -08 Prosecution and Progress 71 1 -10 Temporary Traffic Control 72 2 -02 Removal of Structures and Obstructions 74 2 -07 Watering 75 2 -09 Structure Excavation 76 5 -04 Asphalt Concrete Pavement 77 7 -05 Manholes, Inlets, Catch Basins, and Drywells 80 7 -08 General Pipe Installation Requirements 80 8 -30 Repair or Replacement (New Section) 83 9 -03 Aggregates 84 9 -05 Drainage Structures, Culverts, and Conduits 84 Contract Form 85 Performance Bond Form 87 Informational Certificate of Insurance 89 Informational Additional Insured Endorsement 91 Minimum Wage Affidavit Form 93 3 PREVAILING WAGE RATES Prevailing Wage Rates 95 State Wage Rates (follow this page as attachments) 97 PROPOSAL Proposal Form 99 D.nnnsnl D 1 CF,nn+ � n.1 . . . , . .. . . ., r ., ... ✓.r ... .., 1 V I Bid Bond Form 103 Non - Collusion Declaration 105 Non - Discrimination Provision 107 Subcontractor List 109 Women and Minority Business Enterprise Policy 111 Council Resolution 113 Affirmative Action Plan 115 Bidders Certification 117 Subcontractors Certification 119 Proposal Signature Sheet 123 Bidders Check List 125 PLANS & DETAILS Project Details Standard Details Traffic Control Plan Construction Plans 4 INVITATION TO BID NOTICE IS HEREBY GIVEN that sealed bids will be received by the City Clerk of the City of Yakima, 129 North 2nd Street, Yakima, Washington, 98901of Yakima, until 2:00 PM on August 1, 2001 and will then and there be opened and publicly read for the construction of CITY OF YAKIMA Wastewater Manhole Rehabilitation City Project No. 1926 The work will consist of furnishing all labor, materials and equipment required to excavate, furnish and install seven new manholes at several locations throughout the City as shown on the Plans. This will include furnishing the cast iron rings and covers, installing approximately 150 linear feet of 8 -inch P.V.C. Sanitary Sewer Pipe, backfilling and compacting the trenches, and pavement repair. All in accordance with the Plans and Specifications as prepared by the City Engineer of the City of Yakima. All bid proposals shall be accompanied by a bid proposal deposit in cash, certified check, cashier's check or surety bond in an amount equal to five percent (5 %) of the amount of such bid proposal. Should the successful bidder fail to enter into such contract and furnish satisfactory performance bond within the time stated in the specifications, the bid proposal deposit shall be forfeited to the City of Yakima. Plans and specifications may be obtained at the Office of the City Engineer located at 129 North 2nd Street upon payment of the amount of $50.00 for each set, non refundable. Informational copies of maps, plans, and specifications are on file for inspection in the Office of the City Engineer of Yakima in Yakima, Washington, and at Plan Centers in Yakima and Kennewick, Washington. A pre -bid conference will be held at Yakima City Hall CED Conference Room, Second Floor, 129 North 2nd Street, Yakima, Washington at 10:00 AM on July 25, 2001. 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 11th day of July, 2001 (SEAL) KAREN ROBERTS CITY CLERK PUBLISH July 16, 2001 July 17, 2001 5 STANDARD SPECIFICATIONS Standard Specifications Amendments to the 2000 Standard Specifications STANDARD SPECIFICATIONS The 2000 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 2000 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 2000 Standard Specifications for Road, Bridge, and Municipal Construction (English). 7 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 -99, APWA SUPPLEMENT April 30, 2001 Page 1 -109, 1 -01.3 Definitions (APWA Only) This section is supplemented with the following: Traffic (APWA Only) Both vehicular and non - vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. Page 1-113, The following is added to page 1 -113: SECTION 1 -03.3 IS SUPPLEMENTED BY REVISING THE THIRD PARAGRAPH TO READ: 1 -03.3 Execution of Contract (APWA only) If the bidder experiences circumstances beyond their control that prevents return of the contract documents within 10 calendar days after the award date, the Contracting Agency may grant up to a maximum of 10 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. Page 1 -122, The following is added to page 1 -122: SECTION 1- 07.23(1) IS SUPPLEMENTED BY REVISING PARAGRAPH 2 TO READ: 1- 07.23(1) Construction Under Traffic (APWA only) To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the work with the least possible inconvenience or delay. The Contractor shall maintain existing roads, streets, sidewalks, and paths within the project limits, keeping them open, and in good, clean, safe condition at all times. Deficiencies caused by the Contractor's operations shall be repaired at the Contractor's expense. Deficiencies not caused by the Contractor's operations shall be repaired by the Contractor when directed by the Engineer, at the Contracting Agency's expense. The Contractor shall also maintain roads, streets, sidewalks, and paths adjacent to the project limits when affected by the Contractor's operations. Snow and ice control will be performed by the Contracting Agency's expense. The Contractor shall perform the following Remove or repair any condition resulting from the work that might impede traffic or create a hazard. 2. Keep existing traffic signal and highway lighting systems in operation as the work proceeds. (The Contracting Agency will continue the route maintenance on such system.) 3. Maintain the striping on the roadway at the Contracting Agency's expense. The Contractor shall be responsible for scheduling when a renew striping, subject to the approval of the Engineer. When the scope of the project does not require 8 work on the roadway, the Contracting Agency will be responsible for maintaining the striping. 4. Maintain existing permanent signing. Repair of signs will be at the Contracting Agency's expense, except those damaged due to the Contractor's operations. 5. Keep drainage structures clean to allow for free flow of water. Cleaning of existing drainage structures will be at the Contracting Agency's expense when approved by the Engineer, except when flow is impaired due to the Contractor's operations. SECTION 1- 07.23(2) IS SUPPLEMENTED BY REVISING PARAGRAPH 1 TO READ: 1- 07.23(2) Construction and Maintenance of Detours (APWA only) Unless otherwise approved, the Contractor shall maintain two -way traffic during construction. The Contractor shall build, maintain in a safe condition, keep open to traffic, and remove when no longer needed: 1. Detours and detour bridges that will accommodate traffic diverted from the roadway, bridge, sidewalk, or path during construction, 2. Detour crossings of intersecting highway, and 3. Temporary approaches. Page 1 -125, The following is revised: "g Property owner releases per Section 1- 07.24" is revised to read: "f. Property owner releases per Section 1- 07.24" Page 1 -125, The following is added to page 1 -125: SECTION 1 -08.7 IS SUPPLEMENTED BY REVISING PARAGRAPH 2 TO READ: 1 -08.7 Maintenance During Suspension (APWA only) At no expense to the Contracting Agency, the Contractor shall provide through the construction area a safe, smooth, and unobstructed roadway, sidewalk, and path for public use during suspension (as required in Section 1 -07.23 or the Special Provision). This may include a temporary road or detour. Page 1 -125, 1 -09.9 Payments (APWA Only) The sixth item in the third paragraph is revised to read: Retainage Per Section 1- 09.9(1). Page 1 -126, The following is added to page 1 -126 SECTION 1 -10.1 IS SUPPLEMENTED BY REVISING PARAGRAPH 1 TO READ: 1 -10.1 General (APWA only) The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified as being furnished by the Contracting Agency. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on highways, roads, streets, sidewalks, or paths. No work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place. 9 SECTION 1 -01, DEFINITIONS AND TERMS June 26, 2000 1- 01.2(1) Associations and Miscellaneous This section is supplemented with the following: FOP Field Operating Procedure WAQTC Western Alliance for Quality Transportation Construction SOP Standard Operating Procedure 1 -02, BID PROCEDURES AND CONDITIONS February 5, 2001 1- 02.8(1) Noncollusion Declaration In the first sentence of the second paragraph the reference to "23 CFR Part 635.107(i)(1)" is revised to read "23 CFR 635.112(f) ". In the third sentence of the second paragraph the reference to "23 CFR Part 635.107(i)" is revised to read "23 CFR 635.112(f)(1) ". SECTION 1 -04, SCOPE OF THE WORK February 5, 2001 1 -04.4 Changes In the third paragraph, "B" is revised to read as follows: B. When an item of work, as defined elsewhere in the contract, is increased in excess of 125 percent or decreased below 75 percent of the original contract quantity. For the purpose of this section, an item of work will be defined as any item that qualifies for adjustment under the provisions of Section 1 -04.6. This section is supplemented with the following: 1- 04.4(1) Minor Changes Payments or credits for changes amounting to $5,000 or less may be made under the bid item "Minor Change ". At the discretion of the Contracting Agency, this procedure for Minor Changes may be used in lieu of the more formal procedure as outlined in Section 1 -04.4, Changes. The Contractor will be provided a copy of the completed order for Minor Change. The agreement for the Minor Change will be documented by signature of the Contractor, or notation of verbal agreement. If the Contractor is in disagreement with anything required by the order for Minor Change, the Contractor may protest the order as provided in Section 1 -04.5. Payments or credits will be determined in accordance with Section 1 -09.4. For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount for "Minor Change" in the Proposal to become a part of the total bid by the Contractor. SECTION 1 -06, CONTROL OF MATERIAL June 26, 2000 1- 06.2(1) Samples and Tests for Acceptance In the first paragraph, the last sentence is revised to read as follows: 10 Samples not taken by or in the presence of the Engineer Qualified Tester will not be accepted for test, unless the Engineer permits otherwise. In the fourth paragraph, the last sentence is revised by the following: The Engineer will respond in writing within three working days of the receipt of the Contractor's written communications. In the fifth paragraph, the first and second sentences are revised by the following: All field and laboratory and materials testing by the Engineer will follow methods described in the contract documents or in the Washington State Department of Transportation Materials Manual, using qualified testing personnel and calibrated or verified equipment. The following provisions will apply when the Contracting Agency uses the specifications or methods from the sources named below: The fifth paragraph is supplemented with the following: WAQTC - Western Alliance for Quality Transportation Construction. The WAQTC designation number refers to this alliance's latest adopted or tentative standard. The standard or tentative standard in effect on the bid advertising date will apply in each case. The Contracting Agency will consider them as in effect 60 calendar days after publication. Copies of any separate WAQTC testing method may be obtained from: The WSDOT Quality Systems Manager, Field Operations Support Service Center, Materials Laboratory, PO Box 47365, Olympia, Washington, 98504 -7365. SECTION 1 -07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC February 5, 2001 1 -07.8 High Visibility Apparel In the second paragraph, (1) is revised to read as follows: (1) when personnel are out of view of, or not exposed to traffic, 1 -07.11 Requirements For Non - discrimination This section is supplemented with the following: 1- 07.11(2)A Equal Employment Opportunity Responsibilities Title VI Responsibilities During the performance of this contract, the Contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "Contractor") agrees as follows: 1. Compliance With Regulations The Contractor shall comply with the Regulations relative to nondiscrimination in federally assisted programs of the Department of Transportation (hereinafter DOT), Title 49, Code of Federal Regulations, part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination The Contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, sex, or national origin in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The Contractor shall not participate either directly or 11 indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontracts, Including Procurement of Materials and Equipment In all solicitations either by competitive bidding or negotiations made by the Contractor for work to be performed under a subcontract, including procurement of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the Contractor of the Contractor's obligations under this contract and the Regulations relative to nondiscrimination on the ground of race, color, sex, or national origin. 4. Information and Reports The Contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Washington State Department of Transportation or the Federal Highway Administration to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a Contractor is in the exclusive possession of another who fails or refuses to furnish this information, the Contractor shall so certify to the Washington State Department of Transportation, or the Federal Highway Administration as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance In the event of the Contractor's noncompliance with the nondiscrimination provisions of this contract, the Washington State Department of Transportation shall impose such contract sanctions as it or the Federal Highway Administration may determine to be appropriate, including, but not limited to: 1. Withholding of payments to the Contractor under the contract until the Contractor complies, and /or; 2. Cancellation, termination, or suspension of the contract, in whole or in part. 6. Incorporation of Provisions The Contractor shall include the provisions of paragraphs (1) through (5) in every subcontract, including procurement of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The Contractor shall take such action with respect to any subcontractor or procurement as the Washington State Department of Transportation or the Federal Highway Administration may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, however, that in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the Contractor may request the Washington State Department of Transportation enter into such litigation to protect the interests of the state and, in addition, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. 12 1- 07.11(6) Incorporation of Provisions The first sentence is revised to read as follows: The Contractor shall include the provisions of Section 1 -07 11(2) Contractual Requirements (1) through (4) and the Section 1- 07.11(5) Sanctions in every subcontract including procurement of materials and leases of equipment. 1- 07.11(10)B Required Records and Retention This section is revised to read as follows: All records must be retained by the Contractor for a period of three years following completion of the contract work. All records shall be available at reasonable times and places for inspection by authorized representatives of either the Washington State Department of Transportation or the Federal Highway Administration. Federal -Aid Highway Construction Contractors Annual EEO Report FHWA #1391. This form is required for all federally assisted projects provided the contract is equal to or greater than $10,000 and for every associated subcontract equal to or greater than $10,000. Each contract requires separate reports filed for the Contractor and each subcontractor (subject to the above noted criteria). These forms are due by August 25th in every year during which work was performed in July. The payroll period to be reflected in the report is the last payroll period in July in which work was performed. This report is required of each Contractor and subcontractor for each federally assisted contract on which the Contractor or subcontractor performs work during the month of July. Monthly Employment Utilization Reports WSDOT form #820 -010. This form is required for all federally assisted projects if the contract is equal to or greater then $10,000 and for every associated subcontract equal to or greater than $10,000. These monthly reports are to be maintained in the respective Contractor or subcontractor's records. In addition, for contracts with a value of $100,000 or more, the Contractor shall submit copies of the completed WSDOT form 820 -010 to the Contracting Agency by the fifth of each month throughout the term of the contract. The Contractor shall also collect and submit these forms monthly from every subcontractor who holds a subcontract with a value of $100,000 or more. Failure to submit the required reports by their due dates may result in the withholding of progress estimate payments. 1 -07.17 Utilities and Similar Facilities The second paragraph is revised to read: Chapter 19.122 of the Revised Code of Washington (RCW) relates to underground utilities. In accordance with this RCW, the Contractor shall call the One - Number Locater Service for field location of utilities. If no locator service is available for the area, notice shall be provided individually to those owners of utilities known to, or suspected of, having underground facilities within the area of the proposed excavation. 1 -07.19 Gratuities This section is supplemented with the following: The Contractor shall comply with all applicable sections of the State Ethics law, RCW 42.52, which regulates gifts to State officers and employees. Under that statute, any Contracting Agency officer or employee who has or will participate with the Contractor 13 regarding any aspect of this Contract is prohibited from seeking or accepting any gift, gratuity, favor or anything of economic value from the Contractor. Accordingly, neither the Contractor nor any agent or representative shall offer anything of economic value as a gift, gratuity, or favor directly or indirectly to any such officer or employee. 1 -07.22 Use of Explosives In the second paragraph, the reference to "WAC 295 -52" is revised to "WAC 296 -52 ". SECTION 1 -08, PROSECUTION AND PROGRESS February 5, 2001 1 -08.1 Subcontracting The 7th paragraph is revised to read as follows: On all projects funded with Contracting Agency funds only, the Contractor shall certify to the actual amounts paid Disadvantaged, Minority, or Women's Business Enterprise firms that were used as subcontractors, lower tier subcontractors, manufacturers, regular dealers, or service providers on the contract. This Certification shall be submitted to the Project Engineer on WSDOT form 421 -023, "Annual Report of Amounts Paid as MBE/WBE Participants ", annually for the State fiscal year July 1 through June 30, or through physical completion of the contract, whichever occurs earliest. The report is due July 20th following the fiscal year end or 20 calendar days after physical completion of the contract. The 7th paragraph is supplemented with the following: On all projects funded with both Contracting Agency funds and Federal assistance the Contractor shall submit a "Quarterly Report of Amounts Credited as DBE Participation" on a quarterly basis for every quarter in which the contract is active (work is accomplished) or upon completion of the project, as appropriate. The quarterly reports are due on the 20th of April, July, October, and January for the four respective quarters. When required, this "Quarterly Report of Amounts Credited as DBE Participation" is in lieu of WSDOT form 421 -023, "Annual Report of Amounts Paid as MBE/WBE Participants ". This section is supplemented with the following: Subcontract Completion and Return of Retainage Withheld The following procedure shall apply to all subcontracts entered into as a part of this Contract: Requirements 1. The subcontractor shall make a written request to the Contractor for the release of the subcontractor's retainage or retainage bond. 2. Within ten (10) working days of the request, the Contractor shall determine if the subcontract has been satisfactorily completed and shall inform the subcontractor, in � writing, of the Contractor's acwi a etci i i w iauvi i. 3. If the Contractor determines that the subcontract has been satisfactorily completed, the subcontractor's retainage or retainage bond shall be released by the Contractor within ten (10) working days from the date of the written notice. 4. If the Contractor determines that the subcontractor has not achieved satisfactory completion of the subcontract, the Contractor must provide the subcontractor with written notice, stating specifically why the subcontract work is not satisfactorily completed and what has to be done to achieve completion. The Contractor shall 14 release the subcontractor's retainage or retainage bond within eight (8) working days after the subcontractor has satisfactorily completed the work identified in the notice. 5. In determining whether satisfactory completion has been achieved , the Contractor may require the subcontractor to provide documentation such as certifications and releases, showing that all laborers, lower- tiered subcontractors, suppliers of material and equipment, and others involved in the subcontractor's work have been paid in full. The Contractor may also require any documentation from the subcontractor that is required by the subcontract or by the Contract between the Contractor and Contracting Agency or by law such as affidavits of wages paid, material acceptance certifications and releases from applicable governmental agencies to the extent that they relate to the subcontractor's work. 6. If the Contractor fails to comply with the requirements of the specification and the subcontractor's retainage or retainage bond is wrongfully withheld, the subcontractor may seek recovery against the Contractor under applicable prompt pay statutes in addition to any other remedies provided for by the subcontract or by law. Conditions 1. This clause does not create a contractual relationship between the Contracting Agency and any subcontractor as stated in Section 1 -08.1. Also, it is not intended to bestow upon any subcontractor, the status of a third -party beneficiary to the Contract between the Contracting Agency and the Contractor. 2. This section of the Contract does not apply to retainage withheld by the Contracting Agency from monies earned by the Contractor. The Contracting Agency shall continue to process the release of that retainage based upon the completion date of the project as defined in 1 -08.5 Time for Completion and in accordance with the requirements and procedures set forth in chapter 60.28 RCW. Payment The Contractor will be solely responsible for any additional costs involved in paying retainage to the subcontractors prior to total project completion. Those costs shall be incidental to the respective bid items. 1 -08.5 Time For Completion Item "c" in the 7th paragraph is revised to read as follows: c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions. SECTION 1 -09, MEASUREMENT AND PAYMENT February 5, 2001 1 -09.1 Measurement of Quantities The method of measurement for "Square Yard or Square Foot" is revised to read as follows: Square Yard or Square Foot - the measurement shall be a calculation from the neat dimensions shown in the Plans or as altered by the Engineer. If there is an exception within the measured area where the item of work is not performed (such as a drainage vault within a measured sidewalk) and if the exception area is greater than 9 square feet, then the area of the exception will be subtracted from the payment area calculated from the neat dimensions. 15 1 -09.6 Force Account This section is revised to read as follows: The terms of the contract or of a change order may call for work or material to be paid for by force account. If so, then the objective of this specification is to reimburse the Contractor for all costs associated with the work, including costs of labor, small tools, supplies, equipment, specialized services, materials, applicable taxes and overhead and to include a profit commensurate with those costs. The amount to be paid shall be determined as shown below: 1. For Labor: Labor reimbursement calculations shall be based on a "Project Labor List" (List,) prepared and submitted by the Contractor and by any subcontractor before that firm commences force account work. Once a List is approved by the Engineer, it shall be used to calculate force account labor payment until a new List is submitted and approved. The Engineer may compare the List to payrolls and other documents and may, at any time, require the Contractor to submit a new List. The Contractor may submit a new List at any time without such a requirement. Prior payment calculations shall not be adjusted as a result of a new List. To be approved, the List must be accurate and meet the requirements of this section. It shall include regular time and overtime rates for all employees (or work classifications) expected to participate in force account work. The rates shall include the basic wage and fringe benefits, the current rates for Federal Insurance Compensation Act (FICA), Federal Unemployment Tax Act (FUTA) and State Unemployment Tax Act (SUTA), the company's present rates for Medical Aid and Industrial Insurance premiums and the planned payments for travel and per diem compensation. The rates may also include an allocation of costs of safety and health testing. This allocation shall assure that the amount included for force account is reasonably proportional to the total costs applied to all work. In the event that an acceptable initial List or requested revised List is not received by the time that force account calculations are begun, the Engineer will develop a List unilaterally, utilizing the best data available, that will be used until a Contractor's List is received and approved. Again, prior calculations, prepared using the Engineer's List, will not be revised as a result of differences with the Contractor's List. The hourly rates established in the current "Project Labor List" shall be applied to the hours of work recorded by the Engineer. The hours of work shall include all hours that are contractual obligations of the Contractor or are customary payments by the Contractor to all employees. In addition to compensation for direct labor costs defined above, the Contracting Agency will pay the Contractor 26 percent of the sum of the costs calculated for labor reimbursement to cover project overhead, general company overhead, profit, bonding, insurance, Business & Occupation tax, and any other costs incurred. 2. For Materials: The Contracting Agency will reimburse invoice cost for Contractor - s'IppiiPri materials, For the nurpnsP of this provision, "Materials" shall include thnca items incorporated into the work, supplies used during the work and items consumed. This cost shall include freight and handling charges and applicable taxes. Before work is started, the Engineer may require the Contractor to obtain multiple quotations for the materials to be utilized and select the vendor with prices and terms most advantageous to the Contracting Agency. The Contracting Agency will provide a list of the types and quantities of Contractor - supplied materials witnessed by the Contracting Agency as being utilized in force account work. The list will be furnished promptly after the material is incorporated, on 16 a daily basis unless agreed otherwise. The Contractor may propose corrections to the list and will supply prices for the materials and other costs and return the list to the Contracting Agency. To support the prices, the Contractor shall attach valid copies of vendor invoices. If invoices are not available for materials from the Contractor's stocks, the Contractor shall certify actual costs (at a reasonable level) by affidavit. The Engineer will review the prices and any Contractor - proposed corrections and, if reasonable, approve the completed list. Once approved, the prices will be utilized in the calculation of force account reimbursement for materials. If, in the case of non - invoiced materials supported by Contractor affidavit, the price appears to be unreasonable, the Engineer will determine the cost for all or part of those materials, utilizing the best data available. The Contracting Agency reserves the right to provide materials. In this case, the Contractor will receive no payment for any costs, overhead, or profit arising from the value of the materials themselves. Additional costs to handle and place the Agency - furnished material shall be compensated as described in this specification. In addition to compensation for direct materials cost, the Contracting Agency will pay the Contractor 21 percent of the sum of the costs calculated for materials reimbursement to cover project overhead, general company overhead, profit, bonding, insurance, Business & Occupation tax, and any other costs incurred. 