Loading...
01 12 2021 Yelm City Council Agenda PacketyIIIJ ( J ���r 1IIi�lr cI `I� rdW tt JM m/6 IIS E57rT fl 924 WASHINGTON "Pride of the Prairie" CITY COUNCIL AGENDA 1/12/2021 Please register for the January 12, 2021 Yelm City Council meeting on January 12, 2021, 6:00 PM PDT at: https:(/zoom.us(webinar/re�ister(WN MsMNUObpSo01LU UyuvQB� 1. CALL TO OR CALL PASMATITINIT-ITTAT-0-1 on "- 3. SPECIAL PRESENTATIONS a) 2020 Youth of the Year Community Service Awards - Harley Jo Holman and Natalie McLaughlin b) 2020 Youth Good Citizenship Awards- Caitlin wards- Caitlin E.A. Garvey, Victoria Crow, Alexa Gulley, Lailauni Phillips, Kya Ramierz, Samantha Rohwedder, Cassandra Shaw and BreAnna Short *Complete a blue speaker's card 5. CONSENTAGENDA a) December 17, 2020 Salary Commission Agenda and Minutes b) December 8 & 15, 2020 Minutes 6. NEW BUSINESS a) 2019 Water Main Improvement (PW -2021-001) Contract Award Request for Authorization to Enter into a Construction Contract with Pape & Sons Construction for PW - 2021 -01 2019 Water Main Improvements project. b) Capital Metro Independent Investigation Team (CMIIT) Interlocal Agreement Authorize Mayor Foster to sign the Capital Metro Independent Investigation Team Interlocal Agreement with Lacey, Olympia and Tumwater. c) Request for Waiver of Application Fee Applicant requests waiver of application fee to appeal Hearing Examiner Decision to City Council d) Closed Record Hearing Process and Record Documents 106 2otl ST SE • Yelm, WA 98597 • 360.458.3244 • www.yelmwa.gov The City of Yelm is an equal opportunity employer and provider Process and Documents of Record for Closed Record Appeal of Hearing Examiners Decision e) TCOMM Intergovernmental Agreement Update Authorize Mayor Foster to sign the proposed Thurston 9-1-1 Communications Amended and Restated Intergovernmental Agreement for Communication Services f) TCOMM 911 ILA A new ILA between City of Yelm and TComm 911 to allow services to be moved from it's current location to the Public Works Facility located at 901 Rhoton Road. 7. OLD BUSINESS a) None Scheduled H. UPDATES a) Departments — Michael Grayum, City Administrator b) Councilmembers c) Mayor JW Foster 9. EXECUTIVE SESSION a) 30 Minute Executive Session to discuss the Teamsters Memorandum of Agreement RCW 42.30.140 (4. a. &b.) 10. ADJOURN Page 2 of 3 MEETING INFORMATION All regular Yelm City Council meetings are recorded. Meetings can be viewed at www.yelmwa.ov or a copy maybe purchased by contacting the City Clerk's office at 360.458.8402. It is the City of Yelm's policy to provide reasonable accommodations for people with disabilities. If you require reasonable accommodations to participate at a City Council meeting, please contact the City Clerk's office at 360.458.8402 at least four (4) working days prior to meeting. Information on the Americans with Disabilities Act and the Title VI Statement is available at www.yelmwa.gov/human-resources. *The public comment portion of the agenda is an opportunity for the public to address the Council for items that are not on the published agenda. Comments are limited to three minutes and five speakers. Comment on matters listed on the published agenda are welcomed as part of the normal agenda. COMMITTEE AND LIAISON ASSIGNMENTS Mayor JW Foster Councilmember Tad Stillwell Yelm Emergency Operations Board Yelm Planning & Economic Development Committee Chair of Thurston Regional Planning Council Yelm Public Safety Committee South Sound Military and Community Partnership Yelm General Government Committee Regional Housing Council Board of Directors for Risk Management Services Agency Councilmember James Blair Yelm Public Safety Committee Yelm Finance Committee Solid Waste Advisory Committee Liaison to Yelm Senior Center Councilmember Molly Carmody Yelm Public Works Committee Yelm Emergency Operations Board Thurston County Law and Justice Council South Thurston Economic Development Initiative Councilmember Tracey Wood Yelm Public Safety Committee Yelm General Government Committee Administrative Board of Director for TCOMM 911 Transportation Policy Board for Thurston Regional Planning Council Councilmember Joe DePinto Yelm Finance Committee Yelm Public Works Committee Intercity Transit Authority Yelm Planning & Economic Development Committee Yelm Homelessness Task Force Board of Directors of Economic Development Council Councilmember EI Curry Yelm Homelessness Task Force Yelm General Government Committee Councilmember Terry Kaminski Yelm Public Works Committee Yelm Finance Committee Southeast Thurston Fire Authority Nisqually River Council Thurston County EMS Council Yelm Planning & Economic Development Committee Thurston Thrives Coordinating Council Page 3 of 3 1. Call ToOrder 2. Roll Call � wr ssT-l9%4 WASHINGTON � N�� � �� ������������NN�0�.