Loading...
HomeMy WebLinkAboutR-2003-046 Chesterley Park Parking Lot (Draw on City’s line of credit)RESOLUTION NO. R-2003- 46 A RESOLUTION of the Yakima City Council authorizing a draw on the City's line of credit to finance a parking lot at Chesterley Park. WHEREAS, by Ordinance No. 97-29, as amended by Ordinance No. 2002-31, the City Council established a line of credit in the aggregate principal amount of not to exceed $5,000,000 to provide funds for various capital projects; and WHEREAS, it is in the best interests of the City that it develop an asphalt parking lot at Chesterley Park to accommodate approximately 116 vehicles and that the line of credit be drawn on to finance the parking lot; Now, therefore BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The Director of Finance and Budget of the City is hereby authorized to draw on the line of credit in the approximate amount of $120,000 to finance the construction of the parking lot. ADOPTED BY THE CITY COUNCIL this _18th day of March , 2003. ATTEST: City Clerk Preston IGates' Ellis LLP March 10, 2003 City of Yakima Yakima, WA 98901 KeyBank National Association Bellevue, Washington Re: City of Yakima, Washington, Limited Tax General Obligation Bond, 1997 (KeyBank Line of Credit) --$5,000,000 Ladies and Gentlemen: We were bond counsel for the City of Yakima, Washington (the "City") for its Limited Tax General Obligation Bond, 1997 (KeyBank Line of Credit), in the aggregate principal amount of not to exceed $5,000,000 (the "Bond") to establish a line of credit with KeyBank National Association to provide funds for acquiring and constructing various City capital projects. Each draw on the line of credit is subject to the prior written approval of Preston Gates & Ellis LLP. The City intends to draw approximately $120,000 on the line of credit to finance development of an asphalt parking lot at Chesterley Park to accommodate approximately 116 vehicles (the "Proj ect). It is our opinion that the City's draw on the line for the Project is consistent with Ordinance Nos. 97-29 and 2002-29 and is for a governmental purpose and consistent with the tax-exempt status of the Bond. NMN:rm K:\25739\00061 \ NMN \N MN_L20YT==Opinion.doc Very truly yours, PRESTON GATES & ELLIS LLP By Nancy M. Neraas A LAW FIRM I A LIMITED LIABILITY PARTNERSHIP INCLUDING OTHER LIMITED LIABILITY ENTITIES 925 FOURTH AVENUE, SUITE 2900 SEATTLE, WA 98104-1158 TEL: (206} 623-7580 FAX. {206} 623-7022 www prestongates.com Anchorage Coeur d'Alene Hong Kong Orange County Portland San Francisco Seattle Spokane Washington, DC BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. For Meeting of: March 18, 2003 ITEM TITLE: A Resolution of The City of Yakima authorizing a draw on the City's line of credit to finance a parking lot at Chesterly Park. SUBMITTED BY: Department of Finance CONTACT PERSON/TELEPHONE: Tim Jensen, Treasury Services Officer, 575-6O Denise Nichols, Parks and Recreation Manager, 575-6005 SUMMARY EXPLANATION: This resolution directs and authorizes staff to make a $120,000 draw on the City's General Obligation line of credit (such line established by Ordinance(s) 97-29 and 2002-31) for the construction of an approximately 116 space paved parking lot at Chesterly Park. This project was approved in the 2003 Budget as a Policy Issue. This construction, intended to begin in July, will conclude the City's capital investment in the current development plan for Chesterly Park. Staff will execute the borrowing at the time construction payments are due. Accompanying the Resolution is a legal opinion from the City's Bond Counsel, Preston Gates and Ellis LLP that confirms this transaction as having a legal purpose eligible for this borrowing. Resolution X Ordinance _ Other (Specify) Contract Mail to (name and address): Phone Funding Source: City's Line of Credit to be repaidrb Parks and Rec tion Operations APPROVED FOR SUBMITTAL: City Mariafger STAFF RECOMMENDATION:Adopt Resolution BOARD/COMMISSION RECOMMENDATION: COUNCIL ACTION: Resolution adopted. RESOLUTION NO. R-2003-46 Legal/BD rev. effective 7/21/92 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 cM-', CLEK oRico/NAL City of Yakima To -5 5dcf Engineering Division ca;,ao' A' p6vi-iPP-r Chesterley Park Parking Lot Improvements City Project No. 2014 Construction Contract Specifications & Bid Documents 129 North Second Street Yakima, WA 98901 Phone (509) 575-6111 Fax (509) 576-6305 Mav 2003 1 1 1 1 1 1 1 1 1 1 1 BID SUMMARY Chesterley Park Parking Lot ENGINEERS ESTIMATE Columbia Asphalt & Gravel, Inc. Superior Paving Co. 1 ± Durands, Inc. ITEM BID SECURITY NO. ITEM QTY UNIT UNIT PRICE AMOUNT ' 1 SPILL PREVENTION PLAN 1 LS 500.00 $500 00 50.00 $50 00 500.00 , $500 00 250.00 $250 00 2 MOBILIZATION 1 LS 5,000 00 $5,000 00 50.00 $50 00 1,000 00 $1,000 00 6,000 00 $6,000.00 3 TRAFFIC CONTROL SUPERVISOR 30 HR 32.00 $960 00 32.00 $960 00 31 00 :$930 00 1 28.50 $855 00 4 MAINTENANCE AND PROTECTION OF TRAFFIC 1 LS 1,500.00 $1,500.00 500 00 $500 00 400.00 ,$400 00 200 00 $200 00 l 5 CONSTRUCTION SIGNS CLASS 'A' 72 SF 8.00 $576.00 5.00 $360.00 8.50 ;8612.00 , 5 00 $360 00 6 TEMPORARY TRAFFIC CONTROL DEVICES 1 LS 500 00 $500 00 250.00 $250 00 550 00 $550 00 300.00 $300 00 i 7 ROADWAY EXCAVATION, INCLUDING HAUL 85 CY 10 00 $850 00 60.00 $5,100.00 32.00 $2,720.00 29.41 $2,499 85 8 PREPARATION OF GRAVEL BASE 5,000 SY 0.50 $2,500.00 0.35 $1,750.00 0.50 $2,500 00 1 77 $8,850 00 9 CRUSHED SURFACING TOP COURSE FOR BASE 900 TON 15.00 $13,500 00 9.75 $8,775.00 14 50 $13,050 00 18.00 $16,200 00 10 ASPHALT CONCRETE PAVEMENT, CLASS 'A' (PG64-22) 760 TON 38.00 $28,880.00 33.00 $25,080.00 34 50 828,220 00 35.50 $26,980 00 11 SOIL RESIDUAL HERBICIDE 900 SY 0 50 $450 00 0.30 $270 00 0.25 $225 00 0.30 $270 00 12 ASPH CONC PAVEMENT, CL. 'A' (PG64-22) for Pathway 130 TON 40.00 $5,200 00 33.00 $4,290 00 45 00 $5,850.00 35 50 $4,615 00 13 DRAIN SYSTEM 60 CY 50 00 $3,000.00 38.80 $2,328.00 29.00 $11,740.00 51 00 $3,060 00 14 CEMENT CONCRETE PLANTER CURB 1,800 LF 8.00 $14,400 00 6.10 $10,980.00 5.80 $10,440 00 7 50 $13,500 00 1 15 PAINT LINE 5,000 LF 0 40 $2,000 00 0.25 $1,250 00 0.23 $1,150 00 , 0.37 $1,850 00 I16 PAINTED TRAFFIC ARROW 2 EA 100 00 $200 00 15.00 $30.00 15 00 : $30.00 17 00 $34 00 17 PAINTED WHEELCHAIR SYMBOL 6 EA 100.00 $600 00 25 00 $150 00 25 00 $150 00 27 00 $162.00 18 REPAIR OR REPLACEMENT 1 FA 3,000 00 $3,000 00 3,000.00 $3,000 00 3,000.00 $3,000.00 3,000 00 $3,000 00 1 19 LOOSE RIVER ROCK 300 TON 14 00 $4,200 00 9.15 $2,745.00 13.00 $3,900 00 21 00 $6,300.00 II TOTAL BID : $ 87,816.00 $ 67,918.00 $ 74,967.00 $ 95,285.851 CITY ENGINEERS REPORT = Y<%' ,, CITY OF YAKIMA COMPETITIVE BIDS WERE OPENED ON JUNE 5, 2003. . .; c r''a i ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE. I RECOMMEND THE CONTRACT BE AWARDED T0: $ AWARD MADE BY CITY MANAGER 1 CHESTERLEY PARK PARKING LOT -:4% k COLUMBIA ASPHALT & GRAVEL, INC.li K(tJ , H " `y City of Yakima Project No. 2014 / , j Bid Opening -June 5, 2003 I 11 File: Bid Summary-2014.PUB SHEET11 DATE CITY ENGINEER ATE CI MANAGER > Of 1 DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT Engineering Division 129 North Second Street Yakima, Washington 98901 (509) 575-6111 • Fax 576-6305 K. Wendell Adams, City Engineer ADDENDUM NO. 1 TO THE BID DOCUMENTS & SPECIFICATIONS FOR THE CITY OF YAKIMA, WA for CHESTERLEY PARK PARKING LOT 40th Avenue and River Road City Project No. 2014 BID OPENING: June 5th 2:00 p.m., City Hall Council Chambers TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: The Bid & Contract Documents shall be modified as follows: ITEM 1. Special Provision Section7-05: Section 7-05, Manholes, Inlets, and Catch Basins: Page 59, 7-05.3 Construction Requirements shall be replaced with the following: "Supplement the second paragraph with the following: The Drain System for this project shall be encased as detailed in the standard specifications for `drywelis'; and be limited in size to a 25 foot by 30 foot by 2 foot depth located near the center of the parking lot near the north end of the main island." Page 59, 7-05.4 Measurement shall be replaced with the following: Addendum 1 "Supplement this section with the following: The per cubic yard payment for 'Drain System' shall be full compensation for all excavation, labor, equipment and materials required for the complete installation of the drainage system" Page 1 of 3 5/30/03 ITEM 2. Proposal: Item Proposal Bid Sheets: Page 79, the Proposal Bid Sheet shall be replaced in it's entirety by the new Proposal Bid Sheet attached to this addendum. Crushed Surfacing Top Course for Base quantity has been changed; Topsoil, Type 'C' has been deleted; "Drain Rock" has been changed to "Drain System" with Item 1 above; Soil Residual Herbicide has been added for the pathway. ITEM 3. Plans and Details: Detail "P2 Asphalt Pavement": This Parking Lot Pavement Section detail shall be modified to show Crushed Surfacing Top Course, (CSTC) at a compacted depth of 0.15'. This ADDENDUM is to be considered as much a part of the contract provisions as if it were included in the body of the Plans and Specification. All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior to bid opening. APPROVED: K. Wendell Adams, E Date City Engineer * END OF ADDENDUM NO. 1 Addendum 1 Page 2 of 3 5/30/03 Attachment -A- ITEM PROPOSAL BID SHEET Chesterley Park Parking Lot City Project No. 2014 ITEM NO PROPOSAL ITEM QTY UNIT UNIT PRICE DOLLARS AMOUNT DOLLARS 1 SPILL PREVENTION PLAN 1 LS 1-07.15 2 MOBILIZATION 1 LS 1-09 7 3 TRAFFIC CONTROL SUPERVISOR 30 HR 1-10.5 4 MAINTENANCE AND PROTECTION OF TRAFFIC 1 LS 1-10.5 5 CONSTRUCTION SIGNS CLASS 'A' 72 SF 1-10.5 6 TEMPORARY TRAFFIC CONTROL DEVICES 1 LS 1-10.5 7 ROADWAY EXCAVATION, INCLUDING HAUL 85 CY 2-03.5 8 PREPARATION OF GRAVEL BASE 5,000 SY 4-04 5 9 CRUSHED SURFACING TOP COURSE FOR BASE 900 TON 4-04.5 10 ASPHALT CONCRETE PAVEMENT, CLASS 'A' (PG64-22) 760 TON 5-04.5 11 SOIL RESIDUAL HERBICIDE 900 SY 5-04 5 12 ASPH CONC PAVEMENT, CL. 'A' (PG64-22) for Pathway 130 TON 5-04.5 13 DRAIN SYSTEM 60 CY 7-05.5 14 CEMENT CONCRETE PLANTER CURB 1,800 LF 8-04.5 15 PAINT LINE 5,000 LF 8-22.5 16 PAINTED TRAFFIC ARROW 2 EA 8-22.5 17 PAINTED WHEELCHAIR SYMBOL 6 FA 8-22.5 18 REPAIR OR REPLACEMENT 1 FA 3,000 00 3,000 00 8-30.5 19 LOOSE RIVER ROCK 300 TON 8-31.5 Addendum 1 Page 3 of 3 TOTAL: 5/30/03 City Of Yakima Chesterley Park Parking Lot City Project No. 2014 CONTENTS City Of Yakima Chesterly Park - Parking Lot City Project No. 2014 SECTION PAGE INVITATION TO BID 5 STANDARD SPECIFICATIONS Standard Specifications 7 Amendments to the 2002 Standard Specifications ............. 7 CONTRACT PROVISIONS General Special Provisions 29 City of Yakima Special Provisions 29 Project Description 29 1-02 Bid Procedures and Conditions 29 1-03 Award and Execution of Contract 30 1-04 Scope of Work . 30 1-05 Control of Work 30 1-06 Control of Materials 31 1-07 Legal Relations and Responsibilities to the Public 33 1-08 Prosecution and Progress 46 1-10 Temporary Traffic Control 47 1-99 APWA Supplement. 48 2-01 Clearing, Grubbing, and Roadside Cleanup . 52 2-02 Removal of Structures and Obstructions 52 2-03 Roadway Excavation and Embankment . 53 2-07 Watering 53 4-04 Ballast and Crushed Surfacing 55 5-04 Asphalt Concrete Pavement 56 7-05 Manholes, Inlets, Catch Basins, and Drywells 59 8-04 Curbs, Gutters, and Spillways 60 8-14 Cement Concrete Sidewalks 60 8-30 Repair or Replacement (New Section) 61 8-31 Landscape Rock (New Section) 61 9-03 Aggregates 63 CONTRACT FORM . 65 Performance Bond Form 67 Informational Certificate of Insurance 69 Informational Additional Insured Endorsement 71 Minimum Wage Affidavit Form 73 PREVAILING WAGE RATES Prevailing Wage Rates 75 State and Federal Wage Rates (follow this page as attachments) PROPOSAL Proposal Form .............................. 77 Item Proposal Bid Sheet..............................................79 Bid Bond Form 81 Non -Collusion Declaration .... ......................................... 83 Non -Discrimination Provision 84 Women and Minority Business Enterprise Policy ... 85 Council Resolution ... ... ........ 86 Affirmative Action Plan 87 Bidders Certification ... . .... .......... .............. 89 Subcontractors Certification . 90 Proposal Signature Sheet .... 93 Bidders Check List 95 PLANS & DETAILS 3 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 June 5, 2003 and will then and there be opened and publicly read for the construction of CITY OF YAKIMA Chesterley Park Parking Lot City Project No. 2014 This project is for the construction of a 48,000 square foot asphalt parking lot addition at Chesterley Park, North 40th Avenue and River Road. The work consists of furnishing all labor, materials and equipment required to complete subgrade preparation, placing 1,800 tons of crushed surfacing top course for parking lot and asphalt pathway, final preparation of subgrade, final grading and compaction, 900 tons of asphalt for parking lot and 1,000 LF of asphalt pedestrian pathway, 1,800 LF of extruded curbing, 150 LF of cast -in-place curbing, preparation of landscape areas and other related work to complete the construction of the parking lot. All in accordance with the Plans and Specifications as prepared by the City Engineer of the City of Yakima. All bid proposals shall be accompanied by a bid proposal deposit in cash, certified check, cashier's check or surety bond in an amount equal to five percent (5%) of the amount of such bid proposal Should the successful bidder fail to enter into such contract and furnish satisfactory performance bond within the time stated in the specifications, the bid proposal deposit shall be forfeited to the City of Yakima. Plans and specifications may be obtained at the Office of the City Engineer located at 129 North 2nd Street upon payment of the amount of $50.00 for each set, non refundable. Informational copies of maps, plans, and specifications are on file for inspection in the Office of the City Engineer of Yakima in Yakima, Washington, and at Plan Centers in Yakima and Kennewick, Washington. A pre-bid conference will be held at Yakima City Hall CED Conference Room, Second Floor, 129 North 2nd Street, Yakima, Washington at 10:00 AM on May 29, 2003. The conference will feature project discussion, DBE Contractor participation, and the Affirmative Action Plan. 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 will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color or national origin in consideration for an award. The City reserves the right to reject any or all bids and proposals DATED this 16th day of May, 2003 (SEAL) KAREN ROBERTS CITY CLERK PUBLISH May 21, 2003 May 22, 2003 5 STANDARD SPECIFICATIONS Standard Specifications Amendments to the 2002 Standard Specifications BID SUMMARY Chesterley Park Parking Lot IG mbia Asphalt & Gravel, Superior Paving Co. Durands, Inc. ITEM BID SECURITY • ITEM QTY UNIT UNIT PRICE AMOUNT 1 SPILL PREVENTION PLAN 1 LS 5• • • • • 50.00 $50.00500.00 $500.00 250 00 $250 00 -- 2•' • •�• �� ��i 0 • •0 $50.00 1,000.00 $1,000.00 •0� .• $6,000 00 _ 3 TRAFFIC CONTROLSUPERVISOR 30 HR 32.00 , •, 32.00 $960.00 31 00 • •• 28.50 $855 00MINI -- 4 MAINTENANCE AND PROTECTION OF 0 0 00 $1,500 • 0 500.00 • i • 0 400.00 $400 00 200 00 $200 00 MIN 5 CONSTRUCTION SIGNS CLASS 'A' 72 SF : • • $576.00 5.00 $360.00 8.50 5.00 $360 00MIN -- 6 TEMPORARY TRAFFIC CONTROLDEVICES 1® 500 00 $500 00 250.00 00 55000 300 •• $300.00MI INIIIIIII 7 ROADWAY EXCAVATION,• • • _ • 60.00 $5,100.00 32.00 $2,720.00 29 41 $2,499 851 -- MIN 8 PREPARATION OF GRAVEL BASE 5,000 SY 0 50 $2,500.00 0.35 $1,750.00 0.50 $2,500.00 1 77 $8,850 00MI -- MIIIIIIIIIIIIIIII 9 CRUSHED SURFACING TOP COURSE FOR BASE 90 TON 15.00 $13,500.00 9 75 $8,775.00 1450 $13,050.00 18.00 $16,200 00MIMI -- 1 10 ASPHALT CONCRETE PAVEMENT, CLASS 'A' (PG64-22) 760 TON 38.00 $28,880 00 33.00 $25,080.00 34 50 $26,220.00 35 50 $26,980.00 11 SOIL RESIDUAL• ••• SY r 0 •r r • $270.00 0.25 $225 r• r 30 • 0 112 PAVEMENT, CL. 'A' (PG64-22) for Pathway 130 • r• $5,200.00 00 •r 00 00 $5,850.00 r 00 ® DRAIN••NC IIIIIIIE- I 14 CEMENT CONCRETE PLANTER CURB 1,800 LF 8 00 $14,400.00 6.10 $10,980 00 5.80 $10,440.00 7 50 $13,500 00 IIMI 15 - PAINT LINE 5,000 1.1111111111.11111 -��� LF 0.40 100 00 $2,000.00 $200 00 0.25 $1,250.00 0.23 $1,150.00 • 37 $1,850.00 -_-_ 16 PAINTED TRAFFIC ARROW2 EA 15.00 • 00 15 00 $30 00 17 • • $34 00.111111 17 PAINTED WHEELCHAIR SYMBOL100.00 ,• ,• 25 •• 0 00 25 •• 0 •• 27 00 $162.00 18 REPAIR OR REPLACEMENT 1 FA 3,000 00 $3,000 00 3,000.00 $3,000.00 3,000.00 $3,000.00 3,000 00 $3,000 00 19 LOOSE RIVER ROCK 300 TON 14 00 $4,200.00 9.15 $2,745.00 13.00 $3,900.00 21 00 $6,300.00 11 TOTAL BID : $ 87,816.00 $ 67,918.00 $ 74,967.00 $ 95,285.85 CITY ENGINEERS REPORT o = Y,i' •,, iCOMPETITIVE BIDS WERE OPENED ON JUNE 5, 2003. ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE. I RECOMMEND THE CONTRACT BE AWARDED TO. 'J~ CITY OF YAKIMA AWARD MADE BY CITY MANAGER CHESTERLEY PARK PARKING LOT COLUMBIA ASPHALT & GRAVEL, INC. 6"6-03 .%Gc}//oJc� � ; '!.; City of Yakima Project No. 2014 /0 / Penin June 5, zoos �k •�Bido g•DATE CITYENGINEER TE CI MANAGER File: Bid Summary • 2014.PUB SHEET of INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 2002 Standard Specifications for Road, Bridge, and Municipal Construction (English) AMENDMENTS TO THE STANDARD SPECIFICATIONS The following Amendments to the 2002 Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the latest date of revision. Each Amendment contains all current revisions to the applicable section of the Standard Specifications and may include references which do not apply to this particular project. SECTION 1-02, BID PROCEDURES AND CONDITIONS December 2, 2002 1-02.6 Preparation of Proposal The eighth paragraph dealing with Traffic Control Labor is deleted. SECTION 1-04, SCOPE OF THE WORK December 2, 2002 1-04.4 Changes The fifth paragraph is revised to read: For Item 2, if the actual quantity of any item, exclusive of added or deleted amounts included in agreed change orders, increases or decreases by more than 25 percent from the original plan quantity, the unit contract price for that item may be adjusted in accordance with Section 1-04.6. 1-04.6 Increased or Decreased Quantities This section is revised to read: Payment to the Contractor will be made only for the actual quantities of work performed and accepted in conformance with the contract. When the accepted quantity of work performed under a unit item varies from the original proposal quantity, payment will be at the unit contract price for all work unless the total accepted quantity of any contract item, adjusted to exclude added or deleted amounts included in change orders accepted by both parties, increases or decreases by more than 25 percent from the original proposal quantity. In that case, payment for contract work may be adjusted as described herein: The adjusted final quantity shall be determined by starting with the final accepted quantity measured after all work under an item has been completed. From this amount, subtract any quantities included in additive change orders accepted by both parties. Then, to the resulting amount, add any quantities included in deductive change orders accepted by both parties. The final result of this calculation shall become the adjusted final quantity and the basis for comparison to the original proposal quantity. 7 1. Increased Quantities. Either party to the contract will be entitled to renegotiate the price for that portion of the adjusted final quantity in excess of 1.25 times the original proposal quantity. The price for excessive increased quantities will be determined by agreement of the parties, or, where the parties cannot agree, the price will be determined by the Engineer based upon the actual costs to perform the work, including reasonable markup for overhead anwi profit. 2. Decreased Quantities. Either party to the contract will be entitled to an equitable adjustment if the adjusted final quantity of work performed is less than 75 percent of the original bid quantity. The equitable adjustment shall be based upon and limited to three factors: 1. Any increase or decrease in unit costs of labor, materials or equipment, utilized for work actually performed, resulting solely from the reduction in quantity; 2. Changes in production rates or methods of performing work actually done to the extent that the nature of the work actually performed differs from the nature of the work included in the original plan; and 3. An adjustment for the anticipated contribution to unavoidable fixed cost and overhead from the units representing the difference between the adjusted final quantity and 75% of the original plan quantity. The following limitations shall apply to renegotiated prices for increases and/or equitable adjustments for decreases: 1. The equipment rates shall be actual cost but shall not exceed the rates set forth in the AGC/WSDOT Equipment Renta! Agreement (referred to in Section 1-09.6) that is in effect at the time the work is performed. 2. No payment will be made for extended or unabsorbed home office overhead and field overhead expenses to the extent that there is an unbalanced allocation of such expenses among the contract bid items. 3. No payment for consequential damages or loss of anticipated profits will be allowed because of any variance in quantities from those originally shown in the proposal form, contract provisions, and contract plans. The total payment (including the adjustment amount and unit prices for work performed) for any item that experiences an equitable adjustment for decreased quantity shall not exceed 75% of the amount originally bid for the item. If the adjusted final quantity of any item does not vary from the quantity shown in the proposal by more than 25%, then the Contractor and the Contracting Agency agree that all work under that item will be performed at the original contract unit price and within the original time for completion. When ordered by the Engineer, the Contractor shall proceed with the work pending determination of the cost or time adjustment for the variation in quantities. The Contractor and the Contracting Agency agree that there will be no cost adjustment for decreases if the Contracting Agency has entered the amount for the item in the proposal form only to provide a common proposal for bidders 8 1-04.7 Differing Site Conditions (Changed Conditions) This section is revised to read: During the progress of the work, if preexisting subsurface or latent physical conditions are encountered at the site, differing materially from those indicated in the contract, or if preexisting unknown physical conditions of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in the work provided for in the contract, are encountered at the site, the party discovering such conditions shall promptly notify the other party in writing of the specific differing site conditions before they are disturbed and before the affected work is performed. Upon written notification, the Engineer will investigate the conditions and if he/she determines that the conditions materially differ and cause an increase or decrease in the cost or time required for the performance of any work under the contract, an adjustment, excluding Toss of anticipated profits, will be made and the contract modified in writing accordingly. The Engineer will notify the Contractor of his/her determination whether or not an adjustment of the contract is warranted. No contract adjustment, which results in a benefit to the Contractor, will be allowed unless the Contractor has provided the required written notice. The equitable adjustment will be by agreement with the Contractor. However, if the parties are unable to agree, the Engineer will determine the amount of the equitable adjustment in accordance with Section 1-09.4. Extensions of time will be evaluated in accordance with Section 1-08.8. If the Engineer determines that different site conditions do not exist and no adjustment in costs or time is warranted, such determination shall be final as provided in Section 1-05.1. If there is a decrease in the costs or time required to perform the work, failure of the Contractor to notify the Engineer of the differing site conditions shall not affect the Contracting Agency's right to make an adjustment in the costs or time. No claim by the Contractor shall be allowed unless the Contractor has followed the procedures provided in Section 1-04.5 and 1-09.11. SECTION 1-06, CONTROL OF MATERIAL December 2, 2002 1-06.2(2)B Financial Incentive In the first paragraph, the reference to pay factors "1.0000" and "1.0500" are revised to "1.00" and "1.05" respectively. In the second paragraph, the reference to pay factor "1.000" is revised to "1.00". 