3. For Equipment: The Contracting Agency will reimburse the Contractor for the cost of equipment utilized in the work. The equipment provided by the Contractor shall be of modern design and in good working condition. For the purpose of this provision, "provided" shall mean that the equipment is owned (either through outright ownership or through a long -term lease) and operated by the Contractor or Subcontractor or that the equipment is rented and operated by the Contractor or Subcontractor. Equipment that is rented with operator shall not be included here, but shall be considered a service and addressed according to section 4 of this provision. The amount of payment for any Contractor -owned equipment that is utilized shall be determined according to the version of the AGC/WSDOT Equipment Rental Agreement which is in effect at the time the force account is authorized. The rates listed in the Rental Rate Blue Book (as modified by the current AGC/WSDOT Equipment Rental Agreement) shall be full compensation for all fuel, oil, lubrication, ordinary repairs, maintenance, and all other costs incidental to furnishing and operating the equipment except labor for operation. Payment for rented equipment will be made on the basis of a valid invoice, covering the time period of the work. Before work is started, the Engineer may require the Contractor to obtain multiple quotations for the rental of equipment to be utilized and select the vendor with prices and terms most advantageous to the Contracting Agency In addition to the payments for Contractor -owned and rented equipment, one or more lump -sum payments may be made for small tools. The amount to be paid shall be determined as outlined in the AGC/WSDOT Equipment Rental Agreement. The Contracting Agency will add 21 percent to equipment costs to cover project overhead, general company overhead, profit, bonding, insurance, Business & Occupation tax, and any other costs incurred. This markup will be over and above those equipment costs and will not be adjusted for any equipment overhead amounts included in the Blue Book rates. 17 Current copies of the Rental Rate Blue Book and the AGC/WSDOT Equipment Rental Agreement will be maintained at each Region office of the Department of Transportation (Compact Disk Version) and at each of the offices of the Associated General Contractors of America (in Seattle, Spokane, Tacoma, and Wilsonville, Oregon) where they are available for inspection. 4. For Services: Compensation under force account for specialized services shall be made on the basis of an invoice from the providing entity. A "specialized service" shall be one which is typically billed through invoice in standard industry practice. Before work is started, the Engineer may require the Contractor to obtain multiple quotations for the service to be utilized and select the provider with prices and terms most advantageous to the Contracting Agency. Except as noted below, the Contracting Agency will pay the Contractor an additional 21 percent of the sum of the costs included on invoices for specialized services to cover project overhead, general company overhead, profit, bonding, insurance, Business & Occupation tax, and any other costs incurred. When a supplier of services is compensated through invoice, but acts in the manner of a subcontractor, as described in Section 6 of this provision, then markup for that invoice shall be according to Section 6. "Contractor Markup on Subcontractors' Work ". 5. For Mobilization: Force account mobilization is defined as the preparatory work performed by the Contractor including procurement, loading and transportation of tools and equipment, and personal travel time (when such travel time is a contractual obligation of the Contractor or a customary payment for the Contractor to all employees). Mobilization also includes the costs incurred during demobilization. Pro -rata adjustments may be made when the mobilization applies to both force account and other contract work. The Contracting Agency will pay for mobilization for off -site preparatory work for force account items provided that notice has been provided sufficiently in advance to allow the Engineer to witness the activity, if desired. Any costs experienced during mobilization activities for labor, equipment, materials or services shall be listed in those sections of the force account summary and paid accordingly. 6. For Contractor Markup on Subcontractor's Work: When work is performed on a force account basis by one or more approved subcontractors, by lower -tier subcontractors or suppliers, or through invoice by firm(s) acting in the manner of a subcontractor, the Contractor will be allowed an additional markup, from the table below, applied to the costs computed for work done by each subcontractor through Sections 1, 2, 3, and 4, to compensate for all administrative costs, including project overhead, general company overhead, profit, bonding, insurance, Business & Occupation tax, and any other costs incurred. A firm may h rn ncid,rarl to be acting AS a RI ihrnntrartnr when the Engineer observes one or more of the following characteristics: • The person in charge of the firm's activities takes an active role in managing the overall project, including extensive coordination, interpretation of plans, interaction with the Contracting Agency or management of a complex and inter - related operation. 18 • Rented equipment is provided fueled, operated and maintained by the firm. Operators of rented equipment are supervised directly by the firm's representative. There is little interaction between the Contractor and the employees of the firm. • The firm appears to be holding the risk of performance and quality of the work. • The firm appears to be responsible for liability arising from the work. Markups on Work Performed by Subcontractor(s): 1. On amounts paid for work performed by each Subcontractor on each force account and calculated through Sections 1 -4 up to $25,000 12% 2. On amounts greater than $25,000 up to $100,000 10% 3. On amounts greater than $100,000 7% The amounts and markup rates shall be calculated separately for each subcontractor on each force account item established. The payments provided above shall be full payment for all work done on a force account basis. The calculated payment shall cover all expenses of every nature, kind, and description, including those listed above and any others incurred on the work being paid through force account. Nothing in this provision shall preclude the Contractor from seeking an extension of time or time - related damages to unchanged work arising as a result of the force account work. The amount and costs of any work to be paid by force account shall be computed by the Engineer, and the result shall be final as provided in Section 1 -05.1. An item which has been bid at a unit price or lump sum in the Proposal will not be paid as force account unless a change as defined in Section 1 -04.4 has occurred and the provisions require a payment adjustment. Items which are included in the Proposal as Force Account or which are added by change order as Force Account may, by agreement of the parties at any time, be converted to agreed unit prices or lump sums applicable to the remaining work. 1 -09.7 Mobilization This section is revised to read as follows: Mobilization consists of preconstruction expenses and the costs of preparatory work and operations performed by the Contractor which occur before 10 percent of the total original contract amount is earned from other contract items. Items which are not to be included in the item of Mobilization include but are not limited to: 1. Any portion of the work covered by the specific contract item or incidental work which is to be included in a contract item or items. 2. Profit, interest on borrowed money, overhead, or management costs. 3. Any costs of mobilizing equipment for force account work. 19 Based on the lump sum contract price for "Mobilization," partial payments will be made as follows: - 1. When 5 percent of the total original contract amount is earned from other contract items, excluding amounts paid for materials on hand, 50 percent of the amount bid for mobilization, or 5 percent of the total original contract amount, whichever is the least, will be paid. 2. When 10 percent of the total original contract amount is earned from other contract items, excluding amounts paid for materials on hand, 100 percent of the amount bid for mobilization, or 10 percent of the total original contract amount, whichever is the least, will be paid. 3. When the physical 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. Nothing herein shall be construed to limit or preclude partial payments otherwise provided by the contract. SECTION 1 -10, TEMPORARY TRAFFIC CONTROL October 2, 2000 1- 10.2(3) Conformance to Established Standards The section is revised to read as follows: Flagging, signs, and all other traffic control devices furnished or provided shall conform to the standards established in the latest adopted edition of the "Manual on Uniform Traffic Control Devices" (MUTCD) published by the U.S. Department of Transportation and the Modifications to the MUTCD for Streets and Highways for the State of Washington. Copies of the MUTCD may be purchased from the Superintendent of Documents, U.S. Government Printing Office, Washington, D.C. 20402. Modifications to the MUTCD for Streets and Highways for the State of Washington 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 all 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 the schedule for implementation is described: 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 with no attachments. All Category 1 devices used by the project shall meet the requirements of NCHRP 350 as certified by the manufacturer of the device. The Contractor shall obtain the manufacturer's certification documentation for all such devices purchased and shall keep the documentation available for inspection throughout the life of the project. 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 . Any new Category 2 device 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 20 defined as "existing equipment." The contract documents will contain provisions that list all Category 2 devices deemed compliant with NCHRP 350 and acceptable for use on the project. The Contractor may select from that list when obtaining new equipment or may submit other products for the Engineer's consideration. 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 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. After October 1, 2002, this class of devices may only be used if they are placed behind crashworthy barriers or shielded with Truck - Mounted attenuators or crash cushions. The condition of signs and traffic control devices shall be new or "acceptable" as defined in the book Quality Standards for Work Zone Traffic Control Devices, and will be accepted based on a visual inspection by the Engineer. The Engineer's decision on the condition of a sign or traffic control device shall be final. When a sign or traffic control device becomes classified as "not acceptable" it shall be removed from the project and replaced within 12 hours SECTION 2 -02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS March 6, 2000 2 -02.5 Payment This section is supplemented with the following: If pavements, sidewalks, or curbs lie within an excavation area, their removal will be paid for as part of the quantity removed in excavation SECTION 2 -03, ROADWAY EXCAVATION AND EMBANKMENT June 26, 2000 2- 03.3(14)D Compaction and Moisture Control Tests This section is revised to read as follows Maximum density for materials with 30 percent or more, by weight retained on the U.S. No. 4 sieve shall be determined using WSDOT Test Method No. 606. The maximum density and optimum moisture for materials with less than 30 percent, by mass, retained on the U.S. No. 4 sieve shall be determined using WAQTC FOP for AASHTO T 99. In place density will be determined using WAQTC FOP for TM 7 and WSDOT SOP for T 615. The moisture content will be determined using WSDOT FOP for AASHTO Test Method T 217, or WSDOT FOP for AASHTO Test Method T 255. SECTION 2 -09, STRUCTURE EXCAVATION February 5, 2001 2- 09.3(2) Classification of Structure Excavation The section is revised to read as follows 21 1. Class A. Structure excavation required for bridge and retaining wall footings, pile caps, seals, and wingwalls shall be classified as structure excavation Class A. If the excavation requires a cofferdam, structural shoring, or extra excavation, the work outside the neat lines of the structure excavation Class A shall be classified as shoring or extra excavation Class A. 2. Class B. All other structure excavation shall be Class B. If this excavation requires cofferdams, shoring, or extra excavation, the work outside the neat lines of the structure excavation Class B shall be classified as shoring or extra excavation Class B. 2-09.3(3)D Shoring and Cofferdams The section is revised to read as follows: Definitions Structural shoring is defined as a shoring system that is installed prior to excavation. Structural shoring shall provide lateral support of soils and limit lateral movement of soils supporting structures, utilities, railroads, etc., such that these items are not damaged as a result of the lateral movement of the supporting soils. Structural shoring systems includes driven cantilever sheet piles, sheet piles with tiebacks, sheet pile cofferdams with wale rings or struts, prestressed spud piles, cantilever soldier piles with lagging, soldier piles with lagging and tiebacks, and multiple tier tieback systems. Trench boxes, sliding trench shields, jacked shores, and shoring systems which are installed after excavation are not allowed as structural shoring. A cofferdam is any watertight enclosure, sealed at the bottom and designed for the dewatering operation, that surrounds the excavated area of a structure. The Contractor shall use steel sheet pile or interlocking steel pile cofferdams in all excavation that is under water or affected by ground water. Submittals and Design Requirements The Contractor shall submit working drawings and calculations showing the proposed methods and construction details of structural shoring or cofferdams in accordance with Sections 6 -01.9 and 6- 02.3(16). The Contractor shall not begin construction of structural shoring or cofferdams, nor begin excavation operations, until approval of the structural shoring submittal has been given by the Project Engineer. Structural shoring and cofferdams shall be designed for conditions stated in this Section using methods shown in the USS Steel Sheet Piling Design Manuals, published by United States Steel, and Division I Section 5 of the AASHTO Standard Specifications for Highway Bridges Sixteenth Edition - 1996 and current interims, and as described in the Foundations and Earth Structures - Design Manual 7.2 May 1982 published by the Department of the Navy. Allowable stresses for materials shall not exceed stresses and conditions allowed by Section 6- 02.3(17)6. The structural shoring system shall be designed for site specified conditions which shall be shown and described in the working drawings Examples of such items that shall he shown on the structural shoring submittal and supported by calculations include, but are not limited to, the following: 1. Soil properties; heights; soil slopes; soil benches; water tables; and controlling cross sections showing adjacent existing foundations and utilities. 2. Location and weight of construction equipment adjacent to the excavation; location of adjacent traffic; and structural shoring system material properties, spacing, size, connection details, weld sizes, and embedment depths. 22 3. Structural shoring installation and construction sequence, procedure, length of time for procedure and time between operations; proof load testing procedure if any; deadman anchor design and geometry; no load zones; grouting material and strengths; and a list of all assumptions. 4. Methods and materials to be used to fill voids behind lagging, when soldier piles with lagging are used as structural shoring. Construction Requirements Structural shoring or cofferdams shall be provided for all excavations near completed structures (foundations of bridges, walls, or buildings), near utilities, and near railroads. In addition, structural shoring or cofferdams shall be provided for all excavations 4 feet or more in depth which are adjacent to a roadway if the excavation is to be left open more than 48 hours. Alternatively, the excavation shall meet the open -pit requirements of Section 2- 09.3(3)B. Existing foundations shall be supported with structural shoring if the excavation is within the limits defined by a plane which extends out from the nearest edge of the existing footing a level distance of 1/2 the width of the existing footing and then down a slope of 1 -1/2 horizontal to 1 vertical. When structural shoring or cofferdams are utilized, all excavation and structural shoring shall be constructed in accordance with the approved structural shoring submittal, including any required construction sequence noted in the working drawings. The Contractor shall remain responsible for satisfactory results. If soldier piles are placed in drilled holes, then the hole shall be filled to the top of the soldier pile either with controlled density fill, if water is not present in the hole, or lean concrete Backfilling soldier pile drilled holes with pea gravel or sand is not allowed. If lagging is used, void space behind the lagging shall be minimized. If the Engineer determines that the voids present could result in damage or serviceability problems for the structural shoring system or any structures or facilities adjacent to the structural shoring system, the Contractor shall cease excavation and lagging installation, and shall fill the voids specified by the Engineer in accordance with the approved structural shoring submittal. Further excavation and lagging placement shall not continue until the specified voids are filled to the satisfaction of the Engineer. Excavation shall not proceed ahead of lagging installation by more than 4 feet or by the height that the soil will safely stand, whichever is least. For tieback shoring systems, excavation shall not proceed ahead by more than 4 feet of the tie installation and proof testing. In using cofferdams or structural shoring, the Contractor shall: 1. Extend cofferdams well below the bottom of the excavation, and embed structural shoring as shown in the structural shoring submittal as approved by the Engineer. 2. Provide enough clearance for constructing forms, inspecting concrete exteriors, and pumping water that collects outside the forms. If cofferdams tilt or move laterally during placement, the Contractor, at no expense to the Contracting Agency, shall straighten or enlarge them to provide the required clearance. 3. Secure the cofferdam in place to prevent tipping or movement. 23 4. Place structural shoring or cofferdams so that they will not interfere with any pile driving required 5. Not place any shoring, braces, or kickers inside the cofferdams and structural shoring which will induce stress, shock, or vibration to the permanent structure. 6. Vent cofferdams at the elevation commensurate with seal weight design, or as shown in the Plans. 7. Remove all bracing extending into the concrete being placed. When the work is completed, the Contractor shall: 1. Remove all structural shoring to at least 2 feet below the finished ground line. 2. Remove all cofferdams to the natural bed of the waterway. 2- 09.3(4) Construction Requirements, Structure Excavation, Class B The first sentence of the first paragraph is revised to read as follows: The above requirements for structure excavation Class A, shall apply also to structure excavation Class B except as revised below. The first sentence of the fifth paragraph is revised to read as follows: Trench boxes may be used for structure excavation, Class B. Approval of trench boxes can be done by the Project Engineer provided it is not used to support adjacent traffic, existing footings, or other structures. SECTION 3 -02, STOCKPILING AGGREGATES June 26, 2000 3- 02.3(1) Asphalt Concrete Aggregates This section is deleted. SECTION 4 -06, ASPHALT TREATED BASE June 26, 2000 4- 06.3(7) Density The first sentence is revised to read as follows: The asphalt treated base shall be compacted to a density of not less than 80 percent of the maximum theoretical density established for the mix by WSDOT FOP for AASHTO T 209. SECTION 5 -04, ASPHALT CONCRETE PAVEMENT May 29, 2001 5- 04.3(1)A Requirements For All Plants The last sentence in #4 is revised to read as follows: Provisions shall be made for measuring the asphalt in the storage tank and a valve shall be placed in either the supply line to the mixer or the storage tank for sampling the material. 5- 04.3(5)C Crack Sealing In number 1., the reference to "1/4 inch" is revised to read "No. 4 ". 24 5- 04.3(8) Mixing In the second paragraph, the last sentence is deleted. 5- 04.3(8)A Acceptance Sampling and Testing Section 3.A.(2) the reference to "WSDOT Test Method 712" is revised to "WAQTC FOP for AASHTO T 168 ". Section 3.C, the referenced sieve sizes for deviation are revised to read as follows: No. 4 sieve and larger ±4 percent No. 6 sieve to No. 80 sieve ±2 percent No. 100 and No. 200 sieve ±0.4 percent Asphalt % ±0.3 percent Section 3.D is revised to read as follows: Test Methods. Acceptance testing for compliance of asphalt content will be WSDOT FOP for AASHTO Test Method T 308. Acceptance testing for compliance of gradation will be WSDOT FOP for ASHTO T 30. 5- 04.3(10)B Control In the first paragraph, the reference to "AASHTO T 209." Is revised to read as follows: WSDOT FOP for AASHTO T 209. In the first paragraph, the reference to "WSDOT Test Method 715" is revised to read "WSDOT FOP for AASHTO T 310" and "WSDOT SOP T 729 ". 5- 04.5(1)A Price Adjustments for Quality of AC Mix In the Table of Price Adjustment Factors, under Constituent, the reference to "1/4" sieve" is revised to read "No. 4 sieve ". SECTION 6 -02, CONCRETE STRUCTURES April 30, 2001 6- 02.3(2)A Contractor Mix Design In the second paragraph the reference to "AASHTO T 152." is revised to "WAQTC FOP for AASHTO T 152." The last sentence of the first paragraph is revised to read as follows: All other concrete mix designs except those for lean concrete and commercial concrete shall have a minimum cementitious material content of 565 pounds per cubic yard of concrete. 6- 02.3(2)B Commercial Concrete This section is revised to read as follows Commercial concrete shall have a minimum compressive strength at 28 days of 3000 psi in accordance with AASHTO T 22. Commercial concrete placed above the finished ground line shall be air entrained and have an air content from 4.5 percent to 7.5 percent per AASHTO T 152 Commercial concrete does not require plant approval, mix design, or source approvals for cement, aggregate, and other admixtures. 25 Where concrete Class 3000 is specified for nonstructural items such as, culvert headwalls, plugging culverts, concrete pipe collars, pipe anchors, monument cases, luminaire bases, pedestals, cabinet bases, guardrail anchors, sign post foundations, fence post footing, sidewalks, curbs, and gutters, the Contractor may use commercial concrete. Commercial concrete shall not be used for structural items such as, bridges, retaining walls, box culverts, or foundations for high mast luminaires, mast arm traffic signals, cantilever signs, and sign bridges. The Engineer may approve other nonstructural items not listed for use as commercial concrete. 6- 02.3(5)A General TM.. C.FLL. paragraph, ..i �.... . . ..r 4 l .. read .... F..11........ The e ft 1 section I .a is revised to 1 eau as fo a. The Contractor's test results are obtained from testing cylinders fabricated, handled, and stored for 28 days in accordance with WSDOT FOP for AASHTO T 23 and tested in accordance with AASHTO T 22. The test cylinders shall be the same size cylinders as those cast by the Contracting Agency. 6- 02.3(5)B Certification of Compliance This section is supplemented with the following: For commercial concrete the Certificate of Compliance shall include, as a minimum, the batching facility, date, and quantity batched per load. 6 02.3(5)D Test Methods This section is revised to read as follows: Acceptance testing will be performed by the Contracting Agency in accordance with the WSDOT Materials Manual. The test methods to be used with this specification are: AASHTO Test Method T 22 Compressive Strength of Cylindrical Concrete Specimens WSDOT FOP for AASHTO T 23 Making and Curing Concrete Test Specimens in the Field WSDOT FOP for AASHTO Test Method T 119 Slump of Hydraulic Cement Concrete WAQTC FOP for TM 2 Sampling Freshly Mixed Concrete WAQTC FOP for AASHTO T 152 Air Content of Freshly Mixed Concrete by the Pressure Method AASHTO Test Method T 231 Capping Cylindrical Concrete Specimens WSDOT FOP for AASHTO Test Method T 309 Temperature of Freshly Mixed Portland Cement Concrete 6- 02.3(5)G Sampling and Testing Frequency for Temperature, Consistency, and Air Content In the first paragraph, the eighth sentence is revised to read as follows: Loads to be sampled will be selected in accordance with the random selection process as outlined in WAQTC FOP for TM 2. 6- 02.3(17)M Restricted Overhead Clearance Sign In the last sentence of the second paragraph the reference to "1- 07.23(3)F" is revised to "1- 10.3(3) ". 6 02.3(17)N Removal of Falsework and Forms 26 The fourth paragraph is revised to read as follows: The Contractor may remove side forms, traffic barrier forms, and pedestrian barrier forms after 24 hours if these forms are made of steel or dense plywood, an approved water reducing additive is used, and the concrete reaches a compressive strength of 1400 psi before form removal. This strength shall be proved by test cylinders made from the last concrete placed into the form. The cylinders shall be cured according to WSDOT FOP for AASHTO T 23. The ninth paragraph is revised to read as follows: All cells of a box girder structure which have permanent access shall have all forms completely removed, including the roadway deck forms. All debris and all projections into the cells shall be removed. Unless otherwise shown in the Plans, the roadway slab interior forms in all other cells where no permanent access is available, may be left in place. 6- 02.3(17)0 Early Concrete Test Cylinder Breaks The second and third paragraphs are revised to read as follows: The concrete cylinders shall be molded in accordance with WSDOT FOP for AASHTO T 23 from concrete last placed in the forms and representative of the quality of concrete placed in that pour. The cylinders shall be cured in accordance with WSDOT FOP for AASHTO T 23. The Engineer may approve the use of cure boxes meeting the requirements of this test method. Special cure boxes to enhance cylinder strength will not be allowed. 6- 02.3(20) Grout for Anchor Bolts and Bridge Bearings The second paragraph is revised to read as follows: Grout shall meet the following requirements: Requirement Compressive Strength Test Method AASHTO Test Method T 106 Values 4,000 psi @ 7 days The seventh paragraph is revised to read as follows: Field grout cubes shall be made in accordance with AASHTO Test Method T106 for either prepackaged grout or a contractor provided mix when requested by the Engineer, but not less than one per bridge pier or one per day. 6- 02.3(25)A Shop Plans In the last paragraph the first sentence is revised to read as follows: The Contractor shall provide five copies of the shop plans to the Engineer for approval. 6- 02.3(25)E Contractors Control Strength In the third paragraph the first sentence is revised to read as follows: Test cylinders may be cured in a moist room or water tank in accordance with WSDOT FOP for AASHTO T -23 after the girder concrete has obtained the required release strength. 6- 02.3(25)M Shipping The third paragraph is revised to read as follows: 27 No precast prestressed slab or precast prestressed ribbed section shall be shipped for at least three days after concrete placement. No deck bulb tee girder shall be shipped for at least seven days after concrete placement. No other girder shall be shipped for at least ten days after concrete placement. 6- 02.3(25)N Prestressed Concrete Girder Erection In the seventh paragraph the fourth sentence is revised to read as follows: Grout compressive strength will be determined by fabricating and testing cubes in accordance with AASHTO Test Method T -106. 6- 02.3(25)0 Deck Bulb Tee Girder Flange Connection In the second paragraph the fourth sentence is revised to read as follows: Compressive strength will be determined by fabricating and testing cubes in accordance with AASHTO Test Method T -106. 