Loading...
HomeMy WebLinkAboutPremier Excavation - Nob Hill Boulevard Sanitary Sewer Main Improvement ProjectC /4 if C /er A._ E - 6- Alies6' 9 307 MP CITY OF YAKIMA NOB HILL BOULEVARD SANITARY SEWER MAIN IMPROVEMENT PROJECT City Project No. 1977 HLA Project No. 09024E Construction Contract Specifications & Bid Documents 2301 Fruitvale Boulevard JULY 2009 Phone (509) 575-6020 Yakima, WA 98902 Fax (509) 575-6238 1 1 1 1 1 1 1 1 1 1 1 1 BID SUMMARY Nob Hill Blvd. SS Main Improvement Project CITY PROJECT NO. 1977 ENGINEER'S ESTIMATE -- - - _ -: KEN LEINGANG EXCAVATING, INC. CULBERT CONSTRUCTION, INC. TTC CONSTRUCTION TRI -VALLEY CONSTRUCTION. INC. ITEM Bid Security 5% BID BOND 5% BID BOND 50/0 BID BOND 5% BID BOND 5% BID BOND NO. ITEM QTY UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT -t 1 SPCC PLAN 1 LS 500.00 500.00 = 260.00 250.00 78.00 378.00 334.05 334.05 300.00 300.00 2 MOBILIZATION 1 LS 20.000.00 20.000.00 9.0190.00 9.000.00 5.303.74 5.303 74 7.870.69 7.870.69 7.600.00 7.600.00 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS 10.000.00 10.000.00 3.67+1'00 3.675.00 1.5b.22 1.528.22 3.807.07 3.807.07 7.738.00 7.738.00 4 CLEARING AND GRUBBING 1 LS 3.000.00 3.000.00 " 4.10UU0 4.100.00 2.00477 2.004.77 5.235.47 5.235.47 500.00 500.00 5 SHORING OR EXTRA EXCAVATION 2.270 LF 1.50 3.410.00 -- ": _ 080 227.00 ii17 385.90 0.25 567.50 0.50 1,135.00 5 MANHOLE. 48 -INCH DIAM.. TYPE 1 8 EA 2.600.00 20.800.00 - _ _ 2.230.= 17.840.00 1 35-7'59 10.844.72 1.429.90 11.439.20 2.850.00 22.800.00 MANHOLE ADDITIONAL HEIGHT 48 -IN. DIAM.. TYPE 1 10 LF 200.00 2.000.00 90.0B 900.00 103 1.032.90 50.52 505.20 50.00 500.00 8 CONNECTION TO EXISTING MANHOLE 1 EA 1.000.00 1.000.00 ' _ = 330.0,, 330.00 1.820.35 1.820.46 4.134.88 4.134.88 500.00 500.00 PVC SANITARY SEWER PIPE. 8 -INCH DIAM. 2.270 LF 35.00 79.450.00 _ - ' 20.15 45.740.50 25.55 57 998.50 24.58 55.796.60 24.80 56.296.00 1C REMOVAL AND REPLACEMENT OF UNSUITABLE MATERIAL 20 CY 200.00 4.000.00 .. ' _ _ - . 14.00 . 280.00 22.29!, 444.60 41.86 837.20 20.50 410.00 1 CSTC FOR TRENCH BACKFILL 90 TON 20.00 1.800.00 11.50 1.035.00 15.65 1.408.50 23.73 2.135.70 21.75 1.957.50 12 SURFACE REPAIR 20 SY 50.00 1,000.00 70.00 : 1.400.00 118.32 7%. 2.366.40 79.31 1.586.20 64.25 1.285.00 13 MINOR CHANGES EST. FA 5.000.00 5.000.00 5.000.00 5.000.00 5.000.00 5.000.00 5.000.00 5.000.00 5.000.00 5.00000 r SUBTOTAL 151,960.00 _ 139.777.50 Z 90.516.71 99.249.76 106.021.50 i r SALES TAX (8.2%) 12,460.72 = .361.76 :37.422.37 8.138.48 8.693.76 r TOTAL 164,420.72 971,1 39.26 97.939.08 107.388.24 114,715.26 1 i '7. L� CITY ENGINEERS REPORT ------ CITY CITY OF YAKIMA COMPETITIVE BIDS WERE OPENED ON JULY 10, 2009. I�,-� E� t'I 1 ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE. I.- Nob Hill Blvd. Sanitary Sewer Main Improvement Project ' I RECOMMEND THAT THE CONTRACT BE .AWARDED TO: ' : '- t :4'- AWARD MADE BY CITY MANAGER P; erl; r E..� = , aiior, ; \'1t . PROJECT NO 1977 a \ DATE: July 29, 2009 ! g FILE: Nob Hill SS Bid Summary.pub DATE CITY ENGINEER'a` 'a''rFD- DATE ' CITY MANAGE ",""" .. SHEET 1 of 2 1 1 1 1 1 1 1 1 1 1 1 1 BID SUMMARY Nob Hill Blvd. SS Main Improvement Project CITY PROJECT NO. 1977 ENGINEER'S ESTIMATE RJC CONSTRUCTION GROUP, INC. RP&E CONSTRUCTION, INC. VALLEY EXCAVATING, LLC GRANITE NORTHWEST, INC. 4 ITEM Bid Security 5% BID BOND 5% BID BOND 5% BID BOND 50/0 BID BOND NO. ITEM QTY UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 1 SPCC PLAN 1 LS 500.00 500.00 419.00 419.00 350.00 350.00 75.00 75.00 90.00 90.00 2 MOBILIZATION 1 LS 20.000.00 20.000.00 8.280.00 8.280.00 20.000.00 20.000.00 5.825.00 5.825.00 11.000.00 11.000.00 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS 10.000.00 10.000.00 13.968.00 13.968.00 5.655.00 5.655.00 1.300.00 1.300.00 6.698.00 6.698.00 4 CLEARING AND GRUBBINB 1 LS 3.000.00 3.000.00 2.781.70 2.781.70 3.129.00 3.129.00 800.00 800.00 3.146.00 3.146.00 5 SHORING OR EXTRA EXCAVATICN 2.270 LF 1.50 3,410.00 0.65 1.475.50 1.10 2.497.00 0.25 567.50 1.91 4.335.70 6 MANHOLE. 48 -INCH DIAM.. TYPE 1 8 EA 2.600.00 20.800.00 1.859.48 14.875.84 2.489.00 19.912.00 1,950.00 15.600.00 2.462.33 19.698.64 MANHCLE ADDITIONAL HEIGHT 48 -IN. DIAM.. TYPE 1 10 LF 200.00 2.000.00 107.95 1.079.50 127.00 1.270.00 1.00 10.00 49.34 493.40 8 CONNECTION TO EXISTING MANHOLE 1 EA 1.000.00 1.000.00 952.00 952.00 2.724.00 2.724.00 950.00 950.00 3.466.10 3.466.10 9 PVC SANITARY SEWER PIPE. 8 -INCH CIAM. 2.270 LF 35.00 79.450.00 23.50 53.345.00 23.00 52.210.00 38.00 86.260.00 47.13 106.985.10 10 REMOVAL AND REPLACEMENT CF UNSUITABLE MATERIAL 20 CY 200.00 4.000.00 41.80 836.00 20.00 400.00 30.00 600.00 19.00 380.00 1' CSTC FCR TRENCH BACKFILL 90 TON 20.00 1.800.00 16.80 1.512.00 26.50 2.385.00 17.50 1.575.00 57.77 5.199.30 12 SURFACE REPAIR 20 SY 50.00 1.000.00 84.85 1.697.00 99.75 1.995.00 67.20 1.344.00 81.53 1.630.60 13 MINOR CHANGES EST. FA 5.000.00 5.000.00 5.000.00 5.000.00 5.000.00 5.000.00 5.000.00 5.000.00 5.000.00 5.000.00 SUBTOTAL 151,960.00 106.221.54 117.528.00 1 19.906.50 168.122.84 SALES TAX (8.2%) 12,460.72 8.710.16 9.637.30 9.832.33 13.786.07 TOTAL 164,420.72 1 14931.70 127.165.30 129 733.33 181.908.91 CITY ENGINEERS REPORT __-`.�-, CITY OF YAKIMA COMPETITIVE BIDS WERE OPENED ON JULY 10, 2009. _= -3 V ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE. = ' ' Nob Hill Blvd. Sanitary Sewer Main Improvement Project ' I RECOMMEND THAT THE CONTRACT BE AWARDED TO: ; ,^ I _ . ,:� AWARD MADE BY CITY MANAGER jf °ROJECT NO. 1977 +++t . ; DATE: July 29, 2009 1hI,, + cgs = FILE: Nob Hill SS Bid Summary.pub DATE CITY ENGINEER `l``Q; `i;;n _-= DATE CITY MANAGER SHEET 2 of 2 JUL-23-2009 THU 08:50 AM FAX NO. P. 02/02 ADDENDUM NO. 1 To the Contract Provisions for CITY OF YAKIMA, WASHINGTON Nob Hill Boulevard Sanitary Sewer Main Improvement Prosect City Project No, 1977 HLA Project No. 09024E • BID OPENING: July 29, 2009 2:00 prr>! To the attention of all bidders for the above project: The following additions, revisions, and/or mod is ations are made to the Contract Documents, Plans, and Specifications for this project ITE1 f 1 SPECIFICATION& PAGE 3-3$. SECTIptl 7-77 Revise this Section to read: The unit Contract Price bid per linear foot for sewer pipe of the kind and size specified shall be full pay for furnishing and assembling in place all pipe materials for a complete installation including excavation, dewatering, bedding, backfill with native materials, compaction, and testing all as shown on the drawings and as specified herein. ITEM_2 - SPEClFICATlONS. PAGE 6.,3, UNIT PRICE BID PROPOSAL Bid Item 9, "8" PVC Sanitary Sewer Pipe, 8 -In dia.n Revise to read: U8a PVC Sanitary Sewer Pipe, 8 -In dia, Complete in Place.n •TtAii char_ige shall ;bermadeaonitheEBid Proposal form- by ,hand. This ADDENDUM is to be considered as much a part of the contract provisions as if it were in- cluded in the body of the Plans and Specifications. All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior to bid opening. Dennis J. Whitcher, PE Huibregtse, Louman Ass 801 North 39th Avenue Yakima, WA 98902 Phone: (509) 98B-7000 ates, Inc du, zA), GI2ROJECTS9009V0P024 Actciendum No.1 Sanitary Sewer Project.doc ADDENDUM NO. 4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 129 August 7, 2009 Todd Johnson, President Premier Excavation, Inc. 2222 Robertson Dr. Richland, WA 99354 Re: Nob Hill Boulevard Sanitary Sewermain Improvement Project Dear Mr. Johnson: The City Manager of the City of Yakima has authorized an award of the contract for the above referenced project to your company on the basis of your low bid submitted on July 29, 2009 in the amount of $85,991.95. This letter is official notification of the award of the contract to your company by the City of Yakima. Enclosed is one set of the specifications, proposal and contract documents for your information. Also enclosed are three copies of the contract and a performance bond form. Please sign and return all copies of the contract form to this office, along with the fully executed performance bond and certificate of insurance, within ten (10) calendar days. Your attention is directed to Section 1-07.18 Public Liability and Property Damage Insurance (APWA GSP) of the Construction Contract Specifications for coverage limits, additional insurance requirements and special ACORD form wording. We have also included a Liability Certificate Checklist for you and your surety's convenience. When these items have been approved, the City will execute the contract form and bind a signed contract, certificate, and proposal into contract document books. The three completed books will be distributed to the City Clerk, City Engineer and Contractor. Please contact Bruce Floyd, Construction Supervisor, of our office within ten (10) days of this date to schedule a pre -construction conference, and to discuss various forms and documentation that must be completed and turned into him at the Pre -construction Conference. The Notice to Proceed will also be discussed at the Pre -construction Conference. Bruce's office phone is 575-6138. For your information, we are enclosing a copy of the bid summary for this project. Sincerely, f—' F Douglas Vayo, P.E. City Engineer el il.l. cc: Bruce Floyd, Construction Supervisor Brett Sheffield, Project Engineer Susie Lorrance, Contract Specialist City Clerk Debbie Baidoz, Finance File CITY OF YAKIMA NOB HILL BOULEVARD SANITARY SEWER MAIN IMPROVEMENT PROJECT OWNER: City of Yakima 129 North Second Street Yakima, WA 98901 City Project No. 1977 HLA Project No. 09024E CONSULTANT: Huibregtse Louman Associates, Inc. 801 North 39th Avenue Yakima, WA 98902 Construction Contract Specifications & Bid Documents JULY 2009 INVITATION TO BID NOTICE IS HEREBY GIVEN that sealed bids will be received by the City Clerk of the City of Yakima, 129 North 2nd Street, Yakima, Washington, 98901 until 2:00 PM on July 29, 2009 and will then and there be opened and publicly read for the construction of CITY OF YAKIMA Nob Hill Boulevard Sanitary Sewer Main Improvement Project City Project No. 1977 This project consists of the construction of sanitary sewermain improvements including furnishing and installing approximately 2,270 linear feet of new 8" PVC sanitary sewer pipe, eight (8) new precast concrete sewer manholes, cleaning and testing, surface restoration including asphalt pavement, and other related improvements. All in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. All in accordance with the Plans and Specifications as prepared by the City Engineer of the City of Yakima. All bid proposals shalt be accompanied by a bid proposal deposit in cash, certified check, cashier's check or Surety bond in an amount equal to five percent (5%) of the amount of such bid proposal. Should the successful bidder fail to enter into such contract and furnish satisfactory performance bond within the time stated in the specifications, the bid proposal deposit shall be forfeited to the City of Yakima. Plans and specifications may be obtained at the Office of the City Engineer located at 129 North 2nd Street upon payment in the amount of $40.00 for each set, non refundable, or by ordering a set by phone at 509- 575-6111 or by FAX at 509-576-6314. Informational copies of maps, plans, and specifications are on file for inspection in the Office of the City Engineer of Yakima in Yakima, Washington and at Plan Centers in Yakima and Kennewick, Washington. The City reserves the right to reject any or all bids and proposals. The City of Yakima in accordance with Title Vi of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000-4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, nondiscrimination in Federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it shall affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises shall be afforded full opportunity to submit bids in response to this invitation and shall not be discriminated against on the grounds of race, color, or national origin in consideration for an award. DATED this day of , 2009 (SEAL) DEBORAH MOORE CITY CLERK PUBLISH July 8, 2009 July 15, 2009 CITY OF YAKIMA YAKIMA COUNTY, WASHINGTON CONTRACT DOCUMENTS FOR Nob Hill Boulevard Sanitary Sewer Main Improvement Project City Project No. 1977 HLA Project No. 09024E TABLE OF CONTENTS PAGE NO. SECTION 1 - INVITATION TO BID 1-1 SECTION 2 - AMENDMENTS TO THE WSDOT STANDARD SPECIFICATIONS 2-1 STANDARD SPECIFICATIONS 2-2 AMENDMENTS TO THE WSDOT STANDARD SPECIFICATIONS 2-3 SECTION 3 - SPECIAL PROVISIONS SECTION 3-1 SPECIAL PROVISIONS 3-2 PROJECT DESCRIPTION 3-4 1-01 DEFINITIONS AND TERMS 3-4 1-02 BID PROCEDURES AND CONDITIONS 3-6 1-03 AWARD AND EXECUTION OF CONTRACT 3-10 1-04 SCOPE OF THE WORK 3-11 1-05 CONTROL OF WORK 3-12 1-06 CONTROL OF MATERIAL 3-15 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 3-18 1-08 PROSECUTION AND PROGRESS 3-25 1-09 MEASUREMENT AND PAYMENT 3-29 1-10 TEMPORARY TRAFFIC CONTROL 3-31 2-01 CLEAING, GRUBBING, AND ROADSIDE CLEANUP 3-32 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 3-32 2-07 WATERING 3-33 2-09 STRUCTURE EXCAVATION 3-34 5-04 HOT MIX ASPHALT (APWA) 3-34 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 3-36 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 3-36 7-17 SANITARY SEWERS 3-37 9-03 AGGREGATES 3-38 9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS 3-38 SECTION 4 - CONTRACT SECTION 4-1 CONTRACT FORM 4-2 PERFORMANCE BOND FORM 4-4 INFORMATIONAL CERTIFICATE OF INSURANCE 4-6 INFORMATIONAL ADDITIONAL INSURED ENDORSEMENT 4-7 MINIMUM WAGE AFFIDAVIT FORM 4-9 SECTION 5 - PREVAILING WAGE RATES SECTION 5-1 PREVAILING WAGE RATES 5-2 STATE WAGE RATES - 6/12/09 YAKIMA COUNTY WAGE RATES - 3/4/09 SECTION 6 - PROPOSAL SECTION 6-1 PROPOSAL FORM 6-2 ITEM PROPOSAL BID SHEET 6-3 BID BOND FORM 6-4 NON -COLLUSION DECLARATION 6-5 NON-DISCRIMINATION PROVISION 6-6 SUBCONTRACTOR LIST 6-8 WOMEN AND MINORITY BUSINESS ENTERMRISE POLICY 6-9 COUNCIL RESOLUTION 6-10 AFFIRMATIVE ACTION PLAN 6-11 BIDDERS CERTIFICATION 6-14 SUBCONTRACTORS CERTIFICATION 6-15 MATERIALLY AND RESPONSIVE 6-16 PROPOSAL SIGNATURE SHEET 6-18 BIDDERS CHECK LIST 6-20 APPENDIX A CITY OF YAKIMA STANDARD DETAILS APPENDIX B CITY OF YAKIMA STANDARD DETAILS AMENDMENTS TO THE 2008 WASHINGTON STATE DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS G:\PROJECTS\2009\09024\City Sewer Spec.doc 2-1 1 INTRODUCTION 2 The following Amendments and Special Provisions shall be used in conjunction with the 3 2008 Standard Specifications for Road, Bridge, and Municipal Construction. 4 5 AMENDMENTS TO THE STANDARD SPECIFICATIONS 6 7 The following Amendments to the Standard Specifications are made a part of this contract 8 and supersede any conflicting provisions of the Standard Specifications. For informational 9 purposes, the date following each Amendment title indicates the implementation date of the 10 Amendment or the latest date of revision. 11 12 Each Amendment contains all current revisions to the applicable section of the Standard 13 Specifications and may include references which do not apply to this particular project. 1 SECTION 1-03, AWARD AND EXECUTION OF CONTRACT 2 April 7, 2008 3 1-03.1 Consideration of Bids 4 This section is supplemented with the following new sub -section. 5 6 1-03.1(1) Tied Bids 7 After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then 8 the tie-breaker will be determined by drawing as described in this Section. Two or more 9 slips of paper will be marked as follows: one marked "Winner" and the other(s) marked 10 "unsuccessful". The slips will be folded to make the marking unseen. The slips will be 11 placed inside a box. One authorized representative of each Bidder shall draw a slip 12 from the box. Bidders shall draw in alphabetic order by the name of the firm as 13 registered with the Washington State Department of Licensing. The slips shall be 14 unfolded and the firm with the slip marked "Winner" will be determined to be the 15 successful Bidder and eligible for Award of the Contract. Only those Bidders that 16 submitted a Bid total that is exactly equal to the lowest responsive Bid are eligible to 17 draw. 1 SECTION 1-04, SCOPE OF THE WORK 2 April 7, 2008 3 1-04.4(1) Minor Changes 4 The first sentence in the first paragraph is revised to read: 5 6 Payments or credits for changes amounting to $15,000 or Tess may be made under the 7 bid item "Minor Change." 8 9 1-04.5 Procedure and Protest by the Contractor 10 In the second paragraph, number 2, the reference to 7 calendar days is revised to 14 11 calendar days. 12 13 The second sentence in the fifth paragraph is revised to read: 14 15 The determination will be provided within 14 -calendar days after receipt of the 16 Contractor's supplemental written statement (including any additional information 17 requested by the Project Engineer to support a continuing protest) described in item 2 18 above. 1 SECTION 1-05, CONTROL OF WORK 2 April 7, 2008 3 1-05.1 Authority of the Engineer 4 The fourth paragraph is revised to read: 5 6 At the Contractor's risk, the Project Engineer may suspend all or part of the Work 7 according to Section 1-08.6. 8 9 1-05.12 Final Acceptance 10 The second paragraph is revised to read: 11 12 The Contractor agrees that neither completion nor final acceptance shall relieve the 13 Contractor of the responsibility to indemnify, defend, and protect the Contracting Agency 14 against any claim or loss resulting from the failure of the Contractor (or the 15 subcontractors or lower tier subcontractors) to . pay all laborers, mechanics, 16 subcontractors, materialpersons, or any other person who provides labor, supplies, or 17 provisions for carrying out the Work or for any payments required for unemployment 18 compensation under Title 50 RCW or for industrial insurance and medical aid required 19 under Title 51 RCW. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 2 April 6, 2009 3 1-07.2(2) State Sales Tax: Work on State -Owned or Private Land 4 The following new paragraph is inserted in front of the first paragraph: 5 6 State Department of Revenue Rule 170 and its related rules apply for this section. 7 8 1-07.8 High Visibility Apparel 9 This section is revised to read: 10 11 The Contractor shall require all personnel under their control (including service 12 providers, Subcontractors and lower tier Subcontractors) that are on foot in the work 13 zone and are exposed to vehicle traffic or construction equipment to wear the high 14 visibility apparel described in this Section. 15 16 The Contractor shall ensure that a competent person as identified in the MUTCD selects 17 the appropriate high -visibility apparel suitable for the job -site conditions. 18 19 High visibility garments shall always be the outermost garments. 20 21 High visibility garments shall be in a condition compliant with the ANSI 107-2004 and 22 shall be used in accordance with manufacturer recommendations. 23 24 This section is supplemented with the following new sub -sections. 25 26 1-07.8(1) Traffic Control Personnel 27 All personnel performing the Work described in Section 1-10 (including traffic control 28 supervisors, flaggers, spotters, and others performing traffic control labor of any kind), 29 shall comply with the following: 30 31 1. During daylight hours with clear visibility, workers shall wear a high -visibility 32 ANSI/ISEA 107-2004 Class 2 or 3 vest or jacket, and hardhat meeting the high 33 visibility headwear requirements of WAC 296-155-305; and 34 35 2. During hours of darkness (1/2 -hour before sunset to 1/2 -hour after sunrise) or 36 other low visibility conditions (snow, fog, etc.), workers shall wear a high - 37 visibility ANSI/ISEA 107-2004 Class 2 or 3 vest or jacket, high visibility lower 38 garment meeting ANSI/ISEA 107-2004 Class E, and hardhats meeting the high 39 visibility headwear requirements of WAC 296-155-305. 40 41 1-07.8(2) Non -Traffic Control Personnel 42 All personnel, except those performing the Work described in Section 1-10, shall wear 43 high visibility apparel meeting the ANSI/ISEA 107-2004 Class 2 or 3 standard. 44 45 1-07.9(1) General 46 The following new paragraph is inserted to follow the sixth paragraph: 47 48 The Contractor shall ensure that any firm (Supplier, Manufacturer, or Fabricator) that 49 falls under the provisions of RCW 39.12 because of the definition "Contractor" in WAC 50 296-127-010, complies with all the requirements of RCW 39.12. 51 1-5 1 1-07.15 Temporary Water Pollution/Erosion Control 2 This section is supplemented with the following: 3 4 Stormwater or dewatering water that has come in contact with concrete rubble, concrete 5 pours, or cement treated soils shall be maintained to pH 8.5 or less before it is allowed 6 to enter waters of the state. If pH exceeds 8.5, the Contractor shall immediately 7 discontinue work and initiate treatment according to the plan to lower the pH. Work may 8 resume, with treatment, once the pH of the stormwater is 8.5 or Tess or it can be 9 demonstrated that the runoff will not reach surface waters. 10 11 High pH process water shall not be discharged to waters of the state. Unless specific 12 measures are identified in the Special Provisions, high pH process water may be 13 infiltrated, dispersed in vegetation or compost, or pumped to a sanitary sewer system. 14 Water being infiltrated or dispersed shall have no chance of discharging directly to 15 waters of the state, including wetlands or conveyances that indirectly lead to waters of 16 the state. High pH process water shall be treated to within a range of 6.5 to 8.5 pH units 17 prior to infiltration to ensure the discharge does not cause a violation of groundwater 18 quality standards. If water is pumped to the sanitary sewer, the Contractor shall provide 19 a copy of permits and requirements for placing the material into a sanitary sewer system 20 prior to beginning the work. Process water may be collected and disposed of by the 21 Contractor off the project site. The Contractor shall provide a copy of the permit for an 22 approved waste site for the disposal of the process water prior to the start of work which 23 generates the process water. 24 25 1-07.15(1) Spill Prevention, Control and Countermeasures Plan 26 This section is revised to read: 27 28 The Contractor shall prepare a project-specific spill prevention, control, and 29 countermeasures plan (SPCC Plan) that will be used for the duration of the project. The 30 Contractor shall submit the plan to the Project Engineer no later than the date of the 31 preconstruction conference. No on-site construction activities may commence until 32 WSDOT accepts an SPCC Plan for the project. 33 34 The term "hazardous materials", as used in this Specification, is defined in Chapter 447 35 of the WSDOT Environmental Procedures Manual (M31-11). Occupational safety and 36 health requirements that may pertain to SPCC Plan implementation are contained in but 37 not limited to WAC 296-824 and WAC 296-843. 38 39 Implementation Requirements 40 The SPCC Plan shall be updated by the Contractor throughout project construction so 41 that the written plan reflects actual site conditions and practices. The Contractor shall 42 update the SPCC Plan at least annually and maintain a copy of the updated SPCC Plan 43 on the project site. All project employees shall be trained in spill prevention and 44 containment, and shall know where the SPCC Plan and spill response kits are located 45 and have immediate access to them. 46 47 If hazardous materials are encountered or spilled during construction, the Contractor 48 shall do everything possible to control and contain the material until appropriate 49 measures can be taken. The Contractor shall supply and maintain spill response kits of 50 appropriate size within close proximity to hazardous materials and equipment. 51 1 1 1 1 1 1 1 1 1 1 1 1 The Contractor shall implement the spill prevention measures identified in the SPCC 2 Plan before performing any of the following: 3 4 1. Placing materials or equipment in staging or storage areas. 5 2. Refueling, washing, or maintaining equipment. 6 3. Stockpiling contaminated materials. 7 8 SPCC Plan Element Requirements 9 The SPCC Plan shall set forth the following information in the following order: 10 11 1. Responsible Personnel 12 Identify the name(s), title(s), and contact information for the personnel 13 responsible for implementing and updating the plan, including all spill 14 responders. 15 16 2. Spill Reporting 17 List the names and telephone numbers of the federal, State, and local 18 agencies the Contractor shall notify in the event of a spill. 19 20 3. Project and Site Information 21 Describe the following items: 22 23 A. The project Work. 24 25 B. The site location and boundaries. 26 27 C. The drainage pathways from the site. 28 29 D. Nearby waterways and sensitive areas and their distances from the 30 site. 31 32 4. Potential Spill Sources 33 Describe each of the following for all potentially hazardous materials brought 34 or generated on-site (including materials used for equipment operation, 35 refueling, maintenance, or cleaning): 36 37 A. Name of material and its intended use. 38 39 B. Estimated maximum amount on-site at any one time. 40 41 C. Location(s) (including any equipment used below the ordinary high 42 water line) where the material will be staged, used, and stored and 43 the distance(s) from nearby waterways and sensitive areas. 44 45 D. Decontamination location and procedure for equipment that comes 46 into contact with the material. 47 48 E. Disposal procedures. 49 50 5. Pre -Existing Contamination 51 Describe any pre-existing contamination and contaminant sources (such as 52 buried pipes or tanks) in the project area that are described in the Contract 1 documents. Identify equipment and work practices that will be used to prevent 2 the release of contamination. 3 4 6. Spill Prevention and Response Training 5 Describe how and when all personnel (including refueling contractors and 6 Subcontractors) will be trained in spill prevention, containment and response in 7 accordance with the Plan. Describe how and when all spill responders will be 8 trained in accordance with WAC 296-824. 9 10 7. Spill Prevention 11 Describe the following items: 12 13 A. Spill response kit contents and location(s). 14 15 B. Security measures for potential spill sources. 16 17 C. Secondary containment practices and structures for hazardous 18 materials. 19 20 D. Methods used to prevent stormwater from contacting hazardous 21 materials. 22 23 E. Site inspection procedures and frequency. 24 25 F. Equipment and structure maintenance practices. 26 27 G. Daily inspection and cleanup procedures that ensure all equipment 28 used below the ordinary high water line is free of all external 29 petroleum based products. 30 31 H. Refueling procedures for equipment that cannot be moved from below 32 the ordinary high water line. 33 34 8. Spill Response 35 Outline the response procedures the Contractor will follow for each scenario 36 listed below. Include a description of the actions the Contractor shall take and 37 the specific, on-site, spill response equipment that shall be used to assess the 38 spill, secure the area, contain and eliminate the spill source, and clean up and 39 dispose of spilled and contaminated material. 40 41 A. A spill of each type of hazardous material at each location identified in 42 4, above. 43 44 B. Stormwater that has come into contact with hazardous materials. 45 46 C. A release or spill of any pre-existing contamination and contaminant 47 source described in 5, above. 48 49 D. A release or spill of any unknown pre-existing contamination and 50 contaminant sources (such as buried pipes or tanks) encountered 51 during project Work. 52 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 E. A spill occurring during Work with equipment used below the ordinary 2 high water line. 3 4 If the Contractor will use a Subcontractor for spill response, provide contact 5 information for the Subcontractor under item 1 (above), identify when the 6 Subcontractor will be used, and describe actions the Contractor shall take 7 while waiting for the Subcontractor to respond. 8 9 9. Project Site Map 10 Provide a map showing the following items: 11 12 A. Site location and boundaries. 13 14 B. Site access roads. 15 16 C. Drainage pathways from the site. 17 18 D. Nearby waterways and sensitive areas. 19 20 E. Hazardous materials, equipment, and decontamination areas 21 identified in 4, above. 22 23 F. Pre-existing contamination or contaminant sources described in 5, 24 above. 25 26 G. Spill prevention and response equipment described in 7 and 8, above. 27 28 10. Spill Report Forms 29 Provide a copy of the spill report form(s) that the Contractor will use in the event of 30 a release or spill. 31 32 Payment 33 Payment will be made in accordance with Section 1-04.1 for the following Bid item when 34 it is included in the Proposal: 35 36 "SPCC Plan", lump sum. 37 38 When the written SPCC is accepted by WSDOT, the Contractor shall receive 50 -percent 39 of the lump sum Contract price for the plan. 40 41 The remaining 50 -percent of the lump sum price will be paid after the materials and 42 equipment called for in the plan are mobilized to the project. 43 44 The lump sum payment for "SPCC Plan" shall be full pay for: 45 46 1. All costs associated with creating the accepted SPCC Plan. 47 48 2. All costs associated with providing and maintaining the on-site spill prevention 49 equipment described in the accepted SPCC Plan. 50 51 3. All costs associated with providing and maintaining the on-site standby spill 52 response equipment and materials described in the accepted SPCC Plan. 1-9 1 2 4. All costs associated with implementing the spill prevention measures identified 3 in the accepted SPCC Plan. 4 5 5. All costs associated with updating the SPCC Plan as required by this 6 Specification. 7 8 As to other costs associated with releases or spills, the Contractor may request 9 payment as provided for in the Contract. No payment shall be made if the release or 10 spill was caused by or resulted from the Contractor's operations, negligence, or 11 omissions. 12 13 1-07.16(4) Archaeological and Historical Objects 14 This section is supplemented with the following new sub -section: 15 16 1-07.16(4)A Inadvertent Discovery of Human Skeletal Remains 17 If human skeletal remains are encountered by the Contractor, they shall not be further 18 disturbed. The Contractor shall immediately notify the Engineer of any such finds, and 19 shall cease all work adjacent to the discovery, in an area adequate to provide for the 20 total security and protection of the integrity of the skeletal remains. The Engineer may 21 require the Contractor to suspend Work in the vicinity of the discovery until final 22 determinations and removal of the skeletal remains is completed. 23 24 If the Engineer finds that the suspension of Work in the vicinity of the discovery 25 increases or decreases the cost or time required for performance of any part of the 26 Work under this Contract, the Engineer will make an adjustment in payment or the time 27 required for the performance of the Work in accordance with Sections 1-04.4 and 1- 28 08.8. 29 30 1-07.17(2) Utility Construction, Removal or Relocation by Others 31 The first sentence in the second paragraph is revised to read: 32 33 If the Contract provides notice that utility work (including furnishing, adjusting, 34 relocating, replacing, or constructing utilities) will be performed by others during the 35 prosecution of the Work, the Special Provisions will establish the utility owners 36 anticipated completion. 37 38 The first sentence in the third paragraph is revised to read: 39 40 When others delay the Work through late performance of utility work, the Contractor 41 shall adhere to the requirements of Section 1-04.5. 42 43 1-07.23 Public Convenience and Safety 44 This section is revised to read: 45 46 The Contractor shall be responsible for providing adequate safeguards, safety devices, 47 protective equipment, and any other needed actions to protect the life, health, and 48 safety of the public, and to protect property in connection with the performance of the 49 Work covered by the Contract. The Contractor shall perform any measures or actions 50 the Engineer may deem necessary to protect the public and property. The responsibility 51 and expense to provide this protection shall be the Contractor's except that which is to 52 be furnished by the Contracting Agency as specified in other sections of these 1 Specifications. Nothing contained in this Contract is intended to create any third-party 2 beneficiary rights in favor of the public or any individual utilizing the Highway facilities 3 being constructed or improved under this Contract. 4 5 1-07.23(1) Construction Under Traffic 6 The second sentence in the second paragraph is revised to read: 7 8 The Contractor shall maintain existing roads, streets, sidewalks, and paths within the 9 project limits, keeping them open, and in good, clean, safe condition at all times. 10 11 The fifth sentence in the second paragraph is revised to read: 12 13 The Contractor shall also maintain roads, streets, sidewalks, and paths adjacent to the 14 project limits when affected by the Contractor's operations. 15 16 The final paragraph in this section is deleted. 17 18 1-07.23(2) Construction and Maintenance of Detours 19 Number 1. under the first paragraph is revised to read: 20 21 Detours and detour bridges that will accommodate traffic diverted from the Roadway, 22 bridge, sidewalk or path during construction, 1 SECTION 1-08, PROSECUTION AND PROGRESS 2 August 4, 2008 3 1-08.1 Subcontracting 4 Item (2) in the first sentence of the seventh paragraph is revised to read: 5 6 (2) Delivery of these materials to the Work site in vehicles owned or operated by such 7 plants or by recognized independent or commercial hauling companies hired by 8 those commercial plants. 9 10 1-08.3(2)A Type A Progress Schedule 11 This section is revised to read: 12 13 The Contractor shall submit five copies of a Type A Progress Schedule no later than 10 14 days after the date the contract is executed, or some other mutually agreed upon 15 submittal time. The schedule may be a critical path method (CPM) schedule, bar chart, 16 or other standard schedule format. Regardless of which format used, the schedule shall 17 identify the critical path. The Engineer will evaluate the Type A Progress Schedule and 18 approve or return the schedule for corrections within 15 calendar days of receiving the 19 submittal. 20 21 1-08.5 Time for Completion 22 The third sentence in the first paragraph is revised to read: 23 24 A nonworking day is defined as a Saturday, a Sunday, a whole or half day on which the 25 Contract specifically prohibits Work on the critical path of the Contractor's approved 26 progress schedule, or one of these holidays: January 1, the third Monday of January, 27 the third Monday of February, Memorial Day, July 4, Labor Day, November 11, 28 Thanksgiving Day, the day after Thanksgiving, and Christmas Day. 29 30 1-08.6 Suspension of Work 31 The first paragraph is revised to read: 32 33 The Engineer may order suspension of all or any part of the Work if: 34 35 1. Unsuitable weather that prevents satisfactory and timely performance of the 36 Work; or 37 38 2. The Contractor does not comply with the Contract: or 39 40 3. It is in the public interest. 41 42 1-08.7 Maintenance During Suspension 43 The first sentence in the fourth paragraph is revised to read: 44 45 If the Engineer determines that the Contractor has pursued the Work diligently before 46 the suspension, then the Contracting Agency will maintain the temporary Roadway (and 47 bear its cost). 48 49 The fifth paragraph is revised to read: 50 1 The Contractor shall protect and maintain all other Work in areas not used by traffic. AH 2 costs associated with protecting and maintaining such Work shall be the responsibility of 3 the Contractor, except those costs associated with implementing the TESC Plan 4 according to Section 8-01. 5 6 The seventh paragraph is revised to read: 7 8 After any suspension, the Contractor shall resume all responsibilities the Contract 9 assigns for the Work. 1 SECTION 1-09, MEASUREMENT AND PAYMENT 2 April 7, 2008 3 1-09.9 Payments 4 The first paragraph is supplemented with the following: 5 6 For items Bid as lump sum, the Contractor shall submit a breakdown of their lump sum 7 price in sufficient detail for the Project Engineer to determine the value of the Work 8 performed on a monthly basis. Lump sum breakdowns shall be provided to the Project 9 Engineer no later than the date of the preconstruction meeting. 10 11 The second sentence in the third paragraph is revised to read: 12 13 Unless otherwise provided in the payment clause of the applicable Specifications, partial 14 payment for lump sum Bid items will be a percentage of the price in the Proposal based 15 on the Project Engineer's determination of the amount of Work performed, with 16 consideration given to but not exclusively based on the Contractors lump sum 17 breakdown. 18 19 The third paragraph is supplemented with the following: 20 21 The determination of payments under the contract will be final in accordance with 22 Section 1-05.1. 23 24 1-09.9(1) Retainage 25 In the fourth paragraph, number 1, the reference to $20,000 is revised to read $35,000. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 1-10, TEMPORARY TRAFFIC CONTROL 2 April 6, 2009 3 1-10.1(2) Description 4 The following new paragraph is inserted after the second paragraph: 5 6 Unless otherwise permitted by the Contract or approved by the Project Engineer, the 7 Contractor shall keep all existing pedestrian routes and access points (including 8 sidewalks, paths and crosswalks) open and clear at all times. 9 10 The second and third sentences in the third paragraph are revised to read: 11 12 The Contractor shall erect and maintain all construction signs, warning signs, detour 13 signs, and other traffic- control devices necessary to wam and protect the public at all 14 times from injury or damage as a result of the Contractor's operations which may occur 15 on or adjacent to Highways, roads, streets, sidewalks or paths. No Work shall be done 16 on or adjacent to any Traveled Way until all necessary signs and traffic control devices 17 are in place. 18 19 1-10.2(1) General 20 The second sentence in the third paragraph is revised to read: 21 22 Possession of a current TCS card and flagging card by the primary and alternate TCS is 23 mandatory. 