9 SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC December 2, 2002 1-07.1 Laws to be Observed The first sentence is revised to read: Thei'nn+r�nfnr chill �h�/ovc nmm�lk, 'Oh n1I MorlornI C+,+o Erik. I nr local !ay.'s, nrrlinonroc 1IIV VVIIt1GVtV1 shall GIYYUrJ VVIIII.JIr VV IIJ1 G11 1 VGVI GI, VLGLV, LIIVUI VI IVVCAI IGYYJ, ordinances, and regulations that affect work under the contract. 1-07.15 Temporary Water Pollution/Erosion Control This section is supplemented with the following: 1-07.15(1) Spill Prevention, Control and Countermeasures Plan The Contractor shall prepare a project -specific spill prevention, control and countermeasures (SPCC) plan to be used for the duration of the project. The plan shall be submitted to the Engineer prior to the commencement of any on site construction activities. The Contractor shall maintain a copy of the plan at the work site, including any necessary updates as the work progresses. If hazardous materials are encountered during construction, the Contractor shall do everything possible to control and contain the material until appropriate measures can be taken. Hazardous material, as referred to within this specification, is defined in RCW 70.105.010 under "Hazardous Substances". Occupational safety and health requirements that pertain to SPCC planning are contained in WAC 296- 155 and WAC 296-62. The SPCC plan shall address the following project -specific information: 1. SPCC Plan Elements A. Site Information Identify general site information useful in construction planning, recognizing potential sources of spills, and identifying personnel responsible for managing and implementing the plan. B. Project Site Description Identify staging, storage, maintenance, and refueling areas and their relationship to drainage pathways, waterways, and other sensitive areas. Specifically address: • the Contractor's equipment maintenance, refueling, and cleaning activities. ® the Contractor's on site storage areas for hazardous materials. C. Spill Prevention and Containment Identify spill prevention and containment methods to be used at each of the locations identified in B., above 10 D. Spill Response Outline spill response procedures including assessment of the hazard, securing spill response and personal protective equipment, containing and eliminating the spill source, and mitigation, removal and disposal of the material. E. Standby, On -Site, Material and Equipment The plan shall identify the equipment and materials the Contractor will maintain on site to carry out the preventive and responsive measures for the items listed. F. Reporting The plan shall list all federal, state and local agency telephone numbers the Contractor must notify in the event of a spill. G. Program Management Identify site security measures, inspection procedures and personnel training procedures as they relate to spill prevention, containment, response, management and cleanup. H. Preexisting Contamination If preexisting contamination in the project area is described elsewhere in the plans or specifications, the SPCC plan shall indicate measures the Contractor will take to conduct work without allowing release or further spreading of the materials. 2. Attachments A. Site plan showing the locations identified in (1. B. and 1. C.) noted previously. B. Spill and Incident Report Forms, if any, that the Contractor will be using. Implementation Requirements The Contractor shall be prepared and shall carry out the SPCC plan in the event of a hazardous spill within the project limits. Payment The lump sum contract price for the "SPCC Plan" shall be full pay for: 1. All costs associated with creating the SPCC plan. 2. All costs associated with providing and maintaining on site standby materials and equipment described in the SPCC plan. As to other costs associated with spills the contractor may request payment as provided for in the Contract. No payment shall be made if the spill was caused by or resulted from the Contractor's operations, negligence or omissions. 11 1-07.16 Protection and Restoration of Property This section is supplemented with the following: 1-07.16(2)A Archaeological and Historical Objects Archaeological or historical objects, such as ruins, sites, buildings, artifacts, fossils, or other objects of antiquity that may have significance from a historical nr scientific standpoint, ..hi..h h" ..+..r...J h.. +hr, /''�,r.+..,..4..r, �.h. II ..+ h.. �� �.-F4.... .J�.++� ��L,.,.d The VVI IR I I 1I llay be a liVul llr..l ed uy LI IC VIJI lU alliin , JI lall I llll uc-.. IUI LI ICI UiStUI bed. 1 I IC Contractor shall immediately notify the Engineer of any such finds. The Engineer will determine if the material is to be salvaged. The Contractor may be required to stop work in the vicinity of the discovery until such determination is made. The Engineer may require the Contractor to suspend work in the vicinity of the discovery until salvage is accomplished. If the Engineer finds that the suspension of work in the vicinity of the discovery increases or decreases the cost or time required for performance of any part of the work under this contract, the Engineer will make an adjustment in payment or the time required for the performance of the work in accordance with Sections 1-04.4 and 1-08.8. 1-07.16(4) Payment The first sentence is revised to read: All costs to comply with this section and for the protection and repair specified in this section, unless otherwise stated, are incidental to the contract and are the responsibility of the Contractor. SECTION 1-09, MEASUREMENT AND PAYMENT August 5, 2002 1-09.2(4) Specific Requirements for Belt Conveyor Scales In the first paragraph, the reference to "National Bureau of Standards Handbook No. 44," is revised to read: National Institute of Standards and Technology (NIST) Handbook No. 44, 1-09.6 Force Account On page 1-86, under "For Labor", the fourth and fifth sentences in the second paragraph are deleted. On page 1-86, under "For Labor", the fifth paragraph is revised to read: In addition to compensation for direct labor costs defined above, the Contracting Agency will pay the Contractor 29 percent of the sum of the costs calculated for labor reimbursement to cover project overhead, general company overhead, profit, bonding, insurance, Business & Occupation tax, and any other costs incurred. This amount will include any costs of safety training and health tests, but will not include such costs for unique force Account work tl list is different IIt f r of I II typical work ai Id which Could not 1 lave been I anticipated at the time of bid. 12 On page 1-87, under "For Equipment", the third paragraph is supplemented with the following: In the event that prior quotations are not obtained and the vendor is not a firm independent from the Contractor or subcontractor, then after -the -fact quotations may be obtained by the Engineer from the open market in the vicinity and the lowest such quotation may be used in place of the submitted invoice. On page 1-88, under "For Services", the first paragraph is supplemented with the following: In the event that prior quotations are not obtained and the service invoice is submitted by a subcontractor, then after -the -fact quotations may be obtained by the Engineer from the open market in the vicinity and the lowest such quotation may be used in place of the submitted invoice. SECTION 1-10, TEMPORARY TRAFFIC CONTROL December 2, 2002 1-10.2(1) General This section is revised to read: It is the Contractor's responsibility to plan, conduct and safely perform the work. The Contractor shall designate an individual or individuals to perform the duties of Traffic Control Manager (TCM). The TCM must be an employee of the Contractor. The duties of the TCM may not be subcontracted. The Contractor shall also designate an individual or individuals to perform the duties of the Traffic Control Supervisor (TCS). The TCS shall be responsible for safe implementation of approved Traffic Control Plans provided by the TCM. The TCM and TCS shall be certified as worksite traffic control supervisors by one of the organizations listed in the Special Provisions. A TCM and TCS are required on all projects that have traffic control. The TCM may also perform the duties of the TCS. The Contractor shall identify an alternate TCM and TCS who can assume the duties of the assigned or primary TCM and TCS in the event of that person's inability to perform. Such alternates shall meet the same requirements as the primary TCM and TCS. The Contractor shall maintain 24-hour telephone numbers at which the TCM and TCS can be contacted and be available upon the Engineer's request at other than normal working hours. The TCM and TCS shall have the appropriate personnel, equipment, and material available at all times in order to expeditiously correct any deficiency in the traffic control system. 13 1-10.2(1)A Traffic Control Manager This section is revised to read: The duties of the Traffic Control Manager (TCM) shall include: Clvarcaainn anri annrnvinrr the nrtionc of the Trnffir ('on+rr l G l r ,icor !TC'C\ to ensure that proper safety and traffic control measures are implemented and consistent with the specific requirements created by the Contractor's work zones and the Contract. 2. Providing the Contractor's designated TCS with approved Traffic Control Plans (TCP's), which are compatible with the work operations, and traffic control for which they will be implemented. 3. Discussing proposed traffic control measures and coordinating implementation of the Contractor -adopted traffic control plan(s) with the Engineer. 4. Coordinating all traffic control operations, including those of subcontractors, suppliers, and any adjacent construction or maintenance operations. 5. Coordinating the project's activities (such as ramp closures, road closures, and lane closures) with appropriate police, fire control agencies, city or county engineering, medical emergency agencies, school districts, and transit companies. 6. Overseeing all requirements of the contract, which contribute to the convenience, safety, and orderly movement of vehicular and pedestrian traffic. 7. Having the latest adopted edition of the MUTCD including the Modifications to the MUTCD for Streets and Highways for the State of Washington and applicable standards and specifications available at all times on the project. 8. Attending all project meetings gS vlera traffic ii, I I lal lagemel I l is discussed. 9 Reviewing the TCS diaries daily and being aware of "field" traffic control operations. 10. Assuring daily submissions of previous day's TCS diaries, indicating date of TCM review, to WSDOT TCS. 11, Being present on-site a sufficient amount of time to adequately accomplish the above -listed duties. 14 1-10.2(1)B Traffic Control Supervisor This section is revised to read: A Traffic Control Supervisor (TCS) shall be on the project whenever traffic control labor is required or Tess frequently, as approved by the Engineer. The TCS shall personally perform all the duties of the TCS. During non -work periods, the TCS shall be available to the job site within a 45 -minute time period after notification by the Engineer. The TCS's duties shall include: 1. Inspecting traffic control devices and nighttime lighting for proper location, installation, message, cleanliness, and effect on the traveling public. Traffic control devices shall be inspected each work shift except that Class A signs and nighttime lighting need to be checked only once a week. Traffic control devices left in place for 24 hours or more should also be inspected once during the nonworking hours when they are initially set up (during daylight or darkness, whichever is opposite of the working hours). 2. Preparing a daily traffic control diary on DOT Forms 421-040A and 421-040B, which shall be submitted to the Engineer no later than the end of the next working day to become a part of the project records. The Contractor may use their form if the Engineer approves it. Include in the diary such items as: a. When signs and traffic control devices are installed and removed, b. Location and condition of signs and traffic control devices, c. Revisions to the approved traffic control plan (TCP), d. Lighting utilized at night, and e. Observations of traffic conditions. 3. Ensuring that corrections are made if traffic control devices are not functioning as required. The TCS may make minor revisions to the approved traffic control plan to accommodate site conditions as long as the original intent of the traffic control plan is maintained and the revision has concurrence of the TCM and/or WSDOT TCS. 4. Attending traffic control coordinating meetings or coordination activities as authorized by the Engineer. 5. Ensuring that all needed traffic control devices are available and in good working condition prior to the need to install those devices. 6. Having a current set of approved TCP's and applicable contract provisions as provided by the TCM and the latest adopted edition of the MUTCD including the Modifications to the MUTCD for Streets and Highways for the State of Washington and applicable standards and specifications. The TCS may perform the work described by "Traffic Control Labor" as long as the duties of the TCS are accomplished. Possession of a current flagging card by the TCS is mandatory. A reflective vest and a hard hat shall be worn by the TCS. 15 1-10.2(2) Traffic Control Plans This section including title is revised to read: 1-10.2(2) Traffic Control Plans (TCP's) The traffic control plan or plans appearing in the contract plans show a method of handling traffic. All flaggers are to be shown on the traffic rnntrni pian except for emergency r... � situations. The Contractor _1.._11 designate ...d adopt writing Lite specific traffic control JILU[lUUIIJ. IIIC IJUIIIIdGWI JIIdII UCJIl�11dtC and dUVi.1t 111 YVl ILII ll�. LIIC Ji.Jel.11 ll. tl dllll.. 1.V11tI V1 plan or plans required for their method of performing the work. If the Contractor's methods differ from the contract traffic control plan(s), the Contractor shall propose modification of the traffic control plan(s) by showing the necessary construction signs, flaggers, and other traffic control devices required for the project. The Contractor's modified traffic control plan(s) shall be in accordance with the established standards for plan development as shown in the MUTCD, Part VI. The Contractor's letter designating and adopting the specific traffic control plan(s) or any proposed modified plan(s) shall be submitted to the Engineer for approval at least ten calendar days in advance of the time the signs and other traffic control devices will be required. The Contractor shall be solely responsible for providing copies of the approved Traffic Control Plans to the Traffic Control Supervisor. 1-10.2(3) Conformance to Established Standards The second sentence in the sixth paragraph (Category 4) is deleted. SECTION 1-99, APWA SUPPLEMENT December 2, 2002 Section 1-01.3 (APWA Only) page 1-111 The third paragraph is revised to read as follows: The venue of all causes of action arising from the advertisement, award, execution, and perfoperformance of 'd -ie confront ,shall he in the, Superior ('our+ of the C'ollnty ‘where the rmance 11101 I'JC VI 6116 contract JI 1011 IJI 111 1.116, Superior J'JLII 1. S1I tl IW VSJtA11611 YYI IVI V the Contracting Agency's headquarters is located. Section 1-02.1 (APWA Only) on Page 112 This section is revised to read: 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. 16 1-02.9 Delivery of Proposal The first paragraph is revised 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. Section 1-02.14 (APWA Only) Page 114 Item 3 is revised to read: 3. 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; Item 10 is deleted Section 1-07.18 (APWA Only) Page 1-123 Item No. 4 is revised to read: 4. A Pollution Liability policy, required if so stated in the Contract Provisions, providing coverage for claims involving remediation, disposal, or other handling of pollutants arising out of: (1) Contractor's operations related to this project; (2) transportation of hazardous materials to or from any site related to this project, including, but not limited to, the project site and any other site, including those owned by the Contractor or for which the Contractor is responsible; and (3) remediation, abatement, repair, maintenance or other work with lead-based paint or materials containing asbestos. Such Pollution Liability policy shall provide the following minimum coverage for Bodily Injury and Property Damage: $1,000,000 per occurrence Section 1-07.18 (APWA Only) Page 1-124 The third paragraph under "Evidence of Insurance" is revised to read: A copy of the endorsement naming Contracting Agency and any other entities required by the Contract Provisions as Additional Insured(s), and stating that coverage is primary and non-contributory, showing the policy number, and signed by an authorized representative of the insurance company on Form CG2010 (ISO) or equivalent. Section 1-10.5 (APWA Only) Page 1-130 This section is deleted SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT December 2, 2002 2-03.3(14)D Compaction and Moisture Control Tests The second paragraph is revised to read: In place density will be determined using Test Methods WSDOT FOP for AASHTO T 310 and WSDOT SOP for T 615. 17 2-03.5 Payment Under the bid item "Sand Drainage Blanket", per ton the statement "Compaction will be paid for by the item "Embankment Compaction", is deleted. Under the hid item "Crave' Borrow inti, Haul°1 per ton or per cubic yard, the statement "t'`r.mr.nn+inr...,i11 kr, .-.---i •r..r, k., +h /� vv° 1 I1Jalruvl 1 VVIII uc I,JQIu iv! uy LI IG ILLI 11 LI I I1./Q111\I11rrl 11 1/41UI11f.JAl.UVI 1 , is UCIeleU. The statement "Unless otherwise provided, the work described in Section 2-03.3(14), Embankment Construction, shall be incidental to other pay items involved." Shall be moved above the bid item "Select Borrow Incl. Haul", per ton or per cubic yard. SECTION 5-04, ASPHALT CONCRETE PAVEMENT December 2, 2002 5-04.2 Mafnrials The reference to "Recycling Agent 9-02.1(5)" is deleted. 5-04.3(5)C Crack Sealing Under item 1 "Sand Slurry", the first sentence is revised to read: The sand slurry shall consist of approximately 20 percent CSS -1 emulsified asphalt, approximately 2 percent portland cement, water (if required). and the remainder clean U.S. No. 4-0 paving sand. 5-04.3(8)A Acceptance Sampling and Testing Under "D", the reference to "AASHTO T 30" is revised to AASHTO T 27/11. 5-04.3(19) Sealing of Driving V II Surfaces aa.ca This section including title is revised to read: 5-04.3(19) Sealing of Pavement Surfaces Where shown in the Plans, the Contractor shall apply a fog seal. Before application of the fog seal all surfaces shall be thoroughly cleaned of dust, soil, pavement grindings, and other foreign matter. The fog seal shall be CSS -1 or CSS -1 h uniformly applied to the pavement free of streaks and bare spots at the rate 0.03 to 0.05 residual gallons per square yard. The emulsified asphalt shall be diluted at a rate of one part water to one part emulsified asphalt unless otherwise directed by the Engineer. The emulsified asphalt shall be applied within the temperature range specified in Section 5-02.3(3). 5-04.3(21) Paving Asphalt Revision The third sentence in the first paragraph is revised to read: A new contract item, Paving Asphalt Revision, will be established for material varying from the asphalt content shown in the Special Provisions by more than plus or minus 0.3 percent. 18 5-04.4 Measurement The following paragraph is added after the third paragraph: Asphalt for fog seal will be measured by the ton, before dilution, in accordance with Section 1-09. The fourth paragraph is deleted. 5-04.5 Payment The following paragraph is added after the sixth paragraph: "Asphalt for Fog Seal", per ton. The unit contract price per ton for "Asphalt for Fog Seal" shall be full pay for all costs of material, labor, tools, and equipment necessary for the application of the fog seal as specified. The following is inserted after the tenth paragraph: All costs for asphalt for tack coat shall be included in the unit contract price per ton of the asphalt concrete pavement. SECTION 6-02, CONCRETE STRUCTURES December 2, 2002 6-02.3(2)A Contractor Mix Design The last sentence of the first paragraph is revised to read: All other concrete mix designs, except those for lean concrete and commercial concrete, shall have a minimum cementitious material content of 564 pounds per cubic yard of concrete. 6-02.3(2)B Commercial Concrete This section is revised to read as follows: Commercial concrete shall have a minimum compressive strength at 28 days of 3000 psi in accordance with AASHTO T 22. Commercial concrete placed above the finished ground line shall be air entrained and have an air content from 4.5 percent to 7.5 percent per AASHTO T 152. Commercial concrete does not require plant approval, mix design, or source approvals for cement, aggregate, and other admixtures. Where concrete Class 3000 is specified for nonstructural items such as, culvert headwalls, plugging culverts, concrete pipe collars, pipe anchors, monument cases, luminaire bases, pedestals, cabinet bases, guardrail anchors, sign post foundations, fence post footings, sidewalks, curbs, and gutters, the Contractor may use commercial concrete. If commercial concrete is used for sidewalks, curbs, and gutters, it shall have a minimum cementitious material content of 564 pounds per cubic yard of concrete and shall be air entrained. Commercial concrete shall not be used for structural items such as, bridges, retaining walls, box culverts, or foundations for high mast luminaires, mast arm traffic signals, cantilever signs, and sign bridges. The Engineer may approve other nonstructural items not listed for use as commercial concrete. 6-02.3(4)C Consistency The first paragraph is supplemented with the following. 19 4. 9 inches for shafts when using Class 4000P, provided the water cement ratio does not exceed 0.44 and a water reducer is used meeting the requirements of 9-23.6. 5. 5.5 inches for all concrete placed in curbs, gutters, and sidewalks. The second paragraph is revised to read: When a high range water reducer is used, the maximum slump listed in 1, 2, 3, and 5 above, may be increased an additional 2 inches. 6-02.3(6)A Weather and Temperature Limits to Protect Concrete The section "Cold Weather Protection" is revised to read: The Contractor shall provide a written procedure for cold weather concreting to the Engineer for review and approval. The procedure shall detail how the Contractor will prevent the concrete temperature from falling below 50° F. Permission given by the Engineer to place concrete during cold weather will in no way ensure acceptance of the work by the Contracting Agency. Should the concrete placed under such conditions prove unsatisfactory in any way, the Engineer shall stili have the right to reject the work although the plan and the work were carried out with his permission. The Contractor shall provide and maintain a recording thermometer on the concrete surface at a location specified by the Engineer. During freezing or near -freezing weather, data from this thermometer shall be readily available to the Engineer. The Contractor shall not mix nor place concrete while the air temperature is below 35° F, unless the water or aggregates (or both) are heated to at least 70° F. The aggregate shall not exceed 150° F. if the water is heated to more than 150° F, it shall be mixed with the aggregates before the cement is added. Any equipment and methods shall heat the materials evenly. The Contractor may warm stockpiled aggregates with dry heat or steam, but not by applying flame directly or under sheet metal. If the aggregates are in bins, steam or water coils or other heating methods may be used if aggregate quality is not affected. Live steam heating is not permitted on or through aggregates in bins. If using dry heat, the Contractor shall increase mixing time enough to permit the super -dry aggregates to absorb moisture. Any concrete placed in air temperatures below 35° F shall be immediately enclosed. Air temperature within the enclosure shall be maintained such that the concrete surface temperature stays between 50° F and 90° F, and the relative humidity shall be above 80 percent. These conditions shall be maintained for a minimum of seven days or for the cure period required by Section 6-02.3(11), whichever is longer. If artificial heat is used to maintain the temperature inside the enclosure, moisture shall be added to the enclosure to maintain the humidity as stated above. The Contractor shall stop adding moisture 24 hours before removing the heat. Extra protection shall be provided for areas especially vulnerable to freezing (such as exposed top surfaces, corners and edges, thin sections, and concrete placed into steel forms). If weather forecasts predict air temperatures below 35° F during the seven days just after the concrete placement, the Contractor may place the concrete only if his approved cold - weather concreting plan is implemented. In addition, if air temperatures fall below 35°F within 7 days after placement of concrete, the Contractor shall implement his approved cold -weather concreting plan. 20 6-02.3(14)B Class 2 Surface Finish The first sentence of the first paragraph is revised to read: The Contractor shall apply a Class 2 finish to all above -ground surfaces not receiving a Class 1 finish as specified above unless otherwise indicated in the Contract. 