� N�—���� ��°��~w�"��°m�m�m,=� nT}idF)0fthe Prairie" YEUM SALARY COMMISSION AGENDA Thursday, December 17'2020 4:00pm. Virtual l Review Salary Commission Report dated June 4`2019 4. Evaluate and discuss annual COLA for Mayor position 5. Adjournment Committee Members Line [ritchfie|d—Ye|noChamber Executive Director Ken McCulloch, Owner — Ken McCulloch Insurance Agency Tracie Choate, Principal Managing Broker, RE/MAX Northwest The City oEYn6oisuuequal opportunity employer and provider EsT-1924 WASHINGTON "Pride of the Prairie" SALARY COMMISSION COMMITTEE Meeting Minutes December 17, 2020 Call the meeting to order at 4:05 p.m Attendance Members Present: Line Critchfield and Tracie Choate Members Absent: Ken McCulloch Staff Present: Karen Bennett and Lori Lucas Review of Salary Commission Report Dated June 4, 2019: Commission read through and reviewed the Salary Commission Report dated June 4, 2019. Salary Commission Discussions: The Commission discussed the current Council positions monthly wages and COLA. The Commission also discussed if Council members were keeping set hours/time dedicated to connecting with constituents, which the Commission recommended in the June 4, 2019 report summary. The Commission discussed the Mayor's monthly wage and whether a COLA should be looked at for 2021. The Commission would like to be in line with the next biennial budget cycle so they can be part of the budget cycle for any changes. Salary Commission Decisions: The Commission's decision is to keep the Mayor's salary the same and no COLA for 2021. City Council wages will stay the same with no COLA for 2021. In 2022 the Commission will review data of comparable cities on wages and look at a COLA for the next biennial budget cycle for the Mayor and City Council members. Moving Forward: Next meeting to be scheduled in June 2022 to revisit City Council and Mayor positions for the 2023-2024 biennial budget cycle. Adjourned at 4:17 p.m. The City of Yelm is an equal opportunity employer and provider VIRTUAL YELM CITY COUNCIL TUESDAY, DECEMBERS, 2020 MINUTES 1. Mayor JW Foster called the meeting to order at 6:00 p.m. Roll Call Present: James Blair, Molly Carmody, EJ Curry, Tad Stillwell, Tracey Wood, Joe DePinto and Terry Kaminski. 2. Agenda Approval 20-123 MOTION BY TRACEY WOOD APPROVING THE AGENDA AS PRESENTED. SECONDED BY EJ CURRY. 7-0, MOTION CARRIED. 3. Special Presentations — none scheduled 4. Public Comment — Bethany Ryan encouraged the Mayor and Council to follow Mossyrock's lead in passing an Ordinance to open the businesses in Yelm. Mrs. Ryan also asked to have her comments from the November 24th meeting, amended to reflect Mayor Foster's official Mayor of Yelm Facebook page post about wearing facemasks. Cheryl Dance explained the email proposal sent to Mayor Foster asking Council to help purchase and install cluster mailboxes for her cul-de-sac with small community grant programs. This will be put on the Study Session Agenda for January 5, 2021 for discussion. 5. Consent Agenda - a. November 24 & December 1, 2020 Minutes 20-124 MOTION BY JOE DEPINTO TO AMEND THE NOVEMBER 24 MINUTES TO REFLECT THE CORRECTION FROM MRS. RYAN'S COMMENT REGARDING THE MAYOR'S OFFICIAL MAYOR OF YELM FACEBOOK PAGE. SECONDED BY TERRY KAMINSKI. 7-0, MOTION CARRIED. 20-125 MOTION BY JOE DEPINTO APPROVING THE CONSENT AGENDA WITH THE CORRECTION. SECONDED BY TRACEY WOOD. 7-0, MOTION CARRIED. 6. New Business — a. Memorandum of Agreement with the Fraternal Order of Police for a One -Year Contract Extension 20-126 MOTION BY JOE DEPINTO AUTHORIZING MAYOR FOSTER TO SIGN THE MEMORANDUM OF AGREEMENT WITH THE FRATERNAL ORDER OF POLICE FOR A ONE-YEAR EXTENSION. SECONDED BY EJ CURRY. DISCUSSION FOLLOWED. 4-3 (NO -JAMES BLAIR, MOLLY CARMODY AND TRACEY WOOD) MOTION CARRIED. b. Ordinance No. 1071, 2021-2022 Biennial Budget Ordinance No. 1071 is being updated and will be brought to the Special Meeting to be held on December 15, 2020 for Council's approval. 7. Old Business — a. 2021-2022 City of Yelm Legislative Agenda December 8, 2020 Page 1 1 20-127 MOTION BY JOE DEPINTO TO AMEND THE LEGISLATIVE AGENDA MOVING THE FEDERAL PRIORITIES FROM THE DOCUMENT. SECONDED BY JAMES BLAIR. 7-0, MOTION CARRIED. 20-128 MOTION BY JOE DEPINTO TO APPROVE THE 2021-2022 CITY OF YELM STATE LEGISLATIVE AGENDA. SECONDED BY TERRY KAMINSKI. 7-0, MOTION CARRIED. 8. UPDATES - City Administrator - Michael Grayum • We have received official notice that the City has been approved for a 23 million dollar low interest loan to fund the new Reclamation Facility. • Negotiations continue with the Teamsters Union. More details to come as they become available. Councilmember Carmody attended the Intercity Transit Authority meeting. The Yelm Finance and Public Works Committee meetings were cancelled. Councilmember Curry commended the Yelm Public Works Department for lights they put up in the Yelm City Park. Councilmember Stillwell attended the Yelm Planning & Economic Development Committee meeting. Councilmember Wood will be attending the Administrative Board of Director for TComm 911 meeting tomorrow morning. Councilmember DePinto attended the Board of Directors of Economic Development Council meeting, and the Yelm Planning & Economic Development Committee meeting. Councilmember DePinto sends condolences to the family of Mr. Skogsberg, Yelm Choir teacher for the Yelm School District who recently passed away. Councilmember Kaminski attended the Yelm Planning & Economic Development Committee meeting. Mayor Foster attended the Board of Directors for Risk Management Services Agency meeting, Chaired the Thurston Regional Planning Council meeting, and the Mayors Forum. "Lights in the Park" was a huge success. Please visit the "Christmas in the Park" Facebook page for more information. Public Works did a great job on the lights. Mayor Foster attended the Yelm Chamber of Commerce meeting. 