Loading...
HomeMy WebLinkAboutSuperior Paving Company - 2003 Fruitvale Blvd Overlay - 28th Ave to 34th Ave i Cs4 0CIut 1 r 1 City of alma Engineering Division 1 1 2 0 o Fruitvale Blvd Overlay 3 28th Avenue to 34th Avenue i 1 1 1 Construction Contract Specifications & Bid Documents City Project No. 2015 , 1 . ikelk 129 North Second Street Noilir Phone (509) 575 -6111 Yakima, WA 98901 a, _ Fax (509) 576 -6314 1 October 2003 Ir c,, Y' ' ,, DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT ''- 0 Engineering Division 129 North Second Street A i Yakima, Washington 98901 ',, '. , • f (509) 575 -6111 • Fax 576 -6305 I K. Wendell Adams, City Engineer . November 3, 2003 . J 1 Superior Paving Company P.O. Box 10268 • Yakima, WA 98909 I ATTN: Bill Hammett Re: 2003 Fruitvale Boulevard Overlay I City of Yakima Project No. 2015 Dear Mr. Hammett: 1 The City Manager of the City of Yakima has authorized award of the above referenced project to your company on the basis of your low bid submitted on October 29, 2003, in the amount of $88,290.00. I This letter is official notification of the award of the contract to your company by the City of Yakima. I We have prepared three (3) copies of the Contract and performance bond, along with certificate of insurance information as well as one complete set of plans and specifications for your surety. You have ten (10) days from this date to sign the three (3) copies, furnish the required I Performance Bond and Certificate of Insurance and return them to our office. The complete surety set is for you to send to your surety. Your attention is directed to Section 1 -07.18 Public Liability and Property Damage Insurance (APWA only) of the . APWA Supplement to the Standard Specifications for coverage limits, additional insurance requirements and special ACORD form wording. When these items have been approved, the City will execute the contract form and bind a signed contract, certificate, and I proposal into contract document books. The three completed books will be distributed to the City Clerk, City Engineer, and Contractor. Please contact Bruce Floyd, (509) 575 -6138, within ten (10) days of this date, to schedule a pre- I construction conference and discuss various forms and documentation that must be completed and turned in to him at that Conference. The Notice to Proceed will also be discussed at the Pre- construction Conference. For your information, we are enclosing a Liability Certificate Checklist and a copy of the bid summary for this project. I Sincerely, I I2Cre-IA , "-e. . —1 K. Wendell Adams, P.E., City Engineer 11 cc: Robert Desgrosellier, Senior Engineer Bruce Floyd, Construction Supervisor Wendy Leinan, Contract Specialist y4 1 City Clerk Yakima Finance �d File rill! 1991 _Page 1 of 2 i it MI ow ow No ow me me NW ow Nis r o me ow ■o BID SUMMARY City of Yakima - 2003 FruitJale Boulevard Overlay ENGINEERS ESTIMATE Superior Paving Company Columbia Asphalt & Gravel ' • CITY OF YAKIMA PROJECT NO. 2015 Yakima, WA Yakima, WA ITEM BID SECURITY 5% Bid Bond 5% Bid Bond NO. • ITEM QTY UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT • 1 SPILL PREVENTION PLAN 1 LS $1,000.00 $1,000.00 $250.00 $250.00 . $250.00 $250.00 2 MOBILIZATION 1 LS $5,000.00 $5,000.00 $1,000.00 ' $1,000.00 _ $350.00 $350.00 3 TRAFFIC CONTROL SUPERVISOR 80 HR $35.00 $2,800.00 134.00 $2,720.00 $34.00 $2,720.00 4 MAINTENANCE AND PROTECTION OF TRAFFIC 1 LS $10,000.00 $10,000.00 $10,000.00 $10,000.00 $10,000.00 $10,000.00 5 PLANING BITUMINOUS PAVEMENT 7400 SY $1.75 $12,950.00 ' $0.85 $6,290.00 $1.50 $11,100.00 6 ASPHALT CONC. PAVEMENT CL. A WITH PG 64 -28 1400 TON $38.00 $53,200.00 $31.25 $43,750.00 $31.45 $44,030.00 7 ASPHALT CONC. PAVEMENT FOR PRELEVELING CL. G 400 TON $35.00 $14,000.00 $34.50 $13,800.00 $31.45 $12,580.00 8 FABRIC MEMBRANE INTERLAYER 10400 SY $1.20 $12,480.00 $0.70 $7,280.00 $1.00 $10,400.00 ' 9 ADJUST CATCH BASIN 4 EA $500.00 $2,000.00 $300.00 $1,200.00 $200.00 $800.00 10 REPAIR OR REPLACEMENT 1 FA $2,000.00 $2,000.00 $2,000.00 $2,000.00 $2,000.00 $2,000.00 TOTAL BID $115,430.00 $88,290.00 $94,230.00 • • • CITY ENGINEERS REPORT • s °hit • COMPETITIVE BIDS WERE OPENED ON OCTOBER 29, , ` 1 •' •. /..,,-1, CITY OF YAKI 2003. ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE. , . . + 41 \ 2003 Fruitvale Boulevard Overlay I RECOMMEND THE CONTRACT BE AWARDED TO: ' • i 'l1 Superior Paving Company ;- 1 AWARD MADE BY CITY MANAGER CITY OF YAKIMA PROJECT NO. 2015 • /0 - -ZOO h l' � a� DATE OC.27,2003 • . DATE CI ENGINEER ````v ...o-'s DATE CI MANAGER • FILE: 2003FRUITVALE GRIND B OVERLAY BIDI .PUB SHEET 1 of 1 - - - - -___ • ti "r'1 „_ DEPARTMENT OF COMMUNITYAND 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 2003 GRIND & OVERLAY ' Fruit - vale Boulevard, 28th Avenue to 34th Avenue City Project No. 2015 ' BID OPENING: October 29th, 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. Wage Rates: ' Remove the Wage Rate sheets and replace with the enclosed 27 sheets of Yakima County and Supplemental Wage Rates and Benefits dated 8- 31 -03. I 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: jW /D- Z3-2.o03 K. Wendell Adams, P.E. Date City Engineer ' * " END OF ADDENDUM NO. 1 e 1 i Yakima ' 2003 Grind & Overlay, Addendum No. 1 10/23/03 Page 1 799 I - State of Washington DEPARTMENT OF LABOR AND INDUSTRIES I Prevailing Wage Section - Telephone (360) 902 -5335 PO Box 44540, Olympia, WA 98504 -4540 Washington State Prevailing Wage Rates For Public Works Contracts I 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. , 1 YAKIMA COUNTY • Effective 08 -31 -03 I (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code I ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $25.78 1N 5D BOILERMAKERS JOURNEY LEVEL $41.02 1B 5N I BRICK AND MARBLE MASONS JOURNEY LEVEL $32.77 1M 5A CABINET MAKERS (IN SHOP) JOURNEY LEVEL $19.24 1 CARPENTERS I ACOUSTICAL WORKER $30.25 1M 5D BRIDGE, DOCK AND WARF CARPENTERS $37.67 1M 5D CARPENTER $29.99 1M 5D CREOSOTED MATERIAL $30.09 1M 5D I DRYWALL APPLICATOR $29.99 1M 5D FLOOR FINISHER $30.12 1M 5D FLOOR LAYER $30.12 1M 5D FLOOR SANDER $30.12 1M 5D I MILLWRIGHT $38.67 $37.87 1M 50 PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING 1M 5D SAWFILER $30.12 1M 5D SHINGLER $30.12 1M 5D I STATIONARY POWER SAW OPERATOR $30.12 1M 5D STATIONARY WOODWORKING TOOLS $30.12 1M 5D CEMENT MASONS JOURNEY LEVEL $29.36 1N 5D DIVERS & TENDERS I DIVER $79.57 1M 5D 8A DIVER TENDER $40.67 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $37.22 1B 5D 8L I ASSISTANT MATE (DECKHAND) $36.78 1B 5D 8L BOATMEN $37.22 1B 5D 8L ENGINEER WELDER $37.27 18 5D BL LEVERMAN, HYDRAULIC $38.66 1B 5D 8L I MAINTENANCE $36.78 1B 5D 8L MATES $37.22 16 5D 8L OILER $36.88 1B 5D 8L DRYWALL TAPERS I JOURNEY LEVEL $27.03 1P 5A ELECTRICIANS - INSIDE JOURNEY LEVEL $41.11 1J 5A ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER $47.12 4A 5A I 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 I 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 I POWDERPERSON $32.34 4A 5A Page 1 ' 1 /23/03• . Pa e 2 2003 Grind &Overlay, Addendum No. 1 0 9 • III f f YAKIMA COUNTY Effective 08 -31 -03 I (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRONIC & TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $12.07 1 I ELEVATOR CONSTRUCTORS MECHANIC $46.46 4A 6Q MECHANIC IN CHARGE $51.14 4A 6Q LABORER $7.01 1 PRODUCTION WORKER $7.15 1 I FENCE ERECTORS FENCE ERECTOR $21.64 1 FLAGGERS JOURNEY LEVEL $24.06 1N 5D I GLAZIERS JOURNEY LEVEL $19.51 1B 61 HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $23.18 1 I HOD CARRIERS & MASON TENDERS JOURNEY LEVEL $26.26 1N 5D INSULATION APPLICATORS JOURNEY LEVEL $32.91 1 IRONWORKERS I JOURNEY LEVEL $39.92 1B 5A LABORERS ALL CLASSIFICATIONS . $18.12 1 LANDSCAPE CONSTRUCTION I 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 $29.99 1M 5D PAINTERS JOURNEY LEVEL $20.05 1 PLASTERERS JOURNEY LEVEL $39.33 1R 5A I PLUMBERS & PIPEFITTERS JOURNEY LEVEL $44.58 10 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $36.19 17 5D 8L 1 BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER) $38.73 1T 50 8L BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YD) $39.19 1T 50 8L BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH $39.70 1T 5D 8L BACKHOES, (75 HP & UNDER) $38.36 1T 5D 8L I BACKHOES, (OVER 75 HP) $38.73 1T 5D BL BARRIER MACHINE (ZIPPER) $38.73 1T 5D 8L • BATCH PLANT OPERATOR, CONCRETE $38.73 17 5D 8L BELT LOADERS (ELEVATING TYPE) $38.36 IT 5D 8L BOBCAT $36.19 iT 50 8L BROOMS $36.19 iT 1 T 5D 8L BUMP CUTTER $38.73 5D 8L CABLEWAYS $39.19 1T 5D 8L CHIPPER $38.73 1T 5D 8L I COMPRESSORS $36.19 1T 5D 8L CONCRETE FINISH MACHINE -LASER SCREED $36.19 1T 5D 8L CONCRETE PUMPS $38.36 11 - 5D 8L CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT • $38.73 1T 5D 8L CONVEYORS $38.36 1T 5D 8L CRANES, THRU 19 TONS, WITH ATTACHMENTS $38.36 1T 5D 8L CRANES, 20 - 44 TONS, WITH ATTACHMENTS $38.73 1T 5D 8L CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING $39.19 IT 5D 8L I JIB WITH ATACHMENTS) Page 2 II • 2003 Grind & Overlay, Addendum No. 1 10/23/03 • Page 3 1 , I YAKIMA COUNTY Effective 08 -31 -03 I (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 $39.70 1T 5D BL WITH ATTACHMENTS) I CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $40.21 1T 50 8L WITH ATTACHMENTS) CRANES, A- FRAME, 10 TON AND UNDER $36.19 1T 5D 8L CRANES, A- FRAME, OVER 10 TON $38.36 IT 5D 8L I CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $40.73 1T 50 BL ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE (20 - 44 TONS) $38.73 1T 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (45 - 99 TONS) $39.19 1T 5D BL CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $39.70 1T 50 8L CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $39.70 1T 5D 8L CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $40.21 1T 5D 8L CRUSHERS • $38.73 IT 5D BL DECK ENGINEER/DECK WINCHES (POWER) $38.73 1T 5D 8L I DERRICK, BUILDING $39.19 1T 5D 8L DOZERS, D -9 & UNDER $38.36 IT 5D 8L DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $38.36 1T 5D 8L DRILLING MACHINE $38.73 1T 5D 8L ' ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $36.19 1T 5D 8L EQUIPMENT SERVICE ENGINEER (OILER) $38.36 1T 5D 8L FINISHING MACHINE /BIDWELL GAMACO AND SIMILAR EQUIP $38.73 1T 5D 8L FORK LIFTS, (3000 LBS AND OVER) $38.36 1T 50 8L I FORK LIFTS, (UNDER 3000 LBS) $36.19 1T 5D 8L GRADE ENGINEER $38.36 1T 5D 8L GRADECHECKER AND STAKEMAN $36.19 1T 5D BL GUARDRAIL PUNCH $38.73 1T 5D 8L I HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $38.36 1T 5D 8L HORIZONTAUDIRECTIONAL DRILL LOCATOR $38.36 1T 50 8L HORIZONTAUDIRECTIONAL DRILL OPERATOR $38.73 1T 5D 8L HYDRALIFTS/BOOM TRUCKS (10 TON & UNDER) $36.19 IT 5D 8L II HYDRALIFTS /BOOM TRUCKS (OVER 10 TON) $38.36 1T 5D 8L LOADERS, OVERHEAD (6 YD UP TO 8 YD) $39.19 1T 5D 8L LOADERS, OVERHEAD (8 YD &OVER) $39.70 IT 5D 8L LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $38.73 ' 1T 5D 8L II LOCOMOTIVES, ALL $38.73 1T 5D 8L MECHANICS, ALL $39.19 1T 5D 8L MIXERS, ASPHALT PLANT $38.73 1T 5D 8L MOTOR PATROL GRADER (FINISHING) $38.73 IT 5D 8L MOTOR PATROL GRADER (NON- FINISHING) $38.36 1T 5D 8L I MUCKING MACHINE, MOLE, TUNNEL DRILL AND /OR SHIELD $39.19 1T 5D 8L OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $36.19 1T 5D 8L OPERATOR PAVEMENT BREAKER $36.19 1T 5D 8L I PILEDRIVER (OTHER THAN CRANE MOUNT) $38.73 1T 5D SL PLANT OILER (ASPHALT, CRUSHER) $38.36 1T 5D 8L POSTHOLE DIGGER, MECHANICAL $36.19 1T 5D 8L POWER PLANT $36.19 1T 5D 8L I PUMPS, WATER $36.19 1T 5D 8L QUAD 9, D -10, AND HD 41 $39.19 IT 5D BL REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $39.19 1T 5D 8L EQUIP RIGGER AND BELLMAN $36.19 1T 5D 8L ROLLAGON $39.19 1T 5D 8L ROLLER, OTHER THAN PLANT ROAD MIX $36.19 1T 5D 8L ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $38.36 1T 5D 8L ROTO -MILL, ROTO- GRINDER $38.73 1T 5D 8L I SAWS, CONCRETE $38.36 1T 5D 8L Page 3 I 2003 Grind & Overlay, Addendum No. 1 10/23/03 Page 4 1 YAKIMA COUNTY Effective 08 -31 -03 (See Benefit Code Key) Over PREVAILING Time Holiday Note I Classification WAGE Code Code Code SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $38.73 1T 5D 8L OFF -ROAD EQUIPMENT ( UNDER 45 YD) I SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $39.19 1T 5D 8L OFF -ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $38.36 iT 5D 8L SCREED MAN $38.73 1T 5D 8L SHOTCRETE GUNITE $36.19 1T 5D 8L I SLIPFORM PAVERS $39.19 1T 5D 8L SPREADER, TOPSIDE OPERATOR - BLAW KNOX $38.73 iT 5D 8L SUBGRADE TRIMMER $38.73 1T 5D 8L ill TOWER BUCKET ELEVATORS $38.36 iT 5D 8L TRACTORS, (75 HP & UNDER) $38.36 1T 5D 8L TRACTORS, (OVER 75 HP) $38.73 1T 5D 8L • TRANSFER MATERIAL SERVICE MACHINE $38.73 1T 5D 8L TRANSPORTERS, ALL TRACK OR TRUCK TYPE $39.19 iT 5D 8L TRENCHING MACHINES $38.36 1T 5D 8L TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $38.36 1T 5D 8L TRUCK CRANE OILER/DRIVER (100 TON & OVER) $38.73 1T 5D 8L TRUCK MOUNT PORTABLE CONVEYER $38.73 1T 50 8L WHEEL TRACTORS, FARMALL TYPE $36.19 1T 5D 8L YO YO PAY DOZER $38.73 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 III TREE TRIMMER GROUNDPERSON $20.28 4A 5A REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC $44.58 1Q 5A ROOFERS JOURNEY LEVEL $27.03 1J 51 USING IRRITABLE BITUMINOUS MATERIALS $30.03 1J 51 SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $36.29 1B 5A I SOFT FLOOR LAYERS JOURNEY LEVEL $21.76 1 N 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $7.01 1 SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL SURVEYORS $34.90 1R 51 CHAIN PERSON $9.25 1 INSTRUMENT PERSON $12.05 1 I 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 I $25.42 2B 5A SPECIAL APPARATUS INSTALLER II $24.87 2B 5A I TELEPHONE EQUIPMENT OPERATOR (HEAVY) 2B 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $23.53 2B 5A TELEVISION GROUND PERSON $12.73 28 5A TELEVISION LINEPERSON /INSTALLER $17.47 2B 5A I TELEVISION SYSTEM TECHNICIAN $21.10 2B 5A TELEVISION TECHNICIAN $18.82 2B 5A Page 4 1 2003 Grind & Overlay, Addendum No. 1 10/23/03 Page 5 I I YAKIMA COUNTY Effective 08 -31 -03 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TREE TRIMMER $23.53 2B 5A TERRAZZO WORKERS & TILE SETTERS I JOURNEY LEVEL $25.66 2M 5A T ILE, MARBLE & TERRAZZO FINISHERS FINISHER $21.86 2M 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $30.40 1K 5A I TRUCK DRIVERS ASPHALT MIX $14.19 1 DUMP TRUCK $27.09 2G 61 DUMP TRUCK & TRAILER $27.09 2G 61 I OTHER TRUCKS $27.09 2G 61 TRANSIT MIXER $27.09 2G 61 WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $11.15 1 I OILER $9.20 1 WELL DRILLER $17.68 1 I I I I I I I I I Page 5 2003 Grind & Overlay, Addendum No. 1 10/23/03 Page 6 . 1 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. 1 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, WSDOTs Predetermined List, or for ' determinations of covered and non - covered workers shall be directed to State L &I at (360) 902 -5330. I i $$1$$ Supplemental To Wage Rates $$2$$ Page 1 2003 Grind & Overlay, Addendum No. 1 10/23/03 Page 7 I 1 I WSDOT's Predetermined List for Suppliers - Manufacturers - Fabricators Below is a list of otentiall prefabricated items, originally furnished by WSDOT to P Y 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 I considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L &I's policy statement. I ITEM DESCRIPTION YES NO 1. Manhole Ring & Cover - manhole type 1, 2, 3, and 4 X for bridges. For use with Catch Basin type 2. The casting to meet AASHTO -M -105, class 30 gray iron casting. See Std. Plan B -1f, B -23a, B -23b, I B -23c, and B -23d. I 2. Frame & Grate - frame and Grate for Catch Basin type X 1, IL, 1P, 2, 3, 4 and Concrete Inlets. Cast frame may be grade 70 -36 steel, class 30 gray cast iron or I 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. I 3. Grate Inlet & Drop Inlet Frame & Grate - Frame and X Grate for Grate Inlets Type 1 or 2 or Drop Inlet. I Angle iron frame to be cast into top of inlet. See Std. Plan B-4b or B-4h. Frames & Grates to be galvanized. I 4. Concrete Pipe - Plain Concrete pipe and reinforced X I concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. I 5. Concrete Pipe - Plain Concrete pipe and reinforced X concrete pipe Class 2 to 5 sizes larger than 60 inch I diameter. I $$i$$ Supplemental To Wage Rates $$2$$ Page 2 2003 Grind & Overlay, Addendum No. 1 10/23/03 Page 8 I YES NO I 6. Corrugated Steel Pipe - Steel lock seam corrugated X I pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, 1 thru 5. I 7. Corrugated Aluminum Pipe - Aluminum lock seam X corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, #5. 8. Anchor Bolts & Nuts - Anchor Bolts and Nuts, for X mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. See Contract Plans and Std. Plans for size and material type. I 9. Aluminum Pedestrian Handrail - Pedestrian handrail X conforming to the type and material specifications set ' forth in the contract plans. Welding of aluminum shall be in accordance with Section 9- 28.15(3). 10. Major Structural Steel Fabrication - Fabrication of X major steel items such as trusses, beams, girders, etc., I for bridges. I 11. Minor Structural Steel Fabrication - Fabrication of X minor steel items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, ' etc., involving welding, cutting, punching and /or boring of holes. See Contact Plans for item description and shop drawings. I 12. Aluminum Bridge Railing Type BP - Metal bridge railing X conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in accordance with Section 9- 28.15(3). $$1$$ Supplemental To Wage Rates $$2$$ Page 3 2003 Grind &O y, Overlay, Addendum No. 1 10/23/03 Page 9 I . . I YES NO 13. Concrete Piling -- Precast - Prestressed concrete piling for X use as 55 and 70 ton concrete piling. Concrete to conform to I Section 9 -19.1 of Std. Spec.. Shop drawings for approval shall be provided per Section 6- 05.3(3) of the Std. Spec. I 14. Manhole Type 1, 2, 3 and 4 - Precast Manholes with risers X and flat top slab and /or cones. See Std. Plans. I 15. Drywell - Drywell as specified in Contract Plans. X I 16. Catch Basin - Catch Basin type 1, 1L, 1P, 2, 3, and 4, X I including risers, frames maybe cast into riser. See Std. Plans. I 17. Precast Concrete Inlet - Concrete Inlet with risers, X frames may be cast into risers. See Std. Plans. I I 18. Drop Inlet Type 1 - Drop Inlet Type 1 with support X angles and grate. See Std. Plans B -4f and B-4h. 1 19. Drop Inlet Type 2 - Drop Inlet type 2 with support X angles and grate. See Std. Plans B-4g and B-4h. I 20. Grate Inlet Type 2 - Grate Inlet Typ e 2 with risers and X top unit with bearing angles. 1 Precast Concrete Utility Vaults - Precast Concrete X I 21. 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 I are to be provided for approval prior to casting. I I Supplemental To Wage Rates $$2$$ Page 4 I 2003 Grind Overlay, Overla , Addendum No. 1 10/23/03 Page 10 1 YES NO I 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. 1 24. Precast Concrete Barrier - Precast Concrete Barrier for X use as new barrier or may also be used as Temporary Concrete Barrier. Only new state approved barrier may be used as permanent barrier. 25. Reinforced Earth Wall Panels - Reinforced X Earth Wall Panels in size and shape as shown in the Plans. Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing. Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab. ' 26. Precast Concrete Walls - Precast Concrete Walls - X tilt -up wall panel in size and shape as shown in Plans. Fabrication plant has annual approval for methods and materials to be used. 27. Precast Railroad Crossings - Concrete Crossing Structure X Slabs. 28. 12, 18 and 26 inch Standard Precast Prestressed X Girder - Standard Precast Prestressed Girder for use in ' structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)c. 1 t . $$1$$ Supplemental To Wage Rates $$2$$ Page 5 2003 Grind & Overlay, Addendum No. 1 10/23/03 Page 11 I YES NO I 29. Prestressed Concrete Girder Series 4 -14 - X Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval of methods and II materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)c. I 30. Prestressed Tri -Beam Girder - Prestressed Tri -Beam X Girders for use in structures. Fabricator plant has I annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)c. 1 31. Prestressed Precast Hollow -Core Slab - Precast X I 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. I Section 6- 02.3(25)c. I 32. Prestressed -Bulb Tee Girder - Bulb Tee Prestressed X Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. . Shop Drawing to be provided for approval prior to 1 casting girders. See Std. Spec. Section 6- 02.3(26)A. 1 33. Monument Case and Cover - To meet AASHTO -M -105 class X • 30 gray iron casting. See Std. Plan H -7. I 34. Cantilever Sign Structure - Cantilever Sign Structure X fabricated from steel tubing meeting AASHTO -M -183. See Std. I Plans G -3, G -3a, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO -M -111. I 35. Mono -tube Sign Structures - Mono -tube Sign Bridge X I fabricated to details shown in the Plans. Shop drawings for approval are required prior to fabrication. I t $$1$$ Supplemental To Wage Rates $$2$$ Page 6 2003 Grind d & Overlay, Addendum No. 1 10/23/03 Page 12 I YES NO I 1 36. Steel Sign Bridges - Steel Sign Bridges fabricated X from steel tubing meeting AASHTO -M -138 for Aluminum Alloys. See Std. Plans G -2, G2a, G -2b, and Contract Plans for I details. The steel structure shall be galvanized after fabrication in accordance with AASHTO -M -111. 1 37. Steel Sign Post - Fabricated steel sign posts as detailed X in Std. Plan G -8. Shop drawings for approval are to be provided prior to fabrication. I I 38. Light Standard - Prestressed - Spun, prestressed, hollow, X concrete poles. I 39. Light Standards - Lighting Standards for use X on highway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. I Plan J -1, J -1 a, and J -1 b. See Special Provisions for pre- approved drawings. I 40. Traffic Signal Standards - Traffic Signal Standards for X use on highway and /or street signal systems. Standards I 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. I X 41. Traffic Curb, Type A or C Precast - Type A or C Precast traffic curb, for use in construction I 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 I for approval by Engineer. I I I $$1$$ Supplemental To Wage Rates $$2$$ Page 7 I 2003 Grind & Overlay, Addendum No. 1 10/23/03 Page 13 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. 1 43. Cutting & bending reinforcing steel X 44. Guardrail components X X custom standard end sect. sect. 1 45. Aggregates /Concrete mixes Covered by WAC 296 - 127 -018 I 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 I $$1$$ Supplemental To Wage Rates $$2$$ Page 8 I Pa e 14 2003 Grind & Overlay, Addendum No. 1 10/23/03 9 I YES NO 51. Standard Dimension lumber X i 52. Irrigation components X 53. Fencing materials X 54. Guide Posts X i 55. Traffic Buttons X 1 56. Epoxy X 57. Cribbing X ' 58. Water distribution materials X 59. Steel "H" piles X 1 60. Steel pipe for concrete pile casings X 61. Steel pile tips, standard X 62. Steel pile tips, custom X 1 1 $$1$$ Supplemental To Wage Rates $$2$$ Page 9 2003 Grind & Overlay, Addendum No. 1 10/23/03 Page 15 • I I WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 08/31/03 METAL FABRICATION (IN SHOP) I Over PREVAILING Time Holiday Note Classification WAGE Code Code Code I Counties Covered: Adams, Asotin, Columbia, Douglas, Ferry, Franklin, Garfield Kittitas, Lincoln, Okanogan, Pend Oreille, Stevens, Walla Walla and Whitman I Fitter 12.76 1 Welder 12.76 1 I Machine Operator 12.66 1 Painter 10.20 1 Laborer 8.13 1 I Counties Covered: Benton I Welder 16.70 1 Machine Operator 10.53 1 Painter 9.76 1 Laborer 7.06 1 I Counties Covered: • Chelan I Fitter 15.04 1 Welder 12.24 1 Machine Operator 9.71 1 I Painter 9.93 1 Laborer 8.77 1 Counties Covered: Clallam, Grays Harbor, Island, Jefferson, Lewis, Mason, Pacific, San Juan and Skagit I Fitter 15.16 1 Welder 15.16 1 Machine Operator 10.66 1 Painter 11.41 1 I Laborer 11.13 1 I I I $$1$$ Supplemental To Wage Rates $$2$$ Page 10 I 2003 Grind & Overlay, Addendum No. 1 10/23/03 Page 16 I I I METAL FABRICATION (IN SHOP) 08/31/03 Over I Classification PREVAILING Time Holiday Note WAGE Code Code Code Counties Covered: I Clark • Layerout 24.06 1J 6U Fitter 23.69 1J 6U I Welder 23.13 1J 6U Painter 20.51 1J 6U Machine Operator 17.86 1J 6U I Laborer 17.21 1J 6U Counties Covered: Snohomish I Fitter 15.38 1 Welder 15.38 1 I Machine Operator 8.84 1 Painter 9.98 1 Laborer 9.79 1 I Counties Covered: • Spokane Fitter 12.59 1 I Welder 10.80 1 Machine Operator 13.26 1 Painter 10.27 1 I Laborer 7.98 1 Counties Covered: Thurston I Layerout 24.49 1R 6T Fitter 22.51 1R 6T Welder 20.51 1R 6T I Machine Operator 17.53 1R 6T Laborer 14.56 1R 6T I Counties Covered: Whatcom Fitter/Welder 13.81 1 I Machine Operator 13.81 1 Laborer 9.00 1 I 1 $$1$$ Supplemental To Wage Rates $$20 Page 11 I Pa a 17 2003 Grind & Overlay, Addendum No. 1 10/23/03 9 I I METAL FABRICATION (IN SHOP) 08/31/03 Over I Classification PREVAILING Time Holiday Note WAGE Code Code Code Counties Covered: I Yakima Fitter 12.00 1 Welder . 