6-02.3(17)D Falsework Support Systems: Piling, Temporary Concrete Footings, Timber Mudsills, Manufactured Shoring Towers, Caps, and Posts Under Temporary Concrete Footings and Timber Mudsills, Number 1, Granular Soil, the first sentence is revised to read: The Contractor shall conduct on-site tests according to AASHTO T 235. 6-02.3(17)J Face Lumber, Studs, Wales, and Metal Forms On page 6-60, the paragraph beginning with "All corners shall be beveled... etc." is revised to read: All corners shall be beveled 3/4 inch. However, footings, footing pedestals, and seals need not be beveled unless required in the Plans. 6-02.3(24)C Placing and Fastening In the second paragraph, the following is inserted after the third sentence: All epoxy -coated bars in the top mat of the roadway slab shall be tied at all intersections. Other epoxy -coated bars shall also be tied at all intersections, but shall be tied at alternate intersections when spacing is less than 1 foot in each direction. 6-02.3(24)H Epoxy -Coated Steel Reinforcing Bar In the fifth paragraph, the second and third sentences are deleted and replaced by the following: All bars shall be placed and fastened as specified in Section 6-02.3(24)C. 6-02.3(25)E Contractors Control Strength In the tenth paragraph, the first sentence is deleted and replaced by the following: The Contractor shall coat cored holes with an epoxy -bonding agent and patch the holes using the same type concrete as that in the girder, or a mix approved during the annual plant review and approval. The epoxy -bonding agent shall meet the requirements of Section 9-26.1 for Type II, Grade 2 epoxy. 6-02.3(26)H Grouting The sixth paragraph is revised to read: The Contractor shall proportion the mix to produce a grout with a flow of 11 to 20 seconds as determined by ASTM C 939, Flow of Grout for Pre -placed Aggregate Concrete (Flow Cone Method). The grout ejected from the end vent shall have a minimum flow of 11 seconds. 6-02.3(28)B Casting The following new paragraph is inserted after the first paragraph: 21 Concrete shall meet the requirements of Section 6-02.3(25)B for annual pre -approval of the concrete mix design, and slump. SECTION 9-01, DEFINITIONS AND TESTS April 1, 2002 Section 9-00.4 Sieve Analysis of Aggregates This section is supplemented with the following: Where necessary, sieve sizes shall be converted to either Metric or English in accordance with AASHTO M 92 when necessary to be compared to these specifications. SECTION 9-01, PORTLAND CEMENT April 1, 2002 9-01.2(1) Portland Cement This section is revised to read: Portland cement shall conform to the requirements for Types 1, II, or III cement of the Standard Specifications for Portland Cement, AASHTO M 85, except that the content of alkalis shall not exceed 0.75 percent by weight calculated as Na20 plus 0.658 K20 and except that the content of Tricalcium aluminate (C3A) shall not exceed 8 percent by weight calculated as 2.650A1203 minus 1.692Fe2O3. The time of setting shall be determined by the Vicat Test method, AASHTO T 131. 22 SECTION 9-02, BITUMINOUS MATERIALS December 2, 2002 9-02.1(4) Asphalt Cements The reference to "AASHTO MP1" is revised to read "AASHTO M320". 9-02.1(4)A Vacant This section including title is revised to read: 9-02.1(4)A Performance Grade (PG) Asphalt Cement PERFORMANCE GRADE PG 58 PG 64 PG 70 PG 76 22 28 34 22 28 134 22 28 134 22 28 ORIGINAL BINDER Flash Point Temp., T48 MIN C° 230 Rotational Viscosity T316 Maximum 3 Pa•s, Test Temp C° 135 Dynamic Shear, T315: G*/sin8 Min., 1.00 kPa Test Temp @ 10 rad/s, C° 58 64 70 76 ROLLING THIN FILM (T240) OVEN RESIDUE Mass Loss, Maximum, percent 1.00 Dynamic Shear, T315: G*/sinS Min., 2.20 kPa Test Temp @ 10 rad/s, C° 58 64 70 76 PRESSURE AGING (R28) VESSEL RESIDUE PAV Aging Temperature C° 100 Dynamic Shear, T315: G*sinS Maximum, 5000 kPa Test Temp @ 10 rad/s, C° 22 19 16 25 22 19 28 25 22 31 28 Creep Stiffness, T313 S, Maximum, 300 Mpa m -value, Minimum, 0.300 Test Temp @ 60s, C° -12 -18 -24 -12 -18 -24 -12 -18 -24 -12 -18 All Performance Graded Binders not included in this chart shall be determined by Table 1 "Performance Graded Asphalt Specification Chart in AASHTO M320. 9-02.1(8) Hot Melt Traffic Button Adhesive The column "ASTM Test Method" is revised to "Test Method". The Specification "Brookfield Viscosity, 400 F" along with Test Method "ASTM D 2196" is revised to read "Rotational Viscosity, 400 F AASHTO T 316". 23 SECTION 9-03, AGGREGATES December 2, 2002 9-03.1(1) General Requirements In the third paragraph, the third sentence is deleted. 9-03.1(5)B Grading The second paragraph is supplemented with the following: Standard sieve sizes shall be those listed in ASTM C 33. 9-03.9(3) Crushed Surfacing The percent passing the 1/2" square sieve for Top Course and Keystone is revised to "80-100". 9-03.11 Recycled Portland Cement Concrete Rubble ThoThe section including title is revised read: YY v��Y� . .� �v�.A s. �� �� �.�Y .Y revised to read: 9-03.11 Vacant 9-03.12(3) Gravel Backfill for Pipe Zone Bedding The Percent Passing for U.S. No. 200 is revised to read "10.0 max". 9-03.15 Vacant This section including title is revised to read: 9-03.15 Native Material for Trench Backfill Trench backfill outside the roadway prism shall be excavated material free of wood waste, debris, clods or rocks greater than 6 inches in any dimension. 9-03.20 Test Methods for Aggregates The title for Test Method WAQTC FOP for T 27/11 is revised to read: Sieve Analysis of Fine and Course Aggregates and Aggregates in ACP Gradation of Aggregates in ACP WSDOT FOP for AASHTO T 30 is deleted. 9-03.21 Recycled Material This section along with sub -sections 9-03.21(1) and 9-03.21(2) are deleted in their entirety and replaced with the following new Section 9-03.21 with sub -sections 9-03,21(1), 9-03.21(2) and 9- 03.21(3). 9-03.21(1) General Requirements Recycled materials that are identified below may be used as, or blended uniformly with, naturally occurring materials for aggregates. The final blended product shall meet the requirements for the specified type of aggregate. In addition, each recycled material component included in a blended product, shall meet the specific requirements listed below. Recycled materials obtained from the Contracting Agency's roadways will not require testing and certification for toxicity testing or certification for toxicity characteristics. For recycled materials that are imported to the job site, the Contractor shall certify that the recycled material is not a Washington State Dangerous Waste per the Dangerous Waste Regulations WAC 173-303. Sampling and testing for toxicity shall be at a frequency of one per 24 10,000 tons prior to combining with other materials and not less than one sample from any single source. 9-03.21(2) Recycled Asphalt Concrete Pavement Recycled asphalt concrete pavement may be uniformly blended with the following materials, to the extent that the specified maximum bitumen content in the final product shall not exceed the following: Maximum Bitumen Content (Percent) Fine Aggregate for Portland Cement Concrete 9-03.1(2) 0 Coarse Aggregates for Portland Cement Concrete 9-03.1(4) 0 Aggregates for Asphalt Treated Base (ATB) 9-03.6 * Aggregates for Asphalt Concrete 9-03.8 * Ballast 9-03.9(1) 1.2 Shoulder Ballast 9-03.9(2) 1.2 Crushed Surfacing 9-03.9(3) 1.2 Aggregate for Gravel Base 9-03.10 1.2 Gravel Backfill for Foundations - Class A 9-03.12(1)A 1.2 Gravel Backfill for Foundations - Class B 9-03.12(1)B 1.2 Gravel Backfill for Walls 9-03.12(2) 0 Gravel Backfill for Pipe Zone Bedding 9-03.12(3) 0 Gravel Backfill for Drains 9-03.12(4) 0 Gravel Backfill for Drywells 9-03.12(5) 0 Backfill for Sand Drains 9-03.13 0 Sand Drainage Blanket 9-03.13(1) 0 Gravel Borrow 9-03.14(1) 0 Select Borrow 9-03.14(2) 1.2 Select Borrow 9-03.14(2) 8.0 (greater than 3 feet below subgrade and side slopes) Common Borrow 9-03.14(3) 1.2 Common Borrow - 9-03.14(3) 8.0 (greater than 3 feet below subgrade and side slopes) Foundation Material Class A and Class B 9-03.17 0 Foundation Material Class C 9-03.18 0 Bank Run Gravel for Trench Backfill 9-03.19 0 *See 5-04.2 The following field operating procedures will determine total bitumen content: AASHTO T 308* WSDOT TM 6 *The Contractor shall verify the asphalt content for the blended mix. A statewide average of 0.70 may be used as a calibration factor for AASHTO T-308. 25 9-03.21(3) Recycled Portland Cement Concrete Rubble Recycled portland cement concrete rubble may be uniformly blended with the following materials, to the extent that the specified maximum concrete rubble content in the final product shall not exceed the following: Maximum Concrete D. 1 \U1JL71G (Percent) Fine Aggregate for Portland Cement Concrete 9-03.1(2) 0 Coarse Aggregates for Portland Cement Concrete 9-03.1(4) 0 Aggregates for Asphalt Treated Base (ATB) 9-03.6 0 Aggregates for Asphalt Concrete 9-03.8 0 Ballast 9-03.9(1) 100 Shoulder Ballast 9-03.9(2) 100 Crushed Surfacing 9-03.9(3) 100 Aggregate for Gravel Base 9-03.10 100 Gravel Backfill for Foundations — Class A 9-03.12(1)A 100 Gravel Backfin for Foundations — Class B 9-03.12(1)B 100 Gravel Backfin for Walls 9-03.12(2) 100 Gravel Backfill for Pipe Zone Bedding 9-03.12(3) 100 Gravel Backfill for Drains 9-03.12(4) 100 Gravel Backfill for Drywells 9-03.12(5) 0 Backfin for Sand Drains 9-03.13 100 Sand Drainage Blanket 9-03.13(1) 100 Gravel Borrow 9-03.14(1) 100 Select Borrow 9-03.14(2) 100 Common Borrow 9-03.14(3) 100 Foundation Material Class A and Class B 9-03.17 100 Foundation Material Class C 9-03.18 100 Bank Run Gravel for Trench Backfin 9-03.19 100 26 9-03.21(4) Recycled Glass Aggregates Recycled glass may be uniformly blended with the following materials, to the extent that the maximum recycled glass content in the final product shall not exceed the following: Maximum Recycled Glass (Percent) Fine Aggregate for Portland Cement Concrete 9-03.1(2) 0 Coarse Aggregates for Portland Cement Concrete 9-03.1(4) 0 Aggregates for Asphalt Treated Base (ATB) 9-03.6 0 Aggregates for Asphalt Concrete 9-03.8 0 Ballast 9-03.9(1) 15 Shoulder Ballast 9-03.9(2) 15 Crushed Surfacing 9-03.9(3) 15 Aggregate for Gravel Base 9-03.10 15 Gravel Backfill for Foundations — Class A 9-03.12(1)A 15 Gravel Backfill for Foundations — Class B 9-03.12(1)B 15 Gravel Backfill for Walls 9-03.12(2) 15 Gravel Backfill for Pipe Zone Bedding 9-03.12(3) 15 Gravel Backfill for Drains 9-03.12(4) 100 Gravel Backfill for Drywells 9-03.12(5) 100 Backfill for Sand Drains 9-03.13 100 Sand Drainage Blanket 9-03.13(1) 100 Gravel Borrow 9-03.14(1) 100 Select Borrow 9-03.14(2) 100 Common Borrow 9-03.14(3) 100 Foundation Material Class A and Class B 9-03.17 100 Foundation Material Class C 9-03.18 100 Bank Run Gravel for Trench Backfill 9-03.19 100 The product supplier shall perform total lead content testing quarterly. Tests shall include a minimum of five samples. Sample collection shall be conducted according to ASTM D 75. Total lead content testing will be conducted according to EPA Method 3010/6010. A test shall not exceed 250 ppm using a total lead analysis EPA Test Method 6010. In addition, the Toxicity Characteristics Leaching Procedure, EPA Test Method 1311 shall be used and a test shall not exceed 5.0 ppm. The product supplier shall keep all test results on file. SECTION 9-04, JOINT AND CRACK SEALING MATERIALS April 1, 2002 9-04.6 Expanded Polystyrene This section is revised to read: Expanded polystyrene shall be of a cellular molded type with a density of 1.5 plus or minus 0.25 pounds per cubic foot. 27 CONTRACT PROVISIONS Special Provisions Contract Form Performance Bond Form Informational Certificate of Insurance Informational Additional Insured Endorsement Minimum Wage Affidavit Form SPECIAL PROVISION The following Special Provisions are made a part of this contract and supersede any conflicting provisions of the 2002 Standard Specifications for Road, Bridge and Municipal Construction (English), including the Division 1 APWA SUPPLEMENT, Section 1-99, which is made a part of this contract, and the foregoing Amendments to the Standard Specifications. DIVISION 1 - GENERAL REQUIREMENTS DESCRIPTION OF WORK PROJECT DESCRIPTION This project is for the construction of a 48,000 square foot asphalt parking lot addition at Chesterley Park, North 40th Avenue and River Road. The work consists of furnishing all labor, materials and equipment required to complete subgrade preparation, placing 1,800 tons of crushed surfacing top course for parking lot and asphalt pathway, final preparation of subgrade, final grading and compaction, 900 tons of asphalt for parking lot and 1,000 LF of asphalt pedestrian pathway, 1,800 LF of extruded curbing, 150 LF of cast -in-place curbing, preparation of landscape areas and other related work to complete the construction of the parking lot. All in accordance with the Plans and Specifications as prepared by the City Engineer of the City of Yakima 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 Qualifications of Bidder (APWA Only) Supplement this section as follows: Pre -qualification is not required for this project. 1-02.4 Examination of Plans, Specifications, and Site of Work 1-02.4(1) General This section is supplemented with the following: A pre-bid conference will be held at Yakima City Hall CED Conference room, second floor, 129 N. 2nd Street, Yakima, Washington at the time and date stated in the "Invitation to Bid". The conference will include project discussion, DBE Contractor participation, and the Affirmative Action Plan. 1-02.6 Preparation Of Proposal Section 1-02.6 is supplemented with the following: (September 5, 1995) On this project, the bidder will not be required to submit with the bid a list of. 1. Subcontractors, and 2. The work the subcontractors will perform 29 1-02.12 Public Opening Of Proposal Section a 0n i2 lem t_� with following: 1�UL. IL is supplemented the iUIIolNing: Date Of Opening Bids Sealed bids are to be received at the following location prior to the time Specified: At the City Clerk's Office, City of Yakima, 129 N. 2"'" Street, Yakima, Washington 98901 The bid opening date for this project is listed in the Invitation to Bid. Bids received will be publicly opened and read after 2'00 p.m. on this date. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.4 Contract Bond Ariri the fnllnwinn• The bond shall further indemnify and hold the City of Yakima, its employees, agents, and elected or appointed officials, harmless from defects appearing or developing in the material or workmanship provided or performed under the contract within a period of one year after final acceptance by the City. 1-04 SCOPE OF WORK 1-04.4 Changes 1-04.4(1) Minor Changes Delete this supplement section 1-04.11 Final Cleanup Supplement this section with the following: The Contractor shall do partial cleanup when he determines it is necessary or when, in the opinion of the Engineer, partial cleanup shall be done for public safety. The cleanup work shall be done immediately upon notification from the Engineer and other work shall not proceed until the partial cleanup is accomplished. 1-05 CONTROL OF WORK Add the following: The contractor shall be aware that there is a scheduled regional soccer tournament at Chesterley Park June 27th through the 29th. If parking lot work has commenced, the contractor shall have the construction area in a minimum graveled condition so it can be utilized for parking across the entire construction site. Should there be any inconvenience or cost to the contractor, such inconvenience or costs shall be incidental to all bid items. 30 1-05.4 Conformity with and Deviations from Plans and Stakes (APWA Only) 1-05.4(1) Roadway and Utility Surveys (APWA Only) Revise this section to read: The Engineer will establish one time only, vertical and horizontal construction control and base lines. The Contractor shall be responsible for all other construction staking including offset points and grade that the Engineer deems necessary for completion of the work. All associated costs will be incidental to other bid items. 1-06 CONTROL OF MATERIAL 1-06.2 Acceptance of Materials Foreign Made Materials Section 1-06 is supplemented with the following. (March 13, 1995) The major quantities of steel and iron construction material that is permanently incorporated into the project shall consist of American-made materials only. The Contractor may utilize minor amounts of foreign steel and iron in this project provided the cost of the foreign material used does not exceed one-tenth of one percent of the total contract cost or $2,500.00 , whichever is greater. American-made material is defined as material having all manufacturing processes occur in the United States. The action of applying a coating to steel or iron is deemed a manufacturing process. Coating includes epoxy coating, galvanizing, aluminizing, painting, and any other coating that protects or enhances the value of steel or iron. Any process from the original reduction from ore to the finished product constitutes a manufacturing process for iron. The following are considered to be steel manufacturing processes: 1. Production of steel by any of the following processes: a. Open hearth furnace. b. Basic oxygen. c. Electric furnace. d. Direct reduction. 2. Rolling, heat -treating, and any other similar processing. 3. Fabrication of the products a. Spinning wire into cable or strand. b Corrugating and rolling into culverts. c. Shop fabrication. A certification of materials origin will be required for any items comprised of, or containing, steel or iron construction materials prior to such items being incorporated into the permanent work. The certification shall be on DOT Form 350-109 provided by the Engineer, or such other form the Contractor chooses, provided it contains the same information as DOT Form 350-109. 31 1-06.2(1) Samples and Tests for Acceptance Supplement this section with the following: iig: All testing shall be done by a materials testing laboratory chosen and employed by the City of Yakima. The initial tests will be at the expense of the City of Yakima. Subsequent tests if required due to test failure shall be at the expense of the Contractor. The following testing frequencies shall apply to this project. The testing frequencies may be modified to assure compliance with the specifications. In each case, the Engineer may require additional tests be performed at the Contractor's expense, if test results do not meet the required densities and results. Trench Backfilling 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 Surfacina 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). 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 .3(10)B of these Special Provisions. 32 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws To Be Observed Section 1-07.1 is supplemented with the following: Prevention Of Environmental Pollution And Preservation Of Public Natural Resources The Contractor shall comply with the following environmental provisions, which are made a part of the contract documents. A copy of the environmental provisions is available to the Contractor at the Project Engineer's office. If the Contractor's operations involve work outside the areas covered by the following environmental provisions, the Contractor shall advise the Engineer and request a list of all additional environmental provisions covering the area involved. A copy of all additional environmental provisions is also available to the Contractor at the Project Engineer's office. Regulations of Yakima County Clean Air Authority 1-07.2 State Taxes Section 1-07.2 is supplemented with the following: (March 13, 1995) The work on this contract is to be performed upon lands whose ownership obligates the Contractor to pay sales tax. The provisions of Section 1-07.2(1) apply. 1-07.5 Fish And Wildlife and Ecology Regulations 1-07.5(1) General Add the following: The Contractor shall be liable for the payment of all fines and penalties resulting from failure to comply with the federal, state, and local pollution control regulations. 1-07.5(4) Air Quality Supplement this section with the following: The local air pollution authority is the Yakima Regional Clean Air Authority, (509) 574-1410. 1-07.6 Permits And Licenses Section 1-07.6 is supplemented with the following: (March 13, 1995) No hydraulic permits are required for this project unless the Contractor's operations use, divert, obstruct, or change the natural flow or bed of any river or stream, or utilize any of the waters of the State or materials from gravel or sand bars, or from stream beds. Add the following to this section: The Contractor shall have or obtain a valid City of Yakima Business license for the duration of this project. 1-07.9 Wages 1-07.9(1) General Section 1-97.9(1) is supplemented with the following Federal Wage rates are required on this project. The most current copy of the Federal Wage rates is included in these Contract Documents 33 (March 6, 2002) The Federal wage rates incorporated in this contract have been established by the Secretary of Labor under United States Department of Labor General Decision No. WA020001. (January 7, 2002) Application of Wage Rates For The Occupation Of Landscape Construction State prevailing wage rates for public works contracts are included in this contract and show a separate listing for the occupation: Landscape Construction, which includes several different occupation descriptions such as: Irrigation and Landscape Plumbers, Irrigation and Landscape Power Equipment Operators, and Landscaping or Planting Laborers. In addition. Federal wage rates that are included in this contract may also include occupation descriptions in Federal Occupational groups for work also specifically identified with landscaping such as: Laborers with the occupation description, Landscaping or Planting, or Power Equipment Operators with the occupation description, Mulch Seeding Operator. If Federal wage rates include one or more rates specified as applicable to landscaping work, then Federal wage rates for all occupation descriptions, specific or general, must be considered and compared with corresponding State wage rates. The higher wage rate, either State or Federal, becomes the minimum wage rate for the work performed in that occupation. If Federal wage rates do not include any rates specified as applicable to landscaping work, the Contractor shall assume the Federal wage rates did not take landscaping into consideration. in these instances the minimum wage rate shall be the State wage rate for the occupations specified as applicable to landscape construction. 1-07.11 Requirements For Non-discrimination Section 1-07.11 is supplemented with the following• Equal Employment Opportunity Responsibilities (March 6, 2000) Requirement For Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 112461 1. The Contractor's attention is called to the Equal Opportunity Clause and the Standard Federal Equal Employment Opportunity Construction Contract Specifications set forth herein. 34 2. The goals and timetables for minority and female participation set by the Office of Federal Contract Compliance Programs, expressed in percentage terms for the Contractor's aggregate work force in each construction craft and in each trade on all construction work in the covered area, are as follows: Women - Statewide Timetable Goal Until further notice 6.9% Minorities - by Standard Metropolitan Statistical Area (SMSA) Spokane, WA: SMSA Counties. Spokane, WA 2.8 WA Spokane. Non -SMSA Counties 3.0 WA Adams; WA Asotin; WA Columbia; WA Ferry; WA Garfield; WA Lincoln, WA Pend Oreille; WA Stevens; WA Whitman. Richland, WA SMSA Counties: Richland Kennewick, WA WA Benton; WA Franklin. Non -SMSA Counties WA Walla Walla. 