24 25 1-10.2(2) Traffic Control Plans 26 The first sentence in the first paragraph is revised to read: 27 28 The traffic control plan or plans appearing in the Contract documents show a method of 29 handling vehicle, bicycle and pedestrian traffic. 30 31 In the third sentence of the second paragraph, the reference to "MUTCD, Part VI" is revised 32 to "MUTCD, Part 6". 33 34 1-10.3(2)B Rolling Slowdown 35 The first two paragraphs are deleted and replaced with the following: 36 37 Rolling slowdown traffic control operations are not to be used for routine work that can 38 be addressed by standard lane or shoulder closure traffic control. When a short-term 39 roadway closure is needed for an infrequent, non -repetitive work operation such as a 40 sign bridge removal, or utility wire crossing, the Contractor may implement a rolling 41 slowdown on a multi -lane roadway, as part of an approved traffic control plan. 42 43 The Contractor shall submit for approval a traffic control plan detailing the expected 44 delay time, interchange ramp control and rolling slowdown distance. A portable 45 changeable message sign shall be placed ahead of the starting point of the traffic 46 control to warn traffic of the slowdown. The sign shall be placed far enough ahead of the 47 Work to avoid any expected backup of vehicles. 48 49 A rolling slowdown shall use traffic control vehicles with flashing amber lights. At least 50 one traffic control vehicle will be used for every two lanes to be slowed, plus a control 51 vehicle will serve as a following (chase) vehicle for traffic ahead of the blockade. The 1-15 1 traffic control vehicles shall enter the roadway and form a moving blockade to reduce 2 traffic speeds and create a clear area ahead of the blockade in which to accomplish the 3 work without a total stoppage of traffic. 4 5 1-10.3(3)A Construction Signs 6 The fifth paragraph is revised to read: 7 8 Where it is necessary to add weight to signs for stability, sand bags or other similar 9 ballast may be used but the height shall not be more than 4-inches above the Roadway 10 surface, and shall not interfere with the breakaway features of the device. The 11 Contractor shall follow the manufacturer's recommendations for sign ballasting. 12 13 1-10.3(3)D Barricades 14 The second paragraph is revised to read: 15 16 Where it is necessary to add weight to barricades for stability, sand bags or other similar 17 ballast may be used but the height shall not be more than 4-inches above the Roadway 18 surface and shall not interfere with the breakaway features of the device. The 19 Contractor shall follow the manufacturer's recommendation for sign ballasting. 20 21 1-10.3(3)G Traffic Cones 22 This section including title is revised to read: 23 24 1-10.3(3)G Traffic Cones and Tall Channelizing Devices 25 Where shown on an approved traffic control plan or where ordered by the Engineer, the 26 Contractor shall provide, install and maintain traffic cones or tall channelizing devices. 27 Cones and tall channelizing devices shall be kept in good repair and shall be removed 28 immediately when directed by the Engineer. Where wind or moving traffic frequently 29 displaces cones, an effective method of stabilizing them, such as stacking two together 30 at each location, shall be employed. 31 32 1-10.3(3)K Portable Temporary Traffic Control Signal 33 The first paragraph is revised to read: 34 35 Where shown on an approved traffic control plan, the Contractor shall provide, operate, 36 maintain and remove a portable temporary traffic control signal system to provide 37 alternating one-lane traffic operations on a two-way facility. A portable temporary traffic 38 control signal system shall be defined as two traffic control units that operate together. 39 The system shall be trailer mounted, fully self-contained and designed so that it can be 40 easily transported and deployed at different locations. 41 42 The third sentence in the second paragraph is deleted. 43 44 The following is inserted in front of the sixth paragraph: 45 46 The Traffic Control Supervisor shall monitor and insure that the Portable Temporary 47 Traffic Control Signal is fully operational and maintained as specified by the 48 manufacturer. This Work may include cleaning and replacing lamps and other routine 49 maintenance as needed. 50 1 1-10.4(2) Item Bids with Lump Sum for Incidentals 2 The unit of measurement statement for "Portable Temporary Traffic Control Signal" is revised 3 to read: 4 5 No specific unit of measurement will apply to the lump sum item of "Portable Temporary 6 Traffic Control Signal". 7 8 1-10.5(1) Lump Sum Bid for Project (No Unit Items) 9 This section is revised to read: 10 11 "Project Temporary Traffic Control", lump sum_ 12 13 The lump sum Contract payment shall be full compensation for all costs incurred by the 14 Contractor in performing the Contract Work defined in Section 1-10, except for costs 15 compensated by Bid Proposal items inserted through Contract Provisions as described 16 in Section 1-10.4(3). 17 18 1-10.5(2) Item Bids with Lump Sum for Incidentals 19 The unit of measure for the bid item "Portable Temporary Traffic Control Signal," is revised to 20 lump sum. 21 22 The paragraph following "Portable Temporary Traffic Control Signal," is revised to read: 23 24 The lump sum Contract price shall be full compensation for all costs of labor, materials 25 and equipment incurred by the Contractor in performing the Contract Work as described 26 in Section 1-10.3(3)K, including all costs for traffic control during manual control, 27 adjustment, malfunction, or failure of the portable traffic control signals and during 28 replacement of failed or malfunctioning signals_ 1 SECTION 2-01, CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2 April 7, 2008 3 2-01.3(1) Clearing 4 Item 3 .is deleted. 5 6 The first sentence in Item 4. is revised to read: 7 8 Follow these requirements for all stumps that will be buried deeper than 5 -feet from the 9 top, side, or end surface of the embankment or any structure: 10 11 2-01.3(2) Grubbing 12 Item 2. e, is revised to read: 13 14 Upon which embankments will be placed except stumps may be close -cut or trimmed as 15 allowed in Section 2-01.3(1) item 4. 1 SECTION 2-02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2 April 7, 2008 3 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters 4 The first sentence in 3. is supplemented with the following: 5 6 For removal of bituminous pavement, asphalt planing equipment may be used in lieu of 7 sawcutting provided that a clean vertical edge remains. 1 SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT 2 January 7, 2008 3 2-03.1 Description 4 The first sentence in the first paragraph is revised to read: 5 6 The Work described in this section, regardless of the nature or type of the materials 7 encountered, includes excavating and grading the Roadway, excavating in borrow pits, 8 excavating below grade, excavating channels and ditches, removing slide material, and 9 disposing of all excavated material. 10 11 2-03.3(3) Excavation Below Grade 12 The section title is revised to read: 13 14 2-03.3(3) Excavation Below Subgrade 15 16 The first sentence in the fifth paragraph is revised to read: 17 18 Compaction. If the density of the natural earth under any area of the Roadway is 19 Tess than that required in Section 2-03.3(14)C, Method B, the Engineer may order 20 the Contractor to perform any or all of the following: 21 22 2-03.3(14)M Excavation of Channels 23 This section including title is revised to read: 24 25 2-03.3(14)M Excavation of Channels and Ditches 26 Channel Excavation: Open excavations 8 -feet or more wide at the bottom, but excludes 27 channels that are part of the Roadway. 28 29 Ditch Excavation: Open excavations less than 8 -feet wide at the bottom, but excludes 30 ditches that are part of the Roadway. 31 32 Before excavating channels or ditches, the Contractor shall clear and grub the area in 33 accordance with Section 2-01. 34 35 2-03.4 Measurement 36 The first sentence in the first paragraph is revised to read: 37 38 Roadway excavation, channel excavation, ditch excavation, unsuitable foundation 39 excavation, and common borrow items will be measured by the cubic yard. 40 41 The fourth sentence in the first paragraph is revised to read: 42 43 For Roadway excavation, channel excavation and ditch excavation items, the original 44 ground will be compared with the planned finished section shown in the Plans. 45 46 2-03.5 Payment 47 The first paragraph is supplemented with the following: 48 49 "Channel Excavation", per cubic yard. 50 "Channel Excavation Incl. Haul", per cubic yard. 1 "Ditch Excavation", per cubic yard. 2 "Ditch Excavation Incl. Haul", per cubic yard. 4 The first sentence in the second paragraph is revised to read: 5 6 The unit Contract price per cubic yard for "Roadway Excavation", "Roadway Excavation 7 Incl. Haul", "Roadway Excavation — Area ", "Roadway Excavation Incl. Haul — Area 8 ", "Channel Excavation", "Channel Excavation Incl. Haul", "Ditch Excavation" and 9 "Ditch Excavation Incl. Haul" shall be full compensation for all costs incurred for 10 excavating, loading, placing, or otherwise disposing of the material. 11 12 The second paragraph is supplemented with the following: 13 14 When a bid item is not included in the proposal for channel excavation or ditch 15 excavation all costs shall be included in roadway excavation. 16 17 The third paragraph is revised to read: 18 19 When the Engineer orders Work according to Section 2-03.3(3), unit Contract prices 20 shall apply, unless the Work differs materially from the excavation above Subgrade, 21 then payment will be in accordance with Section 1-04.4. SECTION 2-10, DITCH EXCAVATION January 7, 2008 This section is deleted in its entirety. The section title is revised to read: 2-10 VACANT 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 5-04, HOT MIX ASPHALT 2 December 1, 2008 3 5-04.3(9) Spreading and Finishing 4 The nominal compacted depth for HMA Class 3/4' and HMA Class 1/2" listed under the first 5 paragraph is revised to read: 6 7 HMA Class 3/4" and HMA Class 1/2° 8 wearing course 0.30 -feet 9 other courses 0.35 -feet 10 11 5-04.3(12)B Longitudinal Joints 12 The first two paragraphs are revised to read: 13 14 The longitudinal joint in any 1 course shall be offset from the course immediately below 15 by not more than 6 -inches nor less than 2 -inches. All longitudinal joints constructed in 16 the wearing course shall be located at a lane line or an edge line of the Traveled Way. 17 18 On one -lane ramps a longitudinal joint may be constructed at the center of the traffic 19 lane, subject to approval by the Project Engineer, if: 20 21 1. The ramp must remain open to traffic, or 22 23 2. The ramp is closed to traffic and a hot -lap joint is constructed. 24 25 a. If a hot -lap joint is allowed at the center of the traffic lane, 2 paving 26 machines shall be used; a minimum compacted density in accordance 27 with Section 5-04.3(10)B shall be achieved throughout the traffic lane; and 28 construction equipment other than rollers shall not operate on any 29 uncompacted mix. 30 31 The reference to Standard Plan A-1 in the third paragraph is revised to read "Standard Plan 32 A40.10-00." 33 34 5-04.3(16) Weather Limitations 35 The chart for Surface Temperature Limitation is revised to read: 36 Surface Temperature Limitation Compacted Thickness (Feet) Wearing Course Other Courses Less than 0.10 55°F 45°F 0.10 to 0.20 45°F 35°F More than 0.20 35°F 35°F 37 38 39 5-04.3(21) Asphalt Binder Revision 40 This section is revised to read: 41 1-23 1 When the Contracting Agency provides a source of aggregate, the expected percentage 2 content of asphalt binder in the resulting mix will be identified in the Contract 3 documents. 4 5 Should the percentage of asphalt binder shown in the job mix formula for Hot Mix 6 Asphalt produced with Agency -provided aggregate vary by more than plus or minus 0.3- 7 percent from the amount shown in the Contract documents, an adjustment in payment 8 will be made. The adjustment in payment (plus or minus) will be based on the invoice 9 unit cost, including shipping cost, without any markups. The quantity subject to an 10 adjustment shall be the difference between the JMF asphalt binder percentage and the 11 contract document asphalt binder percentage except that the first 0.3% of this difference 12 shall not apply. No adjustment will be made when the Contractor elects not to use a 13 Contracting Agency -provided source, or when no source is made available by the 14 Contracting Agency. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 5-05, CEMENT CONCRETE PAVEMENT 2 April 6, 2009 3 5-05.3(1) Concrete Mix Design for Paving 4 The first paragraph under 1. Materials is revised to read: 5 6 1. Materials. Materials shall conform to Section 5-05.2. Fine aggregate shall 7 conform to Section 9-03.1(2), Class 1. Coarse aggregate shall conform to Section 8 9-03.1(4) AASHTO grading No. 467. An alternate combined gradation conforming 9 to Section 9-03.1(5) may be proposed, that has a nominal maximum aggregate size 10 equal to or greater than a 1-% -inch square sieve. 11 12 Under the first paragraph; 3. Mix Design Modifications is revised to read: 13 14 15 16 17 18 19 20 21 22 23 24 3. Conformance to Mix Design. Cement, coarse and fine aggregate weights shall be within the following tolerances of the mix design: Portland Cement Concrete Batch Volumes Cement +5% -1 Coarse Aggregate + 200 Pounds - 200 Pounds Fine Aggregate + 200 Pounds - 200 Pounds If the total cementitious material weight is made up of different components, these component weights shall be within the following tolerances: 1. Portland cement weight plus 5 -percent or minus 1 -percent of that specified in the mix design. 25 2. Fly ash and ground granulated blast furnace slag weight plus or minus 5- 26 percent of that specified in the mix design. 27 28 3. Microsilica weight plus or minus 10 -percent of that specified in the mix 29 design. 30 31 Water shall not exceed the maximum water specified in the mix design. 32 33 The Contractor may initiate minor adjustments to the approved mix proportions 34 within the tolerances noted above without resubmitting the mix design. 35 36 Utilizing admixtures to accelerate the set or to increase workability will be permitted 37 only when approved by the Engineer. Only non -chloride accelerating admixtures 38 that meet the requirements of Section 9-23.6 Admixture for Concrete, shall be 39 used. 40 41 The Contractor shall notify the Engineer in writing of any proposed modification. A 42 new mix design will designate a new lot. 43 44 5-05.3(3)C Finishing Equipment 45 The second sentence in the first paragraph is revised to read: 1-25 1 2 On other roads and on WSDOT projects requiring Tess than 1000-square yards of 3 cement concrete pavement or requiring individual placement areas of less than 1000- 4 square yards, irregular areas, intersections and at locations inaccessible to slip-form 5 paving equipment, cement concrete pavement may be placed with approved placement 6 and finishing equipment utilizing stationary side forms. 7 8 5-05.3(4)A Acceptance of Portland Cement Concrete Pavement 9 The third sentence in the ninth paragraph is deleted. 10 11 5-05.3(8)A Contraction Joints 12 The fifth paragraph is revised to read: 13 14 When cement concrete pavement is placed adjacent to existing cement concrete 15 pavement, the vertical face of all existing working joints shall be covered with a bond 16 breaking material such as polyethylene film, roofing paper or other material as approved 17 by the Engineer. 18 19 5-05.3(8)B Sealing Sawed Contraction Joints 20 The fifth sentence is revised to read: 21 22 The hot-poured compound and the cold-poured compound shall be applied under 23 sufficient pressure to fill the groove from bottom to top and the cured joint sealant shall 24 be between 1/4 inch and 5/8 inch below the top surface of the concrete. 1 SECTION 7-02, CULVERTS 2 December 1, 2008 3 7-02.2 Materials 4 The third paragraph is revised to read: 5 6 Thermoplastic culvert pipe includes solid wall PVC culvert pipe, profile wall PVC culvert 7 pipe, and corrugated polyethylene culvert pipe. Solid wall PVC culvert pipe, profile wall 8 PVC culvert pipe, and corrugated polyethylene culvert pipe are acceptable alternates for 9 Schedule A or B culvert pipe. 10 11 In the chart for Culvert Pipe Schedules, for Schedule B, 15' — 25', the references in the 12 column for Thermoplastic PE or PVC for "PVC" are revised to "PE or PVC". 1 SECTION 7-04, STORM SEWERS 2 December 1, 2008 3 7-04.2 Materials 4 In the chart for Storm Sewer Pipe Schedules, for Schedule B, 15' — 25', in the column for 5 PE, insert "Allowed". 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL 2 April 6, 2009 3 8-01.3(1) General 4 The first sentence in the eighth paragraph is revised to read: 5 6 Erodible earth not being worked, whether at final grade or not, shall be covered within 7 the following time period, using an approved soil covering practice: 8 9 The ninth paragraph is revised to read: 10 11 If the Engineer, under Section 1-08.6, orders the Work suspended, the Contractor shall 12 continue to control erosion, pollution, and runoff during the shutdown. 13 14 8-01.3(1)C Water Management 15 Item 2. "Process Water" is supplemented with the following new first paragraph: 16 17 High pH process water or wastewater (non-stormwater) that is generated on-site, 18 including water generated during concrete grinding, rubblizing, washout, and 19 hydrodemolition activities, shall not be discharged to waters of the state. Water may be 20 infiltrated upon the approval of the Engineer. Off-site disposal of concrete process 21 water shall be in accordance with Standard Specification 5-01.3(11). 22 23 8-01.3(2)D Mulching 24 The second paragraph is supplemented with the following: 25 26 Wood strand mulch shall be applied by hand or by straw blower. 27 28 8-01.3(2)E Tacking Agent and Soil Binders 29 The second sentence in the fourth paragraph is revised to read: _30 31 Pam may be reapplied on actively worked areas within a 48-hour period. 32 33 8-01.3(6)D Wattle Check Dam 34 The reference to Section 8-01.3(10) is revised to Section 9-14.5(5). 35 36 8-01.3(12) Compost Sock 37 The last paragraph is deleted. 38 39 8-01.3(13) Temporary Curb 40 The first paragraph is revised to read: 41 42 Temporary curbs may consist of asphalt, concrete, sand bags, compost socks, wattles, 43 or geotextile/plastic encased berms of sand or gravel, or as approved by the Engineer. 1 SECTION 8-02, ROADSIDE RESTORATION 2 April 7, 2008 3 8-02.3(3) Planting Area Weed Control 4 The second paragraph is deleted. 5 6 This section is supplemented with the following: 7 8 Weed barrier mats shall be installed as shown in the Plans. Mats shall be 3 -feet square 9 and shall be secured by a minimum of 5 staples per mat. Mats and staples shall be 10 installed according to the manufacturer's recommendations. 1 SECTION 8-04, CURBS, GUTTERS, AND SPILLWAYS 2 January 7, 2008 3 8-04.5 Payment 4 The bid items "Roundabout Truck Apron Inner Cement Conc. Curb" and "Roundabout Truck 5 Apron Outer Cern. Conc. Curb and Gutter" are revised to read: 6 7 "Roundabout Central Island Cement Concrete Curb", per linear foot. 8 "Roundabout Truck Apron Cern. Conc. Curb and Gutter", per linear foot. 9 10 This section is supplemented with the following new bid item: 11 12 "Roundabout Truck Apron Cement Concrete Curb", per linear foot. 1 SECTION 8-12, CHAIN LINK FENCES AND WIRE FENCE 2 January 7, 2008 3 8-12.3(1)A Posts 4 All references to "Type 3 fence" in the second and third paragraphs are revised to read "Type 5 3 and Type 4 fences". 6 7 The first sentence in the eighth paragraph is revised to read: 8 9 Gate and pull posts shall be braced to the adjacent brace, end, or corner post(s) in the 10 manner shown in the Standard Plans. 11 12 The tenth paragraph is revised to read: 13 14 All posts for chain Zink fence Types 1 and 6 shall be fitted with an approved top cap 15 designed to fit securely over the post to support the top rail. All round posts for chain 16 link fence Types 3 and 4 shall have approved top caps fastened securely to the posts. 17 The base of the top cap fitting for round posts shall feature an apron around the outside 18 of the posts. 19 20 8-12.3(1)C Tension Wire 21 This section including title is revised to read: 22 23 8-12.3(1)C Tension Wire and Tension Cable 24 Tension Wires shall be attached to the posts as detailed in the Standard Plans or as 25 approved by the Engineer. 26 27 Tension Cables shall be installed in accordance with Section 8-25.3(5). 28 29 8-12.3(1)D Chain Link Fabric 30 The following new paragraph is inserted in front of the first paragraph: 31 32 Attach the chain link fabric after the cables and wires have been properly tensioned 33 and/or the top rail has been installed. 34 35 The third and fourth sentences in the third paragraph are revised to read: 36 37 Fastening to posts shall be with tie wire, metal bands, or other approved method 38 attached at 14 -inch intervals. The top and bottom edge of the fabric shall be fastened 39 with tie wires to the top rail, and with hog rings to the tension cable or top and bottom 40 tension wires as may be applicable, spaced at 24 -inch intervals. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND 2 ELECTRICAL 3 April 6, 2009 4 8-20.1 Description 5 The first paragraph is revised to read: 6 7 This Work consists of furnishing, installing and field testing all materials and equipment 8 necessary to complete in place, fully functional system(s) of any or all of the following 9 types including modifications to an existing system all in accordance with approved 10 methods, the Plans, the Special Provisions and these Specifications: 11 12 1. Traffic Signal System 13 2. Illumination System 14 3. Intelligent Transportation System 15 16 8-20.3(1) General 17 The following new paragraph is inserted after the fifth paragraph: 18 19 The embedded anchors attaching existing electrical, illumination, and traffic signal 20 systems specified for removal to existing concrete Structures shall be removed a 21 minimum of one inch beneath the existing concrete surface. The void left by removal of 22 the embedded anchors shall be coated with epoxy bonding agent and filled with grout. 23 The epoxy bonding agent shall be Type II conforming to Section 9-26.1 with the grade 24 and class as recommended by the epoxy bonding agent manufacturer and as approved 25 by the Engineer. The grout shall consist of cement and fine aggregate mixed in the 26 proportions to match the color of the existing concrete surface as near as practicable. 27 28 8-20.3(4) Foundations 29 The fifth paragraph is revised to read: 30 31 Where soil conditions are poor, the Engineer may order the Contractor to extend the 32 foundations shown in the Plans to provide additional depth. Such additional Work will 33 be paid for according to Section 1-04.4. 34 35 8-20.3(5) Conduit 36 This section is revised to read: 37 38 Installation of conduit shall conform to appropriate articles of the Code and these 39 Specifications. 40 41 The size of conduit used shall be as shown in the Plans. Conduits smaller than 1 -inch 42 electrical trade size shall not be used unless otherwise specified, except that grounding 43 conductors at service points may be enclosed in 1/2 -inch diameter conduit. 44 45 Conduit between light standards, PPB, PS or type 1 poles and the nearest junction box 46 shall be the diameter specified in the Plans. Larger size conduit is not allowed at these 47 locations. At other locations it shall be the option of the Contractor, at no expense to the 48 Contracting Agency, to use larger size conduit if desired, and where larger size conduit 49 is used, it shall be for the entire length of the run from outlet to outlet. Reducing 50 couplings will not be permitted. 51 1-33 1 The ends of all conduits, metallic and non-metallic shall be reamed to remove burrs and 2 rough edges. Field cuts shall be made square and true. Slip joints or running threads 3 will not be permitted for coupling metallic conduit; however, running threads will be 4 permitted in traffic signal head spiders and RGS outerduct. When installing rigid 5 galvanized steel conduit and standard coupling cannot be used, an approved 3-piece 6 coupling shall be used. Conduit fittings and couplings for steel conduit shall be cleaned 7 first and then painted with one coat of galvanizing repair paint Formula A-9-73. The 8 paint shall have a minimum wet film thickness of 3 mils. The painted coating shall cover 9 the entire coupling or fitting. The threads on all metallic conduit shall be rust-free, clean 10 and painted with colloidal copper suspended in a petroleum vehicle before couplings are 11 made. All metallic couplings shall be tightened so that a good electrical connection will 12 be made throughout the entire length of the conduit run. If the conduit has been moved 13 after assembly, it shall be given a final tightening from the ends prior to backfilling. Non- 14 metallic conduit shall be assembled using the solvent cement specified in Section 9- 15 29.1. Where the coating on galvanized conduit has been damaged in handling or 16 installing, such damaged areas shall be thoroughly painted with galvanizing repair paint, 17 Formula A-9-73. Conduit ends shall be capped (do not glue non metallic caps). Metallic 18 conduit ends shall be threaded and capped with standard threaded conduit caps until 19 wiring is started. When conduit caps are removed, the threaded ends shall be provided 20 with approved conduit bushings or end bells (do not glue in place) for nonmetallic 21 conduit. 22 23 Conduit stubs from controller cabinet foundations shall extend to the nearest junction 24 box in that system. 25 26 Metallic conduit bends, shall have a radius consistent with the requirements of Article 27 344.24 and other articles of the Code. Where factory bends are not used, conduit shall 28 be bent, using an approved conduit bending tool employing correctly sized dies, without 29 crimping or flattening, using the longest radius practicable. 30 31 Nonmetallic conduit bends, where allowed, shall conform to Article 352.24 of the Code. 32 Eighteen-inch radius elbows shall be used for PVC conduit of 2-inch nominal diameter 33 or less. Standard sweep elbows shall be used for PVC conduit with greater than 2-inch 34 nominal diameter unless otherwise specified in the Plans. In nonmetallic conduit less 35 than 2-inch nominal diameter, pull ropes or flat tapes for wire installation shall be not 36 less than 1/4 inch diameter or width. In nonmetallic conduit of 2-inch nominal diameter or 37 larger, pull ropes or flat tapes for wire installation shall be not less than 1/2 inch diameter 38 or width. 39 40 Conduit shall be laid so that the top of the conduit is a minimum depth of: 41 42 1. 24-inches below the bottom of curb in the sidewalk area. 43 44 2. 24-inches below the top of the roadway base. 45 46 3. 48-inches below the bottom of ties under railroad tracks unless otherwise 47 specified by the railroad company. 48 49 4. 24-inches below the finish grade in all other areas. 50 51 Rigid galvanized steel conduit shall be installed at the following locations: 52 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1. Within railroad right of way; 2 3 2. All pole risers, except when as otherwise required by owning utilities; 4 5 3. All surface mounted conduit, with the exception of electrical service utility 6 poles. 7 8 4. All runs within slip form structures. 9 10 Couplings in cabinet foundations shall be PVC schedule 40. The stub -outs above the 11 couplings shall be PVC end bell bushings. The schedule 40 section of PVC between 12 the coupling and end bell bushing shall be installed without glue. 13 14 Conduit runs, without innerduct, installed using the directional boring method, which 15 enter the traveled way or shoulders, shall be schedule 80 high density polyethylene 16 (HDPE), schedule 80 PVC with mechanical couplings or rigid galvanized steel. 17 18 Conduit runs, without innerduct, installed using the directional boring method, which do 19 not enter the traveled way and shoulders, shall be schedule 40 high density 20 polyethylene (HDPE), schedule 40 PVC with mechanical couplings or rigid galvanized 21 steel. 22 23 Multi -cell conduit runs, installed outside the Traveled Way and Shoulders, when using 24 the directional boring method shall have 4 -inch PVC Schedule 40 outerduct with 25 mechanical couplings or 4 -inch rigid galvanized steel outerduct. The conduit shall be 26 installed with four 1 -inch smooth wall innerducts. 27 28 When HDPE conduit is used for directional boring, it shall be continuous, with no joints, 29 for the full length of the bore. The conduit run shall be extended to the associated 30 outlets with the same schedule HDPE or PVC conduit. Entry into associated junction 31 box outlets shall be with the same schedule PVC conduit and elbows. The same 32 requirements apply for extension of an existing HDPE conduit crossing. 33 34 PVC conduit and elbows shall be connected to HDPE conduit with an approved 35 mechanical coupling. The connection shall have a minimum pull out strength of 700 36 pounds. Prior to installation of a mechanical coupling, the HDPE conduit shall first be 37 prepared with a clean, straight edge. A water based pulling lubricant may be applied to 38 the threaded end of the mechanical coupling before installation. Solvent cement or 39 epoxy shall not be used on the threaded joint when connecting the HDPE conduit to the 40 mechanical coupling. The mechanical coupling shall be rotated until the HDPE conduit 41 seats approximately 3/4 of the distance into the threaded coupling depth. 42 43 For PVC installation through a directional bore, the PVC shall be in rigid sections 44 assembled to form a water tight bell and spigot type mechanical joint with a solid 45 retaining ring around the entire circumference of the conduit installed per the 46 manufacturer's recommendations. The conduit run shall be extended beyond the length 47 of the bore, to the associated outlets with the same mechanical coupled PVC or with 48 standard PVC conduit of the same schedule. The same requirements apply for 49 extension of an existing PVC conduit Roadway crossing. 50 51 Liquid tight flexible metal conduit is allowed only at locations called for in the Plans. 52 1-35 1 At all other locations, conduit shall be PVC or rigid galvanized steel and the same type 2 of conduit shall be used for the entire length of the run, from outlet to outlet. Standard 3 PVC conduit shall be connected with medium grade gray solvent applied per the 4 manufacturer's recommendations. 5 6 Where nonmetallic conduit is installed, care shall be used in excavating, installing, and 7 backfilling, so that no rocks, wood, or other foreign material will be left in a position to 8 cause possible damage. 9 10 When PVC conduit is installed by a method other than directional boring, conduit shall 11 be schedule 40 with the exception that PVC conduit within the traveled way or 12 shoulders and service lateral runs shall be schedule 80. 13 14 Metallic and nonmetallic conduit installation shall include equipment grounding 15 conductor and shall conform to requirements noted in the Standard Plans. 16 Conduit shall be placed under existing pavement by approved directional boring, jacking 17 or drilling methods, at locations approved by the Engineer. The pavement shall not be 18 disturbed unless allowed in the Plans, or with the approval of the Engineer in the event 19 obstructions or impenetrable soils are encountered. 20 21 Where boring with casing is called for the casing shall be placed using an auger inside 22 of the casing to remove the soil as the casing is jacked forward. The auger head shall 23 proceed no more than 4-inches ahead of the pipe being jacked. Boring operations shall 24 be conducted to prevent caving ahead of the pipe. Installed casing pipe shall be free 25 from grease, dirt, rust, moisture and any other deleterious contaminants. 26 27 The space between the conduit and casing shall be plugged with sand bags and a grout 28 seal 12-inches thick at each end of the casing. Casing abandoned due to an 29 encountered obstruction shall be grout sealed in the same manner. Grout shall obtain a 30 minimum of 4000-PSI compressive strength at 7-days. 31 32 In lieu of sand bags and grout, unopened of prepackaged concrete may be used to seal 33 the casing. 34 Material shall not be removed from the boring pit by washing or sluicing. 35 36 All joints shall be welded by a Washington State certified welder. Welding shall conform 37 to AWS D 1.1-80 Structural Welding Code, Section 3, Workmanship. 38 39 Directional boring for electrical installations shall be supervised by a licensed electrical 40 contractor in accordance with Section 8-20.1(1). Where directional boring is called for, 41 conduit shall be installed using a surface launched, steerable drilling tool. Drilling shall 42 be accomplished using a high-pressure fluid jet toolhead. The drilling fluid shall be used 43 to maintain the stability of the tunnel, reduce drag on the conduit and provide backfill 44 between the conduit and tunnel. A guidance system that measures the depth, lateral 45 position and roll shall be used to guide the toolhead when creating the pilot hole. Once 46 the pilot hole is established a reamer and swivel shall be used to install the conduit. 47 Reaming diameter shall not exceed 1.5 times the diameter of the conduit being 48 installed. Conduit that is being pulled into the tunnel shall be installed in such a manner 49 so the conduit is not damaged during installation. The pullback force on the conduit shall 50 be controlled to prevent damage to the conduit. A vacuum spoils extraction system shall 51 be used to remove any excess spoils generated during the installation. Excess drilling 52 fluid and spoils shall be disposed of. The method and location used for disposal of 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 excess drilling fluid and spoils shall be subject to the Engineers approval. Drilling fluid 2 returns (caused by fracturing of formations) at locations other than the entry and exit 3 points shall be minimized. Any drilling fluid that surfaces through fracturing shall be 4 cleaned up immediately. Mobile spoils removal equipment capable of quickly removing 5 spoils from entry or exit pits and areas with returns caused by fracturing shall be used 6 as necessary during drilling operations. 7 8 Bore pits shall be backfilled and compacted in accordance with Section 2-09.3(1)E. 9 Directional boring, and jacking or drilling pits shall be kept 2 -feet from the edge of any 10 type of pavement wherever possible. Excessive use of water that might undermine the 11 pavement or soften the Subgrade will not be permitted. 12 13 When approved by the Engineer, small test holes may be cut in the pavement to locate 14 obstructions. When the Contractor encounters obstructions or is unable to install 15 conduit because of soil conditions, as determined by the Engineer, additional Work to 16 place the conduit will be paid in accordance with Section 1-04.4. 17 18 When open trenching is allowed, trench construction shall conform to the following: 19 20 1. The pavement shall be sawcut a minimum of 3 -inches deep. The cuts shall be 21 parallel to each other and extend 2 -feet beyond the edge of the trench. 22 23 2. Pavement shall be removed in an approved manner. 24 25 3. Trench depth shall provide 2 -feet minimum cover over conduits. 26 27 4. Trench width shall be 4 -inches or the conduit diameter plus 2 -inches, 28 whichever is larger. 29 30 5. Trenches located within paved Roadway areas shall be backfilled with 31 Controlled density fill (CDF) meeting the requirements of Section 2-09.3(1)E. 32 The controlled density fill shall be placed level to, and at the bottom of the 33 existing pavement. The pavement shall be replaced with paving material that 34 matches the existing pavement. 35 36 On new construction, conduit shall be placed prior to placement of base course 37 pavement. 38 39 Conduit terminating in foundations shall extend a maximum of 2 -inches above the 40 foundation vertically including grounded end bushing or end bell. Conduit stub -outs 41 within cabinet foundations shall be placed so that they do not interfere with cabinet 42 installation. Modification of the cabinet to accommodate the stub -out placement is not 43 allowed. 44 45 Conduit entering through the bottom of a junction box shall be located near the end 46 walls to leave the major portion of the box clear. At all outlets, conduit shall enter from 47 the direction of the run, terminating 6 to 8 -inches below the junction box lid and within 3- 48 inches of the box wall nearest its entry location. 49 50 Galvanized rigid steel conduit entering cable vaults shall extend 2 -inches for the 51 installation of grounded end bushing and bonding. PVC or HDPE conduit entering cable 1-37 1 vaults and pull boxes shall terminate flush with the inside walls of the Structure. All 2 conduit ends shall be terminated with termination kits. 3 4 Steel conduit entering concrete shall be wrapped in 2-inch wide pipe wrap tape with a 5 minimum 1-inch overlap for 12 inches on each side of the concrete face. Pipe wrap 6 tape shall be installed per the manufacturer's recommendations. 7 8 innerduct conduit ends shall be terminated with termination kits. Galvanized rigid steel 9 conduit ends shall be terminated with grounded end bushings. PVC conduit ends shall 10 be terminated with end bell bushings. 11 12 Fittings shall be installed in accordance with the current electrical codes. 13 All covered underground conduit shall be cleaned with an approved sized mandrel and 14 blown out with compressed air prior to pulling wire. 15 16 Conduits installed for future use shall be prepared according to this Section. After final 17 assembly in place, the conduit shall be blown clean with compressed air. Then, in the 18 presence of the Engineer, a cleaning mandrel correctly sized for each size of conduit 19 shall be pulled through to ensure that the conduit has not been deformed. As soon as 20 the mandrel has been pulled through, both ends of the conduit shall be sealed with 21 conduit caps. All conduits scheduled for future use shall originate in a foundation or 22 junction box as detailed in the Plans and terminate in a junction box. All equipment 23 grounding conductors, and the bonding conductor for metallic conduits shall be bonded 24 in all junction boxes in accordance with Section 8-20.3(9). 