11.32 1 I Machine Operator 11.32 1 Painter 12.00 1 Laborer 10.31 1 I Counties Covered: Cowlitz I Fitter 21.99 1B 6V Welder 21.99 16 6V Machine Operator 21.99 1B 6V Laborer - 15.87 1B 6V Counties Covered: Grant I Fitter _ 10.79 1 Welder 10.79 1 Painter 7.45 1 I Counties Covered: King I Fitter 15.86 1 Welder 15.48 1 Machine Operator 13.04 1 I Painter 11.10 1 Laborer 9.78 1 I Counties Covered: Kitsap Fitter 26.96 1 I Welder 13.83 1 Machine Operator 13.83 1 Laborer 7.01 1 I I .. $$1$$ Supplemental To Wage Rates $$2$$ Page 12 I Paa18 2003 Grind & Overlay, Addendum No. 1 10/23/03 9 • ' METAL FABRICATION (IN SHOP) 08/31/03 Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: Klickitat, Skamania and Wahkiakum Fitter/Welder 16.99 1 Machine Operator 17.21 1 Painter 17.03 1 Laborer 10.44 1 ' Counties Covered: Pierce Fitter 15.25 1 Welder 13.98 1 Machine Operator 13.98 1 Laborer 9.25 1 1 1 1 1 1 1 1 1 I Su Supplemental To Wage $$1$$ PP a Rates 9 $$2$$ Page 13 2003 Grind & Overlay, Addendum No. 1 10/23/03 Page 19 I • • I I WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 08/31/03 FABRICATED PRECAST CONCRETE PRODUCTS 1 Over PREVAILING Time Holiday Note Classification WAGE Code Code Code I Counties Covered: Adams, Asotin, Benton, Columbia, Douglas, Ferry, I Garfield, Grant, Lincoln, Okanogan, Pend Oreille, Stevens, Walla Walla, and Whitman All Classifications 9.96 1 I Counties Covered: Franklin 1 All Classifications 11.50 1 Counties Covered: I King All Classifications 11.35 2K 6S ' Counties Covered: Pierce 1 All Classifications 9.28 1 Counties Covered: • I Chelan, Kittitas, Klickitat and Skamania All Classifications 8.61 1 I Counties Covered: . Clallam, Clark, Cowlitz, Grays Harbor, Island, Jefferson, Kitsap, Lewis, Mason; Pacific, San Juan, Skagit, Snohomish, Thurston, I Wahkiakum All Classifications 13.50 1 I 1 $$1$$ Supplemental To Wage Rate s $$2$$ • Page 14 I 2003 Grind & Overlay, Addendum No. 1 10/23/03 Page 20 I WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 08/31/03 FABRICATED PRECAST CONCRETE PRODUCTS ' Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ' Counties Covered: Spokane ' All Classifications 20.23 1 Counties Covered: Yakima Craftsman 8.65 1 ' Production Worker 7.15 1 Laborer 7.01 1 Counties Covered: Whatcom All Classifications 13.67 1 1 1 I t 1 $$1$$ Supplemental To Wage Rates $$2$$ Page 15 2003 Grind & Overlay, Addendum No. 1 10/23/03 Page 21 y, 1 ' Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of. Gravel, Concrete, Asphalt, etc.) The following two letters from the State Department of Labor and Industries (State L &I) dated August 18, 1992 and June 18, 1999, clarify the intent and establish policy ' for administrating the provisions of WAC 296 - 127 -018 COVERAGE AND EXEMPTIONS OF WORKERS INVOLVED IN THE PRODUCTION AND DELIVERY OF GRAVEL, CONCRETE, ASPHALT, OR SIMILAR MATERIALS. Any firm with questions regarding the policy, these letters, or for determinations of covered and non - covered workers shall be directed to State L &I at (360) 902 -5330. ' Effective September 1, 1993, minimum prevailing wages . for all work covered by WAC 296 - 127 -018 for the production and /or delivery of materials to a public works contract will be found under the regular classification of work for Teamsters, Power I Equipment Operators, etc. • 1 1 1 ; 1 $$1$$ Supplemental To Wage Rates $$2$$ Page 16 2003 Grind & Overlay, Addendum No. .1 10/23/03 Page 22 1 • ' ESAC DIVISION - TELEPHONE (206) 586 -6887 PO BOX 44540, OLYMPIA, WASHINGTON 98504 -4540 ' August 18, 1992 • TO: All Interested Parties ' FROM: Jim P. Christensen Acting Industrial Statistician SUBJECT: Materials Suppliers - WAC 296 - 127 -018 This memo is intended to provide greater clarity regarding the application of WAC 296 - 127 -018 to awarding agencies, contractors, subcontractors, material suppliers and other interested parties. The information contained herein should not be construed to cover all possible scenarios which might require the payment of prevailing wage. The absence of a particular activity under the heading "PREVAILING WAGES ARE REQUIRED FOR" does not mean that the activity is not ' covered. Separate Material Supplier Equipment Operator rates have been eliminated. For those cases where a production facility is set up for the specific purpose of supplying materials to a public works construction site, prevailing wage rates for operators of equipment such as crushers and batch plants can be found under Power Equipment Operators. ' PREVAILING WAGES ARE REQUIRED FOR: 1. Hauling materials away from a public works project site, including excavated materials, demolished materials, etc. ' 2. Delivery of materials to a public works project site using a method that involves incorporation of the delivered materials into the project site, such as spreading, leveling, rolling, etc. 3. The production of materials at a facility that is established for the specific, but not necessarily exclusive, purpose of supplying materials for a public works project. 4. Delivery of the materials mentioned in #3 above, regardless of the method of delivery. PREVAILING WAGES ARE NOT REQUIRED FOR: 1. The production of materials by employees of an established materials supplier, ' in a permanent facility, as well as the delivery of these materials, as long as delivery does not include incorporation of the materials into the job site. 2. Delivery of materials by a common or contract carrier, as long as delivery does not include incorporation of the materials into the job site. 3. Production of materials for unspecified future use. $$1$$ Supplemental To Wage Rates $$2$$ Page 17 2003 Grind &.Overlay, Addendum No. 1 10/23/03 Page 23 ' �a6 57nree4 • o` 5. �� ieay ' jOy STATE OF WASHINGTON DEPARTMENT OF LABOR AND INDUSTRIES June 18, 1999 TO: Kerry S. Radcliff, Editor ' Washington State Register FROM: Gary Moore, Director Department of Labor and Industries ' SUBJECT: Notice re WAC 296- 127 -018, Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, ' or similar materials The department wishes to publish the following Notice in the next edition of the Washington State Register: ' NOTICE Under the current material supplier regulations, WAC 296- 127 -018, the department takes the position that prevailing wages do not apply to the delivery of wet concrete to public works sites, unless the drivers do ' something more than just deliver the concrete. Drivers delivering concrete into a crane and bucket, hopper of a pump truck, or forms or footings, are not entitled to prevailing wages unless they operate machinery or use tools that screed, float, or put a finish on the concrete. ' This position applies only to the delivery of wet concrete. It does not extend to the delivery of asphalt, sand, gravel, crushed rock, or other similar materials covered under WAC 296 - 127 -018. The department's position applies only to this regulation. If you need additional information regarding this matter, please contact Greg Mowat, Program Manager, Employment Standards, at P.O. Box 44510, Olympia, WA 98504 -4510, or call (360) 902 -5310. Please publish the above Notice in WSR 99 -13. If you have questions or need additional information, please call Selwyn Walters at 902 -4206. Thank you. Cc: Selwyn Walters, Rules Coordinator Patrick Woods, Assistant Director Greg Mowat, Program Manager MSS Supplemental to Wage Rates S�2S$ 18 2003 Grind & Overlay, Addendum No. 1 10/23/03 Paae 24 I BENEFIT CODE KEY - EFFECTIVE 08 -31 -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 I 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. . I 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 I 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) I 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. I F. THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. I 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 I 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 I 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 I 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 I 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 I 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 SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. I ON 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. I 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. 1 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 l ONE -HALF TIMES THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. • t • 2003 Grind & Overlay, Addendum No. 1 10/23/03 Page 25 • BENEFIT CODE KEY - EFFECTIVE 08 -31 -03 -2- ' 1. T. ALL HOURS WORKED ON SATURDAYS, EXCEPT MAKE -UP DAYS, SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED AFTER 6:00PM SATURDAY TO 6:00AM MONDAY AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ' U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE -UP DAYS) SHALL BE PAID AT ONE AND ONE - HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. 1 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. A. THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE - HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ' F. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ' G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY. H. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS 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 IN ADDITION TO THE HOLIDAY PAY. I. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE - HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ' J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS .. WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO • THE HOLIDAY PAY. 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 OF WAGE. . I RATE 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. 1 2003 Grind & Overlay, Addendum No. 1 10/23/03 Page 26 I BENEFIT CODE KEY - EFFECTIVE 08 -31 -03 -3- I HOLIDAY CODES 5. A. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY I B. AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). 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). I 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 I 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 I G. DAY (9). HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7). I 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 I 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). I O. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). I 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). I 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. I V. PAID HOLIDAYS: SIX (6) PAID HOLIDAYS. W. PAID HOLIDAYS: NINE (9) PAID HOLIDAYS. • • I 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). I 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, I 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). I 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). I 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 1 AFTER CHRISTMAS DAY (9). 1 2003 Grind & Overlay, Addendum No. 1 10/23/03 Page 27 • • • BENEFIT CODE KEY - EFFECTIVE 08 -31 -03 -g - I 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). 1. 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, VETERAN'S DAY THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY. UNPAID HOLIDAY_ PRESIDENTS' DAY. S. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING I DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (8). . 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 1 U. CHRISTMAS DAY, AND CHRISTMAS DAY (9). HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY (9). V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE (10). W. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE CHRISTMAS DAY (10). X. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING . DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY, 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, ' N. LEVELS C & D: $0.50. • 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. • i 2003 Grind & Overlay, Addendum No. 1 10/23/03 _ Page 28 ' City Of Yakima 2003 FRUITVALE BLVD. OVERLAY 1 28 Avenue to 34 Avenue City Project No. 2015 1 I 1 y AD4 of WASI iffISI O ti 4 15 29619 Cy ° i? A fISTER � SSI ONAL E��1 EXPIRES 1 1 /17/2003 1 Construction Contract Specifications & Bid Documents October 2003 1 1 1 I I CONTENTS CITY OF YAKIMA 2003 Fruitvale Blvd. Overlay t 28 th Avenue to 34 Avenue City Project No. 2015 . SECTION I PAGE INVITATION TO BID 5 STANDARD SPECIFICATIONS Standard Specifications 7 Amendments to the 2002 Standard Specifications 7 I CONTRACT PROVISIONS Special Provisions 37 Project Description 37 I 1 -02 Bid Procedures and Conditions 37 1 -03 Award and Execution of Contract 37 1 -04 Scope of Work 38 1 -05 Control of Work .. 38 I 1 -06 Control of Materials 38 1 -07 Legal Relations and Responsibilities to the Public 40 1 -08 Prosecution and Progress 56 1 -10 Temporary Traffic Control 57 I 2 -07 Watering 59 5 -04 Asphalt Concrete Pavement 60 7 -05 Manholes, Inlets, Catch Basins, and Drywells 65 8 -30 Repair or Replacement (New Section) 66 I 9 -03 Aggregates . 67 Contract Form 69 I Performance Bond Form 71 Informational Certificate of Insurance 73 Informational Additional Insured Endorsement 75 Minimum Wage Affidavit Form 77 I PREVAILING WAGE RATES ' Prevailing Wage Rates 79 State Wage Rates (follow this page as attachments) 81 PROPOSAL Proposal Form 83 I Item Proposal Bid Sheet 85 Bid Bond Form 87 Non - Collusion Declaration 89 Non- Discrimination Provision • 91 I . Subcontractor List 93 Women and Minority Business Enterprise Policy 95 Council Resolution 97 Affirmative Action Plan 99 I Bidders Certification 101 Subcontractors Certification 103 3 i . 1 Materially and Responsive 105 Proposal Signature Sheet 107 Bidders Check List - 109 PLANS & DETAILS Project Details Standard Details Traffic Control Plan Construction Plans • • • 1 1 1 1 1 1 1 1 4 1 ' INVITATION TO BID NOTICE IS HEREBY GIVEN that sealed bids will be received by the City Clerk of the City of ' Yakima, 129 North 2nd Street, Yakima, Washington, 98901of Yakima, until 2:00 PM on October 29, 2003 and will then and there be opened and publicly read for the construction of CITY OF YAKIMA 2003 Fruitvale Blvd. Overlay 28 Avenue to 34 Avenue _ City Project No. 2015 This project consists of furnishing all labor, materials, and equipment required to rotomill and overlay Fruitvale Blvd. from 28` Ave. to 34 Ave. This will include planing bituminous pavement, paving with asphalt concrete pavement Cl. A and G, installing a fabric membrane, adjusting catch basins, and other ' work, all in accordance with the Plans and Specifications as prepared by the City Engineer of the City of Yakima. ' Plans, Specifications, and bid forms are available from THE OFFICE OF THE CITY ENGINEER located at 129 North 2 " Street, Yakima, WA 98901, and may be obtained for a fee of $30.00 for each set, non- refundable. ' Informational copies of Plans and Specifications are on file for review at the office of the City Engineer in Yakima, WA, and at plan centers in Yakima and Kennewick, WA. Apre -bid conference will be held at Yakima City Hall CED Conference Room, Second Floor, 129 North ' 2n Street, Yakima, Washington at 10:00 AM on October 22, 2003. The conference will feature project discussion, DBE Contractor participation, and the Affirmative Action Plan. ' Each bid or proposal must be accompanied by cash, bond, or a certified check, payable to the order of the City Treasurer of the City of Yakima, for the sum of not less than 5% of said bid or proposal and none will be considered unless accompanied by such deposit, to be forfeited to the City of Yakima in the event the successful bidder shall fail or refuse to enter into a contract with the City for the making and construction of the aforesaid improvement. All bids or proposals must be in writing, sealed, and filed with the City Clerk on or before the day and hour mentioned. The City reserves the right to reject any or all bids and proposals. DATED this 14th day of October, 2003. (SEAL) Karen S. Roberts City Clerk • 1 PUBLISH: Oct. 15, 2003 • ' Oct. 16, 2003 1 5 1 I STANDARD SPECIFICATIONS Standard Specifications Amendments to the 2002 Standard Specifications I t STANDARD SPECIFICATIONS The 2002 Standard Specifications for Road, Bridge, and Municipal Construction published by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association are, by this reference, made part of these Contract Documents. Except as may be amended, modified, or supplemented hereinafter, each section of the Standard. Specifications shall be considered as much a part of these Contract Documents as if they were actually set forth herein. ' The APWA Supplement to DIVISION 1 (Division 1 -99) of the 2002 Standard Specifications for Road, Bridge, and Municipal Construction will apply to this Contract. 1 INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 2002 Standard Specifications for Road, Bridge, and Municipal Construction (English). 1 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. 1 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. 1 SECTION 1 -99, APWA SUPPLEMENT ' - August 4, 2003 DIVISION 1, APWA SUPPLEMENT t The introduction paragraph on page 1 -109 is revised to read: The following pages are identified as "Division 1 -99, APWA Supplement ", and are for the purpose of deleting, revising, replacing, or adding to•the sections of Division 1. These Division 1 -99 specifications are to be used only when the Bid Documents specifically state that the Division 1 -99 APWA Supplement will apply for the contract, and are to be used only for city and county projects that are advertised and awarded at the local level. The Division 1 -99 APWA Supplement does not apply to any project that is administered by the Washington State Department of Transportation Section 1.01.3 (APWA Only) page 1 -111 The third paragraph is revised to read as follows: 7 1 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 ualified by experience, financing, equipment, and organization to do the q Y 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 ro osal shall be submitted in a sealed envelope, with the Project Name and Project P P P Project as stated in the Advertisement for Bids clearly marked on the outside of the envelope, or as otherwise stated in the Bid Documents. I, 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 -04.2 (APWA Only) PAGE 1 -20 The second paragraph is revised to read: Any inconsistency in the parts of the contract shall be resolved by following this order of 1 precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, • II 2. Proposal Form, 3. Special Provisions, 4. Contract Plans, 5. Amendments to Division 1 -99 APWA Supplement, 6. Amendments to the Standard Specifications, 7. Division 1 -99 APWA Supplement, 8. WSDOT /APWA Standard Specifications for Road, Bridge and Municipal Construction, 9. Contracting Agency's Standard Plans (if any), and 10. WSDOT /APWA Standard Plans for Road, Bridge and Municipal Construction. 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. • 8 I. • • 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 END OF 99.AP1 ' SECTION 1 -02, BID PROCEDURES AND CONDITIONS April 7, 2003 1 -02.6 Preparation of Proposal The second paragraph is deleted. The eighth paragraph, dealing with Traffic Control Labor, is deleted. 1 1 -02.13 Irregular Proposals Number 2. is revised to read: 2. A proposal may be considered irregular and may be rejected if: a. The proposal does not include a unit price for every bid item; Any of the unit prices are excessively unbalanced (either above or below the l b. amount of a reasonable bid) to the potential detriment of the Contracting Agency; c. Receipt of addenda is not acknowledged; A member of a joint venture or partnership and the joint venture or •I partnership submit proposals for the same project (in such an instance, both bids may be rejected); or e. If proposal form entries are not made in ink. 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: • 9 i Payment to the Contractor will be made only for the actual quantities of work performed I 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. 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 and 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 1 adjustments for decreases: 1. The equipment rates shall be actual cost but shall not exceed the rates set forth in the AGC/WSDOT Equipment Rental 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 1 because of any variance in quantities from those originally shown in the proposal form, contract provisions, and contract plans. 4. The total payment (including the adjustment amount and unit prices for work performed) for any item which 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. 1 • • 10 • • When ordered by g 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. 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 1 for the performance of any work under the contract, an adjustment, excluding loss 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 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 -05, CONTROL OF WORK April 7, 2003 1 1 -05.13 Superintendents, Labor, and Equipment of Contractor This section is supplemented with the following: 1- 05.13(1) Emergency Contact List The Contractor shall submit an Emergency Contact List to the Engineer no later than five • calendar days after the date the contract is executed. The list shall include, at a minimum, ' the Prime Contractor's Project Manager, or equivalent, the Prime Contractor's Project Superintendent and the Traffic Control Supervisor. The list shall identify a representative with delegated authority to act as the emergency contact on behalf of the Prime Contractor and include one or more alternates. The emergency contact shall be available upon the ' Engineer's request at other than normal working hours. The Emergency Contact List shall • • 11 include 24 -hour telephone numbers for all individuals identified as emergency contacts or I alternates. 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 ". 1. SECTION 1 -07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC August 4, 2003 1 -07.1 Laws to be Observed The first sentence is revised to read: The Contractor shall always comply with all Federal, State, tribal or local laws, ordinances, and regulations that affect work under the contract. 1- 07.11(10)B Required Records and Retention • ' The first sentence is revised to read: All records must be retained by the Contractor for a period of three years following final acceptance of the contract work. 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 1. SPCC Plan Elements A. Site Information Identify general 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. 1 12 • I • 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. 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 I 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. 1 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. 13 • t 1 -07.16 Protection and Restoration of Property I 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 or scientific standpoint, which may be encountered by the Contractor, shall not be further disturbed. The Contractor shall immediately notify the Engineer of any such finds. The Engineer will 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 1 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 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 -08, PROSECUTION AND PROGRESS • April 7, 2003 1- 08.10(3) Payment for Termination for Public Convenience This section including title is revised to read: 1- 08.10(3) Termination for Public Convenience Payment Request 1 After receipt of Termination for Public Convenience as provided in Section 1- 08.10(2), the Contractor shall submit to the Contracting Agency a request for costs associated with the termination. The request shall be prepared in accordance with the claim procedures outlined in Sections 1 -09.11 and 1- 09.12. The request shall be submitted promptly but in no event later than 90 calendar days from the effective date of termination. The Contractor agrees to make all records available to the extent deemed necessary by the Engineer to verify the costs in the Contractor's payment request. 