5.4 3.6 Yakima, WA: SMSA Counties: Yakima, WA 9.7 WA Yakima. Non -SMSA Counties 7.2 WA Chelan; WA Douglas; WA Grant; WA Kittitas, WA Okanogan. Seattle, WA: SMSA Counties: Seattle Everett, WA 7.2 WA King, WA Snohomish. Tacoma, WA 6.2 WA Pierce. Non -SMSA Counties 6.1 WA Clallam; WA Grays Harbor; WA Island; WA Jefferson; WA Kitsap; WA Lewis; WA Mason; WA Pacific; WA San Juan; WA Skagit; WA Thurston; WA Whatcom. Portland, OR: SMSA Counties: Portland, OR -WA 4 5 WA Clark. Non -SMSA Counties 3 8 WA Cowlitz; WA Klickitat; WA Skamania; WA Wahkiakum. These goals are applicable to each nonexempt Contractor's total on-site construction workforce, regardless of whether or not part of that workforce is performing work on a Federal, or federally assisted project, contract, or subcontract until further notice. Compliance with these goals and timetables is enforced by the Office of Federal Contract compliance Programs The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts to 35 meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, in each construction craft and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goal shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours perform ed 3. The Contractor shall provide written notification to the Engineer within 10 working days of award of any construction subcontract in excess of $10,000 or more that are Federally funded, at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. 4 As used in this Notice, and in the contract resulting from this snlicitatinn, the Covered Area is as designated herein. Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246) 1. As used in these specifications: a. Covered Area means the geographical area described in the solicitation from which this contract resulted; b. Director means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; c. Employer Identification Number means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U. S. Treasury Department Form 941; d Minority includes: (1) Black, a person having origins in any of the Black Racial Groups of Africa. (2) Hispanic, a fluent Spanish speaking, Spanish surnamed person of Mexican, Puerto Rican, Cuban, Central American, South American, or other Spanish origin. (3) Asian or Pacific Islander, a person having origins in any of the original peoples of the Pacific rim or the Pacific Islands, the Hawaiian Islands and Samoa. (4) American Indian or Alaskan Native, a person having origins in any of the original peoples of North America, and who maintain cultural identification through tribal affiliation or community recognition. 2 Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically inch ide in Rath si ihrnntract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3 if the Contractor is participating (pursuant to 41 CFR 6U -4.b) in a Hometown Man approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the 36 Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor or Subcontractor's failure to take good faith effort to achieve the Plan goals and timetables. 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of this Special Provision. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area Covered construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its action. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on-site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off -the -street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefore, along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the 37 Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. e. Develop on-the-job training opportunity and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the U.S. Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on hiiilletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with on-site supervisory personnel such as Superintendents, General Foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. Direct its recruitment efforts, both oral and written to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. Encourage present minority and female employees to recruit other minority persons and women and where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's work force. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. I. Conduct, at least annually, an inventory and evaluation of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. 38 n. Ensure that all facilities and company activities are non -segregated except that separate or single -user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through 7p). The efforts of a contractor association, joint contractor -union, contractor -community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of the obligations under 7a through 7p of this Special Provision provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensure that the concrete benefits of the program are reflected in the Contractor's minority and female work -force participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrate the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non -minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The Contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspensions, terminations and cancellations of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended 13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of this Special Provision, so as to achieve maximum results from its efforts to ensure equal employment opportunity If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the government and to keep records. Records shall at least include, for each employee, their name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e g , mechanic, apprentice, trainee, helper, or laborer), dates of changes in 39 status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed Records shall be maintained in an easily understandable and retrievable form, however, to the degree that existing records satisfy this requirement, the Contractors wili not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of iocai or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). (July 10, 2000) Disadvantaged Business Enterprise (DBE) Participation The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR part 26 apply to this contract. The requirements of this contract are to report what is accomplished to enable the Contracting Agency to track achievement. No preference will be included in the evaluation of bids/proposals, no minimum level of DBE participation shall be required as a condition for receiving an award and bids/proposals will not be rejected or considered non-responsive on that basis. DBE Goals No DBE goals have been assigned as a part of this contract. Affirmative Efforts to increase DBE Participation Contractors are encouraged to: 1. Advertise opportunities for Subcontractors or suppliers in a manner reasonably designed to provide DBEs capable of performing the work with timely notice of such opportunities. All advertisements should include a provision encouraging participation by DBE firms and may be done through general advertisements (e.g., newspapers, journals, etc.) or by soliciting bids/proposals directly from DBEs. 2 Utilize the services of available minority community organizations, minority Contractor groups, local minority assistance offices and organizations that provide assistance in the recruitment and placement of DBEs and other small businesses. 3. Establish delivery schedules, where requirements of the contract allow, that encourage participation by DBEs and other small businesses. 4. Achieve DBE attainment through joint ventures. DBE Eligibility (for reporting purposes only) Definition of DBEs DBE status is designated by: The current list of firms arr.Pnterl as certified by the Office of Minority and Women's Business Enterprises (OMWBE.) A list of firms accepted as certified by OMWBE is available from that office at (360) 704-1180 or on line through their web site at (www.wsdot.wa.gov/omwbe/) DBE Participation When a DBE participates in a contract, only the value of the work actually performed by the DBE will be counted. 1. Count the entire amount of the portion of the contract that is performed by the DBE's own forces. Include the cost of supplies and materials obtained by the DBE for the work of the contract. Include supplies purchased or equipment leased by the DBE. Exclude supplies and equipment the DBE Subcontractor purchases or leases from the Contractor or its affiliate. 40 2. Count the entire amount of fees or commissions charged by a DBE firm for providing a bona fide service, such as professional, technical, consultant, or managerial services, or for providing bonds or insurance, provided the fees are reasonable 3. When a DBE subcontracts part of the work of its contract to another firm, the value of the subcontracted work shall be counted if the DBE's Subcontractor is also a DBE. The work that a DBE subcontracts to a non -DBE firm does not count as participation. DBE Prime Contractor A DBE prime Contractor shall only count the work performed with its own forces as well as the work performed by DBE Subcontractors and DBE suppliers. Joint Venture When a DBE performs as a participant in a joint venture, only count that portion of the total dollar value of the contract equal to the distinct, clearly defined portion of the work that the DBE performs with its own forces. Commercially Useful Function You may count expenditures to a DBE Contractor if the DBE is performing a commercially useful function on that contract. 1. A DBE performs a commercially useful function when it is responsible for execution of the work of the contract and is carrying out its responsibilities by actually performing, managing, and supervising the work involved. To perform a commercially useful function, the DBE must also be responsible, with respect to materials and supplies used on the contract, for negotiating price, determining quality and quantity, ordering the material, installing (if applicable) and paying for the material itself. 2. A DBE does not perform a commercially useful function if its role is limited to that of an extra participant in a transaction, contract, or project through which funds are passed in order to obtain the appearance of DBE participation. 3 A DBE does not perform a commercially useful function if it fails to exercise responsibility with its own work force for at least 30 percent of the total cost of its contract. Trucking Use the following factors in determining whether a DBE trucking company is performing a commercially useful function: 1. The DBE must be responsible for the management and supervision of the entire trucking operation for which it is responsible for on a particular contract, and there cannot be a contrived arrangement for the purpose of meeting the DBE goals. 2. The DBE must itself own and operate at least one fully licensed, insured, and operational truck that is used on the contract. 3. Credit towards project goals for DBE trucking firms who do not own at least one truck, will be granted only for the fees the DBE firm retains for providing the hauling service. 4. In order for DBE project goals to be credited, DBE trucking firms must be covered by a subcontract or a written agreement approved by WSDOT prior to performing their portion of the work. • 5. DBE trucking firms are required to perform at least fifty percent (50%) of the work with his/her own trucks and personnel. 6 DBE trucking firms may utilize owner/operator trucks. The number of owner/operator trucks may not exceed any limitations on subletting or reassigning the work specified All owner/operators must appear on the DBE Contractor's or DBE Subcontractor's 41 payroll designated as owner/operator. The hours worked or wages paid may be reflected either on the payroll or on the record of payments to each owner/operator. 7. DBE trucking firms may lease or rent trucks from other sources, except from prime Contractors to whom they are Contractors, provided: a) A written valid lease/rental agreement on all trucks leased or rented is submitted to the project manager prior to the beginning of work; and b) Only the vehicle (not the operator) is leased or rented. c) The agreement must include the lessors name, trucks to be leased, and agreed upon amount or method of payment (hour, ton or load hauled). d) All lease agreements shall be Tong -term agreements, not project -by -project. The DBE is limited to leasing or renting two (2) additional trucks for each truck owned by the DBE trucking firm. Expenditures with DBEs Expenditures with DBEs for materials or supplies shall be counted as provided in the following: Manufacturer If the materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the materials or supplies. Regular Deafer 1. Counting If the materials or supplies are purchased from a DBE regular dealer, count 60 percent of the cost of the materials or supplies. 2. Definition a) To be a regular dealer, the firm must be an established, regular business that engages, as its principal business and under its own name, in the purchase and sale or lease of the products in question. b) A person may be a regular dealer in such bulk items as petroleum products, steel, cement, gravel, stone, or asphalt without owning, operating, or maintaining a place of business, as provided elsewhere in this specification, if the person both owns and operates distribution equipment for the products. Any supplementing of regular dealers' own distribution equipment shall be by a long- term lease agreement and not on an ad hoc or contract -by -contract basis c) Packagers, brokers, manufacturers' representatives, or other arrange or expedite transactions are not regular dealers. narenne ‘AIhn Purchased from a DBE With respect to materials or supplies purchased from a DBE who is neither a manufacturer nor a regular dealer, count the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies, or fees or transportation charges for the delivery of materials or supplies required on a job site, provided the fees are reasonable and typical for the services rendered. No part of the cost of the materials and supplies themselves shall be counted. Procedures Between Award and Execution After award and prior to execution of the contract, the Contractor shall provide the names and addresses of all firms that submitted a bid or quote to the Contractor as part of bidding this contract and note which of those firms were successful and will participate in the contract. These firms may be contacted to solicit general information as follows: 42 1. age of the firm 2. average of its gross annual receipts This information is necessary to maintain a bidder's list in compliance with the requirements of the 49 CFR, Part 26 Simply stated: who is soliciting the work and what is their capacity? The Contracting Agency will use this information to accurately determine an overall goal based on the percentage of DBEs who are ready, willing and able to perform the work. Reporting The Contractor shall submit a "Quarterly Affidavit of Amounts Paid DBE Participants" on a quarterly basis for every quarter in which the contract is active (work is accomplished) or upon completion of the project, as appropriate. The quarterly reports are due on the 20th of April, July, October, and January for the four respective quarters. The dollars reported will be in accordance with the "DBE Eligibility" section of this specification. Payment Payment for complying with the conditions of this specification and any associated DBE requirements is the Contractor's responsibility. Those costs shall be incidental to the respective bid items. Further Information If further information is desired concerning Disadvantaged Business Enterprise participation, inquiry may be directed to: External Civil Rights Branch Office of Equal Opportunity Washington State Department of Transportation Transportation Bldg., P.O. Box 47314 Olympia, WA 98504-7314 or telephone - (360) 705-7085. Fax (360) 705-6801 1-07.11(10)B Required Records and Retention Revise the first sentence of the first paragraph as follows: Replace "State Department of Transportation" with "the Contracting Agency" The third paragraph is revised to read as follows: The Contractor and all subcontractors on this project shall submit WSDOT Form 820-010 to the Engineer by the Fifth of the month during the term of the Contract. 1-07.12 Federal Agency Inspection Section 1-07.12 is supplemented with the following. Required Federal aid Provisions The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) and the amendments thereto supersede any conflicting provisions of the Standard Specifications and are made a part of this contract; provided, however, that if any of the provisions of FHWA 1273, as amended, are less restrictive than Washington State Law, then the Washington State Law shall prevail. The provisions of FHWA 1273, as amended, included in this contract require that the Contractor insert the FHWA 1273 and amendments thereto in each subcontract, together with the wage rates which are part of the FHWA 1273, as amended. Also, a clause shall be included in each subcontract requiring the subcontractors, to insert the FHWA 1273 and amendments thereto in any lower tier subcontracts, together with the wage rates The contractor shall also ensure that this section, REQUIRED FEDERAL AID PROVISIONS, is inserted in each subcontract for 43 subcontractors and lower tier subcontractors. For this purpose, upon request to the Project Engineer, the Contractor will be provided with extra copies of the FHWA 1273, the amendments thereto, the appiicabie4 wage rates, and this Special Provision. 1-07.17 Utilities And Similar Facilities (February 5, 2001) Section 1-07.17 is supplemented with the following. Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. Public and private utilities, or their contractors, will furnish all work necessary to adjust, relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these Special Provisions. Such adjustment, relocation, replacement, or construction will be done during the prosecution of the work for this project. The following addresses and telephone numbers of utility companies known or suspected of having facilities within the project limits are suipplied for the Contractor's con onience: R.S. & C. Canal 1611 S. 9th Ave., Yakima, Washington 98902 509-575-6154 Qwest 8 W 2nd Avenue, Room 304 Yakima, Washington 98902 509-575-7183 Charter Communications 720 N 16th Avenue Suite B, Yakima, Washington 98902 509-575-1697 City of Yakima Parks Division 2301 Fruitvale Blvd., Yakima, Washington 98902 509-575-6005 City of Yakima Water Division 2301 Fruitvale Blvd. Yakima, Washington 98902 509-575-6154 City of Yakima Wastewater Division 2220 E. Viola, Yakima, Washington 98902 509-575-6077 Cascade Natural Gas Corporation 401 N 1st Street, Yakima, Washington 98901 509-457-5905 Pacific Power PO Box 1729, Yakima, Washington 98907 509-575-3146 The Contractor shall notify the Upper Yakima Valley Utilities Coordinating Council -Area 5, telephone number 1-800-553-4344, at least 48 hours prior to start of excavation so that underground utilities may be marked. It shall be the Contractor's responsibility to investigate the presence and location of all utilities prior to bid opening and to assess their impacts on his construction activities. Utilities, new or old, may be renewed, relocated, or adjusted for the proposed construction. The Contractor shall, prior to beginning any work, meet with all utility organizations (public and private) in the field to familiarize himself with existing utility locations, along with familiarizing himself with plans and schedules for the installation of new, relocated, or adjusted utilities. Both public and private utility organizations, along with private contractors working for these organizations, may be doing utility installations within the area. The proposed construction work must be coordinated with these utility installations. The Contractor shall arrange with the owners and operators of the respective utility systems to mark the locations and, if necessary or prudent, to expose the existing utilities prior to construction of the facilities contained in this Contract. The Contractor shall coordinate his work with other contractors who may be working in the project area and cooperate with them 1-07.18 Public Liability and Property Damage Insurance (APWA only) General Requirements The seventh paragraph is revised as follows. Change "45 days" to "20 days" 44 Revise the eighth paragraph by adding the following to the end of the first sentence. ", the City of Yakima, its employees, agents, and elected or appointed officials". Revise the tenth paragraph to read as follows: The Contractor shall forward to the City the additional insured endorsement as requested in the Evidence of Insurance Section. Coverages and Limits (APWA only) The section is revised to read: All coverages combined single limit shall be $1,000,000 per occurrence. The commercial general liability policy will contain a "per Job Aggregate" Endorsement. If this endorsement is not provided, an additional $2,000,000 umbrella limit will be required over and above the $1,000,000 underlying. A commercial general liability deductible of $5,000 or less is acceptable. The contractor will be responsible for the payment of that deductible for any losses which occur. Higher retention or deductible limits may be acceptable on prior approval by the City. Providing coverage in these stated amounts shall not be construed to relieve the Contractor from liability in excess of such limits. Evidence of Insurance (APWA only) The section is revised to read. The Contractor shall provide evidence of insurance by the following method: A completed ACORD form #25 (or equivalent) shall be submitted which conforms to the following requirements: 1. The ACORD form shall be accompanied by a completed Endorsement naming the City of Yakima, its agents, employees, and elected or appointed officials as an additional insured and containing the insured's name and policy number, and shall be signed by a duly authorized agent. 2. The wording in the CANCELLATION section "endeavor to" and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives" shall be crossed out and initialed by the agent/broker and shall provide for a cancellation notice of at least 20 days, to the City of Yakima. 3. Add the following text in the section entitled DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ALLOWED BY ENDORSEMENT / SPECIAL PROVISIONS. The City of Yakima, its agents employees, and elected or appointed officials are additional insured's for Chesterley Park Parking Lot, City Project 2014. 4. Contain the appropriate amount and types of coverage's that are specified by the Contract. 45 1-08 PROSECUTION AND PROGRESS 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 420-0040) that a written agreement between the Contractor and the subcontractor or between the subcontractor and any lower tier subcontractor has been executed. This certification shall also guarantee that these subcontract agreements include all the documents required by the Special Provision Federal Agency Inspection. A subcontractor or lower tier subcontractor will not be permitted to perform any work under the contra, 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 I ower Tier Subcontractor Certification for Federal -aid Projects (Form 420-004). 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 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 paragraph: The Contractor shall prepare and submit to the Engineer a Construction Progress and Completion Schedule using the Bar Graph or Critical Path Method. Items in the Schedule shall be arranged in the order and sequence in which they will be performed. The Schedule shall conform to the working time and time of completion established under the terms of the Contract and shall be subject to modification by the Engineer. The schedule shall be drawn to a time scale, shown along the base of the diagram, using an appropriate measurement per day with weekends and holidays indicated. The Construction Progress Schedule shall be continuously updated and, if necessary, redrawn upon the first working day of each month or upon issuance of any Change Order which substantially affects the scheduling. Copies (2 prints or 1 reproducible) of newly updated Schedules shall be forwarded to the Engineer, as directed, immediately upon preparation. The section is supplemented by the following: The Contractor shall submit a weekly activity schedule to the Construction Engineer before 9:00 a.m. on the Friday prior to the week indicated on the schedule. If the Contractor proceeds with work not indicated on his weekly activity schedule, or in a sequence differing from that which he has shown on his schedule, the Engineer may order the Contractor to delay unscheduled activities until they are included on a subsequent weekly activity schedule. 