25 26 Where surface mounting of conduit is required, supports shall consist of channel with 27 clamps sized for the conduit. Support spacing shall comply with the Code, with the 28 exception that spacing of channel supports for conduit shall not exceed 5-feet. 29 30 The minimum distance between adjacent clamps and between the clamp and the end of 31 the channel supports shall be 1-inch. Channel supports shall be installed with stops, to 32 prevent clamps from sliding out of the ends. Existing conduit in place scheduled to 33 receive new conductors shall have any existing conductors removed and a cleaning 34 mandrel sized for the conduit shall be pulled through. 35 36 All conduits attached to or routed within bridges, retaining walls, and other concrete 37 structures, shall be equipped with approved expansion, deflection, and or combination 38 expansion/deflection fittings at all expansion joints and at all other joints where structure 39 movement is anticipated, including locations where the Contractor, due to construction 40 method, installs expansion and/or construction joints with movement. All conduit fittings 41 shall have movement capacity appropriate for the anticipated movement of the structure 42 at the joint. Approved deflection fittings shall also be installed at the joint between the 43 bridge end and the retaining wall end, and the transition from bridge, wall or other 44 concrete structure to the underground section of conduit pipe. 45 46 Conduit runs shown in the Plans are for Bidding purposes only and may be changed, 47 with approval of the Engineer, to avoid obstructions. 48 49 Where conduit with innerduct is installed a maximum of 1000-feet of continuous open 50 trench will be allowed, unless otherwise approved by the Engineer. All conduit with 51 innerduct exposed above grade level, or on any elevated Structures, or as noted in the 52 Plans shall be galvanized rigid steel conduit. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 Detectable underground warning tape shall be placed 12 -inches above all conduit that 3 contains fiber optic cable and all conduits identified to contain future fiber optic cable 4 unless otherwise detailed in the Plans. Detectable underground warning tape shall 5 extend 2 -feet into boxes. Splicing shall be per the tape manufacturer's recommended 6 materials and procedures. The warning tape shall be polyethylene with a metallic 7 backing. The polyethylene shall have a minimum 4 -mils thicknesses and be 3 -inches 8 wide. The polyethylene shall be orange in color and printed in black with the words 9 conveying message of Fiber Optic Cable Buried Below. 10 11 Location 14 AWG stranded orange USE insulated wire shall be placed in continuous 12 lengths directly above all non metallic conduit that contains fiber optic cable and all 13 conduits identified to contain future fiber optic cable unless otherwise detailed in the 14 plans. Location wire shall extend 8 feet into boxes. Coil and secure location wire at 15 the entrance and exit points of all boxes. Splices shall be crimped using a non -insulated 16 butt splice, soldered and covered with moisture blocking heat shrink. 17 18 After final assembly in place, all innerducts shall be blown clean with compressed air. 19 Then, in the presence of the Engineer, a cleaning mandrel, correctly sized for the 20 innerduct, shall be pulled through to ensure that the conduit has not been deformed. As 21 soon as the mandrel has been pulled through, a 200 -Ib. minimum tensile strength pull 22 string shall be installed in each innerduct and attached to duct plugs at both ends of the 23 innerduct. 24 25 At all innerduct conduit terminus points, including those in cable vaults and pull boxes, 26 removable and reusable mechanical plugs shall be employed as follows: 27 28 1. Outerduct conduits shall be plugged using a quadplex expansion plug inside 29 the conduit around the innerduct. 30 31 2. Duct plugs shall be installed in all unused innerducts (those that are specified 32 as empty) at the time of conduit installation. 33 34 3. Duct plugs shall be installed in all used innerducts (as specified in the Plans) at 35 the time of conduit installation, unless cable pulling for those innerducts will 36 commence within 48 -hours. 37 38 Innerduct containing 1 -cable shall be plugged using an expandable split plug. 39 Innerducts with multiple cables shall be sealed with self -expanding waterproof foam. 40 The waterproof foam shall not be placed more than 2 -inches into the innerduct. 41 42 8-20.3(6) Junction Boxes, Cable Vaults, and Pull boxes 43 The third paragraph is revised to read: 44 45 Adjustments involving raising or lowering the junction boxes shall require conduit 46 modification if the resultant clearance between the top of the conduit and the junction 47 box lid becomes less than 6 -inches or more than 10 -inches in accordance with the 48 Plans. 49 50 8-20.3(8) Wiring 51 The following new paragraph is inserted after the third paragraph: 52 1-39 1 2 3 All termination for traffic signal control systems shall follow the conductor sequence color code as shown in the following table. Conductor Number Color Code Color Trace Use 1 R Red Red or Don't Walk 2 0 Orange Yellow or Spare 3 G Green Green or Walk 4 W White Neutral 5 B Black Ped Call or Spare 6 Wb White/Black Neutral or Spare 7 BI Blue Ped Call or Spare 8 Rb Red/Black Red or Don't Walk 9 Ob Orange/Black Yellow or Spare 10 Gb Green/Black Green or Walk 4 5 6 The first sentence in the fifth paragraph is deleted 7 and replaced with the following: 8 Quick disconnect connectors shall be installed in the base of all poles supporting a 9 luminaire. Every conductor above ground potential shall be served by a fused quick 10 disconnect kit. Every conductor at ground potential shall be served by an unfused quick 11 disconnect kit. 12 13 The sixth paragraph is revised to read: 14 15 Pole and bracket cable meeting the requirements of Section 9-29.3(2)D shall be 16 installed between the quick disconnects and the luminaire and between the sign light 17 hand hole and the isolation switch. In addition the conductors from the isolation switch 18 and the sign Tight shall be minimum AWG 14 meeting the requirements of Section 9- 19 29.3(2)A or 9-29.3(2)B. Pole and bracket cable jacket shall be removed from the quick 20 disconnect to within 2 -inches below the support bracket clamp. 21 22 8-20.3(9) Bonding, Grounding 23 The second sentence in the second paragraph is revised to read: 24 25 Bonding jumpers and equipment grounding conductors meeting the requirements of 26 Section 9-29.3(2)A.3 shall be minimum AWG 8 installed in accordance with the NEC. 27 28 8-20.3(13)D Sign Lighting 29 This section is revised to read: 30 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Sign illumination equipment shall include fixtures, brackets, conduit, electrical wire, and 2 other material required to make the sign lighting system operable. Sign illumination 3 fixtures shall be fused according to the table in Section 9-29.7. 4 5 8-20.3(13)E Sign Lighting Luminaires 6 The first paragraph is deleted. 7 8 8-20.4 Measurement 9 The first paragraph is revised to read: 10 11 When shown as lump sum in the Plans or in the Proposal as illumination, intelligent 12 transportation, or traffic signal system no specific unit of measurement will apply, but 13 measurement will be for the sum total of all items for a complete system to be furnished 14 and installed. 15 16 8-20.5 Payment 17 The bid item "Traffic Data Accumulation and Ramp Metering System " is deleted and 18 replaced with the following: 19 20 "Intelligent Transportation System ", lump sum. 21 22 The first sentence of the paragraph following the bid item "Traffic Signal System" lump 23 sum, is revised to read: 24 25 The lump sum Contract price for "Illumination System, ", "Traffic Signal System 26 ", "Intelligent Transportation System ", shall be full pay for the construction of 27 the complete electrical system, modifying existing systems, or both, including sign 28 lighting systems, as described above as shown in the Plans and herein specified 29 including excavation, backfilling, concrete foundations, conduit, wiring, restoring 30 facilities destroyed or damaged during construction, salvaging existing materials, and 31 for making all required tests. 1.-41 1 SECTION 8-21, PERMANENT SIGNING 2 December 1, 2008 3 8-21.3(4) Sign Removal 4 The following two new paragraphs are inserted after the first sentence in the first paragraph: 5 6 Sign Structures shall include sign bridges, cantilever sign Structures, bridge mounted 7 sign brackets, and any other sign mounting structure shown in the Plans to be removed 8 by the Contractor. 9 10 The embedded anchors attaching signs and sign Structures specified for removal to 11 existing concrete Structures shall be removed a minimum of one inch beneath the 12 existing concrete surface. The void left by removal of the embedded anchors shall be 13 coated with epoxy bonding agent and filled with grout. The epoxy bonding agent shall 14 be Type II conforming to Section 9-26.1 with the grade and class as recommended by 15 the epoxy bonding agent manufacturer and as approved by the Engineer. The grout 16 shall consist of cement and fine aggregate mixed in the proportions to match the color 17 of the existing concrete surface as near as practicable. 18 19 8-21.3(9)F Bases 20 This section including title is revised to read: 21 22 8-21.3(9)F Foundations 23 The excavation and backfill shall be in conformance with the requirements of Section 2- 24 09.3(1)E. Where obstructions prevent construction of planned foundations, the 25 Contractor shall construct an effective foundation satisfactory to the Engineer. 26 27 The bottom of concrete foundations shall rest on firm ground. If the portion of the 28 foundation beneath the existing ground line is formed or cased instead of being cast 29 against the existing soil forming the sides of the excavation, then all gaps between the 30 existing soil and the completed foundation shall be backfilled and compacted in 31 accordance with Section 2-09.3(1)E. 32 33 Foundations shall be cast in one operation where practicable. The exposed portions 34 shall be formed to present a neat appearance. Class 2 surface finish shall be applied to 35 exposed surfaces of concrete in accordance with the requirements of Section 6- 36 02.3(14)B. 37 38 Where soil conditions are poor, the Engineer may order the Contractor to extend the 39 foundations shown in the Plans to provide additional depth. Such additional work will be 40 paid for according to Section 1-04.4. 41 42 Forms shall be true to line and grade. Tops of foundations for roadside sign structures 43 shall be finished to ground line, unless otherwise shown in the Plans or directed by the 44 Engineer. Tops of foundations for sign bridges and cantilever sign structures shall be 45 finished to the elevation shown in the Plans. 46 47 Both forms and ground which will be in contact with the concrete shall be thoroughly 48 moistened before placing concrete; however, excess water in the foundation excavation 49 will not be permitted. Forms shall not be removed until the concrete has set at least 50 three days. All forms shall be removed, except when the Plans or Special Provisions 51 specifically allow or require the forms or casing to remain. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 Foundation concrete shall conform to the requirements for the specified class, be cast - 3 in-place concrete and be constructed in accordance with Section 6-02.2 and 6-02.3. 4 5 Sign structures shall not be erected on concrete foundations until foundations have 6 attained a compressive strength of 2,400 psi. 7 8 In addition to the basic requirements, sign bridges and cantilever sign structures shall 9 be installed in accordance with the following: 10 11 1. Tops of foundations for sign bridges and cantilever sign structures shall be 12 finished to the elevation shown in the Plans. 13 14 2. Steel reinforcing bars shall conform to Section 9-07. 15 16 3. Concrete shall be Class 4000, except as otherwise specified. Where water is 17 present in the shaft excavations for Type 1 foundations for sign bridges and 18 cantilever sign structures, the shaft concrete shall be Class 4000P placed in 19 accordance with Section 6-02.3(6)B. 20 21 4. All bolts and anchor bolts shall be installed so that two class full threads extend 22 beyond the top of the top heavy -hex nut. Anchor bolts shall be installed plumb, 23 plus or minus 1 degree. 24 25 5. Plumbing of sign bridges and cantilever sign structures shall be accomplished 26 by adjusting leveling nuts. Shims or other similar devices for plumbing or 27 raking will not be permitted. 28 29 6. The top heavy -hex nuts of sign bridges and cantilever sign structures shall be 30 tightened in accordance with Section 6-03.3(33), and by the Turn -Of -Nut 31 Method to a minimum rotation of 1/4 turn and a maximum of 1/3 turn past snug 32 tight. Permanent marks shall be set on the base plate and nuts to indicate nut 33 rotation past snug tight. 34 35 In addition to the basic requirements, roadside sign structures shall be installed in 36 accordance with the following: 37 38 1. Tops of foundations shall be finished to final ground line, unless otherwise 39 shown in the Plans or staked by the Engineer. 40 41 2. Spiral reinforcing shall conform to PASHTO M32. All other steel reinforcement 42 shall conform to the requirements of Section 9-07. 43 44 3. Concrete shall be Class 3000. 45 46 4. The assembly and installation of all Type TP — A or B bases for roadside sign 47 structures shall be supervised at all times by either a manufacturer's 48 representative or an installer who has been trained and certified by the 49 manufacturer of the system. If the supervision is provided by a trained 50 installer, a copy of the installer certification shall be provided to the Engineer 51 prior to installation. 52 1-43 1 5. For all Type — A or B bases the Contractor shall attach four female anchors to a 2 flat rigid template following the manufacturer's recommendations. The 3 Contractor shall lower the anchor assembly into fresh concrete foundation and 4 vibrate into position such that the tops of the anchor washers are flush with the 5 finished top surface of the foundation. The Contractor shall support the 6 template such that all anchors are level and in their proper position. 7 8 Slip base and hinge connection nuts of roadside sign structures shall be tightened using 9 a torque wrench to the torque, and following the procedure, specified in the Standard 10 Plans. 11 12 8-21.3(10) Vacant 13 This section is revised to read: 14 15 8-21.3(10) Sign Attachment 16 Sign panels consisting of sheet aluminum or fiberglass reinforced plastic shall be 17 attached or mounted to sign posts or sign structures as shown in the Standard Plans. 18 19 Signs not conforming to the above, including all variable message sign (VMS) 20 assemblies and other message board type assemblies, shall be attached or mounted to 21 sign posts or sign structures by means of positive connections - defined as through- 22 bolted connections. The use of clips or clamps to accomplish the attachment or 23 mounting of such signs and assemblies is prohibited. 24 25 8-21.3(12) Steel Sign Posts 26 This section is revised to read: 27 28 For roadside sign structures on Type — A or B bases, the Contractor shall use the 29 following procedures and manufacturer's recommendations: 30 31 1. The couplings, special bolts, bracket bolts, and hinge connection nuts on all 32 Type — A or B bases shall be tightened using the Turn-Of-Nut Tightening 33 Method to a maximum rotation of 1/2 turn past snug tight. 34 35 2. The Contractor shall shim as necessary to plumb the steel sign posts. 36 37 For roadside sign structures on all Type PL and SB slip bases, the Contractor shall use 38 the following procedures: 39 40 1. The Contractor shall assemble the steel sign post to stub post with bolts and 41 flat washers as shown in the Standard Plans. 42 43 2. Each bolt be tightened using a torque wrench to the torque, and following the 44 procedures specified in the Standard Plans. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 8-22, PAVEMENT MARKING 2 April 6, 2009 3 8-22.3(2) Preparation of Roadway Surfaces 4 This section is revised to read: 5 6 All surfaces shall be dry, free of any loose debris and within the proper temperature 7 range prior to striping. When required by the pavement marking manufacturer's 8 installation instructions, remove pavement markings from pavement surfaces that will 9 adversely affect the bond of new pavement marking material to the roadway surface 10 according to Section 8-22.3(6). 11 12 Remove all other contaminants from pavement surfaces that may adversely affect the 13 installation of new pavement markings by sandblasting, shot-blasting, or sweeping. Air 14 blast the pavement with a high-pressure system to remove extraneous or loose 15 material. 16 17 Apply materials to new HMA that is sufficiently cured according to the manufacturer's 18 recommendations. Typically, Type D material applied to new HMA pavement requires a 19 pavement cure period of 21 days. This cure period may be reduced if the manufacturer 20 performs a successful bond test and approves the reduction of the pavement cure 21 period. 22 23 For new Portland Cement Concrete surfaces remove curing compounds and laitance by 24 an approved mechanical means. Air blast the pavement with a high-pressure system to 25 remove extraneous or loose material. Apply materials to concrete that has reached a 26 minimum compressive strength of 2,500 psi and that is sufficiently cured according to 27 the manufacturer's recommendations. Typically, Type D material applied to Portland 28 cement concrete pavement requires a pavement cure period of 28 days. This cure 29 period may be reduced if the manufacturer performs a successful bond test and 30 approves the reduction of the pavement cure period. 31 32 After the pavement surface is clean and dry, apply primer as recommended by the 33 manufacturer to the area receiving the pavement markings. Apply the primer in a 34 continuous, solid film according to the recommendations of the primer manufacturer and 35 the pavement markings manufacturer. 36 37 8-22.3(3) Marking Application 38 The content of this section is deleted. This section is supplemented with the following new 39 sub -sections: 40 41 8-22.3(3)A Marking Colors 42 Lane line and right edge line shall be white in color. Center line and left edge line shall 43 be yellow in color. Transverse markings shall be white, except as otherwise noted in the 44 Standard Plans. 45 46 8-22.3(3)B Line Patterns 47 Solid line — a continuous line without gaps. 48 49 Broken line — a line consisting of solid line segments separated by gaps. 50 1-45 1 Dotted line — a broken line with noticeably shorter line segments separated by 2 noticeably shorter gaps. 3 4 8-22.3(3)C Line Surfaces 5 Flat Lines — Pavement marking lines with a flat surface. 6 7 Profiled Marking — A profiled pavement marking is a marking that consists of a base line 8 thickness and a profiled thickness which is a portion of the pavement marking line that is 9 applied at a greater thickness than the base line thickness. Profiles shall be applied 10 using the extruded method in the same application as the base line. The profiles may 11 be slightly rounded provided the minimum profile thickness is provided for the length of 12 the profile. See the Standard Plans for the construction details. 13 14 Embossed Plastic Line — Embossed plastic lines consist of a flat line with transverse 15 grooves. An embossed plastic line may also have profiles. See the Standard Plans for 16 the construction details. 17 18 8-22.3(3)D Line Applications 19 Surface line — a line constructed by applying pavement marking material directly to the 20 pavement surface or existing pavement marking. 21 22 Grooved line — A line constructed by grinding or saw cutting a groove into the pavement 23 surface and spraying, extruding or gluing pavement marking material into the groove. 24 Groove depth is measured vertically from the bottom of a 2-foot or longer straight edge 25 placed on the roadway surface to the ground surface. The groove depth is dependent 26 upon the material used, the pavement surface and location. See these Standard 27 Specifications, the project Plans and Special Provisions. 28 29 8-22.3(3)E Installation 30 Apply pavement marking materials to clean dry pavement surfaces and according to the 31 following: 32 33 1. Place material according to the manufacture's recommendations; 34 2. Place parallel double lines in one pass; 35 3. The top of pavement marking shall be smooth and uniform; 36 4. Line ends shall be square and clean; 37 5. Place pavement marking lines parallel and true to line; and, 38 6. Place markings in proper alignment with existing markings. 39 40 When applying paint, Type A or Type C material, ensure that both the pavement surface 41 and the air temperature at the time of application are not less than 50°F and rising. 42 When applying Type B or Type D material, ensure that both the pavement surface and 43 the air temperature at the time of application are not less than 40°F and rising. 44 45 Ensure that the Type A thermoplastic material meets the manufacturers temperature 46 specifications when it contacts the pavement surface. 47 48 Two applications of paint will be required to complete all paint markings. The second 49 application of paint shall be squarely on top of the first pass. The time period between 50 paint applications will vary depending on the type of pavement and paint (low VOC 51 waterborne, high VOC solvent, or low VOC solvent) as follows: 52 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 3 4 5 6 7 Pavement Type Paint Type Time Period Bituminous Surface Treatment Low VOC Waterborne 4 -hours min., 48 -hours max. Hot Mix Asphalt Pavement Low VOC Waterborne 4 -hours min., 30 -days max. Cement Concrete Pavement Low VOC Waterborne 4 -hours min., 30 -days max. Bituminous Surface Treatment High and Low VOC Solvent 40 min. min., 48 hrs. max. Hot Mix Asphalt Pavement High and Low VOC Solvent 40 min. min., 30 -days max. Cement Concrete Pavement High and Low VOC Solvent 40 min. min., 30 -days max. Centerlines on 2 -lane Highways with broken line patterns, paint or plastic, shall be applied in the increasing mile post direction so they are in cycle with existing broken line patterns at the beginning of the project. Broken line patterns applied to multi -lane or divided Roadways shall be applied in cycle in the direction of travel. 8 Where paint is applied on centerline on two-way roads with bituminous surface 9 treatment or centerline rumble strips, the second paint application shall be applied in the 10 opposite (decreasing mile post) direction as the first application (increasing mile post) 11 direction. This will require minor broken line pattern corrections for curves on the 12 second application. 13 14 8-22.3(3)F Application Thickness 15 Pavement markings shall be applied at the following base line thickness measured above 16 the pavement surface or above the groove bottom for grooved markings in thousandths of 17 an inch (mils): 18 Marking Material Application HMA PCC BST Groove Depth Paint -first coat spray 10 10 10 Paint- second coat spray 15 15 15 Type A - flat/transverse & symbols extruded 125 125 125 Type A - flat/long line & symbols spray 90 90 120 Type A - with profiles extruded 90 90 120 Type A - embossed extruded 160 160 160 Type A - embossed with profiles extruded 160 160 160 Type A — grooved/flat/long line extruded 230 230 230 250 Type B - flat/transverse & symbols heat fused 125 125 125 Type C-2 - flat/transverse & symbols adhesive 90 90 NA Type C-1 & 2 - flat/long line adhesive 60 60 NA Type C-1 - grooved/flat/long line adhesive 60 60 NA 100 1-47 1 2 3 4 5 6 7 8 9 10 Type D - flat/transverse & symbols spray 120 120 120 161 Type D - flat/transverse & symbols extruded 120 120 120 89 Type D - flat/long line spray 90 90 120 73 Type D - flat/long line extruded 90 90 120 54 Type D - profiled/long line extruded 90 90 120 36 Type D — grooved/flat/long line extruded 230 230 230 250 Liquid pavement marking material yield per gallon depending on thickness shall not exceed the following: Mils thickness Feet of 4" Zine/gallon Square feet/gallon 10 483 161 15 322 108 18 268 89 20 242 80 22 220 73 24 202 67 30 161 54 40 122 41 45 107 36 60 81 27 90 54 18 90 with profiles 30 10 120 40 13 12D with profiles 26 9 230 21 7 Solid pavement marking material (Type A) yield per 50 -pound bag shall not exceed the following: Mils thickness Feet of 4" line/50# bag Square feet/50# bag 30 - flat 358 120 45 - flat 240 80 60 - flat 179 60 90 - flat 120 40 90 - flat with profiles 67 23 120 - flat 90 30 120 - flat with profiles 58 20 125 - embossed 86 29 1-48 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 3 4 5 6 7 8 9 125 - embossed with 58 20 profiles 230- flat grooved 47 15 All grooved lines shall be applied into a groove cut or ground into the pavement. For Type A or Type D material the groove shall be cut or ground with equipment to produce a smooth square groove 4 -inches wide. For Type C-1 material the groove shall be cut with equipment to produce a smooth bottom square groove with a width in accordance with the material manufacturer's recommendation. After grinding, clean the groove by shot blasting or a method approved by Engineer. Immediately before placing the marking material clean the groove with high pressure air. 10 11 8-22.3(3)A Glass beads 12 This section is renumbered as follows: 13 14 8-22.3(3)G Glass Beads 15 16 The second sentence in the second paragraph is revised to read: 17 18 For plastic pavement markings, glass bead type and application rate shall be as 19 recommended by the marking material manufacturer. 20 21 8-22.3(4) Tolerances for Lines 22 This section is revised to read: 23 24 Allowable tolerances for lines are as follows: 25 26 Length of Line — The longitudinal accumulative error within a 40 -foot length of broken 27 line shall not exceed plus or minus 1 -inch. The broken line segment shall not be Tess 28 than 10 feet. 29 30 Width of Line — The width of the line shall not be less than the specified line width or 31 greater than the specified line width plus 'h -inch 32 33 Lane Width — the lane width, which is defined as the lateral width from the edge of 34 pavement to the center of the lane line or between the centers of successive lane lines, 35 shall not vary from the widths shown in the Contract by more than plus or minus 4- 36 inches. 37 38 Thickness — a thickness tolerance not exceeding plus 10 -percent will be allowed for 39 thickness or yield in paint and plastic material application. 40 41 Parallel Lines — the gap tolerance between parallel lines is plus or minus'/2-inch. 42 43 8-22.3(5) Plastic Installation Instructions 44 This section's title is revised to read: 45 1-49 1 8-22.3(5) Installation Instructions 2 3 The following new sentences are inserted to follow the first sentence: 4 5 6 7 8 9 The instructions shall include equipment requirements, approved procedures, material application temperature range, air and temperature requirements, weather limitations, precautions, and all for successful application and material performance. Do not incomplete or missing instructions. work methods and pavement surface other requirements use materials with 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 8-23, TEMPORARY PAVEMENT MARKINGS 2 April 6, 2009 3 4 8-23.3(2) Beading and Tolerances 5 This section's content is deleted. This section's title is revised to read: 6 7 8-23.3(2) Marking Application 8 9 This section is supplemented with the following new sub -sections: 10 11 8-23.3(2)A Temporary Pavement Marking Paint 12 Paint used for temporary pavement markings shall be applied in one application at a 13 thickness of 15 -mils or 108 -square feet per gallon. Glass beads shall be in accordance 14 with Section 8-22.3(3)G. 15 16 8-23.3(2)B Temporary Pavement Marking Tape 17 Surface preparation and application of temporary pavement marking tape shall be in 18 conformance with the manufacturer's recommendations. 19 20 8-23.3(2)C Temporary Raised Pavement Markers 21 Surface preparation and application of temporary flexible raised pavement markers shall 22 be in conformance with the manufacturer's recommendations. When temporary flexible 23 raised pavement markers are used for bituminous surface treatment operations, the 24 markers shall be installed with the protective cover in place. The cover shall be 25 removed after spraying asphaltic material. 26 27 Application of temporary raised pavement markers (other than temporary flexible raised 28 pavement markers) shall conform to the requirements of Section 8-09.3. 29 30 8-23.3(2)D Tolerance for Lines 31 Tolerance for lines shall conform to Section 8-22.3(4) 1-51 SECTION 9-02, BITUMINOUS MATERIALS April 6, 2009 9-02.1 Asphalt Material, General This section is supplemented with the following: The Asphalt Supplier of Performance Graded Asphalt Binder (PGAB) and Cationic Emulsified Asphalt shall have a Quality Control Plan (QCP) in accordance with WSDOT QC 2 "Standard Practice for Asphalt Suppliers That Certify Performance Graded and Emulsified Asphalts." The Asphalt Supplier's QCP shall be submitted and approved by the WSDOT State Materials Laboratory. Any change to the QCP will require a new QCP to be submitted. The Asphalt Supplier of PGAB and Cationic Emulsified Asphalt shall certify through the Bill of Lading that the PGAB or Cationic Emulsified Asphalt meets the Specification requirements of the Contract. 9-02.1(4)A Quality Control Pian This section including title is revised to read: 9-02.1(4)A Vacant 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 9-03, AGGREGATES 2 April 6, 2009 3 9-03.1(1) General Requirements 4 The reference to ASTM C-1260 in the third, fifth, and sixth paragraphs is deleted. 5 6 The following new paragraph is inserted after the sixth paragraph: 7 8 The use of fly ash that does not meet the requirements of Table 2 of AASHTO M295 9 may be approved for use for aggregates with expansions greater than or equal to 0.21 10 percent. The Contractor shall submit test results according to ASTM C 1567 through the 11 Project Engineer to the State Materials Laboratory that demonstrate that the proposed 12 fly ash when used with the proposed aggregates and portland cement will control the 13 potential expansion to 0.20 percent or Tess before the fly ash and aggregate sources 14 may be used in concrete. The Contracting Agency may test the proposed ASR 15 mitigation measure to verify its effectiveness. In the event of a dispute, the Contracting 16 Agency's results will prevail. 17 18 9-03.8(7) HMA Tolerances and Adjustments 19 The third sentence in the second paragraph under (1.), (Beginning with: The tolerance limits 20 on sieves...) is deleted. 21 22 9-03.17 Foundation Material Class A and Class B 23 This section is revised to read: 24 25 26 Foundation material Class A and Class B shall conform to the following gradations: 27 All percentages are by mass. 1-53 Percent Passing Sieve Size Class A Class B 2'/2" square 98-100 95-100 2" square 92-100 75-100 1'/z' square 72-87 30-60 3/4' square 27-47 0-5 %" square 3-14 -- U.S. No. 4 0-5 --- 27 All percentages are by mass. 1-53 1 SECTION 9-07, REINFORCING STEEL 2 April 6, 2009 3 9-07.3 Epoxy Coated Steel Reinforcing Bars 4 The reference to ASTM A 06 in number 1. of the first paragraph is revised to ASTM A 706. 5 6 9-07.10 Prestressing Reinforcement Strand 7 The first sentence in the fourth paragraph is revised to read: 8 9 For every 5 reels furnished, one sample, not Tess than 5%2 -feet long, shall be sent to the 10 Engineer for testing. 11 12 9-07.11 Prestressing Reinforcement Bar 13 The fifth and sixth paragraphs are revised to read: 14 15 The Contractor shall supply a Manufacturer's Certificate of Compliance in accordance 16 with Section 1-06.3 for each bar. The Contractor shall supply a Manufacturer's 17 Certificate of Compliance in accordance with Section 1-06.3 for all nuts and couplers 18 confirming compliance with the specified strength requirement. 19 20 For each heat of steel for high-strength steel bar, the Contractor shall submit two 21 samples, each not less than 5'/2 -feet long, to the Engineer for testing. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 9-14, EROSION CONTROL AND ROADSIDE PLANTING 2 April 6, 2009 3 9-14.4(4) Vacant 4 This section including title is revised to read: 5 6 9-14.4(4) Wood Strand Mulch 7 Wood strand mulch shall be a blend of loose, long, thin wood pieces derived from native 8 conifer or deciduous trees with high length -to -width ratio. A minimum of 95% of the 9 wood strand shall have lengths between 2 and 10 -inches, with a width and thickness 10 between 1/16 and 3/8 -inches. 11 12 The mulch shall not contain resin, tannin, or other compounds in quantities that would 13 be detrimental to plant life. Sawdust or wood shavings shall not be used as mulch. 14 15 9-14.4(8) Compost 16 This section is revised to read: 17 18 Compost products shall be the result of the biological degradation and transformation of 19 plant -derived materials under controlled conditions designed to promote aerobic 20 decomposition. Compost shall be stable with regard to oxygen consumption and carbon 21 dioxide generation. Compost shall be mature with regard to its suitability for serving as 22 a soil amendment or an erosion control BMP as defined below. The compost shall have 23 a moisture content that has no visible free water or dust produced when handling the 24 material. 25 26 Compost production and quality shall comply with Chapter 173-350 WAC. 27 28 Compost products shall meet the following physical criteria: 29 30 1. Compost material shall be tested in accordance with U.S. Composting Council 31 Testing Methods for the Examination of Compost and Composting (TMECC) 32 02.02-B, "Sample Sieving for Aggregate Size Classification". 33 34 Fine Compost shall meet the following: 35 36 Min. Max. 37 Percent passing 2" 100% 38 Percent passing 1" 95% 100% 39 Percent passing 5/8" 90% 100% 40 Percent passing 1/4" 75% 100% 41 Maximum particle length of 6 inches 42 43 Coarse Compost shall meet the following: 44 45 Min. Max. 46 Percent passing 3" 100% 47 Percent passing 1" 90% 100% 48 Percent passing 3/4" 70% 100% 49 Percent passing 1/4" 40% 60% 50 Maximum particle length of 6 inches 51 1-55 1 2. The pH shall be between 6.0 and 8.5 when tested in accordance with U.S. 2 Composting Council TMECC 04.11-A, "1:5 Slurry pH". 3 4 3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be 5 less than 1.0 percent by weight as determined by U.S. Composting Council 6 TMECC 03.08-A "Classification of Inerts by Sieve Size". 7 8 4. Minimum organic matter shall be 40 percent by dry weight basis as determined 9 by U.S. Composting Council TMECC 05.07A "Loss -On -Ignition Organic Matter 10 Method (LOI)". 11 12 5. Soluble salt contents shall be less than 4.0 mmhos/cm when tested in 13 accordance with U.S. Composting Council TMECC 04.10 "Electrical 14 Conductivity". 15 16 6. Maturity shall be greater than 80% in accordance with U.S. Composting 17 Council TMECC 05.05-A, "Germination and Root Elongation". 18 19 7. Stability shall be 7 mg CO2—C/g OM/day or below in accordance with U.S. 20 Composting Council TMECC 05.08-B "Carbon Dioxide Evolution Rate". 21 22 8. The compost product must originate a minimum of 65 percent by volume from 23 recycled plant waste as defined in WAC 173-350 as "Type 1 Feedstocks." A 24 maximum of 35 percent by volume of "Type 2 Feedstocks," source -separated 25 food waste, and/or biosolids may be substituted for recycled plant -waste. The 26 manufacturer shall provide a list of feedstock sources by percentage in the 27 final compost product. 28 29 9. The Engineer may also evaluate compost for maturity using U.S. Composting 30 Council TMECC 05.08-E "Solvita® Maturity Index". Fine Compost shall score 31 a number 6 or above on the Solvita® Compost Maturity Test. Coarse Compost 32 shall score a 5 or above on the Solvita® Compost Maturity Test. 33 34 This section is supplemented with the following new sub -sections: 35 36 9-14.4(8)A Compost Approval 37 The Contractor shall either select a compost manufacturer from the Qualified Products 38 List, or submit the following information to the Engineer for approval: 39 40 1. A Request for Approval of Material Source. 41 42 2. A copy of the Solid Waste Handling Permit issued to the manufacturer by the 43 Jurisdictional Health Department as per WAC 173-350 (Minimum Functional 44 Standards for Solid Waste Handling). 45 46 3. The manufacturer shall verify in writing, and provide lab analyses that the 47 material complies with the processes, testing, and standards specified in WAC 48 173-350 and these specifications. An independent Seal of Testing Assurance 49 (STA) Program certified laboratory shall perform the analysis. 50 51 4. A copy of the manufacturer's Seal of Testing Assurance STA certification as 52 issued by the U.S. Composting Council. 1 2 9-14.4(8)B Compost Acceptance 3 Seven days prior to initial application of any compost the Contractor shall submit a 4 compost sample, a STA test report dated within 90 calendar days, and the list of 5 feedstocks by volume for each compost type to the Engineer for review. 6 7 The Contractor shall use only compost that has been tested within 90 calendar days of 8 application and meets the requirements in section 9-14.4(8). Compost not conforming 9 to the above requirements or taken from a source other than those tested and accepted 10 shall be immediately removed from the project and replaced at no cost to the 11 Contracting Agency. 12 13 9-14.5(1) Polyacrylamide (PAM) 14 The second sentence is revised to read: 15 16 PAM shall be anionic and shall be linear, and not cross-linked. 17 18 9-14.5(3) Clear Plastic Covering 19 This section is revised to read: 20 21 Clear plastic covering shall conform to the requirements of ASTM D 4397, for 22 polyethylene sheeting having a minimum thickness of 6 mils. 23 24 9-14.5(7) Coir Log 25 The reference to Standard Plans in the second sentence of the first paragraph is revised to 26 read Plans. SECTION 9-16, FENCE AND GUARDRAIL December 1, 2008 9-16.1(1)A Post Material for Chain Link Fence The first paragraph is supplemented with the following: • Round Post Material Round post material shall be Grade 1 or 2. Roll Form Material Roll -formed post material shall be Grade 1. Roll -formed end, corner, and pull posts shall have integral fastening loops to connect to the fabric for the full length of each post. Top rails and brace rails shall be open rectangular sections with internal flanges as shown in ASTM F1043. The Round Post Material and Roll Form Material information following the third paragraph is deleted. 