6- 02.3(26)A Shop Drawings The ninth paragraph is revised to read as follows: Before physical completion of the project, the Contractor shall provide the Engineer with reproducible originals of the shop drawings (and any approved changes). These shall be clear, suitable for microfilming, and on permanent sheets that measure no smaller than 11 by 1 / inches. Alternatively, the shop drawings may be provided in an electronic format with the approval of the Bridge and Structures Engineer. 6- 02.3(26)F Grouting The following sentence is inserted after the second sentence in the first paragraph: Grout caps shall be installed at tendon ends prior to grouting. In the seventh paragraph the third sentence is revised to read as follows: Cubes shall be made in accordance with AASHTO Test Method T -106 and stored in accordance with WSDOT FOP for AASHTO T 23. 6- 02.3(27) Concrete for Precast Units This section is revised to read as follows: Precast units shall not be removed from forms until the concrete has attained a minimum compressive strength of 70 percent of the specified design strength as verified by rebound number determined in accordance with WSDOT FOP for ASTM C 805. Precast units shall not be shipped until the concrete has reached the specified design strength as determined by testing cylinders made from the same concrete as the precast units. The cylinders shall be made, handled, and stored in accordance with WSDOT FOP for AASHTO T 23 and compression tested in accordance with AASHTO Test Method T 22 and AASHTO Test Method T 231. 6- 02.3(28)D Contractors Control Strength In the first paragraph the second sentence is revised to read as follows: The cylinders shall be made, handled, and stored in accordance with WSDOT FOP for AASHTO T 23 and compression tested in accordance with AASHTO Test Method T 22 and AASHTO Test Method T 231. In the fourth paragraph the first sentence is revised to read as follows: 28 Test cylinders may be cured in a moist room or water tank in accordance with WSDOT FOP for AASHTO T -23 after the unit concrete has obtained the required release strength. SECTION 7 -08, GENERAL PIPE INSTALLATION REQUIREMENTS February 5, 2001 7- 08.3(2)D Pipe Laying - Steel or Aluminum The second paragraph is revised to read as follows: Aluminum pipe or pipe arch used in concrete shall be painted with two coats of paint. The aluminum pipe to be painted shall be cleaned with solvent to remove contaminants. After cleaning, the pipe shall be painted with two coats of paint conforming to Federal Specification TT -P -645 (primer, paint, zinc chromate, alkyd vehicle). Aluminized steel pipe will not require painting when placed in Controlled Density Fill (CDF) or when in contact concrete head walls. SECTION 9 -00, DEFINITIONS AND TESTS June 26, 2000 9 -00.4 Sieve Analysis of Aggregates This section is revised to read as follows: Sieve analysis for acceptance of aggregate gradation shall be performed by procedures described in the WAQTC FOP for AASHTO T 27/11. 9 -00.8 Sand Equivalent This section is revised to read as follows: The sand equivalent will be the average of duplicate determinations from a single sample. The sand equivalent sample will be prepared in accordance with the WSDOT Field Operating Procedure (FOP) for AASHTO T 176, Alternate Method 2, the pre -wet condition. 9 -00.9 Field Test Procedures This section is revised to read as follows: Field test procedures may be either a WSDOT procedure or a Field Operating Procedure (FOP) for an AASHTO, ASTM, or WAQTC test procedure. A Field Operating Procedure is a technically equivalent abridged version of an AASHTO, ASTM, or WAQTC test procedure for use in field conditions. SECTION 9 -02, BITUMINOUS MATERIALS April 30, 2001 9- 02.1(1) Vacant This section is revised to read as follows. 9- 02.1(1) Test Methods The following WSDOT test methods have been converted to the listed AASHTO test methods. WSDOT AASHTO Test Test Characteristics Method Methods Penetration 201 T 49 29 Kinematic Viscosity 202 T 201 Absolute viscosity 203 T 202 Cleveland Open Cup 206 T 48 Tag Open Cup 207 T 79 RTFC Procedure 208 T 240 Distillation 211 T 78 Emulsified Asphalts 212 T 59 Ductility 213 151 Solubility 214 T 44 Water Content 217 T 55 9- 02.1(5) Recycling Agent This section is revised to read as follows: Recycling agents shall conform to the following requirements: HOT Mix Recycling Agents Note 1 Test RA 5 RA 25 Test Method Min. Max. Min. Max. Original Test Viscosity at 140 F cst AASHTO T 201 200 800 1,000 4,000 or AASHTO T 202 Flashpoint COC, F AASHTO T 48 204 - -- 425 - -- Saturates, Wt. % ASTM D2007 - -- 30 - -- 30 Specific Gravity AASHTO T 228 Report Report or ASTM D1298 Residue Test from RTFC AASHTO T 240 Viscosity Ratio Note 2 - -- - -- 3 - -- 3 Mass Change ± % - -- - -- 4 - -- 3 Note 1: The final acceptance of recycling agents meeting this specification is subject to the compliance of the reconstituted asphalt blends with current asphalt specifications. Note2: Viscosity Ratio = RTFC Viscosity at 140 F, cst Original Viscosity at 140 F, cst HOT Mix Recycling Agents Note 1 ASTM Test RA 75 RA 250 RA 500 Test Method Min. Max. Min. Max. Min. Max. Original Test Viscosity at 140 F, cst AASHTO T 201 5,000 10,000 15,000 35,000 40,000 60,000 or AASHTO T 202 Flashpoint COC, F AASHTO T 48 450 - -- 450 - -- 450 - -- Saturates, Wt. % ASTM D2007 - -- 30 - -- 30 - -- 30 Specific Gravity AASHTO T 228 Report Report Report or ASTM D1298 Residue Test from RTFC AASHTO T 240 30 Viscosity Ratio Note 2 - -- 3 - -- 3 - -- 3 Weight Change + % - -- - -- 2 - -- - 2 - -- 2 Note 1 The final acceptance of recycling agents meeting this specification is subject to the compliance of the reconstituted asphalt blends with current asphalt specifications. Note2: Viscosity Ratio = RTFC Viscosity at140 F, cst Original Viscosity at 140 F, cst 9- 02.1(8) Hot Melt Traffic Button Adhesive This section is revised to read as follows: The bitumen adhesive material shall conform to the following requirements: Test Specification Method Requirement Flash Point, COC F AASHTO T 48 550 Min. Softening Point, F AASHTO T 53 200 Min. Brookfield Viscosity, 400 F ASTM D 2196 7,500 cP, Max. Penetration, 100g, 5 sec, 77 F AASHTO T 49 10 -20 dmm Filler Content, % by weight (Insoluble in 1,1,1 Trichloroethane) ASTM D 2371 50 -75 Filler material shall be calcium carbonate and shall conform to the following fineness: Sieve Size Percent Passing No. 100 100 No. 200 95 No. 325 75 Hot melt bitumen adhesive shall develop bond pull -off strength greater than 100 psi between 0 F and 120 F. 9- 02.2(1) Certification of Shipment The second paragraph is revised to read as follows: The Bill of Lading shall be supplied at the time of shipment of each truck load, truck and trailer, or other lot of asphalt. In addition to the copies the Contractor requires, one copy of the Bill of Lading including the Certification Statement shall be sent with the shipment for agency use. This section is supplemented with the following: Polymerized Cationic Emulsified Asphalt CRS -2P The asphalt CRS -2P shall be a polymerized cationic emulsified asphalt. The polymer shall be milled into the asphalt or emulsion during the manufacturing of the emulsion. The asphalt CRS -2P shall meet the following specifications: AASHTO Test Specifications Method Minimum Maximum Viscosity @122 °F, SFS T 59 100 400 Storage Stability 1 day % T 59 - - -- 1 Demulsibility 35 ml. 31 0.8 % Dioctyl Sodium Sulfosuccinate T 59 40 - - -- Particle Charge T 59 positive - - -- Sieve Test % T 59 - - -- 0.30 Distillation Oil distillate by vol. of emulsion % T 59 (Note 1) 0 3 Residue T 59 65 - - -- Test on the Residue from distillation Penetration @77 °F T 49 100 250 Torsional Recovery % (Note 2) 18 or Toughness/Tenacity in-lbs (Note 3) 50/25 - - -- Note: 1 Distillation modified to use 300 grams of emulsion heated to 350 °F ± 9 °F and maintained for 20 minutes. 2. The Torsional Recovery test shall be conducted according to the California Department of Transportation Test Method No. 332. 3. Benson method of toughness and tenacity; Scott tester, inch - pounds at 77 °F, 20 in. per minute pull. Tension head 7/8 in. diameter. At the option of the supplier the Benson Toughness/Tenacity test can be used in lieu of Torsional Recovery based on type of modifier used. if the Benson Toughness/Tenacity method is used for acceptance the supplier must supply all test data verifying specification conformance. SECTION 9 -03, AGGREGATES May 29, 2001 9- 03.1(1) General Requirements This section is revised to read as follows: Portland cement concrete aggregates shall be manufactured from ledge rock, talus, or sand and gravel in accordance with the provisions of Section 3 -01. Aggregates found to be potentially reactive per AASHTO T 303 or ASTM C 1260 shall require mitigating measures. Aggregates for use in Commercial Concrete as defined in 6- Q7 3(7)R Ch iii not rP_nt tirA mitinatinn. FX an! inns nrAater than Cl 1 n pArnAnt datArminari according to AASHTO T 303 or ASTM C 1260 will be considered to be potentially reactive. The Contracting Agency will conduct AASHTO T 303 in order to determine the potential reactivity of the aggregates, all other testing is the responsibility of the Contractor. 32 Mitigating measures shall include the use of low alkali cement per 9- 01.2(3) and may include the use of fly ash, lithium compound admixtures, or other material as approved by the Engineer. The Contractor shall submit evidence in the form of test results from ASTM C 1260 or AASHTO T 303 that demonstrate the proposed mitigation when used with the aggregates proposed will control the potential expansion before the aggregate source may be used in concrete. If fly ash is used, the Contractor shall provide test results from ASTM C 441 that show the fly ash does not cause an expansion reaction greater than that of the comparison control mixture prepared with cement of alkali between 0.40 and 0.60 percent. Mitigating measures will not be required if the Contractor provides test results from ASTM C 1293 or ASTM C 295 that indicate the aggregate is not reactive. An expansion of less than 0.04 percent per ASTM C 1293 or an aggregate composition containing less than the following materials per ASTM C 295 will be considered evidence that the aggregates are not reactive. Mineral Limit Optically strained, microfractured, or microcrystalline quartz 5.0% (max.) Chert or chalcedony 3.0% (max.) Tridymite or cristobalite 1.0% (max.) Opal 0.5% (max.) Natural volcanic glass 3.0% (max.) All these mineral limits are based on the total aggregate sample. 9- 03.1(4)A Deleterious Substances In the second paragraph the reference to "WSDOT Method 103" is revised to "WAQTC FOP for TM 1 ". 9- 03.1(4)C Grading In paragraph one, the column "Passing Sieve Size" is revised to read as follows: Passing Sieve Size 2" square 1 1/2" square 1" square 3/4" square 1/2" square 3/8" square U.S. No. 4 U.S No. 8 U.S. No. 16 9- 03.1(5) Combined Aggregate Gradation for Portland Cement Concrete Aggregates shall consist of sand, gravel, crushed stone, or other inert material or combinations thereof, having hard, strong durable particles free from adherent coatings. Aggregates shall be washed to remove clay, loam, alkali, organic matter, silt, bark, sticks, or other deleterious matter. 9- 03.1(5)A Deleterious Substances The amount of deleterious substances in the washed aggregate shall not exceed the following values: 1. Particles of specific gravity less than 1.95 2.0 percent by weight 2. Organic matter, by colorimetric test, shall not be darker than the reference Standard color (organic plate No. 3) AASHTO T21 unless other tests prove a darker color to be harmless. 33 3. Aggregates retained on the U.S. No. 4 sieve shall not have a percentage of wear in Los Angeles machine in excess of 35 after 500 revolutions. 4. Clay lumps 0.3 percent by weight 5. Shale 1.00 percent by weight 6. Wood Waste 0.03 percent by weight 7. Amount finer than U.S. No. 200 2.0 percent by weight 9- 03.1(5)5 Grading If a maximum aggregate size is not specified, the Contractor shall determine the maximum aggregate size, using ACI 211.1 as a guide. In no case will the maximum aggregate size exceed one-fifth of the narrowest dimension between I sides of the forms, i ms, of I LI III d the depth of slabs, nor three - fourths of the minimum clear spacing between individual reinforcing bars, bundles of bars, or pretensioning strands. The combined aggregate gradation when plotted on the 0.45 power chart shall be between two lines The 0 45 power chart has a vertical axis that is the percent passing and a horizontal axis that is the sieve size raised to the 0.45 power. One line is defined as a line that passes through the point defined as 0 percent passing at the U.S. No. 100 sieve size and the point defined as 100 percent passing at the maximum aggregate sieve size. The other line is defined as a line that passes through the origin and the point defined as 100 percent passing two standard sieve sizes down from the maximum aggregate sieve. The Contracting Agency may sample each component aggregate prior to introduction to the weigh batcher or as otherwise determined by the Engineer. Each separate component will be sieve analyzed alone per AASHTO procedures T- 11/27. All material components will be mathematically re- combined by proportions (Weighted Average), supplied by the Contractor. 9- 03.4(2) Grading and Quality The chart for crushed cover stone and crushed screening is revised to read as follows: Crushed Crushed Screening Cover Stone Percent Passing Percent Passing 3/4 " -1/2" 5 /8 " -No. 4 1 /2 " -No. 4 3/8"-#10 No. 4 -0" 1" square 100 3/4" square 100 95 -100 100 - -- - -- - -- 5/8" square 95 -100 - -- 95 -100 100 - -- - -- 1/2" square - -- 0 -20 - -- 95 -100 100 - -- 3/8" square - -- 0 -5 - -- - -- 90 -100 100 U.S. No. 4 20 -45 - -- 0 -10 0 -15 30 -56 76 -100 U.S No. 10 - -- - -- 0 -3 0 -3 0 -10 30 -60 U.S No.200 0 -7.5 0 -1.5 0 -1.5 0 -1.5 0 -1.5 0 -10.0 % fracture, by weight, min. 75 75 75 75 75 75 Sand equivalent min. 32 - -- - -- - -- - -- - -- Static Stripping Test Pass Pass Pass Pass Pass Pass 9- 03.6(2) Grading The sieve size "1/4" square" is revised to read "U.S. No. 4 ". The percent passing "40 -78" is revised to read "32 -72 ". 9- 03.8(6) Propertions of Materials The grading requirements chart is revised to read as follows. Grading Requirements 34 Class A Class D Class E Class F Class G Sieve Size and B Percent Passing 1 1/4" square - -- - -- 100 - -- - -- 1" square - -- - -- 90 -100 - -- - -- 3/4" square 100 - -- - -- 100 - -- 5/8" square - -- - -- 67 -86 - -- - -- 1/2" square 90 -100 100 60 -80 80 -100 100 3/8" square 75 -90 97 -100 - -- - -- 97 -100 U.S. No. 4 46 -66 30 -50 34 -56 38 -70 50 -78 U.S. No. 8 - -- 5 -15 - -- - -- - -- U.S. No. 10 30 -42 - -- 25 -40 30 -50 32 -53 U.S. No. 40 11 -24 - -- 10 -23 - -- 11 -24 U.S. No. 200 3.0 -7.0 2.0 -5.0 2.0 -9.0 2.0 -8.0 3.0 -7.0 9- 03.8(6)A Basis of Acceptance In number 3 under Constituent of Mixture, the reference to "Aggregate passing 1/4" sieve" is revised to read "Aggregate passing No. 4 sieve ". 9- 03.9(1) Ballast The sieve size "1/4 square" is revised to read "U.S. No. 4 ". The Percent Passing "30 -50" is revised to read "26 -44 ". 9- 03.9(2) Shoulder Ballast The chart for grading and quality requirements is revised to read as follows: Sieve Size Percent Passing 2 1/2" square 100 2" square 65 -100 3/4" square 40 -80 U.S. No. 4 5 max. U.S. No. 100 0 -2 % Fracture 75 min. 9- 03.9(3) Crushed Surfacing The chart for crushed surfacing grading is revised to read as follows: Base Top Course Course and Keystone Sieve Size Percent Passing 1 1 /4" square 100 - -- 1" square 80 -100 - -- 3/4" square - -- 100 5/8" square 50 -80 - -- 1/2" square - -- 90 -100 U.S. No. 4 25 -45 46 -66 U.S. No. 40 3 -18 8 -24 U.S. No. 200 7.5 max. 10 0 max. % Fracture 75 min. 75 min. Sand Equivalent 32 min. 32 min. All percentages are by weight. 9- 03.9(4) Maintenance Rock The grading chart for maintenance rock is revised to read as follows: 35 Sieve Size Percent Passing 5/8" square 100 1/2" square 90 -100 U.S. No. 4 45 -66 U.S. No. 40 10 -25 U.S. No. 200 7 max. All percentages are by weight. 9 -03.10 Aggregate for Gravel Base The grading chart for aggregate for gravel base is revised to read as follows: Sieve Size Percent Passing 2" square 75 -100 U.S. No. 4 22 -100 U.S. No. 200 0 -10 Dust Ratio: % Passing U.S. No. 200 2/3 max. % Passing U.S. No. 40 Sand Equivalent 2/ min. All percentages are by weight. Gravel base material retained on a U. S. No. 4 sieve shall contain not more than 0.20 percent by mass of wood waste. 9 -03.11 Recycled Portland Cement Concrete Rubble In the third paragraph, the reference to "1/4 inch" is revised to read "U.S. No. 4 ". 9- 03.12(2) Gravel Backfill for Walls The grading requirements chart for gravel backfill for walls is revised to read as follows: Sieve Size Percent Passing 4" square 100 2" square 75 -100 U.S. No. 4 22 -66 U.S. No. 200 5.0 max. Dust Ratio' %o Passing U.S. No. 200 2/3 max % Passing U.S. No. 40 Sand Equivalent 52 min All percentages are by weight. That portion of the material retained on a U.S. No. 4 square opening shall contain not more than 0.20 percent by mass of wood waste. 9- 03.12(3) Gravel Backfill for Pipe Zone Bedding The grading requirements chart for gravel backfill for pipe zone bedding is revised to read as follows: 36 Sieve Size Percent Passing 1" square 100 3/4" square 80 -100 U.S. No. 4 20 -75 U.S. No. 200 15.0 max.* Sand Equivalent 27 min. *5.0 max. for sanitary sewer installations. All percentages are by weight. 9- 03.12(5) Gravel Backfill for Drywells This section is revised to read as follows: Gravel backfill for drywells shall conform to the following gradings: Sieve Size Percent Passing 1 1/2" square 100 1" square 80 -100 3/4" square 0 -20 3/8" square 0 -2 U.S. No. 200 0 -1.5 Alkali silica reactivity testing is not required. 9 -03.13 Backfill for Sand Drains This section is revised to read as follows: Backfill for sand drains shall conform to the following grading: Sieve Size Percent Passing 1/2" square 90 -100 U.S. No. 4 57 -100 U.S. No. 10 40 -100 U S. No. 50 3.30 U.S. No. 100 0 -4 U.S. No. 200 0 -3.0 All percentages are by weight. 9- 03.13(1) Sand Drainage Blanket This section is revised to read as follows: Aggregate for the sand drainage blanket shall consist of granular material, free from wood, bark, or other extraneous material and shall meet the following requirements for grading: Sieve Size Percent Passing 2 1/2" square 90 -100 U.S. No. 4 24 -100 U.S. No. 10 14 -100 U.S. No. 50 0 -30 U.S. No. 100 0 -7.0 U.S. No. 200 0 -3.0 37 All percentages are by weight. That portion of backfill for sand drains and sand drainage blanket retained on a U.S. No. 4 sieve shall contain not more than 0.05 percent by mass of wood waste. 9- 03.14(1) Gravel Borrow This section is revised to read as follows: Aggregate for gravel borrow shall consist of granular material, either naturally occurring or ..! .J Call t LI.... following 1 f gra d quality: pl Ul:GSJCU, id shall meet the requirements for I,IQUIIItJ. and gUallly. Sieve Size Percent Passing 4" square' 100 2" Square 75 -100 U.S. No. 4 50 -80 U.S. No. 40 30 max. U.S. No. 200 7.0 max. Sand Equivalent 42 min. All percentages are by weight. For geosynthetic reinforced walls or slopes, 1UU% passing 1 1/4" square sieve and 90- 100% passing 1" square sieve. 9- 03.14(2) Select Borrow This section is revised to read as follows: Material for select borrow shall consist of granular material, either naturally occurring or processed, and shall meet the following requirements for grading and quality: Sieve Size Percent Passing 6" square'. 2 100 3" square 75 -100 U.S. No. 40 50 max. U.S. No. 200 10.0 max. Sand Equivalent 22 min. All percentages are by weight. 'For geosynthetic reinforced slopes, 100% passing 1 1/4" square sieve and 90 -100% passing 1" square sieve. 2 100% shall pass 4" square sieve and 75 -100% shall pass 2" square sieve when select borrow is used in the top 2 feet of embankments or where Method C compaction is required. 9- 03.14(3) Common Borrow In the third paragraph the reference to "Standard Test Designation" is revised to "Test Method ". 9 -03.18 Foundation Material Class C The reference to "1/4-inch sieve" is revised to read "U.S. No. 4 ". 9 -03.20 Test Methods for Aggregates This section is revised to read as follows. 38 The properties enumerated in these Specifications shall be determined in accordance with the following methods of test: Title Test Method Sampling WSDOT FOP for AASHTO T 2 Organic Impurities AASHTO T 21 Clay Lumps in Aggregates AASHTO T 112 Abrasion of Coarse Aggregates by Use of the Los Angeles Machine AASHTO T 96 Material Finer than U.S. No. 200 Sieve in Aggregates AASHTO T 11 Percent of Fracture in Aggregates WAQTC FOP for TM 1 Sieve Analysis of Fine and Coarse Aggregates WAQTC FOP for T 27/11 Sand Equivalent Test for Surfacing Materials WSDOT FOP for AASHTO T 176 Alternate Method 2, the pre -wet condition Determination of Degradation Value WSDOT T 113 Determination of Fineness Modulus AASHTO T 27 Particle Size Analysis of Soils AASHTO T 88 Stabilometer R Value, Untreated Materials WSDOT T 611 Swell Pressure and Permeability WSDOT T 611 Stabilometer S Value, Treated Materials WSDOT T 703 Gradation of Aggregates in ACP WSDOT FOP for AASHTO T 30 Determining Stripping of Asphalt Concrete WSDOT T 718 Compressive Strength of Concrete WSDOT FOP for AASHTO T 22 Flexural Strength of Concrete WSDOT T 802 9- 03.21(2) Recycled Glass Aggregate In the second paragraph the second sentence is revised to read as follows: Sieve analysis shall be conducted according to WAQTC FOP for AASHTO T 27/11 on at least a quarterly basis by the product supplier. In the fourth paragraph the third sentence is revised to read as follows: Sample collection shall be conducted according to WSDOT FOP for AASHTO T 2. SECTION 9 -04, JOINT AND CRACK SEALING MATERIALS April 30, 2001 9 -04.5 Flexible Plastic Gaskets This section is revised to read as follows: The gasket material shall be produced from blends of refined hydro- carbon resins and plasticizing materials reinforced with inert mineral filler and shall contain no solvents. It shall not depend on oxidizing, evaporating, or chemical action for adhesive or cohesive strength. It shall be supplied in extruded rope -form of such cross - section and size as to adequately fill spaces between the precast sections. The gasket material shall be protected by a suitable removable two -piece wrapper so designed as to permit removing one half, longitudinally, without disturbing the other. Its composition and properties shall conform to those set forth below. 39 Test Method Min. Max. Bitumen (Petroleum plastic content ASTM D 4 50 70 Ash -inert Mineral Matter AASHTO T 11 30 50 Penetration ASTM D 217 32 F (300gm) 60 sec 75 - -- 77 F (1 5Ugm) 5 sec 50 120 115 F (150gm) 5 sec - -- 150 Softening Point AASHTO T 53 320 F --- Specific Gravity at 77 F AASHTO T 229 I. 1.35 Weight per gallon, lb. 10.0 11.3 Ductility at 77 F (cm) ASTM D 113 5.0 - -- Flash Point COC, F AASHTO T 73 600 - -- Fire Point COC, F AASHTO T 48 625 - -- Volatile Matter AASHTO T 47 - -- 2.0 9 -04.10 Crack Sealing - Rubberized Asphalt This section is revised to read as follows. Crack sealing material shall meet the requirements of Section 9- 04.2(1), except no bond test is required. 9 -04.11 Butyl Rubber This section is revised to read as follows: Butyl rubber shall conform to ASTM D 2000, M1 BG 610. if the Engineer determines that the butyl rubber is utilized in an area that will not be exposed to petroleum products, it shall conform to ASTM D 2000, M1 BA 610. SECTION 9 -05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS April 30, 2001 9 -05.16 Grate Inlets and Drop Inlets The first paragraph is revised to read as follows: 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. After fabrication, the steel shall be galvanized in accordance with AASHTO M 111, or galvanized with a hot - sprayed (plasma flame applied) 6 mil minimum thickness zinc coating. The second paragraph is revised to read as follows: Steel grating shall be fabricated by weld connections. Welds, welding procedures, and welding materials shall conform with the AWS D1.1, latest edition, Structural Welding Code. 9 -05.18 Safety Bars for Culvert Pipe This section is revised to read ag follows' Steel pipe used as safety bars and steel pipe used as sockets shall conform to ASTM A 53, Grade B. Steel tubing used as safety bars shall conform to ASTM A 500, Grade B. Steel plate shall conform to ASTM A 36. All parts shall be galvanized after fabrication in accordance with AASHTO M 111. 40 SECTION 9 -06, STRUCTURAL STEEL AND RELATED MATERIALS April 30, 2001 9 -06.1 Structural Carbon Steel This section is revised to read as follows: Structural carbon steel shall conform to AASHTO M 270, Grade 36, except as otherwise noted. 9 -06.2 Structural Low Alloy Steel This section is revised to read as follows. Structural low alloy steel shall conform to AASHTO M 270, Grade 50 or 50W as specified in the Plans or Special Provisions, except as otherwise noted. 9 -06.3 Structural High Strength Steel This section is revised to read as follows: Structural high strength steel shall be high yield strength, quenched and tempered structural steel conforming to AASHTO M 270, Grades 70W, 100, or 100W as specified in the Plans or Special Provisions, except as otherwise noted. 9- 06.5(4) Anchor Bolts In the second paragraph the third sentence is revised to read as follows: Nuts for AASHTO M 164 black anchor bolts shall conform to AASHTO M 291, Grade C, C3, DH, and DH 3 or AASHTO M 292, Grade 2H. 9 -06.16 Roadside Sign Structures In the first sentence of the first paragraph, the reference to "coupling bolts" is revised to "coupling bolts" The third and fourth paragraphs are revised to read as follows: Posts for multiple post sign structures shall conform to ASTM A 36. Posts conforming to either ASTM A 588 or ASTM A 572 Grade 50 may be used as an acceptable alternate to the ASTM A 36 posts. All steel not otherwise specified shall conform to ASTM A 36 Triangular base stiffeners for one - directional multi -post sign posts shall conform to either ASTM A 588 or ASTM A 572 , Grade 50. The sixth paragraph is revised to read as follows: Base connectors for multiple directional steel breakaway posts shall conform to the following: Brackets Aluminum Alloy 6061 -T6 Bosses for Type 2B Brackets ASTM A 582 Anchor Ferrules Type 304 stainless steel for threaded portion. AISI 1038 steel rod and AISI 1008 coil for cage portion. The eighth paragraph is revised to read as follows: 41 For multi - directional breakaway base connectors, shims shall conform to ASTM A 653, SS Grade 33, Coating Designation G 165. For one - directional breakaway base connectors, single post or multi -post, shims shall be fabricated conforming to ASTM B 36. SECTION 9 -23, CONCRETE CURING MATERIALS AND ADMIXTURES June 26, 2000 9 -23.9 Fly Ash The reference to "Table 2" is revised to "Table 1A". SECTION 9-25, WATER June 26, 2000 9 -25.1 Water for Concrete This section is revised to read as follows: Water for mortar or concrete shall be clear and apparently clean. If the water contains substances that cause discoloration, unusual or objectionable smell or taste, or other suspicious content, the Engineer may require the Contractor to provide test results documenting that the water meets the physical test requirements and chemical limits described in ASTM C94M Section 5.1.3, Tables 2 and 3. Water from mixer washout operations may be used in concrete provided it meets or exceeds the above criteria as well as the following additional requirements. 1 Concrete with water from mixer washout operations shall not be used in bridge roadway deck slabs, flat slab bridge superstructures, modified concrete overlays, or prestressed concrete. 2. Specific Gravity shall not exceed 1.07. 3. Alkalies, expressed as [Na2O +0.658 K2O], shall not exceed 600 ppm. 4. Shall be free of coloring agents. 5. If the wash water contains admixtures from different manufacturers, the Contractor shall provide evidence that the combination of admixtures are compatible and do not adversely affect the air void system of the hardened concrete as per Section 6- 02.3(3). 6. All tests to verify that the physical and chemical requirements are met, shall be conducted on the following schedule: a. The physical requirements shall be tested on weekly intervals for four weeks and thereafter on monthly intervals. b. The chemical requirements shall be tested on monthly intervals. r_. The cnar_ifir gravity shall ha detarminari Tinily in nrrnrrianra with £ TM\A n 149Q Test Method D. The Contractor shall use the services of a Laboratory that has a equipment calibration /verification system, and a technician training and evaluation process per AASHTO R -18 to conduct all tests. The laboratory shall use testing equipment that has been calibrated /verified at least once within the past 12 months to meet the requirements of each test procedure in accordance with the appropriate section of AASHTO R -18. Documentation of tester qualifications and equipment verification records shall be maintained and available for review by the Contracting Agency upon request. Agency 42 reviews of the laboratory facility, testing equipment, personnel, and all qualification, calibration, and verification records will be conducted at the Contracting Agency's discretion. SECTION 9 -33, CONSTRUCTION GEOTEXTILE June 26, 2000 9 -33.2 Geotextile Properties In tables 1 and 3 the value " <50 %/ 50 %" is revised to " <50 %/ >50 % ". 