1- 08.10(4) Termination for Public Convenience Claims I This section including title is revised to read: 1- 08.10(4) Payment for Termination for Public Convenience Whenever the contract is terminated in accordance with Section 1- 08.10(2), payment will • be made in accordance with Section 1 -09.5 for the actual work performed. If the Contracting Agency and the Contractor cannot agree as to the proper amount of payment, then the matter will be resolved as outlined in Section 1 -09.13 except that, if the • termination occurs because of the issuance of a restraining order as provided in Section 1- 08.10(2), the matter will be resolved through mandatory and binding arbitration as described in Sections 1- 09.13(3) A and B, regardless of the amount of the claim. 14 • SECTION 1 -09, MEASUREMENT AND PAYMENT August 5, 2002 1 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 that is different from typical work and which could not have been anticipated at the time of bid. ' 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 1 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 August 18, 2003 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 15 • 1 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. 1 10.2(1)A Traffic Control Manager This section is revised to read: I The duties of the Traffic Control Manager (TCM) shall include: 1. Overseeing and approving the actions of the Traffic Control Supervisor (TCS) to • ensure that proper safety and traffic control measures are implemented and consistent with the specific requirements created by the Contractor's workzones and the Contract. 1 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. 1 • 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 where traffic management 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. 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 less frequently, as approved by the Engineer. 16 ' • 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. 1 The TCS's duties shall include: 1. Inspecting traffic control devices and nighttime lighting for proper location, 1 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 own form if it is approved by the Engineer. 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. 1 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. I 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. 1- 10.2(2) Traffic Control Plans - This section including title is revised to read: ' 1- 10.2(2) Traffic Control, Plans (TCPs) 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 control plan except for emergency situations. The Contractor shall designate and adopt in writing the specific traffic control 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 17 . 1 • 1 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 seventh and eighth sentences in the fourth paragraph (Catagory 2) are deleted. The second sentence in the sixth paragraph (Category 4) is deleted. 1 -10.5 Payment Under "Traffic Control Vehicle ", the reference to 1- 10.3(1)B is revised to 1- 10.2(1)B. SECTION 5 -04, ASPHALT CONCRETE PAVEMENT December 2, 2002 1 5 -04.2 Materials 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 'resting 1 Under "D ", the reference to "AASI-ITO T 30" is revised to AASI -1TO T 27/11. 5- 04.3(19) Sealing of Driving Surfaces This section including title is revised to read: 5- 043(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 -lh uniformly applied to the pavement free of streaks and bare spots at the rate 0.03 to 0.05 residual gallons per square yard. 'i'he 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 he established for material varying from the ' asphalt content shown in the Special Provisions by more than plus or minus 0.3 percent. 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: • • 18 111 • • "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 8 -01, EROSION CONTROL AND WATER POLLUTION CONTROL December 2, 2002 This section is replaced in its entirety as follows: 8 - 01.1 Description This work shall consist of furnishing, installing, maintaining, removing and disposing of water pollution and erosion control items in accordance with these Specifications and as shown in the Plans or as designated by the Engineer. 8 - 01.2 Materials Materials shall meet the requirements of the following sections: Mulch and Amendments 9-14.4 Erosion Control Blanket 9 -14.5 Construction Geotextile 9 -33 Quarry Spalls 9 -13 8 -01.3 Construction Requirements • 8- 01.3(1) General Controlling pollution, erosion, runoff, and related damage may require the Contractor to perform temporary work items including but not limited to: 1. Providing ditches, berms, culverts, and other measures to control surface water; 2. Building dams, settling basins, energy dissipaters, and other measures, to control downstream flows; 3.. Controlling underground water found during construction; or 4. Covering or otherwise protecting slopes until permanent erosion - control measures are working. . To the degree possible, the Contractor shall coordinate this temporary work with permanent drainage and erosion control work the contract requires. The Engineer may require additional temporary control measures if it appears pollution or erosion may result from weather, the nature of the materials, or progress on the work. When natural elements rut or erode the slope, the Contractor shall restore and repair the damage, with the eroded material where possible, and clean up any remaining material in • ditches and culverts. When the Engineer orders replacement with additional or other materials, unit contract prices will cover the quantities needed. • If the Engineer anticipates water pollution or erosion, the Contractor shall schedule the work so that grading and erosion control immediately follows clearing and grubbing.. The Engineer may also require erosion control work to be done with or immediately after grading. Clearing, grubbing, excavation, borrow, or fill within the right of way shall never expose more erodible earth than as listed below, without written approval by the Engineer: • r 19 • • 1 Area Date Location 17 Acres April 1 - October 31 East of the Summit of the Cascade Range May 1 - September 30 West of the Summit of the Cascade Range 5 Acres November 1 - March 31 East of the Summit of the Cascade Range October 1 - April 30 West of the Summit of the Cascade Range • The Engineer may increase or decrease the limits in light of project conditions. I Erodible earth is defined as any surface where soils, grindings, or other materials are capable of being displaced and transported by rain, wind, or surface water runoff. In western Washington, erodible soil not being worked, whether at final grade or not, shall be covered within the following time period, using an approved soil covering practice, unless authorized otherwise by the Engineer: - I October 1 through April 30 2 days maximum May 1 to September 30 7 days maximum If the Engineer, under Section 1 -08.6; orders the work suspended for an extended time, the Contractor shall, before the Contracting Agency assumes maintenance responsibility, make every effort to control erosion, pollution, and runoff during shutdown. Section 1 -08.7 describes the Contracting Agency's responsibility in such cases. Nothing in this section shall relieve the Contractor from complying with other contract requirements. 8- 01.3(1)A Submittals At the preconstruction discussions, the Contractor shall submit a plan for temporary erosion and sediment control (TESC). When a TESC plan is included in the Plans, the Contractor may adopt or modify the plan. Before any work begins, the Contractor shall obtain the Engineer's approval on a TESC plan. The plan shall show the schedule for all erosion control work, whether required by the contract or proposed by the Contractor. The plan shall cover all areas the Contractor's work may affect inside and outside the limits of the project (including all Contracting Agency - provided sources, disposal sites, and haul roads, and all nearby land, streams, and other bodies of water). The Contractor shall revise and update the plan whenever the Engineer so requests in writing. The Contractor shall allow at least five working days for the Engineer's review of any original or revised plan. Failure to approve all or part of any such plan shall not make the Contracting Agency liable to the Contractor for any work delays. • 8- 01.3(1)B Erosion and Sediment Control (ESC) Lead • The Contractor shall identify the ESC lead at the preconstruction discussions. The ESC Lead shall have, for the life of the contract, a current Certificate of Training in Construction Site Erosion and Sedimentation Control from a course approved by WSDOT's Statewide • Erosion Control Coordinator. The ESC Lead shall implement the Temporary Erosion and Sedimentation Control (TESC) 111 plan. Implementation shall include, but is not limited to: 20 • 1 1. Installing, maintaining, inspecting and repairing all temporary erosion and sediment control Best Management Practices (BMPs) included in the TESC plan to assure continued performance of their intended function. All on -site ' erosion and sediment control measures shall be inspected at least once every five working days, each working day during a runoff - producing rain event, and within 24 hours after a runoff - producing rain event. Damaged or inadequate TESC measures shall be corrected within 24 hours of the inspection. A TESC Inspection Report shall be prepared for each inspection and shall be included in the TESC file. A copy of each report shall be provided to the Engineer. The inspection report shall include, but not be 1 limited to: a. When, where and how BMPs were installed, maintained, modified, • and removed; b. Repairs needed and repairs made; • c. Observations of BMP effectiveness and proper placement; d. Recommendations for improving performance of BMPs. 2. Preparing and maintaining a TESC file on site that includes, but is not limited to: a. TESC Inspection Reports. b. Stormwater site plan. c. Temporary Erosion and Sediment Control (TESC) Plan. d. National Pollutant Discharge Elimination System construction permit (Notice of Intent). e. Other applicable permits. ' Upon request, the file shall be provided to the Engineer for review. 8- 01.3(1)C Ground Water When ground water is encountered in an excavation, it shall be treated and discharged as follows: 1. When the ground water meets State Water Quality standards, it may bypass detention and treatment facilities and be routed directly to its normal discharge point at a rate and method that will not cause erosion. • 2. When the turbidity of the ground water is similar to the turbidity of the site runoff, the ground water may be treated using the same detention and treatment facilities being used to treat the site runoff and then discharged at a rate that will not cause erosion. 3. When the turbidity is worse than the turbidity of the site runoff, the ground water shall be treated separately until the turbidity is similar to or better than the site runoff before the two may be combined and treated using the same detention and treatment facilities being used to treat the site runoff and then discharged at a.rate that will not cause erosion. . .8- 01.3(1)D Detention /Retention Pond Construction When a detention or retention pond is required, whether it is temporary or permanent, it shall retain /detain the full final design volume of stormwater before beginning other grading and excavation work in the area that drains into that pond. Temporary conveyances shall be installed concurrently with grading in accordance with the TESC plan so that newly graded areas drain to the pond as they are exposed. • 8- 01.3(2) Temporary Seeding, Mulching, and Soil Binding • • 21 • 1 • 8-01.3(2)A Temporary Seeding Temporary seeding is used to establish temporary cover on disturbed soil. Temporary seeding shall be in accordance with Section 8- 02.3(15) except that temporary seeding may be installed at any time. 8 01:3(2)B Temporary Mulching Temporary mulch, such as straw, wood cellulose (with and without tackifier), compost, or other best management practices as approved by the Engineer, may be applied at any time of the year for soil cover. Temporary mulching shall be in accordance with Section 8- 02.3(15). 1 8 01.3(2)C Soil Binding Using Polyacrylamide (PAM) The PAM shall be completely dissolved and mixed in water prior to being applied to the soil. PAM shall be applied only on bare soil at a rate of not more than 0.5 pounds per 1M gallons of water per acre. A minimum of 200 pounds per acre of cellulose fiber mulch treated with a non -toxic dye shall be applied with the PAM. PAM shall be applied only. to areas that drain to completed sedimentation control BMPs in 1 accordance with the TESC plan. PAM shall not be applied to the same area more than once in a 48 hour period, or more than 7 times in a 30 day period. PAM shall not be applied during a rain or to saturated soils. 8 01.3(3) Placing Erosion Control Blanket When required, erosion control blanket shall be placed immediately following the seeding and fertilizing operation. Temporary erosion control blankets as defined in 9 -14.5, having an open area of 60% or greater, may be installed prior to seeding. Where more than one strip of erosion control blanket is required to cover the given area, it shall overlap the adjacent blanket as specified by the manufacturer, or a minimum of 4 inches. 1 The ends of the erosion control blanket shall overlap as specified by the manufacturer, or a minimum of 6 inches, with the upgrade section on top. The manufacturers recommendations or the following, whichever is the most stringent, shall be used: The up -slope end of the erosion control blanket shall be staked and buried in a 6- inch -deep trench with the soil firmly tamped against the mat. A minimum of three stakes per width of blanket, with a stake at each overlap, shall be driven below the finish ground line prior to backfilling of the trench. The Engineer may require that any other edge exposed to more than normal flow of water or strong prevailing winds be staked and buried in a similar manner. The ends of the erosion control blanket shall overlap a minimum of 6 inches, with the upgrade section on top. • The edges of the erosion control blanket shall be buried around the edges of catch basins and other structures. Erosion control blanket shall be spread evenly and smoothly and in contact with the soil at all points. Where more than one strip of erosion control blanket is required, it shall overlap the adjacent blanket a minimum of 4 inches. • The blanket shall be fastened at intervals not more than 3 feet apart in three rows for each strip of blanket. There shall be one row along each edge and one row down the center with • the stakes centered, both horizontally and vertically, to the edge stakes. The ends of the blanket shall be fastened at 6 -inch intervals across their width. Fastening devices shall • anchor the blanket against the soil and be driven flush with the finished grade. • • • 22 1 8- 01.3(4) Placing Plastic Covering Plastic meeting the requirements of Section 9- 14.5(3) shall be placed with at least a 12- ' inch overlap of all seams. Clear plastic covering shall be used to promote growth of vegetation. Black plastic covering shall be used for stockpiles or other areas where vegetative growth is unwanted. The cover shall be maintained tightly in place by using sandbags on ropes in a 10 -foot, maximum, grid. All seams shall weighted down full length. ' 8- 01.3(5) Check Dams Check dams shall be installed as soon as construction will allow, or when designated by ' the Engineer. The Contractor may substitute a different check dam for that specified with approval of the Engineer. Check dams shall be placed in ditches perpendicular to the channel. Check dams shall extend up the sides of ditches a sufficient distance to ensure that water will flow over the center of the dam and not flow around the ends. Check dams I shall be of sufficient height to maximize detention, without causing water to leave the ditch, and spaced such that the elevation of the top of a check dam at the center of the ditch is equal to the ditch flow line at the downstream base of the upstream check dam. ' 8- 01.3(5)A Geotextile- Encased Check Dam The geotextile- encased check dam shall meet the requirements in Section 9- 14.5(4) Geotextile- Encased Check Dam. ' Installation of geotextile- encased check dams shall be in accordance with the Plans, and shall be anchored to hold it firmly in place under all conditions. ' 8- 01.3(5)B Rock Check Dam The rock used to construct rock check dams shall meet the requirements for quarry spalls, in accordance with Section 9 -13.6. Rock check dams shall be installed in a triangular • shape, with approximately 2:1 slopes on both the upstream and downstream faces. 8- 01.3(5)C Sandbag Check Dam Sandbags shall be placed so that the initial row makes tight contact with the ditch line for ' • the length of the dam. Subsequent rows shall be staggered so the center of the bag is placed over the space between bags on the previous lift. 8- 01.3(6) Stabilized Construction Entrance Temporary stabilized construction entrance shall be constructed in accordance with the Plans, prior to beginning any clearing, grubbing, earthwork or excavation. When the stabilized entrance becomes ineffective due to build up of material, the Contractor shall either rehabilitate the existing entrance to original condition, or construct a new entrance. ' When the contract requires a tire wash in conjunction with the stabilized entrance, the Contractor shall include details for the tire wash and the method for containing and treating the sediment -laden runoff as part of the erosion control plan. All vehicles leaving the site shall stop and wash sediment from their tires. 8- 01.3(7) Street Cleaning Self- propelled pickup street sweepers shall be used, whenever required by the Engineer, to prevent the transport of sediment and other debris off the project site. Street washing with water will require approval by the Engineer. • 23 • 8- 01.3(8) Inlet Protection I Inlet protection can be in the form of internal or external devices and shall be installed prior to clearing, grubbing or earthwork activities. Inlet protection devices shall be as shown in the Plans. , When the depth of accumulated sediment and debris reaches approximately one -half the height of an internal device or one -third the height of the external device (or less when so specified by the manufacturers), the deposits shall be removed and stabilized on site. Internal devices shall be prefabricated units specifically designed for inlet protection and shall have the following features: , 1. The strength requirement for the filter fabric shall meet or exceed the requirements of Table 1 for Moderate Survivability, and the minimum filtration properties of Table 2, in Section 9 -33.2. 2. Shall be sized for the stormwater structure it will service. 3. Shall have a built -in high -low relief system. 4. Shall have a retrieval system for removal of the device without spilling the contained material. 5. Shall remain securely attached to the drainage structure when fully loaded with sediment and debris, or at the maximum level of sediment and debris specified by the manufacturer. External devices may be silt fence or prefabricated units specifically designed for inlet protection having the following features: 1. Filter fabric shall meet or exceed the requirements for silt fence in Section 9- 33.2. I 2. The top of the device shall be at least 2 feet above the grate. 3. The device shall remain securely in place over the drainage structure under all conditions. Check dams or functionally equivalent devices may be used as inlet protection devices with the approval of the Engineer. • 8- 01.3(9) Sediment Control Barriers Sediment control barriers shall be installed per TESC plan or manufacturer's recommendations in the areas of clearing, grubbing, earthwork or drainage prior to starting those activities. The Contractor may substitute a different control barrier for that specified with approval of the Engineer. • The sediment control barriers shall be maintained until the soils are stabilized. • • 8- 01.3(9)A Silt Fence Silt fence shall be constructed in accordance with the Plans. Backup support for the geotextile in the form of steel wire or plastic mesh is optional, depending on the properties of the geotextile selected for use in Table 6 in Section 9 -33.2. When backup support is used, steel wire shall have a maximum mesh spacing of 2 inches, and the plastic mesh shall be as resistant to ultraviolet radiation as the geotextile it supports. 24 1 The geotextile shall be attached on the up -slope side of the posts and support system using staples, wire, or in accordance with the manufacturer's recommendations. The geotextile shall be sewn together at the point of manufacture, or at a location approved by the Engineer, to form geotextile lengths as required. All sewn seams and overlaps shall be located at a support post. Posts shall be either wood or steel. Hardwood posts shall have minimum dimensions of 1 1/4 inches by 1 1/4 inches by the minimum length shown in the Plans. Steel posts shall ' consist of U, T, L, or C shape posts with a minimum weight of 1.35 Ibs /ft, or other steel posts having equivalent strength and bending resistance to the posts listed. ' When sediment deposits reach approximately one -third the height of the silt fence, the deposits shall be removed or a second silt fence shall be installed, as determined by the Engineer. I • 8- 01.3(9)B Gravel Filter, Wood Chip or Compost Berm The gravel filter berm shall be a minimum of one footin height and shall be maintained at this height for the entire time they are in use. ' The wood chip berm shall be a minimum of two feet in height and shall be maintained at this height for the entire time they are in use. Wood chips shall meet the requirements in Section 9- 14.4(3). The compost berm shall be 1 foot high by 2 feet wide at the base on slopes less than 4 (H):1 (V) and a minimum of 1.5 feet high by 3 feet wide at the base on slopes steeper than 4(H):1(V). Compost shall meet the requirements of Compost Type 2 in Section 9- 14.4(8). 8- 01.3(9)C Brush Barrier Brush shall be placed in a row, approximately 3 to 5 feet wide and at least 2.5 feet high and 1 with construction geotextile for silt fence placed over the pile. The geotextile shall be anchored in a 6 inch wide by 6 inch deep trench on the upstream side of the barrier, and anchored using stakes on the downstream side. When no longer required, the geotextile material shall be removed, and the brush left in place. ' 8- 01.3(9)D Straw Bale Barrier Straw bale barriers shall be embedded in a trench the width of the bales for the length of the barrier and a minimum of four inches deep. The material excavated from the trench shall be placed and compacted against the uphill side of the bales. The bales shall be placed on their sides so that the bindings are not touching the ground. The ends of the bales shall be tightly abutting one another, and all spaces that do exist • between bales shall be firmly packed with straw. Each bale shall be anchored using two stakes of wood or steel, driven flush with the top of the bale and extending through the bale and into the ground a minimum of 18 inches. The first stake shall be driven on an angle towards the previously laid bale. Straw shall conform . to Section 9- 14.4(1). • • • 8- 01.3(10) Wattles Wattles shall meet the requirements.in Section 9- 14.5(5). • Wattles shall be installed as soon as construction will allow or when designated by the Engineer. Wattles shall be placed in shallow trenches and staked along the contour of 25 • 1 disturbed or newly constructed slopes, in accordance with the Plans, perpendicular to the flow direction and, parallel to the slope contour. The wattles shall be installed at the intervals designated by the Engineer. I Trench construction and wattle installation shall begin from the base of the slope and work uphill. Excavated material shall be spread evenly along the uphill slope and compacted using hand tamping or other method approved by the Engineer. On gradually sloped or clay -type soils trenches shall be 2 to 3 inches deep. On loose soils, in high rainfall areas, or on steep slopes, trenches shall be 3 to 5 inches deep, or half the thickness of the wattle. The wattle shall be install snugly into the trench, abutting adjacent wattles tightly, end to end, without overlapping the ends. Wattles shall be staked at each end and at 4 -foot centers along their entire length. When trench conditions require, pilot holes for the stakes .. shall be driven through the wattle and into the soil using a straight bar. Stakes shall be driven through the middle of the wattle, leaving 2 to 3 inches of the stake protruding above the wattle. Wattles shall be inspected regularly to ensure they remain thoroughly entrenched and in 1 contact with the soil, and immediately after a runoff producing rainfall. 