9-16.1(1)B Chain Link Fence Fabric The first paragraph is revised to read: Chain Zink fabric shall consist of 11 gage wire for chain link fence Types 3, 4, and 6, and 9 gage wire for chain Zink fence Type 1. The fabric shall be zinc -coated steel wire conforming to AASHTO M 181, Class C. Zinc 5 -percent Aluminum-Mischmetal alloy meeting the requirements of ASTM B 750 may be substituted for zinc coating (hot -dipped) at the application rate specified by ASSHTO M 181 for hot -dip zinc coating. Coating for chain link fence fabric shall meet the requirements of ASTM A 817 with minimum weight of coating of uncoated wire surface 1.0 oz/sq ft (305 g/m2). 9-16.1(1)C Tension Wire This section including title is revised to read: 9-16.1(1)C Tension Wire and Tension Cable Tension wire shall meet the requirements of AASHTO M 181. Tension wire galvanizing shall be Class 1. Tension cable shall meet the requirements of Section 9-16.6(5). 9-16.1(1)D Fittings and Hardware This section is supplemented with the following: Fabric bands and stretcher bars shall meet the requirements of Section 9-16.6(9). Thimbles, wire rope clips, anchor shackles, and seizing shall meet the requirements of Section 9-16.6(6). 9-16.1(1)E Chain Link Gates The first sentence in the first paragraph is revised to read: Gate frames shall be constructed of not less that 1 1/2 -inch (l.D.) galvanized pipe conforming to AASHTO M 181 Type I, Grade 1 or 2 as specified in Section 9- 16.1(1)A. The fourth sentence in the first paragraph is revised to read: All welds shall be ground smooth and painted with an A-9-73 galvanizing repair paint or A-11-99 primer meeting the requirements of Section 9-08.2. 9-16.2(1)A Steel Post Material The paragraph under Angle Post Material is revised to read: All angle post material shall be galvanized in accordance with the requirements of AASHTO M 111 except the anchor plate on fence post material shall be grade 55. Angle post used for end, corner, gate and pull post and brace shall have a minimum weight of 3.1 lb/ft. The first sentence in the third paragraph is revised to read: Posts shall not be less than 7 -feet in length. The last sentence in the third paragraph is revised to read: The anchor plate shall be securely attached and have a surface area of 20 ±2 in2, and a minimum weight of 0.67 pounds. 9-16.3(2) Posts and Blocks The first sentence in the second paragraph is revised to read: Timber posts and blocks shall conform to the grade specified in Section 9-09.2(2). 9-16.3(3) Galvanizing The first sentence in the first paragraph is revised to read: W -beam or thrie beam rail elements and terminal sections shall be galvanized in accordance with AASHTO M-180, Class A, Type 2, except that the rail shall be galvanized after fabrication, with fabrication to include forming, cutting, shearing, punching, drilling, bending, welding, and riveting. 9-16.3(4) Hardware This section is revised to read: Unfinished Bolts (ordinary machine bolts), nuts, and washers for High Unfinished Bolts, shall conform to 9-06.5(1). High Strength bolts, nuts, and washers for High Strength Bolts shall conform to 9-06.5(3). Unfinished bolts will be accepted by field verification and documentation that bolt heads are stamped 307A. The Contractor shall submit a manufacturer's certificate of compliance per 1-06.3 for high strength bolts, nuts, and washers prior to installing any of the hardware. 9-16.3(5) Anchors The reference to "hot dip galvanized" in the tenth paragraph is revised to "galvanized". 9-16.4(2) Wire Mesh The reference to "hot dip galvanized" in the second sentence in the third paragraph is revised to "galvanized". 9-16.6(2) Glare Screen Fabric The reference to "A 491" in the second sentence in the first paragraph is revised to "ASTM A 491". 9-16.6(3) Posts The first paragraph is revised to read: Line posts for Type 1 glare screen shall be 1 1/2 -inches by 1 7/8 -inches galvanized steel H column with a minimum weight of 2.8 pounds per linear foot. Line posts for Type 2 glare screen shall be 1 5/8 -inches by 2 1/4 -inches galvanized steel H column with a minimum weight of 4.0 pounds per linear foot, or 2 -inch inside diameter galvanized steel pipe with a nominal weight of 3.65 pounds per linear foot provided only one type shall be used on any one project. The first paragraph is supplemented with the following: End, corner, brace, and pull posts for Type 1 Design A shall be 1 1/2 -inches by 1 7/8 -inches steel H column with a minimum weight of 2.8 pounds per linear foot. The first sentence in the second paragraph is revised to read: End, corner, brace, and pull posts for Type 1 Design B and Type 2 shall be 2 -inch inside diameter galvanized steel pipe with nominal weight of 3.65 pounds per linear foot. The reference to "hot dip galvanized" in the third sentence in the second paragraph is revised to "galvanized". The first two sentences in the fifth paragraph are revised to read: All posts shall be galvanized in accordance with AASHTO M 181, Section 32. The minimum average zinc coating is per square foot of surface area. 9-16.6(5) Cable The reference to "hot dip galvanized" is revised to "galvanized". 9-16.6(6) Cable and Tension Wire Attachments The reference to "hot dip galvanized" in the first sentence in the first paragraph is revised to "galvanized". The third sentence in the first paragraph is deleted. 9-16.6(9) Fabric Bands and Stretcher Bars The reference to "hot dip galvanized" is revised to "galvanized". 9-16.6(10) Tie Wire This section including title is revised to read: 9-16.6(10) Tie Wire and Hog Rings Tie wire shall be 9 gage aluminum wire complying with the ASTM B 211 for alloy 1100 H14 or 9 gage galvanized wire meeting the requirements of AASHTO M 279. Galvanizing shall be Class 1. Hog rings shall be 12 gage galvanized steel wire. 9-16.8(1) Rail and Hardware The word "Composition" following the first paragraph is deleted. 1 SECTION 9-23, CONCRETE CURING MATERIALS AND ADMIXTURES 2 April 6, 2009 3 9-23.6 Admixture for Concrete 4 This section including title is revised to read: 5 6 9-23.6 Chemical Admixtures for Concrete 7 Acceptance of chemical admixtures will be based on Manufacturer's Certificate of 8 Compliance. If required by the Engineer, admixtures shall be sampled and tested before 9 they are used. A one -pint (500 milliliter) sample of the admixture shall be submitted to 10 the WSDOT Headquarters Materials Laboratory for testing 10 days prior to use. 11 Chemical Admixtures shall contain less than one percent chloride ion (Cl-) by weight of 12 admixture. 13 14 This section is supplemented with the following new sub -sections. 15 16 9-23.6(1) Air Entraining Admixtures 17 Air Entraining Admixtures shall meet the requirements of AASHTO M 154 or ASTM C 18 260. 19 20 9-23.6(2) Type A Water -Reducing Admixtures 21 Type A Water -Reducing admixtures shall conform to the requirements of AASHTO M 22 194 Type A or ASTM C 494 Type A. 23 24 9-23.6(3) Type B Retarding Admixtures 25 Type B Retarding admixtures shall conform to the requirements of AASHTO M 194 Type 26 B or ASTM C 494 Type B. 27 28 9-23.6(4) Type C Accelerating Admixtures 29 Type C Accelerating admixtures shall conform to the requirements of AASHTO M 194 30 Type C or ASTM C 494 Type C and only non -chloride accelerating admixtures shall be 31 used. 32 33 9-23.6(5) Type D Water -Reducing and Retarding Admixtures • 34 Type D Water -Reducing and Retarding admixtures shall conform to the requirements of 35 AASHTO M 194 Type D or ASTM C 494 Type D. 36 37 9-23.6(6) Type E Water -Reducing and Accelerating Admixtures 38 Type E Water -Reducing and Accelerating admixtures shall conform to the requirements 39 of AASHTO M 194 Type E or ASTM C 494 Type E and only non -chloride accelerating 40 admixtures shall be used. 41 42 9-23.6(7) Type F Water -Reducing, High Range Admixtures 43 Type F Water -Reducing, High Range admixtures shall conform to the requirements of 44 AASHTO M 194 Type F or ASTM C 494 Type F. 45 46 9-23.6(8) Type G Water -Reducing, High Range and Retarding Admixtures 47 Type G Water -Reducing, High Range and Retarding admixtures shall conform to the 48 requirements of AASHTO M 194 Type G or ASTM C 494 Type G. 49 1 9-23.6(9) Type S Specific Performance Admixtures 2 Type S Specific Performance Admixtures shall conform to the requirements of ASTM C 3 494 Type S. When a Type S admixture is used a report on the performance 4 characteristics of the Type S admixture shall be submitted along with the WSDOT 5 concrete mix design (WSDOT Form 350-040). The report shall describe the 6 performance characteristics and provide data substantiating the specific characteristics 7 of the Type S admixture in accordance with ASTM C 494. 8 9 9-23.7 Air Entraining and Chemical Admixtures for Precast Prestressed 10 Concrete 11 This section including title is revised to read: 12 13 9-23.7 Vacant 14 15 9-23.9 Fly Ash 16 This section is supplemented with the following: 17 18 Fly ash that exceeds the available alkalies limits set in AASHTO M 295 Table 2 may be 19 used if they meet the tests requirements of Section 9-03.1(1). The optional chemical 20 limits in AASHTO M 295 Table 2 do not apply to fly ash used in Controlled Density Fill. 1 SECTION 9-25, WATER 2 April 6, 2009 3 9-25.1 Water for Concrete 4 The first paragraph is revised to read: 5 6 Water for concrete, grout, and mortar shall be clear, apparently clean, and suitable for 7. human consumption (potable). If the water contains substances that cause 8 discoloration, unusual smell or taste, or other suspicious content, the Engineer may 9 require the Contractor to provide test results documenting that the water meets the 10 physical test requirements and chemical limits described in ASTM C1602 for non - 11 potable water. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 9-28, SIGNING MATERIALS AND FABRICATION 2 April 6, 2009 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 9-28.8 Sheet Aluminum Signs The second paragraph (excluding chart) is revised to read: After the sheeting has been fabricated, the surface of each panel shall be protected from corrosion. The corrosion protection shall meet the requirements of ASTM B-449 class II Specification for Chromates on Aluminum. Aluminum signs over 12 -feet wide by 5 -feet high shall be comprised of vertical panels in increments of 2, 3, or 4 -feet wide. No more than one 2 -foot and/or 3 -foot panel may be used per sign. The Contractor shall use the widest panels possible. All parts necessary for assembly shall be constructed of aluminum, galvanized, or stainless steel in accordance with the plans. Sheet thickness shall be as follows: 9-28.9(1) Mechanical Properties The chart in this section is revised to read: Mechanical Property Tensile Strength Tensile Modulus Flexural Strength Flexural Modulus Compression Strength Compression Modulus Punch Shear Ave. Min. Requirement 10.0 psi x 103 1.2 psi x 106 20.0 psi x 103 1.2 psi x 106 32.0 psi x 103 1.4 psi x 106 12.0 psi x 103 ASTM Test D638 D638 D790 D790 D695 D695 D732 9-28.14(2) Steel Structures and Posts The first sentence in the fifth paragraph is supplemented with the following: Steel used for slip bases (SB -1, SB -2, SB -3) and heavy duty controlled silicon maximum of 0.40 -percent. 1-65 anchors shall have a 1 SECTION 9-29, ILLUMINATION, SIGNAL, ELECTRICAL 2 April 6, 2009 3 9-29.1 Conduit, Innerduct, and Outerduct 4 This section's content is deleted. This section is supplemented with the following: 5 6 Conduit shall be free from defects, including out of round, and foreign inclusions. 7 Conduit shall be uniform in color, density, and physical properties. The inside shall be 8 smooth and free from burrs which could damage cable during installation. Conduit ends 9 shall be cut square to the inside diameter, and supplied with thread protectors. All 10 conduit, conduit fittings, and associated hardware/appurtenances shall be listed by a 11 Nationally Recognized Testing Laboratory. 12 13 9-29.1(1) Rigid Metal Conduit, Galvanized Steel Outerduct, and Fittings 14 Rigid metal conduit, shall be straight, and be rigid galvanized steel, or stainless steel, as 15 required and bear the mark of a Nationally Recognized Testing Laboratory. Exterior and 16 interior surfaces of the galvanized steel conduit, except threaded ends, shall be 17 uniformly and adequately zinc coated by a hot -dip galvanizing process. The average of 18 the zinc coating shall comply with Federal Specification WW -C-581 d. 19 20 9-29.1(2) Rigid Metal Conduit Fittings and Appurtenances 21 Couplings for rigid metal type conduits may be either hot -dip or electroplated 22 galvanized. 23 24 Conduit bodies and fittings for rigid steel conduit systems shall be listed by Nationally 25 Recognized Testing Laboratory listed for wet locations, and shall be hot -dip galvanized 26 malleable iron, or bronze. Conduit bodies shall have tapered threads, and include a bolt 27 on cover with stainless steel screws and a neoprene gasket seal. 28 29 Grounding end bushings shall be bronze or galvanized malleable iron with copper, 30 tinned copper, stainless steel, or integral lug with stainless steel clamping screw, 31 mounting screw and set screw. 32 33 Conduit clamps and straps shall be type 304 or type 316 stainless steel or hot -dip 34 galvanized. Two -hole type straps shall span the entire width of the support channel and 35 attach to the supports on both sides of. the conduit with bolts and associated hardware. 36 Two piece conduit clamps shall interlock with the support channel with a single bolt. 37 38 Conduit supports for surface mounted conduit shall be hot -dip galvanized or type 304 or 39 type 316 stainless steel channel using type 304 or type 316 stainless steel bolts and 40 spring nuts. 41 42 9-29.1(2)A Expansion Fittings, Deflection Fittings, and Combination 43 Expansion/Deflection Fittings 44 Expansion fittings for rigid galvanized steel conduit shall be weather tight, with hot -dip 45 galvanized malleable or ductile iron end couplings and body and shall allow for 4 -inches 46 of movement minimum (2 -inches in each direction). Expansion fittings for rigid 47 galvanized steel conduit shall have an external tinned copper bonding jumper or an 48 internal tinned copper bonding jumper. The internal tinned copper bonding jumper shall 49 not reduce the conduit conductor capacity. 50 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Deflection fittings for rigid galvanized steel conduit shall be weather tight, with hot -dip 2 galvanized ductile iron or bronze end couplings, with molded neoprene sleeve, stainless 3 steel bands and internal tinned copper bonding jumper. Deflection fittings shall provide 4 for conduit movement of %-inch in all directions and angular movement of 30 degree in 5 any direction. 6 7 A combination of a deflection and an expansion fitting for rigid galvanized steel conduit 8 shall be assembled from a deflection fitting and an expansion fitting as defined above. 9 10 The bonding jumper used for expansion fittings and combination expansion deflection 11 fittings shall be a tinned copper braid attached to the conduit with a galvanized "U" bolt 12 type connection designed for the application. 13 14 9-29.1(3) Flexible Metal Conduit 15 Liquidtight flexible metal conduit shall consist of a single strip of continuous flexible 16 interlocked steel galvanized inside and out, forming a smooth internal wiring channel 17 with a liquid tight covering of sunlight resistant flexible PVC conforming to NEC Article 18 350. 19 20 9-29.1(3)A Flexible Metal Conduit Appurtenances 21 Liquidtight connectors shall be the insulated throat type, conforming to NEC Article 350, 22 and listed for wet locations. 23 24 9-29.1(4) Non -Metallic Conduit 25 26 9-29.1(4)A Rigid PVC Conduit 27 Rigid PVC conduit shall conform to NEMA TC 2 and ASTM F 2136, and UL 651. 28 Fittings shall conform to NEMATC-3, and be UL 514C and UL 651. 29 30 PVC solvent cement shall meet ASTM D 2564 including note 8 (label to show pipe sizes 31 for which the cement is recommended). 32 33 9-29.1(4)B HDPE Conduit 34 HDPE conduit shall be listed by a Nationally Recognized Testing Laboratory. Couplings 35 for HDPE shall be mechanical and listed for use with HDPE. 36 37 Aluminum mechanical couplings are prohibited. 38 39 9-29.1(5) Innerduct and Outerduct 40 The innerduct system shall be factory -installed and shall be designed so that expansion 41 and contraction of the innerducts takes place in the coupling body to eliminate 42 compatibility problems.The conduit coupling body shall have a factory -assembled 43 gasket that is multi -stage and anti -reversing, sealing both the outerduct and innerducts. 44 A secondary mid -body 0 -ring gasket shall be seated into the coupling body and shall 45 hold the coupling body firmly in the outerduct. 46 47 All fittings, adapters, and bends (sweeps) shall be provided and shall be manufactured 48 from the same materials and manufacturing process as the conduit, except as specified 49 otherwise. The conduit system shall be a complete system with the following 50 accessories: 51 52 Manhole Terminator Kits 1-67 1 Deflection Fittings 2 Offset Fittings 3 Expansion/Contraction Fittings 4 Repair Kits 5 Conduit and innerduct Plugs 6 Pull string 7 Pull rope 8 Conduit spacers 9 Split Plugs 10 11 9-29.1(5)A Rigid Galvanized Steel Outerduct with PVC or PE Innerduct 12 Each section of steel outerduct shall be supplied with one reversing spin coupling that 13 allows straight sections and fittings to be joined without spinning the conduit. The 14 reversing coupling shall be galvanized and have three setscrews or a lock nut ring to 15 lock the coupling in place. Setscrews or lock nut ring shall be galvanized or stainless 16 steel and insure continuous electrical ground. The couplings shall be galvanized steel 17 with the same material properties as the conduit. 18 19 The conduit system shall be designed so that assembly of components can be 20 accomplished in the following steps: 21 22 1. Loosen setscrews or lock nut ring on coupling and spin back to allow for 23 insertion. 24 25 2. Spin coupling mating sections forward to bottom. 26 27 3. Tighten setscrews on lock nut ring. 28 29 9-29.1(5)B Rigid PVC Outerduct with PVC or PE Innerduct 30 Protective outerduct for schedule 40 PVC and schedule 80 PVC conduit outerduct shall 31 be 4 -inch with a minimum 5 -inch extended integral "bell end" and shall be gray in color. 32 The outerduct minimum wall thickness shall be 0.23 -inch for Schedule 40 PVC and 33 0.32 -inch for Schedule 80 PVC. 34 35 Conduit and fittings for PVC outerduct shall be manufactured with an ultraviolet inhibitor. 36 37 The coupling body for PVC outerduct shall include a factory -assembled, multi -stage 38 gasket that is anti -reversing, sealing both the outer and innerducts. A secondary mid - 39 body gasket shall be seated at the shoulder of the bell to assure air and water integrity 40 of the system. The bell end and the coupling body assembly shall accept a minimum of 41 5 -inches of the spigot end. 42 43 The conduit system shall be designed so that straight sections and fittings will assemble 44 without the need for lubricants or cement. 45 46 PVC outerduct shall have a longitudinal print -line that denotes "Install This Side Up" for 47 proper innerduct alignment. PVC outer -ducts shall have a circumferential ring on the 48 spigot end of the duct to provide a reference point for ensuring the proper insertion 49 depth when connecting conduit ends. The line shall be a minimum of 5 -inches from the 50 end of the conduit. 51 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 9-29.1(5)C Innerduct for Straight Sections of Galvanized Steel Outerduct or 2 PVC Outerduct 3 The innerducts shall have a minimum outside diameter of 1.25 -inch, and a minimum 4 inside diameter of 1.2 -inch. Larger diameter innerducts may be provided if the wall 5 thickness and diameter tolerances are met. The tolerance for inside and outside 6 diameters shall be 0.005 -inch. The innerducts shall have a minimum wall thickness of 7 0.060 -inch. Innerduct shall be color coded and shall index a minimum of one innerduct 8 with a different color. Alternate color codes are permitted as long as the color codes are 9 contiguous between adjacent junction boxes. The innerducts shall be factory installed in 10 the outerduct. 11 12 Dynamic coefficient of friction of innerducts shall be tested in accordance with Telcordia 13 GR -356 -CORE procedure. The coefficient of friction shall be less than 0.30 between 14 medium density polyethylene jacketed fiber optic cable and the prelubricated innerduct. 15 The coefficient of friction shall be Tess than 0.10 between the 1/4 -inch diameter 16 polypropylene rope (suitable for fiber optic cable pulling) and the prelubricated 17 innerduct. Pull rope used for testing (meeting the 0.10 coefficient of friction requirement) 18 shall be the same type as the pull rope used for cable installation. The Contractor shall 19 provide as part of the conduit submittals a certificate of compliance with these 20 coefficient of friction requirements. 21 22 The innerduct shall have a smooth, non -ribbed interior surface, with a factory 23 prelubricated coating. The coating shall provide the required dynamic coefficient of 24 friction. 25 26 Innerduct shall be extruded polyvinyl chloride (PVC) or polyethylene (PE). 27 28 The coupling body for the innerduct shall be factory assembled in the bell end of the 29 outerduct and shall be manufactured from a high impact engineered thermoplastic. The 30 coupling body face shall be supplied with lead-ins to facilitate assembly. 31 32 All outerduct shall be marked with data traceable to plant location. 33 34 9-29.1(5)D Conduit with Innerducts Fittings and Appurtenances 35 Duct plugs shall be polypropylene and be equipped with a neoprene or polyurethane 36 gasket. Plugs shall be equipped with an attachment to secure the pull rope in the 37 innerduct. The plug shall withstand 5 psi. 38 39 9-29.1(5)D1 Bends for 4 -inch PVC Conduit with Innerducts or Galvanized 40 Steel Conduit with Innerducts 41 All bend radii shall be 36 -inches or greater. The conduit system shall provide a complete 42 line of fixed and flexible sweeps with system compatible bell and spigot or threaded 43 ends. The bends shall contain high-temperature burn -through -resistant innerducts 44 manufactured from PVC, PE, or Nylon -66. The innerducts shall meet all other 45 requirements for innerduct In Sections 9-29.1(1) and 9-29.1(5)A. 46 47 9-29.1(5)D2 Prefabricated Fixed and Flexible Bends (for Innerducts) 48 The prefabricated standard fixed PVC bends shall have a radius between 4 -feet and 9- 49 feet and sweep angles of 11.25 -degree, 22.5 -degree, 45 -degree, or 90 -degree. 50 51 Flexible bends shall be prefabricated. These conduits may be field bent to a uniform 52 radius no less than 4 -feet. The field bend shall be no greater than 90 -degrees. 1-69 1 Grounding shall be continuous in flexible bends. Outerduct for flexible ends shall be 2 manufactured from reinforced PVC.Expansion and Deflection fittings for rigid galvanized 3 steel conduit with innerduct shall be provided in accordance with 9-29.1(2)A. 4 5 9-29.1(6) Detectable Underground Warning Tape 6 Detectable Underground Warning tape shall be Orange imprinted in black lettering with 7 the message; "FIBER OPTIC CABLE BURIED BELOW" or equal. The warning tape 8 shall be polyethylene with a metallic backing. The polyethylene shall be a minimum 4- 9 mils thick and 3 -inches wide. 10 11 9-29.1(7) Steel Casings 12 Steel casing material shall conform to ASTM A 252 Grade 2 or 3 or casing as approved 13 by the Engineer. The Contractor shall furnish pipe of adequate thickness to withstand 14 the forces exerted by the boring operation as well as those forces exerted by the earth 15 during installation and shall be a minimum of %-inch thick.All joints shall be welded by a 16 welder qualified in accordance with AWS D1.1 structural welding code, section 3. 17 18 9-29.1(8) Drilling Fluid 19 Drilling fluid used for directional boring shall be an inert mixture of water and bentonite 20 clay, conforming to the drilling equipment manufacturers recommendations. 21 22 9-29.3 Conductors, Cable 23 This section's content is deleted. This section's title is revised to read: 24 25 9-29.3 Fiber Optic Cable, Electrical Conductors, and Cable 26 27 9-29.3(1)A Singlemode Fiber Optic Cable 28 This section is revised to read: 29 30 Singlemode fibers utilized in the cables specified herein shall be fabricated from 100 31 kpsi proof stress glass and primarily composed of silica which shall provide a matched 32 clad index of refraction (n) profile and the following physical and performance 33 characteristics: 34 35 1. Maximum Attenuation: 0.4/0.3 dB/km at 1310/1550 nanometers, respectively; 36 37 2. Typical Core Diameter: 8.3 microns; 38 39 3. Cladding Diameter: 125 micron; 40 41 4. Core -to -Cladding Offset (Defined as the distance between the core center and 42 the cladding center: < 0.8 microns; 43 44 5. Cladding Non -Circularity (Defined as {[1 -(minimum cladding diameter 45 maximum cladding diameter)] X 100.}: < 2.0%; 46 47 6. Coating Diameter of 250 microns ± 15 microns with a minimum coating 48 thickness at any point of not less than 50 microns; 49 50 7. The coating shall be a dual -layered, UV -cured acrylate applied by the fiber 51 manufacturer; and, 52 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 8. The coating shall be mechanically or chemically strippable without damaging 2 the fiber. 3 4 9-29.3(2) Twisted -Pair (TWP) Copper Cable 5 This section's content is deleted. This section's title is revised to read: 6 7 9-29.3(2) Electrical Conductors and Cable 8 9 This section is supplemented with the following new sub -sections: 10 11 9-29.3(2)A Single Conductor 12 13 9-29.3(2)A1 Single Conductor Current Carrying 14 All current carrying single conductors shall be stranded copper conforming to ASTM B3 15 and B8. Insulation shall be chemically XLP (cross-linked polyethylene) or EPR (Ethylene 16 Propylene Rubber) Type USE rated for 600 volt. 17 18 9-29.3(2)A2 Grounding Electrode Conductor 19 Grounding electrode conductor shall be bare or insulated stranded copper. The 20 insulation shall be green or green with a yellow tracer. 21 22 9-29.3(2)A3 Equipment Grounding and Bonding Conductors 23 Equipment grounding and bonding jumper conductors shall be bare or green insulated, 24 stranded copper with cross-linked polyethylene insulation rated USE and 600 volts, 25 with the exception that the equipment grounding and bonding jumper conductors 26 installed between junction box, pull box, or cable vault frame and lids shall be tinned, 27 braided copper. 28 29 9-29.3(2)A4 Location Wire 30 Location wire shall be a single stranded copper size AWG 14 insulated conductor. The 31 insulation shall be type USE Orange in color. 32 33 9-29.3(2)B Multi -Conductor Cable 34 Two conductor through 10 conductor unshielded signal control cable shall conform to 35 International Municipal Signal Association (IMSA) signal cable Specification 20-1. 36 37 9-29.3(2)C Aluminum Cable Steel Reinforced 38 Triplex or Quadraplex type ACSR neutral self-supporting aerial conductors of the 39 appropriate size for aluminum conductors shall be used where required in the Contract. 40 The neutral conductor shall be the same size as the insulated conductor. All conductors 41 shall be stranded. 42 43 9-29.3(2)D Pole and Bracket 44 Pole and bracket cable shall be a two -conductor cable rated for 600 volts. The individual 45 conductors shall be one red and one black 19 -strand No. 10 AWG copper, assembled 46 parallel. The conductor insulation shall be 45 -mil polyvinyl chloride or a 600 volt rated 47 cross-linked polyethylene. The Jacketing shall be polyethylene or polyvinyl chloride not 48 less than 45 -mils thick. If luminaires with remote ballasts are specified in the Contract, 49 this same cable shall be used between luminaire and ballast for both timber and 50 ornamental pole construction. If the luminaire requires fixture wire temperatures greater 51 than 75°C, the outer jacket shall be stripped for that portion of the cable inside the 1-71 1 luminaire. The single conductors shall then be sheathed with braided fiberglass sleeving 2 of the temperature rating recommended by the luminaire manufacturer. 3 4 9-29.3(2)E Two -Conductor Shielded 5 Two conductor shielded (2CS) cable shall have 14 AWG (minimum) conductors and 6 shall conform to IMSA Specification No. 50-2. 7 8 9-29.3(2)F Detector Loop Wire 9 Detector loop wire may be 12 or 14 AWG stranded copper wire, IMSA 51-3 10 11 9-29.3(2)G Four -Conductor Shielded Cable 12 Four conductor shielded cable (4CS) shall consist of a cable with four 18 AWG 13 conductors with polypropylene insulation, an aluminized polyester shield, water blocking 14 material in the cable interstices, and a 26 -mil minimum outer jacket of polyethylene. The 15 four -conductor assembly shall be twisted 6 turns per foot. Each conductor shall have a 16 different insulation color. Overall cable diameter shall be 0.25 -inch maximum. 17 Capacitance between adjacent pairs shall be 18 pf per foot and 15 pf per foot between 18 diagonal pairs. The capacitances shall not vary more than 10 percent after a 10 -day 19 immersion test with ends exposed in a saturated brine solution. 20 21 9-29.3(2)H Three -Conductor Shielded Cable 22 Three -conductor shielded cable (3CS) for the detector circuit for optical fire preemption 23 receivers shall consist of three 20 AWG conductors with aluminized mylar shield and 24 one No. 20 drain wire, all enclosed with an outer jacket. All wires shall be 7 X 28 25 stranded tinned copper material. Conductor insulation shall be rated 75°C, 600 volt. The 26 drain wire shall be uninsulated. Conductor color coding shall be yellow, blue, and 27 orange. DC resistance of any conductor or drain wire shall not exceed 11 ohms per 28 1,000 -feet. Capacitance from one conductor to the other two conductors and shield shall 29 not exceed 48 pf per foot. The jacket shall be rated 80 degree C, 600 volt, with a 30 minimum average wall thickness of 0.045 -inch. The finished outside diameter of the 31 cable shall be 0.3 -inch maximum. 32 33 9-29.3(2)1 Twisted Pair Communications Cable 34 Twisted Pair Communications Cable shall meet RUS Specification 1755.390 and shall 35 be AWG22 conductor. The cable shall have a petroleum compound completely filling 36 the inside of the cable and rated for OSP (Outside Plant) applications. 37 38 9-29.6 Light and Signal Standards 39 This section is supplemented with the following: 40 41 Materials for steel light and signal standards, and associated anchorage and fastening 42 hardware, shall conform to Sections 9-29.6(1), 9-29.6(2) and 9-29.6(5) unless otherwise 43 specified in one of the following documents: 44 45 1. The steel light and signal standard fabricator's pre -approved plan as approved 46 by the Washington State Department of Transportation and as identified in the 47 Special Provisions. 48 49 2. The steel light and signal standard fabricator's shop drawing submittal, 50 including supporting design calculations, as submitted in accordance with 51 Sections 6-01.9 and 8-20.2(1) and the Special Provisions, and as approved by 52 the Engineer. 1 • SECTION 9-30, WATER DISTRIBUTION MATERIALS 2 December 1, 2008 3 9-30.3(1) Gate Valves (3 -inches to 16 -inches) 4 The second paragraph is revised to read: 5 6 The Contractor shall provide an affidavit of compliance stating that the valve furnished 7 fully complies with AWWA C509 or AWWA C515. 1 SECTION 9-34, PAVEMENT MARKING MATERIAL 2 April 6, 2009 3 9-34.2(4) Temporary Pavement Marking Paint 4 This section is revised to read: 5 6 Paint used for temporary pavement marking shall conform to the requirements of 7 Section 9-34.2. 8 9 9-34.5 Temporary Pavement Marking Tape 10 The third sentence is deleted. 11 12 9-34.6 Temporary Raised Pavement Markers 13 The eighth and ninth sentences in the first paragraph are deleted. 1 SECTION 9-35, TEMPORARY TRAFFIC CONTROL MATERIALS 2 December 1, 2008 3 9-35.2 Construction Signs 4 The fourth paragraph is revised to read: 5 6 The use of plywood, fiberglass reinforced plastic, fabric rollup signs, and any other 7 previously approved sign materials except aluminum or aluminum composite is 8 prohibited. 9 10 9-35.14 Portable Temporary Traffic Control Signal 11 The third sentence in the eighth paragraph is revised to read: 12 13 A highly retroreflective yellow strip, 3 -in wide, shall be placed around the perimeter of 14 the face of all vehicle signal backplates to project a rectangular image at night towards 15 oncoming traffic. CITY OF YAKIMA YAKIMA COUNTY, WASHINGTON STANDARD SPECIFICATIONS FOR NOB HILL BOULEVARD SANITARY SEWER MAIN IMPROVEMENT PROJECT City of Yakima Project No. 1977 Project No. 09024E The 2008 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. 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. G:\PROJECTS\2009\09024\City Sewer Spec.doc 2-2 1 1 1 1 1 1 1 1 1 1 1 ,SPECIAL PROVISIONS. G:WROJECTS\2009\09024\City Sewer Spec.doc 3-1 CITY OF YAKIMA SPECIAL PROVISIONS for Nob Hill Boulevard Sanitary Sewer Improvement Project City Project No. 1977 The following Special Provisions supersede any conflicting provisions of the 2008 Standard Specifications for Road, Bridge, and Municipal Construction. SPECIAL PROVISIONS The following Special Provisions are made a part of this contract and supersede any conflicting provisions of the 2008 Standard Specifications for Road, Bridge and Municipal Construction, and the foregoing Amendments to the Standard Specifications. Several types of Special Provisions are included in this contract: General, Region, Bridges and Structures, and Project Specific. Special Provision types are differentiated as follows: (date) (Regions' date) (BSP date) General Special Provision Notes a revision to a General Special Provision and also notes a Project Specific Special Provision. Region Special Provision Bridges and Structures Special Provision General Special Provisions are similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region. Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a "fill-in". Region Special Provisions are commonly applicable within the designated Region. Region designations are as follows: Regions' ER Eastern Region NCR North Central Region NWR Northwest Region OR Olympic Region SCR South Central Region SWR Southwest Region WSF Washington State Ferries Division G:\PROJECTS\2009\09024\City Sewer Spec.doc 3-2 Bridges and Structures Special Provisions are similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region. Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a "fill-in". Project Specific Special Provisions normally appear only in the contract for which they were developed. G:\PROJECTS\2009\09024\City Sewer Spec.doc 3-3 1 ' DIVISION 'I GENERAL REQUIREMENTS PROJECT DESCRIPTION ' This project consists of the construction of sanitary sewermain improvements including furnishing and installing approximately 2,230 linear feet of new 8" PVC sanitary sewer pipe, seven (7) new precast concrete sewer manholes, cleaning and testing, surface restoration including asphalt ' pavement, gravel surfacing, and other related improvements. All in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. 1-01 DEFINITIONS AND TERMS 1-01.3 DEFINITIONS (September 12, 2008 APWA GSP) This Section is supplemented with the following: ' All references in the Standard Specifications to the terms "State," "Department of Transportation," "Washington State Transportation Commission," "Commission," "Secretary of ' Transportation," "Secretary," "Headquarters," and "State Treasurer" shall be revised to read "Contracting Agency". I All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location". I The venue of all causes of action arising from the advertisement, award, execution, and performance of the contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located. 1 Additive A supplemental unit of work or group of bid items, identified separately in the proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. IAlternate One of two or more units of work or groups of bid items, identified separately in the proposal, I from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. I Contract Documents See definition for "Contract". I Contract Time The period of time established by the terms and conditions of the contract within which the work must be physically completed. 1 Dates Bid Opening Date I The date on which the Contracting Agency publicly opens and reads the bids. 1 G:\PROJECTS\2009\09024\City Sewer Spec.doc 3-4 Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive bidder for the work. Contract Execution Date The date the Contracting Agency officially binds the agency to the contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, and only minor incidental work, replacement of temporary substitute facilities, or correction or repair remains for the physical completion of the total contract. Physical Completion Date The day all of the work is physically completed on the project. All documentation required by the contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the work specified in the contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the work as complete. Notice of Award The written notice from the Contracting Agency to the successful bidder signifying the Contracting Agency's acceptance of the bid. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the work and establishing the date on which the contract time begins. Traffic Both vehicular and non -vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. G:\PROJECTS\2009\090241City Sewer Spec.doc 3-5 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 PREQUALIFICATION OF BIDDERS Delete this Section and replace it with the following: 1-02.1 QUALIFICATIONS OF BIDDER (October 5, 2005 APWA GSP) Bidders shall be qualified by experience, financing, equipment, and organization to do the work called for in the Contract Documents. The Contracting Agency reserves the right to take whatever action it deems necessary to ascertain the ability of the bidder to perform the work satisfactorily. 