43 CONTRACT PROVISIONS Special Provisions Contract Form Performance Bond Form Informational Certificate of Insurance Informational Additional Insured Endorsement Minimum Wage Affidavit Form SPECIAL PROVISION The following Special Provisions are made a part of this contract and supersede any conflicting provisions of the 2000 Standard Specifications for Road, Bridge and Municipal Construction (English), including the Division 1 APWA SUPPLEMENT, Section 1 - 99, which is made a part of this contract, and the foregoing Amendments to the Standard Specifications. DIVISION 1 - GENERAL REQUIREMENTS DESCRIPTION OF WORK PROJECT DESCRIPTION The work will consist of furnishing all labor, materials and equipment required to excavate, furnish and install seven new manholes at several locations throughout the City as shown on the Plans. This will include furnishing the cast iron rings and covers, installing approximately 150 linear feet of 8 -inch P.V.C. Sanitary Sewer Pipe, backfilling and compacting the trenches, and pavement repair. All in accordance with the Plans and Specifications as prepared by the City Engineer of the City of Yakima. 1 -02 BID PROCEDURES AND CONDITIONS 1 -02.1 Qualifications of Bidder (APWA Only) Supplement this section as follows: Pre - qualification is not required for this project. 1 -02.4 Examination of Plans, Specifications, and Site of Work 1- 02.4(1) General This section is supplemented with the following: A pre -bid conference will be held at Yakima City Hall CED Conference room, second floor, 129 N. 2 Street, Yakima, Washington at the time and date stated in the "Invitation to Bid ". The conference will include project discussion, DBE Contractor participation, and the Affirmative Action Plan. 1 -02.6 Preparation Of Proposal Section 1 -02.6 is supplemented with the following: (September 5, 1995) On this project, the bidder will not be required to submit with the bid a list of: 1 Subcontractors, and 2. The work the subcontractors will perform. Revise the seventh paragraph as follows: Change "Traffic Control Labor" to "Maintenance and Protection of Traffic" 45 Supplement the revised seventh paragraph with the following: A Minimum Lump Sum Bid of $13,000 has been established for the item "Maintenance and Protection of Traffic ". If the Contractor's bid is less than the minimum specified amount, the Contracting Agency will unilaterally revise the bid amount to the minimum specified amount and recalculate the Contractor's total bid amount. The corrected total bid amount will be used by the Contracting Agency for award purposes and to fix the amount of the contract bond. 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, Washington 98901 The bid opening date for this project is Wednesday, August 1, 2001. Bids received will be publicly opened and read after 2:00 P. M. on this date. 1 -02.15 Pre -Award Information The section is supplemented with the following: The City will request the following documentation regarding efforts to maximize the opportunity for Women and Minority Business Enterprises and Women and Minority Workforce Utilization in the performance of this project. 7. Identify the MBE's and WBE's used to fulfill the City's WMBE goal of 10 %. 8. Identify the subcontractors with the percentage of work they will do. 9. Furnish an Affirmative Action profile, by ethnic category, on the subcontractor's employees proposed to be utilized to do the subcontract work. 10. Furnish an Affirmative Action profile, by ethnic category, on the low bidder's employees proposed to be utilized to do the contract work. The above voluntary information will be requested by the City of the low bidder. The City will provide the four (4) page form, a copy of which immediately follows this Special Provision Section 1 -02. 46 1 of 4 MBE/WBE FORM - 5/95 Date: To: City of Yakima, Engineering Division 129 No. 2nd Street Yakima, WA 98901 Attn: Mr. K. Wendell Adams, P.E , City Engineer Re: S. 48 Avenue & Nob Hill Blvd. Intersection Improvements City of Yakima Project No. 1624 We are submitting the following information and documentation regarding Minority and Women Work Force Utilization and Women and Minority Business Enterprises as defined under Section 1- 02.15, Pre -Award Information of the Special Provisions. 7. A. Identify the MBE's or WBE's used to fulfill the City's WMBE goal of 10 %. Name of MBE/WBE Certification No. Bid items above MBE/WBE will accomplish Percent of bid items to total bid (without sales tax): _% Name of MBE/WBE Certification No. Bid items above MBE/WBE will accomplish Percent of bid items to total bid (without sales tax): . _% Total percent of MBE/WBE bid items in project (without sales tax): _ _ % 47 2 of 4 MBE/WBE FORM - 5/95 (If total percent of MBE/WBE bid items in project are not at or above the City's goal of 10% provide the information and documentation requested in section 7. B.) 7. B. Identify the MBEs or WBE's contacted for subcontractor work: 7. B. 1. Name of MBE/WBE Certification No. Contact Person. Phone Number: Bid items above MBE/WBE was requested to quote: Reasons for not electing: Documentation regarding MBE/WBE contact is attached: YES NO 7. B. 2. Name of MBE/WBE Certification No. Bid items above MBE/WBE was requested to quote: Reasons for not selecting: Documentation regarding MBE/WBE contact is attached: YES NO 7. B. 3. Name of MBE/WBE Certification No. Bid items above MBE/WBE was requested to quote: Reasons for not electing: Documentation regarding MBE/WBE contact is attached: YES NO 48 3 of 4 MBE/WBE FORM - 5/95 7. B. 4. Name of BE/WBE Certification No. Bid items above MBE/WBE was requested to quote: Reasons for not electing: Documentation regarding MBE/WBE contact is attached: YES NO 7. B. 5. Name of BE/WBE Certification No. Bid items above MBE/WBE was requested to quote: Reasons for not electing: Documentation regarding MBE/WBE contact is attached: YES NO 8. Identify the subcontractors with the percentage of work they will do. Subcontractor Name Percent of Work 49 4 of 4 MBE/WBE FORM - 5/95 9. Furnish an Affirmative Action profile, by ethnic category, on the subcontractor's employees proposed to be utilized to do the subcontract work. Subcontractor Name: Ethnic Category Number of Employees Black Hispanic American Indian or Alaskan Native Asian or Pacific Islander Other: White Subcontractor Name: Ethnic Category Number of Employees Black Hispanic American Indian or Alaskan Native Asian or Pacific Islander Other: White 10. Furnish an Affirmative Action profile, by ethnic category, on the bidders employees proposed to be utilized to do the contract work. Ethnic Category Number of Employees Black Hispanic American Indian or Alaskan Native Asian or Pacific Islander Other: White kContractor By: 50 1 -03 AWARD AND EXECUTION OF CONTRACT 1 -03.4 Contract Bond Add the following: The bond shall further indemnify and hold the City of Yakima, its employees, agents, and elected or appointed officials, harmless from defects appearing or developing in the material or workmanship provided or performed under the contract within a period of one year after final acceptance by the City. 1 -04 SCOPE OF WORK 1 -04.4 Changes 1- 04.4(1) Minor Changes Delete this supplement section 1 -04.11 Final Cleanup Supplement this section with the following: The Contractor shall do partial cleanup when he determines it is necessary or when, in the opinion of the Engineer, partial cleanup shall be done for public safety. The cleanup work shall be done immediately upon notification from the Engineer and other work shall not proceed until the partial cleanup is accomplished. 1 -05 CONTROL OF WORK 1 -05.4 Conformity with and Deviations from Plans and Stakes (APWA Only) 1- 05.4(1) Roadway and Utility Surveys (APWA Only) Revise this section to read: The Engineer will establish one time only, vertical and horizontal construction control and base lines. The Contractor shall be responsible for all other construction staking including offset points and grade that the Engineer deems necessary for completion of the work. All associated costs will be incidental to other bid items. 1 -06 CONTROL OF MATERIAL 1 -06.2 Acceptance of Materials Foreign Made Materials Section 1 -06 is supplemented with the following: (March 13, 1995) The major quantities of steel and iron construction material that is permanently incorporated into the project shall consist of American -made materials only. 51 The Contractor may utilize minor amounts of foreign steel and iron in this project provided the cost of the foreign material used does not exceed one -tenth of one percent of the total contract cost or $2,500.00 , whichever is greater. American -made material is defined as material having all manufacturing processes occur in the United States. The action of applying a coating to steel or iron is deemed a manufacturing process. Coating includes epoxy coating, galvanizing, aluminizing, painting, and any other coating that protects or enhances the value of steel or iron. Any process from the original reduction from ore to the finished product constitutes a manufacturing process for iron. The following are considered to be steel manufacturing processes: 1. Production of steel by any of the following processes: a. Open hearth furnace. b. Basic oxygen. c. Electric furnace. d. Direct reduction. 2 Rolling, heat treating, and any other similar processing. 3. Fabrication of the products. a. Spinning wire into cable or strand. b. Corrugating and rolling into culverts. c. Shop fabrication. A certification of materials origin will be required for any items comprised of, or containing, steel or iron construction materials prior to such items being incorporated into the permanent work. The certification shall be on DOT Form 350 -109 provided by the Engineer, or such other form the Contractor chooses, provided it contains the same information as DOT Form 350 -109. 1- 06.2(1) Samples and Tests for Acceptance Supplement this section with the following: All testing shall be done by a materials testing laboratory chosen and employed by the City of Yakima. The initial tests will be at the expense of the City of Yakima. Subsequent tests if required due to test failure shall be at the expense of the Contractor. The following testing frequencies shall apply to this project. The testing frequencies may be modified to assure compliance with the specifications. In each case, the Engineer may require additional tests be performed at the Contractor's expense, if test results do not meet the required densities and results. Trench Backfillinq 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. 52 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). Subgrade Preparation Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5,000 square feet of surface area for each lift of roadway subgrade. Subgrade compaction shall be as specified in Section 2- 06.3(2). Ballast and Crushed Surfacing Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compation test shall be taken for every 5,000 square feet of surface area for each lift of ballast or crushed surfacing. Compaction of ballast and crushed surfacing shall be as specified in Section 4- 04.3(5). Asphalt Concrete Pavement Copies of the maximum Rice density test for each class of asphalt concrete pavement and copies of all test results shall be provided to the Engineer as construction progresses. Density tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5000 square feet of surface area for each lift of asphalt concrete pavement. Compaction of asphalt concrete pavement shall be as specified in Section 5- 04.3(10)B of these Special Provisions. 53 1 -07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1 -07.1 Laws To Be Observed Section 1 -07.1 is supplemented with the following. (May 28, 1996) Prevention Of Environmental Pollution And Preservation Of Public Natural Resources The Contractor shall comply with the following environmental provisions which are made a part of the contract documents. A copy of the environmental provisions are available to the Contractor at the Project Engineer's office. If the Contractor's operations involve work outside the areas covered by the following environmental provisions, the Contractor shall advise the Engineer and request a list of all additional environmental provisions covering the area involved. A copy of all additional environmental provisions is also available to the Contractor at the Project Engineer's office. Regulations of Yakima County Clean Air Authority 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 collect State sales tax from the Contracting Agency. The provisions of Section 1- 07.2(2) apply. 1 -07.5 Fish And Wildlife and Ecology Regulations 1- 07.5(1) General Add the following: The Contractor shall be liable for the payment of all fines and penalties resulting from failure to comply with the federal, state, and local pollution control regulations. 1- 07.5(4) Air Quality Supplement this section with the following: The local air pollution authority is the Yakima Regional Clean Air Authority, (509) 574- 1410. 1 -07.6 Permits And Licenses Section 1 -07.6 is supplemented with the following: (March 13, 1995) No hydraulic permits are required for this project unless the Contractor's operations use, divert, obstruct, or change the natural flow or bed of any river or stream, or utilize any of the waters of the State or materials from gravel or sand bars, or from stream beds. Add the following to this section. The Contractor shall have or obtain a valid City of Yakima Business license for the duration of this project. 54 1 -07.9 Wages 1- 07.9(1) General Section 1- 97.9(1) is supplemented with the following: Federal Wage rates are not required on this project. The most current copy of the State Wage rates for Yakima County is included in these Contract Documents. 1 -07.11 Requirements For Non - discrimination Section 1 -07.11 is supplemented with the following: Equal Employment Opportunity Responsibilities (March 6, 2000) Requirement For Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246) 1. The Contractor's attention is called to the Equal Opportunity Clause and the Standard Federal Equal Employment Opportunity Construction Contract Specifications set forth herein. 2. The goals and timetables for minority and female participation set by the Office of Federal Contract Compliance Programs, expressed in percentage terms for the Contractor's aggregate work force in each construction craft and in each trade on all construction work in the covered area, are as follows: Women - Statewide Timetable Goal Until further notice 6.9% Minorities - by Standard Metropolitan Statistical Area (SMSA) Spokane, WA: SMSA Counties: Spokane, WA 2.8 WA Spokane. Non -SMSA Counties 3.0 WA Adams; WA Asotin; WA Columbia; WA Ferry; WA Garfield; WA Lincoln, WA Pend Oreille; WA Stevens; WA Whitman. Richland, WA SMSA Counties: Richland Kennewick, WA 5.4 WA Benton; WA Franklin. Non -SMSA Counties 3.6 WA Walla Walla. Yakima, WA: SMSA Counties: Yakima, WA 9.7 WA Yakima. Non -SMSA Counties 7.2 WA Chelan; WA Douglas; WA Grant; WA Kittitas; WA Okanogan. 55 Seattle, WA: SMSA Counties: Seattle Everett, WA 7.2 WA King; WA Snohomish. Tacoma, WA 6.2 WA Pierce. Non -SMSA Counties 6.1 WA Clallam; WA Grays Harbor; WA Island; WA Jefferson; WA Kitsap; WA Lewis; WA Mason; WA Pacific; WA San Juan; WA Skagit; WA Thurston; WA Whatcom. Portland, OR: SMSA Counties: Portland, OR -WA 4.5 WA Clark. Non -SMSA Counties 3.8 WA Cowlitz; WA Klickitat; WA Skamania; WA Wahkiakum. These goals are applicable to each nonexempt Contractor's total on -site construction workforce, regardless of whether or not part of that workforce is performing work on a Federal, or federally assisted project, contract, or subcontract until further notice. Compliance with these goals and time tables is enforced by the Office of Federal Contract compliance Programs. The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60 -4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60- 4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, in each construction craft and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goal shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60 -4. Compliance with the goals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Engineer within 10 working days of award of any construction subcontract in excess of $10,000 or more that are Federally funded, at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. 4. As used in this Notice, and in the contract resulting from this solicitation, the Covered Area is as designated herein. Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246) 1. As used in these specifications: a Covered Area means the geographical area described in the solicitation from which this contract resulted; 56 b. Director means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; c. Employer Identification Number means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U. S. Treasury Department Form 941; d. Minority includes: (1) Black, a person having origins in any of the Black Racial Groups of Africa. (2) Hispanic, a fluent Spanish speaking, Spanish surnamed person of Mexican, Puerto Rican, Cuban, Central American, South American, or other Spanish origin. (3) Asian or Pacific Islander, a person having origins in any of the original peoples of the Pacific rim or the Pacific Islands, the Hawaiian Islands and Samoa. (4) American Indian or Alaskan Native, a person having origins in any of the original peoples of North America, and who maintain cultural identification through tribal affiliation or community recognition. 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted 3. If the Contractor is participating (pursuant to 41 CFR 60 -4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith effort to achieve the Plan goals and timetables. 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of this Special Provision The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 57 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment vppvl LUl lllIGJ. Trainees mull be trained IGU )JU OJUal 111 to training 111 l programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its action. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on -site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off - the - street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefor, along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union _L__.._1 P L__ impeded LL_ Contractor's _n1 __i referral piuue55 has Iiiipeueu the L'UIIUd(RUI'S CIIUIts 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. 58 f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with on -site supervisory personnel such as Superintendents, General Foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j Encourage present minority and female employees to recruit other minority persons and women and where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's work force. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60 -3. I. Conduct, at least annually, an inventory and evaluation of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are nonsegregated except that separate or single -user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. 59 o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling f their affirmative action obligations (7., through 7 The efforts IUIIII1111 one or more VI NIGII all IlI1a1IVa a'atIoII VVIII,.al.I Jll ,,a U j i, I p . IIIG all It of a contractor association, joint contractor - union, contractor - community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of the obligations under 7a through 7p of this Special Provision provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensure that the concrete benefits of the program are reflected in the Contractor's minority and female work -force participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrate the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non- minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The Contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspensions, terminations and cancellations of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The Contractor, in fulfilling its obligations under these specifications, shall implement _ peulic dill - mcni ._ __.- _.- dL l abt d e a_ those standards prescribed HI A�.JClallli dI111111CILIVC dl.LWll JLC�.1J, dl I as extensive as those JIdIIUdIUJ pI eJU IUCU 111 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, 60 telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, the Contractors will not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). (July 10, 2000) Disadvantaged Business Enterprise (DBE) Participation The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR part 26 apply to this contract. The requirements of this contract are to report what is accomplished to enable the Contracting Agency to track achievement. No preference will be included in the evaluation of bids /proposals, no minimum level of DBE participation shall be required as a condition for receiving an award and bids /proposals will not be rejected or considered non - responsive on that basis. DBE Goals No DBE goals have been assigned as a part of this contract. Affirmative Efforts to Increase DBE Participation Contractors are encouraged to: 1. Advertise opportunities for Subcontractors or suppliers in a manner reasonably designed to provide DBEs capable of performing the work with timely notice of such opportunities. All advertisements should include a provision encouraging participation by DBE firms and may be done through general advertisements (e.g., newspapers, journals, etc.) or by soliciting bids /proposals directly from DBEs. 2. Utilize the services of available minority community organizations, minority Contractor groups, local minority assistance offices and organizations that provide assistance in the recruitment and placement of DBEs and other small businesses. 3. Establish delivery schedules, where requirements of the contract allow, that encourage participation by DBEs and other small businesses. 4. Achieve DBE attainment through joint ventures. DBE Eligibility (for reporting purposes only) Definition of DBEs DBE status is designated by: The current list of firms accepted as certified by the Office of Minority and Women's Business Enterprises (OMWBE.) A list of firms accepted as certified by OMWBE is available from that office at (360) 704 -1180 or on line through their web site at (www.wsdot.wa.gov /omwbe /). 61 DBE Participation When a DBE participates in a contract, only the value of the work actually performed by the DBE will be counted. 1. Count the entire amount of the portion of the contract that is performed by the DBE's own forces. Include the cost of supplies and materials obtained by the DBE for the work of the contract. Include supplies purchased or equipment leased by the DBE. Exclude supplies and equipment the DBE Subcontractor purchases or leases from the Contractor or its affiliate. 2. County the entire amount of fees or commissions missions charged by a DBE firm for providing a bona fide service, such as professional, technical, consultant, or managerial services, or for providing bonds or insurance, provided the fees are reasonable. 3. When a DBE subcontracts part of the work of its contract to another firm, the value of the subcontracted work shall be counted if the DBE's Subcontractor is also a DBE. The work that a DBE subcontracts to a non -DBE firm does not count as participation. DBE Prime Contractor A DBE prime Contractor shall only count the work performed with its own forces as well as the work performed by DBE Subcontractors and DBE suppliers. Joint Venture When a DBE performs as a participant in a joint venture, only count that portion of the total dollar value of the contract equal to the distinct, clearly defined portion of the work that the DBE performs with its own forces. Commercially Useful Function You may count expenditures to a DBE Contractor if the DBE is performing a commercially useful function on that contract. 1. A DBE performs a commercially useful function when it is responsible for execution of the work of the contract and is carrying out its responsibilities by actually performing, managing, and supervising the work involved. To perform a commercially useful function, the DBE must also be responsible, with respect to materials and supplies used on the contract, for negotiating price, determining quality and quantity, ordering the material, installing (if applicable) and paying for the material itself. 2. A DBE does not perform a commercially useful function if its role is limited to that of an extra participant in a transaction, contract, or project through which funds are passed in order to obtain the appearance of DBE participation. 3. A DBE does not perform a commercially useful function if it fails to exercise responsibility with its own work force for at least 30 percent of the total cost of Its contract. Trucking Use the following factors in determining whether a DBE trucking company is performing a commercially useful function: 1. The DBE must be responsible for the management and supervision of the entire trucking operation for which it is responsible for on a particular contract, and there cannot be a contrived arrangement for the purpose of meeting the DBE goals. 62 2. The DBE must itself own and operate at least one fully licensed, insured, and operational truck that is used on the contract. 3. Credit towards project goals for DBE trucking firms who do not own at least one truck, will be granted only for the fees the DBE firm retains for providing the hauling service. 4. In order for DBE project goals to be credited, DBE trucking firms must be covered by a subcontract or a written agreement approved by WSDOT prior to performing their portion of the work. 5. DBE trucking firms are required to perform at least fifty percent (50 %) of the work with his /her own trucks and personnel. 6. DBE trucking firms may utilize owner /operator trucks. The number of owner /operator trucks may not exceed any limitations on subletting or reassigning the work specified. All owner /operators must appear on the DBE Contractor's or DBE Subcontractor's payroll designated as owner /operator. The hours worked or wages paid may be reflected either on the payroll or on the record of payments to each owner /operator. 7. DBE trucking firms may lease or rent trucks from other sources, except from prime Contractors to whom they are Contractors, provided: a) A written valid lease /rental agreement on all trucks leased or rented is submitted to the project manager prior to the beginning of work; and b) Only the vehicle (not the operator) is leased or rented. c) The agreement must include the lessors name, trucks to be leased, and agreed upon amount or method of payment (hour, ton or load hauled). d) All lease agreements shall be long -term agreements, not project - by- project. The DBE is limited to leasing or renting two (2) additional trucks for each truck owned by the DBE trucking firm. Expenditures with DBEs Expenditures with DBEs for materials or supplies shall be counted as provided in the following: Manufacturer If the materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the materials or supplies Regular Dealer 1. Counting If the materials or supplies are purchased from a DBE regular dealer, count 60 percent of the cost of the materials or supplies. 