46 1-08.5 Time For Completion (March 13, 1995) Section 1-08.5 is supplemented with the following: This project shall be physically completed within Thirty (30) working days. 1-08.10(1) Termination by Default Revise the last sentence of the fifth paragraph as follows: Replace "State of Washington, Department of Transportation" with "Contracting Agency". 1-10 TEMPORARY TRAFFIC CONTROL 1-10.2(1)B Traffic Control Supervisor Revise the first sentence to read: A TCS shall be on the project whenever traffic control devices and or flaggers are required to fulfill the requirements of the Contractor's approved Traffic Control Plan or as authorized by the Engineer. 1-10.3 Flagging, Signs, and All Other Traffic Control Devices 1-10.3(1) Traffic Control Labor Revise the first sentence of the third paragraph with the following: Delete the phrase "Traffic Control Labor" and replace it with "Maintenance and Protection of Traffic". Revise the fourth paragraph as follows: Delete the first sentence Delete the phrase "Traffic Control Labor" in the second sentence and replace it with "Maintenance and Protection of Traffic". 1-10.3(3) Construction Signs The first paragraph is revised as follows: The first sentence is revised to read. All signs, barricades, flashers, cones, traffic safety drums, and other traffic control devices required by the approved traffic control plan(s) as well as any other appropriate signs prescribed by the Engineer shall be furnished by the Contractor Delete the last two sentences The third paragraph is revised as follows: Delete item 2. Revise item 3 to read. Furnishing, initial installation and subsequent removal of both Class A and B construction signs; and 47 1-10.3(5) Temporary Traffic Control Devices The first and second sentences are revised as follows: Delete the phrase "Temporary Traffic Control Devises" and replace it with "Maintenance and Protection of Traffic". 1-10.4 Measurement Delete the second paragraph and replace with the following: "Maintenance and Protection of Traffic" shall cover all traffic control labor as set forth in Section 1-10.3(1), except the labor for Traffic Control Supervisor, and furnishing all temporary traffic control devices as set forth in Section 1-10.3(5) as required by the approved Traffic Control Plan. 1-10.5 Payment (APWA Only) Add the following pay item: "Maintenance and Protection of Traffic," per Lump Sum The lump sum contract price shall be full compensation for furnishing and maintaining flaggers, modifying or adapting the Traffic Control Plan, furnishing, maintaining, moving and removing temporary traffic control signs and devises, traffic control vehicle, pilot car, and other traffic control measures required by the Approved Traffic Control Plan. No further payment will be made. 1-99, APWA SUPPLEMENT December 2, 2002 Section 1-01.3 (APWA Only) page 1-111 The third paragraph is revised to read as follows: 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 is located. Section 1-02.1 (APWA Only) Page 112 This section is revised to read: 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. SECTION 1-02.9 IS SUPPLEMENTED BY REVISING 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. Section 1-02.14 (APWA Only) Page 114 Item 3 is revised to read. 3. 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 pre -qualification amount as may have been determined by a pre -qualification of the bidder; Item 10 is deleted 1-07.18 Public Liability and Property Damage Insurance The sixth paragraph is revised as follows 48 Change "45 days" to "20 days" Revise the seventh paragraph by adding the following to the end of the first sentence- ", the City of Yakima, its employees, agents, and elected or appointed officials". Revise the tenth paragraph to read as follows: The Contractor shall forward to the City the additional insured endorsement as requested in the Evidence of Insurance Section. Coverages and Limits (APWA only) The section is revised to read' All coverages combined single limit shall be $1,000,000 per occurrence. The commercial general liability policy will contain a "per Job Aggregate" Endorsement. If this endorsement is not provided, an additional $2,000,000 umbrella limit will be required over and above the $1,000,000 underlying. A commercial general liability deductible of $5,000 or less is acceptable. The contractor will be responsible for the payment of that deductible for any losses which occur. Higher retention or deductible limits may be acceptable on prior approval by the City. Providing coverage in these stated amounts shall not be construed to relieve the Contractor from liability in excess of such limits Evidence of Insurance (APWA only) The section is revised to read: The Contractor shall provide evidence of insurance by the following method: A completed ACORD form #25 (or equivalent) shall be submitted which conforms to the following requirements: 1. The ACORD form shall be accompanied by a completed Endorsement naming the City of Yakima, its agents, employees, and elected or appointed officials as an additional insured and containing the insured's name and policy number, and shall be signed by a duly authorized agent. 2. The wording in the CANCELLATION section "endeavor to" and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives" shall be crossed out and initialed by the agent/broker and shall provide for a cancellation notice of at least 20 days, to the City of Yakima. 3. Add the following text in the section entitled DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ALLOWED BY ENDORSEMENT / SPECIAL PROVISIONS. The City of Yakima, its agents employees, and elected or appointed officials are additional insured's for Chesterley Park Parking Lot, City Project 2014. 4. Contain the appropriate amount and types of coverage's that are specified by the Contract. 49 1-07.23 Public Convenience And Safety 1-07.23(1) Construction Under Traffic Section 1-07.23(1) is supplemented with the following: (March 13, 1995) The construction safety zone for this project is -10-feet- from the outside edge of the traveled way. During nonworking hours equipment or materials shall not be within the safety zone unless it is protected by permanent guardrail or temporary concrete barrier. The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location. During the actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the safety zone and only construction vehicles absolutely necessary to construction shall be allowed within the safety zone or allowed to stop or park on the shoulder of the roadway. The Contractor's nnnessssential vehicles and employees private Yehicles shall not be permitted to park within the safety zone at any time unless protected as described above. Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval. 1-08 PROSECUTION AND PROGRESS 1-08.1 Subcontracting Section 1-08.1 is supplemented with the following: The Contractor shall use the Subcontractors List and the Subcontractor Certification form included within these contract documents to comply with the specifications of this section. 1-08.3 Progress Schedule The first and second paragraphs are replaced with the following paragraph: The Contractor shall prepare and submit to the Engineer a Construction Progress and Completion Schedule using the Bar Graph or Critical Path Method. Items in the Schedule shall be arranged in the order and sequence in which they will be performed. The Schedule shall conform to the working time and time of completion established under the terms of the Contract and shall be subject to modification by the Engineer. The schedule shall be drawn to a time scale, shown along the base of the diagram, using an appropriate measurement per day with weekends and holidays indicated. The Construction Progress Schedule shall 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 directedl immertiately upon preparation, The section is supplemented by the following: The Contractor shall submit a weekly activity schedule to the Construction Engineer before 9'00 a.m. on the Friday prior to the week indicated on the schedule If the Contractor proceeds with work not indicated on his weekly activity schedule, or in a sequence differing from that which he has shown on his schedule, the Engineer may order the Contractor to delay unscheduled activities until they are included on a subsequent weekly activity schedule 1-08.5 Time For Completion (March 13, 1995) Section 1-08 5 is supplemented with the following: This project shall be physically completed within Thirty (30) working days. 50 1-08.10 Termination of Contract 1-08.10(1) Termination by Default Revise the last sentence of the fifth paragraph as follows: Replace "State of Washington, Department of Transportation" with "Contracting Agency". Section 1-10.5 (APWA Only) Page 1-130 This section is deleted 51 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 2-02.1 Description Supplement this section with the following. The work shall specifically include the removal of existing asphalt pavement, curb and gutter, sidewalks, and any other materials identified to be removed on the plans within the construction limits shown on the plans, or any other items identified by the Engineer to be removed. 2-02.3 Construction Requirements Supplement this section with the following: Prior to removal, the Contractor shall use a vertical sawcut to delineate the areas of pavement removal from those areas that pavement is to remain. Concrete curb and putter and sidewalks shall be removed to the nearest convenient joint if practical. If not practical to remove to the nearest joint, the Contractor shall sawcut these structures in a neat vertical and straight transverse horizontal line to provide a matching joint for the new construction. The materials to be removed under this section shall become the property of the Contractor. The Contractor shall haul the removed materials from the project. Damage caused to that portion of the pavement, curb and gutter or sidewalk that is to remain, due to the Contractor's operation, shall be repaired by the Contractor at the Contractor's expense and to the satisfaction of the Engineer 2-02.3(3) Removal of Pavement, Sidewalks, and Curbs Item 1 is revised to read: Haul all broken pieces to an off -project site to be obtained by the Contractor. Item 3 is revised by adding the following to the end of the sentence' "or to the nearest joint as directed " 2-02.5 Payment Revise this section as follows. Delete the amendment dated March 6, 2000. Payment for removal of Pavement, Sidewalk, and Curbs within the excavation area for the pipeline and manholes shall be made under "Clearing and Grubbing", lump sum for this project. 52 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.4 Measurement Revise the third sentence of Item 1 to read: In roadway excavation, pay quantities will be computed to the neat lines as shown on the plans, and shall include haul. 2-03.5 Payment Add the following pay item: "Roadway Excavation Include Haul, per cubic yard. Supplement the third paragraph with the following: "Roadway Excavation Include Haul, per cubic yard, shall be full compensation for all labor, equipment, tools, and materials necessary to excavate, shape, or otherwise dispose of the material including existing pavement cut at the location shown on the plans and as staked in the field. 2-07 WATERING 2-07.3 Construction Requirements Supplement this section with the following: The Contractor shall secure permission from and comply with all requirements of the City of Yakima Water Division before obtaining water from fire hydrants. The Contractor shall notify the Engineer as soon as such permission is granted. The Contractor shall use hydrant wrenches only to open hydrants. While using hydrants, the contractor shall make certain that the hydrant valve is fully open in order to prevent damage to the hydrant valve. A metered hydrant connection furnished by the water utility shall be used as an auxiliary valve on the outlet line for control purposes. Fire hydrant valves shall be closed slowly to avoid a surge in the system causing undue pressure on the water lines. The Contractor shall carefully note the importance of following these directions. If a hydrant is damaged due to the Contractor or an employee of the Contractor, the Contractor shall immediately notify the water utility so that the damage can be repaired as quickly as possible. Upon completing the use of the hydrants, the Contractor shall notify the water utility so that the hydrants may be inspected for possible damage. Any damage resulting from the use of the hydrants by the Contractor will be repaired by the water utility, and the cost thereof shall be withheld, if necessary, from the final payment to the Contractor. The Contractor shall furnish all equipment and tools, except the metered hydrant connection, that may be necessary to meet the requirements of the water distribution agency pertaining to hydrant use. Violation of these requirements will result in fines and will lay the Contractor liable for damage suits because of malfunctioning of damaged fire hydrants, in the event of fire. 53 2-07.4 Measurement This section is revised to read. Water shall be measured with the metered hydrant connection provided by the City of Yakima Water Division. 2-07.5 Payment This section is revised to read: Water will be furnished by the City of Yakima Water Division without charge. The Contractor shall convey the water from the nearest convenient hydrant or other source at his expense. 54 DIVISION 4 - BASES 4-04 BALLAST AND CRUSHED SURFACING 4-04.3(5) Shaping and Compaction Supplement this section with the following. Crushed surfacing top course used to prepare the gravel base, shall be placed at the location and depth, as staked by the Engineer, required to maintain or establish the grade of the parking lot. 4-04.4 Measurement Supplement this section with the following: Preparation of the gravel base shall be measured by the square yard of compacted surfacing ready for the final pavement. 8-04.5 Payment Supplement this section with the following: "Preparation of Gravel Base", per square yard, shall be full pay to place, shape, and grade and compact the gravel in place. 55 DIVISION 5 - SURFACE TREATMENTS AND PAVEMENTS 5-04 ASPHALT CONCRETE PAVEMENT 5-04.2 Materials Supplement this section with the following: Asphalt concrete pavement used on this project shall be Class A. Delete the material reference for "Asphalt Cements" and replace with the following: Asphalt Cement shall be PG 64-28 meeting the requirements of AASHTO MP1 5-04.3 Construction Requirements 5-04.3(7)A Mix Design Delete all reference to Section 9-03.8(6)A Supplement this section with the following: The Contractor shall provide a mix design, performed in accordance with WSDOT Method 702 (Hveem mix design) to the Engineer for approval at least 5 working days prior to any paving operation. The use of more than 30 percent of recycled material in the asphalt concrete pavement on this project shall not be permitted. 5-04.3(10)B Control. This section is revised to read: For asphalt concrete Classes A, B, E, F, and G, where paving is in traffic lanes, including lanes for ramps, truck climbing, weaving, speed changes, and left turn channelization and the specified compacted course thickness is grater than 0.10 foot, the acceptable level of compaction shall be a minimum of 91 percent of the maximum density as determined by \A/SDOT Test Method 705/AASHTO T209. The level of compaction attained will be determined as the average of not less than 5 nuclear density gauge tests taken on the day the mix is placed (after completion of the finish rolling) at randomly selected locations within each lot. The quantity represented by each lot will be no greater than a single day's production or approximately 400 tons, whichever is Tess. ControlClots not meeting the minimumldensity standard�+shall be removed and replaced with satisfactory material. At the option of the Engineer, non -complying material may be accepted at a reduced price. Cores may be used as an alternative to the nuclear density gauge tests. When the Contractor requests cores to be taken by the Engineer, the request shall be made by noon of the first working day following placement of the mix. The Engineer shall be reimbursed for the coring expenses at the rate of $75 per core when the core indicates the acceptable level of compaction within a lot has not been achieved. At the start of paving, if requested by the Contractor, a compaction test section shall be constructed as directed by the Engineer to determine the compatibility of the mix design Compatibility shall be based on the ability of the mix to attain the specified minimum density (91 percent of the maximum density determined by WSDOT Test Method 705/AASHTO T209). Following determination of compatibility, the Contractor is responsible for the control of the compaction effort. If the Contractor does not request a test section, the mix will be considered compatible 56 Asphalt Concrete Classes A, B, E, F and G constructed under conditions other than listed above shall be compacted on the bases of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. The Contractor shall provide adequate platforms to enable samples to be obtained without the Engineer entering the hauling vehicle. Acceptance testing for compliance of asphalt content will use the Nuclear Asphalt Gauge Procedure: WSDOT Test Method 722-T. Acceptance testing for compliance of gradation will use the Quick Determination of Aggregate Gradation Using Alternate Sovent Procedure: WSDOT Test Method 723-T. Asphalt concrete Class D and pre -leveling mix shall be compacted to the satisfaction of the Engineer In addition to randomly selected locations for tests of the control lot, the Engineer reserves the right to test any area which appears defective and to require the further compaction of areas that fall below acceptable density readings. These additional tests shall not impact the compaction evaluation of the entire control lot. 5-04.3(13) Surface Smoothness The last paragraph is revised with the following: When utility appurtenances such as manhole rings and covers and valve boxes are encountered or are to be located within the asphalt pavement area, these items are either to be removed or not put in place until after the paving operation has been completed. The location of each utility appurtenance and all Monuments shall be referenced prior to the start of paving operations and a temporary covering shall be placed over the appurtenances to facilitate the continuous paving operation. After paving has been completed, the Contractor shall furnish, install and adjust new castings on all new and existing public utility structures, and new Monument Cases for all monuments as shown on the plans Utility Castings shall not be adjusted until the pavement is completed, at which time the center of each structure and each monument shall be relocated from the references previously established by the Contractor. The asphalt concrete pavement shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the rim plus 2 feet. The new rim shall be placed on cement concrete blocks or adjustment rings and wedged up to the desired 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. Class G asphalt concrete shall then be placed and compacted with hand tampers and a patching roller The completed patch shall match the existing paved surface for texture, density and uniformity of grade. The joint between the patch and existing pavement shall then be painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. 5-04.3(15) Asphalt Concrete Approach Add the following to the sentence: "or reconstructed," after the word "constructed". 57 5-04.3(17) Paving Under Traffic Revise the last paragraph and sentence as follows. Change the phrase "except temporary pavement markings," to "including temporary pavement markings," 5-04.4 Measurement Add the following to the fifth paragraph: asphalt concrete pavement with PG 64-28 asphalt, Supplement the fifth paragraph with the following: Asphalt Conc. for Pavement Repair shall consist of Class 'A' Asphalt Concrete with PG64-28. 5-04.5 Payment Supplement this section with the following: Payment for adjusting utility structures to grade will be made for each of the following bid items as are included in the proposal: "Adjust Manhole, Casting"' per each The unit contract price per each for adjusting the existing utility castings shall be full compensation for furnishing all new manhole castings, material equipment and labor including but not limited to excavating, backfilling, compacting, and surfacing restoration. DII rnctc accnriatnrl t.vifh CMA/ r,&linr, ovictinn acnhalt rnn'rete pavement and annrnanc�c including equipment, labor, and materials; at the locations directed by the Engineer; shall be considered incidental to the other Contract bid items, and no further payment shall be made. Payment for the contract bid item "Asphalt Concrete Pavement Class 'A" with PG 64-28" per ton, shall include all costs for labor, materials, equipment, etc., to complete the work as specified and no further payment shall be made. 5-04.5(1) Quality Assurance Price Adjustment This Section is deleted. 5-04.5(1)A Price Adjustments for Quality of AC Mix This Section is deleted. 5-04.5(1)R Price Adjustments for Quality AC Compaction This Section is deleted. 58 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 7-05 MANHOLES, INLETS, AND CATCH BASINS 7-05.1 Description Add the following: This work shall also include construction of drainage areas as shown on the plans. 7-05.2 Materials Add the following: Drain rock shall be naturally occurring round rock with 40% voids. 7-05.3 Construction Requirements Supplement the second paragraph with the following: The drainage areas for this project shall be encased as detailed in these Standard Specifications for'drywells' to the limits as shown on the standard plans and details 7-05.3(1) Adjusting Manholes and Catch Basins to Grade This section is revised to read: Manholes, Catch Basins, Valve Boxes, Monument Cases and other utility castings shall be adjusted in accordance with Section 5-04 3(13), except as specified in Section 8-04, of these Special Provisions. 7-05.4 Measurement Supplement this section with the following• The per ton payment for "Drain Rock" shall be full compensation for all labor, equipment and materials required for the complete installation of the drainage area below the loose river rock as shown on the detail. 7-05.5 Payment Add the following pay items: "Drain Rock", per ton. 59 DIVISION 8 - MISCELLANEOUS CONSTRUCTION 8-04 CURBS, GUTTERS, AND SPILLWAYS 8-04.1 Description Supplement this section with the following. The work shall include the installation of a commercial driveway approaches 8-04.3 Construction Requirements 8-04.3(1) Cement Concrete Curbs, Gutters, and Spillways Supplement this section with the following: Comme=�ci 'i Driveway approaches, Commercial Driveway Approaches shall be constructed as shown on the City of Yakima Standard Detail for Commercial Approach. The sidewalks and the ramps shown on each side of the approach detailed on the standard detail shall be paid for under Section 8-14 of the Standard Specifications. 8-04.4 Measurement Supplement this section with the following: Commercial Driveway Approaches shall be measured per Lump Sum installed at the locations shown on the plans and in accordance with the standard detail. 8-04.5 Payment Supplement this section with the following: "Commercial Driveway Approaches", per Lump Sum. The payment for "Commercial Driveway Approaches", per Lump Sum, shall be full compensation for all work, equipment and materials and all other items nPr.Pssary for the complete installation of the approaches at the locations shown on the plans and in accordance with the standard detail. 8-14 CEMENT CONCRETE SIDEWALKS 8-14.3 Construction Requirements 8-14.3(3) Placing and Finishing Concrete. • Add the following: All sidewalks not located in driveway approach areas shall be four (4) inches in thickness. All sidewalks located in a driveway approach area shall be six (6) inches in thickness within the driveway throat. Existing sidewalks at match lines shall be removed to the nearest convenient existing joint or sawcut in a neat vertical, straight transverse line at locations approved by the Engineer. Joint filler material to form a new expansion joint shall be placed as indicated on the Standard Detail for Sidewalk. At all driveway and handicap ramp depressions, the back of the sidewalk grade shall be depressed to maintain a 2 percent transverse grade from back of curb to back of sidewalk, unless otherwise noted on the plans 60 Signpost Sockets shall be set 1/2 inch above the finished sidewalk and so that the erected signs will be plumb when installed. The Contractor shall correct any misaligned sockets at his own expense. The Contractor shall adjust Domestic Water Meter Lids to the sidewalk finish grade where they are located within the limits of the new sidewalk. The Contractor shall contact the City of Yakima Water Division to coordinate this work. The Contractor shall install detectable warning surfaces per WSDOT Standard plan F3 in all Handicap Ramps. 