Loading...
HomeMy WebLinkAbout1998-070 Budget for 1999 � ORDINANCE NO. 98- 7 0 0 AN ORDINANCE adopting a budget for the City of Yakima, Washington, for the year 1999; and making appropriations for estimated expenditures. WHEREAS, on or before the 1st day of November, 1998, a Preliminary Budget for the City of Yakima for the year 1999 was duly filed with the Director of Finance and City Clerk of the City of Yakima and submitted to the Yakima City Council, all in accordance with applicable laws, and WHEREAS, subsequent to November 1, 1998, the City Council held hearings on the budget and on parts thereof, and on November 17, 1998, the City Council held its formal public hearing on the budget all in accordance with applicable laws, and WHEREAS, subsequent to its formal public hearing, the City Council made adjustments and changes to the budget as the Council deemed necessary or proper and determined the allowance in each item, department, classification and fund, all as set forth in the final budget document attached hereto, all, in accordance with applicable laws, now, therefore, BE IT ORDAINED BY THE CITY OF YAKIMA: Section 1. The budget for the City of Yakima, Washington, for the year 1999 is hereby adopted in its final form and content as set forth in the budget document entitled "City of Yakima, Annual Budget, 1999," attached hereto and by this reference made a part hereof. Section 2. Estimated Resources and Appropriations for each separate Fund of the City of Yakima, and aggregate totals for all such Funds combined, for the year 1999 are set forth in summary form on Schedule A attached hereto and by reference made a part hereof, and are hereby appropriated S for expenditure during the year 1999 as set forth in summary form on the attached Schedule A. Section 3. The City Clerk is directed to transmit a certified copy of the budget hereby adopted to the Division of Municipal Corporations in the Office of the State Auditor and to the Association of Washington Cities. Section 4. This ordinance is one required to be made by the laws of the State of Washington, and shall be in full force and effect on January 1, 1999, upon its passage and publication as provided by law. PASSED BY THE CITY COUNCIL, signed and approved this / J day of December, 1998. ^ John Puccinelli, Mayor ATTEST: ` 0.hJ2 , d . c_ rte-,_ c l City Clerk Publication Date: 14.-/Y - Effective Date: 0/-6/ III Burnam A 1 - 12/10/98 • City of Yakima Annual Budget -1999 • Summary of Appropriations by Fund Schedule A 1999 1999 Estimated Budget Funds Fund Description Resources Appropriations of Budget 000 General Fund $35,346,497 $33,241,955 33.42% 123 Economic Development 24,080 14,000 0.01% 124 Community Development 2,687,567 2,430,088 2.44% 125 Cable TV 506,493 332,988 0.33% 131 Parks & Recreation 3,848,582 3,573,709 . 3.59% 140. Growth Management 246,611 236,000 0.24% 141 Street & Traffic Operations 4,335,357 3,928,103 3.95% 142 Arterial Street 1,618,126 1,013,231 1.02% 143 Transportation Improvement 1,405,187 888,000 0.89% 144 Cemetery 299,013 275,668 0.28% 150 Emergency Services 820,406 607,278 0.61% 151 Public Safety Communications 1,836,495 1,824,868 1.83% 161 Parking & Business Improvement Area 315,916 76,275 0.08% 162 Trolley (Yakima Interurban Lines) 15,313 11,100 0.01% 0 163 Front Street Business Improvement Area 6,038. 3,000 0.00% 170 Tourist Promotion 994,136 789,852 0.79% 171 Capitol Theatre . 201,323 148,510 0.15% 195 Contingency 221,503 221,503 0.22% 198 FRS /Capitol Threatre Reserve 1,362,772 71,927 0.07% 221 L.I.D. Guaranty 34,534 0 0.00% 271 Housing LTGO Note Redemption 486,837 83,452 0.08% 281 1985 G.O. Div /Dam Redemption 78,524 47,808 0.05% 282 1998 LTGO Street Bond 212,923 174,315 0.18% 283 1994 G. O. LTD Levy Redemption 746,974 551,545 0.55% 284 1995 G. O. Street, Parks & Fire 1,370,510 1,255,484 1.26% 285 1997 G. O. Line of Credit 185,000 185,000 0.19% 287 1996 G. O. LTD Levy Redemption 560,598 446,271 0.45% 289 LID Debt Service Control Fund 138,154 121,800 0.12% 321 CBD Capital Improvement 142,748 47,465 0.05% 331 Parks & Recreation Capital 670,698 664,000 0.67% 332 Fire Capital 1,159,130 472,750 0.48% 333 Law and Justice Capital 323,805 234,737 0.24% 342 Public Works Trust Construction 544,066 475,878 0.48% 0 364 Transit Capital Reserve 2,325 ;723 1,169,000 1.18% 370 Convention Center Capital Improvement 530,391 437,000 0.44% 392 Cum. Reserve for Capital Improvement 1,538,027 1,538,000 1.55% 462 Transit 4,455,011 4,453,149 4.48% erp /cre 12/10/98 11:16 AM City of Yakima Annual Budget -1999 Summary of Appropriations by Fund Schedule A 1999 1999 Estimated Budget Funds % Fund Description Resources Appropriations of Budget 471 Refuse 2,714,175 2,474,715 2.49% 472 Wastewater Facility Reserve 1,243,424 400,000 0.40% 473 Sewer Operating 10,999,342 9,776,155 9.83% 474 Water Operating 5,302,012 4,632,968 4.66% 475 Irrigation Operating 1,831,848 1,664,241 1.67% 476 Sewer Construction 2,122,605 1,660,000 1.67% 477 Domestic Water Improvement 2,365,978 1,842,000 1.85% 478 Wastewater Facilities 1,418,679 625,000 0.63% 479 Irrigation System Improvement 808,263 380,000 0.38% 481 1998 Water Revenue Bond Reserve 14,000 0 0.00% 482 1968 Water Revenue Bond Reserve 325,011 0 0.00% 483 1996 Wastewater Revenue Bond Reserve 335,434 0 0.00% 484 1991 Water /Sewer Rev Bond Redemp 1,177,495 1,070,266 1.08% 486 1998 Water Revenue Bond Redemption 242,000 242,000 0.2' ° 487 1968 Water Revenue Bond Redemption 520,007 280,373 0. 488 1996 Wastewater Revenue Bond Redemp 509,792 360,738 0.3 • .0 489 1991 Water /Sewer Rev Bond Reserve 1,129,464 0 0.00% 512 Unemployment Compensation 371,241 121,444 0.12% 513 Employees Health Benefit 6,028,993 4,969,150 5.00% 514 Workers' Compensation 899,231 710,960 0.71% 515 Risk Management 2,017,303 838,923 0.84% 516 Wellness /EAP Fund 120,000 60,000 0.06% 551 Equipment Rental 6,812,360 2,643,184 2.66% 555 Environmental Fund 292,010 224,000 0.23% 560 Public Works Administration 1,242,591 1,149,301 1.16% 610 Cemetery Trust 477,257 20,000 0.02% 612 Firemen's Relief & Pension 1,338,603 1,271,614 1.28% Total City Budget $124,254,186 $99,462,741 100.00% erp /cre 12/10/98 11:16 AM Budget Overviews Exhibit I Expenditure Comparisons • 1999 vs. 1998 '99 vs. '98 1998 1998 Amended Amended Estimated 1999 Budget Fund Budget Expenditures Budget % Change General $32,569,815 $31,968,029 $33,241,955 2.1% Parks 3,434,761 3,425,892 3,573,709 4.0% Street 1 3,785,569 3,741,646 3,928,103 3.8% General Goverment Total $39,790,145 $39,135,567 $40,743,767 2.4% Community Development 2,520,772 2,161,920 2,430,088 -3.6% Utilities /Other Operating 32,718,199 30,340,866 31,337,252 (1) -4.2% Capital Improvement 18,138,692 10,439,593 11,847,061 - 34.7% Operating Reserves 1,050,500 913,041 1,132,353 7.8% Employee Benefit Reserves 6,029,963 6,658,821 7,133,168 18.3% General Obligation Bonds 2,670,616 2,727,001 2,743,875 2.7% . LID Debt Service 147,335 441,919 121,800 - 17.3% Water /Sewer Revenue Bonds 1,914,267 1,714,267 1,953,377 2.0% Trust and Agency Funds 20,000 20,000 20,000 0.0% Total City Budget $105,000,488 $94,552,995 $99,462,741 (1) -5.3% (1) The 1999 Economic Development budget will likely need to be amended later next year by the Council to include the new $5 million grant and loan from the Economic Development Administration for the renovation of the Great Western Building downtown. 411 erp 12/10/9811:16 AM City of Yakima Exhibit I 1999 Budget by City Functional Grouping 1997 1998 1998 1999 1999 1999 1999 1999 Actual Amended Est. Actual Preliminary vs 1998 Beginning Projected Est Ending Expenditures Budget Budget Budget Percent Fund Balance Revenue Fund Balance General Government City Council $127,021 $139,490 $139,459 $141,714 1.6% City Manager 399,978 416,081 415,997 440,613 5,9% State Examiner 76,784 75,500 75,500 80,000 6.0% Records 258,826 333,309 321,009 269,272 - 19.2% Financial Services 839,452 951,608 900,355 900,074 -5.4% Human Resources 346,965 369,765 367,175 384,224 3.9% Legal 1,106,167 1,196,156 1,170,709 1,209,077 1.1% Municipal Court 667,305 902,806 876,679 1,073,210 18.9% Purchasing 250,166 264,102 263,791 283,254 7.3% Hearing Examiner 28,895 41,000 20,500 20,500 - 50.0% Environmental Planning 510,382 514,837 469,176 472,525 -8.2% Code Administration 761,282 814,668 803,916 835,813 2.6% Police 10,902,676 12,393,438 12,030,390 12,849,675 3.7% Fire 4,978,355 5,141,469 5,090,280 5,339,435 3.9% Police Pension 900,713 1,001,145 1,000,959 1,105,208 10.4% , Engineering 940,222 1,023,155 1,017,424 1,061,962 3.8% City Hall Maintenance 308,196 345,301 345,324 349,557 1.2% Information Systems 1,748,241 2,252,621 2,218,079 2,045,717 -9.2% Customer Services 940,219 974,471 983,008 1,041,431 6.9% Library 1,053,863 1,117,096 1,117,096 1,149,995 2.9% Intergovernmental 249,257 214,546 222,582 196,291 -8.5% Sun Dome 148,545 149,347 149,347 149,908 0.4% District Court 232,508 123,000 117,500 75,500 - 38.6% Transfers 1,604,913 1,814,904 1,851,774 1,767,000 -2.6% Total General Fund $29,380,931 $32,569,815 $31,968,029 $33,241,955 2.1% $3,807,483 $31,539,014 $2,104,542 Parks & Recreation 3,170,216 3,434,761 3,425,892 3,573,709 4.0% 425,834 3,422,748 274,873 Street & Traffic Operations 3,464,021 3,785,569 3,741,646 3,928,103 3.8% 434,499 3,900,858 407,254 Total General Government Funds $36 ,015,168 $39,790,145 $39,135,567 $40,743,767 2.4% $4,667,816 $38,862,620 $2,786,669 Other Operating/Enterprise Economic Development $23,493 $1,055,909 $2,000 $14,000 - 98.7% $24,080 $0 $10,080 Co Development 2,102,399 2,520,772 061,920 2,430,088 -3.6% 393,167 2,294,400 0 257,479 erp 12/1 35 AM 0 City Skima Sibiti . 1999 Budget by City Functional Grouping 1997 1998 1998 1999 1999 1999 1999 1999 Actual Amended Est. Actual Preliminary vs 1998 Beginning Projected Est Ending Expenditures Budget Budget Budget Percent Fund Balance Revenue Fund Balance Cable TV 264,143 329,855 312,932 332,988 0.9% 225,893 280,600 173,505 Commute Trip Reduction Fund 83,722 175,450 61,531 236,000 34.5% 188,311 58,300 10,611 Cemetery 245,211 257,713 253,130 ' 275,668 7.0% 46,473 252,540 23,345 Irrigation 1,028,120 0 179,639 0 0.0% 0 0 0 Emergency Services 535,752 600,029 586,964 607,278 1.2% 203,406 617,000 213,128 Public Safety Communications 1,490,487 1,675,361 1,661,187 1,824,868 8.9% 37,923 1,798,572 11,627 Parking & Business Improvement Area r 13,689 132,074 40,074 76,275 -42.2% 244,535 71,381 239,641 Trolley (Yakima Interurban Lines) 150,072 236,610 226,610 11,100 -95.3% 15,273 40 4,213 Front Street Business Improvement Area 0 2,000 0 3,000 50.0% 4,009 2,029 3,038 Tourist Pro motion__ 554,460 715,355- . 715,355 - - 789,852 - 10.4% 236,789 757,347 204,284 Capitol Theatre 146,145 183,010 183,010 148,510 - 18.9% 57,386 143,937 52,813 Transit 3,812,486 4,330,328 4,170,729 4,453,149 2.8% 38,611 4,416,400 1,862 Refuse 2,302,192 2,355,293 2,352,985 2,474,715 5.1% 191,010 2,523,165 239,460 Sewer Operating 8,717,989 9,359,032 9,248,447 9,776,155 4.5% 1,627,573 9,371,769 1,223,187 Water Operating 3,995,585 4,506,515 4,312,475 4,632,968 2.8% 892,062 4,409,950 669,044 Irrigation Operating 0 1,670,502 1,479,789 1,664,241 -0.4% 107,298 1,724,550 167,607 Equipment Rental 2,678,048 3,872,778 3,446,327 2,643,184 - 31.7% 3,906,150 2,906,210 4,169,176 Environmental Fund 93,905 174,422 78,100 224,000 28.4% 218,010 74,000 68,010 Public Works Administration 898,710 1,085,963 1,029,582 1,149,301 5.8% 128,334 1,114,257 93,290 Total Other Operating/Enterprise $29,136,608 $35,238,970 $32,502,786 $33,767,340 -4.2% $8,786,293 $32,816,447 $7,835,400 Capital Improvement Arterial Street $930,726 $1,972,002 $946,102 $1,013,231 - 48.6% $841,426 $776,700 $604,895 Transportation Improvement 2,038,970 894,973 318,923 888,000 -0.8% 789,498. 615,689 517,187 C.B.D. Capital Improvement ' 15,712 118,360 109,965 47,465 -59.9% 113,648 29,100 95,283 Parks & Recreation Capital 137,286 591,120 291,120 664,000 12.3% 219,448 451,250 6,698 Fire Capital 1,149,248 308,258 173,688 472,750 53.4% 944,358 214,772 686,380 Law & Justice Capital 268,628 736,979 632,211 234,737 - 68.1% 132,230 191,575 89,068 Public Works Trust Construction 279,160 792,579 746,579 475,878 -40.0% 158,066 386,000 68,188 L.I.D. Construction Control 50,357 100,000 0 0 - 100.0% 0 0 0 Transit Capital Reserve 374,563 1,381,123 307,929 1,169,000 - 15.4% 1,422,423 903,300 1,156,723 Convention Center Capital Improvement 4,440,450 515,496 515,496 437,000 - 15.2% 102,891 427,500 93,391 Cum. Reserve for Capital Improvement 19,333 2,501,360 1,742,150 1,538,000 - 38.5% 433,027 1,105,000 27 erp 12/10/9811:35 AM - City of Yakima Exhibit I 1999 Budget by City Functional Grouping 1997 1998 1998 1999 1999 1999 1999 1999 Actual Amended Est. Actual Preliminary vs 1998 Beginning Projected Est Ending Expenditures Budget Budget Budget Percent Fund Balance Revenue Fund Balance Wastwater Facilities Capital Reserve 205,134 270,000 170,000 400,000 48.1% 1,078,424 165,000 843,424 Sewer Construction 1,193,824 2,597,887 1,357,330 1,660,000 - 36.1% 1,953,405 169,200 462,605 Domestic Water Improvement 890,094 3,464,508 1,372,433 1,842,000 - 46.8% 2,363,978 2,000 523,978 Wastewater Facilities 2,498,345 1,444,047 1,335,930 625,000 - 56.7% 1,244,869 173,810 793,679 Irrigation System Improvement 0 450,000 419,737 380,000 - 15.6% 305,263 503,000 428,263 Total Capital Improvement $14,491,830 $18,138,692 $10,439,593 $11,847,061 - 34.7% $12,102,954 $6,113,896 $6,369,789 Operating Reserves Contingency $95,629 $202,131 $160,000 $221,503 .9.6% $96,503 $125,000 $0 FRS /Capitol Theatre Reserve 71,927 101,927 101,927 71,927 -29.4% 1,292,772 70,000 1,290,845 Risk Management 726,452 746,442 651,114 838,923 12.4% 1,159,828 857,475 1,178,380 Total Operating Reserves $894,008 $1,050,500 $913,041 $1,132,353 7.8% $2,549,103 $1,052,475 $2,469,225 Employee Benefit Reserves Unemployment Compensation $89,456 $120,920 $95,924 $121,444 0.4% $230,506 $140,735 $249,797 Employees Health Benefit 4,252,248 4,054,178 4,710,230 4,969,150 22.6% 537,266 5,491,727 1,059,843 Workers' Compensation 569,509 647,834 647,524 710,960 9.7% 191,424 707,807 188,271 Wellness /EAP Fund 0 65,719 65,719 60,000 -8.7% 60,000 60,000 60,000 Firemen's Relief & Pension 998,964 1,141,312 1,139,424 1,271,614 11.4% 100,617 1,237,986 66,989 Total Employee Benefit Reserves $5,910,177 $6,029,963 $6,658,821 $7,133,168 18.3% $1,119,813 $7,638,255 $1,624,900 Trust and Agency Funds Cemetery Trust $23,672 $20,000 $20,000 $20,000 0.0% $449,257 $28,000 $457,257 Pass Through Grants 0 0 0 0 0.0% 0 0 0 Total Trust and Agency Funds $23,672 $20,000 $20,000 $20,000 0.0% $449,257 $28,000 $457,257 Debt Service L.I.D. Guaranty $0 $0 $170,000 $0 0.0% $33,334 $1,200 $34,534 Housing Ltd. G.O. Note 105,315 243,752 248,358 83,452 - 65.8% 272,837 214,000 403,385 General Obligation Bonds 2,274,077 2,426,864 2,478,643 2,660,423 9.6% 413,551 2,740,978 494,106 L.I.D. Debt Service 251,981 147,335 271,919 121,800 -17.3% 654 137,500 16,354 Water /Sewer Bonds 1,719,346 1,914,267 1,714,267 1,953,377 2.0% 2,237,827 2,015,376 2,299,826 Total Debt Service $4, 350, 719 $4,732,218 $4,883,187 $4,819,052 1.8% $2,958,203 $5,109,054 $3,248,205 Total Ci Budget $90,822,182 $105,000,488 $94,552,995 $99,462,741 -5.3% $32,633,439 $91,620,747 $24,791,445 erp Pun 35 aM 110 III . BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT a Item No. For Meeting Of 12/15/98 ITEM '11TLE: An Ordinance Adopting a Budget for the City of Yakima, Washington, for 1999 SUBMITTED BY: Dick Zais, City Manager John Hanson, Director of Finance and Budget CONTACT PERSON /TELEPHONE: Cindy Epperson, Accounting Manager, 575-6070 SUMMARY EXPLANATION: The attached Ordinance adopting the 1999 Budget for the City of Yakima, incorporates all of the final adjustments presented during the budget review process and decisions made by the City Council during the Budget wrap -up session held on Tuesday, December 8, 1998. Final adjustments provide for a 1999 General Government budget level of $40,743,767 -- approximately 2.4% greater than the amended 1998 budget level of $39,790,145. The projected 1999 General Government year -end balance is $2,786,669. 4110 As summarized in Exhibit I, the total 1999 City Budget is set at $99,462,741 or (5.3 %) less than the amended 1998 Budget of $105,000,488 and $8,447 less than the 1999 Preliminary Budget. This slight decrease from the Preliminary Budget includes changes outlined in the Budget Wrap -Up document and Council actions during the Wrap -Up sessions. Resolution X Ordinance Contract Minutes Plan /Map Notification List X Other (Specify) Schedule A APPROVED FOR SUBMITTAL: i� City Manager STAFF RECOMMENDATION: Pass Ordinance. COUNCIL ACTION: 1110 BUDTRE Al 1 12/10/98 ORIGINAL i CITY OF YAKIMA i -- 1 . CONTRACT DOCUMENTS I FOR I CITY OF YAKIMA I I WASTEWATER TREATMENT PLANT I INDUSTRIAL SEWER INFLUENT I • LINE REHABILITATION , . • •o L. H U/ .3. W $ 0� YIA *61 + * cc WAS* 4' ' C G v '}� . 1 ^J , t q '`(i . ;Q4 x. 1:383 �c 4 '�' KI ms s" c /. ' /KO ! EXPIRES 5/28 /Zoo° EXPIRES 5/?9 /Z000 j I CITY OF YAKIMA PROJECT NO. 1641 FILA PROJECT NO. 98061 I ..1. Iluibrcgtsc, Lotm n AAsc�,ilacs., Inc: 1 y .. ;: ` v CI VIL ENGINEERING • • LAND SURVEYING • PLANNIN I L . JANUARY 1999 1 I i .1 CITY OF YAKIMA Yakima, Washington CONTRACT DOCUMENTS FOR: WASTEWATER TREATMENT PLANT INDUSTRIAL SEWER INFLUENT LINE REHABILITATION CONTENTS: ' Bid Documents Invitation to Bid Proposal Form Proposal Signature Sheet Bid Bond Form ' Non- Collusion Declaration Bidder's Data Form Subcontractor List ' Bidders Check List Nondiscrimination Provision Resolution D-4816 ' Women and Minority Business Enterprise Policy Affirmative Action Plan Pre -Award Information MBE/WBE Form Contract Documents Contract Form Performance Bond Form Insurance Form Minimum Wage Affidavit Form Prevailing Wage Rates ' Specifications ' Standard Specifications Special Provisions ' Standard Plans & Standard Details Plan Sheets 1 -3 City Engineering Office Yakima, Washington 9 9 ton 9 ' C: \Corel \SPECS \98061.YK.wpd 1 BID DOCUMENTS 1 Invitation to Bid ❑ . Proposal Form ❑ 1 Proposal Signature Sheet ❑ 1 Bid Bond Form ❑ 1 Non- Collusion Declaration ❑ Bidder's Data Form ❑ Subcontractor List ❑ 1 Bidder's Check List ❑ 1 Nondiscrimination Provision ❑ 1 Resolution 0-4816 ❑ 0 1 Women and Minority Business Enterprise Policy ❑ ' Affirmative Action Plan ❑ Pre -Award Information ❑ 1 MBE/WBE Form ❑ 1 1 C: \Core) \SP ECS198061.YK.wpd 1 I INVITATION TO BID NOTICE IS HEREBY GIVEN that sealed proposals will be received by the undersigned City Clerk of the City of Yakima, Washington, up to the hour of 3:00 p.m. on Wednesday, February 10, 1999, I and then be opened and publicly read for the construction of: WASTEWATER TREATMENT PLANT I INDUSTRIAL SEWER INFLUENT LINE REHABILITATION CITY OF YAKIMA PROJECT NO. 1641 I This project consists of the following work: This project consists of the rehabilitation of approximately 315 linear feet of 36 -inch diameter I industrial waste influent sewer main at the City of Yakima Wastewater Treatment Plant with 24 -inch diameter liner pipe. The rehabilitation may be accomplished by sliplining with fused HDPE pipe, sliplining with segmental PVC sliplining pipe, or sliplining with segmental HDPE I pipe. The project also requires the installation of two new 60 -inch diameter precast concrete manholes, connection to new and existing pipelines, grouting of the annular space, dewatering, and pavement restoration. I Plans, Specifications, and bid forms are available from Huibregtse, Louman Associates, Inc., 3800 Summitview, Suite 100, Yakima, WA 98902, and may be obtained for a fee of $40.00 for each set, I non - refundable. Each bid or proposal must be accompanied by cash, bond, or a certified check, payable to the U order of the City Treasurer of the City of Yakima, for the sum of not less than 5% of said bid or proposal and none will be considered unless accompanied by such deposit, to be forfeited to the City of Yakima in the event the successful bidder shall fail or refuse to enter into a contract with the I City for the making and construction of the aforesaid improvement. All bids or proposals must be in writing, sealed and filed with the City Clerk on or before the day and hour mentioned. I The City reserves the right to reject any or all bids and proposals. DATED this 15 day of January, 1999. I (SEAL) Karen S. Roberts City Clerk I • I PUBLISH: January 21, 1999 January 22, 1999 I I C: \Corel \SPECS \98061. YK.wpd I I PROPOSAL To the City Clerk Yakima, Washington I This certifies that the undersigned has examined the location of WASTEWATER TREATMENT PLANT INDUSTRIAL SEWER INFLUENT LINE REHABILITATION CITY OF YAKIMA PROJECT NO. 1641 I 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 shall 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. I I I I I I I I ' C: \Ccrel \SPECS \98061.YK.wpd 1 PROPOSAL UNIT PRICE BID SCHEDULE I (NOTE: Unit prices for all items, all extensions, and total amount of bid must be shown.) CITY OF YAKIMA I WASTEWATER TREATMENT PLANT INDUSTRIAL SEWER INFLUENT LINE REHABILITATION Project No. 98061 I CITY OF YAKIMA PROJECT NO. 1641 ITEM APPROX. UNIT PRICE AMOUNT NO. QUANTITY ITEMS WITH UNIT PRICE BID ' DOLLARS -CTS DOLLARS -CTS 1. LUMP SUM Mobilization 7 U' "`) 7 J O v• ua 2. LUMP SUM Structure Excavation, Class B a 1 000 • coo a 0O0' ac 3. LUMP SUM Shoring and Cribbing or Extra Excavation f00 5-40o •uo I 4. 500 TON Imported Backfill, as Directed /l0 .5 ' 5. LUMP SUM Dewatering 000• °" a00""1 6. LUMP SUM Inspection /Cleaning of Pipeline gSDO' cd6 ,. 5'00' ' 7. 2 EA Manhole, 60 -Inch Diameter 3J00 "" 040 ' `� } 8. 