2. Definition 63 a) To be a regular dealer, the firm must be an established, regular business that engages, as its principal business and under its own name, in the purchase and sale or lease of the products in question. b) A person may be a regular dealer in such bulk items as petroleum products, steel, cement, gravel, stone, or asphalt without owning, operating, or maintaining a place of business, as provided elsewhere in this specification, if the person both owns and operates distribution equipment for the products. Any supplementing of regular dealers' own distribution equipment shall be by a long -term lease agreement and not on an a d hoc or conLract V' ct balls. c) Packagers, brokers, manufacturers' representatives, or other persons who arrange or expedite transactions are not regular dealers. Purchased from a DBE With respect to materials or supplies purchased from a DBE who is neither a manufacturer nor a regular dealer, count the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies, or fees or transportation charges for the delivery of materials or supplies required on a job site, provided the fees are reasonable and typical for the services rendered. No part of the cost of the materials and supplies themselves shall be counted. Procedures Between Award and Execution After award and prior to execution of the contract, the Contractor shall provide the names and addresses of all firms that submitted a bid or quote to the Contractor as part of bidding this contract and note which of those firms were successful and will participate in the contract. These firms may be contacted to solicit general information as follows: 1. age of the firm 2. average of its gross annual receipts This information is necessary to maintain a bidder's list in compliance with the requirements of the 49 CFR, Part 26. Simply stated: who is soliciting the work and what is their capacity? The Contracting Agency will use this information to accurately determine an overall goal based on the percentage of DBEs who are ready, willing and able to perform the work. Reporting The Contractor shall submit a "Quarterly Affidavit of Amounts Paid DBE Participants" on a quarterly basis for every quarter in which the contract is active (work is accomplished) or upon completion of the project, as appropriate. The quarterly reports are due on the 20th of April, July, October, and January for the four respective quarters. The dollars reported will be in accordance with the "DBE Eligibility" section of this specification. Payment Payment for complying with the conditions of this specification and any associated DBE requirements is the Contractor's responsibility. Those costs shall be incidental to the respective bid items. Further Information If further information is desired concerning Disadvantaged Business Enterprise participation, inquiry may be directed to: 64 External Civil Rights Branch Office of Equal Opportunity Washington State Department of Transportation Transportation Bldg., P.O. Box 47314 Olympia, WA 98504 -7314 or telephone - (360) 705 -7085. Fax (360) 705 -6801 1- 07.11(10)B Required Records and Retention Revise the first sentence of the first paragraph as follows: Replace "State Department of Transportation" with "the Contracting Agency" The third paragraph is revised to read as follows: The Contractor and all subcontractors on this project shall submit WSDOT Form 820 -010 to the Engineer by the Fifth of the month during the term of the Contract. 1 -07.12 Federal Agency Inspection Section 1 -07.12 is supplemented with the following: Federal inspection will not be required for this project. 1 -07.15 Temporary Water Pollution /Erosion Control Section 1 -07.15 is supplemented with the following: (October 25, 1999) Erosion and Sedimentation Control (ESC) Lead The ESC Lead shall be identified by the Contractor at the preconstruction meeting. The ESC Lead shall have, for the life of the contract, a current Certificate of Training in Construction Site Erosion and Sediment Control signed by the WSDOT Water Quality Program Manager. The Certificate of Training is valid for 3 years from the issue date on the certificate The ESC Lead shall implement the Temporary Erosion and Sedimentation Control (TESC) and Spill Prevention Control and Countermeasures (SPCC) plans. Implementation of the TESC and SPCC plans shall include, but is not limited to: 1. Installing, maintaining, inspecting and repairing all temporary erosion and spill control Best Management Practices (BMPs) included in the TESC and SPCC plans . All BMP's shall be inspected, maintained, and repaired as needed to assure continued performance of their intended function. All on -site erosion and sediment control measures shall be inspected at least once every seven days and within 24 hours after any storm event of greater than 0.5 inches within a 24 hour period. All spills shall be responded to as outlined in the SPCC Plan . Damaged or inadequate TESC measures shall be corrected within 24 hours of the inspection. A Temporary Erosion and Spill Control Report shall be prepared for each inspection and shall be included in the TESC and SPCC files. The inspection report shall include, but not be limited to: a. When, where and how BMPs were installed, removed, or modified; b Repairs needed or made, c. Observations of BMP effectiveness and proper placement; d. Recommendations for improving performance of BMPs. 65 2. Preparing and maintaining a TESC and SPCC file on site that includes, but is not limited to: a. TESC and SPCC Inspection Reports; b. Stormwater site plan; c. Temporary Erosion and Sediment Control (TESC) Plan; d. Contractors addendum to the TESC; e National Pollutant Discharge Elimination System construction permit (Notice of Intent); f. Grading permit; Hydraulics Project A.-_.._.._1 y. nyurauuU5 rIUJ LI Approval. Upon request, the file shall be provided to the Engineer for review. (*** * * *) Spill Prevention, Control and Countermeasures Description This work shall consist of preparing a Spill Prevention, Control, and Countermeasures (SPCC) Plan and preparing for implementation of the plan. SPCC Plan Requirements The Contractor shall be responsible for the preparation of an SPCC plan to be used for the duration of the project. The plan shall be submitted to the Project Engineer prior to the commencement of any construction activities A copy of the plan with any updates shall be maintained at the work site by the Contractor. The SPCC plan shall identify construction planning elements and recognize potential spill sources at the site. The Plan shall outline responsive actions in the event of a spill or release and shall identify notification and reporting procedures. The Plan shall also outline Contractor management elements such as personnel responsibilities, project site security, site inspections and training. The Plan shall outline what measures the Contractor shall take to prevent the release or spread of the following: • Any hazardous material* found on site and encountered during construction but not identified in contract documents. • Any hazardous materials* that the Contractor stores, uses, or generates on the construction site during construction activities. These items include, but are not limited to, gasoline, oils and chemicals. *Hazardous material, as referred to within this specification, is defined in RCW 70.105.010 under "hazardous substance ". The SPCC plan shall also address, at a minimum, the following project - specific information: Introduction SPCC Plan Elements Site Information Management Approval Site Description Planning and Recognition Spill Prevention and Containment Spill Response Reporting 66 Program Management Attachments. A - Emergency Action Plan B - Site Plan C - Inspection and Incident Report Forms Implementation Requirements In the event that hazardous material is encountered during the course of the work, regardless of whether or not the material is shown in the Plans, the implementation of the Contractor's SPCC Plan shall be included in the scope of the contract and shall be carried out by the Contractor. The Contractor shall maintain, at the job site, the applicable equipment and material designated in the SPCC Plan. (October 25, 1999) Payment The lump sum contract price for the "Spill Prevention Plan" shall be full pay for all labor, equipment, material and overhead costs associated with the preparation of the SPCC Plan and any coordination and preparation needed prior to implementation. If the Contracting Agency is responsible for the cost of response, containment and any cleanup then payment shall be made through existing contract items or an Equitable Adjustment in accordance with Section 1 -09.4. Assignment of responsibility for payment shall be as defined elsewhere in the Contract. If the spill is due to the Contractor's operations or negligence nothing in this section shall be construed as relieving the Contractor of responsibility for damage and all cost of response, containment and any cleanup shall be borne by the Contractor. 1 -07.16 Protection And Restoration Of Property Section 1 -07.16 is supplemented with the following: (March 13, 1995) Archaeological And Historical Objects It is national and state policy to preserve, for public use, historical and prehistorical objects such as ruins, sites, buildings, artifacts, fossils, or other objects of antiquity that may have significance from a historical or scientific standpoint. Archaeological or historical objects, which may be encountered by the Contractor, shall not be further disturbed. The Contractor shall immediately notify the Engineer of any such finds. The Engineer will contact the archaeologist who will determine if the material is to be salvaged. The Contractor may be required to stop work in the vicinity of the discovery until such determination is made. If the archaeologist determines that the material is to be salvaged, the Engineer may require the Contractor to stop work in the vicinity of the discovery until the salvage is accomplished. Loss of time suffered by the Contractor due to resulting delays will be adjusted in accordance with Section 1 -08.8. 67 1 -07.17 Utilities And Similar Facilities (March 13, 1995) Section 1 -07.17 is supplemented with the following: Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. Public and private utilities, or their contractors, will furnish all work necessary to adjust, relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these Special Provisions. Such adjustment, relocation, replacement, or construction will be done during the prosecution of the work for this project. The Contractor shall call the Utility Location Request Center (One Call Center), for field location, not less than two nor more than ten business days before the scheduled date for commencement of excavation which may affect underground utility facilities, unless otherwise agreed upon by the parties involved. A business day is defined as any day other than Saturday, Sunday, or a legal local, State, or Federal holiday. The telephone number for the One Call Center for this project may be obtained from the Engineer. If no one - number locator service is available, notice shall be provided individually to those owners known to or suspected of having underground facilities within the area of proposed excavation. The Contractor is alerted to the existence of Chapter 19.122 RCW, a law relating to underground utilities. Any cost to the Contractor incurred as a result of this law shall be at the Contractor's expense. No excavation shall begin until all known facilities, in the vicinity of the excavation area, have been located and marked. The following addresses and telephone numbers of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience: Qwest 8 W 2nd Avenue, Room 304 Yakima, Washington 98902 509 - 575 -7183 Falcon Cablevision 1005 N 16th Avenue Yakima, Washington 98902 509 - 575 -1697 City of Yakima Water Division 2301 Fruitvale Blvd. Yakima, Washington 98902 509 - 575 -6154 City of Yakima Wastewater Division 2220 E. Viola, Yakima, Washington 98901 509 - 575 -6077 Cascade Natural Gas Corporation 401 N 1st Street, Yakima, Washington 98901 509 -457 -5905 Pacific Power PO Box 1729, Yakima, Washington 98907 509 - 575 -3146 The Contractor shall notify the Upper Yakima Valley Utilities Coordinating Council -Area 5, telephone number 1- 800 - 553 -4344, at least 48 hours prior to start of excavation so that underground utilities may be marked. It shall be the Contractor's responsibility to investigate the presence and location of all utilities prior to bid opening and to assess their impacts on his construction activities. Utilities, new or old, may be renewed, relocated, or adjusted for the proposed construction. The Contractor shall, prior to beginning any work, meet with all utility organizations (public and private) in the field to familiarize himself with existing utility locations, along with familiarizing himself with plans and schedules for the installation of new, relocated, or adjusted utilities. Both public and private utility organizations, along with private contractors working for these organizations, may be doing utility installations within the area. The proposed construction work must be coordinated with these utility installations. 68 The Contractor shall arrange with the owners and operators of the respective utility systems to mark the locations and, if necessary or prudent, to expose the existing utilities prior to construction of the facilities contained in this Contract. The Contractor shall coordinate his work with other contractors who may be working in the project area and cooperate with them. 1 -07.18 Public Liability and Property Damage Insurance (APWA only) General Requirements The seventh paragraph is revised as follows: Change "45 days" to "20 days" Revise the eighth paragraph by adding the following to the end of the first sentence: ", the City of Yakima, its employees, agents, and elected or appointed officials ". Revise the tenth paragraph to read as follows The Contractor shall forward to the City the additional insured endorsement as requested in the Evidence of Insurance Section. Coverages and Limits (APWA only) The section is revised to read: All coverages combined single limit shall be $1,000,000 per occurrence. The commercial general liability policy will contain a "per Job Aggregate" Endorsement. If this endorsement is not provided, an additional $2,000,000 umbrella limit will be required over and above the $1,000,000 underlying. A commercial general liability deductible of $5,000 or less is acceptable. The contractor will be responsible for the payment of that deductible for any losses which occur. Higher retention or deductible limits may be acceptable on prior approval by the City. Providing coverage in these stated amounts shall not be construed to relieve the Contractor from liability in excess of such limits. Evidence of Insurance (APWA only) The section is revised to read: The Contractor shall provide evidence of insurance by the following method: A completed ACORD form #25 (or equivalent) shall be submitted which conforms to the following requirements: 1. The ACORD form shall be accompanied by a completed Endorsement naming the City of Yakima, its agents, employees, and elected or appointed officials as an additional insured and containing the insured's name and policy number, and shall be signed by a duly authorized agent. 69 2. The wording in the CANCELLATION section "endeavor to" and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives" shall be crossed out and initialed by the agent/broker and shall provide for a cancellation notice of at least 20 days, to the City of Yakima. 3. Add the following text in the section entitled DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ALLOWED BY ENDORSEMENT / SPECIAL PROVISIONS. The City of Yakima, its agents employees, and elected or appointed officials are additional insured's for Wastewater Manhole Rehabilitation, City Project 1926. 4. Contain the appropriate amount and types of coverage's that are specified by the Contract. 1 -07.23 Public Convenience And Safety 1- 07.23(1) Construction Under Traffic Section 1- 07.23(1) is supplemented with the following: (March 13, 1995) The construction safety zone for this project is -10 -feet- from the outside edge of the traveled way. During nonworking hours equipment or materials shall not be within the safety zone unless it is protected by permanent guard rail or temporary concrete barrier. The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location. During the actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the safety zone and only construction vehicles absolutely necessary to construction shall be allowed within the safety zone or allowed to stop or park on the shoulder of the roadway. The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the safety zone at any time unless protected as described above. Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval. 70 1 -08 PROSECUTION AND PROGRESS 1 -08.1 Subcontracting Section 1 -08.1 is supplemented with the following: The Contractor shall use the Subcontractors List and the Subcontractor Certification form included within these contract documents to comply with the specifications of this section. 1 -08.3 Progress Schedule The first and second paragraphs are replaced with the following paragraph: The Contractor shall prepare and submit to the Engineer a Construction Progress and Completion Schedule using the Bar Graph or Critical Path Method. Items in the Schedule shall be arranged in the order and sequence in which they will be performed. The Schedule shall conform to the working time and time of completion established under the terms of the Contract and shall be subject to modification by the Engineer. The schedule shall be drawn to a time scale, shown along the base of the diagram, using an appropriate measurement per day with weekends and holidays indicated. The Construction Progress Schedule shall be continuously updated and, if necessary, redrawn upon the first working day of each month or upon issuance of any Change Order which substantially affects the scheduling. Copies (2 prints or 1 reproducible) of newly updated Schedules shall be forwarded to the Engineer, as directed, immediately upon preparation. The section is supplemented by the following: The Contractor shall submit a weekly activity schedule to the Construction Engineer before 9:00 a.m. on the Friday prior to the week indicated on the schedule. If the Contractor proceeds with work not indicated on his weekly activity schedule, or in a sequence differing from that which he has shown on his schedule, the Engineer may order the Contractor to delay unscheduled activities until they are included on a subsequent weekly activity schedule. 1 -08.5 Time For Completion (March 13, 1995) Section 1 -08.5 is supplemented with the following: This project shall be physically completed within Twenty -five (25) working days. 1- 08.10(1) Termination by Default Revise the last sentence of the fifth paragraph as follows: Replace "State of Washington, Department of Transportation" with "Contracting Agency ". 71 1 -10 TEMPORARY TRAFFIC CONTROL 1- 10.2(1)B Traffic Control Supervisor Revise the first sentence to read: A TCS shall be on the project whenever traffic control devices and or flaggers are required to fulfill the requirements of the Contractor's approved Traffic Control Plan or as authorized by the Engineer. 1 -10.3 Flagging, Signs, and An Other Traffic is Control Devices 1- 10.3(1) Traffic Control Labor Revise the first sentence of the third paragraph with the following: Delete the phrase "Traffic Control Labor" and replace it with "Maintenance and Protection of Traffic ". Revise the fourth paragraph as follows: Delete the first sentence. Delete the phrase "Traffic Control Labor" in the second sentence and replace it with "Maintenance and Protection of Traffic ". 1- 10.3(3) Construction Signs The first paragraph is revised as follows: The first sentence is revised to read: All signs, barricades, flashers, cones, traffic safety drums, and other traffic control devices required by the approved traffic control plan(s) as well as any other appropriate signs prescribed by the Engineer shall be furnished by the Contractor. Delete the last two sentences. The third paragraph is revised as follows: Delete item 2. Revise item 3 to read: Furnishing, initial installation and subsequent removal of both Class A and B construction signs; and 1- 10.3(5) Temporary Traffic Control Devices The first and second sentences are revised as follows: Delete the phrase "Temporary Traffic Control Devises" and replace it with "Maintenance and Protection of Traffic ". 72 1 -10.4 Measurement Delete the second paragraph and replace with the following: "Maintenance and Protection of Traffic" shall cover all traffic control labor as set forth in Section 1- 10.3(1), except the labor for Traffic Control Supervisor, and furnishing all temporary traffic control devices as set forth in Section 1- 10.3(5) as required by the approved Traffic Control Plan. 1 -10.5 Payment (APWA Only) Add the following pay item: "Maintenance and Protection of Traffic, (Min. Bid )" per Lump Sum The lump sum contract price shall be full compensation for furnishing and maintaining flaggers, modifying or adapting the Traffic Control Plan, furnishing, maintaining, moving and removing temporary traffic control signs and devises, traffic control vehicle, pilot car, and other traffic control measures required by the Approved Traffic Control Plan. No further payment will be made. The Contractor's bid shall equal or exceed the Minimum Bid amount shown. Refer to Section 1 -02.6 of these Special Provisions. 73 DIVISION 2 - EARTHWORK 2 -02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2 -02.1 Description Supplement this section with the following: The work shall specifically include the removal of existing asphalt pavement, curb and gutte ..t.. Lam....:.... ..1 1.... .,1 frames, manholes .I other yU , sidewalks, '..0 I basins and grates and 1I of I UI ail loge mal 11 IUICJ and any 'JLI IGl materials identified to be removed on the plans within the construction limits shown on the plans, or any other items identified by the Engineer to be removed. 2 -02.3 Construction Requirements Supplement this section with the following: Prior to removal, the Contractor shall use a vertical sawcut to delineate the areas of pavement removal from those areas that pavement is to remain. Concrete curb and gutter and sidewalks shall be removed to the nearest convenient joint if practical. If not practical to remove to the nearest joint, the Contractor shall sawcut these structures in a neat vertical and straight transverse horizontal line to provide a matching joint for the new construction. The materials to be removed under this section shall become the property of the Contractor. The Contractor shall haul the removed materials from the project. Damage caused to that portion of the pavement, curb and gutter or sidewalk that is to remain, due to the Contractor's operation, shall be repaired by the Contractor at the Contractor's expense and to the satisfaction of the Engineer. 2- 02.3(3) Removal of Pavement, Sidewalks, and Curbs Item 1 is revised to read: Haul all broken pieces to an off - project site to be obtained by the Contractor. Item 2 is revised by adding the following to the end of the sentence: "or to the nearest joint as directed." 2 -02.5 Payment Revise this section as follows: L_ amendment MM__.L !_. 2000 Payment 1 f Pavement, Delete the aamendment t UdWU IVIdI( U, GUUU. t"dY111Cllt for ICIIIUVdl of I'dVCIIlCIIL, Sidewalk, and Curbs within the excavation area for the pipeline and manholes shall be made under "Removal of Structure and Obstruction ", lump sum for this project. 74 2 -07 WATERING 2 -07.3 Construction Requirements Supplement this section with the following: The Contractor shall secure permission from and comply with all requirements of the City of Yakima Water Division before obtaining water from fire hydrants. The Contractor shall notify the Engineer as soon as such permission is granted. The Contractor shall use hydrant wrenches only to open hydrants. While using hydrants, the contractor shall make certain that the hydrant valve is fully open in order to prevent damage to the hydrant valve. A metered hydrant connection furnished by the water utility shall be used as an auxiliary valve on the outlet line for control purposes. Fire hydrant valves shall be closed slowly to avoid a surge in the system causing undue pressure on the water lines. The Contractor shall carefully note the importance of following these directions. If a hydrant is damaged due to the Contractor or an employee of the Contractor, the Contractor shall immediately notify the water utility so that the damage can be repaired as quickly as possible. Upon completing the use of the hydrants, the Contractor shall notify the water utility so that the hydrants may be inspected for possible damage. Any damage resulting from the use of the hydrants by the Contractor will be repaired by the water utility, and the cost thereof shall be withheld, if necessary, from the final payment to the Contractor. The Contractor shall furnish all equipment and tools, except the metered hydrant connection, that may be necessary to meet the requirements of the water distribution agency pertaining to hydrant use. Violation of these requirements will result in fines and will lay the Contractor liable for damage suits because of malfunctioning of damaged fire hydrants, in the event of fire. 2 -07.4 Measurement This section is revised to read: Water shall be measured with the metered hydrant connection provided by the City of Yakima Water Division. 2 -07.5 Payment This section is revised to read: Water will be furnished by the City of Yakima Water Division without charge. The Contractor shall convey the water from the nearest convenient hydrant or other source at his expense. 75 2 -09 STRUCTURE EXCAVATION 2 -09.4 Measurement The second paragraph, Horizontal Limits, is revised to read: The Horizontal Limits shall be as shown on the plans. The second sentence of the paragraph Shoring or Extra Excavation, is revised to read: Shoring or Extra Excavation Class B will be measured by the linear foot. 2 -09.5 Payment Revise the Item: "Shoring or Extra Excavation Class B ", per square foot. To read: "Shoring or Extra Excavation Class B ", per linear foot. Revise the two paragraphs immediately following the above item as follows: Replace "per square foot ", wherever it appears, with "per linear foot ". 76 DIVISION 5 - SURFACE TREATMENTS AND PAVEMENTS 5 -04 ASPHALT CONCRETE PAVEMENT 5 -04.2 Materials Supplement this section with the following: Asphalt concrete pavement used on this project shall be Class A. Delete the material reference for "Asphalt Cements" and replace with the following: Asphalt Cement shall be PG 64 -28 meeting the requirements of AASHTO MP1. 5 -04.3 Construction Requirements 5- 04.3(7)A Mix Design Delete all reference to Section 9- 03.8(6)A Supplement this section with the following: The Contractor shall provide a mix design, performed in accordance with WSDOT Method 702 (Hveem mix design) to the Engineer for approval at least 5 working days prior to any paving operation. The use of more than 30 percent of recycled material in the asphalt concrete pavement on this project shall not be permitted. 5- 04.3(10)B Control. This section is revised to read: For asphalt concrete Classes A, B, E, F, and G, where paving is in traffic lanes, including lanes for ramps, truck climbing, weaving, speed changes, and left turn channelization and the specified compacted course thickness is grater than 0.10 foot, the acceptable level of compaction shall be a minimum of 91 percent of the maximum density as determined by WSDOT Test Method 705 /AASHTO T209. The level of compaction attained will be determined as the average of not less than 5 nuclear density gauge tests taken on the day the mix is placed (after completion of the finish rolling) at randomly selected locations within each lot. The quantity represented by each lot will be no greater than a single day's production or approximately 400 tons, whichever is less. Control lots not meeting the minimum density standard shall be removed and replaced with satisfactory material. At the option of the Engineer, noncomplying material may be accepted at a reduced price. Cores may be used as an alternative to the nuclear density gauge tests. When cores are taken by the Engineer at the request of the Contractor, the request shall be made by noon of the first working day following placement of the mix. The Engineer shall be reimbursed for the coring expenses at the rate of $75 per core when the core indicates the acceptable level of compaction within a lot has not been achieved. At the start of paving, if requested by the Contractor, a compaction test section shall be constructed as directed by the Engineer to determine the compatibility of the mix design. Compatibility shall be based on the ability of the mix to attain the specified minimum density (91 percent of the maximum density determined by WSDOT Test Method 77 705 /AASHTO T209). Following determination of compatibility, the Contractor is responsible for the control of the compaction effort. If the Contractor does not request a test section, the mix will be considered compatible. Asphalt Concrete Classes A, B, E, F and G constructed under conditions other than listed above shall be compacted on the bases of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. The Contractor actor shall provide adequate platforms to enable samples to be obtained without the Engineer entering the hauling vehicle. Acceptance testing for compliance of asphalt content will use the Nuclear Asphalt Gauge Procedure: WSDOT Test Method 722 -T. Acceptance testing for compliance of gradation will use the Quick Determination of Aggregate Gradation Using Alternate Sovent Procedure: WSDOT Test Method 723 -T. Asphalt concrete Class D and pre - leveling mix shall be compacted to the satisfaction of the Engineer. In addition to randomly selected locatins for tests of the control lot, the Engineer reserves the right to test any area which appears defective and to require the further compaction of areas that fall below acceptable density readings. These additional tests shall not impact the compaction evaluation of the entire control lot. 5- 04.3(13) Surface Smoothness The last paragraph is revised with the following: When utility appurtenances such as manhole rings and covers and valve boxes are encountered or are to be located within the asphalt pavement area, these items are either to be removed or not put in place until after the paving operation has been completed. The location of each utility appurtenance and all Monuments shall be referenced prior to the start of paving operations and a temporary covering shall be placed over the appurtenances to facilitate the continuous paving operation. After paving has been completed, the Contractor shall furnish, install and adjust new castings on all new and existing public utility structures, and new Monument Cases for all monuments as shown on the plans. Utility Castings shall not be adjusted until the pavement is completed, at which time the center of each structure and each monument shall be relocated from the references previously established by the Contractor. The asphalt concrete pavement shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the rim plus 2 feet. The new rim shall be placed on cement concrete blocks or adjustment rings and wedged up to the desired gr .1.J.1 I I I U .1 JG .11.1..1.11.1 ..111111 JG IU . ,l0 1.1 )UUU .1 1IL .1 CLG ..11 11 auc. i I ro vaac iiialci ia�a ai iau uc I CI I IV VGU a� iu �.iaaa auuu 1.c�ilci IL �.vnCr c1c ai iau 1.)0 0 placed within the entire volume of the excavation up to, but not to exceed, 1 -1/2 " below the finished pavement surface. On the following day, the concrete, the edges of the asphalt concrete pavement and the outer edge of the casting shall be painted with hot asphalt cement. Class G asphalt concrete shall then be placed and compacted with hand tampers and a patching roller. 