9. Executive Session - none scheduled 20-129 MOTION BY JOE DEPINTO TO ADJOURN THE MEETING. SECONDED BY MOLLY CARMODY. 7-0, MOTION CARRIED. 10. Adjourned at 7:53 p.m. Attest: JW Foster, Mayor Lori Lucas, City Clerk These minutes record the official actions of the Yelm City Council. Complete recordings are available on the city website at www.yelmwa.gov. December 8, 2020 Page 1 2 VIRTUAL YELM CITY COUNCIL SPECIAL MEETING TUESDAY, DECEMBER 15, 2020 MINUTES 1. Mayor JW Foster called the meeting to order at 6:00 p.m. Roll Call Present: James Blair, Molly Carmody, EJ Curry, Tad Stillwell, Tracey Wood, Joe DePinto and Terry Kaminski. 2. Agenda Approval 20-130 MOTION BY JAMES BLAIR AMENDING THE AGENDA TO ADD A DISCUSSION ABOUT THE ECONOMY AND POSSIBLE RESOLUTION. SECONDED BY TERRY KAMINSKI. 6-1 (NO- EJ CURRY), MOTION CARRIED. 20-131 MOTION BY MOLLY CARMODY APPROVING THE AGENDA AS AMENDED. SECONDED BY TRACEY WOOD. 7-0, MOTION CARRIED. 3. Special Presentations - November 2020 Student of the Month - Olivia Perry 4. Public Comment - no public comment 5. Consent Agenda- none scheduled 6. New Business - a. Discussion about the Economy and possible Resolution The proposed Resolution was shared by Councilmember DePinto and discussion followed. 20-132 MOTION BY JAMES BLAIR TO APPROVE THE PROPOSED RESOLUTION. SECONDED BY MOLLY CARMODY. 6-1 (TRACEY WOOD ABSTAINED), MOTION CARRIED. b. Ordinance No. 1072, Amendment of the 2019-2020 Biennial Budget per Council Resolution No. 602 20-133 MOTION BY TAD STILLWELL APPROVING ORDINANCE NO. 1072. SECONDED BY EJ CURRY. 6-1 (TRACEY WOOD ABSTAINED), MOTION CARRIED. 7. Old Business - a. Ordinance No. 1071, 2021-2022 Biennial Budget 20-134 MOTION BY MOLLY CARMODY RECOMMENDING THAT COUNCIL VOTE YES ON ORDINANCE NO. 1071, 2021-2022 BIENNIAL BUDGET WITH THE FOLLOWING RECOMMENDATIONS FROM THE FINANCE COMMITTEE. A) ALL SALARY NEGOTIATIONS SHALL BE FINALIZED BY DECEMBER 31, 2020; AND B) FINAL RECONCILED REVENUE NUMBERS FOR 2020 ARE AVAILABLE BY JANUARY 31, 2021; AND C) ALL DEPARTMENTS WORK TOGETHER TO BALANCE THEIR INTERNAL BUDGETS TO PREVENT THE GENERAL FUND FROM TAPPING INTO THE RESERVE FUND; AND D) AN UPDATED/AMENDED BUDGET REFLECTING ITEMS A, B, AND C SHALL BE PRESENTED TO COUNCIL NO LATER THAN THE FIRST COUNCIL MEETING December 15, 2020 Page 1 1 IN FEBRUARY. SECONDED BY TERRY KAMINSKI. 6-1 (NO -JOE DEPINTO), MOTION CARRIED. 8. UPDATES - City Administrator - Michael Grayum • Thanked Council, staff and Sandi Hines for the work and effort on the 2021-2022 Biennial Budget. • Upcoming meetings will include Animal Control Services Contract, Legal Services Contract and Infrastructure Contracts. • Michael Grayum wished everyone a Merry Christmas and Happy New Year. Councilmember Curry attended the SE Thurston Fire Authority meeting. Councilmember DePinto appreciates Councilmember Carmody for the comments on the budget and thanked Finance Director Heidi MacDonald and the Finance Committee for their hard work on the budget. Councilmember DePinto explained the reason he voted no on the budget was the lack of prioritization for the Police. Councilmember DePinto wished everyone a Merry Christmas and go Hawks. Councilmember Kaminski thanked Councilmembers James Blair and Joe DePinto for their work on the Resolution. Councilmember Kaminski is looking forward to the three weeks off before the Finance Committee starts meeting in 2021. Mayor Foster read a comment from the chat box from resident Debbie Fermon "I have something to say, I do not have a camera. Thank you Mayor Foster and Yelm Councilmembers. I am certainly a proud citizen of Yelm". Mayor Foster is looking forward to a New Year where we can all have our hands on this bright future together; it has a lot of promise. Mayor Foster thanked Council and staff for working through an incredibly challenging year and getting us to this point. Surrounding Sister Cities have been hit hard in their budgets. We feel fortunate to not been hit as badly. Our thoughts go out to those in our Yelm City family that have become ill with COVID, wish them a speedy recovery, and look forward to seeing them in 2021. 9. Executive Session - none scheduled 20-135 MOTION BY JOE DEPINTO TO ADJOURN THE MEETING. SECONDED BY JAMES BLAIR. 7-0, MOTION CARRIED. 