8-30 REPAIR OR REPLACEMENT (New Section) 8-30.1 Description The work shall consist of repair of any incidental damages to landscaping, fencing, private irrigation, top soil, turf or other miscellaneous items within or adjacent to the project area. This includes complete replacement of items that are beyond repair as determined by the Engineer. 8-30.5 Payment Payment will be made for the following bid items: "Repair or Replacement", by force account. For the purpose of providing a common proposal for all bidders, and for that purpose only, the City has estimated the force account for "Repair or Replacement", and has arbitrarily entered the amount for the pay item in the proposal to become a part of the total bid by the Contractor. 8-31 LANDSCAPE ROCK (New Section) 8-31.1 Description This work shall consist of furnishing and placing large loose river rock of the type specified at the locations and in the conformity with the lines and dimensions as shown in the plans or established by the Engineer. Existing large loose river rock at the parking lot shall be salvaged and reused on this project. 8-31.2 Materials Loose River Rock Loose river rock shall be unbroken, clean river rock ranging in size from a minimum of 2 inches to a maximum of 12 inches. Loose river rock shall meet the following requirements for grading: 10% to 30% 50% to 80% 10% to 30% Minimum Size 8 inch 4 inch 2 inch Maximum Size 4 inch River rock shall not be delivered until inspected by the Engineer at the rock source Acceptance shall be based on visual inspection by the Engineer 61 8-31.3 Construction requirements ®-3 a.3; 11 Loose River Rock Loose river rock shall be placed to such thickness as is shown on the plans and detail or as directed by the Engineer. The river rock shall be made as smooth as the shape and size of the stones will permit and shall not vary more that 4 inches from a plane surface on the placement area. Existing large loose river rock at the parking lot shall be salvaged and reused on this project under the direction of the Engineer. 8-31.4 Measurement Loose river rock will be measured by the ton. Salvage and reuse of the existing large river rock shall not have a specific measure. 51-'41.c Payment Payment will be made in accordance with Section 1-04 1, for each of the following bid items that are included in the proposal' "Loose River Rock", per ton. The unit contract price per ton for the rock specified shall be full pay for furnishing all labor, tools equipment, and materials required to construct the rock placement. All costs associated with salvage and reuse of the existing large loose river rock shall be incidental to the "Loose River Rock" bid item. 62 DIVISION 9 MATERIALS 9-03 AGGREGATES 9-03.8 Aggregates for Asphalt Concrete 9-03.8(3)C Gradation -- Recycled Asphalt Pavement and Mineral Aggregate Revise the second paragraph as follows: Delete the reference to Section 9-03.8(6)A 9-03.8(6)A Basis of Acceptance Delete this section. CONTRACT THIS AGREEMENT, made and entered into in triplicate, this 16 day of 2003, by and between the City of Yakima, hereinafter called the Owner, and Columbia Asphalt & Gravel, nc. a Washington Corporation, hereinafter called the Contractor. WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: I. The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF. $ 67,918.00, for Chesterley Park Parking Lot, Project No. 2014, all in accordance with, and as described in the attached plans and specifications and the 2002 Standard Specifications for Road, Bridge, and Municipal Construction which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this contract and every part thereof. Work shall start within ten (10) days after the Notice to Proceed and shall be completed in Thirty (30) working days. The first chargeable working day shall be the 11th working day after the date on which the City issues the Notice to Proceed. If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in the Standard Specifications for each and every day said work remains uncompleted after expiration of the specified time, as liquidated damages. The Contractors shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima. II. The City of Yakima hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. III. The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor. IV. It is further provided that no liability shall attach to the City of Yakima by reason of entering into this contract, except as expressly provided herein. IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written. Countersigned: CITY OF YAKIMA this 1 b day of 2003. City Mana r Attest: City Clerk CONTRACTOR Columbia Asphalt & Gravel, Inca Washington Corporation Contractor By: (Print Name) Its s (President, Owner, etc.) Address: P.0 Box 9337 Yakima, WA 98909 1 PERFORMANCE BOND BOND TO CITY OF YAKIMA KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, COLUMBIA ASPHALT & GRAVEL, INC . a WASHINGTON BOND # 8575098 Corporation as Principal and FIDELITY & DEPOSIT COMPANY OF MARYLAND corporation organized and existing under the laws of the State of MARYLAND as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety, are jointly and severally held and firmly bound to the CITY OF YAKIMA in the penal sum of $ 67,918.00 for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinances of the CITY OF YAKIMA. DATED at Yakima, Washington, this day of , 20_ Never -the -less, the conditions of the above obligations are such that: WHEREAS, pursuant to action taken by the Yakima City Council on , 20 , the City Manager and City Clerk of the CITY OF YAKIMA has let or is about to let to the said COLUMBIA ASPHALT & GRAVEL, INC. , the above bounded Principal, a certain contract, the said contract being numbered 2014 , and providing for CHESTERLEY PARK PARKING LOT (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 COLUMBIA ASPHALT & GRAVEL , INC . shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, sub -contractors and material men, and all persons who shall supply said principal or sub -contractors with provisions and supplies for the carrying on of said work, and shall hold said CITY OF YAKIMA, its employees, agents, and elected or appointed officials, harmless from any damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any sub -contractor in the performance of said work and shall indemnify and hold the CITY OF YAKIMA, its employees, agents, and elected or appointed officials, harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract within a period of one year after its acceptance thereof by the CITY OF YAKIMA, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. Approv as to form: A / // fol City Attomey) COLUMBIA ASPHALT +' / VEL, INC. (Co (Print Name) President Its: (President, Owner, etc...) FIDELITY & DEPOSIT COMPANY OF MARYLAND (Su,}-- TRACI SULLIVAN (Print Name) Its: ATTORNEY—IN—FACT 67 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Company, wh . r- set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof d• -s y ,-1 o u nate, constitute and appoint Don W. EMERICK, JR., Carol KORN, Jana PERKINS, Lis `�i1 : r►' , ra ' r LIVAN and Tammy �. R. MCKEE, all of Yakima, Washington, EACH its true an • . � �ib'�°-. �e„' � � 'i • tt• ;� '�� �� ake, execute, seal and deliver, for, and on its behalf as surety, and as its ac •,►3" • • 3'er`takings and the execution of such bonds or undertakings in pursuance • �: :. �i -,,hall : e •r z • said Company, as fully and amply, to all intents and purposes, as if the .•� a► ecut •�:. +�;� 1: • _ • by the regularly elected officers of the Company at its office in Baltimor ►• V,th • jp •oa;�f :�. s Ti power of attorney revokes that issued on behalf of Don W. EMERICK, JR., dat iii► The said Assistant . ii tis es V"efeby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By -Ls • ' said Company, and is now in force. IN WITNESS WHEREOF, the said Vice -President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 6th day of July, A.D. 1998. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: T. E. Smith Assistant Secretary Paul C. Rogers Vice President State of Maryland ss: City of Baltimore f On this 6th day of July, A.D. 1998, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and bemg by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. POA -F 180-3127 kAr-/ "ri- Sandra Lynn Mooney Notary Public My Commission Expires: January 1, 2004 EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2 The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE 1, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice -President who executed the said Power of Attorney was one of the additional Vice -Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 11TH day of JUNE 2003 0 Assistant Secretary EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recogmzances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto " CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice -President who executed the said Power of Attorney was one of the additional Vice -Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED. "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and bindmg upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 11TH day of JUNE 2003 Assistant Secretary DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT Engineering Division 129 North Second Street Yakima, Washington 98901 (509) 575-6111 • Fax 576-6305 K. Wendell Adams, City Engineer FACSIMILE TRANSMISSION COVER SHEET Number of pages (Including Cover Page) 9 June 13, 2003 FAX # 248-9007 Marsh Advantage America 1430 No. 16th Avenue Yakima, WA 98902 Attention: Joel Pearson or Deb Krautwurm Re: Chesterley Park Parking Lot, City Project Number 2014 Dear Mr. Pearson, Ms. Krautwurm Attached is the Certificate of Insurance information sent in by Columbia Asphalt & Gravel, Inc. for the above referenced project. Using the checklist, there does seem to be some deficiencies in the Certificate as completed, but I would like your opinion before I contact their Insurance Carrier. Please review and inform me of any necessary changes to be in accordance with the project specifications. I would appreciate it if your response could be sent to me ASAP. Please fax your response to 576-6314. If you have any questions, you can contact me at 575-6228. Sincerely, Robert Desgrosellier, S nior Engineer CITY OF YAKIMA LIABILITY CERTIFICATE CHECKLIST FOR PUBLIC WORKS PROJECTS, (CITY CONTRACTS) Contractor: Columbia Asphalt & Gravel, Inc. Project: Chesterley Park Parking Lot, City Project Number 2014 1. Carriers admitted in the State of Washington an A -VH or better in Best's Guide. 2. Commercial General Liability on an occurrence basis subject to a $1,000,000 limit per occurrence. 3. Automobile includes "Any Auto" and is subject to a $1,000,000 limit. 4. Employers liability shown at a $1,000,000 limit per occurrence. 5. City of Yakima, their agents, employees, and elected and appointed officials are listed as an additional insured. 6. Copy of additional insured endorsement included which is signed by the agent. 7 Per job aggregate endorsement shown. If not, is a $2,000,000 umbrella limit shown over $1,000,000 underlying? 8. Is the general liability policy subject to a deductible of $5,000 or less? If higher, approval is required by the City. 9. Under cancellation section is "Endeavor to" and "But failure to mail such notice shall impose no obligation or liability of any ki_,n_.d_._.u_.�.on the company, its agents or representatives" crossed out an ind itialed by -- the agent? Is 20 days or more notice of cancellation 10. The wording at the top of the certificate "This Certificate is issued as a matter of information only and confers no rights upon the certificate holder" shall be crossed out and initialed by the agent/broker. JUN -16-2003 09:56 MARSH Fax To: Date: Organization: Fax: Phone: Subject: MARSH YAK 111A iQ�tt! No. ps�g�3 r Confirmation Bob Degrosellior June 16, 2003 City of Yakima 576 6314 Project 2014 Chesterly Park From: Fax: Phone: Pages: 15092489007 P.01 Marsh Advantage America A Service of Seabury & Smith, Inc. 1430 N. 16th Avenue P.O. Sox 2547 (98907) Yakima, WA 98902 800 572 9170 www.marshadvantage.com 1 I feel the certificate is close enough to be acceptable. The additional insured endorsement is actually from the policy, the agent initials are not that important, and many times the insurance carriers will not allow item #10 to be done on the certificate. The Information contained In this facsimile message le confidential, may be privileged, end re Intended for the use of the Individual or entity named above. It you, the reader of this message, ars not the Intended reclplent, the agent, or employee responsible for delivering this transmission to the intended recipient, you ars expressly prohibited from copying, disseminating, distributing, or in any other way using any of the information contained in this facsimile message. I-4 Marsh & McLennan Companies JUN -16-2003 09:56 MARSH YAKIMA 15092489007 P.02 CITY OF YAKIMA " LIABILITY CERTIFICATE CHECKLIST FOR PUBLIC WORKS PROJECTS, (CITY CONTRACTS) Contractor: Columbia Asphalt & Gravel, Inc. Project: Chesterley Park Parking Lot, City Project Number 2014 1. Carriers admitted in the State of Washington an A -VII or better in Best's Guide. 2- Commercial General Liability on an occurrence basis subject to a 81,000,000 limit per occurrence. 3 Automobile includes "Any Auto" and is subject to a $1,000,000 limit. 4- Employers liability shown at a $1,000,000 limit per occurrence. 5. City of Yakima, their agents, employees, and elected and appointed officials are listed as an additional insured. 6. Copy of additionol insured endorsement included which is signed by the agent. 7. Per job aggregate endorsement shown. If not, is a $2,000,000 umbrella limit shown over $1,000,000 underlying? 8. Is the general liability policy subject to a deductible of S5,000 or less? If higher, approval is required by the City, 9. Under cancellation section is "Endeavor to" and "But failure to mad such notice shall impose no obligation or liability of any kind u on the company, its agents or representatives" crossed out an initialed by the agent? Is 20 days or more notice of cencellation shown 10. The wording at the top of the certificate "This Certificate is issued as a matter of information only and confers no rights upon the certificate holder" shall be crossed out and initialed by the agent/broker_ tOyai • ACORD CERTIFICATE OF LIABILI ,RODUCER (509)965-2090 FAX (509)966-3454 'Conover Insurance, Inc.(Y) 123 N. 50th Ave. P.O. Box 10088 Yakima, WA 98909-1088 INSURED Columbia Asphalt & Gravel, Inc. P.O. Box 9337 Yakima, WA 98909 TY INSURANCE DATE (MWDD/YYYY) 06/11/2003 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERT FICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURER A. Zurich -American Ins. Group INSURER B: INSURER C: INSURER D: INSURER E. VERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDINI 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. I 'NSR LTR ADD'L INSRD TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MM/DDNYI POLICY EXPIRATION DATE (MM/DD/YY) LIMITS (A GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY CP03697348 04/26/2003 04/26/2004 EACH OCCURRENCE $ 1,000,000 X DAMAGE TO RENTED$ PRFMISFS (Fa occurennR) 300,000 CLAIMS MADE X OCCUR MED EXP (Any one person) $ 10 000 X Employers Li ab . PERSONAL &ADV INJURY $ 1 , 000 , 000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 7 POLICY X JECOT n LOC I I AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS BAP3697349 04/26/2003 o3 04/26/2004 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 X BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ P: ^PERTY DAMAGE ' er accident) $ I GARAGE LIABILITY ANY AUTO Cj �i O 0 L / rA AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ AUTO ONLY AGG $ IOCCUR EXCESS/UMBRELLA LIABILITY / G`C f� �`��( 1\n n�,\V, V� } r EACH OCCURRENCE $ CLAIMS MADE AGGREGATE $ DEDUCTIBLE RETENTION $ $ $ I I WORKERS COMPENSATION AND LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? If yes, describe under SPECIAL PROVISIONS below WC STATU- OTH- ER TORY LIMITS ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE -POLICY LIMIT $ OTHER DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS ity of Yakima, their agents, employees, and elected or appointed officials are named as dditional insureds for project #2014 - Chesterley Park Parking Lot. CERTIFICATE HOLDER CANCELLATION City of Yakima 129 N. 2nd Street Yakima, WA 98901 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL DIr XXXXX) MAIL 20 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, KOIZIW MIXXXX1GDftXD(dfdtXXXiXIXXr FXXXNKIIX /00XXX11SlIIOMXX Xt( taXd06XII Ddd Y XnY IXXXXIXXXOCXX XX €X1WfXXXXXXXXXXXXX AUTHORIZED REPRESENTATIVE David LaRiviere/TRACIS CORD 25 (2001/08) ©ACORD CORPORATION 1988 POLICY NUMBER: CP03697348 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART: SCHEDULE Name of Person or Organization: City of Yakima, their agents, employees and elected or appointed officials (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by of for you. NAMED INSURED: Columbia Asphalt & Gravel, Inc. INSURANCE CARRIER: Zurich American POLICY PERIOD: 4/26/03 - 4/26/04 AGENT: CONOVER INSURANCE, INC. CG 20 10 11 85 Copyright, Insurance Service Office, Inc., 1984 STATE OF WASHINGTON) COUNTY OF YAKIMA ) ss MINIMUM WAGE AFFIDAVIT I, the undersigned, having been duly sworn, depose, say and certify that in connection with the performance of the work, payment for which this voucher is submitted, I have paid the following rate per hour to each classification of laborers, workmen, or mechanics, as indicated upon the attached list, now referred to and by such reference incorporated in and made an integral part hereof, for all such employed in the performance of such work; and no laborer, workman or mechanic so employed upon such work has been paid less than the prevailing rate of wage or less than the minimum rate of wages as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. Subscribed and sworn to before me on this Contractor day of , 2003. Notary Public in and for the State of Washington residing at 73 PREVAILING WAGE RATES Department of labor & Industries Statement Prevailing Wage Rates for Yakima County DOLI - Manufacture & Fabrication Notice Benefit Code Key PREVAILING WAGE RATES The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in the performance of any part of this contract shall be in accordance with the provisions of Chapter 39.12 RCW, as amended. The rules and regulations of the Department of Labor and Industries are by reference made a part of this contract as though fully set forth herein. The current schedule of prevailing wage rates for the locality or localities where this contract will be performed, as determined by the Industrial Statistician of the Department of Labor and Industries, are included in these contract documents Inasmuch as the contractor will be held responsible for paying the prevailing wages, it is imperative that all contractors familiarize themselves with the current wage rates, as determined by the Industrial Statistician of the Department of Labor and Industries, before submitting bids based on these specifications. In case any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be adjusted by the parties in interest, including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State and his decision therein shall be final and conclusive and biding on all parties involved in the dispute as provided for by RCW 39.12.060 as amended Current prevailing wage rules and data can be furnished by the Industrial Statistician upon request. You may submit your request to: Department of Labor and Industries ESAC Division PO Box 44540 Olympia, Washington 98504-4540 Telephone. 360-902-5335 75 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 03-05-03 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $24.98 1M 5D BOILERMAKERS JOURNEY LEVEL $42.02 1B 6R BRICK AND MARBLE MASONS JOURNEY LEVEL $32.37 1M 5A CABINET MAKERS (IN SHOP) JOURNEY LEVEL $19.24 1 CARPENTERS ACOUSTICAL WORKER $29.20 1M 5D BRIDGE, DOCK AND WARF CARPENTERS $36.62 1M 5D CARPENTER $28.94 IM 5D CREOSOTED MATERIAL $29.04 1M 5D DRYWALL APPLICATOR $28.94 1M 5D FLOOR FINISHER $29.07 1M 5D FLOOR LAYER $29.07 1M 5D FLOOR SANDER $29.07 1M 5D MILLWRIGHT $37.62 1M 5D PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $36.82 1M 5D SAWFILER $29.07 1M 5D SHINGLER $29 07 1M 5D STATIONARY POWER SAW OPERATOR $29.07 1M 5D STATIONARY WOODWORKING TOOLS $29.07 1M 5D CEMENT MASONS JOURNEY LEVEL $28.31 1N 5D DIVERS & TENDERS DIVER $78.52 1M 5D 8A DIVER TENDER $39.62 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $37.22 1B 5D 8L ASSISTANT MATE (DECKHAND) $36.78 1B 5D 8L BOATMEN $37.22 1B 50 8L ENGINEER WELDER $37.27 1B 5D 8L LEVERMAN, HYDRAULIC $38.66 1B 5D 8L MAINTENANCE $36.78 1B 5D 8L MATES $37.22 1B 5D 8L OILER $36.88 1B 5D 8L DRYWALL TAPERS JOURNEY LEVEL $26 03 1P 5A ELECTRICIANS - INSIDE JOURNEY LEVEL $39.24 1J 5Z ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER $47.12 4A 5A CERTIFIED LINE WELDER $42.90 4A 5A GROUNDPERSON $30.59 4A 5A HEAD GROUNDPERSON $32.34 4A 5A HEAVY LINE EQUIPMENT OPERATOR $42.90 4A 5A JACKHAMMER OPERATOR $32.34 4A 5A JOURNEY LEVEL LINEPERSON $42.90 4A 5A LINE EQUIPMENT OPERATOR $36.21 4A 5A POLE SPRAYER $42.90 4A 5A POWDERPERSON $32.34 4A 5A Page 1 YAKIMA COUNTY Effective 03-05-03 ***************************************************************************************************************** Classification (See Benefit Code Key) Over PREVAILING Time Holiday Note WAGE Code Code Code ELECTRONIC & TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $12.07 1 ELEVATOR CONSTRUCTORS MECHANIC $46.46 4A 6Q MECHANIC IN CHARGE $51.14 4A 6Q LABORER $7.01 1 PRODUCTION WORKER $7.15 1 FENCE ERECTORS FENCE ERECTOR $21.64 1 FLAGGERS JOURNEY LEVEL $23.26 1M 5D GLAZIERS JOURNEY LEVEL $19.41 1B 61 HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $23.18 1 HOD CARRIERS & MASON TENDERS JOURNEY LEVEL $25.46 1M 5D INSULATION APPLICATORS JOURNEY LEVEL $32.91 1 IRONWORKERS JOURNEY LEVEL $38.52 1B 5A LABORERS ALL CLASSIFICATIONS $18.12 1 LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $7.38 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $15.45 1 LANDSCAPING OR PLANTING LABORERS $7.63 1 LATHERS JOURNEY LEVEL $28.94 1M 5D PAINTERS JOURNEY LEVEL $20 05 1 PLASTERERS JOURNEY LEVEL $37.48 1R 5A PLUMBERS & PIPEFITTERS JOURNEY LEVEL $42.44 1Q 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $35.14 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER) $37.60 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YD) $38.04 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH $38.54 1T 5D 8L BACKHOES, (75 HP & UNDER) $37.24 1T 5D 8L BACKHOES, (OVER 75 HP) $37.60 1T 5D 8L BARRIER MACHINE (ZIPPER) $37 60 1T 5D 8L BATCH PLANT OPERATOR, CONCRETE $37 60 1T 5D 8L BELT LOADERS (ELEVATING TYPE) $37.24 1T 5D 8L BOBCAT $35.14 1T 5D 8L BROOMS $35.14 1T 5D 8L BUMP CUTTER $37 60 1T 5D 8L CABLEWAYS $38.04 1T 5D 8L CHIPPER $37.60 1T 5D 8L COMPRESSORS $3514 1T 50 8L CONCRETE FINISH MACHINE - LASER SCREED $35.14 1T 5D 8L CONCRETE PUMPS $37.24 1T 5D 8L CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $37 60 1T 5D 8L CONVEYORS $37.24 1T 5D 8L CRANES, THRU 19 TONS, WITH ATTACW,ENTS $37.24 1T 5D 8L CRANES, 20 - 44 TONS, WITH ATTACHMENTS $37 60 1T 5D 8L CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING $38.04 1T 5D 8L JIB WITH ATACHMENTS) Page 2 YAKIMA COUNTY Effective 03-05-03 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $38.54 1T 5D 8L WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $39 04 1T 5D 8L WITH ATTACHMENTS) CRANES, A -FRAME, 10 TON AND UNDER $35.14 1T 5D 8L CRANES, A -FRAME, OVER 10 TON $37.24 1T 5D 8L CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $39.54 1T 5D 8L ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE (20 - 44 TONS) $37.60 1T 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (45 - 99 TONS) $38.04 1T 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $38.54 1T 5D 8L CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $38.54 1T 5D 8L CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $39.04 1T 5D 8L CRUSHERS $3T60 1T 5D 8L DECK ENGINEER/DECK WINCHES (POWER) $37.60 1T 5D 8L DERRICK, BUILDING $38.04 1T 5D 8L DOZERS, D-9 & UNDER $37.24 1T 5D 8L DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $37.24 1T 5D 8L DRILLING MACHINE $37.60 1T 5D 8L ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $35 