8- 01.3(11) Temporary Curb i Temporary curbs may consist of asphalt, concrete, sand bags, or geotextile /plastic encased berms of soil, sand or gravel or as approved by the Engineer. Temporary curbs shall be installed along pavement edges to prevent runoff from flowing I onto erodible slopes. The redirected water shall flow to a BMP designed to convey concentrated runoff. The temporary curbs shall be 4 inches in height. 8- 01.3(15 Maintenance Erosion control devices shall be maintained so they properly perform their function until the Engineer determines they are no longer needed. The devices shall be inspected on the schedule outlined in Section 8- 01.3(1)B for damage and sediment deposits. Damage to or undercutting of the device shall be repaired immediately. Unless otherwise specified, when the depth of accumulated sediment and debris reaches approximately one -third the height of the device the deposits shall be removed. Debris or contaminated sediment shall be disposed of in accordance with Section 2 -01.2. Clean sediments may be stabilized using approved best management practices on site when the Engineer approves. Erosion control devices that have been damaged shall be repaired or replaced immediately by the Contractor, in accordance with Section 1- 07.13(4). 8- 01.3(16) Removal and Reuse 1 • When the Engineer determines that an erosion control device is no longer required, the Contractor shall remove the device and all associated hardware from the project limits • unless it qualifies for reuse as described below. I When the materials are biodegradable the Engineer may approve leaving the temporary device in place. • A previously used erosion control device may be reused on this contract provided: 1. The device has been thoroughly cleaned of all debris. 1 26 1 ' . • 2. The device is free of tears, holes, or other damage. ' 3. The Engineer has visually inspected the device and has determined it to be intact and not compromised as to performance. • ' 8 -01:4 Measurement ESC lead will be measured by the day, for each day that an inspection is made and a report is filed. Measurement of erosion control blanket and of plastic covering will be by the square yard measurement of surface area covered and accepted. Check dams will be measured by the linear foot along the ground line of the completed check dam. Stabilized construction entrance will be measured by the square yard for each entrance ' constructed. Tire wash facilities will be measured per each for each wash installed. ' Street cleaning will be measured by the hour for the actual time spent cleaning pavement, as authorized by the Engineer. Time to move the equipment to or from the area on which street cleaning is required will not be measured. ' Inlet protection will be measured per each for each initial installation at a drainage structure. Silt fence, gravel filter, compost, and wood chip berms, and brush barrier will be measured by the linear foot along the ground line of completed barrier. ' Straw bale barrier will be measured per each for each bale placed in the initial installation at a barrier location. Wattle will be measured by the linear foot along the ground line of the completed wattle. Temporary curb will be measured by the linear foot. ' Temporary seeding will be measured by the acre. PAM will be measured by the acre. • 8 -01.5 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: "ESC Lead ", per day. "Erosion Control Blanket ", per square yard. • "Plastic Covering ", per square yard. "Check Dam ", per linear foot. "Stabilized Construction Entrance ", per square yard. • "Tire Wash ", per each. The unit contract per each for tire wash shall include all costs associated with constructing, operating, maintaining, and removing the tire wash. "Street Cleaning ", per hour. "Inlet Protection ", per each. • 27 • • 1 "Silt Fence ", per linear foot. "Gravel Filter Berm ", per linear foot. "Wood Chip Berm ", per linear foot. "Compost Berm ", per linear foot. "Brush Barrier", per linear foot. "Straw Bale" , per each. ' Wattle ", per linear foot. "Erosion/Water Pollution Control ", by force account as provided in Section 1- 09.6. • Maintenance and removal of erosion and water pollution control devices including removal and disposal of sediment, and any additional work deemed necessary by the Engineer to control erosion and water pollution will be paid by force account under the item erosion /water pollution control. To provide a common proposal for all bidders, the Contracting Agency has , I entered an amount in the proposal to become a part of the Contractor's total bid. "Temporary Curb ", per linear foot. The unit contract price per linear foot for temporary curb shall include all costs to install, maintain, remove, and dispose the temporary curb. - "Temporary Seeding ", per acre. , "PAM ", per acre When the contract requires applying PAM as an amendment to seeding, fertilizing, and mulching, or watering operations, all costs for furnishing and applying PAM shall be included in the unit contract price for the associated item of work. SECTION 8 -22, PAVEMENT MARKING December 2, 2002 8-22.1' Description • The first sentence under "Railroad Crossing Symbol" is revised to read: A WHITE marking that includes a symbol, two letters and two 24 inch transverse lines, conforming to details in the Standard Plans. "Drainage Marking" is revised to read: 1 Drainage Marking A WHITE marking conforming to the details in the Standard Plans for the identification of a cross culvert, catch basin or grate inlet. This section is supplemented with the following: Bicycle Lane Symbol A WHITE marking that includes a symbol and one traffic arrow conforming to details in the Standard Plans. 8 -22.2 Materials This section is revised to read: Material for pavement marking shall be paint or plastic as noted in the bid item meeting the 1 requirements of Section 9 -34. 1 • 28 1 • ' 8- 22.3(3) Marking Application The headings for the chart "Marking Material" are revised as follows: "Dense Application" is revised to "Application ". • "Class D ACP" is revised to "Dense ACP ". "ACP" is revised to "Class D ACP ". On page 8 -86, under Liquid pavement marking material. "Feet of 40 line /gallon" is revised to "Feet of 4" line /gallon ". Under Solid pavement marking material, "Feet of 40 line /50# bag" is revised to "Feet of 4" line /50# bag ". 8 -22.4 Measurement The first sentence of the 7th paragraph is revised to read: Traffic arrows, traffic letters, access parking space symbols, HOV symbols, railroad crossing symbols, bicycle lane symbol, drainage markings, aerial surveillance full, and 1/2 ' markers will be measured per each as " Traffic Marking ". • The ninth paragraph is revised to read: Removal of traffic arrows, traffic letters, access parking space symbol, HOV lane symbol, railroad crossing symbol, bicycle lane symbols, drainage markings, aerial surveillance full and 1/2 markers will be measured per each as "Removing _ Traffic Marking ". Removal • of crosswalk lines will be measured by the square foot of lines removed as "Removing Crosswalk Line ". 8 -22.5 Payment This section is supplemented with the following: "Painted Bicycle Lane Symbol ", per each. "Plastic Bicycle Lane Symbol ", per each. SECTION 8 -23, TEMPORARY PAVEMENT MARKINGS August 5, 2002 8 -23.1 Description This section is revised to read: The work shall consist of furnishing and installing temporary pavement markings. Temporary pavement markings shall be provided where noted in the Plans and for all lane shifts and detours resulting from construction activities. Temporary pavement markings • ' shall also be provided when permanent markings are eliminated because of construction operations. Temporary pavement markings shall be maintained in serviceable condition • throughout the project until permanent pavement markings are installed. Temporary pavement markings that are damaged shall be repaired or replaced immediately. Temporary painted center lines, edge lines, or lane lines and temporary raised pavement markers which are, in the opinion of the Engineer, damaged due to normal wear by traffic, will be replaced. Any temporary line marked with tape shall be repaired immediately when it no longer provides the intended use. • 29 • • • Temporary pavement marking installations are defined as follows: Temporary Center Line A BROKEN line used to delineate adjacent lanes of traffic moving in opposite directions. The broken pattern shall be based on a 40 -foot unit, consisting of a • 4 -foot line with a 36 -foot gap if paint or tape is used. If temporary raised pavement markers are used, the pattern shall be based on a 40 -foot unit, consisting of a grouping of three temporary raised pavement markers, each spaced 3 feet apart, with a 34 -foot gap. Temporary Edge Line A SOLID line used on the edges of traveled way. The line shall be continuous if paint or tape is used. If temporary raised pavement markers are used, the line shall consist of markers installed continuously at 5 -foot spacings. Temporary Lane Line A BROKEN line used to delineate adjacent lanes with traffic traveling in the same direction. The broken pattern shall be based on a 40 -foot unit, consisting of a 4 -foot line with a 36 -foot gap, if paint or tape is used. If temporary raised pavement markers are used, the pattern shall be based on a 40 -foot unit, consisting of a grouping of three temporary raised pavement markers, each spaced 3 feet apart, with a 34 -foot gap. Lane line and right edge line shall be white in color. Center line and left edge line shall be yellow in color. Edge lines shall be installed only if specifically required in the contract. All temporary pavement markings shall be retroreflective. 8 -23.4 Measurement 111 The following new paragraph is inserted after the first paragraph: Reinstalled painted markings and raised pavement markers, when ordered by the Engineer due to normal wear by traffic, will be measured again, each time ordered. Repair, for any reason, of temporary markings made with tape shall not be measured. 1 8 -23.5 Payment 1 The third sentence in the note for "Temporary Pavement Marking" is revised to read: No additional compensation will be allowed when the Contractor is required to repair temporary taped markings that have been damaged or worn. 1� SECTION 9 -02, BITUMINOUS MATERIALS May 21, 2003 • 9- 02.1(4) Asphalt Cements The reference to "AASHTO MP1" is revised to read " AASHTO M320 ". I 9- 02.1(4)A Vacant This section including title is revised to read: 1 30 1 9- 02.1(4)A Performance Grade (PG) Asphalt Cement PG 58 PG 64 PG 70 PG 76 PERFORMANCE GRADE 22 128 134 22 128 134 22 128 134 22 128 ORIGINAL BINDER Flash Point Temp., T48 MIN 230 C ° Rotational Viscosity T316 Maximum 3 Pa-s, Test Temp 135 ' C ° Dynamic Shear, T315: G* /sing =Min., 1.00 kPa • Test Temp @ 10 rad /s, C° 58 64 70 76 ROLLING THIN FILM OVEN RESIDUE • (T240) ' Mass Loss, Maximum, 1.0 percent 0 ' Dynamic Shear, T315: G * /sinL Min., 2.20 kPa Test Temp @ 10 rad /s, C° 58 64 70 76 • PRESSURE AGING VESSEL RESIDUE (R28) PAV Aging Temperature C° 100 Dynamic Shear, T315: G*sini 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 1 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 ' This section including title is revised to read: 9- 02.1(8) Flexible Bituminous Pavement Marker Adhesive ' Flexible bituminous pavement marker adhesive is a hot melt thermoplastic bituminous material used for bonding raised pavement markers and recessed pavement markers to the pavement. • • • • 1 1 31 1 The adhesive material shall conform to the following requirements: • Property Test Method Requirement Penetration, 77 F, 100g, 5 sec, dmm AASHTO T 49 30 Max. , Softening Point, F AASHTO T 53 200 Min. • Rotational Thermosel Viscosity, cP, AASHTO T 316 5000 Max. #27 spindle, 20 RPM, 400 F Ductility, 77 F, 5 cm /minute, cm AASHTO T 51 15 Min. Ductility, 39.2 F, 1 cm /minute, cm AASHTO T 51 5 Min. Flexibility, 1 ", 20 F, 90 deg. Bend, ASTM D 3111 Note 1 Pass 111 10 sec., 1/8" x 1" x 6" specimen Flexible bituminous adhesive shall develop bond pull -off strength greater than 50 psi when tested in accordance with WSDOT T- 426. Note 1 Flexibility test is modified by bending specimen through an arc of 90 degrees at a uniform rate in 10 seconds over a 1 -inch diameter mandrel. ' • SECTION 9 -03, AGGREGATES August 4, 2003 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. 1 9 -03.4 Grading and Quality The Sand Equivalent Minimum for Crushed Coverstone is revised from 32 to 40. 1 9- 03.6(3) Test Requirements The Sand Equivalent Value is revised from not less than 27 to not less than 35. 9- 03.8(2) Test Requirements The Sand Equivalent Minimum is revised as follows: ACP Class A - from 37 to 45. ACP Class B - from 37 to 45. ACP Class E - from 37 to 45. ACP Class F - from 27 to 35. ACP Class G - from 37 to 45. 9- 03.8(4) Blending Sand The Sand Equivalent Minimum is revised from 27 to 30. 9- 03.9(1) Ballast • The Sand Equivalent Minimum is revised from 27 to 35. 9- 03.9(3) Crushed Surfacing The percent passing the 1/2" square sieve for Top Course and Keystone is revised to "80- 100 ". 1 The Sand Equivalent Minimum for Base Course is revised from 32 to 40. The Sand Equivalent Minimum for Top Course and Keystone is revised from 32 to 40. I 32 • 1 1 9 -03.10 Aggregate for Gravel Base The Sand Equivalent Minimum is revised from 27 to 30. 1 9 -03.11 Recycled Portland Cement Concrete Rubble The section including title is revised to read: 9 -03.11 Vacant 9- 03.12(2) Gravel Backfill for Walls ' The Sand Equivalent Minimum is revised from 52 to 60. 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 ". The Sand Equivalent Minimum is revised from 27 to 35. 9- 03.14(1) Gravel Borrow The Sand Equivalent Minimum is revised from 42 to 50. 9- 03.14(2) Select Borrow ' The Sand Equivalent Minimum is revised from 22 to 30. 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, 1 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 1 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), 9- 03.21(3) and 9- 03.21(4). 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 10,000 tons prior to combining with other materials and not less than one sample from any single source. 33 • • I 9- 03.21(2) Recycled Asphalt Concrete Pavement I 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: I • Maximum Bitumen Content I (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 III Shoulder Ballast 9- 03.9(2) 1.2 Crushed Surfacing 9- 03.9(3) 1.2 Aggregate for Gravel Base 9-03.1.0 1.2 I 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 I 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 I The following field operating procedures will determine total bitumen content: I AASHTO T 308* WSDOT TM 6 *The Contractor shall verify the asphalt content for the blended mix. A statewide average of 0.70 1 may be used as a calibration factor for AASHTO T -308. 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: 1 • • 1 • 34 1 I I Maximum Concrete • Rubble 1 (Percent) Fine Aggregate for Portland Cement Concrete • 9- 03.1(2) 0 i i 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 • I 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 I Gravel Backfill for Foundations - Class B 9-03.12(1)B 100 Gravel Backfill for Walls 9-03.12(2) 100 Gravel Backfill for Pipe Zone Bedding 9- 03.12(3) 100 II Gravel Backfill for Drains 9-03.12(4) 100 Gravel Backfill for Drywells 9-03.12(5) 0 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 I 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 1 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: . I Maximum Recycled Glass 1 (Percent) Fine Aggregate for Portland Cement Concrete 9- 03.1(2) 0 I 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 I Shoulder Ballast 9-03.9(2) 15 Crushed Surfacing 9-03.9(3) 15 Aggregate for Gravel Base 9 -03.10 15 I 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 I 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 I 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 I Foundation Material Class A and Class B . 9 -03.17 100 35 I 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 I 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. 9 03.21(5) Steel Furnace Slag 1 Steel furnace slag may be uniformly blended with the following materials, to the extent that the specified maximum steel furnace slag content in the final product shall not exceed the following: Maximum Slag Content (Percent) Il Fine Aggregate for Portland Cement Concrete 9- 03.1(2) 0 Coarse Aggregates for Portland Cement Concre 9- 03.1(4) 0 Aggregates for Asphalt Treated Base (ATB) • 9 -03.6 20 Aggregates for Asphalt Concrete 9 -03.8 20 • Ballast 9- 03.9(1) 20 I Shoulder Ballast 9- 03.9(2) 20 Crushed Surfacing 9- 03.9(3) 20 Aggregate for Grave9 -03.10 20 Gravel Backfill for Foundations - Class A 9- 03.12(1)A 20 Gravel Backfill for Foundations - Class B 9- 03.12(1)B 20 Gravel Backfill for Walls 9- 03.12(2) 20 Gravel Backfill for Pipe Zone Bedding 9- 03.12(3) 20 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) 20 Select Borrow 9- 03.14(2) 20 Select Borrow 9- 03.14(2) 20 (greater than 3 feet below subgrade and side slopes) Common Borrow 9- 03.14(3) 20 Common Borrow - 9- 03.14(3) 20 (greater than 3 feet below subgrade and side slopes) Foundation Material Class A and Class B 9 -03.17 20 Foundation Material Class C 9 -03.18 20 Bank Run Gravel for Trench Backfill 9 -03.19 20 The Contractor shall notify the Engineer the proposed steel furnace slag blends that will be used • in the final product prior to use. - 1 1 • I 36 1 1 CONTRACT PROVISIONS ' Special Provisions ' Contract Form Performance Bond Form Informational Certificate of Insurance Informational Additional Insured Endorsement Minimum Wage Affidavit Form 1 1 1 1 1 I SPECIAL PROVISIONS 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. r DIVISION 1 GENERAL REQUIREMENTS DESCRIPTION OF WORK PROJECT DESCRIPTION The project will consist of furnishing all labor, materials and equipment required to rotomill and resurface Fruitvale Blvd. from 28 Ave. to 34 Ave. The project includes planing and removing, to the depths indicated on the plans and details, approx. 7,400 square yards of existing asphalt 1 concrete pavement on Fruitvale Blvd., installation of 10,400 square yards of fabric membrane interlayer on Fruitvale Blvd. as indicated on the plans, preleveling, with approx. 400 tons of asphalt concrete pavement, where designated by the Engineer, and constructing a 2 -inch, approx. 1,400 tons, asphalt conc. pavement overlay on Fruitvale Blvd. The project will also include adjustment of four catch basins located in the median. All in accordance with the Plans and Specifications as prepared by the City Engineer of the City of Yakima. 1 - 02 BID PROCEDURES AND CONDITIONS ' 1 -02.1 Qualifications of Bidder (APWA Only) Supplement this section as follows: Pre - qualification is not required for this project. 1 -02.4 Examination of Plans, Specifications, and Site of Work • 1- 02.4(1) General This section is supplemented with the following: ' A pre -bid conference will be held at Yakima City Hall CED Conference room, second floor, 129 N. 2 Street, Yakima, Washington at the time and date stated in the "Invitation to Bid ". The conference will include project discussion, DBE Contractor participation, and the Affirmative Action Plan. ' 1 -02.6 Preparation Of Proposal • Section 1 -02.6 is supplemented with 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. 1 -03 AWARD AND EXECUTION OF CONTRACT 1 -03.4 'Contract Bond ' Add the following: 37 I 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 I 1 -04.4 Changes 1- 04.4(1) Minor Changes Delete this supplement section 1 -04.11 Final Cleanup Supplement this section with the following: The Contractor shall do partial cleanup when he determines it is necessary or when, in the opinion of the Engineer, partial cleanup shall be done for public safety. The cleanup work shall be done immediately upon notification from the Engineer and other work shall not proceed until the partial cleanup is accomplished. 1 -05 CONTROL OF WORK 1 -05.4 Conformity with and Deviations from Plans and Stakes (APWA Only) 1- 05.4(1) Roadway and Utility Surveys (APWA Only) Revise this section to read: The Engineer will establish one time only, vertical and horizontal construction control and base lines. The Contractor shall be responsible for all 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. 1 • 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: 38 1 :a �. a. Open hearth furnace. b. Basic oxygen. c. Electric furnace. d. Direct reduction. 2. Rolling, heat treating, and any other similar processing. 3. Fabrication of the products. • a. Spinning wire into cable or strand. b. Corrugating and rolling into culverts. c. Shop fabrication. A certification of materials origin will be required for any items comprised of, or containing, steel or iron construction materials prior to such items being incorporated into the permanent work. The certification shall be on DOT Form 350 -109 provided by the Engineer, or such other form the Contractor chooses, provided it contains the same information as DOT Form 350 -109. 1- 06.2(1) Samples and Tests for Acceptance Supplement this section with the following: All testing shall be done by a materials testing laboratory chosen and employed by the City of Yakima. The initial tests will be at the expense of the City of Yakima. Subsequent tests if required due to test failure shall be at the expense of the Contractor. The following testing frequencies shall apply to this project. The testing frequencies may be modified to assure compliance with the specifications. In each case, the Engineer may require additional tests be performed at the Contractor's expense, if test results do not meet the required densities and results. ' 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 I - subgrade. Subgrade compaction shall be as specified in Section 2- 06.3(2). , Asphalt Concrete Pavement Copies of the maximum Rice density test for each class of asphalt concrete pavement and copies of all test results shall be provided to the Engineer as construction progresses. ' Density tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5000 square feet of surface area for each lift of asphalt concrete pavement. Compaction of asphalt concrete pavement shall be as specified in Section 5- 04.3(10)B of these Special Provisions. 39 I 1 1 -07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1 -07.1 Laws To Be Observed Section 1 -07.1 is supplemented with the following: � (May 28, 1996) Prevention Of Environmental Pollution And Preservation Of Public Natural Resources The Contractor shall comply with the following environmental provisions which are made a part of the contract documents. A copy of the environmental provisions are available to the Contractor at the Project Engineer's office. If the Contractor's operations involve work outside the areas covered by the following environmental provisions, the Contractor shall advise the Engineer and request a list of all additional environmental provisions covering the area involved. A copy of all additional environmental provisions is also available to the Contractor at the Project Engineer's office. Refer to Section 1- 07.5.of the City of Yakima Special Provisions following these Special 1 Provisions for the specific provisions that apply in addition to the provisions listed in the Standard Specifications and for which the Contractor is responsible. 1-07.2(2) State Sales Tax - Rule 171 (APWA Only) Supplemented this section with the following: This section shall apply to Schedule A - Roadway for this project. t 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 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. Supplement this section with the following: 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: ,1 40 3 Federal Wage rates are not required on this project. The most current copy of the State Wage rates for Yakima County is included in these Contract Documents. 1 -07.11 Requirements For Non - discrimination Section 1 -07.11 is supplemented with the following: 1 Equal Employment Opportunity Responsibilities (March 6, 2000) Requirement For Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246) 1. The Contractor's attention is called to the Equal Opportunity Clause and the Standard Federal Equal Employment Opportunity Construction Contract Specifications set forth herein. 