10. Adjourned at 7:00 p.m. Attest: JW Foster, Mayor Lori Lucas, City Clerk These minutes record the official actions of the Yelm City Council. Complete recordings are available on the city website at www.yelmwa.gov. December 15, 2020 Page 1 2 To: Mayor J.W. Foster Yelm City Council p EST. 1924 WASHINGTON "Proudly Serving, Cour Community' From: Derek M. McCoy, P.E., Civil Review Engineer/Project Engineer Patrick T. Hughes, P.E., Public Works Projects/Programs Manager Date: January 4, 2021 (for January 12, 2021 City Council Meeting) Subj: 2019 Water Main Improvements (PW -2021-01) - Request for Authorization to Award Bid and to Enter into Construction Contract Recommendation Authorize Mayor J.W. Foster to award the project to and sign the construction contract with Pape & Sons Construction, Inc of Gig Harbor, WA in the not to exceed amount of $1,040,162.76. This amount is inclusive of sales tax. Background This Contract provides for furnishing and installing approximately 302 linear feet of 12 -inch -diameter, 6,388 linear feet of 10-i nch-d is meter, 141 linear feet of 8-i nch-d is meter, and 40 linear feet of 6 -inch - diameter PVC water main, two fire hydrants, valves, appurtenances, replacement and reconnection of 20 water services, connections to the existing water main, and restoration, all in accordance with the attached Plans and Specifications from Parametrix, and the Contract Provisions. Current Situation The project was advertised in the Nisqually Valley News and the Seattle Daily Journal of Commerce on November 121h and 191h, and all bid documents were made available on the Builders Exchange of Washington on November 121h and bids were opened on December 111h, 2020. Seventeen (17) sealed bids were received. The Bids received are tabulated, and listed in increasing order of the total bid price on the following page: Bidder's Name Total Bid Amount Pape and Sons $1,040,162.76 Pacific Civil & Infrastructure Inc. $1,141,055.92 SCI Infrastructure $1,169,067.90 Reed Trucking & Excavating Inc. $1,199,923.45 Strickland and Sons Excavation $1,299,573.91 Nisqually Construction Services $1,460,280.39 Miles Resources LLC $1,474,743.82 Northwest Cascade Inc. $1,484,377.44 Black Hills Excavating Inc. $1,484,675.56 A -Advanced Septic & Construction Services $1,515,588.44 Tapani Inc. $1,520,457.12 Sound Pacific Construction $1,593,533.76 C&C Development $1,630,106.48 Ceccanti Inc. $1,665,300.00 Sterling Breen Crushing $1,761,576.18 Nordvind Company $1,814,443.72 Granite Construction Company $2,213,702.40 The engineer's construction cost estimate from Parametrix was $1,600,000 to $1,800,000. While under this estimate, the lowest responsive bids were within the acceptable limits based on industry expectations for a project of this size. Pape & Sons Construction, Inc was selected as the lowest responsive bidder based on their submitted bid amount. Page 2 of 2 PUBLIC WORKS CONTRACT FOR 2019 WATER MAIN IMPROVEMENTS (PW# 2021-01) THIS PUBLIC WORKS CONTRACT C Contract') is dated effective this day of 2021 and is made by and between the City of Yelm, a Washington municipal corporation ('City or Owner', and Pape & Sons Construction a Limited Liability Corporation in the State of Washington ("Contractor'). A. The City desires to retain an independent contractor to furnish all labor and materials necessary to perform work necessary to provide for drainage improvements for athletic fields located in Longmire Park by installing a system of drainage pipes and infiltration galleries ; and B. The Contractor has the requisite skill and experience to perform such work. NOW, THEREFORE, the parties ("Parties') agree to the following terms and conditions: 1. SERVICES BY CONTRACTOR 1.1 Description of Work. Contractor shall perform all work and furnish all tools, materials, supplies, equipment, labor and other items incidental thereto necessary for the construction and completion of the work, more particularly described as the 2019 WATER MAIN IMPROVEMENTS project, including without limitation: furnishing and installing approximately 302 linear feet of 12 -inch -diameter. 6.388 linear feet of 10 -inch - diameter. 141 linear feet of 8 -inch -diameter. and 40 linear feet of 6 -inch -diameter PVC water main, two fire hydrants, valves, appurtenances, replacement and reconnection of 20 water services, connections to the existing water main, and restoration. ("Work', in accordance with and as described in the Contract Documents, which include without limitation, this Contract, Request for Bids, Bidder's Checklist, Instructions to Bidders, General Contractual Terms and Conditions, Bid Form, Bid Signature Page, Bid Bond, Combined Affidavit and Certification Form, Contractor's Compliance Statement, Notice of Completion of Public Works Contract attached as Exhibit A, Contract Change Order Agreement attached as Exhibit B, Contractor's Retainage Agreement attached as Exhibit C, Retainage Bond to City of Yelm Way attached as Exhibit D, Notice to Labor Unions or Other Employment Organizations Nondiscrimination in Employment attached as Exhibit E, Certificate(s) of Insurance Form attached hereto as Exhibit F, Performance / Payment Bond attached hereto as Exhibit G, Title VI Assurances attached hereto as Exhibit H, Construction Plans attached as Appendix A, the Geotechnical Report attached as Appendix B, and current Prevailing Wage Rates attached as Appendix C, and 2021 WSDOT / APWA Standard Specifications for Road, Bridge and Municipal Construction ("Standard Specifications) and all other Appendices attached hereto and incorporated by this reference, (collectively the "Contract Documents"), which Work shall be completed to the City's satisfaction, within the time period prescribed by the City and pursuant to the direction of the Mayor or his or her designee. 