75 SY Asphalt Pavement Repair s Rio / ' °° 9A. 315 LF HDPE Sliplining I (Method 1 - Butt Fusion) !Z0' 00 3 7 goo 9B. 315 LF HDPE Sliplining I (Method 2 - Segmental Jointed) 9C. 315 LF PVC Sliplining I (Method 3 - Segmental Jointed) S UBTOTAL OF BID ITEMS 1, 2, 3, 4, 5, 6, 7, 8, 9A & 000 7.9% STATE SALES TAX O T OTAL BID PRICE; INCLUDING BID ITEM 9A ' I SUBTOTAL OF BID ITEMS 1, 2, 3, 4, 5, 6, 7, 8, 9B 7.9% STATE SALES TAX TOTAL BID PRICE, INCLUDING BID ITEM 9B SUBTOTAL OF BID ITEMS 1, 2, 3, 4, 5, 6, 7, 8, 9C I 7.9% STATE SALES TAX TOTAL BID PRICE, BID ITEM,9C. . I I C: \Corel \SPECS \98061.YK.wpd PROPOSAL SIGNATURE SHEET I WASTEWATER TREATMENT PLANT INDUSTRIAL SEWER INFLUENT 1 LINE REHABILITATION CITY OF YAKIMA PROJECT NO. 1641 ' Receipt is hereby acknowledged of addendum(s) No. d , , and ' ( , ( fi n,, i cAz Sefv c' CT 3 (Bidder) PROPOSAL MUST BE SIGNE By: ' W4_ , 1999 ����+ / (Auk ized Official) I (Date) ' 32/o ``C r " 5 = #( 5u 1,e Address & i(N , b04- ggdo 1 Zs - -oM5ct ' (Phone Number) ' (Fax Number) c S5ccsz (Washington State Registration Number) ' NOTE: (1) If the bidder is a co- partnership, so state, giving firm name under which business is transacted. ' (2) If the bidder is a corporation, this proposal must be executed by its duly authorized officials. ' (3) If no bid is submitted, kindly mark "NO BID" and return to: Yakima City Clerk Yakima City Hall 129 North Second Street Yakima, WA 98901 C:\Corel\SPECS\98061.YK.wpd ' Bond No.: AE 6126283 BID BOND ' KNOW ALL MEN BY THESE PRESENTS: That we, CJ's Construction Services, Inc. , as Principal and Gulf Insurance Company a corporation organized and existing under and by virtue of the laws of the State of Missouri, and duly authorized ' to do business in the State of Washington, Surety, are held and firmly bound unto City of Yakima , hereinafter called the Obligee, in the penal sum of ' Five Percent 5 ( %) of the amount bid not to exceed Five Thousand and No /100 Dollars ($ 5,000.00) for the payment of which in lawful money of the United States, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these presents. ' The condition of the above obligation is such that, t WHEREAS, the Principal has submitted a bid for W.W.T.P. Industrial Sewer Influent Line Rehabilitation NOW, THEREFORE, if the Principal, upon acceptance by the Obligee of his bid identified above, within the period specified therein for acceptance (sixty (60) days if no period is specified), shall execute such further contractual documents, if any, and give such bond(s) as may be required by the terms of the bid as accepted within the time specified (ten (10) days if no period is specified) after receipt of the forms by him, or in the event of failure so to execute such further contractual documents and give such bonds, if the Principal shall pay the Obligee the difference, not to exceed the penalty hereof, between the amount specified in said bid and such larger amount for which the Obligee may procure the required work covered by said bid, if the latter be in excess of the former, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and Sealed this 5th day of February 19 99 . CJ' Construction Services, Inc. (Seal) GULF INSURANCE COMPANY Principal Surety f e3 . B� � aure , Attorney -in -Facts / ety Insurance Services of the NW 155 NE 100th, Suite 303 ; Seattle, WA 98125 Telephone (206) 527 -6624 Fax No. (206) 527 -4358 1 6 ( - 111; 11 c c c-- 1')= ` °` SS S 1) = = 1,1 111= - 111= - - `111 = 111 1S1 1!1 - 111 111 11 1 J(r(tS_. 1 111 111 (( 111 111 S 111 111 111 1S T =1�1 - X 114 = 4S, = 511 -= 454 =514 = = 4SS -� 4'IS - == = SSS = 454 =SS4 = 544 �S41 = 544- 114' =514- SIS =544 = 414 = 415 = 145 = 1,S = 414 = 415 = S4S El 1 =4 ( �'4t 1 '(� -= ~ ' -" �S = SS - = �S4S- lKS - SSS 11 =541 44 - 5 SSS = ISS ISS = SSS GULF�INUFiAiNCE;C.O;MPieci�Y I r BOND_ rl Syr 1 _ � = 11) �sT:1L'ours 11 w�isouRr -1)) =4 -11 Sri SINuMB � - 6 12;6 = 35 = 144 = 444 = 441 = 144 = 1N = 114 = 454 ( -•• -- (,l _ (tl 1 _-«(-^(1l-^It(----Il•--(«- ,, I .,- - „ -=415 = Pow t ,EiA= aT�•oitNE1= 444111 --=N4 111= ,1,-- „r-- ,1,-- -, 1! -- II- ,,,- r!,- rll -Ir,- (1 11 = R IGI N ALSI 'O F�T HI S; POWERI 'OF = A {AIRE:1 BL II A (Af 451NAIVI,E,- ,-1 SS44 =4jj =444=M.- =-I44.- _-M- -- =•141- =4II =1 � FTY• {PAPERI WITH�TEAL- INIC:- DUEL' IGA L= HAVEI RINCIFAL": � C I(TY ; jST A TADP E;_ZI,P (((---(( (((---- (((- •-- (((-- ((( ---( - I S -CO J UN TION RI , I LIGfN ALOIV LY IWHEINTSSUED IN- 411" - 144` 111 Q O 1 jIl� jjj 4(4 41" � M - S (1 � c 4L:- . - 1 _ 4 1,. ((1 ^ 1 11 = 541- 1KNOW ,N= AI�LMENIBYTHESEPRE T h a t l t h e - G E 1 f , I T S U i • a n c e l C o m - I I 4 = i C JS s ---- =.. I . T ( s - - E - I c 1 = t l `o aS S S 1 1 " e 4 n v - i 4 e 1 c s 4 1 1 l Iln 1 : - 6 - , : - _ - - - - - 1 V 4 - 6 7 : - = III I 1 S S -= 1 m aco_ oraiion,dul = or Atili ed underh tel a fii te 'te=SlAofliIvss'ounh I S --- , r`-^ ! l -___'r` II{ y '- l l I y -1.,� , y g, - 41� !- „ r- ,Ir ll: 1 1 ti-1 1= 3121014`- �'' C•;'-= s 't- s�ui tel =AIII - =114 -= 444 = 4 44 = =411 _principal office(In the city_of �Irving Texas; pursuant- to�the-followtng resolution ( _ t 1i --- (((•� f I (--- � I -- t t -)) opfediriit Finance `. Ex' ecutt v e C ommiitee5fthe• B oardofDiiec"tois E ? n; _WA 5 5 1 9 . $ Sb -F2 -- II !"11'1'S11"`•151"'IIS' 515"51' }S� on- tli:lthldaT•of'Augusr ,:1991 :to-wir:�111= 111- 111 = 11 --I'.I = 111 = 111 =1SS -=115 =111= 111. =SSI= 114 =SSS --111 = ISI = SIS =SII ; =1IS 1 - 44(= c zESLUED,,Sthatltne�Presiderti { E dice :PPe4Iderit1or= any,lSt.iorj iIS= = 114 SSS - -- SS4 1j4 - • 11j - jj4 - -- I j4 - M --- 414 • -- S14 -- - S jj --- 11j 1lj --- I --- !S" i.J. O n c o sti�uting as nF' c t t s ucli,pis o nsefi_rms orcorpotations as =Si ,i iSS r rit Sll l i r SS1 rrr IS1 rrl 1SS rrrSSl I. S11 rrr S'S rrr 1II tft SIS Irr S1S Itl S1S r =i SI) = =i1S S I y1 beae 'ected= fromrtimeao time;�and' any such= A[torney,-1n -Facq may, be r 141 r I 1 111 - I 1 I 1 1 1 - ■ 11- I' -' I -III - 1 r I r r- 1 r r 11= nd =tile c;My_ granted: liim =r revoked by =the dent,_oi y Executive Vice - (- l { l r= { l l 1 l (r= { `,1 ' = l (1 -E FFEG:TI V E 1 DAT:EI (-2 { ( 1 ;1 I - I (( I 1 i - = IS - a " 1 1J! . l 1 1 Pre'si ^ an ,r i I' ) I1 » ' r 1 1 ',rl 111 'lll ,Jl lll JI l lTll1 ( S( President or -any Semor Vi ce I i : Ie by�fIT Board of_Directo s •or b y •the _ _ _ lI Hance; an d• EXec�ti veCommitte -o f:tne-Baar'd-of.Directors. i 1)i- 1�1 )r�-- '151 'I1I-' 1f1"SI1`�111` 111` III - - 144 -- III ---- 4I1" - I4S� -- Sj1 - - 111 ---- 111 - 1 _ I ---- i,_- -_.!Jr•�e --Irr ! , „_ , - ^!(l- l i -II - 1 - 9' - 1 t t t f 1 }I ) :RESOLVED, =th nothing:in :this:Power of.Attorney, shalllbe :construed as a :gr 4 , 111 7 111 111 111 ` 111"111 "111 ~ 111 = 111 111 11 111' - ' 111 ` _ 141 I( • aatho city " a tto rn ey( s), in l i, I ute 'acn owledge�deliverolloth=lli =111 = 111 - '111 -111 ^111 CONT AMO =Till - 111 - ' 111•111 1'j �erwise issue•atp pohies•of e ` belialflof GulfjInurance•C _ }4- ))1- RESOL s o fthe-Presid"ent,I Executive ;V -Pr - SII- 111` - ' -- 111 1)1`111' - ill" 1))`==111 = )11 ^ 111 =111••`= 111 - 1))• -1)1 , 114 affil -- 1-00 000 00- (ES' �-r) j ( j j andlfhe_ Seallof thCompany- maybelaffixedonylJsuch ITi •-- --1,1�.=- 1,r.- ..- 'I,1_.._I 4-.111 II4-- jjj-" 11j "'j4j-^414`�'144-^SS1-"1,1--- r iwer of Attoi•ney_or an (certifit relating !thereto by_f� si!inlet( and (any�such� t iii . - SS i 11 i1 11 ' ;' "' "' „' "' "' - "' "' �= jl j _ 1 1 --• 11 r- »1 = = iw ( exected.and ` certtfied . by_ fac l . lie _ . ! I r _ , I I r r _ r r ! r ! 1- I ! I B.ON D AMQU NT r! r _ r ! ! r l r l EIS)v ) ti o lZalin thelfutuie iwitli' resp )to'a riybo nd ) aA M- -)I)-^I11„111 111- ,,, 111 = ^111-=-111 =^1.11 II1- 1 11 II1- ^IIi- --1' i' , i' t � � 11 10, . ! -^ii ,i 4= documents: el ating:to l suchbonds,t.whi I chthey a i t - e:att l ached 111 = 111 =111= ISr 11�j -, QIO:o !40 =o j14 M 41 4 - 1'11 -- 411 - - 111 - - 111 -- 111 - - III = SII = =511 lllf llsur rianf a :Ciitn an 'doesihreb e(make; fconstitute;arid a Olrt i� c t -^ r 1 l --- C l l III t l l r f 1 ----- 1 I I ---- t 11 ----1 I t'. t I t t t l --- ( l --- r( t -- 11 iil111--lllp YI11;1 ' yllr�lI1, liI pPll) 1II' IIiII1 lrrIrlrlr- ^llr- ^�rl- ^rll -- " rrr -' 111 -" rll- ^rlr- ^l;r- ', ^Irl•• -- )1 ` 44 =!�S= SSIISS= 511 =144= 514 ISI -=451• =111= SSS= NS -154 -SSS SIS = iSi = SiS - SSS = 151 = 411 = 415= SIS = "SSS - � = 115 = 511 = SSS = ISS = 4SS -= 151 - 441 111-- 114 = SIS= SIS =- 141 =4IS-y SSI- - - 1- 11•- - -M- =414-=-~411 =N - - SSI -:-I S= III- - -'SP- - -- 4H =SSl-- SS1-== 444 =4SS - -SSS=- =1.11- M -4SI- iS - SSI= 511- 444 = SSS= SSS =-ISS =SIS = 41 111- ( SS -c -111- ;111 -II IS ( 1 =4I III =111= 111-`= 11 =111 =4S =iSS= -M =S1i = 141 M'ar- SS V Eaue` of- Set %t -1 - WA -1 155`55 =S4I - =�=SSS =1 1 41 = 111-==514" i),ry4N 'SS1 ==i1) ==ii" 11,- ) = 1„= e );5" in- •SS1 � 151= 114x= 4SI- =H1 ISI= iSi =SS ==Si4= l =,i -4II-= 414 --S =5 N- 4SS -S1S 1SS .144544551 - 114 =5 ISi -III= III = U1= 114`114-=11:r - 114 i11-�=SSS= 151- ISS =SSS -155 - III =SSI - SS =SI 1= S14 =5 = SiS - 41 - 11 - M. SS1 =111 =Ill =1S 7 - =115= II4= 111 =SSS- 1 .=---11 =415- = III =N4 =511= IIi= I4 = - '4I -= 415= 114 -== 4 SSS- SII = Ni =S1 1 51r =541 =455 =111= S1-= 151- - -: - - = 151- ==111= 11-- SSI =ISS- 111` =1- 4 =111 =4iS =M= M= SSS S - 144 = 514 -- 5{l =1SS =45-== ISI- -- 451 --- 114- SIi--- 'II1 -- 111 - - 1-iS1= 1 11 - - Ill =144 = S1I= II4 --111 =115 =111 =154 =114 -= =511 -= 411 =151 =- SI -. ,)5- 111=551- ISI =Ii1 - -4II -- M- - 1 --SII= SI = SII-== 144 =SSS - 141 -=�= SSS-�== 115 =511-- 151- =SS 111 =1SS - -114= II4= II 4 =111- - 441 -'-1H-- 11 = = ( 11- -- ==5 (1(111 = 1(1= 1-- = 111 = .0 --- 1 - 151-111"111 -= =--- 11� 111 '1 (1 1 =( ( = 11 -- 4SI =451- sj a nd d la wf ul '.atto w itti.fu ll ( p ower• `and a uth 11 o r i ty ( her eby co stea ;� xec ute, . acknow l ed g e ! and. deli er_i its 11 half; a ssuret bonds and f suret and to b Gulfi Insuran ce Co mpany therel 5r f tikaind to�t sam extetit)As• - M `111 Sll 41 kingsand documents: relaingto-s uch ana/ orlundei•[ akrngsl were gned ;bytliedulylauthonzed:officerof) the: GulfIns' urancelCompariyran `dall;the(actsofl:saidl - 'VII 4 - . _R�R!torne' ( s) : . b'rsuant to_the a uthu herein: iven aieh ratified c onfimed ; _ _ _ _ _ _ _ _ 11 Y1- ^n)lic.5- PI11- ---lSl--I1 -^o 111 g t)1- ^i 11e 1. - 1 11 1- ^r111 --SII' 111 -` 111 =1SS` - SIS` 541 _ -- 111 ---. -- -- - •SII - - 515`111 =111 - ISiTheSo jshallo: ex on :( :1;000;00)ollar = jSj.. . .-- SSS. SSj -- . _ - • SIS ._•-. SIi Slj• - - Sll . SS I ....•- 4557. _ - • - SSS_. - . _ jlj.- S1S ._.- J 1� „'11 irl rr r ompan 1 ,nr1t- "' -"! l,r- n1� 'ri r, r-�^ `IN WI-TNESS_WHEREQF ;.ihe:Gul Insui ;thee present - al,', esignedb an` of the Co mpany,and its:Gor orate`Seal'to`^ ` ll �5= ,,,�, � 1 1, I p 114- . 4,1 =411 � S1)=-- 511• -=511= SSS- SIS= SSI- =1N= 4II - (l l- ' ,!! = 451 SS1 = 151 = I4I 111 S1S -- 444 144 111 111 511 -r I1S SS -51 =4I4 =S 511 --151 =111- -- =Mz=- 111 - -=II= III -=`;i s�a4'111d l 111 - 155 II1 111 1 =- 11 = 11 - 11 1 =1 11 = 55 -= = 141 -== 144 = SSS - - 111 - 11 - =ME .- 41 1 --- ISi - -- 441 - 1 11 = 154 -- II4 - SII IIS ----I`I�� a ' �PPO Rgii, ?�q(1 = 115-= M-,- SS 14GULFI §1 TITAN, III -- ii 511 51 - ,i = 151 = SSS =114 - 111 -II4 - SII = 115 - -= 111 1SI ( ( 4 - 1: II = 151 = 41 ( - 151 = 4II - M 5 - - 1 =11 111 = I4S = ITS 111 555 ^il, E : - =q-- 111 - = 11 -= 115- 114 = 111- =154. =111= 1 =_ � ?� - 111== III = 111 =M 151 ,I-= 4 =S ∎ '� ='0•= SSl - 111 n=" Ill =511= SS - = =1 111 -=41= 411= IS1 = =514- =N SIS = 115 ,1 !,) )IS-= 111 = III =: =('( 1/ S 5 11 " f- (1 =M="E 4 444115 . = NISI - (1 = 111 =111 --111 -111 = 451 = 114 - 111 - M = "" 1 - - 1)1'!)1 = II4 - = 1 11- - 111 - 154 - 1� = 111- 111 - - 1)1 " 111 M" 111 - S4S _ ATEOFNEwYOxx )i { '_ (1, __ - 111`111 - - 15 - 111 -- ' - 115 -- - 111 S I1= =,11 = - 111= - )11 --- III = '= _ S 111 _ - •111- - 41)II1 ---- , 111 - -- •iI1 -- IlI -- 411 - 511'Iil' eh T� to phe rE: SW a � o n -- -141 OuivToF�KY1vcS4SI - 114) 111 -- SS' ' 141 M - iIi'11 III M 14 - -- 1`M' de IS -- SIi --- ISI - 111 --- M - =- I =;11= 1S((I 1((- ;(j {cl --1 (( (( - ( ( i = ( ( j(- i(( - ((1 = 11(- 1 - = (1 --1(1 ( 1(( =( ((( -ISS= 111=411 - ' r t• tie re i d e s- n1 h e Counf lof W D Nester Stat e`of Ne ta - h is hF of- ihG e prilf Insu ( ( a nte Com or Woration ade`sci •ibedt ri arm `' ( •= l I!I_ -,! . ,: )1,7._7.!,•_7. � l, I , !_ _ . , ._ h .. , , -_•,, � Il ..•,:p _y�, _ p „!__ , SS 415 S � 1 Si` ick_ executed• t Saiiove l msteument;lthafheknow•tli eal•of)atd_cort$ ration;5that_t1%e seal aftixedto•the, satdmstrumentsSisLsuchlcorporatelseftl tiiat_jSS SSS 555 {1 1 s so�affzed(by - o f_thr Bone of said-cor p a nd thatlhe hIl(n ke:oilde_r., 4S1 '" 141 " 411 -' - 111 =_-_. 111 " 111 ' 11I ` 11S 4l 111 = 111 = 451 =- H) � -- M - - " - 1 SII = M --- 111 M* M" -- 1 = SS1 -= - iIS =1 S�fI" 414 - - V ' li � M --- 111 = 411 ( _ = 11 = 111 -- SI1 111 - 1)1 i '(- �- ( r ut 1 --451=- - -III= 41--411= 111 = 11144= I1 1�111-,P��K.eq�r , (1--141 - -11 --II- 411- -1� !1 ,111= K14-'- I( '41 111 -- 411--111 =411= 4I-'II---il4 -114- -411 - -114 , 1 111 - - - III ---151--- IIy ,,s-- r4,. :c ill- -111 =1 1' `�'ly !�, Il� r SS ; Ift 441 111 " t 111 - --111-- -111'411 • - 414 -11 - --=111 =111= 4II= II1 =11, 111 = 151 =111= 111- = S 1N c r 5 ,1 111 =1 rI)=_ S I4SPIROK_BANTIS II4 --451- -111 -- II1-iS'S1 I'1I1---Ii4•- -114 -- 411 111 ---- -141= - .-111--414- 9F -- tee- 111 - IS4 -111 =)) -454 -y � §tat ' I- ,1,- 414`111----414 -iII 111----111 -� 1Vota>• - Public State of New Yoeli - i ( 1 t .--- I t i --- r t r - t t ( - ( -oF I Niv+ ' __-. �.. - No. 486345 _ _ _ _ _ _ -5 TATE•OENEW, YORK -- ,41,)154- 441---411-- 111 - ST- I;, )11 -1 - -111 - 111 --ISY: -111--111 = •'-- '; ' 414-- 111--M--5-111`III- -111 11 ' 111" - - 111 111 `-) JS t 11: Qua 1 r ; r I- - 114 5` II - --115-- - �I14-- III' -- 141 --111` -411= C EXpi r es• Mayn2 � ' 20001I`41i`141 -- -- III 141 - �I4S OUNTY OF NEW YORK= t 1 �1i1' =-,11 111-•- 1,1 -11, 414 �I14 = I1I = 114 = 111 - == 111 = 451 -== 114 J' 111 -= �111 = 111 = 111 = iI4` = 1H = 155 --- 141 == 111 -- 4\\ - - 441 = 111 = 4I) -- 1Si = 141 I I--- r'r_.-- rll- rrlr. 1 ^-- Irl�'I'.�rr' )))7..7._1( 06 --.r - In_- �-n'.� ! ,,, r'I.._• lu.. --rlt SS-- 54=I; the - undersigned,-• Executiv ,,elVice t :of Gulf -Ii urancel Compan y; a5Miss o uri: Corporation ; .DO =HEREBYiCERTIF:VthatI foee an --' 511 ~.SI taehe POW E R OFATTORNEY remans :in:ful l:foce. 1( ( =. (1= ' -1 � 111 ,11-- 1, -- 1,1-- I1; ---- 1 11. - i rr1 -�1,1- ---r111 --411= 111 = 111 - 11i = 511 = SiI = 141 -== 414 = 11 = 111 = 114 = 415 = 511 -- 115 = 451 = SST = SSE . 51- ((= =( = ( VII;-= f i . -4- Fi 1'I-= �S11 = 111 = 111 = 151 = 111 -- Si4 = 4II = 455 = SS4 = 41 = 454 = 111 = 111 - 5i4 -- SIS Signed 'andS'aldatthe =Crty_ofNewYork, rsr.POl/.l�el' . 1 1 = 5 41 = 111 = 11 511 =)11 11 = 511 = I4S = Si1 =( ,1� = oP Rqr ° - -- , ( I 1 = SIS - S S 555 111 111 = 415 = 114 = 1ST = 15 - = 111 = 411 = Si-d ,7 = 4II -14 4 - SS 5-= 141 - 5SS = 11 - 441 i �1 IZ= 451 = 141 = 1�', - li' 111- ' 1 ) y ii ,5- =151 -=151 1- ((_ 1 _ _ ( =� ( 4• -•-�(. (` y' _ _ Dated the`- 1 � =tir1` da of-F eb r ira =r ) i =9 =9 , I.� r r I- �IIJ --� 1 - ^ ,- I ,- r I -; = III - - iI = 411 = SS4" 114 - 151 - == 1 4 5 }11 " = E i)I = 'SII -=- iS1 = 111 -== 41 ( = 111' - M 414 151 = 41 -- 441 = 1ST = 114 - = S - -- 4S 141 = 111;; 4;1 = 5 ; 1 -= 11 S = 551 - =-- SSS = -- ITS• 11' ; s ;1 = 551 -== III 551 = 151 ; 444 - SSS SSS 114 iSS = 111 = S4 X151- 111• -1)S 155= SIS )11- 45 4ii- -= Ill -4) ; 1)' ( i ')1- r,l`111" IS14I•= u e 1 - 511 -( 514E kv- F- 4 - t - ( IN ; --M ="I4 =-111 =M= -7- 1= it II 1,4 54 415, -S - -= 111 -- -1)5 =141 555 1,1. )= 411= Sit 111 - ®I -1P= ,I 151 -= 111--x= III- = 11415 V' i F1,4�MEFli =ISS - SIS =II4 =111-- =451 =M - 111 ML '-11-- -111 -M- 11= 115 --- 1 - 1(I SS =1 =111 = 511- =111 =M -z IN =M-s 14= l Lawrence P i t . V ter - ==))5= 8 016= AES11= 111 - 145 --II1- -114 `114 444H)S- iSi- 111 ' 111 -SSS --111 ' - SIS' ISI - SS Ezecuiive`Vic e=Presiaent - S15 - 111 - - 111 - 1Ii - - 111 - 55 5 - 7151 - = 111 - = 111 SS4 = 111, =II.I =1 151,'= 4 =1 IS1 =`411, S4S -=SI4 415 111 ITS 511; - i c e 51�= - 551. ` - SS4- 111 = 14 =111 iii_ BID BOND FORM Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in the amount of $ , which amount is not less than five percent (5 %) 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 ' WASTEWATER TREATMENT PLANT INDUSTRIAL SEWER INFLUENT LINE REHABILITATION 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 I . 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 , 1999. Principal ' Surety 1 ' , 1999 Received return of deposit in the sum of $ C: \Corel \SPECS \98061.YK.wpd I . 1 NON - COLLUSION DECLARATION ' ro proposal, hereby declare, under penalty of perjury I, by signing the p p y p ty p � ry under the laws of the United States that the following statements are true and correct: I 1. That the undersigned person(s), firm, association, or corporation has (have) not, either directly or indirectly, entered into any agreement, I 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. I 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. 1 I I I I I I I I I I C: \C oreRSPEC S \96061.YK.wpd • I . • City of Oak Harbor . �Q,,� 865 S.E. Barrington Drive .. Oak Harbor, Washington 98277 — _ ' • I (360) 679-5551 _ �," Fax (360) 675 -2122 T _ �. 1- .,.:-';',;•"....,,, F OFFICE OF TI it MAYOR ��. � � +�, ; � t' , \ `„ : STEVE DERNBACH ' Lt_�.,:v • MAYOR I April 9, 1997 Cheryl Rodriguez I CJs Construction Services, Inc. 21104 - 125th Avenue S.E. Kent, Washington 98031 I Dear Ms. Rodriguez: g , I . The Oak Harbor Cit Council, at the April 8 business meeting, accepted as complete contract #96 -10' Pioneer Way Storm Drain Repair Project. If after forty -five days no liens or claims are filed against the I project, and upon receipt by the City of releases from the Department of Revenue . and Department of Labor and industries, your retainage will be paid to you. I Thank you for your continued interest in doing business with the City of Oak Harbor. . Very Truly Yours, Si phen A. ernbach Mayor c: Russ Knutson, Civil Engineer Rosemary Morrison, City Clerk I I I. . I . i .. w..,� sae. ..•.u.......,..r�,..... �•— +:.�+. --.�� .. ....,..... � .r, w+....- .- .�. -.r -. a.. ..... y . �• -:�. .". ANACORTES P UIC WORKS DEPARTMENT �� �t:�"'•�':''�:�, �yy Pro. BOX 547; AIVAcOFriES, tUR 9E:U1 4 ►fig 1 February 12, 1997 vi • Mr. Brooks Samples I , Cis Construction, Inc. 21104425th Avenue SE Kent, WA 98031 RE: Letter of Recommendation — t..-... .1 '::t.4..!4'' tt I To whom h may concern: ...... • . 0 • I The City of Anacortes, in the fall of 1996, hired Cis Construction, Inc. to slipline 1750 linear feet of 12" sewer main using DOPE, and associated manhole restoration. We found them to be very reasonable, timely, flexible to our needs and schedule, and the work they . It I performed was top - notch. I would nopesitate to employ them on fl%ture projects or t recommend them for work of this typo;, • • : , , r :t , s I If you have any questions regarding the reliability or professionalism of this arm, please do not hesitate to call me at 3604934919 at any tune. I Sincere , if I v David A. Lervik, P.E. r Staff Engineer' I co: a ' - . 6. d it i I . r " t • . . i . t iti. I . t_ i VR 4 nk � s v • 1 ' BIDDER'S DATA FORM 1. Past experience with similar type work include names, addresses, and telephone numbers of clients, locations of jobs performed, and contract amount. (�D C ; - )sy es- A IU A Cor k- e s — ! 1q6 SQwcc R n r /�v; n /g,2vick, p. 0 . t3 s ,c 5 (17 ,4,u t co, J - w 4-. g t 1 3 ea 62 , 93 e /9 / /!- ,r✓hco J-es — hl 6 SG, J- 3 oA k ,kAJizio-d ( ) c , lKn�d �'saa� f. !��►� i n cs�-� abs 5e &cirri (51 / oakNct r Gec, ' a�7 PZ yZZ• ' '‚-' G 46 H Crsri EV? i. Q• & sv7 Aye A-CO!L'h'r LA) bs•- Gf L.te�i.i 4rfC P L - 560 •�93 /> /5 Lot, A - .dicier - 0 d ' , b ' f y 2ti/ )iASV r 0 2. Past maintenance services performed on similar systems; include names, addresses, and telephone numbers of clients and locations where service was performed. r 1 1 3. Name and address of Bidder's bank; include branch and name of individual to be contacted for financial reference. C . l v re‘ /� +A4' Q�� IC Z`�'7��� 3', O1 PI v JY► r✓12v' ' 4. What is the maximum amount of work, expressed in dollars, that you consider you are capable of undertaking? 5. Attach last fiscal year's balance sheet. C:\CoreRSPECS\98061.YK.wpd I 6. Are you currently a named party in any pending litigation? If so, please identify the civil action number and jurisdiction. I A)0 1 1 7. List key personnel, including supervisory personnel, to be used on this project and their • individual experience. . 1 �'ESSE edr,u42-e , /g yEA-e S - "XPee.avic_e_ ,'a✓ I -i2uJP✓ re__h. 14K1 . - 1ec - k. no(oi; `5 . I 1 8. Provide Washington State Contractor's registration (license) number. I C3 CO 1 0 5 ` I 9. Documentation that the bidder has successfully completed at least three projects of the magnitude equivalent to the work contained in this Contract. The previous projects must have been for the same type of system and utilized the same materials being proposed by I the bidder for this Contract. A bidder proposing on more than one system must. provide experience data on each type of system and /or material being proposed. Completion of at least three projects is a mandatory requirement for award of this Contract. Bidders must I submit project description, project location, type of system used, size of project, and owner /client name, address, and contact person. All information will be verified by the City of Yakima Wastewater Division. I PIeaSE Sox I -4 r 11) Ain 5S/ p homE Au in bei f r � /99 L, . S o { m i n r � � h r . . A . A - / r 2 /S t n -- C. S 6 C srr str.x - : u u u a iu5 I L k €d 1 ,7� bU ki -'or,a WDOC i0' dEam.p:�e,, pipe 4rv� A(JProv ' ,Ar 0-4 ,, P ;one,w. (.00 4� .5-1-o fin art. Pro;Q.c ?3 I I CoAC_tre�e Suv@v. �n31al( °��s (.F v� 0.e 27 S0e 2( ;ivim. Zy" CPO (11 217015-6 l( Approv SBd hF in GO 2 o I f / v g a n . - ( - o vf`Fo l ( ; Ac_ 1 1-1047 6, 1+ -c.5 e ci («P ✓ riv413 Z. " -4(girks= - 1 NOTE: Complete this Bidder's Data Form and submit with Bid. Failure to submit any or all of the foregoing information will be cause for rejection of the bid affected. 