14 1T 5D 8L EQUIPMENT SERVICE ENGINEER (OILER) $37.24 1T 5D 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $37.60 1T 5D 8L FORK LIFTS, (3000 LBS AND OVER) $37.24 1T 5D 8L FORK LIFTS, (UNDER 3000 LBS) $35.14 1T 5D 8L GRADE ENGINEER $37.24 1T 5D 8L GRADECHECKER AND STAKEMAN $35.14 1T 5D 8L HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $37.24 1T 5D 8L HORIZONTAUDIRECTIONAL DRILL LOCATOR $37.24 1T 5D 8L HORIZONTAL/DIRECTIONAL DRILL OPERATOR $37.60 1T 5D 8L HYDRALIFTS/BOOM TRUCKS (10 TON & UNDER) $35.14 1T 5D 8L HYDRALIFTS/BOOM TRUCKS (OVER 10 TON) $37.24 1T 5D 8L LOADERS, OVERHEAD (6 YD UP TO 8 YD) $38.04 1T 5D 8L LOADERS, OVERHEAD (8 YD & OVER) $38.54 1T 5D 8L LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $37.60 1T 5D 8L LOCOMOTIVES, ALL $37.60 1T 5D 8L MECHANICS, ALL (WELDERS) $37.60 1T 5D 8L MIXERS, ASPHALT PLANT $37.60 1T 5D 8L MOTOR PATROL GRADER (FINISHING) $37.60 1T 5D 8L MOTOR PATROL GRADER (NON -FINISHING) $37.24 1T 5D 8L MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD $38.04 1T 5D 8L OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $35 14 1T 5D 8L OPERATOR PAVEMENT BREAKER $35A4 1T 5D 8L PILEDRIVER (OTHER THAN CRANE MOUNT) $37.60 1T 5D 8L PLANT OILER (ASPHALT CRUSHER) $37.24 1T 5D 8L POSTHOLE DIGGER, MECHANICAL $35 14 1T 5D 8L POWER PLANT $35 14 1T 5D 8L PUMPS, WATER $35.14 1T 5D 8L QUAD 9, D-10, AND HD -41 $38.04 1T 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $38.04 1T 5D 8L EQUIP RIGGER AND BELLMAN $35.14 1T 5D 8L ROLLAGON $38.04 1T 5D 8L ROLLER, OTHER THAN PLANT ROAD MIX $35.14 1T 5D 8L ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $37.24 1T 5D 8L ROTO -MILL, ROTO -GRINDER $37 60 1T 5D 8L SAWS, CONCRETE $37.24 1T 5D 8L SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $37 60 1T 5D 8L Page 3 YAKIMA COUNTY Effective 03-05-03 ***************************************************************************************************************** Classification (See Benefit Code Key) Over PREVAILING Time Holiday Note WAGE Code Code Code OFF-ROAD EQUIPMENT ( UNDER 45 YD) SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $38.04 1T 5D 8L OFF-ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL$37.24 1T 5D 8L SCREED MAN $37.60 1T 5D 8L SHOTCRETE GUNITE $35.14 1T 5D 8L SLIPFORM PAVERS$38.04 1T 5D 8L SPREADER, TOPSIDE OPERATOR - BLAW KNOX $37.60 1T 5D 8L SUBGRADE TRIMMER $37.60 1T 5D 8L TRACTORS, (75 HP &UNDER) $37.24 1T 5D 8L TRACTORS, (OVER 75 HP)$37.60 1T 5D 8L TRANSFER MATERIAL SERVICE MACHINE $37.60 1T 5D 8L TRANSPORTERS, ALL TRACK OR TRUCK TYPE$38.04 1T 5D 8L TRENCHING MACHINES $37.24 1T 5D 8L TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $37.24 1T 5D 8L TRUCK CRANE OILER/DRIVER (100 TON & OVER)$37.60 1T 5D 8L WHEEL TRACTORS, FARMALL TYPE $35.14 1T 5n RI YO YO PAY DOZER $37.60 1T 5D 8L POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $31.05 4A 5A SPRAY PERSON $29.39 4A 5A TREE EQUIPMENT OPERATOR $29.79 4A 5A TREE TRIMMER $27.60 4A 5A TREE TRIMMER GROUNDPERSON$20.28 4A 5A REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC $42.44 10 5A ROOFERS JOURNEY LEVEL $26.37 1B 51 USING IRRITABLE BITUMINOUS MATERIALS $29.37 1B 51 SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP)$35.76 1B 5A SOFT FLOOR LAYERS JOURNEY LEVEL $20.97 1N 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL$7.01 1 SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $33.60 1R 51 SURVEYORS CHAIN PERSON$9.25 1 INSTRUMENT PERSON $12.05 1 PARTY CHIEF $15.05 1 TELEPHONE LINE CONSTRUCTION OUTSIDE CABLE SPLICER$25.42 2B 5A HOLE DIGGER/GROUND PERSON $13.51 2B 5A INSTALLER (REPAIRER) $24 31 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON$23.53 2B 5A SPECIAL APPARATUS INSTALLER 1 $25.42 2B 5A SPECIAL APPARATUS INSTALLER 11 $24.87 2B 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $25.42 2B 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $23.53 2B 5A TELEVISION GROUND PERSON$12.73 2B 5A TELEVISION LINEPERSON/INSTALLER $17.47 2B 5A TELEVISION SYSTEM TECHNICIAN $21.10 2B 5A TEI /IQIvrsI TECHNICIAN $1R.R7 9R 5A TREE TRIMMER $23.53 2B 5A TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL$24.86 2M 5A Page 4 YAKIMA COUNTY Effective 03-05-03 ***************************************************************************************************************** Classification (See Benefit Code Key) Over PREVAILING Time Holiday Note WAGE Code Code Code TILE, MARBLE & TERRAZZO FINISHERS FINISHER $20.56 4A 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $28.97 1K 5A TRUCK DRIVERS ASPHALT MIX $14.19 1 DUMP TRUCK $27 91 2G 61 DUMP TRUCK & TRAILER $27.91 2G 61 OTHER TRUCKS $27.91 2G 61 TRANSIT MIXER $27.91 2G 61 WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $11 15 1 OILER $9.20 1 WELL DRILLER $17.68 1 Page 5 Washington State Department of Labor and Industries Policy Statement (Regarding the Production of "Standard" or "Non-standard" Items) Below is the department's (State L&I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non-standard". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non-standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. 1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to question 3. 3. Is the item fabricated in an assembly/fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39.12. If yes, go to question 6. 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non -covered workers shall be directed to State L&I at (360) 902-5330. $$1$$ $$2$$ Supplemental To Wage Rates Page 1 WSDOT's Predetermined List for Suppliers - Manufacturers - Fabricators Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non- standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non-standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L&I's policy staternent. ITEM DESCRIPTION YES NO 1. Manhole Ring & Cover - manhole type 1, 2, 3, and 4 for bridges. For use with Catch Basin type 2. The casting to meet AASHTO-M-105, class 30 gray iron casting. See Std. Pian B -1f, B -23a, B -23b, B -23c, and B -23d. X 2. Frame & Grate - frame and Grate for Catch Basin type 1, 1L, 1P, 2, 3, 4 and Concrete Inlets. Cast frame may be grade 70-36 steel, class 30 gray cast iron or grade 80-55-06 ductile iron. The cast grate may be grade 70-36 steel or grade 80-55-06 ductile iron. See Std. Plan B-2, B -2a, and B -2b. X 3. Grate Inlet & Drop Inlet Frame & Grate - Frame and Grate for Grate Inlets Type 1 or 2 or Drop Inlet. Angle iron frame to be cast into top of inlet. See Std. Plan B -4b or B -4h. Frames & Grates to be galvanized. X 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. $$1$$ $$2$$ Supplemental To Wage Rates Page 2 X YES NO 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. X 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. X 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 9-28.15(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 9-28.15(3). X $$1$$ $$2$$ Supplemental To Wage Rates Page 3 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.. Shop drawings for approval shall be provided per Section 6-05.3(3) of the Std. Spec. YES NO X 14. Manhole Type 1, 2, 3 and 4 - Precast Manholes with risers X and flat top slab and/or cones. See Std. Plans. 15. Dryweii - Drywell as specified in Contract Plans. X 16. Catch Basin - Catch Basin type 1, IL, 1P, 2, 3, and 4, including risers, frames maybe cast into riser. See Std. Plans. X 17. Precast Concrete Inlet - Concrete Inlet with risers, frames may be cast into risers. See Std. Plans. 18. Drop Inlet Type 1 - Drop Inlet Type 1 with support X angles and grate. See Std. Plans B -4f and B -4h. 19. Drop Inlet Type 2 - Drop Inlet type 2 with support X angles and grate. See Std. Plans B -4g and B -4h. 20. Grate Inlet Type 2 - Grate Inlet Type 2 with risers and X top unit with bearing angles. 21. Precast Concrete Utility Vaults - Precast Concrete 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 $$1$$ $$2$$ Supplemental To Wage Rates Page 4 YES NO 22. Vault Risers - For use with Valve Vaults and Utilities X Vaults. 23. Valve Vault - For use with underground utilities. X See Contract Plans for details. 24. Precast Concrete Barrier - Precast Concrete Barrier for 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 27. Precast Railroad Crossings - Concrete Crossing Structure X 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)c X $$1$$ $$2$$ Supplemental To Wage Rates Page 5 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)c. YES NO X 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 5-02,3(25)c. 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)c. X 32. Prestressed -Bulb Tee Girder - Bulb Tee Prestressed X Girder for use in structures. Fabricator plant has onno ani onnrr,in1 rlc rnn+hr.rdc cinr1 mn4®ricic Ori h0 Icon CAI II MICU u1J1JI V V QI VI RJIAQ GI IIA 11 IGtG1 IGIQ l .Jvv. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(26)A. 33. Monument Case and Cover - To meet AASHTO-M-105 class X 30 gray iron casting. See Std. Plan H-7. 34. Cantilever Sign Structure - Cantilever Sign Structure fabricated from steel tubing meeting AASHTO-M-183 See Std. Plans G-3, G -3a, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111. 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 $$1$$ $$2$$ Supplemental To Wage Rates Page 6 36. Steel Sign Bridges - Steel Sign Bridges fabricated from steel tubing meeting AASHTO-M-138 for Aluminum Alloys. See Std. Plans G-2, G2a, G -2b, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111. YES NO X 37. Steel Sign Post - Fabricated steel sign posts as detailed in Std. Plan G-8. Shop drawings for approval are to be provided prior to fabrication. X 38. Light Standard -Prestressed - Spun, prestressed, hollow, X concrete poles. 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. Plan J-1, J-1 a, and J-1 b. See Special 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 J-1, J -7a, J -7c, and J-8. See Special Provisions for pre -approved drawings. X 41. Traffic Curb, Type A or C Precast - Type A or C Precast traffic curb, for use in construction of raised channelization, and other traffic delineation uses such as parking lots, rest areas, etc. NOTE: Acceptance based on inspection of Fabrication Plant and an advance sample of curb section to be submitted for approval by Engineer. X $$1$$ $$2$$ Supplemental To Wage Rates Page 7 YES NO 42. Traffic Signs - Prior to approval of a Fabricator X X of Traffic Signs, the sources of the following custom std. signing materials must be submitted and approved msg msg for reflective sheeting, legend material, and aluminum sheeting. NOTE: *** Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed. 43. Cutting & bending reinforcing steel X 44. Guardrail components X X custom standard end sect. sect. 45. Aggregates/Concrete mixes Covered by WAC 296-127-018 46. Asphalt Covered by WAC 296-127-018 47. Fiber fabrics X 48. Electrical wiring/components X 49. treated or untreated timber piles X 50. Girder pads (elastomeric bearing) X Supplemental To Wage Rates Page 8 YES NO 51. Standard Dimension lumber X 52. Irrigation components X 53. Fencing materials X 54. Guide Posts X 55. Traffic Buttons X 56. Epoxy X 57. Cribbing X 58. Water distribution materials X 59. Steel "H" piles X 60. Steel pipe for concrete pile casings X 61. Steel pile tips, standard X 62. Steel pile tips, custom X $$1$$ $$2$$ Supplemental To Wage Rates Page 9 WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03/05/03 METAL FABRICATION (IN SHOP) Classification Over PREVAILING Time Holiday Note WAGE Code Code Code Counties Covered. Adams, Asotin, Columbia, Douglas, Ferry, Franklin, Garfield Kittitas, Lincoln, Okanogan, Pend Oreille, Stevens, Walla Walla and Whitman Fitter 12.76 1 Welder 12.76 1 Machine Operator 12.66 1 Painter 10.20 1 Laborer 8.13 1 Counties Covered: Benton Welder 16.70 1 Machine Operator 10.53 1 Painter 9 76 1 Laborer 7 06 1 Counties Covered Chelan Fitter 15.04 1 Welder 12.24 1 Machine Operator 9 71 1 Painter 9 93 1 Laborer 8.77 1 Counties Covered: Clallam, Grays Harbor, Island, Jefferson, Lewis, Mason, Pacific, San Juan and Skagit Fitter 15 16 1 Welder 15.16 1 Machine Operator 10 66 1 Painter 11 41 1 Laborer 11.13 1 $$1$$ $$2$$ Supplemental To Wage Rates Page 10 Classification METAL FABRICATION (IN SHOP) 03/05/03 Counties Covered: Clark Over PREVAILING Time Holiday Note WAGE Code Code Code Layerout 24.06 1J 6U Fitter 23.69 1J 6U Welder 23.13 1J 6U Painter 20.51 1J 6U Machine Operator 17 86 1J 6U Laborer 17.21 1J 6U Fitter Welder Machine Operator Painter Laborer Fitter Welder Machine Operator Painter Laborer Counties Covered Snohomish Counties Covered: Spokane Counties Covered Thurston 15.38 1 15.38 1 8.84 1 9.98 1 9.79 1 12.59 1 10 80 1 13.26 1 10.27 1 7.98 1 Layerout 24.49 1R 6T Fitter 22.51 1R 6T Welder 20.51 1R 6T Machine Operator 17.53 1R 6T Laborer 14.56 1R 6T Fitter/Welder Machine Operator Laborer $$1$$ $$2$$ Counties Covered: Whatcom Supplemental To Wage Rates Page 11 13.81 1 13.81 1 9.00 1 Classification Fitter Welder Machine Operator Painter Laborer METAL FABRICATION (IN SHOF) 03/05/03 Counties Covered: Yakima Counties Covered Cowlitz over PREVAILING Time Holiday Note WAGE Code Code Code 12.00 1 11.32 1 11.32 1 12.00 1 10.31 1 Fitter 21.99 1B 6V Weider 21.99 1B 6V Machine Operator 21.99 1B 6V Laborer 15.87 1B 6V Fitter Welder Painter Fitter Welder Machine Operator Painter Laborer Fitter Welder Machine Operator Laborer Counties Covered: Grant Counties Covered King Counties Covered Kitsap Supplemental To Wage Rates Page 12 10.79 1 10.79 1 7.45 1 15.86 1 15.48 1 13.04 1 11.10 1 9.78 1 26.96 1 13.83 1 13.83 1 7.01 1 Classification FitterlWelder Machine Operator Painter Laborer Fitter Welder Machine Operator Laborer $$1$$ $$2$$ METAL FABRICATION (IN SHOP) 03/05/03 Over PREVAILING Time Holiday Note WAGE Code Code Code Counties Covered• Klickitat, Skamania and Wahkiakum Counties Covered: Pierce Supplemental To Wage Rates Page 13 16.99 1 17.21 1 17.03 1 10 44 1 15.25 1 13.98 1 13.98 1 9.25 1 WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03/05/03 FABRICATED PRECAST CONCRETE PRODUCTS Classification Over PREVAILING Time Holiday Note WAGE Code Code Code Counties Covered' Adams, Asotin, Benton, Columbia, Douglas, Ferry, Garfield, Grant, Lincoln, Okanogan, Pend Oreille, Stevens, Walla Walla, and Whitman AH Classifications 9.96 1 Counties Covered. Franklin All Classifications 11.59 1 Counties Covered: King All Classifications 11.35 2K 6S Counties Covered: Pk- r!P. All Classifications 9.28 1 Counties Covered Chelan, Kittitas, K.lickitat and Skarnania All Classifications 8.61 1 All Classifications $$1$$ $$2$$ Counties Covered Clallam, Clark, Cowlitz, Grays Harbor, Island, Jefferson, Kitsap, Lewis, Mason, Pacific, San Juan, Skagit, Snohomish, Thurston, Wahkiaki,m Supplemental To Wage Rates Page 14 13 50 1 WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03/05/03 FABRICATED PRECAST CONCRETE PRODUCTS Classification All Classifications Counties Covered. Spokane Counties Covered - Yakima Over PREVAILING Time Holiday Note WAGE Code Code Code 20.23 1 Craftsman 8.65 1 Production Worker 7.15 1 Laborer 7.01 1 All Classifications $$1$$ $$2$$ Counties Covered. Whatcom Supplemental To Wage Rates Page 15 13.67 1 Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) The following two letters from the State Department of Labor and Industries (State L&I) dated August 18, 1992 and June 18, 1999, clarify the intent and establish policy for administrating the provisions of WAC 296-127-018 COVERAGE AND EXEMPTIONS OF WORKERS INVOLVED IN THE PRODUCTION AND DELIVERY OF GRAVEL, CONCRETE, ASPHALT, OR SIMILAR MATERIALS. Any firm with questions regarding the policy, these letters, or for determinations of shall L _ directed to C''4..a.. LAI 1 ..a (360) r ry 5'3 covered and non -covered workers .'�if3a be th ecLeu LO State LO l cU kJUU) �Ll 'af JJt7, Effective September 1, 1993, minimum prevailing wages for all work covered by WAC 296-127-018 for the production and/or delivery of materials to a public works contract will be found under the regular classification of work for Teamsters, Power Equipment Operators, etc. $$1$$ $$2$$ Supplemental To Wage Rates Page 16 ESAC DIVISION - TELEPHONE (206) 586-6887 PO BOX 44540, OLYMPIA, WASHINGTON 98504-4540 August 18, 1992 TO: All Interested Parties FROM: Jim P. Christensen Acting Industrial Statistician SUBJECT: Materials Suppliers - WAC 296-127-018 This memo is intended to provide greater clarity regarding the application of WAC 296-127-018 to awarding agencies, contractors, subcontractors, material suppliers and other interested parties. The information contained herein should not be construed to cover all possible scenarios which might require the payment of prevailing wage. The absence of a particular activity under the heading "PREVAILING WAGES ARE REQUIRED FOR" does not mean that the activity is not covered. Separate Material Supplier Equipment Operator rates have been eliminated. For those cases where a production facility is set up for the specific purpose of supplying materials to a public works construction site, prevailing wage rates for operators of equipment such as crushers and batch plants can be found under Power Equipment Operators. PREVAILING WAGES ARE REQUIRED FOR: 1. Hauling materials away from a public works project site, including excavated materials, demolished materials, etc. 2. Delivery of materials to a public works project site using a method that involves incorporation of the delivered materials into the project site, such as spreading, leveling, rolling, etc. 3. The production of materials at a facility that is established for the specific, but not necessarily exclusive, purpose of supplying materials for a public works project. 4. Delivery of the materials mentioned in #3 above, regardless of the method of delivery. PREVAILING WAGES ARE NOT REQUIRED FOR: 1. The production of materials by employees of an established materials supplier, in a permanent facility, as well as the delivery of these materials, as long as delivery does not include incorporation of the materials into the job site. 2. Delivery of materials by a common or contract carrier, as long as delivery does not include incorporation of the materials into the job site. 3. Production of materials for unspecified future use. $$1$$ $$2$$ Supplemental To Wage Rates Page 17 STATE OF WASHINGTON DEPARTMENT OF LABOR AND INDUSTRIES June 18, 1999 TO: Kerry S. Radcliff, Editor Washington State Register FR_n__M__• Gary Moore, Director Department of Labor and Industries SUBJECT: Notice re WAC 296-127-018, Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials The department wishes to publish the following Notice in the next edition of the Washington State Register: NOTICE Under the current material supplier regulations, WAC 296-127-018, the department takes the position that prevailing wages do not apply to the delivery of wet concrete to public works sites, unless the drivers do something more than just deliver the concrete. Drivers delivering concrete into a crane and bucket, hopper of a pump truck, or forms or footings, are not entitled to prevailing wages unless they operate machinery nr i use tools that screSd float, or put a fiinich on the concrete_ This position applies only to the delivery of w1et concrete. It does not extend to the delivery of asphalt, sand, gravel, crushed rock, or other similar materials covered under WAC 296-127-018 The department's position applies only to this regulation. If you need additional information regarding this matter, please contact Greg Mowat, Program Manager, Employment Standards, at P.O. Box 44510, Olympia, WA 98504-4510, or call (360) 902-5310. Please publish the above Notice in WSR 99-13. If you have questions or need additional information, please call Selwyn Walters at 902-4206. Thank you. Cc: Selwyn Walters, Rules Coordinator Patrick Woods, Assistant Director Greg Mowat, Program Manager Supplemental to Wage Rates 18 BENEFIT CODE KEY - EFFECTIVE 03-05-03 OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. 1 ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. D THE FIRST EIGHT (8) HOURS ON SATURDAYS OF A FIVE - EIGHT HOUR WORK WEEK AND THE FIRST EIGHT (8) HOURS WORKED ON A FIFTH CALENDAR DAY, EXCLUDING SUNDAY, IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY ON SATURDAY, ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS IN A FIFTH CALENDAR WEEKDAY OF A FOUR - TEN HOUR SCHEDULE, ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH FRIDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. F THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. G THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. J THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. N ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. P ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) AND SUNDAYS SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Q ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. R. -ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. BENEFIT CODE KEY - EFFECTIVE 03-U5-03 -2- 1 S ALL HOURS WORKED ON SUNDAYS BETWEEN "1 -HE HOURS OF 12 OOAM SUNDAY AND 6.00AM MONDAY AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. T ALL HOURS WORKED ON SATURDAYS, EXCEPT MAKE-UP DAYS, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED AFTER 6.00PM SATURDAY TO 6:OOAM MONDAY AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. U ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. W ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE-UP DAYS) SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. B ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. AT i HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. D ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. F THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THF HOURLY RATE OF WAGF. AIT 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. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. J ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY M. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. O ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. 4 A. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. BENEFIT CODE KEY - EFFECTIVE 03-05-03 -3- HOLIDAY CODES 5 A. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). B. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8). C. HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY. THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). D HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). E. HOLIDAYS NEW YEAR'S DAY. PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9). G. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7). H. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS (6). I. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). N HOLIDAYS. NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9). 0 PAID HOLIDAYS NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). P HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). Q PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). R. PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, ONE-HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7 1/2). S. PAID HOLIDAYS. NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (7). T PAID HOLIDAYS. SEVEN (7) PAID HOLIDAYS. V PAID HOLIDAYS SIX (6) PAID HOLIDAYS W PAID HOLIDAYS NINE (9) PAID HOLIDAYS X. HOLIDAYS AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY AFTER 2080 HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8). Y HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8). Z. HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). 6 A. PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). C. HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). D PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY (9). BENEFIT CODE KEY - EFFECTIVE 03-05-03 -4- 6. H. HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). I. PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). L. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (8) Q PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY UNPAID HOLIDAY_ PRESIDENTS' DAY R. PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERAN'S DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (8). S. PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY. THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (8). T PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). U HOLIDAYS NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY (9). PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY. LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE (10). W PAID HOLIDAYS NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE CHRISTMAS DAY (10). X. PAID HOLIDAYS NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (11). NOTE CODES 8. A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE. OVER 50' TO 100' - $1 00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 175' - $2.25 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 175' TO 250' - $5.50 PER FOOT FOR EACH FOOT OVER 175 FEET OVER 250' - DIVERS MAY NAME THEIR OWN PRICE, PROVIDED IT IS NO LESS THAN THE SCALE LISTED FOR 250 FEET C. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE. OVER 50' TO 100' - $1 00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150' - $1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 200' - $2.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200' - DIVERS MAY NAME THEIR OWN PRICE D WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL $1 00 PER HOUR. L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A. $0 75, LEVEL B $0.50, AND LEVEL C $0.25 M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS LEVELS A & B $1.00, LEVELS C & D- $0.50. N WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A. $1 00, LEVEL B $0 75, LEVEL C. $0.50, AND LEVEL D• $0.25 PROPOSAL Proposal Form Item Proposal Bid Sheet Bid Bond Form Non -Collusion Declaration Non -Discrimination Provision Women and Minority Business Enterprise Policy Council Resolution Affirmative Action Plan Bidders Certification Subcontractors Certification Proposal Signature Sheet Bidders Check List PROPOSAL To the City Clerk Yakima, Washington This certifies that the undersigned has examined the location of: City of Yakima Chesterley Park Parking Lot City Project No. 2014 and that the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, is understood The undersigned hereby proposes to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available in accordance with the said plans, specifications and contract, and the following schedule of rates and prices. NOTE: Unit prices for all items, all extensions, and total amount of bid, shall be shown, and be written in ink or typed Show unit prices in figures only Figures written to the right of the dot (decimal) in the dollars column shall be considered as cents 77 Attachment -A- ITEM PROPOSAL BID SHEET Chesterley Park Parking Lot City Project No. 2014 ITEM NO. PROPOSAL ITEM QTY UNIT UNIT PRICE DOLLARS AMOUNT DOLLARS 1 SPILL PREVENTION PLAN 1 LS d( " 5C) `K, 1-07.15 2 MOBILIZATION 1 LS pct) caD `'x' 1-09.7 3 TRAFFIC CONTROL SUPERVISOR 30 HR 7,:).00 0160, C , 1-10.5 4 MAINTENANCE AND PROTECTION OF TRAFFIC 1 LS k) .co 5 e-cb 1-10.5 5 CONSTRUCTION SIGNS CLASS 'A' 72 SF C)' 'Z5W re" 1-10.5 6 TEMPORARY TRAFFIC CONTROL DEVICES 1 LS c9(5 co 5c) cc' 1-10.5 7 ROADWAY EXCAVATION, INCLUDING HAUL 85 CY Oa(0 51 Ico,Cc) 2-03.5 8 PREPARATION OF GRAVEL BASE 5,000 SY '0, 35- I/.7 .50 ) 4-04.5 9 CRUSHED SURFACING TOP COURSE FOR BASE 900 TON (1,, '75 e -7,1F,er 4-04.5 10 ASPHALT CONCRETE PAVEMENT, CLASS 'A' (PG64-22) 760 TON j3'° (951 080 cc" 5-04.5 11 SOIL RESIDUAL HERBICIDE 900 SY 0, 30 TY) cc' 5-04.5 12 ASPH CONC PAVEMENT, CL. 'A' (PG64-22) for Pathway 130 TON 33 ' t.990cc' 5-04.5 13 DRAIN SYSTEM 60 CY 38.,w 0j '3 7-05.5 14 CEMENT CONCRETE PLANTER CURB 1,800 LF (.0-1° (0 q) CX) 8-04.5 / 15 PAINT LINE 5,000 LF 0, 06 it „x0 8-22.5 16 PAINTED TRAFFIC ARROW 2 EA i a cu 30 ' 8-22.5 17 PAINTED WHEELCHAIR SYMBOL 6 FA 9 ° 150 cc-) 8-22.5 18 REPAIR OR REPLACEMENT 1 FA 3,000.00 3,000.00 8-30.5 19 LOOSE RIVER ROCK 300 TON 8-31 5 Addendum 1 Page 3 of 3 TOTAL: ( o1q1B`t' 5/30/03 BID BOND FORM Herewith find deposit in the form of a certified check, cashiers check, cash, or bid bond in the amount of $ 1-67At_ which amount is not Tess than;five percent of the total bid. Sign Here ----------------------------------------------------------------- BID BOND KNOW ALL MEN BY THESE PRESENTS: That we, COLUMBIA ASPHALT & GRAVEL, INC. , as principal, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND , as Surety, are held and firmly bound unto the City of Yakima, as Obligee, in the penal sum of FIVE PERCENT OF AMOUNT OF Bibllars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for CHESTERLEY PARK #2014 LOT IMPROVEMENTS according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS 28TH DAY OF MAY , 2003 COLUMBIA ASPHALT & GRAVEL, INC. Principal FIDE ITY AND DEPOSIT 4QMPANY OF MARYLAND ,c a e2 ��� v " -- TRACI SULLIVAN Surety ATTORNEY-IN-FACT ----------------------------------------------------------------- Received return of deposit in the sum of $ ,19 Bid Documents 4 05/10/99 NON -COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1 That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report bid rigging activities call: I -800-424-9071 The U.S. Department of Transportation (USOOT) operates the above toll-free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of US Dot'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. 83 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 hemi Ica of renes color, ralininn cpx nr natinnal nrinin The rnntrartnr will takes 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 ExecutiveiOrder 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 contractor's noncompliance with the nondiscrimination clauses this ��� the event of a��a. contractor's noncompliance with the nondiscrimination clauses of 1111) contract or with any such rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of September 24, 1965, and such other sanctions may be imposed and remedies involved as provided in Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. "(7) The contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders 01 the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor The contractor will take such action with respect to any subcontract or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance: Provided however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States." 84 WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY It is the policy of the City of Yakima that women and minority business enterprises shall have the maximum opportunity to participate in the performance of work relating to the City's activities. To this end, the City is committed to take all necessary and reasonable steps in accordance with state and federal rules and regulations to ensure women and minority business enterprises the maximum opportunity to compete for and to perform contracts. In order to enhance opportunities for women and minority businesses to participate in certain contractor opportunities with the City of Yakima, and as a recipient of federal and state financial assistance, the City is committed to a women and minority business enterprise utilization program. The City is determined to maximize women and minority business opportunities through participation in the competitive bidding process through women and minority business enterprise affirmative action programs administratively established by the City Manager and monitored and implemented in accordance with state and federal rules and regulations. All women and minority business enterprise programs shall include specific goals for participation of women and minority businesses in City projects of at least ten percent (10%) of the total dollar value of City contract over $10,000. Goals shall be reviewed and updated annually by the City Manager for applicability and to ensure that the intent of this policy is accomplished This statement of policy will be widely disseminated to all managers, supervisors, minorities and women employed by the City of Yakima as well as to contractors, vendors, suppliers, minorities and women who may seek the City's procurement and construction contracts related to the women and minority business enterprise programs. Contractors associations will be made aware of construction projects affected by this policy through all available avenues to assure that plans/specifications, bid forms, and invitations to bid are as widely distributed as possible. 85 RESOLUTION NO. I)- 4 R 1 6 A RESOLUTION adopting a "Women And Minority Business Enterprise Policy" for the City of Yakima. WHEREAS, the City of Yakima is the recipient of federal and state assistance which assistance carries with it the obli- gation of contracting with Women And Minority Business Enter- prises for the performance of public works, and WHEREAS, it is the intention of the City of Yakima that Women And Minority Business Enterprises shall have the maximum practicable opportunity to participate in the performance of such public works, and WHEREAS, the City of Yakima is determined to maximize Women And Minority Business Enterprise opportunities for parti- cipation in its competitive bidding process through the adoption of the "Women And Minority Business Enterprise Policy" statement attached hereto, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Council hereby adopts the "Women And Minority Business Enterprise Policy", a copy of which is attached hereto and by reference made 1 part hereof. ADOPTED BY THE CITY COUNCIL this Q t day of 1983. ATTEST: City Clerk 86 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. 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 87 g. including minority news media; and by notifying and discussing it with all subcontractors and suppliers 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 floods consists nt 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 riassifications etc. do not have a discriminatory effect. n. The contractor shall make certain that all facilities and company activities are non- segregated. o. The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. p. The contractor shall solicit bids for subcontracts from available minority and women subcontractors, engaged in the trades covered by these Bid Conditions, including circulation of minority and women contractor associations. q• Non cooperation: In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreements, the contractor shall, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex or national origin, making full efforts to obtain qualified and/or qualifiable minorities and women. (The U.S. Department of Labor has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority or women employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246 and 23 CFR Part 230 as amended, and the Standard Specifications, such contractor shall immediately notify the City of Yakima Engineering Department or the City of Yakima Compliance Officer. 88 BIDDERS CERTIFICATION A bidder will not be eligible for award of a contract under this invitation for bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: Columbia Asphalt & Gravel, Inc. (BIDDER) certifies that: 1. It intends to use the following listed construction trades in the work under the contract All,e and; as to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non-federal) in the Yakima, Washington area subject to these Bid Conditions, those trades being: and; 2. It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any sub -contract under this contract the Subcontractor Certification required by these Bid Conditions. e/ (Sig` re of Authorized Representative of Bidder) 89 BIDDERS CERTIFICATION A bidder will not be eligible for award of a contract under this invitation for bids unless s h bidder has submitted as a part of its bid the following certification, which will be deemed a art of the resulting contract: certifies that: (BIDDER) 1 It intends to use the following listed construction trades in the work under the contract and; as to those trades for which it is required by tjrese Bid Conditions to comply with these Bid Conditions, it adopts the minimum minorityd women workforce utilization goals and the specific affirmative action steps for all constyiction work (both federal and non-federal) in the Yakima, Washington area subject to these BConditions, those trades being: and, 2. It will obtain from eac of its subcontractors and submit to the contracting or administering agency prior to the award any sub -contract under this contract the Subcontractor Certification required by these Bid Co • itions. (Signature of Authorized Representative of Bidder) 89 SUBCONTRACTORS CERTIFICATION Subcontractors' Certification is not required at the time of bid, This Certification must be completed by each subcontractor prior to award of any subcontract. certifies that: (SUBCONTRACTOR) 1 It intends to use the following listed construction trades in the work under the subcontract and; As to those trades for which it is required by these Bid Conditions to comply with these Bid UI..UILUI I IL c UUJL LII .-I1.. .....1 I.L........ ULLOLU... ...I., ...0 IC LiVIIU ILIVII, IL QU VF.JW LI IG III1I II III IIuIII IIIIIIVIILy anti VVVIIIeII %V VIM VI I,.0 UUIILdLIVII godlJ CIIIU LIIG specific affirmative action steps for all construction work (both federal and non-federal) in Yakima, Washington, subject to these Bid Condition, those trades being: and, 2. It will obtain from each of its subcontractors prior to the award of any subcontract under this subcontract the Subcontractor Certification required by these Bid conditions. (Signature of Authorized Representative of Subcontractor) 90 Materially and Responsiveness The certification required to be made by the bidder pursuant to these Bid Conditions is material, and will govern the bidder's performance on the project and will be made a part of his bid. Failure to submit the certification wilt render the bid non responsive. Compliance and Enforcement Contractors are responsible for informing their subcontractor (regardless of tier) as to their respective obligations under the conditions of the contract here (as applicable). Bidders, contractors and subcontractors hereby agree to refrain from entering into any contract or contract modification subject to Executive Order 11246, as amended on September 24, 1965, with a contractor debarred from, or who is determined not to be a responsible' bidder for, government contracts and federally assisted construction contracts pursuant to Executive Order. The bidder, contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal opportunity clause including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered by the administering agency, the contracting agency or the Office of Federal Contract Compliance pursuant to the Executive Order. Any bidder, or contractor or subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in non-compliance with these Bid Conditions and Executive Order 11246, as amended. Nothing herein is intended to relieve any contractor or subcontractor during the term of its contract on this project from compliance with Executive Order 11246, as amended, and the Equal Opportunity Clause of its contract. Violation of any substantial requirement in the affirmative action plan by a contractor or subcontractor covered by these Bid Conditions including the failure of such contractor or subcontractor to make a good faith effort to meet it fair share of the trade's goals of minority and women workforce utilization, and shall be grounds for imposition of the sanctions and penalties provided at Section 209 (a) of Executive Order 11246, as amended Each agency shall review its contractors' and subcontractors' employment practices during the performance of the contract. If the agency determines that the affirmative action plan no longer represents effective affirmative action, it shall so notify the Office of Federal Contract Compliance which shall be solely responsible for any final determination of that question and the Consequences thereof. In regard to these conditions, if the contractor or subcontractor meets its goals or if the contractor or subcontractor can demonstrate that it has made every good faith effort to meet those goals, the contractor of the subcontractor shall be presumed to be in compliance with Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions and no formal sanctions or proceedings leading toward sanctions shall be instituted unless the agency otherwise determines that the contractor or subcontractor is not providing equal employment opportunities. In judging whether a contractor or subcontractor has met its goals, the agency will consider each contractors or subcontractor's minority and women workforce utilization and will not take into consideration the minority and women workforce utilization of its subcontractors Where the agency finds that the contractor or subcontractor has failed to comply with the requirement of Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions, the agency shall take such action and impose such sanctions as may be appropriate under Executive Order and the regulations. When the agency proceeds with such formal action, it has the burden of proving that the contractor has not met the requirements of these Bid Conditions, but the contractor's failure to meet his goals shall shift to 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 91 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. 92 PROPOSAL SIGNATURE SHEET CHESTERLEY PARK PARKING LOT CITY OF YAKIMA PROJECT NO. 2014 The bidder is hereby advised that by signature of this proposal he/she is deemed to have acknowledged all requirements and signed all certificates contained herein. A proposal guaranty in an amount of five percent (5%) of the total bid, based upon the approximate estimate of quantities at the above prices and in the form as indicated below, is attached hereto: CASH ❑ IN THE AMOUNT OF CASHIER'S CHECK 0 DOLLARS CERTIFIED CHECK 0 ($ ) PAYABLE TO THE STATE TREASURER PROPOSAL BOND pATHE AMOUNT OF 5% OF THE BID ** Receipt is hereby acknowledged of addendum(s) No.(s) �— , & (509) 453-2063 PHONE NUMBER Date: , 2003 SIGNATURE OF AUTHOED OFFICIAL (S) fgnature of Authorized Official ) Larry Sali, President FIRM NAME (ADDRESS) ( Print Name of Authorized Official ) Columbia Asphalt & Gravel, Inc. P.O. Box 9337 Yakima, WA 98909 COLUMI*221 Q2 STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER FEDERAL ID No. 19 11 11 10 13 16 I4 16 16 I Note: (1) This proposal form is not transferable and any alteration of the firm's name entered hereon without prior permission from the Secretary of Transportation will be cause for considering the proposal irregular and subsequent rejection of the bid. (2) Please refer to section 1-02.6 of the standard specifications, re: "Preparation of Proposal," or "Article 4" of the Instructions to Bidders for building construction jobs. (3) Should it be necessary to modify this proposal either in writing or by electronic means, please make reference to the following proposal number in your communication. 93 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Company, wh r. . r- set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof d• -s 1547 n —.nate, constitute and appoint Don W. EMERICK, JR., Carol KORN, Jana PERKINS, Lis `i' :► s` , ra ,Lir LIVAN and Tammy R. MCKEE, all of Yakima, Washington, EACH its true an fir:+ ..ep• tt•xual 'T)t" ake, execute, seal and deliver, for, and on its behalf as surety, and as its ac : '- + �l,; n. orrrIrw,, er'takings and the execution of such bonds or undertakings in e • ,-.- :: • halll!e ; . said Company, as fully and amply, to all intents and purposes, as if the / . n •,j ,1 lot ecut •. 1.::: • by the regularly elected officers of the Company at its office in Baltimore re tha • . �ppaf•Z� s . power of attorney revokes that issued on behalf of Don W. EMERICK, JR., dat The said Assistant es eby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By -L said Company, and is now in force. IN WITNESS WHEREOF, the said Vice -President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, ND, this 6th day of July, A.D. 1998. ATTEST: T E. Smith FIDELITY AND DEPOSIT COMPANY OF MARYLAND ILA By: Assistant Secretary Paul C. Rogers Vice President State of Maryland ss: City of Baltimore f On this 6th day of July, A.D. 1998, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and bemg by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said mstrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. POA -F 180-3127 kr./ 1-4 ertni— Sandra Lynn Mooney Notary Public My Commission Expires: January 1, 2004 EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shah have power, by and with the concurrence of the Secretary or any one of the Assistant Secretanes, to appoint Resident Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in theof i affix the seal i i nature I11U1 Lgages,...a11C1 to of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate, and I do further certify that the Vice -President who executed the said Power of Attorney was one of the additional Vice -Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and bmdmg upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 28TH day of MAY , 2003 Assistant Secretary BIDDER'S CHECK LIST The bidder's attention is especially called to the following forms, which must be executed, as required, and submitted on the form purchased from the City and bound in the Contract Documents: A. PROPOSAL The unit prices, extensions and total amounts bid must be shown in the spaces provided. B. PROPOSAL SIGNATURE SHEET To be filled in and signed by the bidder. C. BOND ACCOMPANYING BID This bid form is to be executed by the bidder and the surety company unless bid is accompanied by a certified check. The amount of this bond shall be not less than 5% of the total amount bid and may be shown in dollars or on a percentage basis. 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. 95 PLANS & DETAILS Construction Details Construction Plans q. 4' 4' S = 0,02 FT/FT MP- s� �tt_�,.• r r milt •a• •. 'VT: = \ ' COMPACTED SUB GRADE 0.3' CSTC (COMPACTED DEPTH) 0.2' CLASS "A" ACP (COMPACTED DEPTH) PEDESTRIAN/BICYCLE PATHWAY City of Yakima — Engineering Division APPROVED: 5.19.03 CITY OF YAKIMA - PROJECT DETAIL ASPHALT PATHWAY P1 r . -- -1 - le.a'ti 11 •-:- . . 4' .1.1s » 2: •1 Y ."" COMPACTED SUB GRADE 0.3' CSTC (COMPACTED DEPTH) 0.2' CLASS "A" ACP (COMPACTED DEPTH) PARKING LOT PAVEMENT SECTION City of Yakima — Engineering Division APPROVED: 5.19.03 CITY OF YAKIMA - PROJECT DETAIL ASPHALT PAVEMENT P2 5' • FRONT VIEW 6" 1/2' R--\ FINISHED SURFACE PARKING LOT 4 O 4 9- a a d 1/2" R FINISHED SURFACE PATHWAY SECTION VIEW CURB PASS-THROUGH City of Yakima — Engineering Division APPROVED; 5.19.03 CITY OF YAKIMA - PROJECT DETAIL CURB PASS-THROUGH P3 WIDTH VARIES 'WO z SEE PLANS PLACE MIN e' DEPTH LARGE RIVER ROCK FOR SCOUR PROTECTION YNAY COMPACTED SUBGRADE 1 GEDTEXf1LE FABRIC URFACE DETENTION AREA City of Yakima — Engineering Division 3 DRAIN ROCK 40% VOIDS 1 APPROVED: 5.19.03 CITY OF YAKIMA - PROJECT DETAIL SURFACE DETENTION AREA P4 6" 1/2" R FINISHED SURFACE • ••d • .; ":�e << Z X _ Q D N N NOTE 1. WSDOT CLASS 3000 CONCRETE WITH COARSE AGGREGATE GRADING NO. 5. CEMENT CONCRETE PLANTER CURB City of Yakima — Engineering Division APPROVED: 9.15 99 CITY OF YAKIMA - STANDARD DETAIL CEMENT CONC. PLANTER CURB R2 CLASS 3000 CEMENT CONCRETE FULL DEPTH OF SECTION LESS 1 1/2" 1 1/2" CLASS "G" ASPHALT 12" ASPHALT PAVEMENT 1118885181111111111 m N 1111.11.11r SUBGRADE _��'♦♦♦� `>., SUBGRADE BASE =iii=♦ 1 DRY PACK ALL JOINTS AND VOIDS SMOOTH INSIDE BARREL MANHOLE ADJUSTMENT DETAIL City of Yakima — Engineering Division APPROVED: 2.10.99 CITY OF YAKIMA - STANDARD DETAIL MANHOLE ADJUSTMENT S3 CAST IRON LID FINISHED GRADE GATE OR BUTTERFLY VALVE (GATE VALVE SHOWN) NOTES UPPER SECTION SLIDING TYPE C.I. VALVE BOX (RICH MODEL 940—B, 18 INCHES HIGH) LOWER SECTION (RICH MODEL R-36, 36 INCHES HIGH) 1. PROVIDE EXTENSION PIECE WHERE REQUIRED FOR VALVE BOX. (RICH MODEL 044, 12 INCHES HIGH) 2. VALVE SIZE AND ENDS AS SPECIFIED OR INDICATED ON THE PLANS. WATER VALVE BOX City of Yakima — Engineering Division APPROVED: 7.9.99 CITY OF YAKIMA - STANDARD DETAIL WATER VALVE BOX W2 EXISTING PAVEMENT — DEPTH VARIES ASPHALT CONCRETE PATCH 1.-0" LIMITS EXCAVATION UNE 1.-0" Q 1,—O" (MIN) wwo 1 'WO ALTERNATE BACK SLOPE AT CONTRACTORS �—OPTION AND AT NO ADDITIONAL COST TO THE / CITY OF YAKIMA ACP CLASS "A 0 1.5 TIMES DEPTH OF EXISTING ASPHALT. 3" MINIMUM COMPACTED DEPTH. 2 EQUAL UFTS 6" CSBC (COMPACTED DEPTH) ASPHALT CONCRETE SURFACED EXISTING SURFACE — DEPTH VARIES GRAVEL SURFACE PATCH 1.-0" UMITS EXCAVATION UNE 1,-0" Q 1'-0" 2' CSTC (COMPACTED DEPTH) GRAVEL SURFACED UNSURFACED AREAS PATCH 1.-0" LIMITS EXCAVATION LINE 1.-0" Q wow ALTERNATE BACK SLOPE AT CONTRACTORS OPTION AND AT NO ADDITIONAL COST TO THE CITY OF YAKIMA EXISTING GROUND 1'-0" (MIN) + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + Ar /�— w� ALTERNATE BACK SLOPE AT CONTRACTORS OPTION AND AT NO ADDITIONAL COST TO THE CITY OF YAKIMA 12" MINIMUM (COMPACTED DEPTH) NATIVE MATERIAL FREE FROM ROCKS. STORE IN STOCKPILE WHEN REMOVED DURING TRENCHING. UNSURFACED AREAS NOTE 1. CONTRACTOR SHALL BE RESPONSIBLE FOR ALL SURFACE RESTORATION INCLUDING WIDER REPAIR SECTIONS RESULTING FROM ALTERNATE BACK SLOPE AT TRENCH SIDES. SURFACE REPAIR DETAIL City of Yakima — Engineering Division APPROVED: 9.15 99 CITY OF YAKIMA - STANDARD DETAIL SURFACE REPAIR DETAIL R24