1.2 Completion Date. The Work shall be commenced within five (5) days of receipt by the Contractor of the City's Notice to Proceed. The Work shall be completed in 120 working days. In the event the Work is not substantially completed within the time specified, Contractor agrees to pay to the City liquidated damages in the amount set forth in the formula included in Section 1.3 of this Contract. The Work shall not be deemed completed until the City has accepted the Work and delivered a written Notice of Completion of Public Works Contract in the form attached hereto as Exhibit "A". 1.3 Liguidated Damages. Time is of the essence of the Contract. Delays inconvenience the public and cost taxpayers undue sums of money, adding time needed for administration, inspection, and supervision. It is impractical for the City to calculate the actual cost of delays. Accordingly, the Contractor agrees to pay liquidated damages calculated on the following formula for its failure to complete this Contract on time: (1) To pay (according to the following formula) liquidated damages for each working day beyond the number of working days established for completion, and (2) To authorize the City to deduct these liquidated damages from any money due or coming due to the Contractor. LIQUIDATED DAMAGES FORMULA LD = 0.15C T Where: LD = Liquidated damages per working day (rounded to the nearest dollar). C = Original Contract amount. T = Original time for completion. When the Work is completed to the extent that the City has full and unrestricted use and benefit of the facilities, both from an operational and safety standpoint, the City may determine the Work is complete. Liquidated damages will not be assessed for any days for which an extension of time is granted. No deduction or payment of liquidated damages will, in any degree, release the Contractor from further obligations and liabilities to complete this entire Contract. 1.4 Performance Standard. Contractor shall perform the Work in a manner consistent with accepted practices for other properly licensed contractors. 1.5 Compliance with Laws. Contractor shall perform the Work in accordance with all applicable federal, state and City laws, including but not limited to all City ordinances, resolutions, standards or policies, as now existing or hereafter adopted or amended, and obtain all necessary permits and pay all permit, inspection or other fees, at its sole cost and expense. 1.6 Change Orders. The City may, at any time, without notice to sureties, order changes within the scope of the Work. Contractor agrees to fully perform any such alterations or additions to the Work. All such change orders shall be in the form of the Contract Change Order Agreement attached hereto as Exhibit "B", which shall be signed by both the Contractor and the City, shall specifically state the change of the Work, the completion date for such changed Work, and any increase or decrease in the compensation to be paid to Contractor as a result of such change in the Work. Oral change orders shall 2019 Water Main Improvements Page 2 PW # 2021-01 not be binding upon the City unless confirmed in writing by the City. If any change hereunder causes an increases or decrease in the Contractor's cost of, or time required for, the performance or any part of the Work under this Contract, an equitable adjustment will be made and the Contract modified in writing accordingly. If the Contractor intends to assert a claim for an equitable adjustment hereunder, it shall, within five (5) days after receipt of a written change order from the City or after giving the written notice required above, as the case may be, submit to the City a written statement setting forth the general nature and monetary extent of such claim; provided the City, in its sole discretion, may extend such five (5) day submittal period upon request by the Contractor. The Contractor shall supply such supporting documents and analysis for the claims as the City may require to determine if the claims and costs have merit. No claim will be allowed for any costs incurred more than five (5) days before the Contractor gives written notice as required. No claim by the Contractor for an equitable adjustment hereunder will be allowed if asserted after final payment under this Contract. 1.7 Work and Materials Omitted. The Contractor shall, when directed in writing by the City, omit work, services and materials to be furnished under the Contract and the value of the omitted work and materials will be deducted from the Total Compensation and the delivery schedule will be reviewed if appropriate. The value of the omitted work, services and materials will be a lump sum or unit price, as mutually agreed upon in writing by the Contractor and the City. If the parties cannot agree on an appropriate deduction, the City reserves the right to issue a unilateral change order adjusting the price and the delivery schedule. 1.8 Utility Location. Contractor is responsible for locating any underground utilities affected by the Work and is deemed to be an excavator for purposes of Chapter 19.122 RCW, as amended. Contractor shall be responsible for compliance with Chapter 19.122 RCW, including utilization of the "one call" locator system before commencing any excavation activities. 