1 C: \Corel\SPECS \98061.YK.wpd 1 ' SUBCONTRACTOR LIST Prepared in compliance with Chapter 378 Laws of 1993 The following listed bid items (listed in numerical sequence) for this project have been proposed for subcontracting to subcontractors as indicated for: ' WASTEWATER TREATMENT PLANT INDUSTRIAL SEWER INFLUENT LINE REHABILITATION City of Yakima Project No. 1641 Subcontractor Name - !e.i _i ' Item Numbers /ln,ivu /A-✓' 5 P/OGE J g oes not-- Itii.vc- : •t -e4., noivt bee efr e-ot S��sraGvf2 1 Subcontractor Name ' Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers • Subcontractor Name Item Numbers 1 C:\Corel\SPECS\98061.YK.wpd 1 ' Subcontractor Name Item Numbers 1 ' Subcontractor Name Item Numbers ' Subcontractor Name Item Numbers Bid item numbers to be performed by the prime contractor: Prime Contractor Name (r ' Prime Contractor Name CAS � � n 5 1 C i ov) vu S .2 c , Categories of Work / • - h rr, i �' 4 1 C: \Corel \SPECS \98061.Y K.wpd 1 1 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 space provided. ' B. PROPOSAL SIGNATURE SHEET To be filled in and signed by the bidder. ' C. BOND ACCOMPANYING BID This bid form is to be executed by the bidder and surety company unless bid is accom- panied 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. BIDDER'S DATA FORM ' To be completed and submitted with bid. E. SUBCONTRACTOR LIST ' This form must be filled in. Failure to provide this information will render the bid non- responsive. ' F. AFFIRMATIVE ACTION PLAN The bidder's certification on page 4 of "Requirement - An Affirmative Action Plan" must be filled in and signed by the bidder. Failure to submit the certification will render the ' bid non - responsive. The following forms are to be executed after the Contract is awarded: ' A. CONTRACT This agreement to be executed by the successful bidder. ' B. PERFORMANCE BOND To be executed by the successful bidder and his surety company. C. CERTIFICATE OF INSURANCE Refer to attached Informational Certificate of Insurance and Additional Insured Endorsement. 1 C:\Corel\SPECS\98061.YK.wpd I I NONDISCRIMINATION PROVISION I 'During the performance of this contract, the contractor agrees as follows: I 6(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 I 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 I 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. I '(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. • I •(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 I the 24 1965, and shall post copies of the notice in�conspicuo places available 2 to employs 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 I 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 I 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, I 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 remecies involved as provided in Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order I 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 of the Secretary I of Labor issued pursuant to Section 204 of ch Exeive Order No. or 11246 of September er 2 1 s that such provisions will be binding upo n eawill 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 I contractor may request the United States to enter into such litigation to protect the interests of the United States.' I RESOLUTION NO. D - 4 S 1 6 A RESOLUTION adopting a "Women And Minority Business Enterprise Policy" for the City of Yakima. ' WHEREAS, the City of Yakima is the recipient of federal and state assistance which assistance carries with it the obli- gation of contracting with Women And Minority Business Enter- prises for the performance of public works, and ' WHEREAS, it is the intention of the City of Yakima that Women And Minority Business Enterprises shall have the maximum practicable opportunity to participate in the performance of such public works, and WHEREAS, the City of Yakima is determined to maximize ' Women And Minority Business Enterprise opportunities for parti- cipation in its competitive bidding process through the adoption ' of the "Women And Minority Business Enterprise Policy" statement ' attached hereto, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: ' The City Council hereby adopts the "Women And Minority Business Enterprise Policy ", a copy of which is attached hereto ' and by reference made a part hereof. • ADOPTED BY THE CITY COUNCIL this P L�_ day of 9 • 1983. 6.4), A. Oa A MA...LC .. \CL-1-0 Mayor ' ATTEST: ' City Clerk I CITY OF YAKIMA ' WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY ' t is the policy of the City of Yakima that women and minority business I y Y 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 the max and opportunity t to compete fowomen nd to perform contracts. minority ss enterprises t In order to enhance opportunities for women and minority businesses to participate �c. ate 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 ' acoomplished. 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. ; 1 1 1 1 1 CITY OF YAKIMA ' 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 manpower utilization and specific affirmative action steps as set forth by the City of Yakima, This is directed at increasing minority manpower 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 manpower 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 ' employment and training. Specific Affirmative Action Steps ' Bidders, contractors and subcontractors subject to this contract must engage in affirmative action directed at increasing minority manpower 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 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 such worker 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. 1 1 1 ' c. The contractor shall promptly notify the Department of Housing and Urban Development when the union or unions with whom the contractor has a collective bargaining agreement has not referred to the contractor a minority worker sent by the contractor or the ' contractor has other information that the union referral process has impeded him in his efforts to meet his goal. ' d. The contractor shall participate in training programs in the area, especially those funded by the Department of Labor. ' e. The contractor shall disseminate his EEO policy within his own organization by including it in any policy manual; by publicizing it in company newspapers, annual reports, etc., by conducting staff, employee and union representatives' meetings to explain and discuss the policy; by posting of the policy; and by specific review of the policy with minority employees. ' f. The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources; by ' advertising in news media, specifically including minority news media; and by notifying and discussing it with all subcontractors and suppliers. g. The contractor shall make specific efforts and constant personal (both written and oral) recruitment efforts directed at all minority 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. The contractor shall validate all man specifications; selection requirements, tests, etc. The contractor shall make every effort to promote after school, summer and vacation employment to minority youth. 1 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 contractors employee needs ' consistent with its obligations under this bid. 1. The contractor shall continually inventory and evaluate all minority ' personnel for promotion opportunities and encourage minority employees to seek such opportunities. 2 • 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. 1 p. The contractor shall solicit bids for subcontracts from available minority subcontractors engaged in the trades covered by these Bid Conditions, including circulation of minority contractor ' associations. 1 1 1 1 3 1 1 I 1 BIDDERS' CERTIFICATION A bidder will not be eligible for award of a contract under this invitiation for bids unless such bidder has submitted r s a part of its b d the following certification, ' which will be deemed a part 9 BIDDERS' CERTIFICATION ,� Gk`s Co,.k�r‘x�0+� -1 - certifies that: ��.����� (BIDDER) 1. It intends to use the following listed construction trades in the work under the contract • , . � ''` • . I- 0 e 4-5 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: P �,,��� ,7 op 4-- h gala � t- 1 and; 2. tt will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any sub - contract under this ' contract the Subcontractor Certification required by these Bid Conditions. ' (Signature of Authorized Representative of Bidder) C/ 4 1 1 Subcontractors' Certification is not required at the time of bid. This Certification must be • completed by each subcontractor prior to award of any subcontract SUBCONTRACTORS' CERTIFICATION ' edifies that: ' (SUBCONTRACTOR) 1. It intends to use the following listed construction trades in the work under ' the subcontra and; As to those trades for which it is required by the a Bi d and wom workforce with comply these Bid Conditions, it adopts the minimum minority tion work utilization goals and the specific affirmative action steps onn rso subject ull cons these Bid (both federal and non - federal) in Yakima, 9 ' Condition, those trades being: ' and; f any ' 2 It will obtain from each of its subcontractors �oactop CertificationWequi�ed by subcontract under this subcontract the Subcontractor Bid conditions. (Signature of Authorized Representative of Subcontractor) 1 1 5 I I Materially and Responsiveness The certification required to be made by the bidder pursuant to the these Bid ' Conditions is material, and will govern the bidder's performance and will be made a part of his bid. Failure to submit the certification will render I the bid non responsive. Compliance and Enforcement I Contractors are responsible for informing their subcontractor (regardless of tier) as to their respective obligations under ubon actors hereby agree to I ' applicable). Bidders, contractors an d c from entering into any contract or contract modification l a pntr�ado Executive Order 11246, as amended on September from, or who is determined not to b ���10� P cantracts p d suantfor, toExe vernment I contracts and federally assisted construction The bidder, contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal opportunity cause including suspension, imposed or I termination and cancellation of existing e ant ac�g agency tithe Office of ordered by the administering agency, Federal Contract Compliance pursuant to the Executive Order. Any bidder, or contractor or subcontractor who shall fail to carry out such sanctions and I penalties shall be deemed to be in non - compliance with these Bid Condtions and Executive Order 11246, as amended. I Nothing herein is intended to relieve any contractor or subcontractor during the I term of its contract on this project from compliance oT cont a utive Order 11246, as amended, and the Equal Opportunity a Violation of any substantial requirement these Bid'rCond'tionsloncpd rig the I c ontractor or subcontractor covered by failure of such contractor or subcontractor workforce u or and women tiiszationQ I an fair share of the trade's goals of minority provided at shall be grounds forimposition der 1246, sanctions as amended penalties p Section 209(a) of Executive Each agency shall review its contractors' and subcontractors' employment II practices during the performance of the contract. If the agency determines that the affirmative action plan no longer o represents Compliance which shall be solely I shall so notiry the Office of Federal responsible for any final determination of that question and the consequences thereof. I In regard to these conditions, if the contractor or subcontractor meets its goals or if the contractor or subcontractor can demonstrate of the subcontractor shall it B� faith effort to meet those goals, the c as amended, t I presumed to be in compliance with Executive Order 11246, implementing regulations and its obligations under these Bid Conditions and no 1 1 6 I shall be institut I formal sanctions or proceedings leading toward eantr or subcantrador unless the agency otherwise determines t I not providing equal employment opportunities. In judging whether a contractor or subcontractor has met its goals, the agency will consider each contractor's or subcontractor's minority and women workforce utilization and will not take into on of consideration the minority at and women the contractor or subcont ado has failed to rampfy bcontractors. I Where the agency finds with the requirement of Executive Order 11246, as amended, the implementing I regulations and its obligations under these Bid Conditions, the ag nc take such action and impose such sanctions as may be app under h such Executive Order and the regulations. When the agency p met the formal action, it has the burden oproving Chet the failuae to not meet his I requirements of these Bid Conditions, evidence to show goals shall shift to him the requirement oof with Bid d Co ditions by that he has met the good fat requirements and by ' instituting at least the Specific Affi k ath steps eps work toward the attainment making every good faith effort to make its goals within its timetables. The Federal agencies pendency unhd t formal rmi png whether I shall be taken into consideration by such contractor or subcontractor can c� e e with the �� po s b e prospective Order 11246, as amended, and is I 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 I women employees. I The procedures set forth in these a�rriinistersgaage�cy determines that such when the head of ti? _ _�.,t� �...� y contract is essential to the r«tI,:, "al security Upon making such ward without I such procedures is necessary will the noti 9 determination, the agency fY , in writing the Director of the Office of Federal Contractor Compiiance within thirty days. I Requests for exemptions from these Bid Conditions must be made in writing, with justification, to the: I Director Office of Federal Contractor Compliance I U.S. Department of Labor Washington, D.C. 20210 and shall be forwarded through and with the nd o seine t of file ports I Contractors and subcontractors must keep such relating to the provisions of these Bid Conditions as shall be required by the contracting or administering agency or the Office of Federal Contractor I Compliance. I I 1 1 ' 1 of 4 MBElWBE FORM - 5195 1 1 To: City of Yakima, Wastewater Division ' • 2220 East Viola Yakima, WA 98901 Attn: Mr. Scott Stockton, Yakima Wastewater Treatment Plant Re: Public Works Project, Project No. 1641 We are submitting the following information and documentation regarding Minority and Women Work Force Utilization and Women and Minority Business Enterprises prier to award of the above contract as required under Becton 1- 02.15, Pre -Award Information of the Speciai Provisions. 7. A. Identify the MBE's or WBE's used to fulfill the City's WMBE goal of 10 %. 111 Name of MBEIWBE CJs CO.1.644.1tkV#J SQt`''c . hc. Certification No. 01 5 rY1, 7 o' ' Bid items above MBEWBE will accomplish I - o / - 9 ka Percent of bid items to total bid (without sales tax): 2_0 • Name of MBEMBE k- ' Certification No. Bid items above MBEWBE will accomplish Percent of bid items to total bid (without sales tax): __ Total percent of MBENIBE bid items in project (without sales tax): /G? % 1 1 1 2 of 4 MBEIWBE FORM - 5195 ' (If total percent of MBEJWBE bid items in project are not at or above the City's goal of 10% provide the information and documentation required in section 7. B.) ' 7. B. Identify the MBE's or WBE's contacted for subcontractor work: N ame of MBEJWBE &V A 1 7.8.1. Certification No. Contact Person: Phone Number. Bid items above MBEJWBE was requested to quote: Reasons for not selecting: Documentation regarding MBENVBE contact is attached: YES NO ' 7. B. 2. Name of MBE/WBE Certification No. Bid items above MBEJWBE was requested to quote: Reasons for not selecting: Documentation regarding MBE/WBE contact is attached: YES NO 7. B. 3. Name of MBEJWBE ' Certification No. Bid items above MBEJWBE was requested to quote: Reasons for not selecting:, Documentation regarding MBE/ BE contact is attached: YES NO • 1 1 3 of 4 MBEIWBE FORM - 5195 7. B. 4. Name of MBE/WBE Certification No. Bid items above MBE/WBE was requested to quote: ' Reasons for not selecting: 1 Documentation regarding MBEMIBE contact is attached: YES NO 7. B. 5. Name of MBEMBE 1 Certification No. 1 Bid items above MBEMBE was requested to quote: Reasons for not selecting: 1 Documentation regarding MBEMIBE contact is attached: YES NO 8. Identify the subcontractors with the percentage of work they will do. Subcontractor Name Percent of Work i 1 1 1 1 I 1 4 of 4 MBEIWBE FORM - 5195 111 9. Furnish an Affirmative Action pr subcontract e ethnic category, on the subcontractor's employees t proposed to be utilized to do 1 It n work. Subcontractor Name: Ethnic Category Number of Employees I Black Hispanic I American Indian or Alaskan Native Asian or Pacific Islander Other. I White Subcontractor Name: A 1 Ethnic Category Number of Employees Black I Hispanic American Indian or Alaskan Native Asian or Pacific Islander I Other. White I 10. Furnish an Affirmative Action profile, by ethnic category, on the bidder's employees proposed to be utilized to do the contract work. I Ethnic Category Number of Employees Black J. Hispanic American Indian or Alaskan Native Asian or Pacific Islander Other. I White I (Contactor) _C Co-A5 yG` v` - )�°r•o i c-e S ,I C. r B ,cc, I . I e . 1 I 1 1 CONTRACT DOCUMENTS 1 Contract Form ❑- Performance Bond Form ❑ 1 Insurance Form ❑ 1 Minimum Wage Affidavit Form ❑ 1 Prevailing Wage Rates ❑ 1 1 S 1 / 1 1 • • 1 1 1 C: \Core l\S P EC S \98061.YK.wpd 1 I CONTRACT I THIS AGREEMENT, made and entered into in triplicate, this _ day of 1999, by and between the City of Yakima, hereinafter called the Owner, and CJ's Constructi on Services , Inc. a Washington Corporation, hereinafter called the Contractor. I WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this I 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$ 69,056.00 for INDUSTRIAL SEWER INFLUENT LINE REHABILITATION I Project No. 1641 all in accordance with, and as described in the attached plans and specifications and the 1996 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 ( ) working days. The first chargeable working day shall be the 11th working day after the date on which the City I 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. I 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 I 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 I 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. I 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 I 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. I IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written. I Countersigned: CITY OF YAKIMA CONTRACTOR this / / 'day of 1999 CJ's Construction - er Sery i ces , Inc. , a Washington Corporation I Contractor, City Manager d mt0 ' `� By: I Attest: x �� ( Q n ature)2 ..ops,,,„ e Z.-- i ; I Print Name City Clerk � ' 1 �, y s , Its V I C_t Rea);ktd ":,,:: _ f;,'. (President, Owner, etc.) 3210 C St. NE, Suite A Address: I Auburn, WA 98002 I I I I PERFORMANCE BOND I BOND TO CITY OF YAKIMA • I KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned. I , a corporation as Prvxz'.al and as a surety organized and existing under the laws of the State of corporation, and qualified under the laws of the State of Washington to become surety upon bonds of e contractors with municipal corporations, as surety, are jointly t and he severally el which sum o and to th e CITY OF YAKIMA in the penal sum of $ bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. I This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinances of the CITY OF YAKIMA. DATED a Yakima, Washington, :his day of 19_ 1 Nevertheless, the conditions of the above obligations are such that: WHEREAS, pursuant to action taken by the Yakima City Council on ,19_, the City I Manager and City Clark of the CITY OF YAKIMA has let or is about to said a certain contract, the said contract being numbered and providing for (which contract is referred to herein and is made a part I hereof as though attached hereto), and , WHEREAS, the said Principal has accepted, or is about to accept, the said contract, and undertake to perform the work therein provided for in the manner and within the time set forth; I NCW THEREFORE. i the sad shall faithfully perform all of the provisions of said contract in the manner and within the time therein sat forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, sub - contractors and material men, and all persons who shall supply said principal or sub - ' contractors with provisions and supplies for the carrying on of said work, and shall hold said CITY OF YAKIMA, its employees. agents, and elected or appointed officials, harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any subcontractor in the performance of said work and shall indemnify and hold the CITY OF I YAKIMA. its employees. agents, and elected or appointed officials, harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract within a period of one year after its acceptance thereof by the CITY OF YAKIMA, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. I Approved: I I I r . I - . C r �,.a •s.. -�LX� • - � �. O • .• .- r (���� \ �Y �-.�, .� " � ` jam ` 1 45. $� -�j�t ifiYt OAT! 11WlO0/Y�1 OF Y t�1V1 . .'� 1 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND mamas THIS MO RIGHTS UPON THE CERTIFICATE HOLDER. THIS C£RTIRC Tt 1 + DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BT THE ADDRT ESS POLICIES IIELOW. ADDR COMPANIES AFFORDING COVERAGE COMPANY A A— VII OR BLI1LA A DMITTED CARRIER. 0 D A — VII OR. Bk./ TI.tt ADMIIED CARRIES • IwtUI� I COMPANY C OQ LLITTFA C� _ CONTRACTOR V ilk V ADDRESS CO ,a ° A COMPANY E Cr I • COY ERAO TO I • . - ♦ , E INSURED NAMED ABOVE FOR THE POLICY PERI00 THIS t TO CERTIFY THAT THE POUY:ES OF INSURANCE USTED BELOW ITION OF AN a , OR OTHER DOC:JI4ENT WITH RESPECT TO WHICH THtS INDICATED. NOT'NITI+STAN ANY Y PERTAIN. TH T Nsu 4 :C:ES DESCRIBED HEREIN IS SUBJECT TO AU. THE TEAKS. CERTIFICATE !RAY 3E SSUED OP MAY PERTAIN. "FIE INSiJRANC£ AFFORDED 3 � iuCED BY PAID CiAIYS. EXCLUSIONS AND CCNOITiCNS CF SUCH POLICIES. LIMITS SHOWN I4AY HA 'MAY B Y A ID 0r uMm POUR:' TYF CF IMSUAAMC! POIJCT ;WINNER POLICY tuswoci'r1 SATE (MWOOffn GET+ERAL AGGREGATE f 2,000,000 A °f "� OM M EFI -AL 01/01/93 01/01/94 PiO01`�CDMP'�P ° °' i 1,000,000 X GGu CLAI . DE0E? - UAB C.I PE ABC 1 RSC AL i ACV. iruUAY i 1,000,000 C,.,uu5 uADE x OCCUR- EACH pCO:JAAEl+CE i 1 , 000 a Q QWNEP'S i CvMTRACTGR'S Pilot. FIRE DAYA °E (Ain am rim/ i 50,000 X PER JOB AGGREGATE WED. EJO +SE WA/ as weal $ 5. fltlf GGueINED SINGLE i B AUTOMOBILE UABILIn u 1,000,0 % A AUTO DE? 456 01/01/93 01/01/94 NY gpDltY ?UURY $ ALL OWNED AUTOS (PM 1L'f .I SCrEDU =O AUTOS BOO ILY INJURY i HIRED AUTOS IPA+ .c q NON-OWNED AUTOS O • GARAGE ',J BILITv PROPERTY D $ 1 EACH CC:CLRRENCE i MESS 6PEU' FORM AGGREGATE i '- UMBRELLA FCAu QTI.ER "?UN :uBPC :� FQRY b STATUTORY LIMITS WORKER'S COMPENSATION AC:C:DENT $ 1,000900 IR‘ AIM 4C° oISEAS>E —apuCr Law i 0l /O t / ?3 01 /01 /94 0 ' " — � 7 p JG1°`oYEg i 1,000,000 E.MROYERS {JASIUT'T ARC 1 . 7 . 