2. The goals and timetables for minority and female participation set by the Office of Federal Contract Compliance Programs, expressed in percentage terms for the Contractor's aggregate work force in each construction craft and in each trade on all construction work in the covered area, are as follows: Women - Statewide Timetable Goal Until further notice 6.9% ' Minorities - by Standard Metropolitan Statistical Area (SMSA) Spokane, WA: SMSA Counties: Spokane, WA 2.8 WA Spokane. Non -SMSA Counties 3.0 WA Adams; WA Asotin; WA Columbia; WA Ferry; WA Garfield; WA Lincoln, WA Pend Oreille; WA Stevens; WA Whitman. Richland, WA SMSA Counties: Richland Kennewick, WA 5.4 WA Benton; WA Franklin. Non -SMSA Counties 3.6 WA Walla Walla. Yakima, WA: SMSA Counties: Yakima, WA 9.7 WA Yakima. Non -SMSA Counties 7.2 WA Chelan; WA Douglas; WA Grant; WA Kittitas; WA Okanogan. • 41 �I 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; �1 WA Lewis; WA Mason; WA Pacific; WA San Juan; WA Skagit; WA Thurston; WA Whatcom. Portland, OR: SMSA Counties: Portland, OR -WA 4.5 WA Clark. Non -SMSA Counties 3.8 WA Cowlitz; WA Klickitat; WA Skamania; WA Wahkiakum. These goals are applicable to each nonexempt Contractor's total on -site construction workforce, regardless of whether or not part of that workforce is performing work on a Federal, or federally assisted project, contract, or subcontract until further notice. Compliance with these goals and time tables is enforced by the Office of Federal Contract compliance Programs. The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60 -4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60- 4.3(a), and its efforts to meet the goals. The hours of minority and female • employment and training must be substantially uniform throughout the length of the contract, in each construction craft and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goal shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60 -4. Compliance with the goals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Engineer within 10 working days of award of any construction subcontract in excess of $10,000 or more that are Federally funded, at any tier for construction work under the contract resulting from this solicitation.- The notification shall list the name, address and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. 1 4. As used in this Notice, and in the contract resulting from this solicitation, the Covered Area is as designated herein. Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246) 1. As used in these specifications: • a. Covered Area means the geographical area described in the solicitation from which this contract resulted; 1 42 I 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. I (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. 1 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 60 -4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith effort to achieve the Plan goals and timetables. 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of this Special Provision. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. I • 43 • 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 1 sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off - the - street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefor, along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. e. Develop on- the -job training opportunity and /or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the U.S. Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. 44 I try ,N • f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with on -site supervisory personnel such as Superintendents, General Foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. i i. Direct its recruitment efforts, both oral and written to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's work force. k. Validate all tests and other selection requirements• where there is an obligation to do so under 41 CFR Part 60 -3. I. Conduct, at least annually, an inventory and evaluation of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are nonsegregated except that separate or single -user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. I 45 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 I 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 i 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 1 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, 46 1 1 • c» jd.•; telephone numbers, construction trade, union affiliation if any, employee identification 111, number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, the Contractors will not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment; Act of 1977 and the Community Development Block Grant Program). (July 10, 2000) Disadvantaged Business Enterprise (DBE) Participation The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR part 26 apply to this contract. The requirements of this contract are to report what is accomplished to enable the Contracting Agency to track achievement. No preference will be included in the evaluation of bids /proposals, no minimum level of DBE participation shall be required as a condition for receiving an award and bids /proposals will not be rejected or considered non - responsive on that basis. DBE Goals No DBE goals have been assigned as a part of this contract. Affirmative Efforts to Increase DBE Participation Contractors are encouraged to: • 1. Advertise opportunities for Subcontractors or suppliers in a manner reasonably designed to provide DBEs capable of performing the work with timely notice of such opportunities. All advertisements should include a provision encouraging participation by DBE firms and may be done through general advertisements (e.g., newspapers, journals, etc.) or by soliciting bids /proposals directly from DBEs. 1 2. Utilize the services of available minority community organizations, minority Contractor groups, local minority assistance offices and organizations that provide assistance in the recruitment and placement of DBEs and other small businesses. 3. Establish delivery schedules, where requirements of the contract allow, that encourage participation by DBEs and other small businesses. 4. Achieve DBE attainment through joint ventures. DBE Eligibility (for reporting purposes only) Definition of DBEs - DBE status is designated by: The current list of firms accepted as certified by the Office of Minority and Women's Business Enterprises (OMWBE.) A list of firms accepted as • certified by OMWBE is available from that office at (360) 704 -1180 or on line through their web site at (www.wsdot.wa.gov /omwbe /).• I 47 i 1 DBE Participation I When a DBE participates in a contract, only the value of the work actually performed by the DBE will be counted. 1. Count the entire amount of the portion of the contract that is performed by the DBE's own forces. Include the cost of supplies and materials obtained by the DBE for the work of the contract. Include supplies purchased or equipment leased by the DBE. Exclude supplies and equipment the DBE Subcontractor purchases or leases from the Contractor or its affiliate. 2. 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. j 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 g 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 I • 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. 1 48 2. The DBE must itself own and operate at least one fully licensed, insured, and operational truck that is used on the contract. 3. Credit towards project goals for DBE trucking firms who do not own at least one truck, will be granted only for the fees the DBE firm retains for providing the hauling service. 4. In order for DBE project goals to be credited, DBE trucking firms must be covered by a subcontract or a written agreement approved by WSDOT prior to performing their portion of the work. 5. DBE trucking firms are required to perform at least fifty percent (50 %) of the work with his /her own trucks and personnel. 6. DBE trucking firms may utilize owner /operator trucks. The number of owner /operator trucks may not exceed any limitations on subletting or reassigning, the work specified. All owner /operators must appear on the DBE Contractor's or DBE Subcontractor's payroll designated as owner /operator. The hours worked or wages paid may be reflected either on the payroll or on the record of payments to each owner /operator. 7. DBE trucking firms may lease or rent trucks from other sources, except from prime Contractors to whom they are Contractors, provided: ' a) A written valid lease /rental agreement on all trucks leased or rented is submitted to the project manager prior to the beginning of work; and b) Only the vehicle (not the operator) is leased or rented. c) The agreement must include the lessors name, trucks to be leased, and agreed upon amount or method of payment (hour, ton or load hauled). d) All lease agreements shall be long -term agreements, not project - by- project. • The DBE is limited to leasing or renting two (2) additional trucks for each truck owned by the DBE trucking firm. Expenditures with DBEs Expenditures with DBEs for materials or supplies shall be counted as provided in the following: Manufacturer If the materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the materials or supplies. Regular Dealer 1. Counting If the materials or supplies are purchased from a DBE regular dealer, count 60 percent of the cost of the materials or supplies. 2. Definition • 49 • 1 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 I products, steel, cement, gravel, stone, or asphalt without owning, operating, or maintaining a place of business, as provided elsewhere in this specification, if the person both owns and operates distribution equipment for the products. Any supplementing of regular dealers' own distribution equipment shall be by a long -term lease agreement and not on an ad hoc or contract -by- contract basis. c) Packagers, brokers, manufacturers' representatives, or other persons who arrange or expedite transactions are not regular dealers. Purchased from a DBE With respect to materials or supplies purchased from a DBE who is neither a manufacturer nor a regular dealer, count the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies, or fees or transportation charges for the delivery of materials or supplies required on a job site, provided the fees are reasonable and typical for the services rendered. No part of the cost of the materials and supplies themselves shall be counted. Procedures Between Award and Execution After award and prior to execution of the contract, the Contractor shall provide the names and addresses of all firms that submitted a bid or quote to the Contractor as part of bidding this contract and note which of those firms were successful and will participate in the contract. These firms may be contacted to solicit general information as follows: 1. age of the firm 2. average of its gross annual receipts I 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: 50 External Civil Rights Branch Office of Equal Opportunity Washington State Department of Transportation Transportation Bldg., P.O. Box 47314 Olympia, WA 98504 -7314 or telephone - (360) 705 -7085. Fax (360) 705 -6801 1- 07.11(10)B Required Records and Retention Revise the first sentence of the first paragraph as follows: Replace "State Department of Transportation" with "the Contracting Agency" The third paragraph is revised to read as follows: The Contractor and all subcontractors on this project shall submit WSDOT Form 820 -010 to the Engineer by the Fifth of the month during the term of the Contract. 1 -07.12 Federal Agency Inspection Section 1 -07.12 is supplemented with the following: Federal inspection will not be required for this project. 1 -07.15 Temporary Water Pollution /Erosion Control ' Section 1 -07.15 is supplemented with the following: (October 25, 1999) Erosion and Sedimentation Control (ESC) Lead i The ESC Lead shall be identified by the Contractor at the preconstruction meeting. The ESC Lead shall have, for the life of the contract, a current Certificate of Training in Construction Site Erosion and Sediment Control signed by the WSDOT Water Quality Program Manager. The Certificate of Training is valid for 3 years from the issue date on the certificate. The ESC Lead shall implement the Temporary Erosion and Sedimentation Control (TESC) and Spill Prevention Control and Countermeasures (SPCC) plans. Implementation of the TESC and SPCC plans shall include, but is not limited to: 1. Installing, maintaining, inspecting and repairing all temporary erosion and spill control Best Management Practices (BMPs) included in the TESC and SPCC plans . All BMP's shall be inspected, maintained, and repaired as needed to assure continued performance of their intended function. All on -site erosion and 1 sediment control measures shall be inspected at least once every seven days and within 24 hours after any storm event of greater than 0.5 inches within a 24 hour period. All spills shall be responded to as outlined in the SPCC Plan . Damaged or inadequate TESC measures shall be corrected within 24 hours of the inspection. A Temporary Erosion and Spill Control Report shall be prepared for each inspection and shall be included in the TESC and SPCC files. The inspection report shall include, but not be limited to: ' a. When, where and how BMPs were installed, removed, or modified; b. Repairs needed or made; c. Observations of BMP effectiveness and proper placement; d. Recommendations for improving performance of BMPs. t 51 I 2. Preparing and maintaining a TESC and SPCC file on site that includes, but is not limited to: a. TESC and SPCC Inspection Reports; b. Stormwater site plan; c. Temporary Erosion and Sediment Control (TESC) Plan; d. Contractors addendum to the TESC; e. National Pollutant Discharge Elimination System construction permit (Notice of Intent); f. Grading permit; g. Hydraulics Project Approval. Upon request, the file shall be provided to the Engineer for review. • (October 25, 1999) 1 Spill Prevention, Control and Countermeasures Description This work shall consist of preparing a Spill Prevention, Control, and Countermeasures (SPCC) Plan and preparing for implementation of the plan. SPCC Plan Requirements The Contractor shall be responsible for the preparation of an SPCC plan to be used for the duration of the project. The plan shall be submitted to the Project Engineer prior to the commencement of any construction activities. A copy of the plan with any updates shall be maintained at the work site by the Contractor. The SPCC plan shall identify construction planning elements and recognize potential spill sources at the site. The Plan shall outline responsive actions in the event of a spill • or release and shall identify notification and reporting procedures. The Plan shall also outline Contractor management elements such as personnel responsibilities, project site security, site inspections and training. The Plan shall outline what measures the Contractor shall take to prevent the release 1 or spread of the following: • Any hazardous material* found on site and encountered during construction I but not identified in contract documents. • Any hazardous materials* that the Contractor stores, uses, or generates on the construction site during construction activities. These items include, but are not limited to, gasoline, oils and chemicals. *Hazardous material, as referred to within this specification, is defined in RCW I' 70.105.010 under "hazardous substance ". The SPCC plan shall also address, at a minimum, the following project- specific information: Introduction • SPCC Plan Elements I Site Information Management Approval Site Description Planning and Recognition Spill Prevention and Containment Spill Response Reporting 52 I Program Management Attachments: A - Emergency Action Plan B - Site Plan C - Inspection and Incident Report Forms Implementation Requirements In the event that hazardous material is encountered during the course of the work, regardless of whether or not the material is shown in the Plans, the implementation of the Contractor's SPCC Plan shall be included in the scope of the contract and shall be carried out by the Contractor. The Contractor shall maintain, at the job site, the applicable equipment and material designated in the SPCC Plan. (October 25, 1999) Payment The lump sum contract price for the "Spill Prevention Plan" shall be full pay for all labor, equipment, material and overhead costs associ1ted with the preparation of the SPCC Plan and any coordination and preparation needed prior to implementation. If the Contracting Agency is responsible for the cost of response, containment and any cleanup then payment shall be made through existing contract items or an Equitable Adjustment in accordance with Section 1 -09.4. Assignment of responsibility for payment shall be as defined elsewhere in the Contract. If the spill is due to the Contractor's operations or negligence nothing in this section shall be construed as relieving the Contractor of responsibility for damage and all cost of response, containment and any cleanup shall be borne by the Contractor. 1 -07.16 Protection And Restoration Of Property ' Section 1 -07.16 is supplemented with the following: (March 13, 1995) Archaeological And Historical Objects It is national and state policy to preserve, for public use, historical and prehistorical objects such as ruins, sites, buildings, artifacts, fossils, or other objects of antiquity that may have significance from a historical or scientific standpoint. Archaeological or historical objects, which may be encountered by the Contractor, shall not be further disturbed. The Contractor shall immediately notify the Engineer of any such finds. I The Engineer will contact the archaeologist who will determine if the material is to be salvaged. The Contractor may be required to stop work in the vicinity of the discovery until such determination is made. If the archaeologist determines that the material is to be salvaged, the Engineer may require the Contractor to stop work in the vicinity of the discovery until the salvage is accomplished. Loss of time suffered by the Contractor due to resulting delays will be adjusted in I accordance with Section 1 -08.8. 1 -07.17 Utilities And Similar Facilities (March 13, 1995) Section 1 -07.17 is supplemented with the following: Locations and dimensions shown in the Plans for existing facilities are in accordance with 1 available information obtained without uncovering, measuring, or other verification. • • 53 • i I Public and private utilities, or their contractors, will furnish all work necessary to adjust, relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these Special Provisions. Such adjustment, relocation, replacement, or construction will be done during the prosecution of the work for this project. The Contractor shall call the Utility Location Request Center (One Call Center), for field location, not less than two nor more than ten business days before the scheduled date for commencement of excavation which may affect underground utility facilities, unless otherwise agreed upon by the parties involved. A business day is defined as any day other than Saturday, Sunday, or a legal local, State, or Federal holiday. The telephone number for the One Call Center for this project may be obtained from the Engineer. If no one - number locator service is available, notice shall be provided individually to those owners known to or suspected of having underground facilities within the area of proposed excavation. The Contractor is alerted to the existence of Chapter 19.122 RCW, a law relating to underground utilities. Any cost to the Contractor incurred as 'a result of this law shall be at the Contractor's expense. I No excavation shall begin until all known facilities, in the vicinity of the excavation area, have been located and marked. The following addresses and telephone numbers of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience: Qwest 8 W 2nd Avenue, Room 304 Yakima, Washington 98902 509 - 575 -7183 Charter Communications 1005 N 16th Avenue Yakima, Washington 98902 509 - 575 -1697 City of Yakima Water Division 2301 Fruitvale Blvd. Yakima, Washington 98902 509 - 575 -6154 City of Yakima Wastewater Division 2220 E. Viola, Yakima, Washington 98901 509 - 575 -6077 Cascade Natural Gas Corporation 401 N 1st Street, Yakima, Washington 98901 509 -457 -5905 Pacific Power PO Box 1729, Yakima, Washington 98907 509 - 575 -3146 Nob Hill Water Association 6111 Tieton Drive, Yakima, Washington 98908 509 - 966 -0272 The Contractor shall notify the Upper Yakima Valley Utilities Coordinating Council -Area 5, telephone number 1- 800 - 553 -4344, at least 48 hours prior to start of excavation so that underground utilities may be marked. It shall be the Contractor's responsibility to investigate the presence and location of all utilities prior to bid opening and to assess their impacts on his construction activities. i 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 I 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 1 the project area and cooperate with them. 1 54 I 1 1 -07.18 Public Liability Property Damage Insurance (APWA only) 1 General Requirements The seventh paragraph is revised as follows: Change "45 days" to "20 days" • Revise the eighth paragraph by adding the following to the end of the first sentence: ", the City of Yakima, its employees, agents, and elected or appointed officials ". Revise the tenth paragraph to read as follows: The Contractor shall forward to the City the additional insured endorsement as requested in the Evidence of Insurance Section. 1 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 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 1 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. 55 1 The City of Yakima, its agents employees, and elected or appointed officials are additional insured's for 2002 Grind and Overlay Rehabilitation, City Project Nos. 1959. 1 4. Contain the appropriate amount and types of coverage's that are specified by the Contract. • 1 -07.23 Public Convenience And Safety 1- 07.23(1) Construction Under Traffic Section 1- 07.23(1) is supplemented with the following: (March 13, 1995) The construction safety zone for this project is - 10 - feet - from the outside edge of the traveled way. During nonworking hours equipment or materials shall not be within the safety zone unless it is protected by permanent guard rail or temporary concrete barrier. The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location. During the actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the safety zone and only construction vehicles absolutely necessary to construction shall be allowed within the safety zone or allowed to stop or park on the shoulder of the roadway. The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the safety zone at any time unless protected as described above. Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval. I 1 -08 PROSECUTION AND PROGRESS 1 -08.1 Subcontracting I 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. 11 Copies (2 prints or 1 reproducible) of newly updated Schedules shall be forwarded to the Engineer, as directed, immediately upon preparation. • 1 56 I 1 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 Ten (10) 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 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 1- 10.3(1) Traffic Control Labor Revise the first sentence of the third paragraph with the following: 1 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. • I 57 1 I The third paragraph is revised as follows: I Delete item 2. Revise item 3 to read: 1 Furnishing, initial installation and subsequent removal of both Class A and B construction signs; and 1- 10.3(5) Temporary Traffic Control Devices The first and second sentences are revised as follows: Delete the phrase "Temporary Traffic Control Devises" and replace it with "Maintenance and Protection of Traffic ". 