78 The completed patch shall match the existing paved surface for texture, density and uniformity of grade. The joint between the patch and existing pavement shall then be painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. 5- 04.3(15) Asphalt Concrete Approach Add the following to the sentence: "or reconstructed," after the word "constructed ". 5- 04.3(17) Paving Under Traffic Revise the last paragraph and sentence as follows: Change the phrase "except temporary pavement markings," to "including temporary pavement markings," 5 -04.4 Measurement Add the following to the fifth paragraph: asphalt concrete pavement with PG 64 -28 asphalt, Supplement the fifth paragraph with the following: Asphalt Conc. for Pavement Repair shall consist of Class 'A' Asphalt Concrete with PG64 -28. 5- 04.5(1) Quality Assurance Price Adjustment This Section is deleted. 5- 04.5(1)A Price Adjustments for Quality of AC Mix This Section is deleted. 5- 04.5(1)B Price Adjustments for Quality AC Compaction This Section is deleted. 79 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 7 -05 MANHOLES, INLETS, AND CATCH BASINS 7 -05.3 Construction Requirements Supplement this section with the following: The installation of New Manholes on this project shall include the furnishing of the cast iron rings and covers, and the work shall include the final adjustment to grade. 7- 05.3(1) Adjusting Manholes and Catch Basins to Grade This section is revised to read: All Manholes, Catch Basins, Valve Boxes, Monument Cases and other utility castings shall be adjusted in accordance with Section 5- 04.3(13). 7 -05.4 Measurement Supplement this section with the following: The measurement for the item "Manhole _, In. Diam. ", per each shall include all labor, tools, equipment and materials required to complete the installation of the new manholes, including the final adjustment to grade. 7 -05.5 Payment Add the following pay item: "Manhole _ In. Diam. ", per each. 7 -08 GENERAL PIPE INSTALLATION REQUIREMENTS 7 -08.2 Materials Add the following: Crushed Surfacing Top Course (for Trench Backfill) 9- 03.9(3) 7- 08.3(1)A Trenches Delete paragraph 8. 7- 08(1)C Bedding the Pipe Supplement the second paragraph with the following: All pipe shall be bedded as shown on the Typical Trench Section of the City of Yakima Standard Details. 80 7- 08.3(3) Backfilling Add the following paragraph: Where directed by the Engineer, specifically all street crossing trenches shall be backfilled for the full depth of the trenches with Crushed Surfacing Top Course (for Trench Backfill). 7 -08.4 Measurement Add the following: Crushed Surfacing Top Course (for Trench Backfill) shall be measured by the Ton. 7 -08.5 Payment Add the following pay item: "Crushed Surfacing Top Course (for Trench Backfill)", per ton. Revise the pay Item: "Shoring or Extra Excavation Class B ", per square foot. To read: "Shoring or Extra Excavation Class B ", per linear foot. 7 -17 SANITARY SEWERS 7 -17.2 Materials Supplement this Section with the following: Pipe approved for use on this project shall only be: Solid Wall PVC Sanitary Sewer Pipe as per 9- 05.12(1). 7 -17.3 Construction Requirements 7- 17.3(2) Cleaning and Testing 7- 17.3(2)B Exfiltration Test This Section is deleted 7- 17.3(2)C Infiltration Test This Section is deleted. 7- 17.3(2)D Other Test Allowances This Section is deleted. 7- 17.3(2)E Low Pressure Air Test for Sanitary Sewers Constructed of Air - Permeable Materials 81 This Section is deleted. 7- 17.3(2)G Deflection Test for Thermoplastic Pipe Revise the first sentence of the first paragraph as follows: Replace "30 days" with "15 days ". 7- 17.3(2)H Television Inspection Revise the first sentence of the first paragraph as follows: Replace the word "may" with "shall" Supplement this Section with the following: Television inspection shall be performed by City of Yakima, Wastewater Collection Division after the trench has been backfilled and compacted to the required density and before any repaving work, or a minimum of 5 days after the required deflection (mandrel) test and low- pressure air test have been accepted. The Contractor shall make arrangements with the City of Yakima Wastewater Collection Division at (509)575 -6118 or (509)952 -6077 at least 24 hours in advance of the inspection. 7 -17.4 Measurement Revise this section as follows: Replace the second paragraph with the following: No separate measurement will be made for testing sewer pipe. 7 -17.5 Payment Revise this section as follows: The sentence following bid item "Testing Sewer Pipe" is replaced with the following: All costs for testing the sewer pipe as required in Section 7- 17.3(2) shall be included in the unit contract price for "PVC Sanitary Sewer Pipe In. Diam. ", per linear foot. 82 DIVISION 8 - MISCELLANEOUS CONSTRUCTION 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. 83 DIVISION 9 MATERIALS 9 -03 AGGREGATES 9 -03.8 Aggregates for Asphalt Concrete 9- 03.8(3)C Gradation -- Recycled Asphalt Pavement and Mineral Aggregate Revise the second paragraph as follows: Delete the reference to Section 9 -03 8(6)A 9- 03.8(6)A Basis of Acceptance Delete this section. 9 -05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS 9 -05.15 Metal Castings 9- 05.15(1) Manhole Ring and Cover Revise this section to read: 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 Wastewater Collection- Maintenance Facility at 204 W. Pine by the Contractor. Prior arrangements must be made to assure the facility will be open for delivery. 84 CONTRACT . THIS AGREEMENT, made and entered into in triplicate, this t day of i.- , 2001, by and between the City of Yakima, hereinafter called the Owner, and Evans & Son, Inc. 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 $76,954.28, for Wastewater Manhole Rehabilitation, Project No. 1926, all in accordance with, and as described in the attached plans and specifications and the 2000 Standard Specifications for Road, Bridge, and Municipal Construction which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this contract and every part thereof. Work shall start within ten (10) days after the Notice to Proceed and shall be completed in Twenty -five (25) 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 r day of 2001. , i'.itNSrir S., A) . TM( , a k)nt Corporation Contractor �( ` � � By: ?. ,ju. /� .,- -.. « -s City anag Attest: 1 .4/s» e c, 41��4A) S' aft-0,---- ` 4 tr (Print Name) City Clerk � C / "`',; ,,, , �� �„� � ,?/ ; ,� ; r Its ,ec�. ' ' >, c. ,, s ' d -* (President, Owner, etc.) i , %/ i ,,, ,, ,,,, , , , „0 , ,,„ <. A ddress: x ,21 l)"Y'y' e_ 1 � " '81.4) 4 .._\ 7 85 Aug -09 -01 09:04A Evans & Son, Inc. 509 -575 -1105 P.01 BOND #8166109 PERFORMANCE BOND BONG? TO CITY OF YAKIMA KNOW ALL MEN BY THESE PRESENTS That we, the undersigned. EVANS & SON, INC . WASHINGTON Corporation as Principal and FIDELITY AND DEPOSIT COMPANY OF MARYLAND corporation organized and existing under the laws of the State of __ MARYLAND as a surety corporation, and qualified under the laws of the Slate of Washington to become surety upon bonds of contractors with municipal corporations, as surety, are �intly and severalty held and firmly bound to the CITY OF YAKIMA in the penal sum of $ for the payment of whin+ 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. DATEO Yakima, Washington, this 9THfay of AUGUST , 20 01 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 nt the CiTY OF YAKiMA has let or is about to let to the said .. EVANS AND SON, INC . _, the above bounded Principal, a certain contract, the said contract being numbered #1926 and providing for WASTEWATER MANHOLE REHABIL tifellatict is referred to herein and is made a part hereof as though attached hereto), and, WHEREAS, the said Principal has accepted, or rs about to accept, the said contract, and undertake to perform the work therein provided for in the manner and within the time set forth: 3 NOW THEREFORE, if the said EVANS & SONS , INC . r 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, subcontractors and material men, and all persons who shall supply said principal or sub- contractors with provisions and supplies for the carrying on of said work, and shall hold said CITY OF YAKIMA, its employees, agents, and elected of 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 matenal or workmanship provided or performed tinder 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. EVANS, &__SO..I�, INC • _.. ..ni. or) _ Z By ,� d irrt .. 1. k (Pnni Name) Appiuvc as to tons: t °e: 444,2) / (President, Owner, etc.I ( City aAttorney) FIDELITY AND DEPOSIT COMPANY OF MARYLAND ( Fly) • _ Ey: J ►A PERKINS (Print Name) _. us: ATTORNEY —IN —FACT 87 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND HOME OFFICE: P.O. BOX 1227, BALTIMORE, MD 21203 -1227 Know ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by W. B. WALBRECHER, Vice - Preside t, and T. E. SMITH, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of i *:, -Laws o .:• Company, which are set forth on the reverse side hereof and are hereby certified to be in full f • N ; d effec e date hereof, does hereby nominate, constitute and appoint Don W. EMERICK, JR., Car: a I RN, J RKINS, Lissa M. SHIVELY, Traci SULLIVAN and Tammy R. MCKEE, all of Ya Washi JAN EACH its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, f. �,,• • • on it ►F � - '1 �i , as surety, and as its act and deed: any and all bonds and undertakings and the execution of su .e. ' ds or u :R' 'ings in pursuance of these presents, shall be as binding upon said Company, as fully and amply, l '. - 11 .11 intent `. purposes, as if they had been duly executed and acknowledged by the regularly elected office ••1.� the ComA, at its office in Baltimore, Md., in their own proper persons. This power of attorney revokes that i on beha on W. EMERICK, JR., etal, dated June 9, 1998. The said Assistant Secretary does herel ify that , 1 a Mtract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By -Laws o s now in force. IN WITNESS WHEREOF, the saee- Preside , t a1�d Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELIT ` 7a DEPOSIT COMPANY OF MARYLAND, this 6th day of July, A.D. 1998. ATTEST: FIDELITY A 0A0 POSIT COMPANY OF MARYLAND . / 4... , �1. B y : T. E. Smith Assistant Secretary W. B. Walbrecher Vice - President State of Maryland ss: County of Baltimore On this 6th day of July, A.D. 1998, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came W. B. Walbrecher, Vice - President and T. E. Smith, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Carol J. Fa -r Notary Public My Commission Expires: August 1, 2000 L1428 -180 -3127 EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice - President, or any of the Senior Vice - Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice - Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the Vice - President who executed the said Power of Attorney was one of the additional Vice- Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice - President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 9TH day of AUGUST , 2001 Assistant Secretary . oRD CERTIFICATE OF LIABILITY INSURANCE I 08 /09 /2001 ER (509)965 -2090 FAX (509)966 -3454 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION rer Insurance, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR N. 50th Ave. ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Box 10088 ima, WA 98909 -1088 INSURERS AFFORDING COVERAGE ID Evans & Son Inc. INSURER A: Ameri States Ins. Co. 2206 Terrace Heights Rd. INSURER B: Yakima, WA 98901 INSURER C: INSURER D: AMENDED 8/15/01 I INSURER E. IERAGES 1E POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING JY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR AY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH OLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. POLICY DA E (MM /DD/YY) DATE (MM /OD/Y ) EFFECTIVE POLICY TYPE OF INSURANCE POLICY NUMBER LIMITS GENERAL LIABILITY 02WPO44518 06/01/2001 06/01/2002 EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY FIRE DAMAGE (Any one fire) $ 200,000 CLAIMS MADE I X OCCUR MED EXP (Any one person) $ 10,000 X Employers Li ab . PERSONAL & ADV INJURY $ 1,000,000 X Per Project Agg. GENERAL AGGREGATE $ 3,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP /OP AGG $ 3,000,000 POLICY n PRO- OLICY LOC JECT AUTOMOBILE LIABILITY 02WPO44518 06/01/2001 06/01/2002 COMBINED SINGLE LIMIT X ANY AUTO (Ea accident) $ 1,000,000 ALL OWNED AUTOS BODILY INJURY $ A SCHEDULED AUTOS rs�yy (Per person) HIRED AUTOS y -� C 5 ✓ 'ly\ 0 / (Per accident) RY $ ' NON -OWNED AUTOS A PROPERTY DAMAGE $ P� -. ' 0 1 -, y - ` (Per accident) GAR LIABILITY T yam, I ^�, t � 4 AUTO ONLY - EA ACCIDENT $ I ANY AUTO c? ) , C „ , , OTHER THAN EA ACC $ AUTO ONLY r� AGG $ EXCESS LIABILITY ` �\ ' �� EACH OCCURRENCE $ I OCCUR CLAIMS MADE f f ��4 AGGREGATE $ v� C a �( � $ DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION AND a OR LIMI T OTH TORY LIMITS I ER - EMPLOYERS' LIABILITY E.L. EACH ACCIDENT $ ■ E.L. DISEASE - EA EMPLOYEE $ I E.L. DISEASE - POLICY LIMIT I $ OTHER I DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES /EXCLUSIONS ADDED BY ENDORSEMENT /SPECIAL PROVISIONS RE: WASTEWATER MANHOLE REHABILITATION #1926. THE CITY OF YAKIMA, ITS AGENTS, EMPLOYEES AND I ELECTED OR APPOINTED OFFICIALS ARE NAMED AS ADDITIONAL INSUREDS AS THEIR INTEREST MAY APPEAR. • CERTIFICATE HOLDER ADDITIONAL INSURED; INSURER LETTER: CANCELLATION I SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL KIXXXXXXIX MAIL 20 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, CITY OF YAKIMA X' 1000XX XIXXX UXXXXIX XXXXLVAXX XXd6JbXIX 129 N. 2ND STREET N( XX\XXXXXYAXIC o?tA 'NX`X GX*X04490hAKX5XNXXXXXXXXXX YAKIMA, WA 98901 AUTHORIZED REPRESENTATIVE /� David LaRiviere /SHELLE \CORD 25 -S (7/97) ©ACORD CORPORATION 1988 AUG -15 -2001 10 00 CONOUER INSURANCE 1509%63454 P.02 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. American a states in LIABILITY PLUS ENDORSEMENT CO 76 35 03 98 insurance A snFECOCompany COMMERCIAL GENERAL LIABILITY This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ADDITIONAL INSURED - BY WRITTEN CONTRACT, (4) Permits issued by any state or political AGREEMENT OR PERMIT subdivision with respect to operations The following paragraph is added to WHO 1S AN INSURED performed by you or on your behalf, subject (Section II): to the following additional provisions: (a) This insurance does not apply to 5. Any person or organization for whom you are required "bodily injury," "property damage," by written contract, agreement or permit to provide "personal injury," or "advertising insurance is an insured, subject to the following injury" arising out of operations additional provisions: performed for the state or municipality; a. The contract, agreement or permit must be in (b) This insurance does not apply to effect during the policy period shown in the "bodily injury" or "property damage" Declarations, and must have been executed prior included within the to the "bodily injury," "property damage," "products- completed operations "personal injury," or "advertising injury." hazard." b. The person or organization added as an insured c. The insurance with respect to any architect, by this endorsement is an insured only with engineer, or surveyor added as an insured by this respect to liability arising out of. endorsement does not apply to "bodily injury," (1) The ownership, maintenance or use of that "property damage," "personal injury," or part of premises you own, rent, lease or "advertising injury" arising out of the rendering occupy, subject to the following additional of or the failure to render any professional provisions: services by or for you, including: (a) This insurance does not apply to any (1) The preparing, approving, or failing to "occurrence" which takes place after prepare or approve maps, drawings, you cease to be a tenant in any opinions, reports, surveys, change orders, premises leased to or rented to you; designs or specifications; and (b) This insurance does not apply to any (2) Supervisory, inspection or engineering structural alterations, new construction services. or demolition operations performed by d. With regard to any coverage provided to the or on behalf of the person or insured added by this paragraph, Condition 4. organization added as an insured; Other Insurance (Section 1V) applies. However, if (2) Your ongoing operations for that insured, the contract or agreement which requires the whether the work is performed by you or for person or organization be added as an insured you; specifically requires that this insurance apply (3) The maintenance, operation or use by you without regard to other valid and collectible of equipment leased to you by such person primary insurance available to that insured, or organization, subject to the following Paragraph 4.a. of COMMERCIAL GENERAL additional provisions: LIABILITY CONDITIONS (Section IV) is amended (a) This insurance does not apply to any to read: "occurrence" which takes place after a. Primary Insurance the equipment lease expires; This insurance is primary except when b. (b) This insurance does not apply to below applies. "bodily injury or "property damage" However, no coverage will be provided if, in the arising out of the sole negligence of absence of this endorsement, no liability would such person or organization; be imposed by law on you. page 1 of 3 ,. nn ,uYr,n,.kROG.ftl1IIS_G TOTAL P.02 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 93 PREVAILING WAGE RATES The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in the performance of any part of this contract shall be in accordance with the provisions of Chapter 39.12 RCW, as amended. The rules and regulations of the Department of Labor and Industries are by reference made a part of this contract as though fully set forth herein. The current schedule of prevailing wage rates for the locality or localities where this contract will be performed, as determined by the Industrial Statistician of the Department of Labor and Industries, are included in these contract documents. Inasmuch as the contractor will be held responsible for paying the prevailing wages, it is imperative that all contractors familiarize themselves with the current wage rates, as determined by the Industrial Statistician of the Department of Labor and Industries, before submitting bids based on these specifications. In case any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be adjusted by the parties in interest, including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State and his decision therein shall be final and conclusive and biding on all parties involved in the dispute as provided for by RCW 39.12.060 as amended. Current prevailing wage rules and data can be furnished by the Industrial Statistician upon request. You may submit your request to: Department of Labor and Industries ESAC Division PO Box 44540 Olympia, Washington 98504 -4540 Telephone: 360- 902 -5335 95 PREVAILING WAGE RATES Prevailing Wage Rates for Yakima County (with Supplemental Wage Rates & Benefit Key Code) STATE WAGE RATES ARE INSERTED FOLLOWING THIS PAGE 97 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section - Telephone (360) 902 -5335 PO Box 44540, Olympia, WA 98504 -4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. YAKIMA COUNTY Effective 03 -03 -01 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $23.54 1M 5D BOILERMAKERS JOURNEY LEVEL $35.96 1B 5N BRICK AND MARBLE MASONS JOURNEY LEVEL $30.42 1M 5A CABINET MAKERS (IN SHOP) JOURNEY LEVEL $8.45 1 CARPENTERS ACOUSTICAL WORKER $27.75 1m 5D BRIDGE, DOCK AND WARF CARPENTERS $33.53 1M 5D CARPENTER $27.49 1M 5D CREOSOTED MATERIAL $27.59 1M 5D DRYWALL APPLICATOR $27.49 1M 5D FLOOR FINISHER $27.62 1M 5D FLOOR LAYER $27.62 1M 5D FLOOR SANDER $27.62 1M 5D MILLWRIGHT $34.00 1M 5D PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $33.73 1M 5D SAWFILER $27.62 1M 5D SHINGLER $27.62 1M 5D STATIONARY POWER SAW OPERATOR $27.62 1M 5D STATIONARY WOODWORKING TOOLS $27.62 1M 5D CEMENT MASONS JOURNEY LEVEL $16.85 1 DIVERS & TENDERS DIVER $71.01 1M 5D 8A DIVER TENDER $35.27 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $34.12 1T 5D 8L ASSISTANT MATE (DECKHAND) $33.68 1T 5D 8L BOATMEN $34.12 1T 5D 8L ENGINEER WELDER $34.17 1T 5D 8L LEVERMAN, HYDRAULIC $35.56 1T 5D 8L MAINTENANCE $33.68 1T 5D 8L MATES $34.12 1T 5D 8L OILER $33.78 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $24.84 1P 5A ELECTRICIANS - INSIDE JOURNEY LEVEL $35.45 1J 5Z ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER $42.16 4A 5A 8E CERTIFIED LINE WELDER $38.72 4A 5A 8E GROUNDPERSON $28.38 4A 5A 8E HEAD GROUNDPERSON $29.81 4A 5A 8E HEAVY LINE EQUIPMENT OPERATOR $38.72 4A 5A 8E JACKHAMMER OPERATOR $29.81 4A 5A 8E JOURNEY LEVEL LINEPERSON $38.72 4A 5A 8E LINE EQUIPMENT OPERATOR $32.95 4A 5A 8E POLE SPRAYER $38.72 4A 5A 8E POWDERPERSON $29.81 4A 5A 8E ELECTRONIC & TELECOMMUNICATION TECHNICIANS Page 1 YAKIMA COUNTY Effective 03 -03 -01 ********************************************************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** * (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code JOURNEY LEVEL $12.07 1 ELEVATOR CONSTRUCTORS CONSTRUCTOR $30.35 4A 61 , MECHANIC $41.00 4A 61 MECHANIC IN CHARGE $45.26 4A 61 PROBATIONARY CONSTRUCTOR $15.80 4A 61 LABORER $6.72 1 PRODUCTION WORKER $7.15 1 FENCE ERECTORS FENCE ERECTOR $13.80 1 FENCE LABORER $11.60 1 FLAGGERS JOURNEY LEVEL $21.82 1M 5D GLAZIERS JOURNEY LEVEL $18.26 1B 61 HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $34.58 1F 5C INSULATION APPLICATORS JOURNEY LEVEL $32.91 1M 5D IRONWORKERS JOURNEY LEVEL $35.87 1B 5A LABORERS ASPHALT RAKER $24.02 1M 5D BALLAST REGULATOR MACHINE $23.54 1M 5D BATCH WEIGHMAN $21.82 1M 5D CARPENTER TENDER $23.54 1M 5D CASSION WORKER $24.38 1M 5D CEMENT DUMPER/PAVING $24.02 1M 5D CEMENT FINISHER TENDER $23.54 1M 5D CHIPPING GUN (OVER 30 LBS) $24.02 1M 5D CHIPPING GUN (UNDER 30 LBS) $23.54 1M 5D CHUCK TENDER $23.54 1M 5D CLEAN -UP LABORER $23.54 1M 5D CONCRETE FORM STRIPPER $23.54 1M 5D CONCRETE SAW OPERATOR $24.02 1M 5D CRUSHER FEEDER $21.82 1M 5D CURING LABORER $2154 1M 5D DEMOLITION, WRECKING & MOVING (INCLUDING CHARRED MATERIALS) $23.54 1M 5D DITCH DIGGER $23.54 1M 5D DIVER $24.38 1M 5D DRILL OPERATOR (HYDRAULIC, DIAMOND) $24.02 1M 5D DRILL OPERATOR, AIRTRAC $24.38 1M 5D DUMPMAN $23.54 1M 5D FALLER/BUCKER, CHAIN SAW $24.02 1M 5D FINAL DETAIL CLEANUP (i.e., dusting, vacuuming, window cleaning; NOT $19.50 1M 5D construction debris cleanup) FINE GRADERS $23.54 1M 5D FIRE WATCH $23.54 1M 5D FORM SETTER $23.54 1M 5D GABION BASKET BUILDER $23.54 1M 5D GENERAL LABORER $23.54 1M 5D GRADE CHECKER & TRANSIT PERSON $24.02 1M 5D GRINDERS $23.54 1M 5D GROUT MACHINE TENDER $23.54 1M 5D HAZARDOUS WASTE WORKER LEVEL A $24.38 1M 5D HAZARDOUS WASTE WORKER LEVEL B $24.02 1M 5D HAZARDOUS WASTE WORKER LEVEL C $23.54 1M 5D HIGH SCALER $24.38 1M 5D Page 2 YAKIMA COUNTY Effective 03 -03 -01 ********************************************************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** * (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code HOD CARRIER $24.02 1M 5D JACKHAMMER $24.02 1M 5D LASER BEAM OPERATOR $24.02 1M 5D MINER $24.38 1M 5D NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $24.02 1M 5D PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST, GUNITE, SHOTCRETE, WATER BLASTER PAVEMENT BREAKER $24.02 1M 5D PILOT CAR $21.82 1M 5D PIPE RELINER (NOT INSERT TYPE) $24.02 1M 5D PIPELAYER & CAULKER $24.02 1M 5D PIPELAYER & CAULKER (LEAD) $24.38 1M 5D PIPEWRAPPER $24.02 1M 5D POT TENDER $23.54 1M 5D POWDERMAN $24.38 1M 5D POWDERMAN HELPER $23.54 1M 5D POWERJACKS $24.02 1M 5D RAILROAD SPIKE PULLER (POWER) $24.02 1M 5D RE- TIMBERMAN $24.38 1M 5D RIPRAP MAN $23.54 1M 5D SIGNALMAN $23.54 1M 5D SLOPER SPRAYMAN $23.54 1M 50 SPREADER (CLARY POWER OR SIMILAR TYPES) $24.02 1M 5D SPREADER (CONCRETE) $24.02 1M 5D STAKE HOPPER $23.54 1M 5D STOCKPILER $23.54 1M 5D TAMPER & SIMILAR ELECTRIC, AIR & GAS $24.02 1M 5D TAMPER (MULTIPLE & SELF PROPELLED) $24.02 1M 5D TOOLROOM MAN (AT JOB SITE) $21.82 1M 5D TOPPER - TAILER $23.54 1M 5D TRACK LABORER $23.54 1M 5D TRACK LINER (POWER) $24.02 1M 5D TUGGER OPERATOR $24.02 1M 5D VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $23.54 1M 5D VIBRATOR $24.02 1M 5D WELDER $23.54 1M 5D WELL -POINT LABORER $24.02 1M 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $7.38 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $15.45 1 LANDSCAPING OR PLANTING LABORERS $7.63 1 LATHERS JOURNEY LEVEL $27.49 1M 5D PAINTERS JOURNEY LEVEL $16.75 1 PLASTERERS JOURNEY LEVEL $34.03 1R 5A PLUMBERS & PIPEFITTERS JOURNEY LEVEL $40.35 10 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $32.04 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER) $34.50 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YD) $34.94 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH ATTACHMENTS) $35.44 1T 5D 8L BACKHOES, (75 HP & UNDER) $34.14 1T 5D 8L BACKHOES, (OVER 75 HP) $34.50 1T 5D 8L BARRIER MACHINE (ZIPPER) $34.50 1T 5D 8L Page 3 YAKIMA COUNTY Effective 03 -03 -01 * (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code BATCH PLANT OPERATOR, CONCRETE $34.50 1T 5D 8L BELT LOADERS (ELEVATING TYPE) $34.14 1T 5D 8L BOBCAT $32.04 1T 5D 8L BROOMS $32.04 1T 5D 8L BUMP CUTTER $34.50 1T 5D 8L CABLEWAYS $34.94 1T 5D 8L CHIPPER $34.50 1T 5D 8L COMPRESSORS $32.04 1T 5D 8L CONCRETE FINISH MACHINE - LASER SCREED $32.04 1T 5D 8L CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $34.50 1T 5D 8L CONCRETE PUMPS $34.14 1T 5D 8L CONVEYORS $34.14 1T 5D 8L CRANES, THRU 19 TONS, WITH ATTACHMENTS $34.14 1T 5D 8L CRANES, 20 - 44 TONS, WITH ATTACHMENTS $34.50 1T 5D 8L CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB WITH $34.94 1T 5D 8L ATACHMENTS) CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB WITH $35.44 1T 5D 8L ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB WITH $35.94 1T 5D 8L ATTACHVI F NTS) CRANES, A- FRAME, 10 TON AND UNDER $32.04 1T 5D 8L CRANES, A- FRAME, OVER 10 TON $34.14 1T 5D 8L CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $36.44 1T 5D 8L ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE (20 - 44 TONS) $34.50 1T 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (45 - 99 TONS) $34.94 1T 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $35.44 1T 5D 8L CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $35.44 1T 5D 8L CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $35.94 1T 5D 8L CRUSHERS $34.50 1T 5D 8L DECK ENGINEER /DECK WINCHES (POWER) $34.50 1T 5 8L DERRICK, BUILDING $34.94 1T 5D 8L DOZERS, D -9 & UNDER $34.14 1T 5D 8L DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $34.14 1T 5D 8L DRILLING MACHINE $34.50 1T 5D 8L ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $32.04 1T 5D 8L EQUIPMENT SERVICE ENGINEER (OILER) $34.14 1T 50 8L FINISHING MACHINE /BIDWELL GAMACO AND SIMILAR EQUIP $34.50 1T 5D 8L FORK LIFTS, (3000 LBS AND OVER) $34 14 1T 5D 8L FORK LIFTS, (UNDER 3000 LBS) $32.04 1T 5D 8L GRADE ENGINEER $34.14 1T 5D 8L GRADECHECKER AND STAKEMAN $32.04 1T 5D 8L HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $34.14 1T 5D 8L HORIZONTAL/DIRECTIONAL DRILL LOCATOR $34.14 1T 5D 8L HORIZONTAL/DIRECTIONAL DRILL OPERATOR $34.50 1T 5D 8L HYDRALIFTS /BOOM TRUCKS (10 TON & UNDER) $32.04 1T 5D 8L HYDRALIFTS /BOOM TRUCKS (OVER 10 TON) $34.14 