1-02.2 PLANS AND SPECIFICATIONS (October 5, 2005 APWA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed will be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Basis of Distribution Reduced plans (11"x17") Fumished automatically upon award And Contract Provisions 10 Large plans (e.g. 22" x 34") N/A Furnished only upon request Additional plans and Contract Provisions may be purchased by the Contractor by payment of the cost stated in the Call for Bids. 1-02.5 PROPOSAL FORMS (October 1, 2005 APWA GSP) Delete this section and replace it with the following: At the request of a bidder, the Contracting Agency will provide a proposal form for any project on which the bidder is eligible to bid. The proposal form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone number, and signature; the bidder's D/M/WBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the proposal form. G:\PROJECTS\2009\09024\City Sewer Spec.doc 3-6 The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the proposal forms unless otherwise specified. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. The bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W/MBE requirements are to be satisfied through such an agreement. 1-02.6 PREPARATION OF PROPOSAL (October 10, 2008 APWA GSP) Supplement the second paragraph with the following: 4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated. 1-02.7 BID DEPOSIT (October 1, 2005 APWA GSP) Supplement this section with the following: Bid bonds shall contain the following: 1. Contracting Agency -assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature; 6. The signature of the Surety's officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. G:\PROJECTS120091090241City Sewer Spec.doc 3-7 1-02.9 DELIVERY OF PROPOSAL (October 1, 2005 APWA GSP) Revise the first paragraph to read: Each proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Advertisement for Bids clearly marked on the outside of the envelope, or as otherwise stated in the Bid Documents, to ensure proper handling and delivery. (******) 1-02.12 PUBLIC OPENING OF PROPOSAL Section 1-02.12 is supplemented with the following: Date Of Opening Bids Sealed bids are to be received at the office of the City Clerk, City of Yakima, 129 North Second Street, Yakima, WA 98901. The bid opening date for this project is as listed in the invitation to bid. Bids received will be publicly opened in the City of Yakima Council chambers and read after 2:00 P. M. on this date. 1-02.13 IRREGULAR PROPOSALS (October 1, 2005 APWA GSP) Revise item 1 to read: 1. A proposal will be considered irregular and will be rejected if: a. The bidder is not prequalified when so required; b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; c. The completed proposal form contains any unauthorized additions, -deletions, alternate bids, or conditions; d. The bidder adds provisions reserving the right to reject or accept the award, or enter into the contract; e. A price per unit cannot be determined from the bid proposal; f. The proposal form is not properly executed; g. The bidder fails to submit or properly complete a subcontractor list, if applicable, as required in Section 1 02.6. h. The bidder fails to submit or properly complete a Disadvantaged, Minority or Women's Business Enterprise Certification, if applicable, as required in Section 1-02.6; or i. The bid proposal does not constitute a definite and unqualified offer to meet the material terms of the bid invitation. 1-02.14 DISQUALIFICATION OF BIDDERS (September 12, 2007 APWA GSP) Revise this section to read: G:\PROJECTS\2009\09024\City Sewer Spec.doc 3-8 1. A bidder will be deemed not responsible and the proposal rejected if the bidder does not meet the responsibility criteria in RCW 39.04. 2. A bidder may be deemed not responsible and the proposal rejected if: a. More than one proposal is submitted for the same project from a bidder under the same or different names; b. Evidence of collusion exists with any other bidder or potential bidder. Participants in collusion will be restricted from submitting further bids; c. The bidder, in the opinion of the Contracting Agency, is not qualified for the work or to the full extent of the bid, or to the extent that the bid exceeds the authorized prequalification amount as may have been determined by a prequalification of the bidder; d. An unsatisfactory performance record exists based on past or current Contracting Agency work or for work done for others, as judged from the standpoint of conduct of the work; workmanship; progress; affirmative action; equal employment opportunity practices; or Disadvantaged Business Enterprise, Minority Business Enterprise, or Women's Business Enterprise utilization; e. There is uncompleted work (Contracting Agency or otherwise) which might hinder or prevent the prompt completion of the work bid upon; f. The bidder failed to settle bills for labor or materials on past or current contracts; g. The bidder has failed to complete a written public contract or has been convicted of a crime arising from a previous public contract; h. The bidder is unable, financially or otherwise, to perform the work; or i. There are any other reasons deemed proper by the Contracting Agency. 1-02.15 PRE AWARD INFORMATION (October 1, 2005 APWA GSP) Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used; 2. Samples of these materials for quality and fitness tests; 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work; 4. A breakdown of costs assigned to any bid item; 5. Attendance at a conference with the Engineer or representatives of the Engineer; 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located; 7. A copy of State of Washington Contractor's Registration; or 8. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. G:\PROJECTS\2009\090241City Sewer Spec.doc 3-9 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 CONSIDERATION OF BIDS (January 23, 2006 APWA GSP) Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder's unit or lump sum price is Tess than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and/or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. 1-03.3 EXECUTION OF CONTRACT (October 1, 2005 APWA GSP) Revise this section to read: Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within ten (101 calendar 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. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre -award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency -furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of seven (7) additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. 1-03.4 CONTRACT BOND (October 1, 2005 APWA GSP) Revise the first paragraph to read: The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall: G:\PROJECTS\2009\090241City Sewer Spec.doc 3-10 1. Be on a Contracting Agency -furnished form; 2. Be signed by an approved Surety (or Sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Be conditioned upon the faithful performance of the contract by the Contractor within the prescribed time; 4. Guarantee that the Surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect Toss resulting from the failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform the contract, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other person who provides supplies or provisions for carrying out the work; 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond must be signed by the president or vice-president, unless accompanied by written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or a letter to such effect by the president or vice-president). 1-03.7 JUDICIAL REVIEW Revise the last sentence to read: Such review, if any, shall be timely filed in the Superior Court of Yakima County, Washington. 1-04 SCOPE OF THE WORK 1-04.2 COORDINATION OF CONTRACT DOCUMENTS, PLANS, SPECIAL PROVISIONS, SPECIFICATIONS, AND ADDENDA (October 1, 2005 APWA GSP) Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda; 2. Proposal Form; 3. Special Provisions, including APWA General Special Provisions, if they are included; 4. Contract Plans; 5. Amendments to the Standard Specifications; 6. WSDOT Standard Specifications for Road, Bridge and Municipal Construction; 7. Contracting Agency's Standard Plans (if any);and G:\PROJECTS\2009\09024\City Sewer Spec.doc 3-11 8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 1-05 CONTROL OF WORK 1-05.1 AUTHORITY OF THE ENGINEER Supplement this section with 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_ 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. 1-05.4 CONFORMITY WITH AND DEVIATION FROM PLANS AND STAKES Add the following new section: The Contractor shall be responsible for all project surveying: 1-05.5 SURVEY MONUMENTS (NEW SECTION) Add the following New Section: The Contractor will 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. All Washington State Laws regarding survey monuments are applicable and contactor shall familiarize themselves with WAC statutes. 1-05.7 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in G:\PROJECTS\2009\09024\City Sewer Spec_doc 3-12 the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 1-05.11 FINAL INSPECTION Delete this section and replace it with the following: 1-05.11 FINAL INSPECTIONS AND OPERATIONAL TESTING (October 1, 2005 APWA GSP) 1-05.11(1) SUBSTANTIAL COMPLETION DATE When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefore. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to G:\PROJECTS\2009\09024\City Sewer Spec.doc 3-13 reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1-05.11(2) FINAL INSPECTION AND PHYSICAL COMPLETION DATE When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1-05.11(3) OPERATIONAL TESTING It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. G:IPROJECTS\2009\09024\City Sewer Spec.doc 3-14 Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the contract. 1-05.13 SUPERINTENDENTS, LABOR AND EQUIPMENT OF CONTRACTOR (May 25, 2006 APWA GSP) Revise the seventh paragraph to read: Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1-02.1, it will take these performance reports into account. 1-05.15 METHOD OF SERVING NOTICES (October 10, 2008 APWA GSP) Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence to the Project Engineer's office must be in paper format, hand delivered or sent via mail delivery service. Electronic copies will be treated as informational only, and do not constitute official notice. Add the following new section: 1-05.16 WATER AND POWER (NEW SECTION) (October 1, 2005 APWA GSP) The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item. 1-06 CONTROL OF MATERIAL BUY AMERICA Section 1-06 is supplemented with the following: (August 6, 2007) The major quantities of steel and iron construction material that is permanently incorporated into the project shall consist of American-made materials only. Buy America does not apply to temporary steel items, e.g., temporary sheet piling, temporary bridges, steel scaffolding and falsework. The Contractor may utilize minor amounts of foreign steel and iron in this project provided the cost of the foreign material used does not exceed one-tenth of one percent of the total contract cost or $2,500.00, whichever is greater. American-made material is defined as material having all manufacturing processes occurring domestically. To further define the coverage, a domestic product is a manufactured steel G:\PROJECTS\2009\09024\City Sewer Spec.doc 3-15 material that was produced in one of the 50 States, the District of Columbia, Puerto Rico, or in the territories and possessions of the United States. If domestically produced steel billets or iron ingots are exported outside of the area of coverage, as defined above, for any manufacturing process then the resulting product does not conform to the Buy America requirements. Additionally, products manufactured domestically from foreign source steel billets or iron ingots do not conform to the Buy America requirements because the initial melting and mixing of alloys to create the material occurred in a foreign country. Manufacturing begins with the initial melting and mixing, and continues through the coating stage. Any process which modifies the chemical content, the physical size or shape, or the final finish is considered a manufacturing process. The processes include rolling, extruding, machining, bending, grinding, drilling, welding, and coating. The action of applying a coating to steel or iron is deemed a manufacturing process. Coating includes epoxy coating, galvanizing, aluminizing, painting, and any other coating that protects or enhances the value of steel or iron. Any process from the original reduction from ore to the finished product constitutes a manufacturing process for iron. Due to a nationwide waiver, Buy America does not apply to raw materials (iron ore and alloys), scrap (recycled steel or iron), and pig iron or processed, pelletized, and reduced iron ore. The following are considered to be steel manufacturing processes: 1. Production of steel by any of the following processes: a. Open hearth furnace. b. Basic oxygen. c. Electric furnace. d. Direct reduction. 2. Rolling, heat treating, and any other similar processing. 3. Fabrication of the products. a. Spinning wire into cable or strand. b. Corrugating and rolling into culverts. c. Shop fabrication. A certification of materials origin will be required for any items comprised of, or containing, steel or iron construction materials prior to such items being incorporated into the permanent work. The certification shall be on DOT Form 350-109EF provided by the Engineer, or such other form the Contractor chooses, provided it contains the same information as DOT Form 350-109EF. G:\PROJECTS\2009\09024\City Sewer Spec.doc 3-16 1-06.2 Acceptance of Materials 1-06.2(1) Samples and Tests for Acceptance This section is supplemented with the following: The Contractor shall be responsible for scheduling and paying for all material testing required for this project. 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 specifications. In each case, the Engineer may require additional tests be performed at the Contractor's expense, if test results do not meet the required densities and results. Moisture density curves for each type of material encountered and copies of all test results shall be submitted to the Engineer as construction progresses for Trench Backfilling, Embankment Compaction, Subgrade Preparation, and Ballast and Crushed Surfacing. The sampling frequency is as follows: Trench Backfillinq Compaction tests shall be taken at a frequency and at depths sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for each 100 linear feet of main pipeline trench and one (1) test for each street crossing. At alternating 100 -foot locations along the main trench line, tests shall be taken at 1 -foot, 2 -foot and 3 -foot depths below finish grade. Compaction shall conform to Section 7-08.3(3) or 7-10.3(11) as applicable to the pipeline being constructed. At a minimum, compaction within the roadway area shall be to at least 95% of maximum density as determined by ASTM D 1557 (Modified Proctor). Embankment Construction Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5000 square feet of surface area for each lift of roadway embankment. Roadway embankment compaction shall be as specified in Section 2-03.3(14). Subgrade Preparation Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5,000 square feet of surface area for each lift of roadway subgrade. Subgrade compaction shall be as specified in Section 2-06.3(2). Ballast and Crushed Surfacing Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5,000 square feet of surface area for each lift of ballast or crushed surfacing. Compaction of ballast and crushed surfacing shall be as specified in Section 4-04.3(5). G:\PROJECTS\2009\09024\City Sewer Spec.doc 3-17 Asphalt Concrete Pavement Copies of the maximum Rice density test for each class of asphalt concrete pavement and copies of all test results shall be provided to the Engineer as construction progresses. Density tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5000 square feet of surface area for each lift of asphalt concrete pavement. Compaction of asphalt concrete pavement shall be as specified in Section 5-04.3(10) B of these Special Provisions. Cement Concrete Curb. Gutter and Sidewalk One test shall be taken for every 500 cubic yards of concrete placed for curb, gutter or sidewalk. The concrete shall be tested for temperature, air content, slump and compressive strength. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 LAWS TO BE OBSERVED (October 1, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. G:\PROJECTS\2009\09024\City Sewer Spec.doc 3-18 1-07.2 STATE SALES TAX (October 1, 2005 APWA GSP) Delete this section, including its sub -sections, in its entirety and replace it with the following: 1-07.2(1) GENERAL The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(4) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor -paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(3) describes this exception. The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract - related taxes have been paid (RCW 60.28.050). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(2) STATE SALES TAX — RULE 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(3) STATE SALES TAX — RULE 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule G:WROJECTS\2009109024\City Sewer Spec.doc 3-19 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1-07.2(4) SERVICES The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 1-07.5 ENVIRONMENTAL REGULATIONS 1-07.5(4) AIR QUALITY Supplement this section with the following: The local air pollution authority is the Yakima Regional Clean Air Authority @ 509-574-1410. 1-07.6 PERMITS AND LICENSES Supplement this section with the following: (March 13, 1995) No hydraulic permits are required for this project unless the Contractor's operations use, divert, obstruct, or change the natural flow or bed of any river or stream, or utilize any of the waters of the State or materials from gravel or sand bars, or from stream beds. The Contractor shall have or obtain a valid City of Yakima Business License for the duration of this project. 1-07.17 UTILITIES AND SIMILAR FACILITIES Section 1-07.17 is supplemented with the following: Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. Public and private utilities, or their Contractors, will furnish all work necessary to adjust, relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these Special Provisions. Such adjustment, relocation, replacement, or construction will be done during the prosecution of the work for this project. The Contractor shall attend a mandatory utility preconstruction meeting with the Engineer, all affected subcontractors, and all utility owners and their contractors prior to beginning onsite work. The following addresses and telephone numbers of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience: G:\PROJECTS\2009109024\City Sewer Spec.doc 3-20 Qwest 8 S 2nd Avenue, Room 304 Yakima, Washington 98902 509-575-7183 Charter Cable 1005 North 16th Avenue Yakima, Washington 98902 509-575-1697 City of Yakima Water 2301 Fruitvale Blvd. Yakima, Washington 98902 509-575-6154 City of Yakima Wastewater 2220 East Viola Yakima, Washington 98901 509-575-6077 Cascade Natural Gas 701 South 1st Avenue Yakima, WA 98902 509-457-5905 Pacific Power PO Box 1729 Yakima, Washington 98907 509-575-3146 The Contractor shall notify the Upper Yakima Valley Utilities Coordinating Council -Area 5, telephone number 1-800-553-4344, at least 72 hours prior to start of excavation so that underground utilities may be marked. It shall be the contractor's responsibility to investigate the presence and location of all utilities prior to bid opening and assess their impacts on his construction activities. 1-07.18 PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE Delete this section in its entirety, and replace it with the following: 1-07.18 INSURANCE (May 10, 2006 APWA GSP) 1-07.18(1) GENERAL REQUIREMENTS A. The Contractor shall obtain the insurance described in this section from insurers approved by the State Insurance Commissioner pursuant to RCW Title 48. The insurance must be provided by an insurer with a rating of A-: VII or higher in the A.M. Best's Key Rating Guide, which is licensed to do business in the state of Washington (or issued as a surplus line by a Washington Surplus lines broker). The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer (including financial condition), terms and coverage, the Certificate of Insurance, and/or endorsements. B. The Contractor shall keep this insurance in force during the term of the contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated (see C. below). C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims -made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Final Completion or earlier termination of this contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period ("tail") or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. G:\PROJECTS\2009\09024\City Sewer Spec.doc 3-21 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 D. The insurance policies shall contain a "cross liability" provision. E. The Contractor's and all subcontractors' insurance coverage shall be primary and non- contributory insurance as respects the Contracting Agency's insurance, self-insurance, or insurance pool coverage. F. All insurance policies and Certificates of Insurance shall include a requirement providing for a minimum of 30 days prior written notice to the Contracting Agency of any cancellation in any insurance policy. G. Upon request, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). H. The Contractor shall not begin work under the contract until the required insurance has been obtained and approved by the Contracting Agency. I. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. J. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the contract and no additional payment will be made. 1-07.18(2) ADDITIONAL INSURED All insurance policies, with the exception of Professional Liability and Workers Compensation, shall name the following listed entities as additional insured(s): The Contracting Agency and its officers, elected officials, employees, agents, and volunteers and appointed officials. Huibregtse, Louman Associates, Inc. The above -listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, whether primary, excess, contingent or otherwise, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(3) describes limits lower than those maintained by the Contractor. 1-07.18(3) SUBCONTRACTORS Contractor shall ensure that each subcontractor of every tier obtains and maintains at a minimum the insurance coverages listed in 1-07.18(5)A and 1-07.18(5)B. Upon request of the Contracting Agency, the Contractor shall provide evidence of such insurance. 1-07.18(4) EVIDENCE OF INSURANCE The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. The certificate and endorsements must conform to the following requirements: G:\PROJECTS12009\09024\City Sewer Spec.doc 3-22 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1- 07.18(2) as Additional Insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. A statement of additional insured status on an ACORD Certificate of Insurance shall not satisfy this requirement. Replace this section with the following: 3. Any other amendatory endorsements to show the coverage required herein. Specifically the wording in the CANCELLATION section "endeavor to" and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives" shall be crossed out and initialed by the agent/broker and shall provide for a cancellation notice of at least 30 days, to the City of Yakima. 4 Add the following text in the section entitled DESCRIPTION OF OPERATIONS LOCATIONS / VEHICLES / EXCLUSIONS ALLOWED BY ENDORSEMENT / SPECIAL PROVISIONS. CITY OF YAKIMA, THEIR AGENTS, EMPLOYEES, AND ELECTED OR APPOINTED OFFICIALS AS ADDITIONAL INSUREDS FOR PROJECT # 1977. 1-07.18(5) COVERAGES AND LIMITS The insurance shall provide the minimum coverages and limits set forth below. Providing coverage in these stated minimum limits shall not be construed to relieve the Contractor from liability in excess of such limits. All deductibles and self-insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible shall be the responsibility of the Contractor. 1-07.18(5)A COMMERCIAL GENERAL LIABILITY A policy of Commercial General Liability Insurance, including: Per project aggregate Premises/Operations Liability Products/Completed Operations — for a period of one year following final acceptance of the work. Personal/Advertising Injury Contractual Liability Independent Contractors Liability Stop Gap / Employers' Liability Explosion, Collapse, or Underground Property Damage (XCU) Blasting (only required when the Contractor's work under this Contract includes exposure to which this specified coverage responds). Such policy must provide the following minimum limits: $1,000,000 Each Occurrence $2,000,000 General Aggregate $1,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury, each offence G:\PROJECTS\2009\09024\City Sewer Spec.doc 3-23 Stop Gap / Employers' Liability $1,000,000 Each Accident $1,000,000 Disease - Policy Limit $1,000,000 Disease - Each Employee 1-07.18(5)B AUTOMOBILE LIABILITY Automobile Liability for owned, non -owned, hired, and leased vehicles, with an MCS 90 endorsement and a CA 9948 endorsement attached if "pollutants" are to be transported. Such policy(ies) must provide the following minimum limit: $1,000,000 Combined Single Limit 1-07.18(5)C WORKERS' COMPENSATION The Contractor shall comply with Workers' Compensation coverage as required by the Industrial Insurance laws of the state of Washington. 1-07.23 PUBLIC CONVENIENCE AND SAFETY 1-07.23(1) CONSTRUCTION UNDER TRAFFIC (October 1, 2005 APWA GSP) Revise the second paragraph to read: To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the work with the least possible inconvenience or delay. The Contractor shall maintain existing roads, streets, sidewalks, and paths within the project limits, keeping them open, and in good, clean, safe condition at all times. Deficiencies caused by the Contractor's operations shall be repaired at the Contractor's expense. Deficiencies not caused by the Contractor's operations shall be repaired by the Contractor when directed by the Engineer, at the Contracting Agency's expense. The Contractor shall also maintain roads, streets, sidewalks, and paths adjacent to the project limits when affected by the Contractor's operations. Snow and ice control will be performed by the Contracting Agency on all projects. Cleanup of snow and ice control debris will be at the Contracting Agency's expense. The Contractor shall perform the following: 1. Remove or repair any condition resulting from the work that might impede traffic or create a hazard. 2. Keep existing traffic signal and highway lighting systems in operation as the work proceeds. (The Contracting Agency will continue the route maintenance on such system.) 3. Maintain the striping on the roadway at the Contracting Agency's expense. The Contractor shall be responsible for scheduling when to renew striping, subject to the approval of the Engineer. When the scope of the project does not require work on the roadway, the Contracting Agency will be responsible for maintaining the striping. 4. Maintain existing permanent signing. Repair of signs will be at the Contracting Agency's expense, except those damaged due to the Contractor's operations. G:\PROJECTS\2009\09024\City Sewer Spec.doc 3-24 5. Keep drainage structures clean to allow for free flow of water. Cleaning of existing drainage structures will be at the Contracting Agency's expense when approved by the Engineer, except when flow is impaired due to the Contractor's operations. 1-07.23(2) CONSTRUCTION AND MAINTENANCE OF DETOURS (October 1, 2005 APWA GSP) Revise the first paragraph to read: Unless otherwise approved, the Contractor shall maintain two-way traffic during construction. The Contractor shall build, maintain in a safe condition, keep open to traffic, and remove when no longer needed: 1. Detours and detour bridges that will accommodate traffic diverted from the roadway, bridge, sidewalk, or path during construction, 2. Detour crossings of intersecting highway, and 3. Temporary approaches. 1-08 PROSECUTION AND PROGRESS Add the following new section: 1-08.0 PRELIMINARY MATTERS (May 25, 2006 APWA GSP) 1-08.0(1) PRECONSTRUCTION CONFERENCE (October 10, 2008 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or affected by the work; 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction conference the following: 1. A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. 1-08.0(2) HOURS OF WORK (May 25, 2006 APWA GSP) G:\PROJECTS\2009\09024\City Sewer Spec.doc 3-25 Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the contract shall be any consecutive 8 -hour period between 7:00 a.m. and 6:00 p.m. of a working day with a maximum 1 -hour lunch break and a 5 -day work week. The normal straight time 8 -hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing the work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work such times. Permission to work longer than an 8 -hour period between 7:00 a.m. and 6:00 p.m. is not required. Such requests shall be submitted to the Engineer no later than noon on the working day prior to the day for which the Contractor is requesting permission to work. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the Contracting Agency's noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. Permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or Engineer. These conditions may include but are not limited to: requiring the Engineer or such assistants as the Engineer may deem necessary to be present during the work; requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight -time costs for Contracting Agency employees who worked during such times, on non Federal aid projects; considering the work performed on Saturdays, Sundays, and holidays as working days with regards to the contract time; and considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24-hour period. Assistants may include, but are not limited to, survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees when in the opinion of the Engineer, such work necessitates their presence. 1-08.1 SUBCONTRACTING Section 1-08.1 is supplemented with the following: (October 12, 1998) Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor shall submit to the Engineer a certification (WSDOT Form 420-004) that a written agreement between the Contractor and the subcontractor or between the subcontractor and any lower tier subcontractor has been executed. A subcontractor or lower tier subcontractor will not be permitted to perform any work under the contract until the following documents have been completed and submitted to the Engineer: 1. Request to Sublet Work (Form 421-012); and 2. Contractor and Subcontractor or Lower Tier Subcontractor Certification for Federal - aid Projects (Form 420-004). G:\PROJECTS\2009\09024\City Sewer Spec.doc 3-26 The Contractor's records pertaining to the requirements of this Special Provision shall be open to inspection or audit by representatives of the Contracting Agency during the life of the contract and for a period of not less than three years after the date of acceptance of the contract. The Contractor shall retain these records for that period. The Contractor shall also guarantee that these records of all subcontractors and lower tier subcontractors shall be available and open to similar inspection or audit for the same time period. 1-08.3 PROGRESS SCHEDULE The first and second paragraphs are replaced with the following: The Contractor shall prepare and submit to the Engineer a Construction Progress and Completion Schedule using the Bar Graph or Critical Path Method. Items in the Schedule shall be arranged in the order and sequence in which they will be performed. The Schedule shall conform to the working time and time of completion established under the terms of the Contract and shall be subject to modification by the Engineer. The schedule shall be drawn to a time scale, shown along the base of the diagram, using an appropriate measurement per day with weekends and holidays indicated. The Construction Progress Schedule shall be continuously updated and, if necessary, redrawn upon the first working day of each month or upon issuance of any Change Order which substantially affects the scheduling. Copies (2 prints or 1 reproducible) of newly updated Schedules shall be forwarded to the Engineer, as directed, immediately upon preparation. This section is supplemented with the following: The Contractor shall submit a weekly activity schedule to the Construction Engineer before 9:00 a.m. on the Friday prior to the week indicated on the schedule. If the Contractor proceeds with work not indicated on his weekly activity schedule, or in a sequence differing from that which he has shown on his schedule, the Engineer may order the Contractor to delay unscheduled activities until they are included on a subsequent weekly activity schedule.. Revise this section to read: 1-08.4 NOTICE TO PROCEED AND PROSECUTION OF THE WORK (October 1, 2005 APWA GSP) Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. 1-08.5 TIME FOR COMPLETION (March 13, 1995) Section 1-08.5 is supplemented with the following: G:\PROJECTS12009\09024\City Sewer Spec.doc 3-27 This project shall be physically completed within 30 working days. (June 28, 2007 APWA GSP, Option A) Revise the third and fourth paragraphs to read: Contract time shall begin on the first working day following the Notice to Proceed Date. Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor elects to work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. Revise the sixth paragraph to read: The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and 2. The Contractor must fumish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (Federal -aid Projects) b. Material Acceptance Certification Documents c. Annual Report of Amounts Paid as MBEMBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. Final Contract Voucher Certification e. Property owner releases per Section 1-07.24 1-08.7 MAINTENANCE DURING SUSPENSION (October 1, 2005 APWA GSP) Revise the second paragraph to read: G:\PROJECTS\2009\09024\City Sewer Spec.doc 3-28 At no expense to the Contracting Agency, the Contractor shall provide through the construction area a safe, smooth, and unobstructed roadway, sidewalk, and path for public use during suspension (as required in Section 1-07.23 or the Special Provisions). This may include a temporary road or detour. 1-09 MEASUREMENT AND PAYMENT 1-09.6 FORCE ACCOUNT (October 10, 2008 APWA GSP) Supplement this section with the following: The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. 1-09.9 PAYMENTS (October 10, 2008 APWA GSP) Revise the first paragraph to read: The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment. For items Bid as lump sum, with a bid price of more than or equal to $20,000, the Contractor shall submit a breakdown of their lump sum price in sufficient detail for the Project Engineer to determine the value of the Work performed on a monthly basis. Lump sum breakdowns shall be provided to the Project Engineer no later than the date of the preconstruction conference. Delete the third paragraph and replace it with the following: Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction conference. The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payment. The progress estimates are subject to change at any time prior to the calculation of the Final Payment. The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — partial payment for lump sum Bid items will be a percentage of the price in the Proposal based on the Engineer's determination of the G:\PROJECTS\2009\09024\City Sewer Spec.doc 3-29 1 1 amount of Work performed, with consideration given to, but not exclusively based on, the Contractor's lump sum breakdown for that item. 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other 1 storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1 1. Retainage per Section 1-09.9(1); 2. The amount of Progress Payments previously made; and t 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. The determination of payments under the contract will be final in accordance with Section 1-05.1. Payments will be made by warrants, issued by the Contracting Agency's fiscal officer, against the appropriate fund source for the project. Payments received on account of work performed by a subcontractor are subject to the provisions of RCW 39.04.250. ' 1-09.13(3) CLAIMS $250,000 OR LESS (October 1, 2005 APWA GSP) 1 Delete this Section and replace it with the following: The Contractor and the Contracting Agency mutually agree that those claims that total 1 $250,000 or less, submitted in accordance with Section 1-09.11 and not resolved by nonbinding ADR processes, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding arbitration. 1-09.13(3)A ADMINISTRATION OF ARBITRATION (October 1, 2005 APWA GSP) ' Revise the third paragraph to read: The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency's headquarters are located. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the contract as a basis for decisions. 1 1 1 1 G:\PROJECTS\2009\09024\City Sewer Spec.doc 3-30 1-10 TEMPORARY TRAFFIC CONTROL 1-10.1(2) DESCRIPTION (***** APWA GSP) Revise the third paragraph to read: The Contractor shall provide signs and other traffic control devices not otherwise specified as being furnished by the Contracting Agency. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on highways, roads, streets, sidewalks, or paths. No work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place. 1-10.2(1) TRAFFIC CONTROL MANAGEMENT General (August 2, 2004) Section 1-10.2(1) is supplemented with the following: The Traffic Control Supervisor shall be certified by one of the following: The Northwest Laborers -Employers Training Trust 27055 Ohio Ave. Kingston, WA 98346 (360) 297-3035 Evergreen Safety Council 401 Pontius Ave. N. Seattle, WA 98109 1-800-521-0778 or (206) 382-4090 1-10.4 MEASUREMENT 1-10.4(1) LUMP SUM BID FOR PROJECT (NO UNIT ITEMS) (August 2, 2004) Section 1-10.4(1) is supplemented with the following: The proposal contains the item "Project Temporary Traffic Control," lump sum. The provisions of Section 1-10.4(1) shall apply. G:\PROJECTS\2009\090241City Sewer Spec.doc 3-31 DIVISION 2 — EARTHWORK 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2-01.2 DISPOSAL OF USABLE MATERIAL AND DEBRIS Revise the third paragraph and single sentence as follows: Change the word "three" to "two". 