4 r ill OTHER I t 1 DESCRIPTION OF OPERATIONSILOCAT5p4/YUUCLESSPEO AL ITEMS • CITY OF YAKIMA, THEIR AGENTS, EMPLOYEES, F, ANDITILECTEDDNORRADSOINTEDROFFICIA LLS, AND I HUIBREGTSE, LOUMAN ASSOCIATES, I , NCEL1ATION • I , C£RSIFICATE HOLDER C ' SHOULD ANY OF THE ABOVE DESCRIBED POUCIES SE CANCEi BEFORE THE CITY OF EXPIRATION DATE THEREOF. THE LS SUING COMPANY WILL 1 ' 129 N. 2 -_"' ND S I MARTHA, WA. 98901 MAIL ?n DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE `1D ST. � �° 1 AUTHGRLZED Rt9RE. XTATM - SIGNED BY AGENT CACORD CORPORATION 1490 AcORa 25-5 [?rear 7. II 1 1ST REPRINT COMMERCIAL LIABILITY JUNE 1 CGL— ENDORSEMENTS 111 POLICY NUMBER: ABC 123 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. 1 SURED- OWNERS ADDITIONAL IN RS, LESSEES OR (FORM B) Q� - CONTRACTORS ( GO 1 FO ti This endorsement modifies insurance provided under the following: ,(`O I � ` COMMERCIAL GENERAL LIABILITY COVERAGE PART. �� SCHEDULE a� Name of Person or Organization: CITY OF YAKIMA, THEIR AGENTS, EMPLOYEES, AND ELECTED OR APPOINTED OFFICIALS, AND III HUIBREGTSE, LOUMAN ASSOCIATES, INC.,, (If no entry appears above, information required to complete this endorsement will be shown in the Declara- II tions as applicable to this endorsement.) WHO IS AN INSURED (Section 111 is amended to include as an insured the person or organization shown I in the Schedule. but only with respect to liability arising out of "your work" for that insured by or for you. I . 6s �P 1 P ,s I �y� Date Agenc Signature I I t I I CG 20 10 11 85 Copyright. Insurance Services Office. Inc. 1984 • te ... V1.112011 . . � I I 1 MINIMUM WAGE AFFIDAVIT I I STATE E OF WASHINGTON) ss COUNTY OF YAKIMA ) I I I, the undersigned, having been duly sworn, depose, say and certify that in performance of the work, payment for which this voucher is submitted, d, with the p per hour tc each classification of submitted, l have paid the following rate p laborers, workmen, or mechanics, as indicated upon the attached list, now I 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, rn workman or mechanic so employed upon such work has been paid less than I the prevailing rate of wage or less than the minimum ate 01 wages as specified in d principal contract; that I have read the above and foregoing statement .. the contents ;hereof and the substance as set fork therein and certificate, know I is true to my knowledge and belief. I n ' ar ,i,,, 6 . 5 ,..r._ ..---6.,,e- " '7L-{ bsc.ibed and worn to before me on this ` day of I 1 � � _ / - ctary Pu011C in and for the State Of Washington residing at - ("r" - I • r r ' +' C� i I I 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, is included in these Contract Documents. Inasmuch as the CONTRACTOR will be held responsible for paying this schedule of wages, it is imperative that all contractors and subcontractors 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 thereon shall be final and conclusive and binding on all parties involved in the dispute as provided for by RCW 39.12.060 as amended. 1 1 1 1 1 1 1 1 1 1 C: \Corel\SPECS \98061.YK.wpd 1 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section - Telephone (360) 902 -5335 PO Box 44540, Olympia, WA 98504-4540 1 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 1 total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. YAKIMA COUNTY Effective 09-02 -98 (See Benefit Code Key) • Over 1 Classification H PREVAILING Time Holiday Note WAGE Code Code Code ASBESTOS ABATEMENT WORKERS H JOURNEY LEVEL $22,62 1M 5D LERMAKERS JOURNEY LEVEL $33.63 1R 5N BRICK AND MARBLE MASONS I JOURNEY LEVEL $28.62 lB 5A CABINET MAKERS (IN SHOP) JOURNEY LEVEL $8.45 1 CARPENTERS I ACOUSTICAL WORKER $26.30 1M 50 CARPENTER $26.04 1M 5D CREOSOTED MATERIAL $26.14 IM 5D I DRYWALL APPLICATOR $26.04 1 M 5D FLOOR FINISHER $26.17 1 M 5D FLOOR LAYER $26.17 1M 5D FLOOR SANDER $26.17 1M 5D MILLWRIGHT $31.77 1M 5D PILEDRIVERS, BRIDGE DOCK & WARF CARPENTERS $30.77 1M 5D PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $30.97 IM 50 SAWFILER $26.17 1M 50 I SHINGLER $26.17 1M 5D STATIONARY POWER SAW OPERATOR $26.17 1M 5D STATIONARY WOODWORKING TOOLS $26.17 1M 50 CEMENT MASONS JOURNEY LEVEL $16.85 1 DIVERS & TENDERS DIVER $66.30 1M 5D 8A I DIVER TENDER $32.98 1M 50 DREDGE WORKERS ASSISTANT ENGINEER $31.22 iT 50 8L ASSISTANT MATE (DECKHAND) $30.78 1T 5D 8L I BOATMEN $31.22 iT 5D 8L ENGINEER WELDER $31.27 1T 5D 8L LEVERMAN, HYDRAULIC $32.66 iT 5D 8L MAINTENANCE $30.78 1T 5D 8L I MATES $31.22 IT 5D 8L OILER $30.86 1T 50 8L DRYWALL TAPERS JOURNEY LEVEL $23.61 1 P 5A I ELECTRICIANS - INSIDE JOURNEY LEVEL $33.82 1J 5Z ELECTRICIANS - MOTOR SHOP • I CRAFTSMAN 2A 6C Page 1 I I YAKIMA COUNTY I Effective 09 -02 -98 * * ***** *+*** l *AAw********k***Ih*************** * *** ******** **** *** *AAAAA.** **** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code JOURNEY LEVEL $14.69 2A 6C I ELECTRICIANS - POWERUNE CONSTRUCTION CABLE SPLICER $34.69 4A 5A 8E CERTIFIED LINE WELDER $31.88 4A 5A 8E I GROUNDPERSON $23.03 4A 5A 8E HEAD GROUNDPERSON $24.21 4A 5A BE HEAVY LINE EQUIPMENT OPERATOR $31.88 4A 5A 8E JACKHAMMER OPERATOR $24.21 4A 5A 8E ' JOURNEY LEVEL LINEPERSON $31.88 4A 5A 8E LINE EQUIPMENT OPERATOR $27.05 4A 5A 8E POLE SPRAYER $31.88 4A 5A 8E POWDERPERSON $24.21 4A 5A 8E I ELECTRONIC & TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $12.07 1 ELEVATOR CONSTRUCTORS CONSTRUCTOR $28.45 4A 61 I MECHANIC $38.49 4A 6l MECHANIC IN CHARGE $42.49 4A 61 PROBATIONARY CONSTRUCTOR $14.88 4A 61 I • FABRICATED PRECAST CONCRETE PRODUCTS CRAFTSMAN $8.65 1 LABORER $6.00 1 PRODUCTION WORKER $7.15 1 FENCE ERECTORS FENCE ERECTOR $13.80 1 FENCE LABORER $11.60 1 FLAGGERS I JOURNEY LEVEL $20.90 1M 5D GLAZIERS JOURNEY LEVEL $17.52 1B 61 I HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $32.33 1F 5C HEATING EQUIPMENT MECHANICS MECHANIC $18.45 1J 5A I INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.07 1 I INSPECTION /CLEANING /SEALING OF SEWER & WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR $9.73 1 GROUT TRUCK OPERATOR $11.48 1 I HEAD OPERATOR $12.78 1 • TECHNICIAN $6.25 1 TV TRUCK OPERATOR $10.53 1 INSULATION APPLICATORS I JOURNEY LEVEL $27.67 1M 5D IRONWORKERS JOURNEY LEVEL $31.42 1B 5A I LABORERS ASPHALT RAKER $23.10 1M 5D BALLAST REGULATOR MACHINE $22.62 1M 5D BATCH WEIGHMAN $20.90 1M 5D I Page 2 I I I YAKIMA COUNTY Effective 09-02 -98 (See Benefit Code Key) I Over PREVAILING Time Holiday Note Classification WAGE Code Code Code I CARPENTER TENDER $22.62 1M SD CASSION WORKER $23.46 1M 5D CEMENT DUMPER/PAVING $23.10 1M 50 CEMENT FINISHER TENDER $22.62 1M 5D I CHIPPING GUN (OVER 30 LBS) $23.10 1M SD CHIPPING GUN (UNDER 30 LBS) $22.62 1M 5D CHUCK TENDER $22.62 1M 5D I CLEAN -UP LABORER $22.62 1M 5D CONCRETE FORM STRIPPER $22.62 1M 5D CONCRETE SAW OPERATOR $23.10 1M 5D CRUSHER FEEDER $20.90 1M 5D I CURING LABORER $22.62 1M 50 DEMOLITION, WRECKING & MOVING (INCLUDING CHARRED MATERIALS) $22.62 1M SD DITCH DIGGER $22.62 1M 5D DIVER $23.46 1M 5D I DRILL OPERATOR (HYDRAULIC, DIAMOND) $23.10 IM 5D DRILL OPERATOR, AIRTRAC $23.46 1M 50 DUMPMAN $22.62 1M 50 . FALLER/BUCKER, CHAIN SAW $23.10' 1M 5D I FINAL DETAIL CLEANUP (i.e., dusting, vacuuming, window cleaning; NOT $18.58 1M 50 construction debris cleanup) FINE GRADERS $22.62 1M 5D FIRE WATCH $22.62 1M 5D I FORM SETTER $22.62 1M 50 GABION BASKET BUILDER $22.62 1M 5D GENERAL LABORER $22.62 1M 5D I GRADE CHECKER & TRANSIT PERSON $23.10 1M 5D GRINDERS • $22.62 1M 50 GROUT MACHINE TENDER $22.62 1M 5D HAZARDOUS WASTE WORKER LEVEL A $23.46 1M 50 I HAZARDOUS WASTE WORKER LEVEL B $23.10 1M 50 HAZARDOUS WASTE WORKER LEVEL C $22.62 1M 5D HIGH SCALER $23.46 1M 5D HOD CARRIER $23.10 1M 5D I JACKHAMMER $23.10 1M 5D LASER BEAM OPERATOR $23.10 1M 5D MINER $23.46 1M 50 I NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $23.10 1M 5D PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST, GUNITE, SHOTCRETE, WATER BLASTER PAVEMENT BREAKER $23.10 1M 50 PILOT CAR $20.90 1M 5D • I PIPE RELINER (NOT INSERT TYPE) $23.10 1M 50 PIPELAYER & CAULKER $23.10 1M 5D PIPELAYER & CAULKER (LEAD) $23.46 1M 5D I PIPEWRAPPER $23.10 1M 5D POT TENDER $22.62 1M 50 POWDERMAN $23.46 1M 50 POWDERMAN HELPER $22.62 1M 5D I POWERJACKS $23.10 1M 50 RAILROAD SPIKE PULLER (POWER) $23.10 1M 5D RE- TIMBERMAN $23.46 1M 5D RIPRAP MAN $22.62 1M 5D 1 SIGNALMAN $22.62 1M 5D Page 3 I I YAKIMA COUNTY I Effective 09-02 -98 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code SLOPER SPRAYMAN $22.62 1M 5D I SPREADER (CLARY POWER OR SIMILAR TYPES) $23.10 1M 5D SPREADER (CONCRETE) $23.10 1M 5D STAKE HOPPER $22.62 1M 50 I STOCKPILER $22.62 1M 5D TAMPER & SIMILAR ELECTRIC. AIR & GAS $23.10 1M 5D TAMPER (MULTIPLE & SELF PROPELLED) $23.10 1M 5D TOOLROOM MAN (AT JOB SITE) $20.90 1M 5D I TOPPER- TAILER $22.62 1M 513 TRACK LABORER $22.62 1M 5D TRACK LINER (POWER) $23.10 1M 5D TUGGER OPERATOR $23.10 1M 5D I VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $22.62 1M 5D VIBRATOR $23.10 1M 50 WELDER $22.62 1M 50 WELL -POINT LABORER $23.10 1M 5D I LABORERS - UNDERGROUND SEWER & WATER GENERAL LABORER $22.62 1M 50 . PIPE LAYER $23.10 1M 5D I 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 I LATHERS JOURNEY LEVEL $26.04 1M 50 MACHINISTS (HYDROELECTRIC SITE WORK) MACHINIST $16.84 1 I METAL FABRICATION (IN SHOP) FITTER $12.00 1 LABORER $10.31 1 I MACHINE OPERATOR $11.32 1 PAINTER $12.00 1 WELDER $11.32 1 . MODULAR BUILDINGS I JOURNEY LEVEL $14.11 1 PAINTERS JOURNEY LEVEL $16.75 1 PLASTERERS I JOURNEY LEVEL $31.78 1R 5A PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $7.63 1 PLUMBERS & PIPEFITTERS I JOURNEY LEVEL $37.40 1B 5C POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $29.39 1T 5D 8L I BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER) $31.85 IT 50 8L BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YD) $32.29 IT 50 8L BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH ATTACHMENTS) $32.79 iT 5D 8L BACKHOES, (75 HP & UNDER) $31.49 IT 50 8L I BACKHOES, (OVER 75 HP) $31.85 1T 5D 8L BARRIER MACHINE (ZIPPER) $31.85 IT 5D 8L BATCH PLANT OPERATOR, CONCRETE $31.85 iT 5D 8L BELT LOADERS (ELEVATING TYPE) $31.49 1T 5D 8L I Page 4 I I I YAKIMA COUNTY Effective 09-02 -98 rrrr rrrr rrrrrrrrrrrrrrrr rrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrr wrrtirrrrrrrr*rrr (See Benefit Code Key) I Over PREVAILING Time Holiday Note Classification WAGE Code Code Code I BOBCAT $29.39 1T 50 8L BROOMS $29.39 1T 5D 8L BUMP CUTTER $31.85 1T 5D 8L CABLEWAYS $32.29 IT 5D 8L I CHIPPER $31.85 1T 5D 8L COMPRESSORS $29.39 1T 5D 8L CONCRETE FINISH MACHINE - LASER SCREED $29.39 1T 5D 8L CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $31.85 IT 5D 8L I CONCRETE PUMPS $31.49 1T 5D 8L CONVEYORS $31.49 1T 5D 8L CRANES, THRU 19 TONS, WITH ATTACHMENTS $31.49 IT 50 8L I CRANES. 20 - 44 TONS, WITH ATTACHMENTS $31.85 1T 5D 8L CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $32.29 IT 5D 8L WITH ATACHMENTS) CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $32.79 1T 5D 8L I WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $33.29 IT 50 8L WITH ATTACHMENTS) CRANES. A- FRAME, 10 TON AND UNDER $29.39 1T 50 8L I CRANES, A- FRAME, OVER 10 TON $31.49 1T 5D 8L CRANES. OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $33.52 IT 5D 8L ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE ( 20 - 44 TONS) $31.85 1T 5D 8L I CRANES, OVERHEAD, BRIDGE TYPE (45 - 99 TONS) $32.29 1T 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $32.79 IT 5D 8L CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $32.79 1T 5D 8L CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $33.29 1T 5D 8L I CRUSHERS $31.85 IT 50 8L DECK ENGINEER/DECK WINCHES (POWER) $31.85 1T 5D 8L DERRICK, BUILDING $32.29 1T 5D 8L DOZERS, D -9 & UNDER $31.49 1T 5D 8L I DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $31.49 1T 50 8L DRILLING MACHINE $31.85 IT 5D 8L ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $29.39 1T 5D 8L EQUIPMENT SERVICE ENGINEER (OILER) $31.49 1T 5D 8L I FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $31.85 1T 5D 8L FORK LIFTS, (3000 LBS AND OVER) $31.49 1T 5D 8L FORK LIFTS, (UNDER 3000 LBS) $29.39 1T 5D 8L I GRADE ENGINEER $31.49 1T 5D 8L GRADECHECKER AND STAKEMAN $29.39 1T 5D 8L HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $31.49 IT 5D 8L HORIZONTAL/DIRECTIONAL DRILL LOCATOR $31.49 1T 5D 8L I HORIZONTAUDIRECTIONAL DRILL OPERATOR $31.85 1T 5D 8L HYDRALIFTS /BOOM TRUCKS (10 TON & UNDER) $29.39 1T 5D 8L HYDRALIFTS /BOOM TRUCKS (OVER 10 TON) $31.49 1T 5D 8L LOADERS, OVERHEAD (6 YD UP TO 8 YD) $32.29 IT 5D 8L I LOADERS, OVERHEAD (8 YD & OVER) $32.79 IT 50 8L LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $31.85 1T 50 8L LOCOMOTIVES, ALL $31.85 1T 5D 8L I MECHANICS, ALL $31.85 1T 5D 8L MIXERS, ASPHALT PLANT $31.85 1T SD 8L MOTOR PATROL GRADER (FINISHING) $31.85 1T 50 8L MOTOR PATROL GRADER (NON- FINISHING) $31.49 1T 5D 8L I MUCKING MACHINE, MOLE, TUNNEL DRILL AND /OR SHIELD $32.29 1T 50 8L Page 5 1 YAKIMA COUNTY I Effective 09-02 -98 (See Benefit Code Key) I Over PREVAILING Time Holiday Note Classification WAGE Code Code Code OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $29.39 IT 50 8L I OPERATOR PAVEMENT BREAKER $29.39 1T 50 8L PILEDRIVER (OTHER THAN CRANE MOUNT) $31.85 IT 50 8L PLANT OILER (ASPHALT CRUSHER) $31.49 11 5D 8L I POSTHOLE DIGGER, MECHANICAL $29.39 IT 50 8L POWER PLANT $29.39 1T 50 8L PUMPS, WATER $29.39 1T 50 8L I QUAD 9, 0 -10, AND HD -41 $32.29 1T 50 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $32.29 1T 50 8L EQUIP RIGGER AND BELLMAN $29.39 1T 50 8L I ROLLAGON $32.29 iT 5D 8L ROLLER, OTHER THAN PLANT ROAD MIX $29.39 1T 50 8L ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $31.49 1T 5D 8L ROTO -MILL. ROTO - GRINDER $31.85 11 5D 8L I SAWS. CONCRETE $31.49 1T 50 8L SCRAPERS, CONCRETE AND CARRY ALL $31.49 1T 5D 8L SCRAPERS, SELF- PROPELLED ( UNDER 45 YD) $31.85 1T 50 8L SCRAPERS, SELF - PROPELLED (45 YD AND OVER) $32.29 1T 5D 8L I SCREED MAN $31.85 IT 50 8L SHOTCRETE GUNITE $29.39 1T 50 8L SLIPFORM PAVERS $32.29 1T 50 8L I SPREADER, TOPSIDE OPERATOR - SLAW KNOX $31.85 IT 5D 8L SUBGRADE TRIMMER $31.85 1T 50 8L TRACTORS, (75 HP & UNDER) $31.49 1T 5D 8L TRACTORS, (OVER 75 HP) $31.85 1T 5D 8L I TRANSFER MATERIAL SERVICE MACHINE $31.85 iT 5D 8L TRANSPORTERS. ALL TRACK OR TRUCK TYPE $32.29 1T 50 8L TRENCHING MACHINES $31.49 1T 5D 8L TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $31.49 IT 50 8L I TRUCK CRANE OILER/DRIVER (100 TON & OVER) $31.85 1T 50 8L WHEEL TRACTORS, FARMALL TYPE $29.39 iT 50 8L YO YO PAY DOZER $31.85 1T 5D 8L POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & WATER I ALL CLASSIFICATIONS $19.85 1 POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $26.52 4A 5A I SPRAY PERSON $25.08 4A 5A TREE EQUIPMENT OPERATOR $25.44 4A 5A TREE TRIMMER $23.50 4A 5A TREE TRIMMER GROUNDPERSON $17.10 4A 5A I REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC $22.90 1 RESIDENTIAL BRICK & MARBLE MASONS JOURNEY LEVEL $19.72 1 I RESIDENTIAL CARPENTERS JOURNEY LEVEL $21.85 1N 5D RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $16.85 1 I • RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $19.08 1 Page 6 1 II I YAKIMA COUNTY I Effective 09-02 -98 (See Benefit Code Key) I • PREVAILING Over Holiday Note Classification WAGE Code Code Code I RESIDENTIAL ELECTRICIANS JOURNEY LEVEL • $16.97 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $11.48 1 I RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $10.00 1 RESIDENTIAL LABORERS JOURNEY LEVEL $6.84 • 1 I RESIDENTIAL PAINTERS JOURNEY LEVEL $11.42 1 RESIDENTIAL PLUMBERS & PIPEFITTERS _ $16.97 1 RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL $21.73 18 5A RESIDENTIAL SOFT FLOOR LAYERS' I JOURNEY LEVEL $17.55 1 ROOFERS JOURNEY LEVEL $23.73 1B 51 USING IRRITABLE BITUMINOUS MATERIALS $26.73 18 51 I SHEET METAL WORKERS JOURNEY LEVEL $30.78 18 5A SIGN MAKERS & INSTALLERS (NON- ELECTRICAL) I JOURNEY LEVEL SOFT 14.65 1 T FLOOR LAYERS JOURNEY LEVEL $15.79 1 SOLAR CONTROLS FOR WINDOWS I JOURNEY LEVEL $5.45 1 5T SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $18.87 1 • • STAGE RIGGING MECHANICS (NON STRUCTURAL) ' JOURNEY LEVEL $13.23 1 SURVEYORS CHAIN PERSON $9.25. 1 INSTRUMENT PERSON $12.05 1 I PARTY CHIEF $15.05 1 TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER $22.71 2B 5 A I HOLE DIGGER/GROUND PERSON $12.13 2B 5A INSTALLER (REPAIRER) $21.73 2B `A JOURNEY LEVEL TELEPHONE LINEPERSON $21.04 28 5A SPECIAL APPARATUS INSTALLER I $22.71 28 5A I SPECIAL APPARATUS INSTALLER II $22.24 28 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $22.71 2B 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $21.04 2B 5A TELEVISION GROUND PERSON $11.44 2B 5A I TELEVISION LINEPERSON /INSTALLER $15.65 2B 5A TELEVISION SYSTEM TECHNICIAN $18.88 28 5A TELEVISION TECHNICIAN $16.85 2B 5A TREE TRIMMER $21.04 28 5A I TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL $24.06 4A 5A TILE, MARBLE & TERRAZZO FINISHERS I FINISHER $20.26 4A 5A Page 7 I YAKIMA COUNTY Effective 09-02 -98 ' (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $24.69 1K 5A TRUCK DRIVERS DUMP TRUCK $20.19 1 DUMP TRUCK & TRAILER $22.75 2G 61 I OTHER TRUCKS $27.18 1N 5D BM TRANSIT MIXER $22.75 2G 61 WELL DRILLERS 8 IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $11.15 1 OILER $9.20 1 WELL DRILLER $17.68 1 • • 1 1 1 1 1 1 Page B ' I I . BENEFIT CODE KEY - EFFECTIVE 09 -02 -98 OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER ON PUBLIC I 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 I 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. I 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. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. I C. E. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS), SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. I 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. I 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. 1 I. 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. 1 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. I 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 MAS 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 I 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 1 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 I HOURLY RATE OF WAGE. R ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. I S. ALL HOURS WORKED ON SUNDAYS BETWEEN THE HOURS OF 12:00AM SUNDAY AND 6:00AM MONDAY AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. T. ALL HOURS WORKED ON SATURDAYS, EXCEPT MAKE -UP DAYS. SHALL BE PAID AT ONE AND ONE -HALF TIMES THE I HOURLY RATE OF WAGE. ALL HOURS WORKED AFTER 6:00PM SATURDAY TO 6:00AM MONDAY AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE I 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- . I HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. I . BENEFIT CODE KEY - EFFECTIVE 09 -02 -98 -2- 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 TLMES 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 RATE OF WAGE. 4. A. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. HOLIDAY CODES ' 5. A. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVNG DAY, FRIDAY • AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). B. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8). C. HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY. MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). D. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). • G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7). H. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS (6). I. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVNG DAY, AND CHRISTMAS DAY (6). I BENEFIT CODE KEY - EFFECTIVE 09 -02 -98 -3- 1 5. N. HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVNG DAY, AND CHRISTMAS DAY (9). I 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, I . . AND CHRISTMAS DAY (6). 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). I S. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (7). T. PAID HOLIDAYS: SEVEN (7) PAID HOLIDAYS. I 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). I V. W. PAID HOLIDAYS: SIX (6) PAID HOLIDAYS. PAID HOLIDAYS: NINE (9) PAID HOLIDAYS. X. HOLIDAYS: AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVNG DAY AND CHRISTMAS DAY. AFTER 2080 HOURS I . 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, I I . 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, THANKSGIVNG DAY, THE FRIDAY AFTER THANKSGIVNG DAY, AND CHRISTMAS DAY (8). I 6. • C. HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVNG DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). I D. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVNG DAY, THE FRIDAY AFTER THANKSGIVNG DAY, CHRISTMAS DAY, THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY (9). I H. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVNG DAY, AND CHRISTMAS DAY (8). I. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING I DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). L. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY. INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND I CHRISTMAS DAY. (8) PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVNG DAY AND CHRISTMAS DAY. UNPAID HOLIDAY: PRESIDENTS' DAY. I R. HOLIDAYS: NEW YEAR'S DAY; MARTIN LUTHER KING, JR. DAY; WASHINGTON'S BIRTHDAY; MEMORIAL DAY; INDEPENDENCE DAY; THANKSGIVNG DAY; THE FRIDAY AFTER THANKSGIVNG DAY; AND CHRISTMAS DAY (8). I 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, I LABOR DAY, THANKSGIVNG DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). I BENEFIT CODE KEY - EFFECTIVE 09 -02 -98 -4- 6. U. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY, AND A FLOATING HOLIDAY (9). V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY. CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE (10). W. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE CHRISTMAS DAY (10). X. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (11). NOTE CODES 8. A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE -HALF TLMES 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' - S1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 175' - 5225 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 175' TO 250' - S5.50 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 TLMES 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' - S1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150' - S1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 200' - S2.00 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 S1.00 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 (I) DAY SHALL RECEIVE A PER DIEM ALLOWANCE 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: S0.75, LEVEL B: $0.50, AND LEVEL C: $0.25. M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A & B: S1.00, LEVELS C & D: S0.50. N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: S1.00, LEVEL B: $0.75, LEVEL C: S0.50, AND LEVEL D: S0.25. SPECIFICATIONS Standard Specifications ❑ Special Provisions ❑ C:\Corel\SPECS\98061.YK.wpd I I I I STANDARD SPECIFICATIONS 1 I The 1996 Standard Specifications for Road, Bridge, and Municipal Construction published by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association are, by this reference, made part of these Contract Documents. I 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. I The APWA Supplement to DIVISION 1 (Division 1 -99) of the 1996 Standard Specifications for Road, Bridge, and Municipal Construction will apply to this Contract. I I I I I I I I I I 1 C: \Corel \SPECS\98061.YK.wpd CITY OF YAKIMA YAKIMA COUNTY, WASHINGTON SPECIAL PROVISIONS 1 FOR WASTEWATER TREATMENT PLANT INDUSTRIAL SEWER INFLUENT LINE REHABILITATION Project No. 98061 CONTENTS PAGE NO. WORK SUMMARY 1 1 -01 DEFINITIONS AND TERMS 1 1 -02 BID PROCEDURES AND CONDITIONS 2 1 -03 AWARD AND EXECUTION OF CONTRACT 4 ' 1 -04 SCOPE OF THE WORK 4 1 -05 CONTROL OF WORK 6 1 -07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 10 1 -08 PROSECUTION AND PROGRESS 13 1 -09 MEASUREMENT AND PAYMENT 14 1 -10 TEMPORARY TRAFFIC CONTROL 17 ' 2 -01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 18 2 -02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 18 2 -07 WATERING 19 2 -09 STRUCTURE EXCAVATION 20 2 -13 DEWATERING (NEW SECTION) 22 5 -04 ASPHALT CONCRETE PAVEMENT 23 ' 7 -05 MANHOLES, INLETS, AND CATCH BASINS .25 7 -08 GENERAL PIPE INSTALLATION REQUIREMENTS 26 1 1 1 ' C: \Core) \SPECS \98061.YK.wpd 1 SPECIAL PROVISIONS FOR CITY OF YAKIMA WASTEWATER TREATMENT PLANT INDUSTRIAL SEWER INFLUENT LINE REHABILITATION HLA Project No. 98061 WORK SUMMARY SPECIAL PROVISIONS The following Special Provisions supersede any conflicting provisions of the 1996 Standard Specifications for Road, Bridge, and Municipal Construction adopted on September 30, 1996, and the foregoing amendments to the Standard Specifications and are made a part of this Contract. The major components of work include, but are not limited to, the following: This project consists of the rehabilitation of approximately 315 linear feet of 36 -inch diameter concrete industrial waste influent sewer main at the City of Yakima Wastewater Treatment Plant with 24 -inch diameter liner pipe. The rehabilitation may be accomplished by sliplining with fused HDPE pipe, sliplining with segmental PVC sliplining pipe, or sliplining ' with segmental HDPE pipe. The project also requires the installation of two new 60 -inch diameter precast concrete manholes, connection to new pipelines, existing pipelines, dewatering, and pavement restoration. All references hereinafter to Standard Specifications shall refer to the Standard Specifications for Road, Bridge, and Municipal Construction prepared by the Washington State Department of ' Transportation and the Washington State Chapter of the American Public Works Association dated 1996. NOTE: FOR THIS PROJECT, THE APWA SUPPLEMENT TO DIVISION ONE OF THE "1996 WSDOT /APWA STANDARD SPECIFICATIONS" SHALL APPLY. THE APWA SUPPLEMENT IS CONTAINED IN THE "1996 WSDOT /APWA STANDARD SPECIFICATIONS" AS DIVISION 1 -99. 1 -01 DEFINITIONS AND TERMS 1 1 -01.3 DEFINITIONS The terms defined in SECTION 1 -01.3 of the Standard Specifications shall be further described by the following: Contracting Agency: City of Yakima ' 129 North 2nd Street Yakima, WA 98901 1 C:\Corel \SPECS \98061.YK.wpd SPECIAL PROVISIONS - PAGE 1 The terms "Contracting Agency" and "Owner" are interchange- able. Consultant: Huibregtse, Louman Associates, Inc. 3800 Summitview, Suite 100 Yakima, WA 98902 Inspector: The Contracting Agency's Resident Engineer who observes the 111 Contractor's performance. Engineer: City of Yakima Wastewater Division ' 2220 East Viola Yakima, WA 98901 Standard Specifications: The 1996 Standard Specifications for Road, Bridge, and Munici- pal Construction published by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association are, by this reference, made part of these Contract Documents. Special Provisions: The Special Provisions supersede any conflicting provisions of the 1996 Standard Specifications for Road, Bridge, and Munici- pal Construction and the appended amendments to the Standard Specifications and are made a part of this Contract. Working Drawings: Working drawings are further defined as electrical diagrams, catalog cut sheets, manufacturer's informational sheets describing salient features, performance curves, or samples of fabricated and manufactured items (including mechanical and electrical equipment) required for the construction project. 1 -02 BID PROCEDURES AND CONDITIONS 1 -02.1 QUALIFICATIONS OF BIDDER (APWA ONLY) ' Replace with the following: Each Bidder shall furnish the Owner satisfactory evidence of their competency to perform ' the proposed work at the time of submitting their bid. Such evidence of competency shall consist of statements made by the Bidder on the Bidder's Data Form included in the Bid Package Section of these Specifications. The Owner may make such investigations as he deems necessary to determine the ability of the Bidder to perform the work, and the Bidder shall furnish to the Owner all such information and data for this purpose as the Owner may request. The Owner reserves the right to reject any bid if the evidence submitted by, or investigation of, a Bidder fails to satisfy the Owner that the Bidder is properly qualified to carry out the obligations of the agreement and to complete the work contemplated therein. 1 C: \Core) \SPECS \98061.YK.wpd SPECIAL PROVISIONS - PAGE 2 1 1 -02.4 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE OF WORK 1- 02.4(1) GENERAL Add the following paragraph: No pre -bid approval on any proposed substitute equipment shall be granted prior to the bid opening unless specified otherwise in these Specifications. 1 -02.9 DELIVERY OF PROPOSAL Add the following: ' Sealed bids will be received at the following location before the specified time: Office of the Contracting Agency, City of Yakima, 129 North Second Street, Yakima, WA 98901, up to the hour of 3:00 p.m. on the 10 day of February, 1999, and then be publicly opened and read. The Contractor and the proposed method of rehabilitation shall be clearly and legibly identified on the bid envelope. 1 -02.13 IRREGULAR PROPOSALS Delete Item 1.a. of SECTION 1 -02.13 of the Standard Specifications. 1 1 -02.15 PRE -AWARD INFORMATION ' This section is supplemented with the following: Before awarding any Contract, the City will require 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 MBEs and WBEs used to fulfill the City's WMBE goal of 10 %. 8. Identify the subcontractors with the ercenta a of work they will do. 1 P 9 Y 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 information will be requested by the City of the low bidder prior to award of the Contract. The City will provide the form, a copy of which may be found in the Bid Documents section of these Specifications. C:\Corel \SPECS \96061.YK.wpd SPECIAL PROVISIONS - PAGE 3 1 -03 AWARD AND EXECUTION OF CONTRACT 1 -03.2 AWARD OF CONTRACT Add the following: ' The City of Yakima will accept bids on any and all Alternate Methods described in these Specifications. The Contract will be awarded on the basis of the lowest price received. Bidders need not submit bids on all alternates to be considered for award. The City reserves the right to accept or reject bids and award the Contract to the Contractor who, in the City's opinion, can satisfy all the requirements of these Specifications. 1 -03.3 EXECUTION OF CONTRACT Delete the first sentence in its entirety and replace it with the following: Within 10 working days after the award date, the successful bidder shall return the signed ' Contracting Agency - prepared Contract, an insurance certification as required by Section 1- 07.18, and a satisfactory bond as required by law and SECTION 1 -03.4. Failure to return the required documents within the allotted time shall be considered as non - responsive and shall result in forfeiture of the proposal bond or deposit of the bidder in accordance with SECTION 1 -03.5. 1 -03.4 CONTRACT BOND Add the following: I The Bond shall further indemnify and hold the City of Yakima, their elected or appointed officials, employees, and agents harmless from defects appearing or developing in the material or workmanship provided or performed under the Contract. The Contract Bond shall be in the form of the Contract Bond document bound in these Specifications. 1 -04 SCOPE OF THE WORK 1- 04.1(2) BID ITEMS NOT INCLUDED IN THE PROPOSAL Delete the first paragraph in its entirety and replace it with the following: ' If work is required to complete the project according to the intent of the Plans and Specifica- tions but no bid item is provided in the Bid Schedule, then the Contractor shall include the cost for providing the necessary work in the unit or lump sum price for the bid item most closely related to the work. 1 -04.4 CHANGES , Add the following: ' No changes in the work covered by the approved Contract Documents shall be made without having prior written approval of the Owner. Charges or credits for the work covered C: \Core) \SPECS \98061.YK.wpd SPECIAL PROVISIONS - PAGE 4 i by the approved change shall be determined by one or more, or a combination of the following methods: a. Unit bid prices previously approved. r b. An agreed lump sum. c. The actual costs of: (1) Labor, including foremen; (2) Materials entering permanently into the work; (3) The ownership or rental costs of construction plant and equipment during the time of use on the extra work; (4) Power and consumable supplies for the operation of power equip- ment; (5) Insurance; (6) Social Security and old age and unemployment contributions. Should authorized changes be made based upon the actual cost of material and labor, the costs thereof and costs allowed for overhead profit, bonds, insurance, etc., shall be determined via SECTION 1 -09.6 FORCE ACCOUNT of the Standard Specifications. Delete the last two paragraphs in their entirety and replace with the following: The Contractor may submit proposals for changing the Plans, Specifications, or other ' requirements of the Contract. These proposals must reduce the cost or time required for construction of the project. When determined appropriate by the Contracting Agency, a change order will be executed implementing the proposed change /changes. 1 1 -04.11 FINAL CLEANUP ' Add the following: Partial cleanup shall be done by the Contractor when he feels it is necessary or when, in the opinion of the Contracting Agency, partial cleanup should be done either prior to final 1 cleanup or final inspection. The cleanup work shall be done immediately upon written notification of the Engineer and other work shall not proceed until this partial cleanup is accomplished. Should the Contractor not conduct the cleanup as directed and in a timely manner, the Owner shall take action to have such cleanup work completed by others and will deduct such costs from any payment due the Contractor. 1 -04.12 WASTE SITE (NEW SECTION) The following new section shall be added to the Standard Specifications: Where there is additional waste excavation in excess of that needed for the project and in excess of that needed for compliance with requests of the Owner, the Contractor shall secure and operate his own waste site at his own expense. The Contractor shall also be required to secure and operate his own waste site at his own expense for the disposal of all unsuitable material, asphalt, concrete, debris, waste material, and any other objection- , able material which is directed to waste by the Engineer. C: \Corel\SPECS \98061.YK.wpd SPECIAL PROVISIONS - PAGE 5 The Contractor shall comply with the State of Washington's regulations regarding disposal of waste material as outlined in WAC 173 -304, Subchapter 461. 1 -05 CONTROL OF WORK 1 Add the following: The Contractor's attention is specifically directed to the following provisions of the Standard Specifications: • SECTION 1 -05.4, CONFORMITY WITH AND DEVIATIONS FROM PLANS AND STAKES; paragraphs 3 through 7. • SECTION 1 -05.6, INSPECTION OF WORK AND MATERIALS: paragraphs 1, 3, 4, and 5. • SECTION 1- 05.13, SUPERINTENDENTS, LABOR, AND EQUIPMENT OF CONTRACTOR: paragraphs 2 and 3. Although specific attention is directed to the above sections, it shall not relieve the Contractor from the requirements of the remaining provisions of this section. 1 -05.1 AUTHORITY OF THE ENGINEER Add the following: ' Unless otherwise expressly provided in the Contract Drawings, Specifications, and Addenda, the means and methods of construction shall be such as the Contractor may choose; subject, however, to the Engineer's right to reject means and methods proposed by the Contractor which (1) will constitute or create a hazard to the work, or to persons or property; or (2) will not produce finished work in accordance with the terms of the Contract. The Engineer's approval of the Contractor's means and methods of construction or his failure to exercise his right to reject such means or methods shall not relieve the Contractor of the obligation to accomplish the result intended by the Contract; nor shall the exercise of such right to reject create a cause for action for damages. 1 -05.3 PLANS AND WORKING DRAWINGS Delete the third through fifth paragraphs of SECTION 1 -05.3 of the Standard Specifications and replace them with the following: 111 Prior to beginning work, the Contractor shall submit 6 copies of shop drawings, construction details, product information and any other pertinent data relating to the method of rehabilitating the pipeline. The submittal shall indicate the size including thickness and length of liner to be installed, dimensions and sizes of the cross - section of the liner, and methodology including bypass pumping. 1 C: \Corel \SPECS \98061.YK.wpd SPECIAL PROVISIONS - PAGE 6 1 The Contractor shall also submit a formal grouting procedure at least 2 weeks prior to • grouting. The procedure shall contain proposed grout mix designs, placing methods, placing equipment, placing procedures, quality assurance guidelines, and procedures and methods for testing the grout to ensure conformance with these specifications. Information on the grout mix design including compressive strength, density, viscosity, shrinkage, maximum grouting lifts, and maximum grouting pressures shall be provided. The Contractor shall submit the following to the Engineer at least 2 weeks before the start of the grouting operation: 1. Proposed grout mixture 2. Proposed grout density and viscosity 3. Initial set time 4. 7 and 28 day compressive strengths 5. Grout working time before 15% change in density or viscosity occurs. Data for items 1 - 5 is to be derived from trial grout batches performed by an independent approved testing laboratory. The trial batch procedure may be waived when test data of prior performance of the proposed mix design is presented by the Contractor and approved by the Engineer. 6. Proposed grouting method 7. Maximum injection pressures 8. Proposed grout stage volumes - 9. Bulkhead design 10. Buoyant force calculations 11. Flow control 1 12. Pressure gage certification 13. Vent location plans 14. Plan to hold liner invert 1 15. Qualifications of testing laboratory 16. Pressure recording device certification 1- 05.3(1) PROJECT RECORD DRAWINGS (NEW SECTION) The following new section shall be added to the Standard Specifications: The Contractor shall maintain a neatly marked, full -size set of record drawings showing the final location and layout of all new construction. Drawings shall be kept current weekly, with all field instruction, change orders, and construction adjustment. Drawings shall be subject to the inspection of the Engineer at all times. Prior to acceptance of the work, the Contractor shall deliver to the Engineer one set of neatly marked record 1 drawings showing the information required above. Requests for partial payment will not be approved if the marked -up prints are not kept current, and request for final payment will not be approved until the marked -up prints are delivered to the Engineer. 1 C: \Corel \SPECS198061.YK.wpd SPECIAL PROVISIONS - PAGE 7 1 1- 05.5(4) SURVEY MONUMENTS (NEW SECTION) ' The following new section shall be added to the APWA Supplement: The Contracting Agency will, at its own cost, reference all known existing monuments or markers relating to subdivisions, plats, roads, street centerline intersections, etc. The Contractor shall take special care to protect these monuments or markers and also the reference points. In the event the Contractor is negligent in preserving such monuments and markers, the points will be reset by a licensed surveyor at the Contractor's expense. 1- 05.10(1) GENERAL GUARANTY AND WARRANTY (NEW SECTION) 1 The following new section shall be added to the APWA Supplement: If, within one year after the date of Final Acceptance of the Work by the Contracting Agency, Y 9 defective and unauthorized work is discovered, the Contractor shall promptly, upon written request by the Contracting Agency, return and in accordance with the Engineer's instruc- tions, either correct such work or, if such work has been rejected by the Engineer, remove it from the Project Site and replace it with non - defective and authorized work, all without cost to the Contracting Agency. If the Contractor does not promptly comply with the written request to correct defective and unauthorized work, or if an emergency exists, the Contracting Agency reserves the right to have defective and unauthorized work corrected or rejected, removed, and replaced pursuant to the provisions of SECTION 1 -05.8 of these Specifications. The Contractor agrees the above one -year limitation shall not exclude nor diminish the Contracting Agency's rights under any law to obtain damages and recover costs resulting from defective and unauthorized work discovered after one year but prior to the expiration of the legal time period set forth in RCW 9.16.040 limiting actions upon a contract in writing ' or liability, expressed or implied, arising out of a written agreement. 1 -05.16 WATER AND POWER (APWA ONLY) ' Add the following: Water for streets and pipe trenches shall be furnished and applied in accordance with these provisions and SECTION 2 -07 of the Standard Specifications modified as follows: Water Supply: Water for use on the projects shall be furnished by the Contracting Agency and the Contractor shall convey the water from the nearest convenient hydrant or other source at his own expense. The hydrants shall be used in accordance with the appropriate Water Department regulations. Measurement and Payment: No separate measurement or payment for water will be made. This pertains to water required for dust control, water settling trenches, and any other water as required by the Contract Documents. All costs for hauling, conveying, and applying water shall be included in the various bid items of the proposal. C: \Corel \SPECS \98061.YK.wpd SPECIAL PROVISIONS - PAGE 8 II 1 -05.18 TESTING (NEW SECTION) The following new section shall be added to the Standard Specifications: The Contractor shall be responsible for scheduling and paying for all material testing required by these Contract Documents. All testing services shall be performed by an independent, certified testing firm and /or laboratory meeting the approval of the Engineer. The Contractor shall submit information relating to the qualifications of the proposed testing firm to the Engineer for review and approval prior to the preconstruction conference. The testing frequencies listed below may be modified to assure compliance with the 1 Specifications. Grout Testing Sample and test the grout in accordance with ASTM C -39. Two tests shall be made 7 days from the time of casting and two tests shall be made 28 days from the time of casting. Verify, on -site, the density of the grout by ASTM C -138, or by other means approved by the Engineer. Viscosity shall be per ASTM C -939. Backfill of Excavated Areas 1 Copies of moisture - density curves for each type of material encountered and copies of all test results shall be provided to the Engineer as construction progresses. Compaction tests shall be taken at a frequency and at depths sufficient to document that the required density has been achieved. At a minimum, tests shall be taken at 1 -foot, 3 -foot, and 5 -foot depths below finish grade. The Engineer may request additional tests be performed at the Contractor's expense, if test results do not meet the required trench backfill densities. All excavations shall be backfilled and compacted to at least 95 percent of maximum density as determined by ASTM D 698 (Standard Proctor). Asphalt Paving 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 100 square feet of surface area for each lift of asphalt concrete pavement. The Engineer may request additional tests be performed at the Contractor's ' expense, if test results do not meet the required subgrade densities. Compaction of asphalt concrete pavement shall be as specified in SECTION 5- ' 04.3(10)B. C: \Corel \SPECS \98061.YK.wpd SPECIAL PROVISIONS - PAGE 9 1 1 -07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC , 1 -07.1 LAWS TO BE OBSERVED (APWA ONLY) I This section is supplemented with the following: The Contractor shall indemnify and save harmless the Contracting Agency (including any agents, elected or appointed officials, employees, and representatives) against any claims that may arise because the Contractor (or any employee of the Contractor or subcontractor or materialman) violated a legal requirement. i The Contracting Agency shall have the authority at all times to issue a stop work order at no penalty to the Contracting Agency if, in its opinion, working conditions present an undue hazard to the public, property, or the work force. Such authority shall not, however, relieve the Contractor of responsibility for the maintenance of safe working conditions or assess any responsibility to the Contracting Agency or Engineer for the identification of any or all unsafe conditions. 