1.9 Air Environment. Contractor shall fully cover any and all loads of loose construction materials including without limitation, sand, dirt, gravel, asphalt, excavated materials, construction debris, etc., to protect said materials from air exposure and to minimize emission of airborne particles to the ambient air environment within the City of Yelm Way. 2. TERM This Contract shall commence on the effective date of this Contract and continue until the completion of the Work, and the expiration of all warranties contained in the Contract Documents ("Term'). 3. WARRANTY 3.1 Reouisite Skill. The Contractor warrants that it has the requisite skill to complete the Work, and is appropriately accredited and licensed by all applicable agencies and governmental entities, including but not limited to being registered to do business in the City of Yelm Way by obtaining a City of Yelm Way business registration. Contractor represents that it has visited the site and is familiar with all of the plans and specifications in connection with the completion of the Work. 2019 Water Main Improvements Page 3 PW # 2021-01 3.2 Defective Work. The Contractor shall, at its sole cost and expense, correct all Work which the City deems to have defects in workmanship and material discovered within one (1) year after the City's final acceptance of the Work as more fully set forth in the General Conditions of the Contract; provided, however, that this warranty may extend beyond this time period pursuant to the warranties attached hereto as Appendix C and incorporated by this reference. This warranty shall survive termination of this Contract. Conducting of tests and inspections, review of specifications or plans, payment for goods or services, or acceptance by the City does not constitute waiver, modification or exclusion of any express or implied warranty or any right under this Contract or law. 4. COMPENSATION 4.1 Total Compensation. In consideration of the Contractor performing the Work, the City agrees to pay the Contractor an amount not to exceed One million forty thousand one hundred sixty-two and 76/100 Dollars ($ 1,040,162.76), which amount shall constitute full and complete payment by the City ("Total Compensation'). 4.2 Contractor Responsible for Taxes. The Contractor shall be solely responsible for the payment of any taxes imposed by any lawful jurisdiction as a result of the performance and payment of this Contract. 4.3 Nonpayment. The City shall have the right to withhold payment to the Contractor for any of the Work not completed in a satisfactory manner, in the City's sole discretion, which shall be withheld until such time as Contractor modifies or repairs the Work so that the Work is acceptable to the City. 4.4 Method of Payment. The basis of payment will be the actual quantities of work performed according to the contract and as specified for payment. Payments will be made for work and labor performed and materials furnished under the contract according to the price in the proposal unless otherwise provided. Partial payments will be made once each month, based on partial estimates prepared by the Engineer and signed by the Contractor. Failure to perform any obligation under this Contract may be adequate reason for the City to withhold payments until the obligation is performed. Upon completion of all work and after final inspection, the amount due the Contractor under the contract will be paid based upon the final estimate made by the Engineer and signed by the Contractor. Payment to the Contractor for partial estimates, final estimates, and retained percentages shall be subject to controlling laws. 4.5 Retainage. Pursuant to Chapter 60.28 RCW, five percent (5%) of the Total Compensation shall be retained by the City to assure payment of Contractor's state sales tax as well as payment of subcontractors, suppliers and laborers. Upon execution of this Contract, Contractor shall complete, execute and deliver to the City the Contractor Retainage Agreement attached hereto as Exhibit "C" or execute the Retainage Bond attached hereto as Exhibit "D". No payments shall be made by the City from the retained percentage fund ("Fund') nor shall the City release any retained percentage escrow account to any person, until the City has received from the Department of Revenue a certificate that all taxes, increases, and penalties due from the Contractor and all taxes due and to become due with respect to the Contract have been paid in full or that they are, in the Department's opinion, readily collectible without recourse to the State's lien on the retained percentage. Upon non-payment by the general contractor, any supplier or subcontractor may file a lien against the retainage funds, pursuant to Chapter 60.28 RCW. Subcontractors or suppliers are required to give notice of any lien within forty-five (45) days 2019 Water Main Improvements Page 4 PW # 2021-01 of the completion of the Work and in the manner provided in RCW 39.08.030. Within sixty (60) days after completion of all Work on this Contract, the City shall release and pay in full the money held in the Fund, unless the City becomes aware of outstanding claims made against this