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 I 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: I "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. The Contractor's bid shall equal or exceed the Minimum Bid amount shown. I I • 1 I 58 1 1 DIVISION 2 - EARTHWORK 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 or Nob Hill Water Association, whichever has jurisdiction within the project area, 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 1 thereof shall be withheld, if necessary, from the final payment to the Contractor. The Contractor shall ,furnish all equipment and tools, except the metered hydrant connection, that may be necessary to meet the requirements of the water distribution agency pertaining to hydrant use. Violation of these requirements will result in fines and will lay the Contractor liable for damage suits because of malfunctioning of damaged fire hydrants, in the event of fire. 2 -07.4 Measurement This section is revised to read: Water shall be measured with the metered hydrant connection. 1 2 -07.5 Payment This section is revised to read: ' Water will be furnished by the water utility without charge, but the Contractor shall convey the water from the nearest convenient hydrant or other source at his own expense. • 1 1 1 59 1 t DIVISION 5 1 SURFACE TREATMENTS AND PAVEMENTS 5 -04 ASPHALT CONCRETE PAVEMENT I 5 -04.2 Materials Supplement this section with the following: Asphalt concrete pavement used for the final lift on this project shall be Class A, and asphalt concrete pavement Class G shall be used for preleveling. 1 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. I 5 -04.3 Construction Requirements 5- 04.3(5)A Preparation of Existing Surfaces i Supplement this section with the following: When asphalt concrete pavement is to be constructed over a planed surface and there is 1 no gravel base, all holes and small depressions shall be filled with an appropriate class of asphalt concrete mix. A Fabric Membrane Interlayer shall then be placed at the locations shown on the plans before the final asphalt concrete pavement lift. The fabric for the Fabric Membrane Interlayer shall be a needle - punched non -woven 100% polypropylene fabric that conforms to the following properties when tested by the appropriate ASTM Method: Tensile Strength, either direction, minimum 1 (ASTM Method D -4632, Grab Method) 90 lbs. Elongation at break, either direction, minimum 1 (ASTM Method D -4632, Grab Method) 50% Weight, oz. /sq. yd. 1 (ASTM D -1910) 3.0 + 0.5 Asphalt retention by fabric, minimum (Army Corps of Engineers Procedure) 0.2 gsy residual The fabric shall have a demonstrated field performance record of five (5) years and /or have been approved by the Washington State Department of Transportation Materials Laboratory. Prior to placing the fabric, the existing pavement to receive the fabric shall be cleaned, to the satisfaction of the engineer, of all materials such as, but not limited to, leaves, sand, dirt, gravel, water and vegetation. Placement of the fabric shall be made only under the following conditions: 1. The ambient air temperature is above 50° F. and rising. 2. The pavement is dry and the pavement temperature is 40° F. and rising. 1 The surface area to receive the fabric shall be sprayed with steam - refined pavement asphalt type AR -4000 or AR -8000 at a rate of 0.22 — 0.28 gallons per square yard, except I 60 1 at intersections where the application rate, 15' before and after each stop line should be in the range of 0.20 gallons per square yard. The Engineer shall determine the exact rate. 1 The asphalt shall be sprayed with a suitably metered truck and the temperature of the asphalt binder must be spread in the range of 290° F. to 365° F. The width of asphalt application will be the fabric width plus 4- inches. Paving asphalt shall be applied no farther in advance of the overlay than the distance that the contractor can maintain free of traffic. The paving operation shall closely follow fabric placement and no more fabric than can be covered up with hot mix that working day shall be placed. The fabric shall overlap 2" — 6" at the longitudinal joints with no more than two layers of fabric at the point of overlap. Transverse joints shall be shingled in the direction of the 1 paving to prevent edge pickup by the paver. The fabric shall not be placed closer than one foot from the perimeter of the existing pavement to be overlayed. • The fabric shall be placed into the asphaltic binder with a minimum of wrinkles. The fabric shall be broomed or squeegeed to remove any bubbles and to maximize fabric contact with the underlying surface prior to substantial cooling of the binder to a point that the fabric will not adhere to it: The equipment for placing the fabric shall be mechanized and capable of handling full rolls of fabric and shall be capable of laying the fabric without forming excessive wrinkles that lap. The test for lapping shall be made by gathering together the fabric in a wrinkle. If the height of the doubled portion of extra fabric is %2 - III inch or more, the fabric shall be slit to remove the wrinkle and allowed to lay flat. The equipment used to place the fabric is subject to approval by the Engineer. To enhance the bond of the fabric with the existing pavement and to smooth out any ' wrinkles and folds in the fabric, the Contractor may be required to pneumatically roll the fabric after it is placed. The Engineer will make the determination if this is necessary. ' At each utility cover that could be covered with fabric, the fabric shall be neatly cut around the cover to allow for raising the cover to finished grade. Turning of the paving machine or other vehicles should be gradual and shall be kept to a 1 minimum to avoid damage to the membrane. Should equipment tires tend to stick to the fabric during paving operations, small quantities of asphalt concrete shall be broadcast ahead to prevent pick -up of the fabric. 5- 04.3(7)A Mix Design Delete all reference to Section 9- 03.8(6)A 1 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 61 I . 1 the specified compacted course thickness is grater than 0.10 foot, the acceptable level of I compaction shall be a minimum of 91 percent of the maximum density as determined by WSDOT Test Method 705 /AASHTO T209. The level of compaction attained will be determined as the average of not less than 5 nuclear density gauge tests taken on the day the mix is placed (after completion of the finish rolling) at randomly selected locations within each lot. The quantity represented by each lot will be no greater than a single , day's production or approximately 400 tons, whichever is less. Control lots not meeting the minimum density standard shall be removed and replaced with satisfactory material. At the option of the Engineer, noncomplying material may be accepted at a reduced price. I Cores may be used as an alternative to the nuclear density gauge tests. When cores are taken by the Engineer at the request of the Contractor, the request shall be made by noon of the first working day following placement of the mix. The Engineer shall be reimbursed for the coring expenses at the rate of $75 per core when the core indicates the acceptable level of compaction within a lot has not been achieved. At the start of paving, if requested by the Contractor, a compaction test section shall be I 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. 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 1 without the Engineer entering the hauling vehicle. Acceptance testing for compliance of asphalt content will use the Nuclear Asphalt Gauge I Procedure: WSDOT Test Method 722 -T. Acceptance testing for compliance of gradation will use the Quick Determination of Aggregate Gradation Using Alternate Sovent Procedure: WSDOT Test Method 723 -T. Asphalt concrete Class D and pre - leveling mix shall be compacted to the satisfaction of the Engineer. In addition to randomly selected locatins for tests of the control lot, the Engineer reserves the right to test any area which appears defective and to require the further compaction of areas that fall below acceptable density readings. These additional tests shall not impact the compaction evaluation of the entire control lot. 5- 04.3(13) Surface Smoothness The last paragraph is revised with the following: I 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 I 62 1 1 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(14) Planing Bituminous Pavement Supplement this section with the following: Where planing is to be done in the eastbound lanes, all of the existing asphalt concrete pavement shall be removed down to the top of the existing cement concrete pavement. 5- 04.3(15) Asphalt Concrete Approach Add the following to the sentence: "or reconstructed," after the word "constructed ". 1 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 this section with the following: Fabric Membrane Interlayer shall be measured by the Square Yard. Where the fabric is overlapped, the measurement shall be for one layer as if the fabric were seamless. t 63 1 5 -04.5 Payment Add the following pay items: "Asphalt Conc. Pavement Class A with PG 64 -28 ", per ton 1 "Fabric Membrane Interlayer", per square yard The unit contract price for the "Fabric Membrane Interlayer" per square yard shall be full I compensation for all labor, materials including paving asphalt, equipment, tools and incidentals for the complete installation of the Fabric Membrane Interlayer at the locations shown on the plans and as directed by the Engineer. I "Adjust Catch Basin ", per each The unit contract price, per each, for adjusting the catch basins shall be full 1 compensation for furnishing all labor, equipment and materials, to jack- hammer out the existing grate, and install new castings and catch basin frame and grate to the new median elevation 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. 1 5- 04.5(1)B Price Adjustments for Quality AC Compaction This Section is deleted. 1 I • 1 1 1 64 I DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 1 7-05 MANHOLES, INLETS, AND CATCH BSINS 7 -05.3 Construction Requirements 7- 05.3(1) Adjusting Manholes and Catch Basins to Grade Revise this secton to read: All Catch Basins and other utility castings shall be adjusted in accordance with Section 5- 04.3(13). 1 1 1 1 1 1 r 65 • 1 DIVISION 8 MISCELLANEOUS CONSTRUCTION 8 -30 REPAIR OR REPLACEMENT (New Section) 1 8 -30.1 Description This 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 of 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. 1 1 1 1 1 1 1 1 1 r 66 I 1 DIVISION 9 - MATERIALS i ' 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. 1 1 r 1 1 67 I . I CONTRACT THIS AGREEMENT, made and entered into in triplicate, this 3 day of N °V. , 2003, by and between the City I of Yakima, hereinafter called the Owner, and S\) Z D2 ewo-it c pa4ir a Washington Corporation, hereinafter called the Contractor. WITNESSETH: I . Th 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 I. The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF: $ 68 Cr> for 2003 Fruitvale Blvd. Overlay, Project No. 2015, all in accordance with, and as described in the attached plans and specifications and the 2000 Standard Specifications for Road, Bridge, and I 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 Ten (10) working days. The I 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 I the Standard Specifications for each and every day said work remains uncompleted after expiration of the specified time, as liquidated damages. . . I . The Contractors shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof, except such as are mentioned in the specifications to be furnished by the 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 I 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 . I 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. I IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written. `' I Countersigned: CITY OF YAKIMA p CONTRACTOR this day of 2003. —5u��OR a /A 6 ,-a ‘i■A Corporation I Contractor .- c - -`c By: ,.7. -I / - • _ .c City Manager t Ki � �/ � �� Attest: —811.4.— �'f ��T -a tr. � ` ? (Print Name) ' C ity Clerk is .� . , ce. . 4 , L k c- Its v : E + f : � (President, Owner, etc.) � Itita�.�- 0 x ga g Address: )444zie-t4, w*- 9 • 69 I iti. . I PERFORMANCE BOND Bond No. 104175493 BOND TO CITY OF YAKIMA - . KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Su. erior Pavin. Co. I a Washington ' Travelers Casua ty an. Surety Corporation as Principal and Company of America a corporation organized and existing under the laws cf the State of Connecticut as h surety 1 corporation, and qualified under the !aws of the State o` Washington to become surety upon bonds of contractors with municipal I . corporations, as surety, are jointly and severally held and firmly bound to the CITY OF YAKIMA in the penal sum of $ 88, 290.00 for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. I 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 November , 2003. Never - the -less, the conditions of the above obligations are such that: WHEREAS, pursuant to action taken by the Yakima City Council on 2003, the City Manager and City Clerk of the CITY OF YAKIMA has let or is about to let to the said I Su. erior Pavin: Co. , the above bounded Principal, a certain contract, the said contract being numbered 201 5, , and providing for 2003 Fruitvale Boulevard is referred to herein and is made a part hereof as though ettacoed hereto), and, Overlay, 28th Avenue h � to 0 4 Avenue, Project No. 2015 I WHEREAS, the said Pnncipal 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 Superior Paving Co. shall faithfully perform all of the provisions of said contract in the manner and within the time therein set I 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 I 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 I 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 I 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. Superior Paving Co. (• tractor) Hi 11 Harmptt (Print Name) Approved as to farm: /fa Its: Vice- President (President Owner, etc...) (C I 't Attome y) avatars CasAD .n. '.rat Company of (surety) u erica �: ,L ��.� Paula M. McCoy (Print Name) Its: Attorney —in —Fact 185 • I w TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY 1 Hartford, Connecticut 06183 -9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S) -IN-FACT I KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF I AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies ") hath made, constituted and appointed, and do by these I presents make, constitute and appoint: Anne E. Strieby, James B. Binder, Paula M. McCoy, Carrie Ester, of Seattle, Washington, their true and lawful Attorney(s) -in -Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional 1 undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorneys) -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. 1 This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: I VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in I the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President I may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional I undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or I by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY I COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: I VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney I or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. 1 1 1 1 (11-00 Standard) 1 • IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS I CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be signed by their Senior Vice President and their corporate seals to be hereto affixed this 2nd day of August, 2003. I STATE OF CONNECTICUT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY }SS. Hartford FARMINGTON CASUALTY COMPANY 1 COUNTY OF HARTFORD � ' � C n� jjtl�'�+w JrV tY 00 pASU,4 ..........34e.......74,____ S `�• `C 4 ,G ' <1 L 1 e*s RDD it a HARTFORD. 9 < ti 1 98 1 O By ")I c0N" Duo V:4:::::-/ George W. Thompson ' d1 ; * Senior Vice President 1 On this 2nd day of August, 2003 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly I sworn, did depose and say: that he /she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the corporations described in and which executed the above instrument; that he /she knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; and that he /she executed the said instrument on behalf of the corporations by 1 ffi authority of his/her office under the Standing Resolutions thereof. 1 t a: Li le ri * MaALIto C ttirAltrUadi ,� Ammo 1 4< ` ; L My commission expires June 30, 2006 Notary Public Marie C. Tetreault 1 CERTIFICATE I I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority I remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the Certificate of Authority, are now in force. Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this day of 1 , 20 . YM J btY AN B _ I MG g r 0 m GA N a HARTFORD. < n 19 S 2 O y il/t-SL------ 1/4 ""Aeg 4 cola of f Kori M. Johanson 4 A k1 , pi `„ • p' Assistant Secretary, Bond • 1 1 I -.. Travelers 1 IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE 1 On November 26, 2002, President Bush signed into law the Terrorism Risk Insurance Act of 2002 (the "Act "). The Act 1 establishes a short -term program under which the Federal Government will share in the payment of covered losses caused by certain acts of international terrorism. We are providing you 1 with this notice to inform you of the key features of the Act, and to let you know what effect, if any, the Act will have on your premium. I re uired to provide coverage the Act, insurers are e for q p g 1 certain losses caused by international acts of terrorism as defined in the Act. The Act further provides that the Federal Government will pay a share of such losses. Specifically, the Federal 1 Government will pay 90% of the amount of covered losses caused by certain acts of terrorism which is in excess of Travelers' 1 statutorily established deductible for that year. The Act also caps the amount of terrorism - related losses for which the Federal Government or an insurer can be responsible at 1 $100,000,000,000.00, provided that the insurer has met its deductible. Please note that passage of the Act does not result in any change g 1 in coverage under the attached policy or bond (or the policy or bond being quoted). Please also note that no separate additional premium charge has been made for the terrorism coverage 1 required by the Act. The premium charge that is allocable to such coverage is inseparable from and imbedded in your overall premium, and is no more than one percent of your premium, 1 ,: OP ID RY DATE (MMIDDIYYYY) ACORD„ CERTIFICATE OF LIABILITY INSURANCE SUPE -25 11/04/03 PRODUCER Mtn. rown & Brown - Seattle 4111111111114 THIS CERTIFICATE DOES NOT AMEND, EXTEND OR . 0. Box 24347 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Seattle WA 98124 Phone: 206- 956 -1600 Fax:206- 956 -9600 INSURERS AFFORDING COVERAGE NAIC # NSURED• INSURER A: Zurich American Insurance INSURER Superior Paving Company INSURER C: P.O. Box 10268 INSURER D: Yakima, WA 98909 INSURER E COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS NSW AUU'L POLICY EFFECTIVE POLICY EXPIRATION LTR INSRC TYPE OF INSURANCE POLICY NUMBER DATE (MM /DD/YY) DATE (MM /DD /YY) LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 DAMAGE IUHtN IEU A X X COMMERCIAL GENERAL LIABILITY GL0343718601 03/31/03 03/31/04 PREMISES(Eaoccurence) $ 100 CLAIMS MADE X OCCUR MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1, 000 , 0 0 0 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS - COMP /OP AGG $ 2 , 000 , 000 • POLICY X PRO LOC JECT _ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT A X ANY AUTO BAP343718701 03/31/03 03/31/04 (Ea accident) $ 1,000,000 X ALL OWNED AUTOS BODILY INJURY (Per person) $ X SCHEDULED AUTOS X HIRED AUTOS BODILY INJURY (Per accident) $ X NON -OWNED AUTOS E„ I - uVED AS TO FORM I O PROPERTY DAMAGE V8 (Per V � (Per accident) $ GARAGE LIABILITY y /� ✓A t AUTO ONLY - EA ACCIDENT $ ANY AUTO Y OTHER T HAN EA ACC $ AUTO ONLY: AGG $ C ITY ATTORNEY EXCESS /UMBRELLA LIABILITY CITY OF YAKIMA EACH OCCURRENCE $ OCCUR CLAIMS MADE AGGREGATE $ $ DEDUCTIBLE $ RETENTION $ $ WC S I A I U- U I H- WORKERS COMPENSATION AND • TORY LIMITS ER - EMPLOYERS' LIABILITY WASHINGTON STOP GAP E.L. EACH ACCIDENT $ 1,000,000 ANY PROPRIETOR/PARTNER /EXECUTIVE A OFFICER/MEMBER EXCLUDED? GL0343718601 03/31/03 03/31/04 E.L. DISEASE - EA EMPLOYEE $ 1, 000,000 If yes, describe under SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT $ 1 , 000 , 0 00 OTHER ESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS • 'e: 2003 Fruitvale Boulevard Overlay: 28th Avenue to 34th Avenue 'roject No. 2015 . . The City of Yakima, its agents, employees and elected officials are named as Additional Insured per attached form CG2010 XXXX CERTIFICATE HOLDER CANCELLATION - YAKI - 0 6 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL_MAIL 20 DAYS WRITTEN City of Yakima NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, , R/I Engineering Division �. - - - - 11111•111111111111111111111111111111 129 North Second Street Yakima, WA 98901 '> A IZED TATI CORD 25 (2001/08) ©ACORD CORPORATION 1988 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. 1 CG 20 10 11 85 ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) 1 This endorsement modifies insurance provided under the following: ' COMMERCIAL GENERAL LIABILITY COVERAGE PART. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. ' Endorsement effective Policy No November 4, 2003 12:01 A.M. standard time GL0343718601 Named Insured Countersigned by I Superior Paving Company Scott Strickland (Authorized Representative) SCHEDULE Name of Person or Organization: City of ty o Yakima, its agents, employees and appointed or elected officials 1 (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement) I 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 or for you. 1 1 1 1 1 1 1 Copyright, Insurance Services Office, Inc. 1992 1 MINIMUM WAGE AFFIDAVIT 1 ' STATE OF WASHINGTON) ) ss COUNTY OF YAKIMA ) I, the undersigned, having been duly sworn, depose, say and certify that in connection with the performance of the work, payment for which this voucher is submitted, I have paid the following rate per hour to each classification of laborers, workmen, or mechanics, as indicated upon the attached list, now referred to and by such reference incorporated in and made an integral part hereof, for all such employed in the performance of such work; and no laborer, workman or ' mechanic so employed upon such work has been paid Tess than the prevailing rate of wage or less than the minimum rate of wages as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. 1 Contractor Subscribed and sworn to before me on this day of , 200 1 Notary Public in and for the State of Washington residing at 1 1 1 1 • 1 1 77 • 1 .11rir0. 1 • PREVAILING WAGE RATES " Department of labor & Industries Statement 1 Prevailing Wage Rates for Yakima County DOLI - Manufacture & Fabrication Notice Benefit Code Key 1 1 110.0141 1 1 1 1 1 PREVAILING WAGE RATES 1 The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in the U 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. 1 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 In 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: 1 Department of Labor and Industries ESAC Division PO Box 44540 Olympia, Washington 98504 -4540 Telephone: 360- 902 -5335 1 1 1 1 1 1 1 79 • 1 1 L 1. 1 1 STATE WAGE RATES ' ARE INSERTED FOLLOWING THIS PAGE 1 1 1 1 1 1 1 1 1 1 81 1 1 State of Washington I 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. O n 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. I YAKIMA COUNTY Effective 03 -05 -03 1 , (See Benefit Code Key) Over PREVAILING Time Holiday Note ii Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $24.98 1M 5D BOILERMAKERS JOURNEY LEVEL $42.02 1B 6R I BRICK AND MARBLE MASONS JOURNEY LEVEL $32.37 1M 5A CABINET MAKERS (IN SHOP) JOURNEY LEVEL $19.24 1 I CARPENTERS ACOUSTICAL WORKER $29.20 1M 5D BRIDGE, DOCK AND WARE CARPENTERS $36.62 1M 5D CARPENTER $28.94 1M 5D • 1 CREOSOTED MATERIAL $29.04 1M 5D DRYWALL APPLICATOR $28.94 1M 5D FLOOR FINISHER $29.07 1M 5D FLOOR LAYER $29.07 1M 5D I 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 1 M 5D SHINGLER $29.07 1M 5D I STATIONARY POWER SAW OPERATOR $29.07 1M 5D STATIONARY WOODWORKING TOOLS $29.07 1M 5D CEMENT MASONS JOURNEY LEVEL $28.31 1N 5D I DIVERS & TENDERS DIVER $78.52 1 M 50 8A DIVER TENDER $39.62 1M 5D DREDGE WORKERS I ASSISTANT ENGINEER $37.22 1B 5D 8L ASSISTANT MATE (DECKHAND) $36.78 1B 5D 8L BOATMEN $37.22 1B 5D 8L ENGINEER WELDER $37.27 1B 5D 8L I 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 I JOURNEY LEVEL $26.03 1P 5A ELECTRICIANS - INSIDE JOURNEY LEVEL - $39.24 1J 5Z ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER $47.12 4A 5A I 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 I 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 I POWDERPERSON $32.34 4A 5A Page • 1 • 1 1 YAKIMA COUNTY Effective 03 -05 -03 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRONIC & TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $12.07 1 ELEVATOR CONSTRUCTORS MECHANIC $46.46 4A 6Q MECHANIC IN CHARGE $51.14 4A 6Q LABORER $7.01 1 1 PRODUCTION WORKER $7.15 1 FENCE ERECTORS FENCE ERECTOR $21.64 1 FLAGGERS JOURNEY LEVEL $23.26 1M 5D I 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 $35.14 1T 5D 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 513 8L I CONVEYORS $37.24 1T 5D 8L CRANES, THRU 19 TONS, WITH ATTACHMENTS $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 1 . 