2-01.2(1) DISPOSAL METHOD NO. 1 -OPEN BURNING This section is deleted. 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.3 CONSTRUCTION REQUIREMENTS Supplement this section with the following: The materials to be removed under this section shall become the property of the Contractor. The Contractor shall haul the removed materials from the project. Damage caused to that portion of the pavement, that is to remain, due to the Contractor's operation, shall be repaired by the Contractor at the Contractor's expense and to the satisfaction of the Engineer. 2-02.3(3) Removal of Pavement, Sidewalks, and Curbs Item 1 is revised to read: Haul all broken pieces to an off -project site to be obtained by the Contractor. Item 3 is revised by adding the following to the end of the sentence: "or remove to the nearest joint as directed." G:\PROJECTS\2009\090241City Sewer Spec.doc 3-32 2-07 WATERING 2-07.3 CONSTRUCTION REQUIREMENTS Supplement this section with the following: The Contractor shall secure permission from and comply with all requirements of the Nob Hill Water Company before obtaining water from fire hydrants. The Contractor shall notify the Engineer as soon as such permission is granted. If a hydrant is damaged due to the Contractor or an employee of the Contractor, the Contractor shall immediately notify the water utility so that the damage can be repaired as quickly as possible. Upon completing the use of the hydrants, the Contractor shall notify the water utility so that the hydrants may be inspected for possible damage. Any damage resulting from the use of the hydrants by the Contractor will be repaired by the water utility, and the cost thereof shall be withheld, if necessary, from the final payment to the Contractor. The Contractor shall furnish all equipment and tools, except the metered hydrant connection, that may be necessary to meet the requirements of the water distribution agency pertaining to hydrant use. Violation of these requirements will result in fines and will lay the Contractor liable for damage suits because of malfunctioning of damaged fire hydrants, in the event of fire. 2-07.4 MEASUREMENT This section is revised to read: Water shall be measured with the metered hydrant connection provided by Nob Hill Water Company. All costs for the use of the water shall be incidental to other related work, including but not limited to compaction, dust control etc. 2-07.5 PAYMENT This section is revised to read: Water will be furnished by Nob Hill Water Company in accordance with their requirements and charges. The Contractor shall convey the water from the nearest convenient hydrant or other source at his expense. G:\PROJECTS\2009\09024\City Sewer Spec.doc 3-33 2-09 STRUCTURE EXCAVATION 2-09.4 MEASUREMENT The second paragraph, Horizontal Limits, is revised to read: The Horizontal Limits shall be as shown on the City of Yakima Standard Detail. The second sentence of the paragraph, shoring or Extra Excavation, is revised to read: Shoring or Extra Excavation Class B will be measured by the linear foot. 2-09.5 PAYMENT Revise the Item: "Shoring or Extra Excavation Class B," per square foot. To read: "Shoring or Extra Excavation Class B," per linear foot. Revise the two paragraphs immediately following the above item as follows: Replace "per square foot," wherever it appears, with "per linear foot". DIVISION 5 - SURFACE TREATMENTS AND PAVEMENTS 5-04 HOT MIX ASPHALT 5-04.3(5)E PAVEMENT REPAIR Supplement this section with the following: The term Pavement Repair is interchangeable with Surface Repair for this project. The work included in this section shall be repair of roadway surfaces disturbed by construction of the utilities installed under the contract. The pavement repair shall be made in accordance with the City of Yakima Surface Repair Standard Detail R7. The paving material shall be HMA Cl. '/s" PG 64-28 for this work. 5-04.3(13) SURFACE SMOOTHNESS The last paragraph is revised with the following: When utility appurtenances such as manhole rings and covers, water valve boxes etc are encountered or are to be located within the asphalt pavement area, these items are either to be removed or not put in place until after the paving operation has been completed. The location of each utility appurtenance and all Monuments shall be referenced prior to the start of paving operations and a temporary covering shall be placed over the appurtenances to facilitate the continuous paving operation. After G:\PROJECTS12009\09024\City Sewer Spec.doc 3-34 paving has been completed, the Contractor shall furnish, install and adjust new castings on all new and existing public utility structures, and new Monument Cases for all monuments as shown on the plans. Utility Castings shall not be adjusted until the pavement is completed, at which time the center of each structure and each monument shall be relocated from the references previously established by the Contractor. The asphalt concrete pavement shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the rim plus 2 feet. The new rim shall be placed on cement concrete blocks or adjustment rings and wedged up to the desired grade. The base materials shall be removed and Class 3000 cement concrete shall be placed within the entire volume of the excavation up to, but not to exceed, 1-1/2 " below the finished pavement surface. On the following day, the concrete, the edges of the asphalt concrete pavement and the outer edge of the casting shall be painted with hot asphalt cement. HMA Class 3/8" PG 64-28 shall then be placed and compacted with hand tampers and a patching roller. The completed patch shall match the existing paved surface for texture, density and uniformity of grade. The joint between the patch and existing pavement shall then be painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. 5-04.4 MEASUREMENT Delete the following Sections of 5-04 Hot Mix Asphalt (APWA) 5-04.5(1) Quality Assurance Price Adjustments THROUGH 5-04.5(1)B Price Adjustment for Quality HMA Compaction. Supplement this section with the following: "Surface Repair" shall be measured by the square yard, measured to the neat lines, complete, in place at the locations shown on the plans, and in accordance with the City of Yakima Standard Detail R7. 5-04.5 PAYMENT Add the following bid item: "Surface Repair," per sq. yd. The unit contract price for "Surface Repair" shall be full compensation for the complete repair of the roadway paved surface removed due to trenching, including saw cutting and including: furnishing all materials required, and all labor and equipment needed, to place and compact the Crushed Surfacing Base Course and the H.M.A. Class'/2" PG 64-28. G:\PROJECTS\2009\09024\City Sewer Spec.doc 3-35 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 7-05 MANHOLES, INLETS, AND CATCH BASINS, AND DRYWELLS 7-05.3 CONSTRUCTION REQUIREMENTS 7-05.3(1) ADJUSTING MANHOLES AND CATCH BASINS TO GRADE Revise this section to read: Manholes and Sewer Cleanout castings shall be adjusted in accordance with Section 5- 04.3(13) Surface Smoothness. 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 7-08.2 MATERIALS Add the following: Crushed Surfacing Top Course (for Trench Backfill) Controlled Density Fill 7-08.3(1)A TRENCHES Delete paragraph 8. 7-08.3(1)C BEDDING THE PIPE Supplement paragraph 2 with the following: 9-03.9(3) 2-09.3(1)E. All pipe shall be bedded as shown on the Typical Sewer Trench Detail S4 of the City of Yakima Standard Details. 7-08.3(3) BACKFILLING Add the following paragraph: Where directed by the Engineer, mainline trenches or street -crossing trenches shall be backfilled for the full depth of the trenches with Crushed Surfacing Top Course (for Trench Backfill). Where the new sanitary sewer crosses beneath an existing water main with a clearance less than 18 -inches or when directed by the Engineer, the Contractor shall use Control Density Fill (CDF) per Section 2-09.3(1)E to backfill the trench between the pipe bedding zone and the existing water main. G:\PROJECTS\2009\09024\City Sewer Spec.doc 3-36 7-08.4 MEASUREMENT Add the following: Crushed Surfacing Top Course (for Trench Backfill) shall be measured by the Ton. 7-08.5 PAYMENT Add the following bid items: "Crushed Surfacing Top Course (for Trench Backfill)," per ton. 7-17 SANITARY SEWERS 7-17.2 MATERIALS Supplement this section with the following: Pipe used on this project shall only be one of the following: Solid Wall PVC Sanitary Sewer pipe conforming to Section 9-05.12(1) 7-17.3 CONSTRUCTION REQUIREMENTS 7-17.3(2)H TELEVISION INSPECTION Replace the word "may" in the first sentence of the first paragraph with the word "shall". Supplement the section with the following: Television inspection shall be done by City of Yakima Wastewater forces after the trench has been backfilled and compacted to the required density and before any repaving work. Television inspection shall be done following all repairs found to be needed by the air and mandrel tests. The Contractor shall make arrangements with City of Yakima Wastewater Collection at (509)575-6118 or (509)952-6077 at least 24 hours in advance of the test. Revise the second paragraph by adding the following: "All costs for testing the sewer pipe as required in Section 7-17.3(2) shall be included in the unit contract price for "PVC Sanitary Sewer Pipe In. Diam," per linear foot. Delete the bid Item: "Testing Sewer Pipe," per linear foot and the paragraph immediately following. G:\PROJECTS\20091090244City Sewer Spec.doc 3-37 7-17.5 PAYMENT Add the following to the second paragraph: "All pipe bedding and material in the pipe bedding zone shall be included in the unit price bid per linear foot." DIVISION 9 MATERIALS 9-03 AGGREGATES 9-03.8 AGGREGATES FOR HOT MIX ASPHALT 9-03.8(3)C GRADATION -- RECYCLED ASPHALT PAVEMENT AND MINERAL AGGREGATE Revise the second paragraph as follows: Delete the reference to Section 9-03.8(6)A 9-03.8(6)A BASIS OF ACCEPTANCE Delete this section. 9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS 9-05.15 METAL CASTINGS 9-05.15(1) MANHOLE RING AND COVER Revise this section to read: All new manhole rings and covers shall be purchased by the Contractor from Olympic Foundry, Casting No. MH33Y, Yakima Standard Ring and Blank Cover. The Contractor shall also provide all labor and equipment for handling the manhole rings and covers. All used castings shall become the property of the City of Yakima and shall be delivered to the Wastewater Collection -Maintenance Facility at 204 W. Pine by the Contractor. Prior arrangements must be made to assure the facility will be open for delivery. G:\PROJECTS\2009\09024\City Sewer Spec.doc 3-38 CONTRACT G:\PROJECTS\2009\09024\City Sewer Spec.doc 4-1 CONTRACT THIS AGREEMENT, made and entered into in triplicate, this day of 2009, by and between the City of Yakima, hereinafter called the OWNER, and Premier Excavation, Inc., hereinafter called the CONTRACTOR, WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this Agreement, the parties hereto covenant and agree as follows: The CONTRACTOR shall do all work and furnish all tools, materials, and equipment for NOB HILL BOULEVARD SANITARY SEWERMAIN IMPROVEMENT PROJECT - City Project No. 1977, in accordance with and as described in the attached Plans and Specifications and the 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) calendar days after Notice to Proceed and shall be completed by the dates set forth in Section 1-08.5 TIME FOR COMPLETION of the Special Provisions. The first chargeable working day shall be the date set forth in the Notice to Proceed or the first day the Contractor begins work, whichever comes first. If said work is not completed within the time specified, the CONTRACTOR agrees to pay to the OWNER for each and every working day said work remains uncompleted after expiration of the specified time, liquidated damages as determined in Section 1-08.9. The CONTRACTOR 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 OWNER. II. The OWNER hereby promises and agrees with the CONTRACTOR to employ, and does employ the CONTRACTOR to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached Plans and Specifications and the terms and conditions herein contained; and hereby contracts to pay for the same according to the attached Specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this Contract. III. The CONTRACTOR for himself, and for his/her heirs, executors, administrators, successors, and assigns does hereby agree to the full performance of all the covenants herein upon the part of the CONTRACTOR. IV. It is further provided that no liability shall attach to the OWNER by reason of entering into this Contract, except as expressly provided herein. V. CONTRACTOR is an independent contractor and not an employee of the OWNER. The OWNER has designated the Contract performance and the CONTRACTOR shall be responsible for the details of that work. The parties recognize the CONTRACTOR has unique skills not otherwise available to the OWNER to accomplish the purpose of the Contract. The CONTRACTOR shall supply all equipment and supplies necessary to accomplish the Contract. The parties recognize that the purpose of the Contract is not within the regular course of business of the OWNER. The parties state that the right of control over the activities necessary to perform the Contract are with the CONTRACTOR. IN WITNESS WHEREOF the parties hereto have caused this Agreement to be executed the day and year first herein above written. OWNER: City of Yakima, Washington (SEAL) By: Name: R. A. Zais, Jr. Title: City Manager CITY CONTRAC f NO €720q -JOY RESOLUTION NO CONTRACTOR: By: \C& Name: Deborah J. Mbole Title: City Clerk (SEAL) Name: ATTEST: (Please Print or Type) r Address: ,� igo��'l PX ��. IC�1001\d � W'A- 61C\ 36Li Phone: - 315 - ) (i1)0� FAX: 50q 3 e5 `d°lc, E-mail Address: Q rti,,WcI'P,Wtep\erIZGYI. Name: ✓��� (Please Print or Type) Employer Identification Number:o()- -2-D-1(.06l Bond No.SSB398327 CONTRACT BOND BOND TO CITY OF YAK{MA KNOW ALL PERSONS BY THESE PRESENTS: That we, the undersigned Premier Excavation, Inc. as principal, and RLI Insurarrce Company Ia corporation organized and existing under the Laws of the State of Illinois , as a surety corporation, and qualified under the Taws of th:7. State of Washington to become surety upon bonds of contractors with municipal corporations, as surety, are jointly and severally held and firmly bound to the I City of Yakima in the penal sum of 5 85 , 991.95** for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators, or personal representatives, as the case may be. This ot?ligation is entered into in pursuance of the statutes of the State of Washington and the Ordinances I of the City of Yakima. Dated at Richland , Washington, this _ 13 day of August 2009. ' Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to action of the City of Yakima, on ' City Manager and City Clerk of said City of Yakima has let or is about to let to the said Premier Excavation, Inc. the above bounden Principal, a certain Contract, the said Contract being numbered City_ Contract No. 1977, and providing for the construction of NOB HILL BOULEVARD SANITARY SEWERMAIN IMPROVEMENT PORJEC,T (which Contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the said Principal has accepted, or is about to accept, the said Contract, and undertake to ' perform the work therein provided for in the manner and within the time set forth; NOW, THEREFORE, if the said Premier Excavation, Inc. shall faithfully perform ail the provisions of said Contract in the manner and within the time therein set forth, or ' within such extensions of time as may be granted under said Contract, and shall pay all laborers, mechanics, subcontractors and material men and all industrial insurance premiums, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall indemnify and hold the City of Yakima harmless from any damage or expense by reason of ' failure of performance as specified in said Contract, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. Oct 9 u -S Z8) 2009, the ' SURETY: RLI Insurance Company By: Name: .Roxann Shuck, Attorney In Fact (Please Prinr or Typo) Agent Mike Button Address: PO Box 70, Richland WA 99:352 G:IPROJECTS1.20091090241City Sewer Spec.doc 4-4 ' r d 06t3LSLP.600 (SEAL) ATTEST: Premier Excavation, Inc. u011nAP.OX:7, 181i11OJ, eni.:La en CL 6n\L 1 'That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. RLI Surety P.O. Box 3967 I Peoria, IL 61612-3967 Phone: (800)645-2402 1 Fax: (309)689-2036 www.rlicorp.com Know All Men by These Presents: POWER OF ATTORNEY RLI Insurance Company 'That RLI Insurance Company, an Illinois corporation, does hereby make, constitute and appoint: John Mostoller. Mike Button. Pam Urlacher, Sue Bynum, Roxi Eslinger, Roxann Shuck jointly or severally 1 in the City of Richland , State of Washington its true and lawful Agent and Attorney in Fact, with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, the following described 'bond. Any and all bonds, undertakings, and recognizances in an amount not to exceed Ten Million Dollars ($10,000,000) for ' any single obligation. 'The RLI Insurance Company further certifies that the following is a true and exact copy of the Resolution adopted by the Board of Directors of RLI Insurance Company, and now in force to -wit: The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had been executed and acknowledged by the regularly elected officers of this Company. 1 1 IIN WITNESS WHEREOF, the RLI Insurance Company has caused these presents to be executed by its Vice President with its corporate seal affixed this 18th day of September , 2008 "All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." 1 'State of Illinois } SS 'County of Peoria `5JP ,,E,Cp',,, �¢ • ooRPORATF ••9�c SEAL. On this 18th day of September , 2008 before me, a Notary 'Public, personally appeared Roy C. Die , who being by me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of the RLI Insurance Company and acknowledged said instrument to be the voluntary act and deed of said corporation. 1 IBy� 1 Jac ami "OFFICIAL SEAL" NOTARY JACQUELINE M. BOCKLER STATE OF oasis COMMISSION EXPIRES 03/01/10 Notary Public RLI Insurance Company By: Roy C. Di- Vice President CERTIFICATE I, the undersigned officer of RLI Insurance Company, a stock corporation of the State of Illinois, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable; and furthermore, that the Resolution of the Company as set forth in the Power of Attorney, is now in force. In testimony whereof, I have hereunto set my hand and the seal of the RLI Insurance Company this 13 day of August , 2009 RLI Insurance Company By: 4665412030110 Roy C. D'• Vice President A0059207 CONTRACTOR: By: —��— Name: jr Ac\ ,k\C1`(\`-) (� (Please Print or Type) Appro - as to Form: City 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 qCo 43R CERTIFICATE OF LIABILITY INSURANCE pPREMI03 DATE (MM/DDIYYYY) 08/26/09 PRODUCER Western States Ins of Richland PO Box 70 1100 Jadwin , Suite 500 Richland WA 99352 Phone:509-946-6161 Fax:509-946-0715 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND ALTER THE COVERAGE AFFORDED BY THE POLICIES OR BELOW. INSURERS AFFORDING COVERAGE NAIC# INSURED Premier Excavation Inc 2222 Robertson Dr Richland WA 99354 1 INSURER A western National Assurance Co. REPRESENTATIVES. INSURER B LIABILITY COMMERCIAL GENERAL LIABILITY INSURER C: 04/28/09 INSURER D' EACH OCCURRENCE INSURER E' X COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INOK LTR AUD L NSRD TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MM/DD/Y YY) POLICY EXPIRATION DATE (MM/DDIYYYY) LIMITS A REPRESENTATIVES. GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY CPP001768901 04/28/09 04/28/10 EACH OCCURRENCE $1,000,000 X PREMISES(Ea Eoccurrence) $ 100,000 CLAIMS MADE X OCCUR MED EXP (Any one person) $5,000 X WA STOP GAP PERSONAL 8 ADV INJURY $ 1,000,000 X BLNKT. ADD .INS . GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS - COMP/OP AGG $ 2 , 000 , 000 POLICY JELOC A AUTOMOBILE X LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED ALTOS HIRED AUTOS NON -OWNED AUTOS CPP001764401 04/28/09 04/28/10 COMBINED SINGLE LIMIT (Ea accident) $1,000,000 BODILY INJURY (Per person) $ X BODILY INJURY (Per accident) $ X PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY ANY AUTO AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ AUTO ONLY. AGG $ A EXCESS X / UMBRELLA LIABILITY OCCUR CLAIMSMADE DEDUCTIBLE RETENTION $ UMB100152200 04/28/09 04/28/10 EACH OCCURRENCE $2000000 AGGREGATE $ 2000000 $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y! N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes. describe under SPECIAL PROVISIONS below WCS[Al U- OIH- TORY LIMITS ER EL. EACH ACCIDENT $ E.L DISEASE - EA EMPLOYEE $ E.L DISEASE- POLICY LIMIT $ A A OTHER RENTED/LEASE EQUIP INSTALLATION FLTR. CPP0017743 CPP0017743 04/28/09 04/28/09 04/28/10 04/28/10 LIMIT 150,000 LIMIT 264,497 DESCRIPTION OF OPERATIONS 1 LOCATIONS 1 VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT 1 SPECIAL PROVISIONS CITY OF YAKIMA, THEIR AGENTS, EMPLOYEES AND ELECTED OR APPOINTED OFFICALS ARE ADDED PER ADDITIONAL INSURED, FORM WNGL500109. REF: NOB HILL BLVD. SANITARY SEWER MAIN IMPROVEMENT PROJECT. CERTIFICATE HOLDER CANCELLATION ACORD 25 (2009/01) ©1988-2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR CITY OF YAKIMA REPRESENTATIVES. AUTHORIZED REPRESENTATIVE 129 N. 2ND STREET 1YAKIMA WA 98901 dCo,0Y.--_. 2:). S/ e, ACORD 25 (2009/01) ©1988-2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER This Certificate of Insurance does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2009/01) 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 • POLICY NUMBER: CPP001768901 COMMERCIAL GENERAL LIABILITY WN GL 50 01 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS -- COMPLETED OPERATIONS PRIMARY AND NONCONTRIBUTORY This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE . Name Of Additional Insured Person(s) Or OrganizatIon(s): Location And Description Of Completed Opera- tions City of Yakima, their agents, & elected or appointed officials Nob Hill Blvd., Sanitary Sewer Main Improvement project Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section 11 — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown iri the Schedule, but only with respect to liability for "bodily injury" or "prop- erty damage" caused, in whole or in part, by "your work" at the location designated and described in the schedule of this endorsement performed for that additional insured and included in the "prod- ucts -completed operations hazard". B. The Limits of Insurance applicable to the addi- tional insured are those specified iri the written contract or written agreement or In the Declara- tions of this policy, whichever is less. These Lim- its of Insurance are inclusive of, and not in addi- tion to Limits of Insurance shown in the Declarations. WN GL 50 01 09 C, As respects the coverage provided under this en- dorsement, Paragraph 4.b. of the Other Insurance Condition is deleted and replaced by the following: 4. Other Insurance b. Excess Insurance This insurance is excess over any other in- surance naming the additional insured as an insured whether primary, excess, contingent or on any other basis unless the written con- tract or agreement described in A. above spe- cifically requires that this insurance be pro- vided on Dither a primary basis or a primary and noncontributory basis. I;iCIUdJ6 copyrighlaci material of Insurance SQrviCeS Office Inc wi!h its poi missicn. Pa go 1 of 1 0 MINIMUM WAGE AFFIDAVIT STATE OF WASHINGTON) ) ss COUNTY OF YAKIMA ) I, the undersigned, having been duly sworn, depose, say and certify that in connection with the performance of the work, payment for which this voucher is submitted, I have paid the following rate per hour to each classification of laborers, workmen, or mechanics, as indicated upon the attached list, now referred to and by such reference incorporated in and made an integral part hereof, for all such employed in the performance of such work; and no laborer, workman or mechanic so employed upon such work has been paid Tess than the prevailing rate of wage or less than the minimum rate of wages as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. Contractor Subscribed and sworn to before me on this day of 200 Notary Public in and for the State of Washington residing at G:\PROJECTS\2009109024\City Sewer Spec.doc 4-9 1 1 1 1 1 1 1 PREVAILING WAGE RATES - G:IPROJECTS12009\09024\City Sewer Spec.doc 5-1 PREVAILING WAGE RATES The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in the performance of any part of this contract shall be in accordance with the provisions of Chapter 39.12 RCW, as amended. The rules and regulations of the Department of Labor and Industries are by reference made a part of this contract as though fully set forth herein. The current schedule of prevailing wage rates for the locality or localities where this contract will be performed, as determined by the Industrial Statistician of the Department of Labor and Industries, are included in these contract documents. Inasmuch as the contractor will be held responsible for paying the prevailing wages, it is imperative that all contractors familiarize themselves with the current wage rates, as determined by the Industrial Statistician of the Department of Labor and Industries, before submitting bids based on these specifications. In case any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be adjusted by the parties in interest, including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State and his decision therein shall be final and conclusive and biding on all parties involved in the dispute as provided for by RCW 39.12.060 as amended. Current prevailing wage rules and data can be furnished by the Industrial Statistician upon request. You may submit your request to: Department of Labor and Industries ESAC Division PO Box 44540 Olympia, Washington 98504-4540 Telephone: 360-902-5335 G:\PROJECTS\2009\09024\City Sewer Spec.doc 5-2 1 1 1 1 1 1 1 State of Washington Department of Labor and Industries Prevailing Wage Section - Telephone (360) 902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES fisted 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 Tess than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. -Jr* l..--,r*t,r*fr***r***************x********,rx**,*:t****************x>*** PREVAILING WAGE RATE CORRECTION POWER EQUIPMENT OPERATORS JOURNEY LEVEL WAGE UPDATE PERIOD OF 03-04-2009 CORRECTION PUBLISHED ON 03-25-2009 CORRECTED RATE WILL BE EFFECTIVE ON 04-24-2009 1*********************************_r.r*****************,r************************************************************************************* 1 1 1 1 1 1 1 1 1 1 1 Corrected Rate Compared to the Incorrect Rate Previously Published. COUNTIES COVERED: CHELAN, CLALLAM, DOUGLAS, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, KITTITAS, LEWIS, MASON, PACIFIC, PIERCE, SKAGIT, SNOHOMISH, THURSTON, WHATCOM AND YAKIMA Classification Corrected Rate Incorrect Rate SCREED MAN $47.91 $47.42 Washington State Department of Labor and Industries Policy Statement (Regarding the Production of "Standard" or "Non-standard" Items) Below is the department's (State L&I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non-standard". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non-standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. 1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to question 3. 3. Is the item fabricated in an assembly/fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39.12. If yes, go to question 6. 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non -covered workers shall be directed to State L&l at (360) 902-5330. Supplemental to Wage Rates 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non- standard and therefore covered by the prevailing wage law, RCW 39.12 Items marked with an X in the "YES" column should be considered to be non-standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L&I's policy statement. ITEM DESCRIPTION YES NO 1. Metal rectangular frames, solid metal covers, herringbone grates, and bi-directional vaned grates for Catch Basin Types 1, 1L, 1P, and 2 and Concrete Inlets. See Std. Plans X 2. Metal circular frames (rings) and covers, circular grates, and prefabricated ladders for Manhole Types 1, 2, and 3, Drywell Types 1, 2, and 3 and Catch Basin Type 2. See Std. Plans 3. Prefabricated steel grate supports and welded grates, metal frames and dual vaned grates, and Type 1, 2, and 3 structural tubing grates for Drop Inlets. See Std. Plans. 4. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. X 5. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. X 6. Corrugated Steel Pipe - Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, 1 thru 5. 7. Corrugated Aluminum Pipe - Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, #5. Supplemental to Wage Rates 2 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 8. Anchor Bolts & Nuts - Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. See Contract Plans and Std. Plans for size and material type. X 9. Aluminum.Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be in accordance with Section 9-28.14(3). X 10. Major Structural Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc., for bridges. X 11. Minor Structural Steel Fabrication - Fabrication of minor steel Items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and/or boring of holes. See Contact Plans for item description and shop drawings. X 12. Aluminum Bridge Railing Type BP - Metal bridge railing conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in accordance with Section 9-28.14(3). X 13. Concrete Piling--Precast-Prestressed concrete piling for use as 55 and 70 ton concrete piling. Concrete to conform to Section 9-19.1 of Std. Spec.. X 14. Precast Man ole Types 1, 2, and 3 with cones, adjustment sections and flat top slabs. See Std. Plans. X 15. Precast Drywell Types 1, 2, and with cones and adjustment Sections. See Std. Plans. I X 16. Precast Catch Basin - Catch Basin type 1,1 L, 1P, and 2 With adjustment sections. See Std. Plans. ! X Supplemental to Wage Rates 3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 17. Precast Concrete Inlet - with adjustment sections, See Std. Plans X 18. Precast Drop Inlet Type 1 and 2 with metal grate supports. See Std. Plans. X 19. Precast Grate Inlet Type 2 with extension and top units. See Std. Plans X 20. Metal frames, vaned grates, and hoods for Combination Inlets. See Std. Plans X 21. Precast Concrete Utility Vaults - Precast Concrete utility vaults of various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction requirements. Shop drawings are to be provided for approval prior to casting X 22. Vault Risers - For use with Valve Vaults and Utilities Vaults. X 23. Valve Vault - For use with underground utilities. See Contract Plans for details. X 24. Precast Concrete Barrier - Precast Concrete Barrier for use as new barrier or may also be used as Temporary Concrete Barrier. Only new state approved barrier may be used as permanent barrier. X 25. Reinforced Earth Wall Panels — Reinforced Earth Wall Panels in size and shape as shown in the Plans. Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing. Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab. X 26. Precast Concrete Walls - Precast Concrete Walls - tilt -up wall panel in size and shape as shown in Plans. Fabrication plant has annual approval for methods and materials to be used X Supplemental to Wage Rates 4 WSDOTs Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 27. Precast Railroad Crossings - Concrete Crossing Structure Slabs. 28. 12, 18 and 26 inch Standard Precast Prestressed Girder — Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A x 29. Prestressed Concrete Girder Series 4-14 - Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A 30. Prestressed Tri -Beam Girder - Prestressed Tri -Beam Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A x 31. Prestressed Precast Hollow -Core Slab — Precast Prestressed Hollow -core slab for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A. x 32. Prestressed -Bulb Tee Girder - Bulb Tee Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A 33. Monument Case and Cover See Std. Plan. Supplemental to Wage Rates 5 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 34. Cantilever Sign Structure - Cantilever Sign Structure fabricated from steel tubing meeting AASHTO-M-183. See Std. Plans, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111. X 35. Mono -tube Sign Structures - Mono -tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for approval are required prior to fabrication. X 36. Steel Sign Bridges - Steel Sign Bridges fabricated from steel tubing meeting AASHTO-M-138 for Aluminum Alloys. See Std. Plans, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111. X 37. Steel Sign Post - Fabricated Steel Sign Posts as detailed in Std Plans. Shop drawings for approval are to be provided prior to fabrication X 38. Light Standard -Prestressed - Spun, prestressed, hollow concrete poles. X 39. Light Standards - Lighting Standards for use on highway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Plans. See Specia Provisions for pre -approved drawings. X 40. Traffic Signal Standards - Traffic Signal Standards for use on highway and/or street signal systems. Standards to be fabricated to conform with methods and material as specified on Std. Plans. See Special Provisions for pre -approved drawings X 41. Precast Concrete Sloped Mountable Curb (Single and DualFaced) See Std. Plans. Supplemental to Wage Rates 6 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 42. Traffic Signs - Prior to approval of a Fabricator of Traffic Signs, the sources of the following materials must be submitted and OFJJ.JI L%VCIJ 11)1 1C l i\..1.1 VS 01 IGGU119, IG9. CI ICI 11 IOLCJ11Cd1, QIIIJ C111 -1111.11U111 sheeting. NOTE: ""` Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed X X Custom Message Std Signing Message 43. Cutting & bending reinforcing steel X 44. Guardrail components X X Custom End Sec Standard I Sec 45. Aggregates/Concrete mixes Covered by WAC 296-127-018 46. Asphalt Covered by WAC 296-127-018 47. Fiber fabrics X 48. Electrical wiring/components X 49. treated or untreated timber pile X 50. Girder pads (elastomeric bearing) X 51. Standard Dimension lumber X 52. Irrigation components X Supplemental to Wage Rates 7 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 53. Fencing materials X 54. Guide Posts X 55. Traffic Buttons X 56. Epoxy X 57. Cribbing X 58. Water distribution materials i X 59. Steel "H" piles i X 60. Steel pipe for concrete pile casings X 61. Steel pile tips, standard X 62. Steel pile tips, custom X Supplemental to Wage Rates 8 State of Washington Department of Labor and Industries Prevailing Wage Section - Telephone (360) 902 - PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. Classification Code METAL FABRICATION (IN SHOP) EFFECTIVE 03/04/2009 (See Benefit Code Key) Prevailing Overtime Holiday Wage Code Code Counties Covered: ADAMS, ASOTIN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, KITTITAS LINCOLN, OKANOGAN, PEND ORIELLE, STEVENS, WALLA WALLA AND WHITMAN FITTERNVELDER $12.76 LABORER $8.55 MACHINE OPERATOR $12.66 PAINTER $10.20 Counties Covered: BENTON 1 1 1 1 MACHINE OPERATOR $10.53 1 PAINTER $9.76 1 WELDER $16.70 1 1 Counties Covered: CHELAN FITTER $15.04 1 LABORER $9.54 1 MACHINE OPERATOR $9.71 1 PAINTER 59.93 1 WELDER $12.24 1 Counties Covered: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, LEWIS, MASON, PACIFIC SAN JUAN AND SKAGIT FITTERNVELDER $15.16 1 LABORER $11.13 1 MACHINE OPERATOR $10.66 1 PAINTER $11.41 1 Supplemental to Wage Rates 9 METAL FABRICATION (IN SHOP) EFFECTIVE 03/04/2009 Classification Code (See Benefit Code Key) Prevailing Overtime Holiday Wage Code Code Counties Covered: CLARK FITTER $27.49 1E 6H LABORER $19.21 1E 6H MACHINE OPERATOR $28.77 1E 6H PAINTER $25.31 1E 6H WELDER $26.89 1E 6H LAYEROUT $28.77 1 E 6H Counties Covered: COWLITZ MACHINE OPERATOR $24.65 1B 6V FITTER $24.65 1B 6V WELDER $24.65 1B 6V FITTER/WELDER PAINTER Counties Covered: GRANT $10.79 1 $8.55 1 Counties Covered: KING FITTER $15.86 1 LABORER $9.78 1 MACHINE OPERATOR $13.04 1 PAINTER $11.10 1 WELDER 15.48 Counties Covered: KITS AP FITTER $26.96 1 LABORER $8.55 1 MACHINE OPERATOR $13.83 1 WELDER $13.83 1 Supplemental to Wage Rates 10 METAL FABRICATION (IN SHOP) EFFECTIVE 03/0412009 ***************Y*AAAAwAA*Y*Y**ASSA*Y**Y'* -***.