Fund. 5. EQUAL OPPORTUNITY EMPLOYER In all Contractor services, programs or activities, and all Contractor hiring and employment made possible by or resulting from this Contract, there shall be no discrimination by Contractor or by Contractor's employees, agents, subcontractors or representatives against any person because of sex, age (except minimum age and retirement provisions), race, color, creed, national origin, marital status or the presence of any disability, including sensory, mental or physical handicaps, unless based upon a bona fide occupational qualification in relationship to hiring and employment, advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. Contractor comply with and shall not violate any of the terms of Chapter 49.60 RCW, Title VII of the Civil Rights Act of 1964, the Americans With Disabilities Act, Section 504 of the Rehabilitation Act of 1973, 49 CFR Part 26, or any other applicable federal, state, or local law or regulation regarding non-discrimination. Any material violation of this provision shall be grounds for termination of this Contract by the City and, in the case of the Contractor's breach, may result in ineligibility for further City agreements. If this project involves federal funds including USDOT funds administered by WSDOT, the contractor agrees to the clauses contained in Exhibit H. 6. INDEPENDENT CONTRACTOR/CONFLICT OF INTEREST 6.1 It is the intention and understanding of the Parties that the Contractor shall be an independent contractor and that the City shall be neither liable nor obligated to pay Contractor sick leave, vacation pay or any other benefit of employment, nor to pay any social security or other tax which may arise as an incident of employment. The Contractor shall pay all income and other taxes due. Industrial or any other insurance that is purchased for the benefit of the City, regardless of whether such may provide a secondary or incidental benefit to the Contractor, shall not be deemed to convert this Agreement to an employment contract. It is recognized that Contractor may or will be performing professional services during the Term for other parties; provided, however, that such performance of other services shall not conflict with or interfere with Contractor's ability to perform the Services. Contractor agrees to resolve any such conflicts of interest in favor of the City. 6.2 If the Contractor is a sole proprietorship or if this is a contract with an individual, the contractor agrees to notify the City and complete any required form if the Contractor retired under a State of Washington retirement system and agrees to indemnify any losses the City may sustain through the Contractor's failure to do so. 7. CITY'S RIGHT TO TERMINATE CONTRACT 7.1 Termination Without Cause. Prior to the expiration of the Term, this Contract may be terminated without cause upon oral or written notice delivered to Contractor from the City. Upon termination, all supplies, materials, labor and/or equipment furnished prior to such date shall, at the City's option, become its property. In the event Contractor is not in breach of any of the provisions of this Contract, Contractor will be paid for any portion of the Work which has been completed to the City's 2019 Water Main Improvements Page 5 PW # 2021-01 satisfaction, calculated by the percentage amount that portion of the Work completed and accepted by the City bears to the Total Compensation. 7.2 Termination For Cause. The City may immediately terminate this Contract, take possession of the Property and all materials thereon and finish the Work by whatever methods it may deem expedient, upon the occurrence of any one or more of the following events: (1) If the Contractor should be adjudged a bankrupt. (2) If the Contractor should make a general assignment for the benefit of its creditors. (3) If a receiver should be appointed on the account of insolvency of Contractor. (4) If Contractor should persistently or repeatedly refuse or fail to supply a sufficient number of properly skilled workmen or proper materials for completion of the Work. (5) If the Contractor should fail to complete the Work within the time specified in this Contract. (6) If the Contractor should fail to complete the Work in compliance with the plans and specifications, to the City's satisfaction. (7) If the Contractor should fail to make prompt payment to subcontractors or for material labor. (8) If Contractor should persistently disregard laws, ordinances or regulations of federal, state, or municipal agencies or subdivisions thereof. (9) If Contractor should persistently disregard instructions of the Mayor or his or her representative. (10) If Contractor shall be in breach or violation of any term or provision of this Contract, or (11) If the Work is not being performed pursuant to RCW 49.28.050 or 49.28.060. 