1 YAKIMA COUNTY Effective 03 -05 -03 (See Benefit Code Key) Over PREVAILING Time Holiday Note I Classification WAGE Code Code Code CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $38.54 1T 5D 8L 1 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 1 CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $39.54 1T 50 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 I 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 $37.60 1T 5D 8L DECK ENGINEER/DECK WINCHES (POWER) $37.60 1T 5D 8L I 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 I 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 I HORIZONTAL/DIRECTIONAL 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 I 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 I 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 I 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 $35.14 17 50 BL PILEDRIVER (OTHER THAN CRANE MOUNT) " $37.60 1T 5D BL I 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 I 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 17 5D 8L I ROLLAGON $38.04 1T 5D 8L ROLLER, OTHER THAN PLANT ROAD MIX $35.14 1T 5D 8L ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $37.24 17 5D 8L ROTO -MILL, ROTO- GRINDER $37.60 1T 5D 8L I SAWS, CONCRETE $37.24 1T 5D 8L SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $37.60 1T 5D 8L Page 3 I • 1 1 YAKIMA COUNTY Effective 03 -05 -03 I (See Benefit Code Key) Over c. PREVAILING Time Holiday Note Classification 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 IT 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 I 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 5D 8L YO YO PAY DOZER $37.60 1T 5D 8L POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & I (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 1Q 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 1 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 I $25.42 2B 5A SPECIAL APPARATUS INSTALLER II $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 TELEVISION TECHNICIAN $18.82 2B 5A TREE TRIMMER $23.53 2B 5A TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL $24.86 2M 5A Page 4 1 I 1 YAKIMA COUNTY 1 Effective 03 -05 -03 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TILE, MARBLE & TERRAZZO FINISHERS FINISHER $20.56 4A 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $28.97 1K 5A TRUCK DRIVERS II 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 I WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $11.15 1 OILER $9.20 1 WELL DRILLER $17.68 1 1 1 1 1 1 1 1 1 1 1 . Page 5 .1 1 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 1 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 1 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 1 question 5. 5. Is the prefabricated item intended for the public works project typically an 1 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 1 1 1 Supplemental To Wage �� PP o a Rates 9 $$2$$ Page1 1 1 WSDOT's 1 Predetermined List for Suppliers - Manufacturers - Fabricators Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non- standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non - standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be • considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L &I's policy statement. ITEM DESCRIPTION YES NO 1. Manhole Ring & Cover - manhole type 1, 2, 3, and 4 X 1 for bridges. For use with Catch Basin type 2. The casting to meet AASHTO -M -105, class 30 gray iron casting. See Std. Plan B -1f, B -23a, B -23b, B -23c, and B -23d. 2. Frame & Grate - frame and Grate for Catch Basin type X 1, IL, 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. 1 3. Grate Inlet & Drop Inlet Frame & Grate - Frame and X Grate for Grate Inlets Type 1 or 2 or Drop Inlet. Angle iron frame to be cast into top of inlet. See Std. Plan B -4b or B -4h. Frames & Grates to be galvanized. 1 4. Concrete Pipe - Plain Concrete pipe and reinforced X concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. 5. Concrete Pipe - Plain Concrete pipe and reinforced X. concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. 1 $$1$$ Supplemental To Wage Rates $$2$$ Page 2 1 1 YES NO 1 6. Corrugated Steel Pipe - Steel lock seam corrugated X pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, 1 thru 5. 1 7. Corrugated Aluminum Pipe - Aluminum. lock seam X corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, #5. 1 8. Anchor Bolts & Nuts - Anchor Bolts and Nuts, for X mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. See Contract Plans and Std. Plans for size and material type. 1 9. Aluminum Pedestrian Handrail - Pedestrian handrail X conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be in accordance with Section 9- 28.15(3). 1 10. Major Structural Steel Fabrication - Fabrication of X 1 major steel items such as trusses, beams, girders, etc., for bridges. l 11. Minor Structural Steel Fabrication - Fabrication of X minor steel items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and /or boring of holes. See Contact Plans for item description and shop drawings. 1 ' 12. Aluminum Bridge Railing Type BP - Metal bridge railing X conforming to the type and material specifications set forth . in the Contract Plans. Welding of aluminum shall be in accordance with Section 9- 28.15(3). 1 $$1$$ Supplemental To Wage Rates $$2$$ Page 3 1 1 YES NO 13. Concrete Piling -- Precast - Prestressed concrete piling for X use as 55 and 70 ton concrete piling. Concrete to conform to Section 9 -19.1 of Std. Spec.. Shop drawings for approval shall be provided per Section 6- 05.3(3) of the Std. Spec. 14. Manhole Type 1, 2, 3 and 4- Precast Manholes with risers X and flat top slab and /or cones. See Std. Plans. 1 15. Drywell - Drywell as specified in Contract Plans. X 16. Catch Basin - Catch Basin type 1, IL, 1P, 2, 3, and 4, X including risers, frames maybe cast into riser. See Std. Plans. 17. Precast Concrete Inlet - Concrete Inlet with risers, X frames may be cast into risers. See Std. Plans. 18. Drop Inlet Type 1 - Drop Inlet Type 1 with support X angles and grate. See Std. Plans B -4f and B-4h. • 19. Drop Inlet Type 2 - Drop Inlet type 2 with support • X 111 angles and grate. See Std. Plans B -4g and B -4h. 1 20. Grate Inlet Type 2 - Grate Inlet Type 2 with risers and X top unit with bearing angles. 21. Precast Concrete Utility Vaults - Precast Concrete X utility vaults of various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction requirements. Shop drawings are to be provided for approval prior to casting. 1 Supplemental To Wage $$ $$ pP a Rates 9 $$2$$ Page 4 1 1 YES NO 22. Vault Risers - For use with Valve Vaults and Utilities X Vaults. 1 23. Valve Vault - For use with underground utilities. X See Contract Plans for details. 24. Precast Concrete Barrier - Precast Concrete Barrier for X use as new barrier or may also be used as Temporary Concrete Barrier. Only new state approved barrier may be used as permanent barrier. 1 25. Reinforced Earth Wall Panels - Reinforced X Earth Wall Panels in size and shape as shown in the Plans. Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing. 1 Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab. 1 26. Precast Concrete Walls - Precast Concrete Walls - X tilt -up wall panel in size and shape as shown in Plans. Fabrication plant has annual approval for methods and materials to be used. ' 27. Precast Railroad Crossings - Concrete Crossing Structure X Slabs. 28. 12, 18 and 26 inch Standard Precast Prestressed X Girder - Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)c. 1 1 $$1$$ Supplemental To Wage Rates $$2$$ . Page 5 1 1 YES NO 29. Prestressed Concrete Girder Series 4 -14 - X 1 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 111 approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)c. 1 30. Prestressed Tri -Beam Girder - Prestressed Tri -Beam X Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)c. 31. Prestressed Precast Hollow -Core Slab - Precast X Prestressed Hollow -core slab for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)c. 32. Prestressed -Bulb Tee Girder - Bulb Tee Prestressed X Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(26)A. 33. Monument Case and Cover - To meet AASHTO -M -105 class X • 30 gray iron casting. See Std. Plan H -7. 1 34. Cantilever Sign Structure - Cantilever Sign Structure X fabricated from steel tubing meeting AASHTO -M -183. See Std. Plans G -3, G -3a, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO -M -111. • 1 35. Mono -tube Sign Structures - Mono -tube Sign Bridge X fabricated to details shown in the Plans. Shop drawings for approval are required prior to fabrication. 1 $$1$$ Supplemental To Wage Rates pP g Page 6 es 1 1 YES NO ' 36. Steel Sign Bridges - Steel Sign Bridges fabricated X from steel tubing meeting AASHTO -M -138 for Aluminum Alloys. See Std. Plans G -2, G2a, G -2b, and Contract Plans for ' details. The steel structure shall be galvanized after fabrication in accordance with AASHTO -M -111. 37. Steel Sign Post - Fabricated steel sign posts as detailed X in Std. Plan G -8. Shop drawings for approval are to be • provided prior to fabrication. 38. Light Standard - Prestressed - Spun, prestressed, hollow, X concrete poles. • 39. Light Standards - Lighting Standards for use X on highway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Plan J -1, J -1 a, and J -1 b. See Special Provisions for pre- approved drawings. 1 40. Traffic Signal Standards - Traffic Signal Standards for X use on highway and /or street signal systems. Standards ' to be fabricated to conform with methods and material as specified on Std. Plans J -1, J -7a, J -7c, and J -8. See Special Provisions for pre- approved drawings. 1 41. Traffic Curb, Type A or C Precast - Type A or C X 1 Precast traffic curb, for use in construction of raised channelization, and other traffic delineation uses such as parking Tots, rest areas, etc. NOTE: Acceptance based on inspection of Fabrication Plant 1 and an advance sample of curb section to be submitted for approval by Engineer. 1 1 • • • $$1$$ Supplemental To Wage Rates • $$2$$ Page 7 1 1 YES NO 1 42. Traffic Signs - Prior to approval of a Fabricator X X 1 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 1 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 1 49. treated or untreated timber piles X 1 50. Girder pads (elastomeric bearing) X 1 1 $$1$$ Supplemental To Wage Rates $$2$$ PP g Page 8 1 1 1 YES NO I 51. Standard Dimension lumber X 52. Irrigation components X 53. Fencing materials X 1 54. Guide Posts X 1 55. Traffic Buttons X 56. Epoxy X 1 1 57. Cribbing X 1 58. Water distribution materials X 1 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 1 1 $$1$$ Supplemental To Wage Rates $$2$$ Page 9 1 1 1 WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03/05/03 1 METAL FABRICATION (IN SHOP) Over 1 PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: Adams, Asotin, Columbia, Douglas, Ferry, Franklin, Garfield Kittitas, Lincoln, Okanogan, Pend Oreille, Stevens, Walla Walla and Whitman Fitter 12.76 1 Welder 12.76 1 Machine Operator 12.66 1 Painter 10.20 1 Laborer 8.13 1 Counties Covered: Benton Welder 16.70 1 I Machine Operator 10.53 1 Painter 9.76 1 Laborer 7.06 1 Counties Covered: r Chelan Fitter 15.04 1 Welder 12.24 1 Machine Operator 9.71 1 Painter 9.93 1 . I Laborer 8 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 1 1 111 $$ $$ ' S upplemental To Wage Rates $$2$$ Page 10 1 1 1 1 METAL FABRICATION (IN SHOP) 03/05/03 • Over I PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: 1 Clark 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 1 Laborer 17.21 1J 6U Counties Covered: • Snohomish I Fitter 15.38 1 Welder 15.38 1 1 Machine Operator 8.84 1 Painter 9.98 1 Laborer 9.79 1 I Counties Covered: Spokane I Fitter 12.59 1 Welder 10.80 1 Machine Operator 13.26 1 Painter 10.27 1 I Laborer 7.98 1 Counties Covered: Thurston I Layerout 24.49 1R 6T Fitter 22.51 1R 6T I Welder 20.51 1R 6T Machine Operator 17.53 1R 6T Laborer 14.56 1R 6T • I Counties Covered: Whatcom I Fitter/Welder 13.81 1 Machine Operator 13.81 1 Laborer 9.00 1 1 I $$1$$ Supplemental To Wage Rates • $$2$$ • Page11 .1 1 1 METAL FABRICATION (IN SHOP) 03/05/03 1 Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: I Yakima Fitter 12.00 1 Welder 11.32 1 Machine Operator 11.32 1 Painter 12.00 1 Laborer 10.31 1 Counties Covered: 1 Cowlitz Fitter 21.99 1B 6V 1 Welder 21.99 1B 6V Machine Operator 21.99 1B 6V Laborer 15.87 1B 6V 111 Counties Covered: Grant Fitter 10.79 1 II Welder 10.79 1 Painter 7.45 1 Counties Covered: King 1 Fitter 15.86 1 Welder 15.48 1 Machine Operator 13.04 1 I Painter 11.10 1 Laborer 9.78 1 Counties Covered: Kitsap Fitter 26.96 1 Welder 13.83 1 Machine Operator _ 13.83 1 Laborer 7.01 1 1 1 $$1$$ Supplemental To Wage Rates Pp 9 $$2$$ Page 12 1 1 1 • 1 METAL FABRICATION (IN SHOP) 03/05/03 Over ' Classification PREVAILING Time Holiday Note WAGE Code Code Code Counties Covered: Klickitat, Skamania and Wahkiakum Fitter/Welder 16.99 1 ' Machine Operator 17.21 1 Painter 17.03 1 Laborer 10.44 1 ' Counties Covered: Pierce 1 Fitter 15.25 1 Welder 13.98 1 Machine Operator 13.98 1 Laborer 9.25 1 • 1 1 1 1 1 1 1 1 1 1 $$1$$ . Su Iemental..To Wage Rates • pp 9 $$2$$ Page13 1 1 1 WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03/05/03 1 FABRICATED PRECAST CONCRETE PRODUCTS Over 1 PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: Adams, Asotin, Benton, Columbia, Douglas, Ferry, Garfield, Grant, Lincoln, Okanogan, Pend Oreille, Stevens, Walla Walla, and Whitman All Classifications 9.96 1 Counties Covered: Franklin All Classifications 11.59 1 1 Counties Covered: King 1 All Classifications 11.35 2K 6S Counties Covered: Pierce All Classifications 9.28 1 Counties Covered: Chelan, Kittitas, Klickitat and Skamania 1 All Classifications 8.61 1 Counties Covered: Clallam, Clark, Cowlitz, Grays Harbor, Island, Jefferson, Kitsap, Lewis, Mason, Pacific, San Juan, Skagit, Snohomish, Thurston, Wahkiakum All Classifications 13.50 1 1 1 1 $$1$$ • Supplemental To Wage Rates $$2$$ Page 14 1 1 1 1 WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03/05/03 FABRICATED PRECAST CONCRETE PRODUCTS 1 Over PREVAILING Time Holiday Note Classification WAGE Code Code Code 1 Counties Covered: • Spokane 1 All Classifications 20.23 1 I Counties Covered: Yakima 1 Craftsman 8.65 1 Production Worker 7.15 1 Laborer 7.01 1 I Counties Covered: Whatcom All Classifications 13.67 1 1 1 1 1 • 1 1 • 1 1 1 $$1$$ Supplemental To Wage Rates $$2$$ Page 15 • 1 1 Washington State Department of Labor and Industries 1 Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) The following two letters from the State Department of Labor and Industries (State L &I) dated August 18, 1992 and June 18, 1999, clarify the intent and establish policy for administrating the provisions of WAC 296- 127 -018 COVERAGE AND EXEMPTIONS OF WORKERS INVOLVED IN THE PRODUCTION AND DELIVERY OF GRAVEL, CONCRETE, ASPHALT, OR SIMILAR MATERIALS. Any firm with questions regarding the policy, these letters, or for determinations of covered and non - covered workers shall be directed to State L &I at (360) 902 -5330. Effective September 1, 1993, minimum prevailing wages for all work covered by WAC 296 - 127 -018 for the production and /or delivery of materials to a public works contract will be found under the regular classification of work for Teamsters, Power Equipment Operators, etc. 1 1 1 1 1 1 1 1 1 $$1$$ Supplemental To Wage Rates pp 9 $$2$$ Page 16 1 1 1 1 ESAC DIVISION - TELEPHONE (206) 586 -6887 PO BOX 44540, OLYMPIA, WASHINGTON 98504 -4540 1 August 18, 1992 TO: All Interested Parties 1 FROM: Jim P. Christensen Acting Industrial Statistician 1 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 1 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. 1 PREVAILING WAGES ARE NOT REQUIRED FOR: 1. The production of materials by employees of an established materials supplier, 1 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 1 not include incorporation of the materials into the job site. 3. Production of materials for unspecified future use. 1 • • $$1$$ Supplemental To Wage Rates $$2$$ Page 17 1 1 4. `U r o yk • d STATE OF WASHINGTON DEPARTMENT OF LABOR AND INDUSTRIES June 18, 1999 , TO: Kerry S. Radcliff, Editor Washington State Register 1 FROM: Gary Moore, Director Department of Labor and Industries SUBJECT: Notice re WAC 296- 127 -018, Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials The department wishes to publish the following Notice in the next edition of the • Washington State Register: 1 NOTICE Under the current material supplier regulations, WAC 296 - 127 -018, the 1 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 111 footings, are not entitled to prevailing wages unless they operate machinery or use tools that screed, float, or put a finish on the concrete. This position applies only to the delivery of wet concrete. It does not extend to the delivery of asphalt, sand, gravel, crushed rock, or other similar materials covered under WAC 296- 127 -018. The department's position applies only to this regulation. If you need additional information regarding this matter, please contact Greg Mowat, Program Manager, Employment Standards, at P.O. Box 44510, Olympia, WA 98504 -4510, or call (360) 902 -5310. Please publish the above Notice in WSR 99 -13. If you have questions or need 1 additional information, please call Selwyn Walters at 902 -4206. Thank you. Cc: Selwyn Walters, Rules Coordinator Patrick Woods, Assistant Director Greg Mowat, Program Manager 1 $$1$$ Supplemental to Wage Rates $$2$$ 18 1 • BENEFIT.CODE KEY — EFFECTIVE 03 -05 -03 ****** sssss» sss s****** ss»**** s******* s ss ss******** s*** s** ssssss***»* s*»**» s*** s********** *** * * ** * * *s *s* ** *ss **s *»s »* * * ** 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. I B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 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 1 G. HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. 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 1 N. ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 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 1 • R. ONE -HALF TIMES THE HOURLY RATE OF WAGE. • ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. • 1 BENEFIT CODE KEY - EFFECTIVE 03 -05 -03 -2 1. S. ALL HOURS WORKED ON SUNDAYS BETWEEN THE HOURS OF 12:00AM SUNDAY AND 6:OOAM MONDAY AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. T. ALL HOURS WORKED. ON SATURDAYS, EXCEPT MAKE -UP DAYS, SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED AFTER 6:OOPM SATURDAY TO 6: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. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE - HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY. H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. I. , ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE - HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. 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 111 SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 1 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 I AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). B. HOLIDAYS: NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8). 1 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). I 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 1 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). I H. HOLIDAYS: NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS (6). I I. HOLIDAYS: NEW YEARS 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). I O. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). I 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 YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, I 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). I 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. 1 V. PAID HOLIDAYS: SIX (6) PAID HOLIDAYS. W. PAID HOLIDAYS: NINE (9) PAID HOLIDAYS. I 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). . I 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, • I 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). 1 • 1 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). 1. 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). V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE (10). W. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE CHRISTMAS DAY (10). X. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (11). NOTE CODES 8. A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE -HALF 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. • 1 ' PROPOSAL ' Proposal Form Item Proposal Bid Sheet Bid Bond Form 1 Non - Collusion Declaration Non - Discrimination Provision Subcontractor List Women and Minority Business Enterprise Policy r' 1 4''' Council Resolution 1 Affirmative Action Plan Bidders Certification Subcontractors Certification Materially and Responsive Proposal Signature Sheet Bidders Check List 1 1 1 PROPOSAL 1 To the City Clerk Yakima, Washington 1 This certifies that the undersigned has examined the location of: 1 City of Yakima ' 2003 Street Overlay City Project No. 2015 1 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. 1 1 1 1 1 1 83 1 1 I ITEM PROPOSAL BID SHEET 1 City of Yakima 2003 Street Overlay • 1 City Project Nos. 2015 I ITEM PROPOSAL ITEM UNIT PRICE AMOUNT NO. PAYMENT SECTION QTY UNIT DOLLARS DOLLARS • 1 SPILL PREVENTION PLAN 1 LS o l.SD -00 1 aSn. DO , 1 -07.15 1 I 2 MOBILIZATION 1 LS 1, L'Oi0 • aU /, 0 60.00 1 -09.7 I 3 TRAFFIC CONTROL SUPERVISOR 80 HR 24 00 ,4, ?aD. 00 1 -10.5 4 MAINTENANCE AND PROTECTION OF TRAFFIC (Min. Bid $10,000) 1 LS /A D6D• OD /D, D D11,40 1 -10.5 5 PLANING BITUMINOUS PAVEMENT 7,400 SY , I' (77 y0.OD 5 -04.5 I 6 ASPHALT CONC. PAVEMENT, CLASS 'A' WITH PG64 -28 1,400 TON ,3/.. '5 [ . 413, 250 00 5 -04.5 1 7 ASPHALT CONC. PAVEMENT FOR PRELEVELING, CLASS 'G' 400 TON 344 5D /3, FM. DD I 5 -04.5 1 8 FABRIC MEMBRANE INTERLAYER 10,400 SY - ?6 f a ere. (JD 5 -04.5 1 9 ADJUST CATCH BASIN 4 EA o3 OD. 00 /, a DD• 00 5 -04.5 10 REPAIR OR REPLACEMENT 1 FA 2,000 v? 0400.00 1 • 8 -30.5 1 TOTAL BID , if, v2 %O. DD 1 • 1 1 1 1 1 85 1 • • BID BOND FORM • Herewith find deposit in the form of a certified check, cashiers check, cash, or bid bond in the amount of $ _ which amount is not less than five percent of the total bid. Sign Here BID BOND KNOW ALL MEN BY THESE PRESENTS: That e, Superior Paving Co. Trave f C ualty - end urecy uumisarty as principal, and , as Surety, are held and firmly bound unto the City of Yakima, as Obligee, in the penal sum of Five Percent of Bid Amount (5 %)Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition pf this ob;ggation is such that if the Oblioee shall rpake any award to the Principal for • u :lvd Overlay, 28th Avenue to 34th Avenue terms o 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 29th DAY e October 2003 Sup: iv Pavins 'o / , B Cev la rr •qq l q • Trave eo5'CasAal y uree zpPfiy of America / --- ---- ^.� -__- 'a - a • `c oy, torney -in- ac " 20 Received return of deposit in the sum of $ 87 TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183 - 9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S) -IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County . of Hartford, State of Connecticut, (hereinafter the "Companies ") hath made, constituted and appointed, and do by these presents make, constitute ,and- appoint: Anne E. Strieby, James B. Binder, Paula M. McCoy, Carrie Ester, of Seattle, Washington, their true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s) -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. (11 -00 Standard) IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be signed by their Senior Vice President and their corporate seals to be hereto affixed this 2nd day of August, 2003. STATE OF CONNECTICUT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY }SS. Hartford FARMINGTON CASUALTY COMPANY COUNTY OF HARTFORD e zr z, try Ary . GAS H , ` ............ „4:4 8 ,e_...5,6.—,......