1T 5D 8L LOADERS, OVERHEAD (6 YD UP TO 8 YD) $34.94 1T 5D 8L LOADERS, OVERHEAD (8 YD & OVER) $35.44 1T 5D 8L LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $34.50 1T 5D 8L LOCOMOTIVES, ALL $34.50 1T 5D 8L MECHANICS, ALL $34.50 1T 5D 8L MIXERS, ASPHALT PLANT $34.50 1T 5D 8L ' MOTOR PATROL GRADER (FINISHING) $34.50 1T 5D 8L MOTOR PATROL GRADER (NON- FINISHING) $34.14 1T 5D 8L MUCKING MACHINE, MOLE, TUNNEL DRILL AND /OR SHIELD $34.94 1T 5D 8L OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING OPERATOR $32.04 1T 5D 8L Page 4 YAKIMA COUNTY Effective 03 -03 -01 ********************************************************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** * (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code PAVEMENT BREAKER $32.04 1T 5D 8L PILEDRIVER (OTHER THAN CRANE MOUNT) $34.50 1T 5D 8L PLANT OILER (ASPHALT CRUSHER) $34.14 1T 5D 8L POSTHOLE DIGGER, MECHANICAL $32.04 1T 5D 8L POWER PLANT $32.04 1T 5D 8L PUMPS, WATER $32.04 1T 5D 8L QUAD 9, D -10, AND HD -41 $34.94 1T 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING EQUIP $34.94 1T 5D 8L RIGGER AND BELLMAN $32.04 1T 5D 8L ROLLAGON $34.94 1T 5D 8L ROLLER, OTHER THAN PLANT ROAD MIX $32.04 1T 5D 8L ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $34 14 1T 5D 8L ROTO -MILL, ROTO- GRINDER $34.50 1T 5D 8L SAWS, CONCRETE $34.14 1T 5D 8L SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $34.50 1T 5D 8L OFF -ROAD EQUIPMENT ( UNDER 45 YD) SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $34.94 1T 5D 8L OFF -ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $34.14 1T 5D 8L SCREED MAN $34.50 1T 5D 8L SHOTCRETE GUNITE $32.04 1T 5D 8L SLIPFORM PAVERS $34.94 1T 5D 8L SPREADER, TOPSIDE OPERATOR - BLAW KNOX $34.50 1T 5D 8L SUBGRADE TRIMMER $34.50 1T 5D 8L TRACTORS, (75 HP & UNDER) $34.14 1T 5D 8L TRACTORS, (OVER 75 HP) $34.50 1T 5D 8L TRANSFER MATERIAL SERVICE MACHINE $34.50 1T 5D 8L TRANSPORTERS, ALL TRACK OR TRUCK TYPE $34.94 1T 5D 8L TRENCHING MACHINES $34.14 1T 5D 8L TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $34.14 1T 5D 8L TRUCK CRANE OILER/DRIVER (100 TON & OVER) $34.50 1T 5D 8L WHEEL TRACTORS, FARMALL TYPE $32.04 1T 5D 8L YO YO PAY DOZER $34.50 1T 5D 8L POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $28.90 4A 5A SPRAY PERSON $27.34 4A 5A TREE EQUIPMENT OPERATOR $27.72 4A 5A TREE TRIMMER $25.64 4A 5A TREE TRIMMER GROUNDPERSON $18.70 4A 5A REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC $22.90 1 ROOFERS JOURNEY LEVEL $25.17 1B 51 USING IRRITABLE BITUMINOUS MATERIALS $28.17 1B 51 SHEET METAL WORKERS JOURNEY LEVEL $32.77 1B 5A SOFT FLOOR LAYERS JOURNEY LEVEL $15.79 1 SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $6.72 1 5T SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $18.87 1 SURVEYORS CHAIN PERSON $9.25 1 INSTRUMENT PERSON $12.05 1 PARTY CHIEF $15 05 1 TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER $24.07 2B 5A Page 5 YAKIMA COUNTY Effective 03 -03 -01 * (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code HOLE DIGGER/GROUND PERSON $12.86 2B 5A INSTALLER (REPAIRER) $23.04 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $22.30 2B 5A SPECIAL APPARATUS INSTALLER 1 $24.07 2B 5A SPECIAL APPARATUS INSTALLER II $23.57 2B 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $24.07 2B 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $22.30 2B 5A TELEVISION GROUND PERSON $12.13 2B 5A TELEVISION LINEPERSON /INSTALLER $16.59 2B 5A TELEVISION SYSTEM TECHNICIAN $20.00 2B 5A TELEVISION TECHNICIAN $17.85 2B 5A TREE TRIMMER $22.30 2B 5A TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL $24.36 4A 5A TILE, MARBLE & TERRAZZO FINISHERS FINISHER $20.56 4A 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $26.48 1K 5A TRUCK DRIVERS DI IMP TRI Irk $20.19 1 DUMP TRUCK & TRAILER $24.60 2G 61 OTHER TRUCKS $28.33 1N 5D 8M TRANSIT MIXER $24.60 2G 61 WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $11.15 1 OILER $9.20 1 WELL DRILLER $17.68 1 Page 6 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 Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non- standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non - standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L &I's policy statement. ITEM DESCRIPTION YES NO 1. Manhole Ring & Cover - manhole type 1, 2, 3, and 4 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, 1 P, 2, 3, 4 and Concrete Inlets. Cast frame may be grade 70 -36 steel, class 30 gray cast iron or grade 80 -55 -06 d iron The cast grate may he 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. Concrete Pipe - Plain Concrete pipe and reinforced 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, 1 L, 1 P, 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 gr ate. 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 -1a, and J -lb. 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 customstd. 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 03/03/01 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 12.76 1 Welder 12.76 1 Machine Operator 12.66 1 Painter 10.20 1 Laborer 8.13 1 Counties Covered: Benton Welder 16.70 1 Machine Operator 10.53 1 Painter 9.76 1 Laborer 7.06 1 Counties Covered: Chelan Fitter 15.04 1 Welder 12.24 1 Machine Operator 9 71 1 Painter 9.93 1 Laborer 8.77 1 Counties Covered: Clallam, Grays Harbor, Island, Jefferson, Lewis, Mason, Pacific, San Juan and Skagit Fitter 15.16 1 Welder 15.16 1 Machine Operator 10.66 1 Painter 11.41 1 Laborer 11.13 1 $$1$$ Supplemental To Wage Rates $$2$$ Page 10 METAL FABRICATION (IN SHOP) 03/03/01 Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: Clark Layerout 22.41 1J 6U Fitter 22.05 1J 6U Welder 21.54 1J 6U Painter 19.08 1J 6U Machine Operator 16.58 1J 6U Laborer 16.09 1J 6U Counties Covered: Snohomish Fitter 15.38 1 Welder 15.38 1 Machine Operator 8.84 1 Painter 9.98 1 Laborer 9.79 1 Counties Covered: Spokane Fitter 12.59 1 Welder 10.80 1 Machine Operator 13.26 1 Painter 10.27 1 Laborer 7.98 1 Counties Covered: Thurston Layerout 22.74 1R 6T Fitter 20.85 1R 6T Welder 18.93 1R 6T Machine Operator 15.13 1R 6T Laborer 11.33 1R 6T Counties Covered: Whatcom Fitter/Welder 13.81 1 Machine Operator 13.81 1 Laborer 9.00 1 $$1$$ Supplemental To Wage Rates $$2$$ Page11 METAL FABRICATION (IN SHOP) 03/03/01 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: Cowlitz Fitter 22.03 1B 6V Welder 22.03 1B 6V Machine Operator 22.03 1B 6V Laborer 17.17 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 h •__ IVlaI.I IIIfC Operator 13.83 1 Laborer 6.72 1 $$1$$ Supplemental To Wage Rates $$2$$ Page 12 METAL FABRICATION (IN SHOP) 03/03/01 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 03/03/01 FABRICATED PRECAST CONCRETE PRODUCTS Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: Adams, Asotin, Benton, Columbia, Douglas, Ferry, Franklin, Garfield, Grant, Lincoln, Okanogan, Pend Oreille, Stevens, Walla Walla, and Whitman All Classifications 9.96 1 Counties Covered: King Architectural and Prestressed Concrete All Classifications 10.60 1 All Other Concrete Products Maintenance 18.77 1B 6S Operator 18.24 1B 6S Gunite 18.24 1B 6S Carpenter 18.77 1B 6S Fabricator 18.24 1B 6S Wet pour 17.99 1B 6S Yard Patch 17.99 1B 6S Welder 18.24 1B 6S Clean Up 17.99 1B 6S Counties Covered: Pierce All Classifications 8.00 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, Juan, Sn ohUI1II _ TL..._ LG IVIOJVII, rOI.IIIV, San JUQII, Skagit, JIIVIIVIIIIJII, Thurston, JtVII, Wahkiakum All Classifications 13.50 1 $$1$$ Supplemental To Wage Rates $$2$$ Page 14 WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03/03/01 FABRICATED PRECAST CONCRETE PRODUCTS Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: Spokane Machine Operator 10.33 1 Laborer 6.72 1 Counties Covered: Yakima Craftsman 8.65 1 Production Worker 7.15 1 Laborer 6.72 1 Counties Covered: Whatcom Rebar 14.60 1 Concrete Finisher 12.53 1 Carpenter 11.43 1 Laborer 8.43 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.) The following two letters from the State Department of Labor and Industries (State L &I) dated August 18, 1992 and June 18, 1999, clarify the intent and establish policy for administrating the provisions of WAC 296- 127 -018 COVERAGE AND EXEMPTIONS OF WORKERS INVOLVED IN THE PRODUCTION AND DELIVERY OF GRAVEL, CONCRETE, ASPHALT, OR SIMILAR MATERIALS. Any firm with questions regarding the policy, these letters, or for determinations of covered and non - covered workers shall be directed to State L &I at (360) 902 -5330. Effective September 1, 1993, minimum prevailing wages for all work covered by WAC 296- 127 -018 for the production and /or delivery of materials to a public works contract will be found under the regular classification of work for Teamsters, Power Equipment Operators, etc. $$1$$ Supplemental To Wage Rates $$2$$ Page16 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 :fr1 STATE OF WASHINGTON DEPARTMENT OF LABOR AND INDUSTRIES June 18, 1999 TO: Kerry S. Radcliff, Editor Washington State Register FROM: Gary Moore, Director Department of Labor and Industries SUBJECT: Notice re WAC 296- 127 -018, Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials The department wishes to publish the following Notice in the next edition of the Washington State Register: NOTICE Under the current material supplier regulations, WAC 296- 127 -018, the department takes the position that prevailing wages do not apply to the delivery of wet concrete to public works sites, unless the drivers do something more than just deliver the concrete. Drivers delivering concrete into a crane and bucket, hopper of a pump truck, or forms or footings, are not entitled to prevailing wages unless they operate machinery or use tools that screed, float, or put a finish on the concrete. This position applies only to the delivery of wet concrete. It does not extend to the delivery of asphalt, sand, gravel, crushed rock, or other similar materials covered under WAC 296- 127 -018. The department's position applies only to this regulation. If you need additional information regarding this matter, please contact Greg Mowat, Program Manager, Employment Standards, at P.O. Box 44510, Olympia, WA 98504 -4510, or call (360) 902 -5310. Please publish the above Notice in WSR 99 -13. If you have questions or need additional information, please call Selwyn Walters at 902 -4206. Thank you. Cc: Selwyn Walters, Rules Coordinator Patrick Woods, Assistant Director Greg Mowat, Program Manager $$1$$ Supplemental to Wage Rates $$2$$ 18 BENEFIT CODE KEY - EFFECTIVE 03 -03 -01 OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. D THE FIRST EIGHT (8) HOURS ON SATURDAYS OF A FIVE - EIGHT HOUR WORK WEEK AND THE FIRST EIGHT (8) HOURS WORKED ON A FIFTH CALENDAR DAY, EXCLUDING SUNDAY, IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY ON SATURDAY; ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS IN A FIFTH CALENDAR WEEKDAY OF A FOUR - TEN HOUR SCHEDULE; ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH FRIDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. F THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. G. THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. J THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. P. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) AND SUNDAYS SHALL BE PAID AT ONE AND ONE - HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Q ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. BENEFIT CODE KEY - EFFECTIVE 03 -03 -01 - 2- 1. S. ALL HOURS WORKED ON SUNDAYS BETWEEN THE HOURS OF 12:OOAM SUNDAY AND 6:OOAM MONDAY AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. T. ALL HOURS WORKED ON SATURDAYS, EXCEPT MAKE -UP DAYS, SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED AFTER 6:OOPM SATURDAY TO 6:00AM 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 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 J ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 0 ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY I% A TTY /1T[l)A,T Ili VP YV HUL. 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). 5. C. HOLIDAYS. NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, BENEFIT CODE KEY - EFFECTIVE 03 -03 -01 -3 THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). D HOLIDAYS. NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). G. HOLIDAYS: NEW YEARS 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, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9). O PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6) Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6) R. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, ONE -HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (7 1/2). S. PAID HOLIDAYS: NEW YEARS DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (7) T PAID HOLIDAYS. SEVEN (7) PAID HOLIDAYS. U PAID HOLIDAYS NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY, AND A DAY OF THE EMPLOYEES CHOICE (7). ✓ PAID HOLIDAYS: SIX (6) PAID HOLIDAYS. W PAID HOLIDAYS: NINE (9) PAID HOLIDAYS. X. HOLIDAYS: AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080 HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8). Y HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8). Z. HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). 6. A. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). C. HOLIDAYS. NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, 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, WASHINGTON'S BIRTHDAY, 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 YEARS DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFI ER 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). 6. L. HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (8) BENEFIT CODE KEY - EFFECTIVE 03 -03 -01 - 4- Q. PAID HOLIDAYS: NEW YEARS 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, WASHINGTON'S BIRTHDAY, 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 ID HOr Y((+ . NEW YEAR BEFORE N EW YFAR'C DAY MFMOR1AT PAY DAY BFF RF V 11VL1LA13 - - INDEPENDENCE DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY (10). 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 YEARS 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 YEARS DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (11). NOTE CODES 8. A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE -HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE. OVER 50' TO 100' - $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 175' - $2.25 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 175' TO 250' - $5.50 PER FOOT FOR EACH FOOT OVER 175 FEET OVER 250' - DIVERS MAY NAME THEIR OWN PRICE, PROVIDED IT IS NO LESS THAN THE SCALE LISTED FOR 250 FEET C. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE -HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50' TO 100' - $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150' - $1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 200' - $2.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200' - DIVERS MAY NAME THEIR OWN PRICE D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL $1.00 PER HOUR. E. ALL CLASSIFICATIONS, INCLUDING ALL APPRENTICES, REPORTING TO AN EMPLOYER'S DESIGNATED JOB HEADQUARTERS AND WORKING A MINIMUM OF FOUR (4) HOURS IN ANY ONE (1) DAY SHALL RECEIVE A WAGE SUPPLEMENT OF TWENTY -FOUR DOLLARS ($24.00) IN ADDITION TO THE PREVAILING HOURLY RATE OF WAGE AND FRINGE BENEFITS. L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A. $0.75, LEVEL B. $0.50, AND LEVEL C. $0.25. M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A & B: $1.00, LEVELS C & D: $0.50. N WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $1.00, LEVEL B. $0.75, LEVEL C: $0.50, AND LEVEL D $0.25. PROPOSAL Proposal Form Item Proposal Bid Sheet Bid Bond Form Non - Collusion Declaration Non - Discrimination Provision Subcontractor List Women and Minority Business Enterprise Policy Council Resolution Affirmative Action Plan Bidders Certification Subcontractors Certification Proposal Signature Sheet Bidders Check List PROPOSAL To the City Clerk Yakima, Washington This certifies that the undersigned has examined the location of: City of Yakima Wastewater Manhole Rehabilitation City Project No. 1926 and that the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, is understood. The undersigned hereby proposes to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available in accordance with the said plans, specifications and contract, and the following schedule of rates and prices. NOTE. Unit prices for all items, all extensions, and total amount of bid, shall be shown, and be written in ink or typed Show unit prices in figures only. Figures written to the right of the dot (decimal) in the dollars column shall be considered as cents. 99 ITEM PROPOSAL BID SHEET City of Yakima Wastewater Manhole Rehabilitation City Project No. 1926 ITEM PROPOSAL ITEM UNIT PRICE AMOUNT NO. PAYMENT SECTION QTY UNIT DOLLARS DOLLARS 1 SPILL PREVENTION PLAN 1 LS :i446 1-07.15 2 MOBILIZATION 1 LS a-5 1-09.7 3 MAINTENANCE AND PROTECTION OF TRAFFIC (Min. Bid $13,000) 1 LS ,14.344 1-10.5 4 TRAFFIC CONTROL SUPERVISOR 160 HR 6 66 0 — 1-10.5 5 CONSTRUCTION SIGNS CLASS 'A 128 SF :44:tif,MStt 1-10.5 6 ROADSIDE CLEANUP 1 FA 5,000.00 5,000.00 , 2-01 5 7 REMOVAL OF STRUCTURE AND OBSTRUCTION 1 LS 2-02.5 8 CRUSHED SURFACING BASE COURSE 17 TON 4-04.5 9 ASPHALT CONC. FOR PAVEMENT REPAIR 11 TON 1 100=-1 - 77% Li 466 5-04.5 10 MANHOLE 48 In. Diam. 7 EA 3:42 7-05.5 11 CRUSHED SURFACING TOP COURSE for Trench 6 7-08.5 12 STRUCTURE EXCAVATION CLASS B INCL HAUL 200 CY AO ---- C5c) 7-08.5 13 SHORING OR EXTRA EXCAVATION CLASS B . 170 LF 3 Lia 7-08.5 14 PVC SANITARY SEWER PIPE In. Diam. 150 LF 6 - 7-17.5 15 REPAIR OR REPLACEMENT 1 FA 5,000.00 5,000.00 - 8-30.5 . Sub-Total State Sales Tax (7.9%) g TOTAL BID, Project 1926 ,14 Af 9/ 101 BID BOND FORM Herewith find deposit in the form of a certified check, cashiers check, cash, or bid bond in the amount of $ which amount is not less than five percent of the total bid. Sign Here - BID BOND KNOW ALL MEN BY THESE PRESENTS: That we, EVANS & SON, INC. , as principal, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND , as Surety, are held and firmly bound unto the City of Yakima, as Obligee, in the penal sum of FIVE PERCENT OF AMOUNT OF BTgoIlars, 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 WASTEWATER MANHOLE REHABILITATION #1926 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 30TH DAY OF JULY ja 2001 EVANS . SON, I v .R- er cipa FIDELITY AND D ' IT'' COM�ANY OF MARYLAND TRACI SULLIVAN Surety ATTORNEY -IN -FACT , 19 . Received return of deposit in the sum of $ . Bid Documents 4 05/10/99 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND HOME OFFICE: P.O. BOX 1227, BALTIMORE, MD 21203 -1227 Know ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by W. B. WALBRECHER, Vice - Preside t, and T. E. SMITH, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of *k:, -Laws o � . Company, which are set forth on the reverse side hereof and are hereby certified to be in full fu • .• : d effect �e date hereof, does hereby nominate, constitute and appoint Don W. EMERICK, JR., CarA O RN, J RKINS, Lissa M. SHIVELY, Traci SULLIVAN and Tammy R. MCKEE, all of Y. (,�''1 Washi �� , EACH its true and lawful agent and Attorney-in-Fact, to make, execute, seal and deliver, f. � �'� y ,,� • on its ►1" <ei as surety, and as its act and deed: any and all bonds and undertakings and the execution of su �='ds or u . ings in pursuance of these presents, shall be as binding upon said Company, as fully and amply,, • 11 intent purposes, as if they had been duly executed and acknowledged by the regularly elected office �•1he Com :.,, at its office in Baltimore, Md., in their own proper persons. This power of attorney revokes that ' 1• . t on beha a on W. EMERICK, JR., etal, dated June 9, 1998. The said Assistant Secretary does hereify that ►f �tract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By -Laws ofd,Compan :: s now in force. IN WITNESS WHEREOF, the sa ee- Preside t al�d Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELIT .70 DEPOSIT COMPANY OF MARYLAND, this 6th day of July, A.D. 1998. k_ ATTEST: FIDELITY A An POSIT COMPANY OF MARYLAND 0- --1. - I mo, � ae.ateCa_--- te_ __ - .. .w.... B y: T. E. Smith Assistant Secretary W. B. Walbrecher Vice - President State of Maryland 1 ss: County of Baltimore On this 6th day of July, A.D. 1998, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came W. B. Walbrecher, Vice - President and T. E. Smith, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. ... Carol J. Fa -r Notary Public My Commission Expires: August 1, 2000 L1428-180-3127 EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice - President, or any of the Senior Vice - Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice- Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the Vice - President who executed the said Power of Attorney was one of the additional Vice - Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice - President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 30th day of JULY 2001 VZ/ Assistant Secretary BID BOND FORM Herewith find deposit in the form of a certified check, cashiers check, cash, or bid bond in the amount of $ which amount is not less than five percent of the total bid. Sign Here BID BOND KNOW ALL MEN BY THESE PRESENTS: That we, , as principal, and , as Surety, are held and firmly bound unto the City of Yakima, as Obligee, in the penal sum of Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for , according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS DAY OF , 20 Principal , 20 Received return of deposit in the sum of $ 103 NON - COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report bid rigging activities call: I - 800 -424 -9071 The U.S. Department of Transportation (USOOT) operates the above toll -free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. 105 NON - DISCRIMINATION PROVISION During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. *(2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin. *(3) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. "(4) The contractor will comply with all provisions of Executive Order No. 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. *(5) The contractor will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, and by the rules regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. "(6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any such rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of September 24, 1965, and such other sanctions may be imposed and remedies involved as provided in Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. "(7) The contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders 01 the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance: Provided however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States." 107 SUBCONTRACTOR LIST (To be submitted with the Bid Proposal) Prepared in compliance with RCW 39.30.060 as amended 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 ) ,iik ) -, i,6 - , ;. 4 ( c,,`i c Item Numbers -lir Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Bid Item§ to be performed by the Prime Contractor: Prime Contractor Name coofiLs aikb 0 1 `Sto ) Item Numbers ANI , 109 WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY It is the policy of the City of Yakima that women and minority business enterprises shall have the maximum opportunity to participate in the performance of work relating to the City's activities. To this end, the City is committed to take all necessary and reasonable steps in accordance with state and federal rules and regulations to ensure women and minority business enterprises the maximum opportunity to compete for and to perform contracts. In order to enhance opportunities for women and minority businesses to participate in certain contractor opportunities with the City of Yakima, and as a recipient of federal and state financial assistance, the City is committed to a women and minority business enterprise utilization program. The City is determined to maximize women and minority business opportunities through participation in the competitive bidding process through women and minority business enterprise affirmative action programs administratively established by the City Manager and monitored and implemented in accordance with state and federal rules and regulations. All women and minority business enterprise programs shall include specific goals for participation of women and minority businesses in City projects of at least ten percent (10 %) of the total dollar value of City contract over $10,000. Goals shall be reviewed and updated annually by the City Manager for applicability and to ensure that the intent of this policy is accomplished. This statement of policy will be widely disseminated to all managers, supervisors, minorities and women employed by the City of Yakima as well as to contractors, vendors, suppliers, minorities and women who may seek the City's procurement and construction contracts related to the women and minority business enterprise programs. Contractors associations will be made aware of construction projects affected by this policy through all available avenues to assure that plans /specifications, bid forms, and invitations to bid are as widely distributed as possible. 111 RESOLUTION N0. D' 403 1 6 A RESOLUTION adopting a "Women And Minority Business Enterprise Policy" for the City of Yakima. WHEREAS, the City of Yakima is the recipient of federal and state assistance which assistance carries with it the obli- gation of contracting with Women And Minority Business Enter- prises for the performance of public works, and WHEREAS, it is the intention of the City of Yakima that Women And Minority Business Enterprises shall have the maximum practicable opportunity to participate in the performance of such public works, and WHEREAS, the City of Yakima is determined to maximize Women And Minority Business Enterprise opportunities for parti- cipation in its competitive bidding process through the adoption of the "Women And Minority Business Enterprise Policy" statement attached hereto, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Council hereby adopts the "Women And Minority Business Enterprise Policy ", a copy of which is attached hereto and by reference made a part hereof. ��(pJ ADOPTED BY THE CITY COUNCIL this ..�4 UL day of ,c- A...e.— , 1983. (779/.0y1,w \(")• NANIA-A-C.k Mayor ATTEST: 7 341- City Clerk 113 AFFIRMATIVE ACTION PLAN The bidders, contractors and subcontractors will not be eligible for award of a contract under this Advertisement for Bids unless it certifies as prescribed, that it adopts the minimum goals and timetable of minority and women workforce utilization and specific affirmative action steps as set forth by the City of Yakima, This is directed at increasing minority and women workforce utilization by means of applying good faith efforts to carrying out such steps. However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet its goals within its timetables, but such contractor shall be given the opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified by the City of Yakima, and has made every good faith effort to make these steps work toward the attainment of its goals, all to the purpose of expanding minority and women workforce utilization on all of its projects in the City of Yakima, Washington. In all cases, the compliance of a bidder, contractor or subcontractor will be determined in accordance with its respective obligations under the terms of these Bid Conditions. All bidders and all contractors and subcontractors performing or to perform work on projects subject to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the terms and requirements of these Bid Conditions, including the provisions relating to goals of minority and women employment and training. Specific Affirmative Action Steps Bidders, contractors and subcontractors subject to this contract must engage in affirmative action directed at increasing minority and women workforce utilization, which is at least as extensive and as specific as the following steps: a. The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response. b. The contractor shall maintain a file of the names and addresses of each minority and women worker referred to him and what action was taken with respect to each such referred worker, and if the worker was not employed, the reasons therefore. If suchworker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefore. c. The contractor shall promptly notify the City of Yakima Engineering Division an Contract Compliance Officer when the union or unions with whom the contractor has collective bargaining agreement has not referred to the contractor a minority or woman worker sent by the contractor or the contractor has other information that the union referral process has impeded him in his efforts to meet his goal. d. The contractor shall participate in training programs in the area, especially those funded by the Department of Labor e The contractor shall disseminate his EEO policy within his own organization by including it in any policy manual; by publicizing it in company newspapers, annual reports, etc., by conducting staff, employee and union representatives' meetings to explain and discuss the policy; by posting of the policy; and by specific review of the policy with minority employees. 