*t*******************fl*****Y Classification Code (See Benefit Code Key) Prevailing Overtime Holiday Wage Code Code FITTER/WELDER LABORER MACHINE OPERATOR PAINTER Counties Covered: KLICKITAT, SKAMANIA, WAHKIAKUM $16.99 1 $10.44 1 $17.21 1 $17.03 1 Counties Covered: PIERCE FITTER $15.25 1 LABORER $10.32 1 MACHINE OPERATOR $13.98 1 WELDER $13.98 1 Counties Covered: SNOHOMISH FITTERMIELDER $15.38 1 LABORER $9.79 1 MACHINE OPERATOR $8.84 1 PAINTER $9.98 1 Counties Covered: SPOKANE FITTER $12.59 1 LABORER $8.55 1 MACHINE OPERATOR $13.26 1 PAINTER $10.27 1 WELDER $10.80 1 Supplemental to Wage Rates 11 METAL FABRICATION (IN SHOP) EFFECTIVE 03/04/2009 Classification Code (See Benefit Code Key) Prevailing Overtime Holiday Wage Code Code Counties Covered: THURSTON FITTER $26.24 1A 6T LABORER $16.42 1A 6T MACHINE OPERATOR $20.23 1A 6T LAYEROUT $28.56 1A 6T WELDER $23.97 1A 6T Counties Covered: WHATCOM FITTER,WELDER $13.81 1 LABORER $9.00 1 MACHINE OPERATOR $13.81 1 Counties Covered: YAKIMA FITTER $12.00 1 LABORER $10.31 1 MACHINE OPERATOR $11.32 1 PAINTER $12.00 1 WELDER $11.32 1 Supplemental to Wage Rates 12 FABRICATED PRECAST CONCRETE PRODUCTS EFFECTIVE 03/04/2009 Classification Code (See Benefit Code Key) Prevailing Overtime Holiday Wage Code Code Counties Covered: ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, WALLA WALLA AND WHITMAN ALL CLASSIFICATIONS ALL CLASSIFICATIONS $9.96 1 Counties Covered: CHELAN, KITTITAS, KLICKITAT AND SKAMANIA 8.61 1 Counties Covered: CLALLAM, CLARK, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KITSAP,LEWIS, MASON, PACIFIC, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WAHKIAKUM ALL CLASSIFICATIONS ALL CLASSIFICATIONS ALL CLASSIFICATIONS ALL CLASSIFICATIONS ALL CLASSIFICATIONS ALL CLASSIFICATIONS $13.50 1 Counties Covered: FRANKLIN Counties Covered: KING $13.60 Counties Covered: PIERCE 2K 58 $9.28 1 Counties Covered: SPOKANE $20.23 1 Counties Covered: WHATCOM $13.67 1 Counties Covered: YAKIMA CRAFTSMAN $8.72 1 LABORER $8.55 1 Supplemental to Wage Rates 13 WSDOT's List of State Occupations not applicable to Heavy and Highway Construction Projects This project is subject to the state hourly minimum rates for wages and fringe benefits in the contract provisions, as provided by the state Department of Labor and Industries. The following list of occupations, is comprised of those occupations that are not normally used in the construction of heavy and highway projects. When considering job classifications for use and / or payment when bidding on, or building heavy and highway construction projects for, or administered by WSDOT, these Occupations will be excepted from the included "Washington State Prevailing Wage Rates For Public Work Contracts" documents. • Electrical Fixture Maintenance Workers • Electricians - Motor Shop • Heating Equipment Mechanics • Industrial Engine and Machine Mechanics • Industrial Power Vacuum Cleaners • Inspection, Cleaning, Sealing of Water Systems by Remote Control • Laborers - Underground Sewer & Water • Machinists (Hydroelectric Site Work) • Modular Buildings • Playground & Park Equipment Installers • Power Equipment Operators - Underground Sewer & Water • Residential ***ALL ASSOCIATED RATES *** • Sign Makers and Installers (Non -Electrical) • Sign Makers and Installers (Electrical) • Stage Rigging Mechanics (Non Structural) The following occupations may be used only as outlined in the preceding text concerning "WSDOTs list for Suppliers - Manufacturers - Fabricators" • Fabricated Precast Concrete Products • Metal Fabrication (In Shop) Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296-127. Supplemental to Wage Rates 14 Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) WAC 296-127-018 Agency filings affecting this section Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials. (1) The materials covered under this section include but are not limited to: Sand, gravel, crushed rock, concrete, asphalt, or other similar materials. (2) All workers, regardless of by whom employed, are subject to the provisions of chapter 39.12 RCW when they perform any or all of the following functions: (a) They deliver or discharge any of the above -listed materials to a public works project site: (i) At one or more point(s) directly upon the location where the material will be incorporated into the project; or (ii) At multiple points at the project; or (iii) Adjacent to the location and coordinated with the incorporation of those materials. (b) They wait at or near a public works project site to perform any tasks subject to this section of the rule. (c) They remove any materials from a public works construction site pursuant to contract requirements or specifications (e.g., excavated materials, materials from demolished structures, clean-up materials, etc.). (d) They work in a materials production facility (e.g., batch plant, borrow pit, rock quarry, etc.,) which is established for a public works project for the specific, but not necessarily exclusive, purpose of supplying materials for the project. (e) They deliver concrete to a public works site regardless of the method of incorporation. (f) They assist or participate in the incorporation of any materials into the public works project. Supplemental to Wage Rates 15 (3) AH travel time that relates to the work covered under subsection (2) of this section requires the payment of prevailing wages. Travel time includes time spent waiting to load, loading, transporting, waiting to unload, and delivering materials. Travel time would include all time spent in travel in support of a public works project whether the vehicle is empty or full. For example, travel time spent returning to a supply source to obtain another load of material for use on a public works site or retuming to the public works site to obtain another load of excavated material is time spent in travel that is subject to prevailing wage. Travel to a supply source, including travel from a public works site, to obtain materials for use on a private project would not be travel subject to the prevailing wage. (4) Workers are not subject to the provisions of chapter 39.12 RCW when they deliver materials to a stockpile. (a) A "stockpile" is defined as materials delivered to a pile located away from the site of incorporation such that the stockpiled materials must be physically moved from the stockpile and transported to another location on the project site in order to be incorporated into the project. (b) A stockpile does not include any of the functions described in subsection (2)(a) through (f) of this section; nor does a stockpile include materials delivered or distributed to multiple locations upon the project site; nor does a stockpile include materials dumped at the place of incorporation, or adjacent to the location and coordinated with the incorporation. (5) The applicable prevailing wage rate shall be determined by the locality in which the work is performed. Workers subject to subsection (2)(d) of this section, who produce such materials at an off-site facility shall be paid the applicable prevailing wage rates for the county in which the off-site facility is located. Workers subject to subsection (2) of this section, who deliver such materials to a public works project site shall be paid the applicable prevailing wage rates for the county in which the public works project is located. [Statutory Authority: Chapter 39.12 RCW, RCW 43.22.051 and 43.22.270. 08-24-101, § 296-127-018, filed 12/2/08, effective 1/2/09. Statutory Authority: Chapters 39.04 and 39.12 RCW and RCW 43.22.270. 92-01-104 and 92-08-101, § 296-127-018, filed 12/18/91 and 4/1/92, effective 8/31/92.] Supplemental to Wage Rates 16 BENEFIT CODE KEY - EFFECTIVE 03-04-2009 OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL 13E PAID AT DOUBLE THE HOURLY RATE OF WAGE. C. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. D. THE FIRST TWO (2) HOURS BEFORE OR AFTER A FIVE - EIGHT (8) HOUR WORKWEEK DAY OR A FOUR - TEN (10) HOUR WORKWEEK DAY AND THE FIRST EIGHT (8) HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL ADDITIONAL HOURS WORKED AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. E. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED MON DAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. F. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. G. THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. THE FIRST TWO (2) HOURS AF 1 ER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TEN (10) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. O. THE FIRST TEN (10) HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY THROUGH FRIDAY, AND AFTER TEN (10) HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. P. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) 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. G:\PROJECTS\2009\09024\City Sewer Spec.doc 5-3 BENEFIT CODE KEY - EFFECTIVE 03-04-2009 -2- 1. Q. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10) HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. S. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. T. WORK PERFORMED IN EXCESS OF EIGHT (8) HOURS OF STRAIGHT TIME PER DAY, OR TEN (10) HOURS OF STRAIGHT TIME PER DAY WHEN FOUR TEN (10) HOUR SHIT IS ARE ESTABLISHED, OR FORTY (40) HOURS OF STRAIGHT TIME PER WEEK, MONDAY THROUGH FRIDAY, OR OUTSIDE THE NORMAL SHIFT, AND ALL WORK ON SATURDAYS SHALL BE PAID AT TIME AND ONE-HALF THE STRAIGHT TIME RATE. HOURS WORKED OVER TWELVE HOURS (12) IN A SINGLE SHIFT AND ALL WORK PERFORMED AEI ER 6:00 PM SATURDAY TO 6:00 AM MONDAY AND HOLIDAYS SHALL BE PAID AT DOUBLE THE STRAIGHT TIME RATE OF PAY. THE EMPLOYER SHALL HAVE THE SOLE DISCRETION TO ASSIGN OVERTIME WORK TO EMPLOYEES. PRIMARY CONSIDERATION FOR OVERTIME WORK SHALL BE GIVEN TO EMPLOYEES REGULARLY ASSIGNED TO THE WORK TO BE PERFORMED ON OVERTIME SITUATIONS. AFTER AN EMPLOYEE HAS WORKED EIGHT (8) HOURS AT AN APPLICABLE OVERTIME RATE, ALL ADDITIONAL HOURS SHALL BE AT THE APPLICABLE OVERTIME RATE UNTIL SUCH TIME AS THE EMPLOYEE HAS HAD A BREAK OF EIGHT (8) HOURS OR MORE.. U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. V. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. W ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE-UP DAYS DUE TO CONDITIONS BEYOND THE CONTROL OF THE EMPLOYER) 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. X. THE FIRST FOUR (4) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TWELVE (12) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. WHEN HOLIDAY FALLS ON SATURDAY OR SUNDAY, THE DAY BEFORE SATURDAY, FRIDAY, AND THE DAY AFTER SUNDAY, MONDAY, SHALL BE CONSIDERED THE HOLIDAY AND ALL WORK PERFORMED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 7 ALL HOURS WORKED OUTSIDE THE HOURS OF 5:00 AM AND 5:00 PM (OR SUCH OTHER HOURS AS MAY BE AGREED UPON BY ANY EMPLOYER AND THE EMPLOYEE) AND ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY (10 HOURS PER DAY FOR A 4 X 10 WORKWEEK) AND ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. (EXCEPT FOR EMPLOYEES WHO ARE ABSENT FROM WORK WITHOUT PRIOR APROVAL ON A SCHEDULED WORKDAY DURING THE WORKWEEK SHALL BE PAID AT THE STRAIGHT -TIME RATE UNTIL THEY HAVE WORKED 8 HOURS IN A DAY (10 IN A 4 X 10 WORKWEEK) OR 40 HOURS DURING THAT WORKWEEK.) ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Z 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 THE STRAIGHT TIME RATE OF PAY IN ADDITION TO HOLIDAY PAY. 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. G:\PROJECTS\2009\09024\City Sewer Spec.doc 5-4 BENEFIT CODE KEY - EFFECTIVE 03-04-2009 -3- D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURL`. RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY. H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. I. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. L. ALL HOURS WORKED ON SATURDAYS (OR ON THE REGULAR DAY OFF DURING A WORKWEEK OTHER THAN MONDAY THROUGH FRIDAY) AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, EXCEPT LABOR DAY WHICH SHALL BE PAID AT DOUBLE THE HOURLY RATE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. O. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. P. THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. Q. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS AND ALL HOURS WORKED OVER SIXTY (60) IN ONE WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 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, EXCEPT THE DAY AYI R THANKSGIVING, THE DAY AFTER CHRISTMAS AND A FLOATING HOLIDAY, WHICH SHALL BE PAD AT THE STRAIGHT TIME RATE IF WORKED, IN ADDITION TO HOLIDAY PAY. 4A. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. HOLIDAY CODES 5. A. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). G:\PROJECTS\2009\09024\City Sewer Spec.doc 5-5 BENEFIT CODE KEY - EF'I ECTIVE 03-04-2009 -4- B. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8). C. HOLIDAYS: NEW YEARS DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AF TER THANKSGIVING DAY, AND CHRISTMAS DAY (8). D. HOLIDAYS: NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). E. HOLIDAYS: NEW YEARS DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY AEI ER THANKSGIVING DAY, AND CHRISTMAS DAY (8). F. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (11). G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7). H. HOLIDAYS: NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFIER THANKSGIVING DAY, AND CHRISTMAS (6). I_ HOLIDAYS: NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). J. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY Al IER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (7). K. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9)- L. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). M. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS AND CHRISTMAS DAY (9). N. HOLIDAYS: NEW YEARS DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIV E IG DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9). P. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). IF A HOLIDAY FALLS ON SUNDAY, THE FOLLOWING MONDAY SHALL BE CONSIDERED AS A HOLIDAY. Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). R. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, ONE-HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (7 1/2). 5. S. PAID HOLIDAYS: NEW YEARS DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (7). T. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY BEFORE OR AFTER CHRISTMAS (9). U. PAID HOLIDAYS: NEW YEARS DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (8). V. PAID HOLIDAYS: SIX (6) PAID HOLIDAYS. W. PAID HOLIDAYS: NINE (9) PAID HOLIDAYS. X. HOLIDAYS: AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080 HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8). G:\PROJECTS\2009\09024\City Sewer Spec.doc 5-6 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BENEFIT CODE KEY - EFFECTIVE 03-04-2009 -5- Y. HOLIDAYS: NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRIST IAS DAY (8). Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). 6. A. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDEI' CE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). B. PAID HOLIDAYS: NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY Al. -1 ER THANKSGIVING DAY, CHRISTMAS EVE'S DAY, AND CHRISTMAS DAY (9). C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). D. PAID HOLIDAYS: NEW YEARS DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY (9). E. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEARS DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND A HALF-DAY ON CHRISTMAS EVE DAY. (912). F. PAID HOLIDAYS: NEW YEARS DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (11). G. PAID HOLIDAYS: NEW YEARS DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND CHRISTMAS EVE DAY (11). H. PAID HOLIDAYS: NEW YEAR'S DAY, NEW YEAR'S EVE DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A FLOATING HOLIDAY (10). I. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AI.1 ER THANKSGIVING DAY, AND CHRISTMAS DAY (7). J. PAID HOLIDAYS: NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A FLOATING HOLIDAY (9). L HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (8) Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8). UNPAID HOLIDAY: PRESIDENTS' DAY. T. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). U. HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY (9). V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE (9). W. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEARS DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY (10). X. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR Ar 1ER 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). Y. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND A FLOATING HOLIDAY (9). G:\PROJECTS\2009\09024\City Sewer Spec.doc 5-7 BENEFIT CODE KEY - EA'1 ECTIVE 03-04-2009 -6- Z.. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). IF A HOLIDAY FALLS ON SATURDAY, THE PRECEDING FRIDAY SHALL BE CONSIDERED AS THE HOLIDAY. IF A HOLIDAY FALLS ON SUNDAY, THE FOLLOWING MONDAY SHALL BE CONSIDERED AS THE HOLIDAY. NOTE CODES 8. A. 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' - $2.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150' - $3.00 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 220' - $4.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 220' - $5.00 PER FOOT FOR EACH FOOT OVER 220 FEET C. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50' TO 100' - $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150' - $1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 200' - $2.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200' - DIVERS MAY NAME THEIR OWN PRICE D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL $1.00 PER HOUR L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $0.75, LEVEL B: $050, AND LEVEL C: $025. M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A & B: $1.00, LEVELS C & D: $0.50. N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $1.00, LEVEL B: 50.75, LEVEL C: $0.50, AND LEVEL D: $0.25 P. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - CLASS A SUIT: $2.00, CLASS B SUIT: $1.50, CLASS C SUIT: S1.00, AND CLASS D SUIT $0.50. G:IPROJECTS\20091090241City Sewer Spec.doc 5-8 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section - Telephone (360) 902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total A brief description of overtime calculation requirements is provided on the Benefit Code Key. YAKIMA COUNTY EFFECTIVE 03/04/2009 *****************************************************************************************-***************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $30.31 1H 5D BOILERMAKERS JOURNEY LEVEL $53.37 1C 5N BRICK AND MARBLE MASONS JOURNEY LEVEL $37.52 2M 5A CABINETMAKERS (IN SHOP) JOURNEY LEVEL $19.24 1 CARPENTERS ACOUSTICAL WORKER $36.22 1M 50 BRIDGE, DOCK AND WARF CARPENTERS $45.56 1M 5D CARPENTER $36.22 1M 513 CREOSOTED MATERIAL $36.22 1M 50 DRYWALL APPLICATOR $36.22 1M 5D FLOOR FINISHER $36.22 1M 5D FLOOR LAYER $36.22 1M 50 FLOOR SANDER $36.22 1M 5D MILLWRIGHT $46.56 1M 5D PILEDRIVERS. DRIVING, PULLING, PLACING COLLARS AND WELDING $45.76 1M 50 SAWFILER $36.22 1M 5D SHINGLER $36.22 1M 5D STATIONARY POWER SAW OPERATOR $36.22 1M 5D STATIONARY WOODWORKING TOOLS $36.22 1M 50 CEMENT MASONS JOURNEY LEVEL $33.81 1N 50 DIVERS & TENDERS DIVER $96.81 1M 50 8A DIVER ON STANDBY $54.19 1M 5D DIVER TENDER $49.84 1M 50 DREDGE WORKERS ASSISTANT ENGINEER $47.09 1T 50 8L ASSISTANT MATE (DECKHAND) $46.58 1T 50 8L BOATMEN $47.09 1T 50 8L ENGINEER WELDER $47.14 1T 5D 8L LEVERMAN, HYDRAULIC $48.71 1T 5D 8L MAINTENANCE $46.58 1T 5D 8L MATES $47.09 1T 50 8L OILER $46.71 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $31.71 1P 5A ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $20.99 1 Page 1 G:\PROJECTS12009\090241City Sewer Spec.doc 5-9 YAKIMA COUNTY EFFECTIVE 03/0412009 (See Benefit Code Key) Over PREVAILING Time Hdiday Note Classification WAGE Code Code Code ELECTRICIANS - INSIDE JOURNEY LEVEL $48.30 1E 5A ELECTRICIANS - MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS - POWERUNE CONSTRUCTION CABLE SPLICER $58.36 4A 5A CERTIFIED LINE WELDER $53.30 4A 5A GROUNDPERSON $38.14 4A 5A HEAD GROUNDPERSON $40.25 4A 5A HEAVY LINE EQUIPMENT OPERATOR $53.30 4A 5A JACKHAMMER OPERATOR $40.25 4A 5A JOURNEY LEVEL LINEPERSON $53.30 4A 5A LINE EQUIPMENT OPERATOR $45.14 4A 5A POLE SPRAYER $53.30 4A 5A POWDERPERSON $40.25 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $23.40 1 ELEVATOR CONSTRUCTORS MECHANIC $64.81 4A 6Q MECHANIC IN CHARGE $70.60 4A 60 FABRICATED PRECAST CONCRETE PRODUCTS CRAFTSMAN $8.72 1 LABORER $8.55 1 FENCE ERECTORS FENCE ERECTOR $21.64 1 FLAGGERS JOURNEY LEVEL $28.43 1H 50 GLAZIERS JOURNEY LEVEL $22.43 1B 61 HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $23.18 1 HEATING EQUIPMENT MECHANICS MECHANIC $13.91 1 HOD CARRIERS &MASON TENDERS JOURNEY LEVEL $31.22 1H 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.24 1 INSPECTIONICLEANING!SEAUNG OF SEWER & WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR $9.73 1 GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR $12.78 1 TECHNICIAN $8.55 1 TV TRUCK OPERATOR $10.53 1 INSULATION APPLICATORS JOURNEY LEVEL $32.91 1 IRONWORKERS JOURNEY LEVEL $46.61 10 5A Page 2 G:\PROJECTS\2009\090241City Sewer Spec.doc 5-10 YAKIMA COUNTY EFFECTIVE 03104/2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LABORERS ALL CLASSIFICATIONS $18.12 1 LABORERS - UNDERGROUND SEWER &WATER GENERAL LABORER $30.31 1H 5D PIPE LAYER $30.83 1 H 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $9.00 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $15.45 1 LANDSCAPING OR PLANTING LABORERS $9.00 1 LATHERS JOURNEY LEVEL $36.22 1 M 5D METAL FABRICATION (IN SHOP) FITTER $12.00 1 LABORER $10.31 1 MACHINE OPERATOR $11.32 1 PAINTER $12.00 1 WELDER $11.32 1 MODULAR BUILDINGS JOURNEY LEVEL $14.11 1 PAINTERS JOURNEY LEVEL $20.05 1 PLASTERERS JOURNEY LEVEL $44.83 1 R 5B PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.55 1 PLUMBERS & PIPEFITTERS JOURNEY LEVEL $57.74 10 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $44.64 1T 5D 8P BACKHOE. EXCAVATOR SHOVEL, OVER 50 METRIC TONS TO 90 METRIC $48.46 1T 5D 8P TONS BACKHOE, EXCAVATOR SHOVEL, OVER 90 METRIC TONS $49.03 1T 5D 8P BACKHOE, EXCAVATOR, SHOVEL, OVER 30 METRIC TONS TO 50 $47.91 1T 5D 8P METRIC TONS BACKHOE, EXCAVATOR, SHOVEL, TRACTORS UNDER 15 METRIC TONS $47.00 1T 5D 8P BACKHOE, EXCAVATOR, SHOVEL, TRACTORS: 15 TO 30 METRIC TONS $47.42 1T 5D 8P BARRIER MACHINE (ZIPPER) $47.42 1T 5D 8P BATCH PLANT OPERATOR, CONCRETE $47.42 1T 5D 8P BELT LOADERS (ELEVATING TYPE) $47.00 1T 50 8P BOBCAT (SKID STEER) $44.64 1T 5D 8P BROKK-REMOTE DEMOLITION EQUIPMENT $44.64 1T 5D 8P BROOMS $44.64 1T 5D 8P BUMP CUTTER $47.42 1T 50 8P CABLEWAYS $47.91 1T 5D 8P CHIPPER $47.42 1T 5D 8P COMPRESSORS $44.64 1T 50 8P CONCRETE FINISH MACHINE- LASER SCREED $44.64 1T 5D 8P CONCRETE PUMPS $47.00 1T 50 8P CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $47.42 1T 5D 8P CONVEYORS $47.00 1T 5D 8P CRANE. FRICTION 100 TONS THROUGH 199 TONS $49.03 1T 5D 8P CRANE. FRICTION OVER 200 TONS $48.29 1T 5D 8P Page 3 G:\PROJECTS\2009\09024\City Sewer Spec.doc 5-11 YAKIMA COUNTY EFFECTIVE 03/04/2009 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CRANES, THRU 19 TONS, WITH ATTACHMENTS $47.00 1T 5D 8P CRANES, 20 - 44 TONS, WITH ATTACHMENTS $47.42 1T 5D 8P CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $47.91 1T 5D 8P WITH ATACHMENTS) CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $48.46 1T 50 8P WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $49.03 1T 5D 8P WITH ATTACHMENTS) CRANES, A -FRAME, 10 TON AND UNDER $44,64 1T 513 8P CRANES, A -FRAME, OVER 10 TON $47.00 1T 5D 8P CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $48.29 1T 50 8P ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE (20 - 44 TONS) $47.42 1T 5D 8P CRANES, OVERHEAD, BRIDGE TYPE (45 - 99 TONS) $47.91 1T 50 8P CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $48.46 1T 5D 8P CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $48.46 1T 50 8P CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $49.03 1T 5D 8P CRUSHERS $47.42 1T 5D 8P DECK ENGINEER/DECK WINCHES (POWER) $47.42 1T 50 8P DERRICK, BUILDING $47.91 1T 5D 8P DOZERS, D-9 & UNDER $47.00 1T 5D 8P DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $47.00 1T 5D 8P DRILLING MACHINE $47.42 1T 50 8P ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $44.64 1T 5D 8P EQUIPMENT SERVICE ENGINEER (OILER) $47.00 1T 5D 8P FINISHING MACHINE/BIDWELL GAMACOAND SIMILAR EQUIP $47.42 1T 5D 8P FORK LIFTS. (3000 LBS AND OVER) $47.00 1T 5D 8P FORK LIFTS. (UNDER 3000 LBS) $44.64 1T 51) 8P GRADECHECKER AND STAKEMAN $44.64 1T 5D 8P GUARDRAIL PUNCH $47.42 1T 50 8P HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $47.00 1T 50 8P HORIZONTAUDIRECTIONAL DRILL LOCATOR $47.00 1T 50 8P HORIZONTAUDIRECTIONAL DRILL OPERATOR $47.42 1T 50 8P HYDRALIFTS/BOOM TRUCKS (10 TON & UNDER) $44.64 1T 5D 8P HYDRALIFTS/BOOM TRUCKS (OVER 10 TON) $47.00 1T 5D 8P LOADERS, OVERHEAD (6 YD UP TO 8 YD) $47.91 1T 5D 8P LOADERS, OVERHEAD (8 YD & OVER) $48.46 1T 50 8P LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $47.42 1T 5D 8P LOCOMOTIVES, ALL $47.42 1T 5D 8P MECHANICS, ALL $48.46 1T 5D 8P MIXERS. ASPHALT PLANT $47.42 1T 5D 8P MOTOR PATROL GRADER (FINISHING) $47.91 1T 50 8P MOTOR PATROL GRADER (NON -FINISHING) $47.00 1T 5D 8P MUCKING MACHINE, MOLE. TUNNEL DRILL AND/OR SHIELD $47.91 1T 5D 8P OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $44.64 1T 5D 8P OPERATOR PAVEMENT BREAKER $44.64 1T 5D 8P PILEDRIVER (OTHER THAN CRANE MOUNT) $47.42 1T 5D 8P PLANT OILER (ASPHALT, CRUSHER) $47.00 1T 5D 8P POSTHOLE DIGGER, MECHANICAL $44.64 1T 50 8P POWER PLANT $44.64 1T 5D 8P PUMPS, WATER $44.64 1T 50 8P QUAD 9, 0-10, AND HD -41 $47.91 1T 5D 8P Page 4 G:\PROJECTS\2009\09024\City Sewer Spec.doc 5-12 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 YAKIMA COUNTY EFFECTIVE 03/04/2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code QUICK TOWER -NO CAB, UNDER 100 FEET IN HEIGHT BASED TO BOOM $44.64 1T 5D 8P REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $47.91 1T 5D 8P EQUIP RIGGER AND BELLMAN $44.64 1T 5D 8P ROLLAGON $47.91 1T 5D 8P ROLLER, OTHER THAN PLANT ROAD MIX $44.64 1T 50 8P ROLLERS, PLANTMIXOR MULTILIFT MATERIALS $47.00 1T 5D 8P ROTO -MILL, ROTO -GRINDER $47.42 1T 5D 8P SAWS, CONCRETE '$47.00 1T 5D 8P SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $47.91 1T 5D 8P OFF-ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $47.00 1T 50 8P SCREED MAN $47.42 1T 50 8P SHOTCRETEGUNITE $44.64 1T 5D 8P SLIPFORM PAVERS $47.91 1T 5D 8P SPREADER, TOPSIDER & SCREEDMAN $47.91 1T 5D 8P SUBGRADE TRIMMER $47.42 1T 51) 8P TOWER BUCKET ELEVATORS $47.00 1T 5D 8P TRACTORS, (75 HP & UNDER) $47.00 1T 5D 8P TRACTORS, (OVER 75 HP) $47.42 1T 513 8P TRANSFER MATERIAL SERVICE MACHINE $47.42 1T 5D 8P TRANSPORTERS, ALL TRACK OR TRUCK TYPE $47.91 1T 5D 8P TRENCHING MACHINES $47.00 1T 5D 8P TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $47.00 1T 5D 8P TRUCK CRANE OILER/DRIVER (100 TON & OVER) $47.42 1T 513 8P TRUCK MOUNT PORTABLE CONVEYER $47.42 1T 5D 8P WHEEL TRACTORS, FARMALL TYPE $44.64 1T 5D 8P YO YO PAY DOZER $47.42 1T 513 8P POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER &WATER (SEE POWER EQUIPMENT OPERATORS) POWER UNE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $39.29 4A 5A SPRAY PERSON $37.21 4A 5A TREE EQUIPMENT OPERATOR $37.81 4A 5A TREE TRIMMER $35.18 4A 5A TREE TRIMMER GROUNDPERSON $26.55 4A 5A REFRIGERATION &AIR CONDITIONING MECHANICS MECHANIC $57.74 10 5A RESIDENTIAL BRICK & MARBLE MASONS JOURNEY LEVEL $29.00 1 RESIDENTIAL CARPENTERS JOURNEY LEVEL $14.58 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $11.86 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $19.08 1 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $21.98 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $22.43 1B 61 RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $10.00 1 Page 5 G:\PROJECTS\2009\090241City Sewer Spec.doc 5-13 YAKIMA COUNTY EFFECTIVE 03/04/2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL LABORERS JOURNEY LEVEL RESIDENTIAL PAINTERS JOURNEY LEVEL RESIDENTIAL PLUMBERS & PIPEFITTERS JOURNEY LEVEL RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL RESIDENTIAL TERRAZZOITILE FINISHERS JOURNEY LEVEL ROOFERS JOURNEY LEVEL USING IRRITABLE BITUMINOUS MATERIALS SHEET METALWORKERS JOURNEY LEVEL (FIELD OR SHOP) SIGN MAKERS &INSTALLERS (NON -ELECTRICAL) JOURNEY LEVEL SOFT FLOOR LAYERS JOURNEY LEVEL SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL SURVEYORS CHAIN PERSON INSTRUMENT PERSON PARTY CHIEF TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL TELEPHONE UNE CONSTRUCTION - OUTSIDE CABLE SPLICER HOLE DIGGER/GROUND PERSON INSTALLER (REPAIRER) JOURNEY LEVEL TELEPHONE LINEPERSON SPECIAL APPARATUS INSTALLER SPECIAL APPARATUS'INSTALLER 11 TELEPHONE EQUIPMENT OPERATOR (HEAVY) TELEPHONE EQUIPMENT OPERATOR (LIGHT) TELEVISION GROUND PERSON TELEVISION LINEPERSON/INSTALLER TELEVISION SYSTEM TECHNICIAN TELEVISION TECHNICIAN TREE TRIMMER TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL TILE, MARBLE &TERRAZZO FINISHERS FINISHER Page 6 G:\PROJECTS12009\09024\City Sewer Spec.doc 5-14 $8.55 1 $13.89 1 $15.56 1 $32.26 1X 5A $17.55 1 $17.00 1 $31.31 2P 51 $34.31 2P 51 $46.11 1X 5A $14.65 1 $23.11 1N 5A $8.55 1 $45.35 1R 50 $13.23 1 $9.25 1 $12.05 1 $15.05 1 $20.00 1 $31.46 2B 5A $17.58 28 5A $30.17 2B 5A $29.26 28 5A $31.46 28 5A $30.82 28 5A $31.46 2B 5A $29.26 2B 5A $16.67 2B 5A $22.19 28 5A $26.42 2B 5A $23.76 28 5A $29.26 2B 5A $29.88 2M 5A $25.80 2M 5A YAKIMA COUNTY EFFECTIVE 03/04/2009 *********************,*********************************************************** ..*:::s****************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $37.90 1K 5A TRUCK DRIVERS ASPHALT MIX $14.19 1 DUMP TRUCK $32.97 2G 61 DUMP TRUCK & TRAILER $32.97 2G 61 OTHER TRUCKS $32.97 2G 61 TRANSIT MIXER $32.97 2G 61 WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $25.44 1 OILER $9.20 1 WELL DRILLER $18.00 1 Page 7 G:\PROJECTS\2009\09024\City Sewer Spec.doc 5-15 { PROPOSAL G ,\PROJECTS\2009\09024\City Sewer Spec.doc 6-1 PROPOSAL To the City Clerk Yakima, Washington This certifies that the undersigned has examined the location of: City Of Yakima Nob Hill Boulevard Sanitary Sewer Main Improvement Project City Project No. 1977 and that the plans, specifications and contract goveming the work embraced in this improvement, and the method by which payment will be made for said work, is understood. The undersigned hereby proposes to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available in accordance with the said plans, specifications and contract, and the following schedule of rates and prices. NOTE: Unit prices for all items, all extensions, and total amount of bid, shall be shown, and be written in ink or typed. Show unit prices in figures only. Figures written to the right of the dot (decimal) in the dollars column shall be considered as cents_ G:\PROJECTS\2009\09024\City Sewer Spec.doc 6-2 1 1 1 1 ITEM PROPOSAL BID SHEET City of Yakima Nob Hill Boulevard Sanitary Sewer Main Improvement Project City Project No. 1977 ITEM NO.ITEM PAYMENT SECTION QTY UNIT UNIT PRICE DOLLARS AMOUNT DOLLARS 1 2 3 4 5 6 7 8 9 10 11 12 13 SPCC PLAN 1-07.15 1 LS 500 - c.OO - MOBILIZATION 1-09.7 1 LS &C100 - 0000 PROJECT TEMPORARY TRAFFIC CONTROL 1-10.5 1 LS '4k 0_ ,,--\c0- CLEARING AND GRUBBING 2-01.5 1 LS cMC; - -50 " SHORING OR EXTRA EXCAVATION, CLASS B 2-09.5 2,270 LF flS e . P� 5a 100� MANHOLE 48 -IN DIATYPE 1 7-05/5 ., 8 EA _ 1� a.5 1 ‘(.41) _ MANHOLE ADDITIONAL HEIGHT 48 -IN. DIA., TYPE 1 7-05.5 10 LF 1l�� _ I l9 CONNECTION TO EXISTING MANHOLE 7-05.3 1 EA -CQ- kSGO' 2,270 LF 1S 50 4r)IOD 7 17.5 �Qc- $ kh cdr C i ? �` y �i�' Qk REMOVAL AND REPLACEMENT OF UNSUITABLE MATERIAL 7-17.5 20 CY �d + ) OL\U CRUSHED SURFACING TOP COURSE FOR TRENCH BACKFILL 4-04.5 90 TON _ n15 _ SURFACE REPAIR 5-04.5 20 SY a0 1$0� MINOR CHANGES 1-04.4(1) FA 1 $5,000.00 $5,000.00 SUBTOTAL (-)cmr, TAX l.pS 1 Lo TOTAL $S(vAA • 1 G:IPROJECTS12009109024\City Sewer Spec.doc 6-3 ou BID BOND FORM Herewith find deposit in the form of a certified check, cashiers check, cash, or bid bond in the amount of $ which amount is not less than five percent of the total bid. Sign Here BID BOND KNOW ALL MEN BY THESE PRESENTS: Premier Excavation, Inc That we, , as principal, and RLI Insurance Company unto the ity t la ;� of attache 1�id & 00/1 -OD ' the Surety bind themselves, their heirs, 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 Nob Hill Blvd. Sanitary Sewer Main Improvement Project according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly snake and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. as Surety, are held and firmly bound as Obligee, in the penal sum of Dollars, for the payment of which the Principal and executors, administrators, successors and assigns, SIGNED, SEALED AND DATED THIS 29 2009 DAY OF 3uiy Premier Excavation, Inc. Principal RLI Insurance Company Surety Roxann Shuck, Attorney In'Fact Received return of deposit in the sum of $ ,20 G: PR ECTS 3024\CMy SewerSpec.doc 43-4 7'd CAR LC/ORM uolmnp7x.Iralms.w dnc.'7n An P7 Inc 1 1 1 1 '" R>L,I Surety P.O. Box 3967 1 Peoria, IL 61612-3967 Phone: (800)645-2402 1 Fax: (309)689-2036 www.rlicorp.com Know All Men by These Presents: POWER OF ATTORNEY RLI Insurance Company That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That RLI Insurance Company, an Illinois corporation, does hereby make, constitute and appoint: John Mostoller, Mike Button. Pam Urlacher, Sue Bynum, Roxi Eslinger, Roxann Shuck jointly or severally Iin the City of Richland , State of Washington its true and lawful Agent and Attorney in Fact, with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, the following described bond. 1 Any and all bonds, undertakings, and recognizances in an amount not to exceed Ten Million Dollars ($10,000,000) for any single obligation. 1 The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had been executed and acknowledged by the regularly elected officers of this Company. IThe RLI Insurance Company further certifies that the following is a true and exact copy of the Resolution adopted by the Board of Directors of RLI Insurance Company, and now in force to -wit: 1 1 1 "All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." IIN WITNESS WHEREOF, the RLI Insurance Company has caused these presents to be executed by its Vice President with its corporate seal affixed this 18th day of September , 2008 'State of Illinois County of Peoria SS ,On this 18th day of September , 2008 , before me, a Notary Public, personally appeared Roy C. Die , who being by me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid IIfficer of the RLI Insurance Company and acknowledged said instrument to be e voluntary act and deed of said corporation. 111 By: Jac 1 1 eline M. Bock r 11i "OFFICIAL SEAL" NOTARY C sPUT of : JACQUELINE M. BOCKLER LUNGS COMMISSION EXPIRES 03/01/10 Notary Public RLI Insurance Company By: Roy C. D. Vice President CERTIFICATE I, the undersigned officer of RLI Insurance Company, a stock corporation of the State of Illinois, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable; and furthermore, that the Resolution of the Company as set forth in the Power of Attorney, is now in force. In testimony whereof, I have hereunto set my hand and the seal of t17, I Insurance Company this 29 day ofJuly RLI Insurance Company By: Roy C. Di 4665412030110 Vice President A0059207 NON -COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report bid rigging activities call: I -800-424-9071 The U.S. Department of Transportation (USDOT) operates the above toll-free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., Eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. G:\PROJECTS\2009\09024\City Sewer Spec.doc 6-5 NON-DISCRIMINATION PROVISION During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin_ The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. *(2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin. *(3) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. "(4) The contractor will comply with all provisions of Executive Order No. 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. *(5) The contractor will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, and by the rules regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. "(6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any such rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Govemment contracts in accordance with procedures authorized in Executive Order No. 11246 of September 24, 1965, and such other sanctions may be imposed and remedies involved as provided in Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. "(7) The contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders 01 the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase .order as the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance: G:IPROJECTS12009\09024\City Sewer Spec.doc 6-6 Provided however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States. G:IPROJECTS\2009\09024\City Sewer Spec.doc 6-7 11 11 11 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SUBCONTRACTOR LIST Prepared in compliance with RCW 39.30.060 as amended (To be submitted with the Bid Proposal) Failure to list subcontractors who are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW will result in your bid being non-responsive and therefore void. Subcontractor(s) that are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapterl8.106 RCW, and electrical as described in Chapter 19.28 RCW must be listed below. The work to be performed is to be listed below the subcontractor(s) name. If no subcontractor is listed below, the bidder acknowledges that it does not intend to use any subcontractor to perform those items of work. Subcontractor Name (, .S\k ),9f1 Cr\lQ.cASVhR Si, eetr\U\G,k, - Item Numbers . C Qr1kl\p.\ , l� Subcontractor Name Item Numbers 1 o ft.. Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Bid Items to be performed by the Prime Contractor: ) Prime Contractor Name e-?;Xtrt114 A 0?c(`n 6c��ioc\ l` Q Item Numbers G:\PROJECTS\2009\09024\City Sewer Spec.doc 6-8 WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY It is the policy of the City of Yakima that women and minority business enterprises shall have the maximum opportunity to participate in the performance of work relating to the City's activities. To this end, the City is committed to take all necessary and reasonable steps in accordance with state and federal rules and regulations to ensure women and minority business enterprises the maximum opportunity to compete for and to perform contracts. In order to enhance opportunities for women and minority businesses to participate in certain contractor opportunities with the City of Yakima, and as a recipient of federal and state financial assistance, the City is committed to a women and minority business enterprise utilization program. The City is determined to maximize women and minority business opportunities through participation in the competitive bidding process through women and minority business enterprise affirmative action programs administratively established by the City Manager and monitored and implemented in accordance with state and federal rules and regulations. All women and minority business enterprise programs shall include specific goals for participation of women and minority businesses in City projects of at least ten percent (10%) of the total dollar value of City contract over $10,000. Goals shall be reviewed and updated annually by the City Manager for applicability and to ensure that the intent of this policy is accomplished. This statement of policy will be widely disseminated to all managers, supervisors, minorities and women employed by the City of Yakima as well as to contractors, vendors, suppliers, minorities and women who may seek the City's procurement and construction contracts related to the women and minority business enterprise programs. Contractors associations will be made aware of construction projects affected by this policy through all available avenues to assure that plans/specifications, bid forms, and invitations to bid are as widely distributed as possible. G:IPROJECTS120091090241City Sewer Spec.doc 6-9 RESOLUTION NO. D - 4 81 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. �/J ADOPTED BY THE CITY COUNCIL this.. ...::;4day of 1983. 