1 -07.5 WILDLIFE, FISHERIES, AND ECOLOGY REGULATIONS ' 1- 07.5(1) GENERAL Add the following sentence: 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 ' Add the following: The local air pollution authority is the Yakima County Clean Air Authority, (509) 575 -4116. 1- 07.9(5)A REQUIRED DOCUMENTS I Add the following: If using the occupation code for wage affidavits and payrolls and if the project involves more than one jurisdictional area, the Contractor shall reference the area just after the occupation code number. For example: 10 -0010 Yak.E. ' 1 -07.17 UTILITIES AND SIMILAR FACILITIES (APWA ONLY) Add the following: ' Locations and dimensions shown on the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. 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. C: \Corel \SPECS \98061.YK.wpd SPECIAL PROVISIONS - PAGE 10 II 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 is 1- 800 - 553 -4344. If no one - number locator service is available, notice shall be provided individually by the Contractor to those owners known to or suspected of having underground facilities within the area of proposed excavation. 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 familiar- izing himself with plans and schedules for the installation of new, relocated, or adjusted utilities. 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) 1- 07.18(1) GENERAL (APWA ONLY) The third sentence of the second paragraph is revised to read: The insurance provided must be with an insurance company with a Best Rating of A -VII or 1 better. The first sentence of the third paragraph is revised to read: 1 The policy of insurance shall specifically name the City of Yakima, their agents, employees, and elected or appointed officials, and the Consultant as additional insured for this project. The fifth paragraph is revised to read: The Contractor shall forward to the City the additional insured endorsement as requested in the Evidence of Insurance Section. 1- 07.18(3) LIMITS (APWA ONLY) This 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. 1 C: \Corel \SPECS \98061.YK.wpd SPECIAL PROVISIONS - PAGE 11 r A commercial general liability deductible of $5,000 or less is acceptable. The Contractor will be responsible for the payment of that deductible for any losses which occur. Higher retention or deductible limits may be acceptable on prior approval by the City. Providing coverage in these stated amounts shall not be construed to relieve the Contractor , from liability in excess of such limits. 1- 07.18(4) EVIDENCE OF INSURANCE (APWA ONLY) ' Add the following to method 2 for providing evidence of insurance: The following is an example of deletions and language which are required on the standard "ACORD Certificate of Insurance" form: • e _ • e : . THIS CERTIFI- CATE DOES NOT AMEND, EXTEND, OR ALTER THE COVERAGE AFFORDED I BY THE POLICIES BELOW. DESCRIPTION OF OPERATIONS /LOCATIONSNEHICLES /SPECIAL ITEMS , The City of Yakima, their agents, employees and elected or appointed officials, and Huibregtse, Louman Associates, Inc., are hereby named as additional insured with respect to the WASTEWATER TREATMENT PLANT INDUSTRIAL SEWER INFLUENT LINE REHABILITATION. CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 20 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAIL I IRE - T-G-MAIIL SUCI I NOTICE SHALL Iwo:" NO OBLIGATION OR LIABILITY OF ANY e , TS AGENTS, OR REPRESENTATIVES. 1 -07.23 PUBLIC CONVENIENCE AND SAFETY 1- 07.23(1) CONSTRUCTION UNDER TRAFFIC 1 Add the following to the third paragraph: 5. The Contractor shall maintain vehicular and pedestrian access to businesses at all times that businesses are open. Add the following to the sixth paragraph: ' 7. Open trenches shall be protected with proper barricades and at night they shall be distinctively indicated by adequately placed lights. 1 C: \Core) \SPECS \98061.YK.wpd SPECIAL PROVISIONS - PAGE 12 r II Add the following paragraph: I It shall be the responsibility of the Contractor to seek the approval of and notify the Engineer and the Police and Fire Departments at least 24 hours prior to closing any street, in addition I to correlating the proposed closures with the Contracting Agency to ensure proper detouring of traffic. When the street is re- opened, it shall again be the responsibility of the Contractor to notify the above named departments and persons. I 1- 07.23(3) NOTIFYING PROPERTY OWNERS (NEW SECTION) 1 The following new section shall be added to the Standard Specifications: When construction activities will affect ingress and egress to a property along the project I alignment, the Contractor shall be responsible for notifying the occupant/occupants of the property 24 hours prior to the construction activity beginning. If personal contact with the occupant is not possible, the Contractor shall leave written notification. I 1 -08 PROSECUTION AND PROGRESS 1 1 -08.3 PROGRESS SCHEDULE I Delete the first paragraph and replace it with the following: Following Contract award and satisfactory provision or execution of all required Contract I Documents, the Engineer will schedule a preconstruction conference at a time mutually agreeable to all concerned. At this conference, all points of the Contract Documents will be open to discussion including scope, order and coordination of work, equipment lead time I required, means and methods of construction, inspection and reporting procedures. Refer to Section 1- 08.1(1) (APWA Only). The Contractor should satisfy himself that all provisions and intentions of the Contract are fully understood. I The Contractor shall prepare and submit to the Engineer at the preconstruction conferencea.Construction ProgressN:and Completion Schedule "using a' bar - ,graph I format. 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 I 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, I 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 1 updated Schedules shall be forwarded to the Engineer, as directed, immediately upon I preparation. I Delete the next to the last sentence of the second paragraph. I 1 -08.4 NOTICE TO PROCEED AND PROSECUTION OF THE WORK (APWA only) SECTION 1 -08.4 of the APWA Supplement is replaced with the following: I C: \Core)\SPECS\98061.YK.wpd SPECIAL PROVISIONS - PAGE 13 I I The Engineer will issue a Notice to Proceed after the Contract has been executed and the Contract Bond and evidence of insurances have been approved. The Contractor shall not begin work until the Notice to Proceed has been issued. The Contractor shall not delay the start of construction activities. The Contract time shall begin on the date set forth in the Notice to Proceed or the first day the Contractor begins work, whichever comes first. The work thereafter shall be prosecuted diligently to completion within the Contract Time. Failure of the Contractor to begin work by the date set forth in the Notice to Proceed will be considered grounds for Termination for Default as specified under SECTION 1- 08.10(1) of the Standard Specifications. 1 -08.5 TIME FOR COMPLETION (CONTRACT TIME) (APWA ONLY) ' Add the following: Fifteen (15) working days after the date set forth in the NOTICE TO PROCEED shall be allowed for completion of all Contract work. 1 -09 MEASUREMENT AND PAYMENT 1 -09.3 SCOPE OF PAYMENT (APWA ONLY) I Delete the first paragraph and replace it with the following: ' Payment for work performed under this Contract will be based on the items listed in the Bid Schedule. Should a conflict exist between the item descriptions or the units of measurement and payment listed in the Bid Schedule and the "Payment" clauses found in each Section of the Standard Specifications, or SECTION 1- 09.3(1), the Bid Schedule items will prevail. If work is required to complete the project according to the intent of the Plans and Specifications but no bid item is provided in the Bid Schedule, then the Contractor shall include the cost for providing the necessary work in the unit or lump sum price for the bid item most closely related to the work. ' 1- 09.3(1) DESCRIPTION OF BID ITEMS (NEW SECTION) The following new section shall be added to the APWA Supplement: ' Bid items listed in the Bid Schedule are defined to include, but not necessarily be limited to, the following: 1. "Mobilization" refer to Section 1 -09.7 of the Standard Specifications. 2. The unit price bid for "Structure Excavation, Class B," per lump sum, shall be full compensation for all labor, tools, equipment, and materials required to excavate for the access pits including excavation, dewatering, protecting or supporting existing utilities, backfilling, compaction, and any other work necessary to complete the work within the access pits all as shown on the drawings and as specified herein. C: \Corel \SPECS \98081.YK.wpd SPECIAL PROVISIONS - PAGE 14 I 3. - The unit price bid for "Shoring and Cribbing or Extra Excavation," per lump sum, I shall be full compensation for all labor, tools, equipment, and materials necessary to furnish, install, and maintain shoring, bracing, or over - excavation for protection for the access pit walls and all excavations over 4 (4) feet in depth in accordance I with Section 2 -09 of the Standard Specifications and applicable amendments. 4. The unit price bid for "Imported Backfill, as Directed," per ton, shall be full 1 compensation for all labor, tools, equipment, and materials necessary to furnish and place the backfill material including crushed rock, hauling, hauling to waste the unsuitable material, placement, and compaction all as specified herein. 1 5. The lump sum price bid for "Dewatering," per lump sum, shall be full compensation for all labor, tools, equipment, and materials necessary with investigating, designing, 1 necessary permits, installing, operating, maintaining, and removing any and all dewatering systems as specified herein. I 6. The lump sum price bid for "Inspection /Cleaning of Pipeline" shall be full compensation for all labor, equipment, tools, and materials required to clean and inspect the host pipeline prior to rehabilitation procedures including pressure I washing the host pipeline to allow passage of the necessary inspection and rehabilitation equipment and completing inspection of the pipeline and conditions to be encountered all as shown on the drawings and as specified herein. 1 7. The unit price bid for "Manhole, 60 -inch Diameter," per each, shall be full compensation for all labor, equipment, tools, and materials required to furnish and I install the manholes including all accessories such as steps, ring and cover, pipe gaskets, connection of new and existing pipes to the manhole, and adjustment to final grade all as shown on the drawings and as specified herein. I 8. The unit price bid for "Asphalt Pavement Repair," per square yard, shall be full compensation for all labor, equipment, tools, and materials required to repave the I asphalt surfaces including aggregate, compaction, tack, trimming, placement and compaction all as shown on the drawings and as specified herein. I 9A. The unit price bid for "HDPE Sliplining, Method 1 - Butt Fusion," per linear foot, shall be full compensation for all labor, equipment, tools, and materials required to furnish and install the HDPE liner including excavation, dewatering, bypass pumping, liner, I joint fusing, grouting, testing, backfilling, and restoration, all as shown on the drawings and as specified herein. 1 9B. The unit price bid for "HDPE Sliplining, Method 2 - Segmental Jointing," per linear foot, shall be full compensation for all labor, equipment, tools, and materials required to furnish and install the HDPE liner including excavation, dewatering, bypass pumping, liner, jointing, grouting, testing, backfilling, and restoration, all as 1 shown on the drawings and as specified herein. 9C. The unit price bid for "PVC Sliplining, Method 3 - Segmental Jointing," per linear 1 foot, shall be full compensation for all labor, equipment, tools, and equipment required to furnish and install the PVC liner including excavation, dewatering, bypass pumping, liner, jointing, grouting, testing, backfilling, and restoration, all as I shown on the drawings and as specified herein. C: \Corel\SPECS \98061.YK.wpd SPECIAL PROVISIONS - PAGE 1C . 1 1- 09.9(1) PROGRESS PAYMENTS (APWA ONLY) Add the following: The estimate cutoff date discussed above shall be the last working day of each month. The Contractor shall submit his signed Application for Payment within 3 working days of the estimate cutoff date. After the application for payment is reviewed by the Engineer, the Engineer will make a recommendation to the Contracting Agency for action at the first available meeting of the governing body that payment be made. Payment to the Contractor will be made within approximately 30 calendar days from said meeting. Failure to submit an Application for Payment within the required time may delay action by the Contracting , Agency's governing body and further delay payment to the Contractor. 1- 09.9(2) RETAINAGE (APWA ONLY) I Add the following to the fourth paragraph: 4. An affidavit is delivered to the Contracting Agency by the Contractor, stating that all 1 persons performing labor or furnishing materials have been paid. 5. Releases have been obtained from the State Department of Labor and Industries, 111 the State of Washington Employment Security Department, the State Department of Revenue, and all other departments and agencies having jurisdiction over the activities of the Contractor. 1- 09.9(4) FINAL PAYMENT (APWA ONLY) 1 Add the following to the beginning of the section: Upon completion of all work under this Contract, the Contractor shall notify the Engineer, in writing, that he has completed his part of the Contract and shall request final payment. Upon receipt of such request, the Engineer will inspect and, if acceptable, submit to the Owner his recommendation as to acceptance of the completed work and as to the final estimate of the amount due the Contractor. Upon approval of this final estimate and upon final acceptance of the work under this Contract, the Owner will notify the Department of Revenue of the completion of said Contract. Provided the Department of Revenue certifies there are no taxes or penalties due and owing from the Contractor, and there are no other known claims or liens against the retained funds, and further provided the terms of SECTION 1- 09.9(2) are in compliance, the Owner will pay to the Contractor the balance of monies due under this Contract in accordance with RCW Title 60.28. In the event unsatisfied claims or liens for taxes, material, labor, and other services are known to exist, an amount will be further withheld from the retainage sufficient to satisfy the settlement of such claims and liens, including attorney's fees incurred, and the remainder will be released from escrow, or released from the retained funds and paid to the Contractor. On contracts for public works, final payment of the retained percentage will not be made until after the Contractor has filed with the Owner the Affidavit of Wages Paid forms required by RCW 39.12.040 certifying that the Contractor and subcontractors have paid not less than the prevailing rate of wages. 1 C: \Corel\SPECS \98061.YK.wpd SPECIAL PROVISIONS - PAGE 16 1 1 The parties further agree that the Owner may, without liability, withhold final payment to the Contractor until such time as the Contractor has completed all forms required by the Owner. 1- 09.13(3)A ADMINISTRATION OF ARBITRATION Change the first sentence of the third paragraph to read "... rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency is located." 1 1 -10 TEMPORARY TRAFFIC CONTROL 1 1- 10.2(2) TRAFFIC CONTROL PLANS Delete the entire section and replace with the following: The Contractor shall prepare a signing plan showing the necessary Class A construction signing and barricades required for the project and submit it to the Engineer for review no later than the preconstruction conference date. When the Class B signing for a particular area will be provided as detailed on one or more of the figures included in the MUTCD without modification, the Contractor may reference the applicable MUTCD figure at the appropriate location on the Plan. When this procedure is used, variable distances such as minimum length of taper must be specified by the Contractor. i The signing plan prepared by the Contractor shall provide for adequate warning within the limits of the project and on all streets, alleys, and driveways entering the project so that approaching traffic may turn left or right onto existing undisturbed streets before reaching the project. ' All costs incurred by the Contractor in preparation of the Traffic Control Plan, including any revisions required by the Engineer after review, shall be included in the various unit prices bid. 1 1 -10.3 FLAGGING, SIGNS, AND ALL OTHER TRAFFIC CONTROL DEVICES 1- 10.3(3) CONSTRUCTION SIGNS Revise as follows: The first sentence of the first paragraph is revised to read: All signs required by the approved traffic control plan(s) as well as any other traffic control devices prescribed by the Engineer will be furnished by the Contractor. The last two sentences of the first paragraph are deleted. The third paragraph is revised as follows: 1 Delete Item 2. Revise Item 3 to read: Furnishing, initial installation, and subsequent removal of both Class A and Class B construction signs; C: \Core) \SPECS \98061.YK.wpd SPECIAL PROVISIONS - PAGE 17 1- 10.3(5) TEMPORARY TRAFFIC CONTROL DEVICES This item shall include Class A construction signs as determined by the approved Traffic Control Plan. 1 -10.4 MEASUREMENT Revise as follows: 1 No separate measurement shall be made for Construction Signs, Class A. All costs associated with Class A Construction Signs shall be included in the various unit prices bid for this project. 2 -01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2 -01.1 DESCRIPTION 1 Add the following: The Contractor shall remove and later replace to its original location or relocate nearby as directed, all small trees, shrubs, street signs, culverts, irrigation facilities, mail boxes, or other similar obstructions which lie in or near the line of work and are not intended for removal. Should any damage be incurred, the cost of replacement or repair shall be borne by the Contractor. No separate payment will be made for such removal and replacement. 2- 01.3(5) FENCING (NEW SECTION) I Add the following new section: , The Contractor shall be required to carefully remove all existing fencing located within or near the proposed alignments. All fencing materials designated on the Drawings to be removed and replaced shall be temporarily placed on the adjacent properties or stored as directed by the Engineer. The removal and replacement of all fencing shall be done at the Contractor's expense. Any fencing that is to be reset shall be relocated and reset by the Contractor along the property lines or as directed by the Engineer. Unless provided for otherwise, the necessary work to restore and reinstall the fencing shall be considered incidental and all costs for performing this work shall be included in other bid items. 2 -02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS ' 2- 02.3(2) REMOVAL OF BRIDGES, BOX CULVERTS, AND OTHER DRAINAGE STRUCTURES Add the following: i Where structures or installations of concrete, brick, blocks, etc., interfere with the construction, they shall be removed and any pipe openings shall be properly plugged watertight with Class 3000 concrete, or with mortar and masonry, blocks, or brick. The removal and plugging of pipes shall be considered as incidental to the construction and costs thereof and shall be included in other items of work. C: \Corel \SPECS \98061.YK.wpd SPECIAL PROVISIONS - PAGE 18 • i Where the structures are removed, the voids shall be backfilled with suitable, job- excavated I material and compacted, and such work shall be considered as incidental to the removal work. I If the Engineer determines the job- excavated material to be unsuitable for backfill, the Contractor shall place ballast or foundation material as directed by the Engineer. I 2- 02.3(3) REMOVAL OF PAVEMENT, SIDEWALKS, AND CURBS Add the following: I Where shown on the Plans or as directed by the Engineer, the Contractor shall be required to remove and replace existing pavement, sidewalks, curbs, etc., which are required to be I removed for construction of the improvements. In those areas where asphalt pavement removal is required, the Contractor shall, prior to I excavation, score the edge of the asphalt concrete pavement with an approved pavement cutter such as a concrete saw. During the course of the work, the Contractor shall take pre- cautions to preserve the integrity of this neat, clean pavement edge. Should the pavement I edge be damaged prior to asphalt concrete paving activities, the Contractor shall be required to trim the edge with an approved pavement cutter as directed by the Engineer immediately prior to paving. I ' No separate payment shall be made for saw - cutting pavement. I 2 -02.5 PAYMENT This section is revised to read: 1 Unless a specific bid item has been included in the proposal, all costs incurred to complete the requirements of SECTION 2 -02 will be considered as incidental work to the various bid items and no separate payment will be made. I 2 -07 WATERING I 2 -07.1 DESCRIPTION I Add the following: The Contractor shall be solely responsible for dust control on this project and shall protect I motoring public, adjacent homes, orchards, crops, and school yards from damage due to dust, by whatever means necessary. The Contractor shall be responsible for any claims for damages and shall protect the Contracting Agency, Yakima County, and the Consultant I from any and all such claims. When directed by the Engineer, the Contractor shall provide water for dust control within two I hours of such order and have equipment and manpower available at all times including weekends and holidays to respond to orders for dust control measures. I C:\Corel\SPECS\98061.YK.wpd SPECIAL PROVISIONS - PAGE 19 I Payment for water used for dust control, compaction, processing of base course and top course aggregates, and for other work shall be included in the other bid items involved, and no further payment shall be made. 2- 07.3(A) WATER SUPPLIED FROM HYDRANTS ' The Contractor shall secure permission from and comply with all requirements of the water utility before obtaining water from fire hydrants. The Engineer shall be notified by the Contractor of such permission as soon as granted. The Contractor shall use hydrant wrenches only to open hydrants, and shall also make certain that the hydrant valve is open full, since a partially opened valve causes damage. 