115 f. The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources; by advertising in news media, specifically including minority news media; and by notifying and discussing it with all subcontractors and suppliers. g. The contractor shall make specific efforts and constant personal (both written and oral) recruitment efforts directed at all minority or women organizations, schools with minority students, minority recruitment organizations and minority training organizations, within the contractor's recruitment areas. h. The contractor shall make specific efforts to encourage present minority employees to recruit their friends and relatives. i. The contractor shall validate all man specifications; selection requirements, tests, etc. j. The contractor shall make every effort to promote after school, summer and vacation employment to minority youth. k. The contractor shall develop on- the -job training opportunities and participate and assist in any association or employer group training programs relevant to the contractor's employee needs consistent with its obligations under this bid. I. The contractor shall continually inventory and evaluate all minority and women personnel for promotion opportunities and encourage minority and women employees to seek such opportunities. m. The contractor shall make sure that seniority practices, job classifications, etc., do not have a discriminatory effect. n. The contractor shall make certain that all facilities and company activities are non- segregated. o. The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. p. The contractor shall solicit bids for subcontracts from available minority and women subcontractors, engaged in the trades covered by these Bid Conditions, including circulation of minority and women contractor associations. q. Non cooperation: In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreements, the contractor shall, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex or national origin, making full efforts to obtain qualified and /or qualifiable minorities and women. (The U.S. Department of Labor has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority or women employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246 and 23 CFR Part 230 as amended, and the Standard Specifications, such contractor shall immediately notify the City of Yakima Engineering Department or the City of Yakima Compliance Officer. 116 BIDDERS CERTIFICATION A bidder will not be eligible for award of a contract under this invitation for bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: h, Li ()AU '\ O ;M > :)e ,r i \- 1i1,0) certifies that: (BIDDER) 1. J It intends to use the following listed construction trades T in the work under the contract /i1,< . it , l%t a ,1/4„1,3f p ;4 ' ! ") - c < . 6- , C_4.,Gtk_ � . /. -" ( <- c.�. { t!- s�. (2st. 4 - 0 / ,. y . C.' j . f' e, .0 I t ' L.a d 1 . 9:e -G�..-, ' /I7/ ;:f c: , l ' , %i' /'- �'�fi- U 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: aa 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. / 4,: 1 , " ..V�_l I v ./alit • 1 4,2 . (Signature of Authorized Representative of Bidder) 117 SUBCONTRACTORS CERTIFICATION Subcontractors' Certification is not required at the time of bid. This Certification must be completed by each subcontractor prior to award of any subcontract. . certifies that: (SUBCONTRACTOR) 1. It intends to use the following listed construction trades in the work under the subcontract and; As to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non - federal) in Yakima, Washington, subject to these Bid Condition, those trades being: and; 2. It will obtain from each of its subcontractors prior to the award of any subcontract under this subcontract the Subcontractor Certification required by these Bid conditions. (Signature of Authorized Representative of Subcontractor) 119 Materially and Responsiveness The certification required to be made by the bidder pursuant to these Bid Conditions is material, and will govern the bidder's performance on the project and will be made a part of his bid. Failure to submit the certification wilt render the bid non responsive. Compliance and Enforcement Contractors are responsible for informing their subcontractor (regardless of tier) as to their respective obligations under the conditions of the contract here (as applicable). Bidders, contractors and subcontractors hereby agree to refrain from entering into any contract or contract modification subject to Executive Order 11246, as amended on September 24, 1965, with a contractor debarred from, or who is determined not to be a responsible' bidder for, government contracts and federally assisted construction contracts pursuant to Executive Order. The bidder, contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal opportunity clause including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered by the administering agency, the contracting agency or the Office of Federal Contract Compliance pursuant to the Executive Order. Any bidder, or contractor or subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in non - compliance with these Bid Conditions and Executive Order 11246, as amended. Nothing herein is intended to relieve any contractor or subcontractor during the term of its contract on this project from compliance with Executive Order 11246, as amended, and the Equal Opportunity Clause of its contract. Violation of any substantial requirement in the affirmative action plan by a contractor or subcontractor covered by these Bid Conditions including the failure of such contractor or subcontractor to make a good faith effort to meet it fair share of the trade's goals of minority and women workforce utilization, and shall be grounds for imposition of the sanctions and penalties provided at Section 209 (a) of Executive Order 11246, as amended. Each agency shall review its contractors' and subcontractors' employment practices during the performance of the contract. If the agency determines that the affirmative action plan no longer represents effective affirmative action, it shall so notify the Office of Federal Contract Compliance which shall be solely responsible for any final determination of that question and the Consequences thereof. In regard to these conditions, if the contractor or subcontractor meets its goals or if the contractor or subcontractor can demonstrate that it has made every good faith effort to meet those goals, the contractor of the subcontractor shall be presumed to be in compliance with Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions and no formal sanctions or proceedings leading toward sanctions shall be instituted unless the agency otherwise determines that the contractor or subcontractor is not providing equal employment opportunities. In judging whether a contractor or subcontractor has met its goals, the agency will consider each contractors or subcontractor's minority and women workforce utilization and will not take into consideration the minority and women workforce utilization of its subcontractors. Where the agency finds that the contractor or subcontractor has failed to comply with the requirement of Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions, the agency shall take such action and impose such sanctions as may be appropriate under Executive Order and the regulations. When the agency proceeds with such formal action, it has the burden of proving that the contractor has not met the requirements of these Bid Conditions, but the contractor's failure to meet his goals shall shift to 121 him the requirement to come forward with evidence to show that he has met the "good faith" requirements of these Bid Conditions by instituting at least the Specific Affirmative Action steps listed above and by making every good faith effort to make those steps work toward the attainment of its goals within its timetables. The pendency of such formal proceedings shall be taken into consideration by Federal agencies in determining whether such contractor or subcontractor can comply with the requirements of Executive Order 11246, as amended, and is therefore a "responsible prospective contractor" within the meaning of the Federal Procurement Regulations. It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority and women employees. The procedures set forth in these conditions shall not apply to any contract when the head of the contracting or administering agency determines that such contract is essential to the national security and that its award without following such procedures is necessary to the national security. Upon making such a determination, the agency head will notify, in writing, the Director of the Office of Federal Contractor Compliance within thirty days. Requests for exemptions from these Bid Conditions must be made in writing, with justification, to the: Director Office of Federal Contractor Compliance U.S. Department of Labor Washington, D.C. 20210 and shall be forwarded through and with the endorsement of the agency head. Contractors and subcontractors must keep such records and file such reports relating to the provisions of these Bid Conditions as shall be required by the contracting or administering agency or the Office of Federal Contractor Compliance. 122 PROPOSAL Wastewater Manhole Rehabilitation City Project No. 1926 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 J IN THE AMOUNT OF 5% OF THE BID ** Receipt is hereby acknowledged of addendum(s) No.(s) NI & SIGNATURE OF AUTHORIZED OFFICIAL(s) /40 *-() AR OQ � PQ' FIRM NAME ; /r�,1 ..c, E e:41 �. 31 //le i' �I P (ADRESS) ()C 1;5- i o r;� �° 6• - 5`7 - -n / < (del Oil, C M 90 / PHONE NUMBER STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER C O'/) \`J l I �`�•.J/ f FEDERAL ID No. 1 1 i 1 c' 191 31 o 1 1 1 L/ 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. 123 BIDDER'S CHECK LIST The bidder's attention is especially called to the following forms, which must be executed, as required, and submitted on the form purchased from the City and bound in the Contract Documents: A. PROPOSAL The unit prices, extensions and total amounts bid must be shown in the spaces provided. / B. PROPOSAL SIGNATURE SHEET • To be filled in and signed by the bidder. e C. BOND ACCOMPANYING BID This bid form is to be executed by the bidder and the surety company unless bid is accompanied by a certified check. The amount of this bond shall be not less than 5% of the total amount bid and may be shown in dollars or on a percentage basis. D. SUBCONTRACTOR LIST The form must be filled in. Failure to provide this information WILL NOT render the bid non - responsive. E. MBE/WBE FORM It is requested that The Bidder's Certification of the "Affirmative Action Profile" in the MBE/WBE Form be filled in and signed by the bidder. Failure to provide this information WILL NOT render the bid non - responsive. The following forms are to be executed after the contract is awarded: A. CONTRACT This agreement is to be executed by the successful bidder. B. PERFORMANCE BOND To be executed by the successful bidder and his /her surety company. C. CERTIFICATE OF INSURANCE Refer to attached Informational Certificate of Insurance and Additional Insured Endorsement. Also refer to Section 1 -07.18 (APWA) of the Standard Specifications and Special Provisions. 125 PLANS & DETAILS Project Details City Standard Plans Traffic Control Plan (Informational Copy) k I I - I LIMITS OF ASPHALT ROADWAY REPAIR. REFER TO CITY STANDARD DETAILS 1 R24 & S3 1 ......... , 1 d jet"! N. m LL. ..., o o) re o w \ w I / i Milik - LLI -J a a o 0_ gall IN 0) f— J D W O LL 1 \ I 0 Z .4. N 0 / 0 cc N. I I T o z w 0 I LIMITS OF STRUCTURE EXCAVATION FOR M.H. I PLAN VIEW I I NOTE: MANHOLE ADJUSTMENT SHALL BE COMPLETED AFTER THE ROADWAY REPAIR. I I I pi ROADWAY REPAIR AT NEW MANHOLE IV City of Yakima - Engineering Division I 1 1 APPROVED: 6.22.01 CITY OF YAKIMA - PROJECT DETAIL I ROADWAY REPAIR I P1 • B PLACE MANHOLE OPENING OVER OUTLET PIPE A IOM NI 1w FLOW r p m ma � t ri" 1� B PLAN VIEW 24" OPENING CAST —IRON FRAME & A 1.1.11.1111111 '. A � � *- COVER PER SPECIFICATIONS //MEM=// V,MME % ' /,IIIIIIIIIIIIIIIIIIIIIZ /■1•111111% ADJUSTMENT SECTION /111='8 %MIS //. GROUTED OR DRY PACKED / F t j �" SMOOTH INSIDE BARREL , PRECAST ECCENTRIC 12" TYP { cr M 2 I� CONE SECTION 'v% o SAND COLLAR IN ( 4 2 f CAST IN PLACE a ! STEPS BASE tO 48" STAND% PRECAST SECTION ARD SLOPE SLOPE PRECAST SECTION BASE ID A MIL A m ■ 0.10 DROP IN CHANNELS 111111111•11111111 u Ir ACROSS MANHOLE CAST IN PLACE �.r BASE — CL 4000 IrJ / / / / / / / / / / / / /�� f / / / / / /i % / / / //A CONCRETE f 1-.0-- 6» ' -� SECTION A -A SECTION B -B S1 SANITARY SEWER MANHOLE DETAIL NTS City of Yakima — Engineering Division APPROVED: 2.10.99 CITY OF YAKIMA - STANDARD DETAIL I SEWER MANHOLE I 51 CLASS 3000 CEMENT 1 1/2" CLASS "G" ASPHALT CONCRETE FULL DEPTH OF SECTION LESS 1 1/2" 12" ASPHALT PAVEMENT Anisommino ilisnansear • SUBGRADE _�� `\, SUBGRADE BASE DRY PACK ALL JOINTS AND VOIDS SMOOTH INSIDE BARREL ■ S3 MANHOLE ADJUSTMENT DETAIL NTS City of Yakima — Engineering Division APPROVED: 2.10.99 CITY OF YAKIMA - STANDARD DETAIL I MANHOLE ADJUSTMENT I S3 7 SEE DETAIL R24 FOR TRENCH PATCHING 4 �, EXCAVATION PAYMENT LINE FOR PIPES 15 INCHES AND UNDER I.D. + 30 INCHES NATIVE MATERIAL SHALL BE USED FOR • BACKFILL UNLESS OTHERWISE DIRECTED >� BY THE ENGINEER. IFW6 ii — >>- $l CRUSHED SURFACING TOP COURSE SHALL BE USED FOR BEDDING MATERIAL C O UNLESS OTHERWISE DIRECTED BY '. THE ENGINEER. 1 >. r. UNSUITABLE FOUNDATION MATERIAL SHALL s ' :. W s .K.:■ V! ' BE REPLACED WITH GRAVEL BACKFILL FOR SUITABLE EARTH FOUNDATION FOUNDATIONS CLASS B. (SEE NOTE) S4 TYPICAL TRENCH SECTION NTS City of Yakima — Engineering Division APPROVED: 2.10.99 CITY OF YAKIMA - STANDARD DETAIL I TYPICAL TRENCH DETAIL I S4 EXISTING PAVEMENT — DEPTH VARIES ASPHALT CONCRETE PATCH _ LIMITS 1' -0" EXCAVATION LINE 1' -0" 1' -0" (MIN) q. riir. ►rrr .7 ALTERNATE BACK SLOPE AT CONTRACTORS �-�-- OPTION AND AT NO ADDITIONAL COST TO THE CITY OF YAKIMA ACP CLASS "A" 0 1.5 TIMES DEPTH OF EXISTING ASPHALT. 3" MINIMUM COMPACTED DEPTH. 2 EQUAL LIFTS 6" CSBC (COMPACTED DEPTH) ASPHALT CONCRETE SURFACED EXISTING SURFACE — DEPTH VARIES GRAVEL SURFACE PATCH LIMITS 1' -0" EXCAVATION LINE 1' -0" 1' -0" q. (MIN) A ALTERNATE BACK SLOPE AT CONTRACTORS �—+— OPTION AND AT NO ADDITIONAL COST TO THE CITY OF YAKIMA 2" CSTC (COMPACTED DEPTH) GRAVEL SURFACED UNSURFACED AREAS PATCH EXISTING GROUND LIMITS 1' -0" EXCAVATION LINE 1' —O" 1' -0" (MIN) qt. +++++,-+++++++++++++++++++++ + + + + + + + + + + + + + + + + + + + + + 1- + + + + + + + + + + + + + - + + + + + AO ALTERNATE BACK SLOPE AT CONTRACTORS �— OPTION AND AT NO ADDITIONAL COST TO THE CITY OF YAKIMA _ 12" MINIMUM (COMPACTED DEPTH) NATIVE MATERIAL FREE FROM ROCKS. STORE IN STOCKPILE WHEN REMOVED DURING TRENCHING. UNSURFACED AREAS NO1E 1. CONTRACTOR SHALL BE RESPONSIBLE FOR ALL SURFACE RESTORATION INCLUDING WIDER REPAIR SECTIONS RESULTING FROM ALTERNATE BACK SLOPE AT TRENCH SIDES. R24 SURFACE REPAIR DETAIL NTS City of Yakima — Engineering Division APPROVED: 9.15.99 CITY OF YAKIMA - STANDARD DETAIL I SURFACE REPAIR DETAIL I R24 NOTES W20 -1 R4-1 End of project PASS 1. Other warning signs, such as LOOSE GRAVEL, ROAD Do TRUCK CROSSING, BUMP, ABRUPT LANE EDGE, Beginning of p roject WORK H no. ROAD etc. may be used as necessary along with AHEAD can[ ROAD vORK advisory speed s i gns. Advisory speeds are PASS WORK or NEXT x MILES determined by the Engineer. END wDRK , ;« I R4-2 W20 -1 AHEAD No (\ •G20 -1 2. Floodlights shall be provided to mark 020-2a 500' MAX p zone g \ X flogger stations at night. r " 200' I y'1` 3. See Buffer Data Table. Use of buffer vehicle ` ' MM�� is recommended. It may be o work vehicle. _ « If buffer vehicle Is used, minimum distance from • end of toper to work area shall be total of R "' (roll ahead distance) plus length of vehicle, plus J % W20 -1 '8" buffer space. If vehicle is not used, minimum Temporary X 200" 500' MA X distance shall be ' "B "'. pavement ROAD ( END ROAD marking WORK ROaD WORK ROAD NDRK AHEAD o NEXT x MILES , i * AHEAD G20 20 SIGN SPACING TAB CHANNELIZING *020 -1 Speed X DEVICE SPACING (FT) W20 -1 .Sign G20-1 shall be used when the MPH Toper Tangent work length exceeds 2 miles. 45/50 MPH 500+ '_ 35/40 MPH 350't 35/50 30 60 NON WORKING HOURS /q/ 25/30 MPH 200'± 25/30 20 40 ROAD / 1 194A. WORK (Mount rear \\\/// AHEAD of pilot t car) 'r4 440) PILOT CAR 53' W20 FOLLOW ME to t 3 0�� X X X �....X. , G20'4 '1 1 ' T- � 4 ` - y ROAD M - - - o waR - - - - -+ AHEAD FOR LOCAL /� l( �Ii PM 196 7 A F L ©C h to R 100' ( W20-1 AGIEIIVC U USE ' BE ONE LANE Iir PREPARED ROAD BE TO AHEAD STOP ONE LANE PREPARED W20 -7 W20 - 4 ROAD TO W20 -801 AHEAD STOP (Optional) W20-4 wzO 7a Buffer vehicle with TRAFFIC CONTROL PLAN W20 -801 beacon (optional) (optionol) (See Note 3) BUFFER DATA Buffer Space PILOT CAR CONTROLLED ONE WAY TRAFFIC Speed (MPH) 25 30 35 90 45 50 LEGEND I 8 (FT) = 55 85 120 170 220 280 coo Channelizing Devices Buffer Vehicle Roll Ahead Distance lir- Flogger 4 Yard Dump Truck Stationary Moving 24,000 LBS Operation Operation R (FT) = 100 175 Typical application - Paving /Chip Seal operations on a two -lone roadway. W20 -1 020.2o NOTES END 1 1 Or reverse cone toper to 1. Conflicting pavement markings and those no longer applicable ROAD ,� a * * 1 shall be removed or obliterated. ROAD WORK show end of work area WORK I I 111 AHEAD 2. Exposed ends of concrete barriers must be maintained outside } t_ T the clear zone end adequately flored or fitted with impact x I I attenuators. - l',3 Flare formula) ii, 50 MPH - - 12:1 45 MPH --- 11 :1 I 40 MPH - -- 10:1 t 3. The advance warning sign series W20 -1. W20 -5(R) and W4 -2(L) S shall be repented in median where sufficient width exists. t W12 -4018 4. Steady burning warning lights (TYPE C. MUTCD) shall be used to �' mark chonnel izing devices at night. I I 4P CHANNELIZING SIGN SPACING TABLE j i / DEVICE SPACING (FT) Speed X ■ w12 MPH Taper Tangent 45/50 MPH 500'± Temporary . \ 35/50 30 60 Edge Stripe 25/30 20 40 35/40 MPH 25/30 MPH 350'± '' j W12 • 200'3 E G20 -2a I ROAN I • �— �/ �� ED I o4, D WORK I J W4 -2(L) See Note 3 jj�/ �� FOR LOCAL y X 1 ©C b©Y USE I I w20- 5(R)See Note 3 °r< RIGHT LANE ���///� CLOSED TRAFFIC CONTROL PLAN 411 ( 41. * 1 * x AHEAD a 1 ROAD MINIMUM TAPER LENGTH = L IN FEET WORK Lane Posted Speed (MPH) AHEAD width W20 - See Note 3 (feet) 25 30 35 40 45 50 LEGEND' 0 0 o CHANNELIZING DEVICES 10 105 150 205 270 450 500 . . OBLITERATED MARKINGS (see notes) II 115 165 225 295 495 550 CONCRETE BARRIER as SEQUENTIAL ARROW SIGN 12 125 180 245 320 540 600 A IMPACT ATTENUATORS (see notes) Typical application - Portable barrier around o work area. • I CITY OF YAKIMA - ENGINEERING DIVISION WASTEWATER MANHOLE REHABILITATION PROJECT CITY PROJECT NUMBER 1926 - 11 ,.: , / i li i 1 ,, ir - ",.,,,... ,.. it il , ! , 1. , I „.,...,,.! ,., ., , 111 ,—) • , ii : •---,,_____\ ' HN , „ • vs., , 1 „ I 1 \ .-- 1 r 11 1:-- f li i :..,.it I . _. .... ,.... ,. , .., li 1 , ,,\ ,,, \ „ Hi ii ___I ,,. • if ' , .-------„ b - s , (1 ji II . . . g i ki \‘'‘, - . ,‘.\\\,‘,. .; \ ‘„ 1 li ' i i \ il I , i \ - --„ ,, PRQJ t g'-cl----, ,,,,,,,,,,,,, , CATIOIN, - ' ' ,g,A.,,, ,. , „, ,, ,,- , , _ , 1g 1 N . I 1 1 1 1 ---,-.-gg,„ ii i , 1,,,.,„ 9 ,. , 1 . ,\ . \ f; ‘ 1 I1 . 11 1 ,._,,, " ....,,,, L.L. ,-- .i1.,TL ,,I, ..„,;.‘,„ , \\A„,','c\",\\\.\\,,,:;,-.,,,, , \ \ „ \ 1 ,--- i i ----- -,,. , - 11 11 i i I, I:, , ,,; ,,,,1,,,_ i ll 11 II ! ,,,, \,\\ .,,, \-,,,,,,‘,,.,s , , \ ,,,, i ' t" . I' f - I i ,, ,,,, ___..i lial I !. \ \:\ \AV \ \ ',.. \ ‘ ‘I.I k i , I I , i R FT- Ei Ji , ll , L .. f t-i' ,,,.ii __.ii, ,,i... ...:N . 11 11 1 1 • ' iii I ff i, \\ :,: \:,,,\ k \ ‘:,\V \ A , ,`, 4 v.,\\, , A \_,,„ \ PLAN DISCLAIME i 1i II,/- 1" &" i[T - j .;1 1 II I I 3 0 , ' \\ \ ` 1 \ 1, 4 V 1 , • i — 1 \'' 11, ,-"- -1---1 1 L ',. f' ii If 1 !'i 1! - 1 - IL__ ,11 _11 4;4:4)1 LitI1V, . , 4. AAA\ 1 '1„, \" , 41, -1 ,. ' i ==, . UNDERGROUND FEATURES SHOWN HEREON REPRESENT ..,.,,,',71', ., '-.--,„ i '-' li---- 0 II i il k ,, 3 ,1 , ' "-: —iL id"rtri-NHI lA-. I k i' I N I \- III Ic \ , ,1/4\1.._.!-..,,A \ \,\ ,\ \,\ „- ‘_..., , BEST AVAILABLE INFORMATION AS OBTAINED FROM LOCAL l'.?„ I , I Mal _I I I I - 11 i r ' I r, -. ' P .J 1/4. - Iii“:"Lik...4k:) .- 'HT MIN \ I.- -II' \ 4, .. \V\ \ \\A'-"::-: A A A tAk..." I , i' ..., -.14. v - ',--- i - 4 , ''' '. • , 'E.\ - AV \ _ --. - k• : •:.,,,, \ 4„.„„,,;. „ \ .. 4:44,, RECORDS AND VISIBLE SURFACE EVIDENCE. THE CONTRACTOR 1 = - HI , 1 ri..711 r.ii" I 1 1r" ..t --- 1 . s MMiTV1L '''''"Ay.' g NU -'-\\\ % \\:,.1:-,' --- --- ' ----I IS CAUTIONED TO VERIFY THE LOCATION AND DEPTH OF ALL ,.. id li .1 ----, 111- L 1 „.,.. ___ 1 1 1 I : ;----k \ -, . -1- \ .--- 1. , --- ,„., 4 .4,, ,. , „ ,,,, \ . . ,. A \ , il ,, i , . 1:7 ... ,I I ' "°'",? i '''''' 11 . .,. r ,,' . \ r \ i V U 1 l f ' tl ' --",....1 ---- " 2:-: --- \,\‘' "\:\ \''' '.\ ,''''''. \ '' ,-*T :f ' ' > 1 \\I 1 N \I" ..k‘"1111 N \ 1 I ALL ,IIL„._., .._ ri , ,.. --:- UNDERGROUND FACILITIES. STATE LAW REQUIRES THAT _11' _ ji 11 1.4,,,, I L 4 , 1 ii , 1 , I ; -, ii II f j , 11-_-,-- --- ' - if---- f - '\\„..-,:\:,?. c -- s cAN,\‘`y1 ' f il \ \ 11 f lib EXCAVATION WORK MUST BE PROCEEDED BY NOTIFICATION TO • 111.1— _ r _..,.;_... ,...t ii,__ . _. il...11 i s i,.4 .-,: \ fl, i: ,1 1 ii _-_ HI !!:_.---k___:._:_r,_:--13,,w.,...1:, \ ,,,s.. , .., _,, ,_ , 17 . ___ . 1, ,. A A - \ A \ s-:,.. A \ \ \ \\...9.,:-- k \,.■ \ ;1 1,., I \ ( • ALL OWNERS OF UNDERGROUND FACILITIES THROUGH A ONE I — i IF L i 1 , ,L. , 1 1 --, ,,,,,,l, ' III I ' NUMBER LOCATOR SERVICE: 1-800-553-4344 ' _ \;: I c , ! I 1:7.7 1! 1, [ ._ Ii I •,,,...„, T -- .' 1 Al.,. A \ A\ \i \\\\, \.\'‘,----, \ ''ii: s \,... - ,-.: 4 e,4, , - - \ \,, v,:-„,-,,,- , ,, \ , i -:-. .-- - - ....,,,,., 1 IL L li....... _II 11-1,1_. 1 ' -. 1- 1._ i , _ill t il, _ -1 1 I 1, -trdr--- \.-,',\ ‘..= \ \\ - 0 \\‘ . \ . ''-‘-\\ .0. r\c'‘',, \\,:k_ -- i d_ i,...I I_ s 'I- - i j '1 If' '1 11 : 1111. ' 1 \ \ - 11 „\ --. ..: 1 \c A '.\'\-\\ k \ 1 1 . . „„ _ __, \ 1 ,-- \ ' \ ',. l j 1 1 . 1_ 1 i fi ( l 1 ,,,,,,i i ..__ i l l 1 4 Jr7 1 , 1 ' 1 : 1: 1 1 1 ) ,,, 11 11 1 1;1 Ir. f 1 1 1 1 ik 11 , 1 1 ' ' 7: ' ,; ft \‘‘‘ \',\,\. ,-\ 1. . f1 1 „. \ \\ s f i _ 1 n‘1,1, !i _:_,,,, ' \ i, i 1 11 : 11 I _ I i 1 ; :::::. k . 7 \ j 1 -14,, , 1 1 1 .11 _ 1 11' r11 11 di 11 I C I IF 11 0 jig ' 1 i 4,. c uL.;P\T\PN,' \ - — III v ir 1 , 1 , 1 'IL', j , \ \ I I,,,--. ' 1 1 -- TI - II 1 II I 129rni lAilyaiiiii,ufil Id [ t !I i ilk' 'til [ ,, vi h i p' 111 if '..h. \, \ ', . , , , \ 'I ''' 1-_.-11 1 LI, ‘---if 'L „.1,, i . I: i „ii 1 , i ii 1 111, -- TT - F L •f , -- :41 I f I i 1 ‘ „ , k I ,,,,, ' 1 1 1 111" I '' .i;' , ''' ' I 1 1 1 1, 4 I q i l I: 1 1; 111111 i 1 g 1 11 11 11 1 1 1 11 1 •J 1 ' 1 A 1 4 !...p,,,.., :_,.. 1 Lg. li I c l, 7 ,, r - ,ii 1111 1 irt 111111,1H11,1I Ill in . II I ' ' . ' • ; " ; _ 1 1,\ I. . 1 1 1 1 i J], 1 li ' - i; ------- ,. 1 _ ,_ , , , •, , ' 11 1 I ' 01 1 11 1111 1 : . T- 1 ■ ',„, , k-* - a wAsn (.2 ,-, --,--1 lir ' • I ' II " 1 II' I 1 1 1 [ 1 ' III „ _ . 14, II 1;..j. i; .._,... _l I--- P I I jr; I 1 - - 1 , . :1 ET N I 1 1 - 1 ., / 4 II L'''''' , Oj : II tIl ILOOA. k 1 i T IN ill 1 11 1 r' - '' ' i OJCIpCA I, ,, 1 1 ', i — l i: ' 1 ' I 1 r - . \ I re.1 V . - '-' 1 1: ■ 1 e l '/ ' -1-1c i' i 11 11 q 1 4 1. GAN! AVENi tg ' ' gg-gi '-', - --' .' JgL LAN AVE:N UL-- --,. 'g - , k--.---1 0 g --- g v li , - I . ;I I i g r l -- -g „ , „ g. ., - , l' ' i , i , , 4. if I , ., . i ii , i , 4 ii . i. .4. „ k i -2 29619 9 44 i kt/STEO , 11 ', , ii ' I: I! ,, , 1, il 11111 II 1: ...s, ,,-,1 )., 4 11 -1 '4ZS■ ONAL - 9,4 1 111-111 11 1 11 , 1 : '1 1 11 f 1 1 1 f; 11 1; , 11 :1 1 1 11 11 11 1 1 I j 1; :1 fl I ,, Ii f ' I 1 1 1 ' 1 CiAk , „,,,„ ; ,,11.1 11 _1 ! ,, --- l' „-- - ' •„„, 1-- - , -1 ,' -2 - i i .; ___ il ,,,,,■ !' 1 fi i il il 1 141 ' , 1 i r , I EXPIRES 11 I i: r i,- ; 1 i, ;; 1 1 r - VP 1 11 ' j 1, 'q w 14 - , .. _ i ii 'i ii i 1 ' / 17/2001 I s'' - 1 1 d ' i 'd 1 i: '11 . 1 r .,, 1 li't 1 : [1 h _I 11' t.,.• F <.;j1V- ''''' 1 1 - ' - II ;; I 'I I; ' I I -I' P kb.415 I T Lb'UtA I ____ , ...,_,II..._. ,i 1; II _ II II 11 1 II 1 I Il i ii -,i, 11 SPOKANE TREE III , i ig ,g g gr-- il . -. gg gg_l_i :_..., --gg , i g g gi i 1,--1 g: i , i g 1 gg ,' 11 ii ti i :, , I ,; ,, . : 1 [[ PROJECT LOdATION2---- i Li 1 4 I I! 1 it 'LI II 1 1 gg ig LC) G4N AVENUE _____, lt," -----11 1 1 „.. '1,-......1 '' ' 1 %;i',;"' 1 il Il I , ...-------)..--..... .1 '1 : '" il [ 1 , ,- 0, ! I I! ■1 ,-- .,, ii \ - 1 ,d - 11 - 1": VICINITY MAP NOT TO SCALE 6.5.01 „ - ., . . ------- . - — ' r 1 4TH STREET , 0 n O 0 o z Z 4 CD it D � , \ � 1 j Z 0 t \ I \� D Z s ' , 6,,I.. a IX SEMER 0 I \ . - \1 C > m m z= �� i NkiV( O o c mW � _a m - 1r -coco O c4 X _ W O CA Z 0 Cn m m 1 i x K D ___I 1 Z m X 0 m NACHES AVENUE D I Cn D Z 0 > p Project Eng. RJD WASTEWATER MANHOLE REHABILITATION 1•3 PLAN " °°1(411 City Of Yakima " Drawing Scales PROJECT Engineering Division w K STREET - � _F 129 North Second Street 4TH ST & NACHES AVE Horizontal = 1 "= 40' . �� Washington ` Vertical = NONE City of Yakima Project No. 1926 Yakima, Whi • C O E0 .> ................. ", O EX. SS MH IE IN 1181.68 — -- ' c to C a 0 _ C UP O q s la © 150 LF OF 8" SANITARY SEWER fn 0 �,Y� MAIN @ 0.004 FT /FT m Y O W �r BLOC v� y.. 4 9e % � HOUSE l I HOJSE z UP AI CAR 1 n 1 PORT Q HOUSE ! .. ! i - _ ci Er3 co 1 ti W U _1 2 J z r � r z O w I a 5. Q SUM' P 0 "r� • NUE ¢ Q Y AI cu / AAiJV 4 4V# — — — W L.- IIIII■ NM A".,_ A ____ _iv 2 SIDEWALK WU = aw DEWAtX H W ' co GU UP I ti v J CCNC N LA wH cu ° a CC N MH #2 Et co Z N:461888.41 • D- E: 460712.66 w m . _; RIM EL: 1198.20 0 .N IE OUT: 1192.26 a o = > CONSTRUCTION NOTES w a Q= 0 CONSTRUCT NEW SANITARY SEWER MANHOLE PER CITY OF YAKIMA STANDARD. _w N c. c w 0 CONSTRUCT NEW SANITARY SEWER MAIN PER CITY OF YAKIMA STANDARD. Q D _ co co ' O CONNECT NEW SANITARY SEWER MAIN TO EXISTING MANHOLE. RE- CHANNEL BASE AS NECESSARY. N 3 8 r i. e 1 CHESTNUT AVENUE • , 1 s G n i t Z O % rll I T ()) ( /� , R I � Pill M -- I e a = S SS z O OP4/ I Z / I — a �� 70 m i D I CA Fa Z 6) N 1 OD ) 0) j m I o ' X m X —I I z 0 m m 7J YAKIMA I AVENUE Z 13 m 73 _o 0 m D x D —1 I D Z 0 I > I X p 1 1 , PLAN Project Eng. RJD WASTEWATER MANHOLE REHABILITATION 1(�� City Of Ya k m a Drawing Scales PROJECT (T Engineering Division 26TH AVENUE — -� i Pc Horizontal = 1"=40' "�` 129 North Second Street YAKIMA AVE & CHESTNUT Vertical = NONE City of Yakima Project No.1926 � *e - ''� Yakima. Washington 0 8TH AVENUE 0 n O Q O z 4 73 -I C X Z C M n D O - z x �.\ r cn m O � �\ 1 m x zi m > _ -__� �\ Z S Elf. IRRIGATION - . — —` 1 O IX SEWQt 1 l" : L' S a IN 0 \.... \ m T o � � K 0, m ° I �y X .i c7 m rnzK . \ o cmc,, t co EC 1 m A. oo• �o D Z m 0 - < o - n -< I D D (1) z 7TH AVENUE 0 D 73 PLAN Project Eng. RJD WASTEWATER MANHOLE REHABILITATION '��, City Of Yakima Drawing Scales PROJECT A' En ineerin Division LOGAN AVENUE -- *"•�'' g g 8T1-1 AVE & 7TH AVE Horizontal = 1" =40' 129 North Second Street ` Vertical = NONE City of Yakima Project No. 1926 Yakima, Washington J 1 7TH AVENUE G n n Q 1■1■117 0 Z 7J � 1 1 c X n z C m n rn —1 z z Q I � � D Z ' x i Q m �� M . GO ��\� z `�.� '�' E �\ ' s-.14...- i� ° m r O �\. in m s EX SEWER IN N. ; . s X r` ` ` ' a IRRIGATION \ ` 8 x1 c 0 �'� _ \ CD m Xmz K ,,\ m > — Iromcn \ 1 Z • (n .P \ 1 m ° 77 .p (n N (31 () -. O) OD ` ={ 01 01 -< 1 0 11 i 1 ..........■] I > I D Z 0 a CORNELL AVENUE I PLAN Project Eng. RJD WASTEWATER MANHOLE REHABILITATION of . City Of Yakima -' Engineering Division Drawing Scales PROJECT _ gin _ g g c LOGAN AVENUE '_ � 129 North Second Street 7TH AVE & CONELL AVE Horizontal = 1 " =40' '�... Vertical = NONE City of Yakima Project No. 1926 te ' a-' Yakima. Washington J H — 2ND AVENUE 1 O n O Q 2 z i 1 0 • T z C Z D zz � el . \ -- m O � � „ �1 m m asp `? s • (1) < --3 . D v & , 1 ” IX. IRRIGATION O m ■ 7 m m 77PT1Z<n 7J � � � \ M O�• � V X C M w .p a� o > z o0N) 00 �' (A N m v . v m D Z 71 m x n 0 m > R 1ST I AVENUE D z o PI PLAN Project Eng. RJD WASTEWATER MANHOLE REHABILITATION ���, City Of Yakima Drawing Scales PROJECT � ' S = Engineering Division LOGAN AVENUE — 2ND AVE & 1ST Horizontal = 1 "=40' 129 North Second Street ` Vertical = NONE City of Yakima Project No. 1926 Yakima. Washington 1 PLEASANT 1 AVENUE a 'N 1 1--- 1 O / ( o z ii / f z c ;� : -(3 ........... m D cn — I m > z Z -_-- 1 I ---_� - -- -< Z s . asp cn N I '^ i m .- V, I i X --I I 0 N D rn z -- _ —I X m o 71 E I m — —' c cri m N0 w:t�w X ii+ iH- o I+ Z 1 f ' i cn m m x K D I z L ___ _. m 7J 1 1TH AVENUE 0 o or -n > > > i z 0 > 70 p PLAN ProjectEng. RJD WASTEWATER MANHOLE REHABILITATION ( �F ' City Of Yakima Q ,,� ° Drawing Scales PROJECT b ' Engineering Division w SPOKANE STREET -- PLEASANT AVE & 11TH AVE Horizontal = 1 "=40' 129 North Second Street N., Vertical = NONE City of Yakima Project No. 1926 Yakima. Washington