41,yvw, CLQ Mayor ATTEST: City Clerk G:\PROJECTS\2009\09024\City Sewer Spec.doc 6-10 AFFIRMATIVE ACTION PLAN The bidders, contractors and subcontractors will not be eligible for award of a contract under this Advertisement for Bids unless it certifies as prescribed, that it adopts the minimum goals and timetable of minority and women workforce utilization and specific affirmative action steps as set forth by the City of Yakima, This is directed at increasing minority and women workforce utilization by means of applying good faith efforts to carrying out such steps. However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet its goals within its timetables, but such contractor shall be given the opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified by the City of Yakima, and has made every good faith effort to make these steps work toward the attainment of its goals, all to the purpose of expanding minority and women workforce utilization on all of its projects in the City of Yakima, Washington. In all cases, the compliance of a bidder, contractor or subcontractor will be determined in accordance with its respective obligations under the terms of these Bid Conditions. All bidders and all contractors and subcontractors performing or to perform work on projects subject to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the terms and requirements of these Bid Conditions, including the provisions relating to goals of minority and women employment and training. Specific Affirmative Action Steps Bidders, contractors and subcontractors subject to this contract must engage in affirmative action directed at increasing minority and women workforce utilization, which is at least as extensive and as specific as the following steps: a. The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response. b. The contractor shall maintain a file of the names and addresses of each minority and women worker referred to him and what action was taken with respect to each such referred worker, and if the worker was not employed, the reasons therefore. If 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. c. The contractor shall promptly notify the City of Yakima Engineering Division an Contract Compliance Officer when the union or unions with whom the contractor has collective bargaining agreement has not referred to the contractor a minority or woman worker sent by the contractor or the contractor has other information that the union referral process has impeded him in his efforts to meet his goal. d. The contractor shall participate in training programs in the area, especially those funded by the Department of Labor. G:\PROJECTS\2009\09024\City Sewer Spec.doc 6-11 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 or women organizations, schools with minority students, minority recruitment organizations and minority training organizations, within the contractor's recruitment areas. h. The contractor shall make specific efforts to encourage present minority employees to recruit their friends and relatives. i. The contractor shall validate all man specifications; selection requirements, tests, etc. j. The contractor shall make every effort to promote after school, summer and vacation employment to minority youth. k. The contractor shall develop on-the-job training opportunities and participate and assist in any association or employer group training programs relevant to the contractor's employee needs consistent with its obligations under this bid. I. The contractor shall continually inventory and evaluate all minority and women personnel for promotion opportunities and encourage minority and women employees to seek such opportunities. m. The contractor shall make sure that seniority practices, job classifications, etc., do not have a discriminatory effect. n. The contractor shall make certain that all facilities and company activities are non- segregated. o. The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. p. The contractor shall solicit bids for subcontracts from available minority and women subcontractors, engaged in the trades covered by these Bid Conditions, including circulation of minority and women contractor associations. q. Non cooperation: In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreements, the contractor shall, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex or national origin, making full efforts to obtain qualified and/or qualifiable G:\PROJECTS\2009\090241City Sewer Spec.doc 6-12 minorities and women. (The U.S. Department of Labor has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority or women employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246 and 23 CFR Part 230 as amended, and the Standard Specifications, such contractor shall immediately notify the City of Yakima Engineering Department or the City of Yakima Compliance Officer. G:\PROJECTS\2009\09024\City Sewer Spec.doc 6-13 rI E s PUEXCAVATION w 2222 Robertson Dr. Richland, WA 99354 Office: 509-375-1805 Fax: 509-375-1895 Oregon Contractor # 182060 Washinaton Contractor # PREMIEl940B5 MBE/WBE Requirements Premier Excavation, Inc made every effort to locate MBE/WBE business to use in our bid for City of Yakima — Nob Hill Sanitary Sewer Main Improvement Project. We do not meet the 10% requirements after extensive search. We are using, Construction head, Inc DBA Pavement Surface Control WBE/DBE # D2F2315595. At the time of the bid no other minority or women owned businesses were bidding/quoting the above job. Thank you, Steve Wolf Estimator, Premier Excavation, Inc 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 w � s � Disadvantaged Business 7 Department of Transportation Enterprise Utilization Certification To be eligible for award of this contract the bidder must fill out and submit, as part of its bid proposal, the following Disadvantaged Business Enterprise Utilization Certification relating to Disadvantaged Business Enterprise (DBE) requirements. The Contracting Agency shall consider as non-responsive and shall reject any bid proposal that does not contain a DBE Certification which properly demonstrates that the bidder will meet the DBE participation requirements in one of the manners provided for in the proposed contract. If the bidder is relying on the good faith effort method to meet the DBE assigned contract goal, documentation in addition to the certificate must be submitted with the bid proposal as support for such efforts. The successful bidder's DBE Certification shall be deemed a part of the resulting contract.`Information on certified firms is available from OMWBE, telephone 360-753-9693. Pck- \ \Y_\ __ . certifies that the Disadvantaged Business Enterprise Name of Bidder (DBE) Firms listed below have been contacted regarding participation on this project. If this bidder is successful on this project and is awarded the contract, it shall assure that subcontracts or supply agreements are executed with those firms where an "Amount to be Applied Towards Goal" is listed. (If necessary, use additional sheet.) Washington State Name of DBE Certificate Number Project Role * (Prime, Subcontractor, Manufacturer, Regular Dealer) Description of Work Amount to ** be Applied Towards Goal 1.Q_ SSG 1� . c \n o -c_ d S0 -b - 6\0,--\--\--. e...1)5*\0,L \-OG 9'0 2..Q a- 1�ciS 3. 4. 5. 6. 7. 8. 9. 10. Disadvantaged Business Enterprise Subcontracting Goal: to YO DBE Total $ *** * Regular Dealer status must be approved prior to bid submittal by the Office of Equal Opportunity, Wash. State Dept. of Transportation, on each contract. ** See the section "Counting DBE Participation Toward Meeting the Goal" in the Contract Document. *** The Contracting Agency will utilize this amount to determine whether or not the bidder has met the goal. In the event of an arithmetic difference between this total and the sum of the individual amounts listed above, then the sum of the amounts listed shall prevail and the total will be revised DOT Form 272-056 EF Revised 7/07 BIDDER'S CERTIFICATION A bidder will not be eligible for award of a contract under this invitation for bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: tl MIA cAN (BIDDER) certifies that: ' 1. It intends to use the following listed construction trades in the work under the contract: �i l��► O stsV,,,s Itis c‘ ci. C'W- A `?(\ \u:_“\ GZE LAiso o C`a1U�L 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: 1 and; ' 2. It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any sub -contract under this Contract the Subcontractor Certification required by these Bid Conditions. - 1 c, (Signature of Authorized Representative of Bidder) G:\PROJECTS\2009\09024\City Sewer Spec_doc 6-14 SUBCONTRACTOR'S CERTIFICATION Subcontractor's Certification is not required at the time of bid. This Certification must be completed by each subcontractor prior to award of any subcontract: certifies that: (SUBCONTRACTOR) 1. It intends to use the following listed construction trades in the work under the subcontract: and; As to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both Federal and non -Federal) in the Yakima, Washington area subject to these Bid Conditions, those trades being: and; 2. It will obtain from each of its subcontractors prior to the award of any subcontract under this subcontract the Subcontractor Certification required by these Bid Conditions. (Signature of Authorized Representative of Subcontractor) G:\PROJECTS\2009\09024\City Sewer Spec.doc 6-15 Materially and Responsiveness The certification required to be made by the bidder pursuant to these Bid Conditions is material, and will govern the bidder's performance on the project and will be made a part of his bid. Failure to submit the certification will render the bid non responsive. Compliance and Enforcement Contractors are responsible for informing their subcontractor (regardless of tier) as to their respective obligations under the conditions of the contract here (as applicable). Bidders, contractors and subcontractors hereby agree to refrain from entering into any contract or contract modification subject to Executive Order 11246, as amended on September 24, 1965, with a contractor debarred from, or who is determined not to be a responsible' bidder for, government contracts and federally assisted construction contracts pursuant to Executive Order. The bidder, contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal opportunity clause including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered by the administering agency, the contracting agency or the Office of Federal Contract Compliance pursuant to the Executive Order. Any bidder, or contractor or subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in non-compliance with these Bid Conditions and Executive Order 11246, as amended. Nothing herein is intended to relieve any contractor or subcontractor during the term of its contract on this project from compliance with Executive Order 11246, as amended, and the Equal Opportunity Clause of its contract. Violation of any substantial requirement in the affirmative action plan by a contractor or subcontractor covered by these Bid Conditions including the failure of such contractor or subcontractor to make a good faith effort to meet it fair share of the trade's goals of minority and women workforce utilization, and shall be grounds for imposition of the sanctions and penalties provided at Section 209 (a) of Executive Order 11246, as amended. Each agency shall review its contractors' and subcontractors' employment practices during the performance of the contract. If the agency determines that the affirmative action plan no longer represents effective affirmative action, it shall so notify the Office of Federal Contract Compliance which shall be solely responsible for any final determination of that question and the Consequences thereof. In regard to these conditions, if the contractor or subcontractor meets its goals or if the contractor or subcontractor can demonstrate that it has made every good faith effort to meet those goals, the contractor of the subcontractor shall be presumed to be in compliance with Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions and no formal sanctions or proceedings leading toward sanctions shall be instituted unless the agency otherwise determines that the contractor or subcontractor is not providing equal employment opportunities. In judging whether a contractor or subcontractor has met its goals, the agency will consider each contractors or subcontractor's minority and women workforce utilization and will not take into consideration the minority and women workforce utilization of its subcontractors. Where the agency finds that the contractor or subcontractor has failed to comply with the requirement of Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions, the agency shall take such action G:\PROJECTS\2009\09024\City Sewer Spec.doc 6-16 and impose such sanctions as may be appropriate under Executive Order and the regulations. When the agency proceeds with such formal action, it has the burden of proving that the contractor has not met the requirements of these Bid Conditions, but the contractor's failure to meet his goals shall shift to him the requirement to come forward with evidence to show that he has met the "good faith" requirements of these Bid Conditions by instituting at least the Specific Affirmative Action steps listed above and by making every good faith effort to make those steps work toward the attainment of its goals within its timetables. The pendency of such formal proceedings shall be taken into consideration by Federal agencies in determining whether such contractor or Subcontractor can comply with the requirements of Executive Order 11246, as amended, and is therefore a "responsible prospective contractor" within the meaning of the Federal Procurement Regulations. It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority and women employees. The procedures set forth in these conditions shall not apply to any contract when the head of the contracting or administering agency determines that such contract is essential to the national security and that its award without following such procedures is necessary to the national security. Upon making such a determination, the agency head will notify, in writing, the Director of the Office of Federal Contractor Compliance within thirty days. Requests for exemptions from these Bid Conditions must be made in writing, with justification, to the: Director Office of Federal Contractor Compliance U.S. Department of Labor Washington, D.C. 20210 and shall be forwarded through and with the endorsement of the agency head. Contractors and subcontractors must keep such records and file such reports relating to the provisions of these Bid Conditions as shall be required by the contracting or administering agency or the Office of Federal Contractor Compliance. G:\PROJECTS\2009\09024\City Sewer Spec.doc 6-17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 PROPOSAL Nob Hill Boulevard Sanitary Sewer Main Improvement Project City Project No. 1977 The bidder is hereby advised that by signature of this proposal he/she is deemed to have acknowledged all requirements and signed all certificates contained herein. A proposal guaranty in an amount of five percent (5%) of the total bid, based upon the approximate estimate of quantities at the`'above prices and in the form as indicated below, is attached hereto: CASH 0 IN THE AMOUNT OF CASHIER'S CHECK 0 CERTIFIED CHECK STATE TREASURER PROPOSAL BOND DOLLARS 0 ($ ) PAYABLE TO THE Lr IN THE AMOUNT OF 5% OF THE BID ** Receipt is hereby acknowledged of addendum(s) No.(s) SIGNATURE OF AUTHORIZED OFFICIAL(s) FIRM NAME �CUznkl_11 (Lcs q*,vr-,c , 1 K1Q_. (ADDRESS) sLJ'& 3cr t r - PHONE NUMBER �S ATE OF WASHINGTON CONTRACTORS LICENSE NUMBER FEDERAL ID No. I&IO Ian Ito 1 /40ral 1191 WA STATE EMPLOYMENT SECURITY REFERENCE NO.a3(. o CO 0 G:\PROJECTS\2009\09024\City Sewer Spec.doc 6-18 Note: (1) This proposal form is not transferable and any alteration of the firm's name entered hereon without prior permission from the Secretary of Transportation will be cause for considering the proposal irregular and subsequent rejection of the bid. (2) Please refer to section 1-02.6 of the standard specifications, re: "Preparation of Proposal," or "Article 4" of the Instructions to Bidders for building construction jobs. (3) Should it be necessary to modify this proposal either in writing or by electronic means, please make reference to the following proposal number in your communication. G:\PROJECTS\2009\09024\City Sewer Spec.doc 6-19 BIDDER'S CHECK LIST The bidder's attention is especially called to the following forms, which must be executed, as required, and submitted on the form purchased from the City and bound in the Contract Documents: A. PROPOSAL The unit prices, extensions and total amounts bid must be shown in the spaces provided. B. BID BOND ACCOMPANYING BID This Bid Bond form is to be executed by the bidder and the Surety company unless bid is accompanied by a certified check. The amount of this bond shall be not less than 5% of the total amount bid and may be shown in dollars or on a percentage basis. C. SUBCONTRACTOR LIST The form must be filled in. Failure to provide this information at time of bid WILL NOT render the bid non-responsive. D. BIDDER'S CERTIFICATION E. PROPOSAL SIGNATURE SHEET Must be filled in and signed by the bidder. F. MBE/WBE FORM It is requested that The Bidder's Certification of the "Affirmative Action Profile" in the MBE/WBE Form be filled in and signed by the bidder. Failure to provide this information WILL NOT render the bid non-responsive. The following forms are to be executed after the contract is awarded: A. CONTRACT This agreement is to be executed by the successful bidder. B. PERFORMANCE BOND To be executed by the successful bidder and his/her Surety company. C. CERTIFICATE OF INSURANCE Refer to attached Informational Certificate of Insurance and Additional Insured Endorsement. Also refer to Section 1-07.18 (APWA) of the Standard Specifications and Special Provisions. G:\PROJECTS\2009\09024\City Sewer Spec.doc 6-20 1 1 1 1 1 1 1 1 J ` APPENDIX A CITY OF YAKIMA STANDARD DETAILS A PLACE MANHOLE OPENING OVER OUTLET PIPE A SAND COLLAR IN CAST IN PLACE BASE 24" OPENING v e v s 1111111/ CAST IN PLACE 0 1111 BASE — CL 40006�.//®�/2/2®®s�//zed. CONCRETE k"-6" SECTION A -A [ %MINIUM% 211•111>:i co t) f " SECTION B -B SANITARY SEWER MANHOLE DETAIL City of Yakima — Engineering Division CAST—IRON FRAME & COVER PER SPECIFICATIONS ADJUSTMENT SECTION GROUTED OR DRY PACKED SMOOTH INSIDE BARREL PRECAST ECCENTRIC CONE SECTION STEPS PRECAST SECTION PRECAST SECTION BASE 0.10' DROP IN CHANNELS ACROSS MANHOLE APPROVED: 2.10.99 CITY OF YAKIMA - STANDARD DETAIL SEWER MANHOLE 51 CLASS 3000 CEMENT CONCRETE FULL DEPTH OF SECTION LESS 1 1/2" 1 1/2" CLASS "G" ASPHALT 12" ASPHALT PAVEMENT ABEIMINE SUBGRADE ei�� e�v�e 14 Ws SUBGRADE BASE DRY PACK ALL JOINTS AND VOIDS SMOOTH INSIDE BARREL (S3\MANHOLE ADJUSTMENT DETAIL City of Yakima — Engineering Division APPROVED: 2.10.99 CITY OF YAKIMA - STANDARD DETAIL MANHOLE ADJUSTMENT 53 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 • h , i� 7.— SEE DETAIL R24 FOR TRENCH PATCHING EXCAVATION 0 1 PAYMENT UNE FOR PIPES 15 INCHES AND UNDER -.. I.D. + 30 INCHES • io \:\G ti e r /v r/ter v s),M)- .� SUITABLE EARTH FOUNDATION (SEE NOTE) NATIVE MATERIAL SHALL BE USED FOR BACKFILL UNLESS OTHERWISE DIRECTED BY THE ENGINEER. CRUSHED SURFACING TOP COURSE SHALL BE USED FOR BEDDING MATERIAL UNLESS OTHERWISE DIRECTED BY THE ENGINEER. UNSUITABLE FOUNDATION MATERIAL SHALL BE REPLACED WITH GRAVEL BACKFILL FOR FOUNDATIONS CLASS B. TYPICAL TRENCH SECTION City of Yakima — Engineering Division APPROVED: 2.10.99 CITY OF YAKIMA • STANDARD DETAIL TYPICAL TRENCH DETAIL S4 EXISTING PAVEMENT - DEPTH VARIES ASPHALT CONCRETE PATCH UMITS 1.0' EXCAVATION 1.0' LINE APPLY CSS -1 & SAND TO SEAL THE SURFACE JOINTS. APPLY CSS -1 TO EDGES OF REPAIR SECTION AND TO SURFACE OF CONCRETE, IF OVERLAYED. y�aCa a�l _ zoo ALTERNATE BACK SLOPE AT CONTRACTORS OPTION AND AT NO ADDITIONAL COST TO THE CITY OF YAKIMA HMA Cl. 1/2' PG 64-28 @I 1.5 TIMES DEPTH OF EXISTING ASPHALT. 0.25' MIN. (COMPACTED DEPTH in 2 EQUAL LIFTS) 0.5' CSBC (COMPACTED DEPTH) ASPHALT CONCRETE SURFACING EXISTING SURFACE - DEPTH VARIES GRAVEL SURFACE 1.0' PATCH LIMITS EXCAVATION LINE Q 1.0' 1.0' (MIN) ALTERNATE BACK SLOPE AT CONTRACTORS OPTION AND AT NO ADDITIONAL COST TO THE CITY OF YAKIMA 0.17' CSTC (COMPACTED DEPTH) GRAVEL SURFACING UNSURFACED AREAS PATCH OMITS 1.0' EXCAVATION LINE Q 1.0' EXISTING GROUND 1.0' (MIN) yl,i r r r r r t r t �lil�i�' r r t t t r r t t ALTERNATE BACK SLOPE AT CONTRACTORS OPTION AND AT NO ADDITIONAL COST TO THE CITY OF YAKIMA 1.0' MIN. (COMPACTED DEPTH) NATIVE MATERIAL FREE FROM ROCKS OVER 2 INCH. STORE IN STOCKPILE WHEN REMOVED DURING TRENCHING. UNSURFACED AREAS NOTES 1. CONTRACTOR SHALL BE RESPONSIBLE FOR ALL SURFACE RESTORATION INCLUDING WIDER REPAIR SECTIONS RESULTING FROM ALTERNATE BACK SLOPE AT TRENCH SIDES. 2. CONTRACTOR SHALL BE AWARE THAT GEO-TEXTILE-FABRIC MAYBE REQUIRED BY THE ENGINEER IN CERTAIN APPLICATIONS. City Of Yakima Engineering Division 129 North Second Street Yakima, Washington NOT TO SCALE Revision 11-2008 City of Yakima - Standard Detail TYPICAL SURFACING R7 APPENDIX B WSDOT STANDARD DETAILS EXPIRES AUGUST 5. 20011 z_ 2 K m tu z w a +�■� -- I-- I-- MN UN E NM N— r En EN NM LONGITUDINAL BUFFER SPACE = 9 POSTED SPEED (MPH) 25 30 35 40 45 50 55 60 LENGTH B (FEET) 155 200 250 305 360 425 495 570 BUFFER DATA TYPICAL PROTECTIVE VEHICLE WITH TMA (SEE NOTE 1) VEHICLE TYPE LOADED WEIGHT 4 YARD DUMP TRUCK, SERVICE TRUCK FLAT BED, ETC. MINIMUM WEIGHT 15,000 LBS. (MAXIMUM WEIGHT SHALL BE IN ACCORDANCE WITH MANU- FACTURER RECOMMENDATION) 1 ROLL AHEAD STOPPING DISTANCE = 30 FEET MIN. (DRY PAVEMENT ASSUMED) END ROAD WORK O MINIMUM TAPER LENGTH = L (FEET) LANE WIDTH (FEET) 25 30 POSTED 35 SPEED 40 45 MPH 50 55 60 10 105 150 205 270 450 500 550 - i1 115 165 225 294 495 550 605 660 12 125 180 245 320 540 600 660 720 CHANNELIZING DEVICE SPACING POSTED SPEED IN TAPER IN TANGENT (MPH) (FEET) (FEET) 50/70 40 60 35145 30 60 25130 20 40 G20 -3A OR DOWNSTREAM TAPER TO SHOW ENO OF WORK AREA - SEE NOTE 7 100' SIGN SPACING = X (1) RURAL HIGHWAYS 60 / 65 MPIi 800' t RURAL ROADS 45 / 55 MPH 500' 0 RURAL ROADS 8 URBAN ARTERIALS 35 / 40 MPH 350' ± RURAL ROADS, URBAN ARTERIALS, RESIDENTIAL 8 BUSINESS DISTRICTS 25 / 30 MPH 200' ± (2) URBAN STREETS 25 MPH OR LESS 100' 3 (2) ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE 1) ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS, AT -GRADE INTERSECTIONS. AND DRIVEWAYS. (2) THIS SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. V420 -5R W4 -2L W20-1 - COMPLIANCE DATE 12/23/13 X 0 % WORK AREA SEE NOTE5-� O O 0 e 0 0 0 0 -A-0. 00 0 SEE STANDARD PLAN K-24.25 FOR , ALTERNATE ENCROACHMENT LEGEND a a n o PCMS SIGN LOCATION CHANNELIZING DEVICES PROTECTIVE VEHICLE - RECOMMENDED PORTABLE CHANGEABLE MESSAGE SIGN ARROW PANEL PCMS SAMPLE MESSAGE 2 LANE CLOSED ONE MILE AHEAD 1.5 SEC 1,5 SEC F ELO LOCATE 1 MILE 0, IN ADVANCE OF LANE CLOSURE a 11 NOTES 1. A Protective Vehicle Is recommended regardless if a Truck Mounted Attenuator (TMA) Is available; a work vehicle may be used. When no TMA Is used, the Protective Vehicle shall be strategically located to shield workers, with no specific Roll -Ahead distance. 2. Devices shall not encroach into adjacent lanes. 3. Extend device taper (U3) across shoulder - recommended. 4. Portable Changeable Message Sign (PCMS) - recommended. 5. Use Transverse Devices In closed lane every 1000' ± - recommended. 6 Traffic Safety Drums for all tapers on high speed roadway - recommended. 7 Channelizing Device spacing for the downstream taper option shall be 20' O.C, 8 For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) end WSDOT Sign Fabrication Manual M55-05, FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES SINGLE LANE CLOSURE ON MULTILANE ROADWAY STANDARD PLAN K-24.60-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION 0 6T-ADFVGH Enf. E `D7E Y Washington SM. P.pamnwH el Transportation EXPIRES 00155T 9. 2007 DRAWN BY- ELENA BRUNSTEIN M NM MN RN MI UN UN NM E MN MI MB NM N M 111111 M NM ENO ROAD WORK G20 -2A OR • DOWNSTREAM TAPER TO SHOW END OF WORK AREA - SEE NOTE 5 ED LONGITUDINAL BUFFER SPACE = B POSTED SPEED (51011) 25 30 35 40 45 50 55 60 65 LENGTH B (FEET) 155 200 250 305 360 425 495 570 645 BUFFER DATA TYPICAL PROTECTIVE VEHICLE WITH TMA (SEE NOTE 1) VEHICLE TYPE LOADED WEIGHT 4 YARD DUMP TRUCK, SERVICE TRUCK. FLAT BED. ETC. MINIMUM WEIGHT 15,000 LBS. (MAXIMUM WEIGHT SHALL BE IN ACCORDANCE WITH MANU- FACTURER RECOMMENDATION) OROLL AHEAD STOPPING DISTANCE = 30 FEET MIN. (DRY PAVEMENT ASSUMED) G20 -2A 1 END ROAD WORK W20 -7A W20.79 - OPTIONAL IF POSTED SPEED 40 MPH 0R LESS W30 -7A W20-4 W20-1 W20-78 - OPTIONAL IF POSTED SPEED 40 MPH OR LESS W20-4 W20-1 tY 0 0 LEGEND FLAGGING STATION SIGN LOCATION CHANNELIZING DEVICES PROTECTIVE VEHICLE - RECOMMENDED NOTES 1. A Protective Vehicle is recommended regardless If a Truck Mounted Attenuator (TMA) is available; a work vehicle may be used. When no TMA is used, the Protective Vehicle shall be strategically located to shield workers, with no specific Roll -Ahead distance. 2. Night work requires additional roadway lighting at flagging stations. See WSDOT Standard Specifications for additional details. 3. Extend Channelizing Device taper across shoulder -- recommended. 4. Sign sequence is the same for both directions of travel on the roadway. 5. Channelizing Device spacing for the downstream taper option shall be 20' 0 C. 6. For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55-05. SIGN SPACING = X (1) RURAL HIGHWAYS 601 85 MPH 800' 3 RURAL ROADS 451 55 MPH 500' 3 RURAL ROADS & URBAN ARTERIALS 35 / 40 MPH ' 350 3 RURAL ROADS. URBAN ARTERIALS, 251 90 MPH RESIDENTIAL 5 BUSINESS DISTRICTS 200' 3 (2) URBAN STREETS 25 MPH OR LESS 100' 3 (2) ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE (1) ALL 5106 SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS, AT -GRADE INTERSECTIONS, AND DRIVEWAYS. (2) THIS SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES LANE CLOSURE WITH FLAGGER CONTROL STANDARD PLAN K-20.40-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION TAiE 9 l R( INEEER OfiDA /Q(' Woahinplon Stale D.parlmRN el Transporle114n (EXPIRES AUGUST 9, 20011 111111 11111 NEI 11111 NMI NM En NIB EMI MIN • EN NB 111111 SIGN SPACING = X (1) POSTED SPEED (MPH) RURAL HIGHWAYS 60 / 65 MPH 800' t RURAL ROADS 45 / 55 MPH 5013'* RURAL ROADS 8 URBAN ARTERIALS 35 1 40 MPH 350 4 RURAL ROADS, URBAN ARTERIALS, 25 / 30 MPH RESIDENTIAL S BUSINESS DISTRICTS 200'3 (2) URBAN STREETS 25 MPH OR LESS 100' t (2) ALL. SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE (1) ALL SION SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS, AT -GRADE INTERSECTIONS, AND DRIVEWAYS (2) THIS SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS CHANNELIZING DEVICE SPACING POSTED SPEED (MPH) IN TAPER (FEET) IN TANGENT (FEET) 60/70 40 80 35 / 45 30 80 25 / 30 20 40 NOTES 1. See Standard Plan K-24.60 for typical lane closure signing details, device spacing requirements, and lane closure taper length. 2. MOTOCYCLES USE EXTREME CAUTION signs shall be Installed when the following roadway conditions exist: • grooved pavement • abrupt lane edge • steel plates ▪ loose gravel of earth Spec)Flc signs for each of the conditions noted shall be Installed along with MOTORCYCLES USE EXTREME CAUTION signs, 3. For signs size refer to Manuel on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manuel M55-05. LEGEND a n p SIGN LOCATION CHANNELIZING DEVICES ARROW PANEL W21-801 W8-2001 W6.7 W21-1801 MOTORCYCLE WARNING SIGN (W21-1701) SHOULD BE INSTALLED AT 1 MILE SPACING, THROUGHOUT THE WORK ZONE WHERE THE CONDITION EXISTS, AS PART OF THE SEQUENCE OF OTHER APPROPRIATE STANDARD WARNING SIGNS ON 1 MILE SPACING FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES MOTORCYCLE SUPPLEMENTAL SIGNING STANDARD PLAN K-60.40-00 SHEET 1 00 1 SHEET APPRO ED FOR PUBLICATION d03.0% Si YE DESIGN ENGINEER omE AMINgo iTiff Washington Stele Deper/m•M el Transportation EXPIRES AUGUST 9, 20011 UN M 11111 EN NM NM N 1 NM = I NM I EDGE OF �-- TRAVELED WAY SIGN INSTALLATION (FILL SECTION) 6' TO 12 SHOULDER EDGE OF ) TRAVELED 6' MIN. — SIGN ,- SIGN FACE OF BARRIER OR GUARDRAIL R,_ SIGN INSTALLATION (BEHIND TRAFFIC BARRIER) 6' TO 12' SHOULDER EDGE OF TRAVELED WAY 2' MIN. 0" MIN. 3- MAX. CURB FACE Z. CURB 6' TO 12' PRIMARY SIGN SHOULDER SUPPLEMENTAL PLAQUE SIGN INSTALLATION (CURB SECTION) 6' TO 12' SHOULDER 6' MIN. EDGE OF __s-- TRAVELED WAY 0" MIN. 3' MAX. SIGN WITH SUPPLEMENTAL PLAQUE INSTALLATION (FILL SECTION) PRIMARY SIGN EDGE OF S I— TRAVELED WA EDGE OF SIGN SHALL NOT INTRUDE ON EDGE OF SIDEWALK CURB FACE Z_ CURB SIDEWALK ,-- SIGN SUPPLEMENTAL PLAQUE SIGN INSTALLATION (SIDEWALK AND CURB SECTION) 6' TO 12' SHOULDER 6' MIN. EDGE OF ^S TRAVELED WAY 4' MIN SIGN INSTALLATION (DITCH SECTION) NOTES 1. For sign Installation details, see Std. Plan G - series 2. In rural areas, the "V' Height can bee minimum of 7 feet for primary signs and 6 feet for the supplemental plaques for greater visibility, as directed by the engineer. 3, The "V" height for signs, with an area of more than 50 square feet and two or more sign supports, is 7 feet in both rural and urban areas. HEIGHT V TO BOTTOM OF SION (NO SUPPLEMENTAL PLAQUE) TO BOTTOM OF SUPPLEMENTAL PLAQUE (WIZEN REOUIRED) RURAL 5' MINIMUM 4' MINIMUM URBAN T MINIMUM 6' MINIMUM SIGN CLASS A CONSTRUCTION SIGNING INSTALLATION STANDARD PLAN K-80.10-00 SHEET 1 OF 1 SHEET Al Ilk APPROVED FOR PUBLICATION Wedi.,Ien Slnl. D.poAmml al trvn.perlelien IILI'�:'I venue Washin `.. 9 r 1•IIL'11iP ammi .1 al dam it -411111111N rs:111=s. `■.0 a: o 111111100111 - VICINITY MAP NOT TO SCALE DATUM ELEVATION HLA CONTROL—PK NAIL SET IN THE SOUTHWEST CORNER OF THE INTERSECTION OF NOB HILL BLVD. AND 64th AVE. ELEVATION: 1154.54 (NGVD 29) CITY OF YAKIMA Sanitary Sewer Improvements Nob Hill Boulevard - West of 53rd Avenue City of Yakima No. 1977 HLA PROJECT NO. 09024E JULY 2009 SHEET INDEX SHEET 1 COVER SHEET SHEETS 2 - 6 PLAN AND PROFILE LEGEND EXISTING FEATURES NEW FEATURES FENCE GAS LINE SANITARY SEWER DOMESTIC WATER STORM DRAIN OVERHEAD POWER IRRIGATION TREE u nu TY POLE MANHOLE DRYWELL CATCH BASIN FIRE HYDRANT WATER VALVE POST SPLICE BOX STREET LIGHT WATER METER IRRIGA TON VALVE EXISTING APSHALT SS SS so OHP IPR - UP QMH. DW CE H 'NV J 5E ® 'NM NEW SEWER LINE NEW MANHOLE NEW AND/OR RELOCATED CHAINLINK FENCE FUTURE ASPHALT PAVEMENT FUTURE CURB AND GUTTER FUTURE CEMENT CONCRETE SIDEWALK FUTURE SIDEWALK RAMP • x x x Huibregtse, Louman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue +Yakima, WA 98902 (509) 966-7000 0 FAX (509) 965-3800 JOB NUMBER: 09024 DATE: 07-06-09 FILE NAMES: DRAWING: Cover.dwg CITY OF YAKIMA Sanitary Sewer Improvements Nob Hill Boulevard - West of 53rd Avenue REVISION DATE DESIGNED BY: ENTERED BY: DJW KDY COVER SHEET SHEET 1 OF 6 STA. 41+60.48, 41' LT. NEW SS MH NO. 8 18 LF NEW 8" PVC SAN. SEWER CAP END. IE: 1176.84 STA. 43+60.48, 41' LT. NEW SS MH NO. 7 FUTURE CURB, GUTTER AND SIDEWALK. 200 LF NEW-&" PT -SAN. SLINIR i 41 XX XXV.4/\\ NAN. 1 -4•1111Who EXISTING RIGHT OF WAY 338.92 LF NEW - 8" 077 SAN. SEWER ‘11‘.4k. 1— W UJ <n 0 0 Lo MATCHLINE 0 10 20 40 11r -1-1- 1200 r 1200 1195 1200 i'I 1195 1190 1 'II 1190 1185, 1180 1175 1170 1 II ti I NEW.DESIGN CENTERLINE I EXISTING GROUND AT NEW_CENTIDRLINE I i,:: -`:iii STA. 41+60.'48, 41' LT. NEW'II SS -MH - NO.' 8: - - RIM_ 1 1187.31. .._ ' 7 : -' - -t6 E: -1779,75 ANEW -8"- PVC SAN: SEWER 2001 LF ' „ S=0:015 .. . STA. '43+60481 '411 LT: NEW SSMHNO.-7!: RIM: .1185i5±.1 IE ;#.: 1176.75 1E :N:- 1176.75 IE .E:: 1176.65' ' a ............!...... :'.... 8^ • I' . I-' N, < -- 1185 • - I'. .'t' -- ,NEW 8- 338.92 PVC SAN: "SEWER _ .Y. LF . S=0.-015 ::-. - 1165 1180 1175 11170 1165 41+00 42+00 43+00 44+00 45+00 46+00 410 Hulbregtse, Lowman Associates, Inc. .• CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue *Yakima, WA 98902 (509) 966-7000 * FAX (509) 965-3800 dv JOB NUMBER: 09024 DATE: 07-06-09 FILE NAMES: DRA'MNG: Sheets sewer.dwg PLAN: 09024.dwg PROFILE: RCPRF002.dwg CITY OF YAKIMA Sanitary Sewer Improvements Nob Hill Boulevard - West of 53rd Avenue REVISION DATE DESIGNED BY: DJW ENTERED BY: KDY PLAN AND PROFILE SHEET 2 OF 6 STA. 46+00 i8 LF NEW 8 - PVC _SAN._ " PVC_SAN._ SEWER CAP END. IE: 1166.48 STA. 46+99.40, 41' LT. NEW SS MH NO. 6 FUTURE CURB, GUTTER AND SIDEWALK. STA. 50+38:32, 41' LT.. NEW SS MN NO. 5 1e , W W 2 N 0 10 20 IMMO FXISTING RIG1iL0FAY 338.92 LF NEW 8 PVC SAN. SEWER m‘*1 7‘44*vx \\\\\ 8+ \ \ 5 tsJ'4 2"E 9+ 0+.0 q41\ W\NIN‘V\elkNA WNIN ffe NN, 0 ..... G G G C G G G G r G G G 9 0 0 H N MATCHLINE 40 - 1180 STA: A6'+940, 41'. LT' NEW. SSi MHI N0''6 " i RIM:; 1181.0±' � 1E W:11711.67 IE E:;1171:17 I i STA: .50038.32. 41, LT: 1 NEW SS MH -140.:5 , RIM:' 1176.4* 10 ,W:' 1166.39 IE N:.1166.391' 1 IE 1166.29' ' 1175 1170 1165 11160 1 1 1155 46+00 Hulbregtse, Louman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue *Yakima, WA 98902 (509) 966-7000 0 FAX (509) 965-3800 48+00 49+00 50+00 51+00 JOB NUMBER: 09024 DATE: 07-06-09 FILE NAMES: DRAWING: Sheets sewer.dwg PLAN: 09024.dwg PROFILE: RCPRF002.dwg CITY OF YAKIMA Sanitary Sewer Improvements Nob Hill Boulevard - West of 53rd Avenue REVISION DATE DESIGNED BY: DJW ENTERED BY: KDY PLAN AND PROFILE 1155 SHEET 3 OF 6 (r) MATCHLINE ;._ 7•• .... 338.93 LF NEW PVC SEWER— FUTURE CURB. GUTTER AND SIDEWALK. EXISTING RIGHT OF WAY Ifl 338.93 LF NEW 8- PVC SAN. SEWER =00=00.00000a= ...... . .. ....... ... 00..0.0.0000.000.0000===m....0 ............. v. ...... y .411111 ° 4att% L.V4‘X Hi v N LiJL— W E ISF 0 w z 0 10 20 40 •.:1 ! 1. 1 1 11 , 1 : 1 : ! ' • , I ; . • • ! 1 1 __" :_ I _Jr 11-11; • • ; . .. ; ; ; ! 1 I : , • 1175 I-1, ; 1170 1165 I 1 1 ! cii..... 11 IIII,IIII 11 1 : 11 I:111 " , 1'111 1 , 111 F : . I ; : I ! I I111111111IIII ''I;.1,:'I!11 , ;;! • ; Hi ;ii IIIIII'l ;i11' ' I—T;'1'11: "'" INEW,DESIGN1111, 1' ' : !CENTERyNE .,.111: ' : I ! i 1, II EXISTING GROUND 1 AT; NEWT CENTERLINE; . " ..I ; ; 'c+ ! * •-; ' 111- ' I' I ; " :-I ' ' I I , ' , ' ' ; ; r. 11 1 1 11 : 1111 ; ! 1 , : 1 1 I ! • • • ; '1,1 • . I I : 1 I : ; .. ; : • ' .I: -.•,- ; ! ; I 1 :.u.! I ; 1— I, cn 10 - ! • ! I ; : . ; • . ' : - .11 • ; ! I ' . ' ; I 1 F.: 1 1111'1; !Fill! 11 1 11 ; r'1111 1 :11 1 ' F1111; ;!', • i ',I ; 1 ; '11185 I j ! ! - : I • 1: , : • 1180 I I I I ; I ; • I ; 1 (11 1 ; I 1- I 1 I I 1-1 IFF - 1. I ; ! I I 1160 "-;"Iii ! !I; I; • I !. 1' I ! !!! , 1 1-' • ; ; 1' I!" ' I :1! : 1 I': • !:1.1 FI:F;;g6 F-111, !Fil: 1 1iHIH 1 ; 1 ; , 1175 ' ' ! I ; I !I •-• ; 1338.93.LF. - •S=.0.015 I; 1,I1LI ; • ; , • 1 ; -1 ,-, • ; ' ; ' NEW a"! PVC SAN': SEKR, • - 338.93 ' 'S=0.010' • STA.-, 53+77-25, 41. LT.I • NEW SS MH NO. 4: • Rim:;1171:8± IE W•.• 1161.21 E1N:.11:161.21 ' • • - 1E: 1161.11 • ' ' • 1170 1165 1160 1155 1 - , ! • ••• , • I : ! • 1150 ' ' : ; , ! ! , • : : • • 51+00 52+00 53+00 54+00 55+00 56+00 1150 • Hulbregtse, Lotman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue *Yakima, WA 98902 (509) 966-7000• FAX (509) 965-3800 JOB NUMBER: 09024 DATE: 07-06-09 FILE NAMES: DRAWING: Sheets sewer.dwg PLAN: 09024.dwg PROFILE: RCPRF002.dwg CITY OF YAKIMA Sanitary Sewer Improvements Nob Hill Boulevard - West of 53rd Avenue REVISION DATE DESIGNED BY: DJW ENTERED BY: KDY PLAN AND PROFILE SHEET OF 6 1_ w w S (n 0 (0 1(1 H N MATCHLINE T 18 LF NEW 8 PVC SAN. SEWER CAP END. IE: 1157.81 14 1+ STA. 57+16.11, 41' LT NEW'SS MH NO. 3 ,36`0 89 9'1 E ,.a- -"—ea...... .Ga....aaalaL FUTURE CURB, GUTTER AND SIDEWALK. EXIST111.RIGHT OF WAY r,. 312.43 LF NEW 8" PVC SAN. SEWER STA. 60+28.53, 41' LT. NEW SS MH NO. 2 r. CENSER,- CEN'314 R1:. NIkk 7Z1vttL� er\\ `•\,M- Vi,•121 __aaaa.................:a...a.....aa.....aa.aa..aaaaa.aa..aaaaa..aaaaaa.a..a.a.aaa.aaaaa...... a as aaaaaaa a.aa......aaaaasa. G G G G G G iq' G •G G G G G G G G G '��,:�-� ��!C �f /• SIJ\\� MATCHLINE 0 10 20 40 1180 1175 1180 ! II i o 0 ' �o +,d 1170 -I NEW DESIGN i :l 'CENTERLINE c;=.1.61 1165 u~ w EXtST1NG GROUND : AT 'NEW CENTERLINE 1160 c==D.asz 0 ion 1—L.1 (nu., 1175 11170 1165 1160 •- -- - —.::- NEW.:E . . - - - ; PVC SAN 1155 SEWER NEW 8 PVC SAN.- SEWER :' 312:43 LF.. :..S=0.010 1150 STA -'57+16. 1,' 41'' LT. NEW SS MH NO.: 3 i �: RIM: ;116T5±;, ;..- - tE IW:' 1157.72, IE 44:11157.72' IE E:E-1157.62' 1145 1155 - — - - - • ,.• � 11 , . - STA. 60+28:53, '-41''LT.i. NEW ,8 PVC, SAN: SEWER , 5=0.010 .. 'NEW 'SS _MN -NO. 2 - - RIM: -1164.5± ' W41-154 50 . ' -- -IE E: 1154.40 ' 1150 1145 56+00 57+00 58+00 59+00 60+00 61+00 Huibregtse, Lohman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue *Yakima, WA 98902 (509) 966-7000 * FAX (509) 965-3800 JOB NUMBER: 09024 DATE: 07-06-09 FILE NAMES: DRAWING: Sheets sewer.dwg PLAN: 09024.dwg PROFILE: RCPRF002.dwg CITY OF YAKIMA Sanitary Sewer Improvements Nob Hill Boulevard - West of 53rd Avenue REVISION DATE DESIGNED BY: DJW ENTERED BY: KDY PLAN AND PROFILE SHEET 5 OF 6 1 1 1 1 1 1 FUTURE CURB, GUTTER AND SIDEWALK. STA. 63+40, 43.05', LT. NEW SS MH NO. 1 EXISTING RIGHT OF WAY 312.43 LF NEWT' PVC SAN: SEWER ZA- 1*1' III +510 •2+00 7"PI t� � .3+a0 � � _ _ _ a; �L - � ..: +�61 —.. i= ��,�,. .. � •+Oc w 8 w\f"*Jv /v .. .• a a•___ „ "."..". __ _________ _ """._E"," ___ STA. 63+91.11, 18.41' LT. EXIST. SS MH. REMOVE EXIST. 8" STUB. RECHANNEL BASE. BEGIN. NEW 8" PVC SEWERMA=N. aciik 1 1 1 1 11175 I 1 1 11170 NEW:DESIGN. - CENTERUNE;:;:,� EXISTING GROUND AT- NEW; CENTERLINE. 11165 =-0.85% 1 1 1155 ;,•i !I NEW'8 PVC SAN; SEWER! 312.43 •''S=0.0101, NEW- 8' -PVC SAN.- SEWER 57. LF 'S=0.005 IEX. 8" SANJSEWER' .; 1 1145 j STA: -63+40 43.05'. LT: 1 - NEW SS MH Na 1 , RIM: 1162.04 tE w:: 1151:28 IE E .1151:18 I STAL .63+91.11.: -!' 18:41'.LT:_--'' EXIST. SS MH - RIM: .1160.89 IE. 11150.89 11145 1 1 1 61+00 62+00 Hulbregtse, Lohman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue +Yakima, WA 98902 (509) 966-7000 e FAX (509) 965-3800 63+00 1 • 64+00 65+00 66+00 Id^ REVISION DATE JOB NUMBER: 09024 DATE: 07-06-09 FILE NAMES: DRAWING: Sheets sewer.dwg PLAN: 09024.dwg PROFILE: RCPRF002.dwg DESIGNED BY: DJW ENTERED BY: KDY CITY OF YAKIMA SHEET Sanitary Sewer Improvements Nob Hill Boulevard - West of 53rd Avenue PLAN AND PROFILE OF