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 must be closed slowly to avoid a surge in the system which creates undue pressure on water lines. The Contractor shall carefully note the importance of following these directions. If one of the Contractor's employees damages a hydrant, the Contractor shall immediately notify the water utility so the damage can be repaired as quickly as possible. Upon completing the use of the hydrants, the Contractor shall notify the water utility so 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, if necessary, be withheld from the final payment to the Contractor. The Contractor shall furnish all equipment and tools, except the metered hydrant connection, which ' 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 I This section is revised to read: Water shall be measured with the metered hydrant connection. 2 -07.5 PAYMENT , This section is revised to read: Water will be furnished by the water utility without charge, but the Contractor shall convey the water from the nearest convenient hydrant or other source at his own expense. 2 -09 STRUCTURE EXCAVATION 2 -09.1 DESCRIPTION Replace the first paragraph with the following: ' C: \Corel \SPECS \98061.YK.wpd SPECIAL PROVISIONS - PAGE 20 I The work described in this Section includes excavation and backfilling the access pits to the portion of the sewer main to be sliplined. The dimensions of the access pits shall be as required for the type of sliplining method employed by the Contractor and to accommodate the new 60 -inch diameter manholes. The conditions at each access pit location shall be observed and investigated by the Contractor before commencing the work covered in this Contract. The Contractor shall make his determinations as to the nature of the materials to be encountered and the difficulties which may arise from the subsurface conditions. 1 All access pits shall be excavated, braced, shored or over - excavated in accordance with the provisions of Section 2 -09 of the Standard Specifications. The access pits shall be properly barricaded and marked and the Contractor shall furnish and install steel traffic bearing plates if necessary to maintain access to the Wastewater Treatment Plant. 2- 09.3(1)C REMOVAL OF UNSTABLE BASE MATERIAL Replace with the following: If the excavated material is unsuitable for backfilling the access pits, the Engineer shall direct the Contractor to backfill the excavated areas with Gravel Backfill meeting the 'I requirements of Section 90- 3.9(3) Crushed Surfacing Base Course up to the level of the crushed surfacing top course specified for asphalt pavement repair. The imported backfill material shall only be used when directed by the Engineer. Payment for Crushed Surfacing Base Course for access pit backfill material shall be made at the unit price bid for "Imported Backfill, as Directed." 2- 09.3(1)D DISPOSAL OF EXCAVATED MATERIAL Replace with the following: All excavated material shall be used in the backfill for the access pits unless directed otherwise by the Engineer. Should the Engineer direct the use of imported backfill, the excavated material shall be hauled to waste by the Contractor. No waste site has been provided by the Owner for this project. The cost for removing and hauling to waste of the excavated material shall be included in the unit price bid for the imported backfill. 2- 09.3(1)E BACKFILLING Backfilling shall be accomplished as described under Item 1 of the paragraph entitled "Compaction." I C: \Corel \SPECS \98061.YK.wpd SPECIAL PROVISIONS - PAGE 21 1 1 2- 09.3(2) CLASSIFICATION OF STRUCTURE EXCAVATION All structure excavation as described in this Section shall be classified as Class B. 2 -09.4 MEASUREMENT 1 Replace with the following: There will be no separate measurement for excavation and backfill for the access pits. 2 -09.5 PAYMENT I Replace with the following: Refer to Section 1 -09.3. 2 -13 DEWATERING (NEW SECTION) 2 -13.1 DESCRIPTION I The work described in this Section, regardless of the nature or type of materials encountered, is intended to outline the requirements for dewatering the excavated areas, including the access pits, to include groundwater and surface water which enters the project excavations, until backfilling has been completed to finished grade. In February of 1998, the City Wastewater Division excavated near the easterly access pit to the approximate depth of the industrial waste line in order to repair an existing water line. At that time, the groundwater level was approximately at the bottom of the 36 -inch industrial waste line. Contractors shall note that groundwater conditions are subject to fluctuation throughout the year. Generally, the groundwater level will rise during late Spring through early fall, due to irrigation in the Yakima area. I The Contractor is advised to satisfy himself, prior to bidding, as to the extent of dewatering required during this construction project. It shall be the responsibility of the Contractor to control the rate and effect of dewatering, if any, in such a manner as to facilitate the construction of the sliplining project and to avoid objectionable settlement of surrounding areas. The Contractor shall comply with local codes and ordinances of governing authorities with regard to disposal of water pumped from dewatered excavations. The Contractor shall submit to the Engineer, prior to the start of construction, a dewatering plan containing both a graphical and narrative presentation identifying proposed methods, equipment sizes, and contingency plan should dewatering cause settlement of adjacent facilities. The dewatering plan shall also contain an erosion control plan. i 2 -13.2 MATERIALS Before operations begin, the Contractor shall have available on site sufficient pumping equipment and /or other machinery to assure operation of the dewatering system can be maintained. I C: \Core) \SPECS \98061.YK.wpd SPECIAL PROVISIONS - PAGE 22 1 2 -13.3 CONSTRUCTION REQUIREMENTS During all portions of the project work including excavation, installation of the sliplining, and installation of the manholes, excavations shall be kept free of water, subsurface or otherwise, to the extent necessary to facilitate the satisfactory completion of the work. The Contractor is advised that the portion of the existing 36 -inch diameter industrial waste pipe which continues to the east beyond the easterly access pit is a direct outfall to the Yakima River and cannot be used to convey water from the excavated areas unless proper erosion control and silt- trapping facilities are used by the Contractor prior to discharging the water to the River. The Contractor is further advised that the existing industrial waste sprayfield located east of the easterly access pit may be utilized for disposal of the water by overland flooding, provided the water discharged to the sprayfield is first contained and the sediment removed by the use of straw bales, silt fences, and sedimentation ponds, as required prior to releasing to overland flow. The sprayfield is located approximately 600 feet east of the easterly access pit and just south of the roadway. All accumulated sediment will be removed from the sprayfield area, or any groundwater disposal area, at the end of the project. In the event any settlement of adjacent ground or structures is noticed which may in any way be ' related to the dewatering operation, all work will be stopped and the contingency plan implemented. A continual check by the Contractor shall be maintained to ensure subsurface soil is not being removed by the dewatering operation. The responsibility for conducting the dewatering operation ' in a manner which will protect adjacent structures and facilities rests solely with the Contractor. 2 -13.4 MEASUREMENT 1 There will be no separate unit of measurement for dewatering. 2 -13.5 PAYMENT Refer to Section 1 -09.3. 5 -04 ASPHALT CONCRETE PAVEMENT 5 -04.1 DESCRIPTION Add the following: An asphalt prime coat will not be required on this project, nor will a soil sterilant be required to be applied to the subgrade. The Contractor will be required to patch existing asphalt surfaces which were excavated and backfilled prior to or along with this project. Asphalt concrete surfaces shall be so constructed that the finished pavement will conform to the cross - section, line, and grade as shown on the Plans and in accordance with the ' referenced Standard Specifications. C: \Corcl\SPECS \98061.YK.wpd SPECIAL PROVISIONS - PAGE 23 1 . 5 -04.2 MATERIALS Add the following: Asphalt concrete pavement used on this project shall be Class B conforming to the provisions of SECTION 5 -04 of the Standard Specifications. 5- 04.3(5)E PAVEMENT REPAIR ' Add the following: The bottom and sides of all areas to be patched shall receive a tack coat in accordance with Section 5- 04.3(5)A. Before patching, all trench edges and joints shall be neatly trimmed with an approved pavement cutter to a uniform line parallel to the trench line. 5- 04.3(7)A MIX DESIGN Add the following: 1 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 will not be permitted. 5- 04.3(10)B CONTROL Add the following: Each course of asphalt concrete pavement shall be compacted to a minimum of 91% of theoretical maximum Rice density, ASTM 2041. 5- 04.3(13) SURFACE SMOOTHNESS ' Add the following: Where directed by the Engineer, the Contractor shall feather the asphalt concrete pavement in a manner to produce a smooth - riding connection to the existing pavement. All costs and expenses in connection with providing, placing, and feathering the asphalt concrete pavement shall be incidental to and included in the lump sum price bid. ' 5 -04.4 MEASUREMENT Add the following: ' Payment for restoration of asphalt pavement shall be measured by the square yard. Asphalt concrete pavement shall be constructed to the depth shown on the Plans and will C: \Corel \SPECS \98061.YK.wpd SPECIAL PROVISIONS - PAGE 24 1 be measured to the nearest foot over the limits of the existing asphalt concrete roadway. 1 No additional measurement will be made for crushed surfacing top course. 5 -04.5 PAYMENT Payment shall be in accordance with SECTION 5 -04.5 of the Standard Specifications with the following modifications: ' Asphalt concrete pavement and crushed surfacing base or top course shall be paid for at the unit price bid per square yard for "Asphalt Pavement Repair." The unit price bid shall ' be full compensation for all labor, equipment, materials, and incidental costs required to furnish, place, and compact crushed surfacing and the specified class of asphalt concrete pavement. No additional payment shall be made for the excavation, saw cutting, trimming, sloping, backfill, tack coat, or any other work required to complete the job. ' 7 -05 MANHOLES, INLETS, AND CATCH BASINS 7 -05.2 MATERIALS ' Add the following: ' All cast iron manhole rings and covers to be used on this project shall be purchased by the Contractor from the City of Yakima, Customer Services Office, 129 North Second Street, Yakima, Washington, 98901. The Contractor shall contact the Yakima Wastewater ' Treatment Plant (509- 575 -6077) to make the necessary arrangements to pick up the new manhole rings and covers. The Contractor shall pick up the new manhole rings and covers at the Yakima Wastewater Treatment Plant, 2220 East Viola, Yakima, Washington. The Contractor shall also provide all labor and equipment for handling the manhole rings and covers. ' 7 -05.3 CONSTRUCTION REQUIREMENTS 7- 05.3(1) ADJUSTING MANHOLES AND CATCH BASINS TO GRADE Replace with the following: Manholes and similar structures shall not be adjusted until paving is completed at which ' time the center of each structure shall be relocated from 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 frame plus two (2) feet. The frame shall be placed on the adjustment rings and adjusted to the desired grade. The base material shall be removed and 3000 psi concrete placed within the entire volume of the excavation up to within 1 -1/2 inches 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 coated with a tack coat in accordance with Section 5- 04.3(5)A. Class G asphalt shall then be placed and compacted with hand tampers and a patching roller. C: \Corel \SPECS\98061.YK.wpd SPECIAL PROVISIONS - PAGE 25 The completed patch shall match the existing pavement surface for uniformity of grade. The joint between the patch and the existing asphalt pavement shall be painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. 7 -08 GENERAL PIPE INSTALLATION REQUIREMENTS 7 -08.1 DESCRIPTION Add the following: The intent of this Specification is to provide the general requirements for the rehabilitation of the existing 36 -inch diameter cement concrete industrial sewer main. These Specifications are intended to be performance specifications that describe the ultimate function to be achieved, that is the rehabilitation of the Industrial Sewer main. Therefore, the precise materials and the methods outlined are not described in detail in the following Sections. 7 -08.2 MATERIALS , Replace with the following: , High Density Polyethylene Pipe (HDPE) Solid Wall Liner Pipe for butt fusion shall be extra high molecular weight, high density ethylene /hexane copolymer, PE 3408 polyethylene resin. HDPE pipe shall be Driscopipe 1000, or equivalent. The Standard Dimension Ratio (SDR) shall be 21, and the outside diameter shall be 26.0 inches. Pipe shall conform to ASTM D3350. Dimensions and workmanship are specified by ASTM F714. The material shall be listed with the PPI (the Plastics Pipe Institute, a division of the Society of the Plastics Industry) in PPI TR -4 with a 73° F hydrostatic design stress rating of 800 psi, and a 140° F hydrostatic design stress rating of 400 psi. The PPI listing shall be in the name of the pipe manufacturer, and shall be based on ASTM D2837 and PPI TR -3 testing and validation of samples of the pipe manufacturer's production pipe. The manufacturer's certification shall state that the pipe was manufactured from one specific resin in compliance with these specifications. The certificate shall state the specific resin used, its source, and list its compliance with these specifications. The pipe shall contain no recycled compound except that generated in the manufacturer's own plant from resin of the same specification from the same raw material The pipe shall be homogeneous throughout and free of visible cracks, holes, voids, foreign inclusions, or other deleterious defects, and shall be identical in color, density, melt index and other physical properties throughout. During extrusion production, the HDPE pipe shall be continuously marked with durable printing including (but not limited to) nominal size, dimension ratio, pressure rating, type (trade name), material classification, certification base and date. 1 C: \Corel \SPECS \98061.YK.wpd SPECIAL PROVISIONS - PAGE 26 1 High Density Polyethylene Pipe (HDPE) Profile Wall Liner Pipe for segmental jointing shall ' be helical - spiral manufactured with a smooth internal and external surface, inside diameter sized, hollow -wall closed profile pipe. Pipe shall exhibit a stiffness of 46 psi when tested in accordance with ASTM D -2412. Nominal inside diameter shall be 24.0 inches (Standard Profile), with an outside diameter of 27.06 inches. Pipe shall be extruded from high density "pipe grade" polyethylene resin listed by the Plastic ' Pipe Institute (PPI) as PE 3408 resin meeting the requirements of ASTM D -3350. The approved connection shall be a threaded system which threads the helical spiral together forming an integral joint. The OD and ID joint surfaces shall be substantially flush with the pipe OD and ID. The joint must be physically interlocked in a manner to develop the tensile strength of the pipe; and to manage thermally induced seasonal contraction. It ' must be capable of being pushed or jacked into the host pipeline and being pulled into the host pipeline without joint separation. Joints must meet the requirements of ASTM D -3212 and must be watertight. The pipe and joint product shall be "Sewer Renew" and "Thread -Loc" as manufactured by Poly Systems Incorporated or equal. Each pipe segment shall be identified with the product ' name, pipe stiffness designation, and manufacturing data. Segmental PVC Sliplining Pipe shall be a profile wall PVC pipe manufactured from a PVC compound having a minimum cell classification of 12364A for ASTM F -1803 as defined in ASTM D -1784. The nominal inside diameter shall be 24 inches, with an outside diameter of 24.375 inches. t Joints shall be routed with a gasketed coupling and coupling ring. The joint shall be designed so that neither the outside diameter of the pipe is increased nor the inside diameter of the pipe decreased at any point. The joint shall meet the requirements of ASTM D -3212. The minimum pipe stiffness shall be 46.0 psi as measured by testing in accordance with ASTM D -2412. Engineered Annular Grout shall consist of Portland cement, water, fly ash, and additives. All proposals shall be submitted to the Engineer in accordance with Section 1 -05.3 of these Special Provisions. ' The grout shall have a minimum penetration resistance of 100 psi in 24 hours when tested in accordance with ASTM C -403 and a minimum compressive strength of 300 psi in 28 days ' when tested in accordance with ASTM C -495 or ASTM C -109. Grout mix shall be developed to completely fill the annular space or voids on the following 1 requirements: 1. Size of annular void ' 2. Void size of the surrounding soil 3. Absence or presence of groundwater 4. Sufficient strength and durability to prevent movement of liner pipe 5. Provide adequate retardation ' 6. Provide less than one (1) percent shrinkage by volume. C: \Core) \SPECS \98061.YK.wpd SPECIAL PROVISIONS - PAGE 27 1 7 -08.3 CONSTRUCTION REQUIREMENTS 7- 08.3(1)A GENERAL - ALL METHODS The City of Yakima has recently cleaned and video taped the sewer line to be rehabilitated. The video tape is available for viewing by interested bidders at the Yakima Wastewater Treatment Plant during normal business hours by contacting Scott Stockton (509- 575 -6077) and scheduling a time to view the tape. This video tape is provided to bidders for information only and is provided as "technical data." The City specifically makes no representations, guarantees, or warranties as to the condition of the sewer at the time of the work. The availability of such technical data from the City of Yakima shall not relieve the Contractor from any risks or of any duty to make examinations and investigations as required by Section 1- 02.4(1) or any other responsibility under the Contract or as may be required by law. The Contractor shall be responsible for inspecting and confirming the inside diameter and alignment of the host pipe and determining the condition of the segment to be lined. The Contractor shall use this information from his inspection to verify the size of the liner, and refine the installation techniques. The Contractor shall also be responsible to clean the existing pipeline section to be rehabilitated to his satisfaction to remove all internal debris that could hinder installation of the liner pipe. Should pre - installation inspections by the Contractor reveal the sewer to be in substantially different condition than that depicted on the video by the City of Yakima, the Contractor may make a claim under Section 1 -04.7, Differing Site Conditions. The existing pipeline to be lined measures 36 inches, inside diameter, and appears to be a cement ' lined pipeline. During the time period allowed for rehabilitation of this pipeline, there may be flow in the pipe of approximately 210 gpm. The Contractor shall provide for the flow of wastewater around the section designated for rehabilitation. The Contractor will coordinate bypass pumping during construction with treatment plant staff. Staff will designate locations for bypass pumping discharge and it is expected that the overall distance for bypass pumping should not exceed 400 feet. The pump and bypass lines shall be of adequate capacity and size to handle the flow. 7- 08.3(1)B HANDLING OF PIPE - ALL METHODS ' The manufacturer shall package the pipe in a manner designed to deliver the pipe to the project neatly, intact, and without physical damage. The transportation carrier shall use appropriate methods and intermittent checks to insure the pipe is properly supported, stacked, and restrained during transport such that the pipe is not nicked, gouged, or physically damaged. Pipe shall be stored on clean, level ground to prevent undue scratching or gouging of the pipe. If the pipe must be stacked for storage, such stacking shall be done in accordance with the pipe manufacture's recommendations. The handling of pipe shall be done in such a manner that it is not damaged by dragging over sharp objects or cut by chokers or lifting equipment. Sections of pipe having been discovered with cuts or gouges in excess of 10% of the wall thickness ' of the pipe shall be cut out and removed or the section of pipe rejected. C: \Corel \SPECS \98061.YK.wpd SPECIAL PROVISIONS - PAGE 28 7- 08.3(2) INSTALLING HDPE PIPE (METHOD NO. 1) 7- 08.3(2)A JOINING HDPE PIPE ' Sections of polyethylene pipe should be joined into continuous lengths on the job site above ground. The joining method shall be the butt fusion method and shall be performed in strict conformance with the pipe manufacturer's recommendations and ASTM F -585. The butt fusion ' equipment used in the joining process should be capable of meeting all conditions recommended by the pipe manufacturer, including, but not limited to, temperature requirements of 400° F, alignment, and 75 psi interfacial fusion pressure. Butt fusion joining shall be 100% efficient offering a joint weld strength equal to or greater than the tensile strength of the pipe. 7- 08.3(2)B SLIPLINING WITH HDPE PIPE ' The Contractor shall carry out his operations in strict accordance with all applicable OSHA standards and ASTM F -585. Sliplining shall be completed from east to west using the excavation for the new east manhole as the insertion point. The Contractor shall determine and measure the lengths of pipe required. Fuse the single joints into prescribed lengths and attach the pulling head and tag line, if required. Refer to PDI Technical Note #20 on pull head design. Immediately prior to installation, clear and clean the old line sufficiently in order to insert the new ' line without undue stress. Establish pulling cable and rig. Attach cable to pulling head and slope excavation a minimum of 2:1; then pull liner into place. Alternately, the liner may be pushed into place using a choker strap. ALL SLIPLINING OPERATIONS SHALL BE COMPLETED BY THE CONTRACTOR IN STRICT COMPLIANCE WITH THE MANUFACTURER'S RECOM- MENDATIONS. I Properly seal all HDPE pipe penetrations into the new manholes with expandable rubber seals and grouting per the manufacturer's recommendations. HDPE pipe must be anchored outside manholes by attaching a collar or side fused branch saddles to the main pipe and encasing them in concrete. Refer to manufacturer's recommendations. 