—. . HARTFoRD - A a G i U' 19 8 2 % n By e \o ‘ ,),011 k .4:11.. cotiti. i 3 ,, a � 3 ° ' ,a George W. Thompson '�' rsa'' 61 0a ,..77. "`' Senior Vice President On this 2nd day of August, 2003 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly sworn, did depose and say: that he /she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the corporations described in and which executed the above instrument; that he /she knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; and that he /she executed the said instr on behalf of the corporations by authority of his/her office under the Standing Resolutions thereof. i +a•Ter/kft t l./► . TAN V\OAILL' C. My commission expires June 30, 2006 Notary Public -(4, • Marie C. Tetreault CERTIFICATE I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the Certificate of Authority, are now in force. Signed apd ealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this ' day of O Gfab" . , 20 6.3 wpm 9 " 0Y A 0 - 0ASU4 _ 0 AO • a Hom , a HART r . < 1 1982 . O Y ' ' GOtvN "' o a * � ‘tio 1. . . 7` e1 "a + , � + a Kori M. Johanson Assistant Secretary, Bond V Y .✓ ' Tyravelers . IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE On November 26, 2002, President Bush signed into law the Terrorism Risk Insurance Act of 2002 (the "Act "). The Act establishes a short-term program under which the Federal Govemment will share in the payment of covered losses caused by certain acts of international terrorism. We are providing you with this notice to inform you of the key features of the Act, and to let you know what effect, if any, the Act will have on your premium. Under the Act, insurers are required to provide coverage for . certain losses caused by international acts of terrorism as defined in the Act. The Act further provides that the Federal Government will pay a share of such losses. Specifically, the Federal Government will pay 90% of the amount of covered losses caused by certain acts of terrorism which is in excess of Travelers' statutorily established deductible for that year. The Act also caps the . amount of terrorism - related losses for which the Federal Government or an insurer can be responsible at $100,000,000,000.00, provided that the insurer has met its deductible. Please note that passage of the Act does not result in any change in coverage under the attached policy or bond (or the policy or bond being quoted). Please also note that no separate additional premium charge has been made for the terrorism coverage required by the Act. The premium charge that is allocable to such coverage is inseparable from and imbedded in your overall premium, and is no more than one percent of your premium. • BID BOND FORM Herewith find deposit in the form of a certified check, cashiers check, cash, or bid bond in the amount of $ which amount is not Tess than five percent of the total bid. Sign Here 1 BID BOND 1 KNOW ALL MEN BY THESE PRESENTS: That we, , as principal, and 1 , as Surety, are held and firmly bound unto the City of Yakima, as Obligee, in the penal sum of Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, 1 administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for , according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved ' by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS DAY OF , 20 1 Principal 1 1 , 20 Received return of deposit in the sum of $ 1 i 1 1 87 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: ' 1 - 800 -424 -9071 The U.S. Department of Transportation (USOOT) operates the above toll -free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. 1 1 1 • 1 1 1 .1 89 • 1 • 1 • NON- DISCRIMINATION PROVISION 1 During the performance of this contract, the contractor agrees as follows: 1 (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and ' selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. ' *(2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin. 1 *(3) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 1 "(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 1 agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. "(6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any such rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of September 24, 1965, and such other sanctions may be imposed and remedies involved as provided in Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. "(7) The contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders 01 the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance: Provided however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States." 1 • 91 1 SUBCONTRACTOR LIST Prepared in compliance with RCW 39.30.060 as amended (To be submitted with the Bid Proposal) Failure to list subcontractors who are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW will result in your bid being non - responsive and therefore void. Subcontractor(s) that are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter18.106 RCW, and electrical as described in Chapter 19.28 RCW must be listed below. The work to be performed is to be listed below the subcontractor(s) name. If no subcontractor is listed below, the bidder acknowledges that it does not intend to use any subcontractor to perform those items of work. 1 Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name ' Item Numbers Subcontractor Name Item Numbers Bid Items to be performed by the Prime Contractor: • ( )) n Prime Contractor Name 1 _ /4 I a6 Item Numbers � ) : 6, 2 g a c1, / 1 1 93 1 • 1 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 1 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. 1 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 . 1 of construction projects affected by this policy through all available avenues to assure that plans /specifications, bid forms, and invitations to bid are as widely distributed as possible. 1 1 1 1 1 1 1 1 95 1 • 1 RESOLUTION NO. D ' 4 8 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 1 Women And Minority Business Enterprise opportunities for parti- cipation in its competitive bidding process through the adoption of the "Women And Minority Business Enterprise Policy" statement attached hereto, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Council hereby adopts the "Women And Minority ' Business Enterprise Policy ", a copy of which is attached hereto and by reference made a part hereof. �p • 1983. 3 ut ADOPTED BY THE CITY COUNCIL this. -, day of 9, c ,v, A. C A AAA -c X Mayor 1 ATTEST: City Clerk 97 1 1 AFFIRMATIVE ACTION PLAN The bidders, contractors and subcontractors will not be eligible for award of a contract under this ' Advertisement for Bids unless it certifies as prescribed, that it adopts the minimum goals and timetable of minority and women workforce utilization and specific affirmative action steps as set forth by the City of Yakima, This is directed at increasing minority and women workforce utilization by means of applying good faith efforts to carrying out such steps. However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet its goals within its timetables, but such contractor shall be given the opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified by the City of Yakima, and has made every good faith effort to make these steps work toward the attainment of its goals, all to the purpose of expanding minority and women workforce utilization on all of its projects in the City of Yakima, Washington. In all cases, the compliance of a bidder, contractor or subcontractor will be determined in accordance with its respective obligations under the terms of these Bid Conditions. All bidders and all contractors and subcontractors performing or to perform work on projects subject to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the terms and requirements of these Bid Conditions, including the provisions relating to goals of minority and women employment and training. Specific Affirmative Action Steps Bidders, contractors and subcontractors subject to this contract must engage in affirmative action directed at increasing minority and women workforce utilization, which is at least as extensive and as specific as the following steps: ' a. The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response. ' b. The contractor shall maintain a file of the names and addresses of each minority and women worker referred to him and what action was taken with respect to each such referred worker, and if the worker was not employed, the reasons therefore. If suchworker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefore. c. The contractor shall promptly notify the City of Yakima Engineering Division an Contract Compliance Officer when the union or unions with whom the contractor has • collective bargaining agreement has not referred to the contractor a minority or ' woman worker sent by the contractor or the contractor has other information that the union referral process has impeded him in his efforts to meet his goal. d. The contractor shall participate in training programs in the area, especially those funded by the Department of Labor. e. The contractor shall disseminate his EEO policy within his own organization by including it in any policy manual; by publicizing it in company newspapers, annual reports, etc., by conducting staff, employee and union representatives' meetings to explain and discuss the policy; by posting of the policy; and by specific review of the policy with minority employees. 99 1 1 f. The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources; by advertising in news media, specifically including minority news media; and by notifying and discussing it with all subcontractors and suppliers. g. The contractor shall make specific efforts and constant personal (both written and 1 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. 1 h. The contractor shall make specific efforts to encourage present minority employees to recruit their friends and relatives. i. The contractor shall validate all man specifications; selection requirements, tests, etc. j. The contractor shall make every effort to promote after school, summer and vacation employment to minority youth. k. The contractor shall develop on- the -job training opportunities and participate and assist in any association or employer group training programs relevant to the contractor's employee needs consistent with its obligations under this bid. I. The contractor shall continually inventory and evaluate all minority and women personnel for promotion opportunities and encourage minority and women employees to seek such opportunities. • m. The contractor shall make sure that seniority practices, job classifications, etc., do not 1 have a discriminatory effect. n. The contractor shall make certain that all facilities and company activities are non- segregated. o. The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. 1 p. The contractor shall solicit bids for subcontracts from available minority 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. 1 100 1 1 BIDDERS CERTIFICATION 1 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: )110 Cc�,y certifies that: (BIDDER) 1. It intends to use the following listed construction trades in the work under the contract 1 1 and; as to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non-federal) in the Yakima, Washington area subject to these Bid Conditions, those trades being: 1 1 � and; 2. It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any sub - contract under this contract the Subcontractor Certification required by ti -se Bid Conditions. d Ilk _ (Sign (Sign- re of Authorized Representative o idder) _ / • 1 1 1 1 101 1 1 SUBCONTRACTORS CERTIFICATION 1 Subcontractors' Certification is not required at the time of bid. This Certification must be completed by each subcontractor prior to award of any subcontract. 1 certifies ertifies that: 1. It intends to use the following listed construction trades in the work under the subcontract 1 1 and; As to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non - federal) in Yakima, Washington, subject to these Bid Condition, those trades being: 1 1 and; 1 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. 1 (Signature of Authorized Representative of Subcontractor) 1 1 103 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 1 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, amended, regulations and no as formal sanctions the or proceedings implementing leading toward and its sanctions obligations shall under be instituted these Bid unless Conditions 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 1 105 • 1 him the requirement to come forward with evidence to show that he has met the "good faith" q 9 requirements of these Bid Conditions by instituting at least the Specific Affirmative Action steps listed above and by making every good faith effort to make those steps work toward the attainment of its goals within its timetables. The pendency of such formal proceedings shall be taken into consideration by Federal agencies in determining whether such contractor or subcontractor can comply with the requirements of Executive Order 11246, as amended, and is therefore a "responsible prospective contractor" within the meaning of the Federal Procurement Regulations. It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority and women employees. The procedures set forth in these conditions shall not apply to any contract when the head of the contracting or administering agency determines that such contract is essential to the national security and that its award . without following such procedures is necessary to the national security. Upon making such a determination, the agency head will notify, in writing, the Director of the Office of Federal Contractor Compliance within thirty days. 1 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. • 1 1 1 1 1 1 . • 1 1 106 1 1 PROPOSAL CITY OF YAKIMA 1 2003 Fruitvale Blvd. Overlay City Project No. 2015 I 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. 1 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: I CASH IN THE AMOUNT OF • • 1 CASHIER'S CHECK DOLLARS CERTIFIED CHECK ($ ) PAYABLE TO THE STATE TREASURER 1 PROPOSAL BOND IN THE AMOUNT OF 5% OF THE BID 1 *' Receipt is hereby acknowledged of addendum(s) No.(s) / , & SIGNA F AUTHO IZED OFFIC (s) Is e--- 1 FIRM NAME �1IIW % C61 (ADRESS) ,�� / 1 .6`' ��!�' -� �� ,/, 96e9 7 PHONE NUMBER 1 STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER _ / PP 7 1 FEDERAL ID No. 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. I (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. 1 (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. • 107 6-^ 1 BIDDER'S CHECK LIST 1 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 Tess than 5% of the total amount bid and may be shown in dollars or on a percentage basis. ' D. SUBCONTRACTOR LIST The form must be filled in. Failure to provide this information WILL NOT render the bid non - responsive. 1 The following forms are to be executed after the contract is awarded: 1 A. CONTRACT This agreement is to be executed by the successful bidder. B. PERFORMANCE BOND 1 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. 1 1 1 1 1 1 • 109 1 1 1 1 PLANS & DETAILS 1 Construction Details 1 Construction Plans 1 1 1 1 1 1 1 1 1 1 1 1 1 I ' u 1 I LEVEL PAD — 3/4 "x 2 1/4"x 1/16'' J (16 PLACES TOTAL) I A I A L 1 :,- II — E I ..t ,. . rn 1 1 [ _i_ f I II — 1 1 ,.. PLAN VIEW _ 9/16" r 18° + 1 /32" X 24" + 1/32" TYP. 0 . ) [.... 1 • A P ---i J 2 _ I .,,,, / A f 1 t 16" x 22" OPENING u / / 17 3/4" I + 1 /32 ") X 23 3/4"(+ + 1 /32 ") M r "."--- r"."--- \ J � CASTING PER: 25" x 31" ASTM A27 GRADE 70 -36, OR ...OP ASTM A536 GRADE 80- 55 -06. 1 SECTION A APPROX. WEIGHT, 124 LBS. C0 CATCH BASIN GRATE FRAME 1 NTS City of Yakima — Engineering Division 1 1 APPROVED: 2.10.99 CITY OF YAKIMA - STANDARD DETAIL I CATCH BASIN GRATE FRAME D4 1 BARS 1 3/8" THICK THIS AREA (REF.) -7 r BARS 1 5/8" THICK THIS AREA (REF.) y f 2 1/2 11 1/4" R. FOR MACHINING CLEARANCE —"^ 2" 1 . 1 u u u .f > BARS " T 1 i' co ✓ 1 \ (TYP 41 PLAES) III M N N rn ..... \ O \ I T 774•A N , , 1 _. c., ,. .... , CV M ~ I 1 n �� - LEVELING PADS (TYP 8 PLACES) I (3/4" x 1 3/4 ") BOTTOM VIEW END VIEW 1 ... ■■ 1 1/8" TYP BAR O O 1/8" TYP SLOT 1 1 CASTING PER: NII ' ASTM A27 GRADE 70 -36, OR o ASTM A536 GRADE 80- 55 -06. • APPROX. WEIGHT, 104 LBS. N '- 1 _ ■■ .. 1 1/4"—.-1 �- 1 7/8" I TOP VIEW \ CO 03 + 0" I M n 23 3/4. 1/32 " / 1 5/8" " ■ 11 7 1/4" R= 1 3/4"--.-1 -� i 4 1 REF. 7/8 3/4 "_ 1/16" (REF. FINISH DIM.) f 23 1/2 "I // + 0/32 ") - SIDE VIEW I D5 CATCH BASIN GRATE NTS City of Yakima - Engineering Division 1 1 APPROVED: 2.10.99 1 CITY OF YAKIMA - STANDARD DETAIL I CATCH BASIN GRATE I D5 M • • MI • • • r - - - - r MN - -■t - I r NOTES BUFFER DATA CHANNELIZINC DEVICE SPACING (FEET) MINIMUM TAPER LENGTH = L (FEET) 1. EXTEND DEVICE TAPER ACROSS SHOULDER. WIDTH Posted Speed (mph) M PH TAPER TANGENT BUFFER SPACE = B (feet) 25 30 35 40 45 50 55 60 65 2. DEVICES SHOULD NOT ENCROACH INTO 50/65 40 80 ADJACENT LANES. SPEED (MPH) 25 30 35 40 45 50 55 60 65 — 35/45 30 60 10 105 150 205 270 450 500 550 - - LENGTH (feet) 55 85 120 170 220 280 335 415 485 — 25/30 20 40 11 115 165 225 295 495 550 605 660 - 3. INSTALL PORTABLE CHANGEABLE MESSAGE PROTECTIVE VEHICLE ROLL AHEAD DISTANCE . R I MN (W SPECIFIED) APPROXIMATELY 1 MILE IN ADVANCE OF LANE CLOSURE. NN 12 125 180 245 320 540 600 660 920 780 1 VEHICLE TYPICAL VEHICLE POSTED STATIONARY TYPE LOADED WEIGHT SPEED OPERATION 4. USE TRANSVERSE DEVICES IN CLOSED (LBS) (mph) (feet) LANE EVERY 1000' + - 4YARD 60 100 DU4P TRUCK 24.000 50 7s 5. TRAFFIC SAFETY DRUMS RECOMMENDED 45 50 FOR HIGH SPEED ROADWAYS AND IN TAPER SECTIONS. USE (IN LIEU OF CONES). 2 TON 60 - 65 150 :ARCO TRUCK 15.000 50 - 55 100 6. ANALYZE THE TRAFFIC VOLUMES TO 45 75 W4 - W20-5R DETERMINE WORK HOURS TO MININIZE I TON 60 -65 200 TRAFFIC IMPACTS. :ALSO TRUCK 10.000 50 -55 150 W20- 1 45 100 T. A TEMPORARY RIGHT EDGE LINE ROLL. AHEAD STOPPING DISTANCE ASSUMES ORY PAVEMENT. RIGHT LANE IS REQUIRED FOR A LONG TERM CLOSED ROA CLOSURE. AHEAD WORK r END , AHEAD SIGN SPACING = X (FEET) L ROAD WORK] G20 -2Q - \ RurolRoads 45/65 MPH 500'•- 500' SEE NOTE 5.� L X X X Urbon Arterials & 35/40 MPH 350'+ - MQX • _ Rural Roods R B SEE NOTE / m U+ bo1 Roods I'''—'' '" _ 2.7 / v Urbon Streets 25/30 MPH 200'•- !/ / O_ Residential Areas & G d11117 e O O VII Business Districts �DR / O AREA 0 0 0 All signs ore black on orange unless otherwise deslgnoted. li / / /� / / ON O 0 0 0 Q---P �P R�11 0_!_ 4_a\ a 0 . 2'MIN. SEE NOTE 4. SEE NOTE 7. p yl/ / q/ U t! 7 wAs#4 0i PORTABLE CHANGEABLE °~`• MESSAGE SIGN DISPLAYS �P; //(__ A LEGEND ,? PCMS � €2, Pe 5213 ,t, � ■ 1 2 - sloNAL °c' N SIGN LOCATION - TRIPOD MOUNTED RIGHT I DDD SEQUENTIAL ARROW SIGN LANE MILE CLANED AHEAD 'EXPIRES NOVEMBER 23.20031 0 0 0 TEMPORARY TRAFFIC CONTROL DEVICES 1.5 SEC _ 1.5 SEC RIGHT LANE CLOSURE Np: PROTECTIVE VEHICLE FOR DIVIDED HIGHWAY (WHEN SPECIFIED IN CONTRACT) STANDARD PLAN K-6 PROTECTIVE VEHICLE WITH TRUCK MOUNTED SHEET OF SHEET Enna. ATTENUATOR (WHEN SPECIFIED IN CONTRACT APPROVED FOR PUBLICATION FOR HIGH SPEED ROADWAYS) (PCMS PORTABLE CHANGEABLE MESSAGE SIGN - Harold J.Peter/eao 12 - 20 - 02 (WHEN SPECIFIED IN CONTRACT) ,: ∎ ...N.W."I :o.es..OMMO.m NS.41,.;,10.4^s.< � ".10".......... 0A71 w.�r. s.Aa....e.envn wnw.mmv Ao.rw.emA..n �I/ WWa ,Mg).e 1 . 1 . 0 .. D.pe.... Tnwrpa.l .N.. • - MI r- MI • - NM OM I MI - - - OM s - - - BUFFER DATA SIGN SPACING = X (FEET) MINIMUM TAPER LENGTH = L (FEET) Rural Roods 45/55 MPH 500' + - LANE BUFFER SPACE = B Urban Arterials 35/40 MPH 350' + - WIDTH Posted Speed (mph) (feet) 25 30 35 40 45 50 55 SPEED (MPH) 25 30 35 40 45 50 55 Rural Roads Urban Streets 25/30 MPH 200' + - 10 105 150 205 270 450 500 550 LENGTH )feet) 55 85 120 170 220 280 335 Residential Areas & PROTECTIVE VEHICLE ROLL AHEAD DISTANCE = R Business District 11 115 165 225 295 495 550 605 . All signs ore block on orange VEHICLE TYPICAL VEHICLE POSTED STATIONARY TYPE LOADED wEIGHT SPEED OPERATION unless otherwise designated. 12 125 180 245 320 540 600 660 ILSS) (mph) (feet) 4 YARD CHANNELIZING DEVICE SPACING (FEET) 29.000 50-55 75 DUMP TRUCK MPH TAPER TANGENT 45 50 - W20 - 50/55 40 80 2 TON 15.000 50 - 55 10 =4R2O TRUCK 35/45 30 60 w20 -1 45 15 25/30 _ 20 40 W4 LEFT LAME j i TON /// CA S2 OSED �ROAD 10.000 50-55 150 :ARGO TRUCK 45 100 C \\ \ ✓ WORK ROLL AHEAD STOPPING DISTANCE ASSUMES DRY PAVEMENT .„ AHEAD END G20 -2A ROAD WORK l R -0- B L X X X ■ 500' MAX. 20.1 _, TAPER v p M p p a • 1. v� ° ° S� i / % WORK AREA f3 ° � 'J'v� • ▪ q X q X _ X TAPER 1 B LJ5 � r 500 MAX. q N 020-2A . END ' /' ROAD 48 " x24 ° ROAD WORK WORK � B/0 �tl O. KI W20 - � LEFT LANE DS� OP ‘4.514, N n AHEAD,,'' CLOSED / W4 -2R � --- DISPLAYS e �aNEaD; PCMS 43. \/ W20 -5L 1 2 CENTER o ,.."1,r.-: LEGEND LANE LIMITED NOTES A aF � 4. 15213 � .14 4 TURN s G CLOSED 1. MAINTAIN A MINIMUM OF ONE ACCESS POINT FOR EACH s /ONAL ° . ICI SIGN LOCATION - TRIPOD MOUNT 1.5 SEC 1.5 SEC BUSINESS WITHIN WORK AREA LIMITS. DC* SEQUENTIAL ARROW SIGN Field locate 1 mile +- 'EXPIRES NOVEMBER 23.2003 in advance of lone closure. LEFT LANE AND CENTER O O 0 TEMPORARY' TRAFFIC CONTROL DEVICES TURN LANE CLOSURE FIVE LANE ROADWAY Nd PROTECTIVE VEHICLE STANDARD PLAN K -17 (WHEN SPECIFIED IN CONTRACT) • SHEET 1 OF 1 SHEET PROTECTIVE VEHICLE WITH TRUCK MOUNTED APPROVED FORPUSUCATION . ® �� ATTENUATOR (WHEN SPECIFIED IN CONTRACT FOR HIGH SPEED ROADWAYS) - Harold J. Peterfea0 12 -20-02 PORTABLE CHANGEABLE MESSAGE SIGN . ® °OO � O u. MWMT�o� . PIU RA><oma»eaAO0 an �PCMS� (WHEN SPECIFIED I N CONTRACT) .w ay..•a.men. ..,,n romv,a V T r •e2. WY= WARM w."... 1". 0.1......1aT...P.~1.e • 1 1 i' " - >*°a�^� q � :. x.'..' ""�w � � �. ti :`,, r a ra.� � $ r a ^ =� � n . � ; ` w z +" 6a r v rt x , _ . & - M,,.., .•. ; Y x. 'k • _ .z # ",. �,,; NC ,'�. : z >, " »: . - (�: , ,. -. • .q vK »i3V •ro. "'. s ... i "'� . s � - �.' � � Y q, it. 1 . -„ .. ; p.. .s ` a": -^� e » %rig -°° s! - _ y'� , ,: W 's; ° ,:.: s h °- �.*^sn ,._ „. :- $ .r € ;t:: n sh" ,.,,.?�" , :'sue t �; cn } u yy , #°�„ ..a c " i^k .,:; ?C i;?- �";'e ,� +^ I.n "IY -`a�"" -ii : w^'. a a xu .- . 1 BEGIN PROJECT .. ek R s,�' ";"'r .-,+a"e,+•:,* .sre..: >n / .'"'°' .r.'�+'�„ .S„a .,``?'Y'. m>y;k Zf�u�.;k,� _ _ - If^ — L I FRUITVALE v w z E \/,,,, . ` . ; " !; �r . r ; l ;7, "/ % /!- % /ii'7 //; /:i/:/// '1777/7//;/;77'/777//7/'/-7770;77-///77/7/-7/7/7/./- //7/72-2-V/ r ✓ r / r ' // / ^ , , r > /i �'? 'r� /77-7 i. i r i i,j,., ».: _ -_ w . : _ ✓ / '.. : ,/ c op,,_. //////// ,� / . /i r / / ' / ./. ,. r . r .. �f� / / / r , ^ ..� ,.. Z / , . /- ,;' Y -.. r r f . Zi'(y� % r r' f gyp( .# 4 q r / / ,,,6 �y / r / , . i . t 7" /' / 4'96/ ;✓` ' • ! � . '..: / rr ' / ✓, H" % "�!,.r. r . /l '' '' / f ,, // . ' / '',.?r! ;/ / / //r •/ r , r r 'a-, a ",,, � :/ � i,/////, .. r ,_ r .. // /r , i // // , f. l / ' / , i " r i r i r / � ' i T "T . � �`�`�`�� f i'f'' >' 'l, r' Jf ' %` < ' % ' ! ' L . ' /,%' ` ,/:_ //' /7 ' '/" /' ` � ' ' /. ' , / 'r' , !11 ,/' /, '/ / //X/ /, �'' ' % ! _f _ — )' •'; Il Al. ii 1 - ' :" - " „ .vim =w+ .N ^e>Y u�mw'` a wscdr 1 1 to i+ \ " ,'9 ,111 ys , \ , '‘ ` 1 `✓ M Q w . � U va V 1, ` . .. .,SE, • ;' i v 0 0 N a_ 1 U..1 0_ , (6 — Q Y . I 00, — < >- 8 w 410 cc > Lil "c5 U mm, 1 ' cp .. N w '4 n .� w ;-, ---,, 0 o 1 Q CO FRUIT�'. ,'_E ., BOULEVARD U_ ,- z W ! -" "- '�` -7/7-"---,/7/2/2//' r _.,... r - - - 1 ° z +. r wry r? ? ° ' , / / • r. as , �/� / /„0--p,/,-,--//, • j i %;,'/�/ / r A , �'.. / /%r` f/// /'/ / /f / /./�/ /✓./`J'` / - / � {/ / // �� / / ,I ',% / ,/,/;;;-"-C447',/ �, f,i , f',�,r / / /1r /� /,/ W 0) c II -7 / / / / -1 r / / //2 /%/ /� < 1 . / // / f : // / / 7 L.�. /� f / /_/_/_//,',/ / ' !/ / /''/ / / / / 1 ./ f N p 3 O *}„4 ~ �w 0 = > mom. i � cc3 o m _ t r l 1 Q eI 4s w Z O W W ii 0_ R g &o 1 W * , Ccs * t , 4 tit i k .4.— ,.4 .. :y \\,.. , , 0 1— A ' \ �.« CV ' 1 ‘ v itt . ,,, i° .0. \ * . . e.,..,.., < - 1 ■ "'"- x. -'� �r� 9 u.;. � 'aT yy4 _. L • = MN IIII • MI • • MI • MI • MI I I • • • I Q -< c q O EXISTING 12' 12' VARIES 10' 10' EXISTING TI PAVED SHLDR 7' - 8' PAVED SHLDR WESTBOUND LANES EASTBOUND LANES . 3' " — ® 22' WIDTH 018' WIDTH 0.15' - 0.25' 30 AS NEEDED 3O AS NEEDED O DEPTH VARIES 0 0.15' 03 0.15' 0 0.15' - 02 0.15' Fri o SECTION A -1 STA 12 +80 TO STA 26 +00 0 STA 28 +80 TO STA 32 +60 Fl > I — EXISTING 12' 12' VARIES 10' 10' EXISTING PAVED SHLDR 7' - 8' PAVED SHLDR WESTBOUND LANES EASTBOUND LANES 1 ----- O I /n / / / / /I ///// ////�5 /tea / / /// ---- D ® WIDTH \ / 0 0 v 0 015' O3 AS NEEDED ®1 DEPTH VARIES 0.15' - 0.25' 3 AS NEEDED (f) DEPTH VARIES 71 00.15' 00.15' 0 SECTION o STA 10 +00 TO STA 12 +80 Z LEGEND STA 26 +00 TO STA 28 +80 xi 'A 0 PLANING BITUMINOUS PAVEMENT STA 32 +60 TO STA 33 +00 02 ASPHALT CONCRETE PAVEMENT CLASS A WITH PG64 -28 0 © ASPHALT CONCRETE PAVEMENT CLASS G FOR PRE LEVELING G' ® FABRIC MEMBRANE INTER LAYER 7 3 o W •