7- 08.3(3) INSTALLING SEGMENTAL HDPE PIPE (METHOD NO. 2) 7- 08.3(3)A SLIPLINING WITH SEGMENTAL HDPE PIPE The pipe shall be installed in compliance with the manufacturer's recommendations. The pipe shall be kept level with support slings, rollers, or other devices as approved by the manufacturer. 7- 08/3(3)B JOINING SEGMENTAL HDPE SLIPLINING PIPE Completion of the joint shall be effected by use of a strap wrench device with a suitable (4 foot minimum) bar or lever to tighten the pipe. All work shall comply with the manufacturer's ' recommendations. 1 C: \Corel \SPECS \98061.YK.wpd SPECIAL PROVISIONS - PAGE 29 1 7- 08.3(4) INSTALLING SEGMENTAL PVC SLIPLINING PIPE (METHOD NO. 3) 7- 08.3(4)A SLIPLINING WITH SEGMENTAL PVC SLIPLINING PIPE Contractor shall comply with all procedures and requirements of the pipe supplier. Lead the insertion with the coupling end of the pipe or a field fabricated nose cone. Lubricate both ends of the pipe prior to placing into the host pipe. Contractor shall use the lubricant supplied by the pipe manufacturer. Insert the first joint of segmental PVC Sliplining pipe into the host pipe leaving approximately 2 feet protruding into the pit area. Refer to Section 7- 08.3(4)B, for jointing procedures. 7- 08.3(4)B JOINING SEGMENTAL PVC SLIPLINING PIPE To assemble joints, the previously installed segment of pipe must be restrained per the manufacturer's instructions. An inflatable air bag system is placed between the outside of the slipliner and the inside diameter of the host pipe approximately 2 feet from the end of the installed pipe. ' After placement, inflate the bag with enough air pressure to allow for joint assembly. Do not overinflate which may cause the pipe to become oval and make joint assembly difficult. , If two bags are used, place one at ten o'clock and the other at two o'clock around the pipe. Two bags can be used to aid in the positioning of the pipe. ' Align the joint and partially insert (stage), the coupling as far as possible manually (approximately 3/8" into the groove). Place the push ring into the groove at the opposite end of the pipe segment and use mechanical assistance to finish joint assembly. After joint assembly, a 1" gap should be present between the exterior walls of the joint. Release the air pressure in the air bag(s) and push the liner pipe into the host pipe leaving approximately 2 feet protruding into the pit. 7- 08.3(4)C GROUTING ANNULAR SPACE ' Grout pressure shall be as recommended by the manufacturer of the type of pipe selected and the conditions for this project. Gauges used for grouting shall be certified per ANSI B40, Grade 2A. Grouting pressure shall be continuously monitored and recorded. The grouting system shall have sufficient gauges, monitoring devices and test to determine the effectiveness of the grouting operation and to insure compliance with the liner pipe specification and design parameters. The mixing and pumping rate shall be compatible with the liner manufacturer's recommendations for grouting. Pressure gages shall be instrument oil filled and attached to a saddle type diaphragm seal to prevent clogging with grout. The gauged pumping pressure shall not exceed the liner manufacturer's recommendations or these Special Provisions whichever is smaller. The pressure shall be continuously monitored and C: \Corel \SPECS198061.YK.wpd SPECIAL PROVISIONS - PAGE 30 1 recorded during injection with a pressure recorder device. The recorder shall provide a paper copy of the pressure readings. 7- 08.3(5) LINEAR PROOFING After grouting of the annular space is complete, the Contractor shall proof the liner. The Contractor shall pull a steel, rigid, and nonadjustable mandrel with an odd - number of legs, (minimum of nine) through the installed liner to check the deflection of the liner after the annulus grouting is complete. The deflection of the newly installed liner shall not exceed five (5) percent of the nominal diameter of the liner pipe. The winch used to pull the mandrel shall be equipped with a load gage which measures the developed winching force. Points where the load gage reads 50 percent o.r_more of the maximum allowable pulling force shall be excavated, and the installed1iner repaired or replaced at the Contrac or s expense. eroun ers shall not be used. 64/44 I xivAty fej.ce 7- 08.3(7) NEW PRECAST CONCRETE MANHOLES ' The Contractor shall furnish and install two (2) new 60 -inch diameter, precast, concrete manholes complete with bases, frames and covers. Installation shall be in accordance with Section 7 -05 of these Specifications. 7 -17 SANITARY SEWERS 7- 17.3(2) CLEANING AND TESTING The Contractor shall clean and test the rehabilitated industrial waste influent line in accordance with the provisions of this Section. 1 1 1 1 1 1 1 C: \Core) \SPECS198061.YK.wpd SPECIAL PROVISIONS - PAGE 31 1 . ..• . • - . 1 • . I 1 I . • 1 , . 1 STANDARD PLANS 1 . . . . 1 AND 1 v STANDARD DETAILS 1 ... I I 1 I . 1 . . I ' . C: \Corel \SPECS \98061.YK.wpd ^ . SPECIAL PROVISIONS - PAGE 32 111 . ' :1 . . . i ,, 5 7% „...) 4.4 4, -e-.. , 74, .- ,.z. . ,-; "04, 7 - ',4eAs , 145-5 / I -- 949/ ) .) r/a-44,..) it) /111)t p 4 I ' / . CO n C.,te..ie — c- . . . ' • I co ci ge ce...4-0.en4ee 4 4. Eyl p a c I . . I . . I 0 . . . . . , . . . I . • : . I . . . . -.--""......" . I --..-*--."-'...."-......-'":-.J '---s--'-'''''''s."......"......••••••■•••..........."........e-, .. I I C el i-e A 1 Pe 171 . . . 5(.) p Of ■ 0 Coe\ eive4 J ' I ' • , . I , . . . I • . . . , . 1 . , _ — 1-- - . Ml Km9 Washington Parks • .Alder St ... . \ \ \ CITY OF YAKIMA ..... as 1 k' yA alk 4 YAA APAR 1 LaS - ' ` is aMe SI s lf5ak S ,, I I .-- U Sala Si ; ti i r Cenral Stale Fairgrounds, 4 St 9 r ° Yakima Area ` ` 1 County Stadium. c and Yakima Meadows Arboretum � �T H ; `+]��� (� WASTEWATER t ENT PLANT ' ..... Central Ave i Dalton £ . V`r LO CAT �V� J N J .. o. g e A , _:, � :� ..:.__ Nob Hill stud < to U FoMES, t t c:�es: In & ,e '� Wilson i iG Fi Wascn Ave t ` \ T TT y , � to = 3 . Erb Si `\ • 4 Viols Ave £ ^' — Z C { e . r.. 8l:..� :..... : • ..............k 6o O � \ �•i` • \ : :i ; N o HLA J ®� N 980 0■ 1 hello REHABILITATION pl } I \� • + Mead Ave a • M W 0 ' C arey Si ' YAKIMA to Mor�Ciry. JANUARY 1999 111! , ins g, ; Q. - wwTP — : .. :McNair Ave c '�._ z Gii) Pierce St ILckeata - NOTES _ cLn ¢4 t; ...::...... 1. THE CONTRACTOR IS ADVISED THAT THE LOCATION AND /OR ELEVATION 4. THE CONTRACTOR SHALL BE REQUIRED TO ATTEND A PRE - II Russell Ln Martin �L . N Saw : OF EXISTING UTILITIES SHOWN HEREON IS BASED UPON A CONSTRUCTION CONFERENCE WITH THE CITY OF YAKIMA AND THE Park ' TOPOGRAPHIC SURVEY OF THE PROJECT AREA AND INFORMATION TAKEN ENGINEERING CONSULTANT PRIOR TO BEGINNING WORK. I - FROM CITY OF YAKIMA UTILITY RECORD MAPS. , VICINITY MAP 5. THE CONTRACTOR SHALL FURNISH TO THE CITY OF YAKIMA A 2. THE CONTRACTOR MUST CALL THE LOCAL UTILITY COORDINATING CERTIFICATE OF INSURANCE NAMING THE CITY OF YAKIMA AND THE COUNCIL AT LEAST 48 HOURS BEFORE ANY EXCAVATION TO REQUEST ENGINEERING; CONSULTANT AS ADDITIONAL INSURED. REFER TO THE FIELD LOCATIONS OF UTILITIES. IT IS THE RESPONSIBILITY OF SPECIFICATIONS. LEGEND THE CONTRACTOR TO VERIFY ' PERTINENT LOCATIONS AND ELEVATIONS, PARTICULARLY AT CONNECTION POINTS AND AT POTENTIAL UTILITY 6. WHEN CONSTRUCTION WILL AFFECT INGRESS AND EGRESS TO ANY EXISTING FENCE CONFLICT LOCATIONS PRIOR TO BEGINNING NEW CONSTRUCTION. PROPERTY , THE CONTRACTOR SHALL BE RESPONSIBLE FOR NOTIFYING x x x THE OCCUPANT(S) OF THE PROPERTY 24 HOURS PRIOR TO THE EXISTING SEWER 3 ALL WORK SHALL CONFORM TO THE 1996 STANDARD SPECIFICATIONS CONSTRUCTION ACTIVITY. IF PERSONAL CONTACT WITH THE SEWER S s s FOR ROAD, BRIDGE, AND MUNICIPAL CONSTRUCTION AS PUBLISHED BY OCCUPANT IS NOT POSSIBLE, THE CONTRACTOR SHALL LEAVE WRITTEN EXISTING WATER w w W THE WASHINGTON STATE DEPARTMENT OF TRANSPORTATION (WSDOT) NOTICE. AND THE AMERICAN PUBLIC WORKS ASSOCIATION (APWA), AND THE I EXISTING FORCEMAIN FM -FM FM SPECIAL PROVISIONS. 7. THE CONTRACTOR SHALL MAINTAIN TRAFFIC ON ALL ROADWAYS IN THE EXISTING MANHOLE PROJECT VICINITY AND MAINTAIN ACCESS TO ALL BUSINESSES AT ALL TIMES. i THE CONTRACTOR IS RESPONSIBLE FOR A TRAFFIC EXISTING FIRE HYDRANT C, W H CONTROL PLAN AND ALL REQUIRED SIGNING, FLAGGERS, AND ; IT S ; CHANNELIZA�TION FOR ALL PORTIONS OF THE WORK. EXISTING WATER VALVE e �� � c ' WAS�f �L �' �, • EXISTING SIGN �,_ � ' : 1 A� Ieibregtse Lonntan A §sociates lnc. i EXISTING UTILITY POLE -0- ,, �• 8383 W CIVIL ENGINEERING • LAND SURVEYING • PLANNING EXISTING MAILBOX . TEg� fi g( 3800 Summitview, Suite 100 ♦ Yakima, WA 98902 I EXISTING LIGHT n I�NSAL (509) 966-7000•FAX (509) 965 -3800 ins I NEW 72' MANHOLE EXPIRES May 19, 2000 I 1 ACCESS TO THE INFLUENT BUILDING MUST BE < I N MAINTAINED AT ALL TIMES. THE CONTRACTOR SHALL NOT BLOCK OR RESTRICT THE ACCESS ROAD. WOODPECKER TRUCK BEGIN SUPUNING. REMOVE EXIST. CONCRETE VAULT AND W E a N EXCAVATE AS REQUIRED TO ALIGN FOR PLACEMENT OF I °c>c a RECEIVING END SUPUNING EQUIPMENT AND SUPUNING WORK. CONSTRUCT irA 3 CONSTRUCT NEW 60 DIA. MANHOLE. NEW 60" DIA. MANHOLE AND CONNECT TO NEW SUPUNED L'' = CONNECT TO EXISTING INDUSTRIAL INDUSTRIAL WASTE LINE AND EXIST. INDUSTRIAL WASTE UNE I S " , �� -', "° CHANNEL BASE OF NEW MANHOLE. APPROXIMATE DEPTH t 'G a =, 3 WASTE UNE AND NEW SUPUNED Z '=aFXA OF Nk IS BASE OF _ _ _ _ _ _ INDUSTRIAL WASTE UNE. CHANNEL 10' I SCALE BAR =_ - BASE OF NEW MANHOLE. n4 PLUG EXIST. STORM 40 0 20 40 = I asP►1ac L F" uP x X x— x— x �" x x— x— x— x x x x- x- x x- x- x - DRAIN UNE OUTSIDE _ :'`: 1 IcN ucHT OF NEW MANHOLE. 4. E /YG , u ... _ ._<r: Pf{ .:. a -. - .,� -- . - - - -� ... .. � _ . _ . ,... .:._,;. - A CCESS _ RE3AD :.., . ..:. -....: cai�� �r f, �.,. � 5' ='tom• . , -_- SCALE: - _ - - - ,,: —tee ,�--• . _ =� �� � • ,:�:::.- � �:. • • ^.• SS NH - � FH . ATE -- 48� INF BUILDING 9 00 'S 3: , -r.�i n _ 48 NF. S - 1 kl S - :::' . .t.:i3Z1::.:;. - 0 , i.:0 II V _ = _ _ _ YAKIMA WWTP : s .' J pp�� yip: �- =4 G A T E ;,- ' \*- S I -^ 315 - CONTRACTOR SHALL INSTALL NEW SUPUNING INSIDE EXISTING 36" INDUSTRIAL WASTEWATER I PIPELINE. SITE PLAN I / - =40' I I I I 1$ 1 • Wx j?' -* *ovi c� ' . , ` ' REVISED: DATE: DRAM: JOB NO. 51'.. ' CITY OF YAKIMA ; KDY 98061 FIE FUME 9806 t 0 H tse, Lonn�an Associates, Inc. Y� WASHINGTON ' • I 1 <i (`S` CIVIL ENGINEERING •LAND SURVEYING • PLANNING PLANT �� l5 f�q WASTEWATER TREATMENT 1, LANT DJW 1 " =40' 3800 Summitview, Suite 100 *Yakima, WA 93902 INDUSTRIAL WASTE I1NFLUE1 T LINE DATE: SHEET EXPIRES ma 19, 200° (509) 966 -'°°°' FAx ( 965 -3800 REHABILITATION PROJECT JAN. 1999 2 OF 3 i , i 3' COIF. DEPTH CRASS IT ASPHALT + + + + + + + + + + + + + + + 4- + + + + + • + + + + + + + + + + + Ran; •r_ V n Rnn'*r. Vrpair irt'n 9 031P. DEPTH CRUSTED SURFACING TOP COURSE PAVEMENT REPAIR NOT TO SCALE A — III 1r cc UPSTREAM PIPE B : i I, L •_� WI■nu M . ■ Row a ■ ■ J �� i ■1111 FTOr 1111 A 9 —Q A -A a CCNCRETE 11 M1 D� Cf rYDEIT T 1/Y CLASS •C ASASPHALT r 'a '► t . � SECTON LESS 1 t/2•. tONCAEIE PAYOENT M o � ASPHALT COrCRE7E PAM]IENT �U i nu I ■ T- PLAN VIEW II - �� �'"m°�:�= % /�om�///���///�m�o� A� � � 14 1/4' A L.,....i CAST IRON FRAME a COVER � .• � ' ��i � - �� y �I�i ; ilk.. NLNO FO NDRY COMPANY NC., ; % i�� — y __ • we we n OR APPROVED d11TAL 21L�L1�2 CAST ro1sD .�. OR TRAW N COMM , TOP of SU[KlSUBORN( � GRADE RINGS OR 4. Mai a wowmlo 1B' j YAX J _ -7 COMM AS APPFt01RIAlE 8 0• D UB W� I 13 1/Y I - - I . i r Ir E SKIM. HON ` SLOPE 0 Du j stEPS sEE DEUt — �� SE ' ■ CTION - SECTION A —A ,_1_, O PRE CAST sECtaH _ '• �. � u � e -- 1. MANHOLES SINAI H DTES NAI. BE ADJISIFD TO FRIERED GRADE AFIER . 1 MORTAR FILIET - \ 4 . __ el PRE -CAST BAs: mom or yMLWE4SEL4 1 41b14111464911 _i_6. PLACEMENT OF ASPHALT CORUETE PAVElO1T. 6 , GRADE 60 RBtF. Sit 2. GRADE FOGS AND/OR LE141NC 9EIXS SHALL BE GROUTED �„ ;r au sD N /Fr . ' : N w.ACE NO BE P91T 1a+ ER T 1111111rI'■ . „so,� x& A i EAW TAY TED \ m SPECOICATIOIS Lila a :i i✓.c� r EIATFACNG TOP CAST • N PLACE PRECAST BASE 3. N UNPAVED ARE PRONE 1Y mac. 5 04I CEMENT TIE PCLIPROPADIE COfORINIG TO AN ASI 0-4101 �� � I 06J9D S tCOURSE COMPACT TO 957E mg r/ NTEGRAL mot CowaETE RNs ARCM TOP OF E. MANHOLE FRAME - SPECIFEA110N. IS MECDDN MOLDED AROUND A 1/Y ��” MAXIM QTY FLU9R M/ RAGED GRADE AND SLOPE CONCAVE OUTIIAHD AT 1/CAT. ASII A-613 GRADE 60 SM. REBOOKING BAR 1105 CAST II PLACE RECAST BASE STEP EASILY MEETS OE REOIDROEMTS Cf ASIM C-478. BASE r/ NTEGIOL RISFR AA9TE0 6-199 MID ALL OGIA SPECOEAIONS I MANHOLE DETAIL (TYPE 1) MANHOLE SECTION B -B MANHOLE ADJUSTMENT DETAIL MANHOLE SAFETY STEP NOT ra SCALE NOT TO SCALE NOT TO SCALE NOT TO SCALE 1 I �� \$ 1.1171/71 c a 4 REVISED: DA1E: DRAWN: JOB NO. j4- • ( 11 V CITY OF YAKIMA ' HUE �y 98061 'P .,p s w - • Hu Lowman Associates, Inc. EMU WASHINGTON CHEC SCALE 1 4'G' t''' DJW 1" =40' ` t' 01 CIVIL ENGINEERING • LAND SURVEYING • PLANNING WASTEWATER TREATMENT PLANT 1 3800 Summitview, Suite 100 Yakima, WA 48902 INDUSTRIAL WASTE INFLUENT LINE EXPIRES m a y 19, 2000 1 REH ABILITATION PROJECT DATE SHEET (509) 966 -7000 • FAX (509) 965 -3800 JAN. 1999 3 O 3 ESCROW RIDER This Rider is hereby made a part of Performance and Payment Bond No. AE 6126307 issued by GULF INSURANCE COMPANY as Surety, on behalf of CJ's Construction Services, Inc. , as Principal. This bond shall be void and of no force or effect unless the terms of this Rider shall be accepted by the Obligee. This bond shall be and remain in full force an effect provided that the Obligee agrees to mail, or wire , directly to McSwain and Company, PS dba Funds Control Services, all payments to, and in the name of the Principal, in conjunction with work done on the Contract, unless otherwise directed by Surety. Dated this 1st day of March 1999. Gulf Insurance Company Surety Company By: .�11111 ,,Mary L. Fain=', Attorney -in -fact CJ' Construction Services, Inc. Principal By: �( presirnt page 1 of 3 .. • PIFIFORMANCE BOND BOND TO CITY OF YAKIMA Bond No. AE 6126307 KNOW ALL MEN SY THESE PR£SEN1 Inc. CJ'S Construction Services, �,._ Tfudwe. 11 � e usigned ---- P a acf9�n esY al and Gulf In Co m an Uasurcy or, a are arising unGr Ina laws the State State o .L� n bonds of �rporat :en. and qualified tinder the laws of the State W af Wasr,inq!on to become surety ups f'k , 6 46 iNv for the payment el witch sum of demand he dontracldn w:lh municipal corporations. sue ar intly and severally held and firmly bound :.e we _ bind CITY ovrsof YAKIMA ean '.n P. penal sum of S bind t+l•,es and cur suaassors, heist. tdininistra:eR or personal ,opressntativos, is the else may be. This obl.gaLon s entered into in pureuance ct the statutes of the State of Washington. !ha Critnarcas of the CITY CF YAKIMA. ls�a :t March ty99 DATES c'ga..-s Wasnlrg!on..hs y ar Nevert ^.mess. the conditions Jt the 100ve c :'cation are s6.c, :hat: ,^ 9 'y w�lEnE4S. p:rnant Io Jet' talon 5y the Yakima City C. ncl on F b l 1' ar n ty C; r o t he lrr ewe of r n Y 1i nos n 'a'�r I�t e a ut to let to he said AiJC;1 u e abcw'.,s•'ded� . l ff 1 I naust ria �_ and providing nor a ce- :.sir sc ^•'act. the said contract be numbered .._], s ewer line r,habil3tation (*no c�ntraa :s referred toheruin and is made a part hereof as '.hough attached hereto). and , W4EPEaS. Ina said Prins :oaf has a =epted. or Is about to accept. the said oontraCt, and undertai v to perfc!!r :Its �c therein provided tot in the manner and within the time set heorth; CJ'S Construction Services, Inc. NCv4; : I . ' 'o.ft"rsid. shall 'a `.t_!'y aarlorm all al the prcv,stons dt said contract in the Tanner and within the time therein sot lone, o 4. "‘n such' extension of time as may be granted under said contract, and said shall pay all all Of sub mechanics, su dntroetore and materiel men, end all persons who shall supply principal cc-;tac'o's w.th provIsidns and supplies for the carryyingf said ha . and from a'l ho said dr O F YAKIMA. .1s ru'ptcyees. agents. and eleCted or appointed o oC.as.cned '.0 ary person or property by reason of any carelessness or negligence on the pan of said pr:nc cal or ary sub•ntracor in the pertormanCI cd aocals, sh lansborn indemnify arid damage hOld the e expoOF YAKIMA , ts e. ^ptoyees, agar,ta. Ind etactsd or appointed p; g : by reason of 'a•Iure of ;•rformance as specified in said contract or from defects appearing or develo n n acceptance l or workmanship by the CITY OF provided than and In that event thi obligation rsha!I be, oontraa ac vc d; but ac :ep'onc e there'eo by other, sets "ell be and fennel ^ fuil force and effect. CJ's Construction S- rvi` Inc. By: Gulf Insurance Cornp n Y ApprcvaG � �. _�.� By' Mary sure' --- Attor,n Y in fact Page 2 of 3 f 1 - lo, G I NSURANCE COMPANY - BOND c c , ,�. lt: ST. LOUIS, MISSOURI _ NUMB AE 6 . 1 6 O � _ . v _ POWER OF ATTORNEY NAM ADD RESS ORIGINALS OF THIS POWER OF ATTORNEY ARE PRINTED ON BLUE " - -" ' - - • SAFETY PAPER WITH TEAL INK. DUPLICATES SHALL HAVE THE PRINCIPAL: CITY, STATE, ZIP . SAME FORCE AND EFFECT AS AN ORIGINAL ONLY WHEN ISSUED IN _ . - • . . . CONJUNCTION WITH THE ORIGINAL.: - - KNOWN ALL MEN BY THESE PRESENTS: That the Gulf Insurance Com- _ " ' pany, a corporation duly organized under the laws of the State of Missouri, having : , - CJ's Construct Serv ,• Inc - . its principal office in the city of Irving,.Texas, pursuant to the - following resolution, 3210 "C" Street =NE , Suite A - _ ' -- _ adopted by the Finance & Executive Committee of the Board of Directors of the said - Auburn WA 9 $ 0 0 2 • Company on the 10th day of August, 1993, to wit: - , _ "RESOLVED, that the President, Executive-Vice President or any Senior Vice = . • - President of the Company shall have authority to make, execute and deliver a Power - • .... _ of Attorney constituting as Attorney -in -Fact, such persons, firms, or corporations as - - - - - - . may be selected from time to time; and any such Attorney -in -Fact may be removed EF FECTIVE DATE • and the authority granted him revoked by the President, or any Executive Vice -" -" .. President, or any Senior Vice President, or by the Board of: Directors or by the :- - • - - - Finance and Executive Committee of the Board of Directors. - : - - _ RESOLVED, that nothing in this Power of Attorney shall be construed as.a grant 3-1-99 of a uthority to the attorney(s) -in -fact to sign. execute, acknowledge, deliver or oth- CONTRACT AMOUNT - erwise issue a policy or policies of insurance on behalf of Gulf Insurance Company. - - RESOLVED, that the signature of the President, Executive Vice President or - . , - - any Senior Vice President, and the Seal of the Company may be affixed to any such - _ $. 69,056.00 - . Power of Attorney or any certificate relating thereto by facsimile, and any such.. powers so executed and certified by facsimile signature and facsimile seal shall be - - BOND AMOUNT - valid and binding upon the Company in the future with respect to any bond and . . - _ . .. : _ documents relating to such bonds to which they are attached." $69,056.00 Payment and Performance Gulf Insurance Company does hereby make, constitute and appoint • • • - its true and lawful attorney(s) -in -fact, with full power and authority hereby conferred in its name, place and stead, to sign. execute, acknowledge and deliver in its behalf, as surety, any and all bonds and undertakings of suretyship, and to bind Gulf Insurance Company thereby as.fully and to the same extent as if any bonds, under- _ takings and documents relating to such bonds arid/or undertakings were signed by the duly authorized officer of the Gulf Insurance Company and all the acts of said - _. attomey(s) -in -fact, pursuant to the authority-herein given, are hereby ratified and confirmed. . -. : .. . • _ _ - -: : - .. - • The obligation of the Company shall not exceed'one million (1,000,000) dollars. - - . IN WITNESS WHEREOF, the Gulf Insurance Company has caused these presents to be signed by any officer of the Company and its Corporate Seal to . be hereto affixed. . - ' . .- -. s uttAN°F . � °P VOg gI ° °y GULF INSURANCE COMPANY . SEAL < / /� . . STATE OF NEW YORK - ) - Christopher ristopher E. Watson COUNTY OF KINGS _ ) - .. : President On the 1st day of June, 1996 A.D., before me came Christopher E. Watson, known to me personally who being by me duly-sworn, did depose and say; that he resides in the County of Westchester. State of New York; that he is the President of the Gulf Insurance Company, the corporation described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instruments is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name, thereto by like order.. _ _ . • \P O K 9qt1 _ i (t -. - Public, State of New York FOF NEB No. 24-4861345 1. STATE OF NEW YORK ) Qualified in Kings - SS - Commission Expires May 12, 2000 . COUNTY OF NEW YORK ) : : I; the undersigned, Executive Vice President of the Gulf Insurance Company, a Missouri Corporation, DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force. : - - - Signed and Sealed at the City of New York. -. .0.s`'' R e _ i Dated the 1st - day of Marc ,1999 " :_ < �� M /SSO 2 . .0 C&L.A.4-41.‘ : 14-- I) _ P _.. .... _ _ • . __. ..' _ :_ _. age - -3 'Of. 3 _ - . ._ E xecutive Vice President _