7.3 Result of Termination. In the event that this Contract is terminated for cause by the City, the City may do any or all of the following: (1) Stop payments. The City shall cease any further payments to Contractor and Contractor shall be obligated to repay any payments it received under this contract. (2) Complete Work. The City may, but in no event is the City obligated to, complete the Work, which Work may be completed by the City's agents, employees or representatives or the City may retain independent persons or entities to complete the Work. Upon demand, Contractor agrees to pay to the City all of its costs and expenses in completing such Work. 2019 Water Main Improvements Page 6 PW # 2021-01 (3) Take Possession. The City may take possession of the Property and any equipment and materials on the Property and may sale the same, the proceeds of which shall be paid to the City for its damages. (4) Remedies Not Exclusive. No remedy or election under this Contract shall be deemed an election by the City but shall be cumulative and in addition to all other remedies available to the City at law, in equity or by statute. E1 8.1 Contractor Indemnification. The Contractor agrees to indemnify, defend, and hold the City, its elected officials, officers, employees, agents, and volunteers harmless from any and all claims, demands, losses, actions and liabilities (including costs and all attorney fees) to or by any and all persons or entities, including, without limitation, their respective agents, licensees, or representatives, arising from, resulting from, or connected with this Contract to the extent caused by the negligent acts, errors or omissions of the Contractor, its partners, shareholders, agents, employees, or by the Contractor's breach of this Contract. Contractor waives any immunity that maybe granted to it under the Washington State Industrial Insurance Act, Title 51 RCW. Contractor's indemnification shall not be limited in any way by any limitation on the amount of damages, compensation or benefits payable to or by any third party under workers' compensation acts, disability benefit acts or any other benefits acts or programs. 8.2 City Indemnification. The City agrees to indemnify, defend, and hold the Contractor, its officers, directors, shareholders, partners, employees, and agents harmless from any and all claims, demands, losses, actions and liabilities (including costs and attorney fees) to or by any and all persons or entities, including without limitation, their respective agents, licenses, or representatives, arising from, resulting from or connected with this Contract to the extent solely caused by the negligent acts, errors, or omissions of the City, its employees or agents. 8.3 Survival. The provisions of this Section shall survive the expiration or termination of this Contract with respect to any event occurring prior to such expiration or termination. 9. INSURANCE 9.1 Minimum Limits. The Contractor agrees to carry as a minimum, the following insurance, in such forms and with such carriers who have a rating which is satisfactory to the City: (1) Workers' compensation and employer's liability insurance in amounts sufficient pursuant to the laws of the State of Washington; (2) Commercial general liability insurance with combined single limits of liability not less than $2,000,000 for bodily injury, including personal injury or death, products liability and property damage. (3) Automobile liability insurance with combined single limits of liability not less than $2,000,000 for bodily injury, including personal injury or death and property damage. 9.2 Endorsements. Each insurance policy shall contain, or be endorsed to contain, the following provisions: 2019 Water Main Improvements Page 7 PW # 2021-01 (1) The City, its officers, officials, employees, volunteers and agents shall each be named as additional insured. (2) Coverage may not be terminated or reduced in limits except after thirty (30) days prior written notice by certified mail, return receipt requested, to the City. (3) Coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees or volunteers shall be in excess of Contractor's insurance. (4) Coverage shall apply to each insured separately against whom claim is made or suit is brought. (5) Coverage shall be written on an 'occurrence" form as opposed to a "claims made" or "claims paid" form. 9.3 Verification. Contractor shall furnish the City with certificates of insurance evidencing the coverage required by the Section, in compliance with the Certificate(s) of Insurance Form attached hereto as Exhibit 7", which certificate must be executed by a person authorized by the insurer to bind coverage on its behalf. The City reserves the right to require complete certified copies of all required insurance policies, at any time. 9.4 Subcontractors. Contractors shall include all subcontractors as additional insured under its policies or shall furnish separate certificates for each subcontractor. All coverage for subcontractors shall be subject to all of the requirements stated herein. 9.5 Deductibles and Self -Insured Retentions. Any deductibles or self-insured retentions must be disclosed by Contractor and approved in writing by the City. At the option of the City, Contractor shall either reduce or eliminate such deductibles or self-insured retentions or procure a bond guaranteeing payment for any amounts not covered by the insurance by reason of such deductibles or self-insured retentions. 9.6 Asbestos Abatement or Hazardous Materials. If asbestos abatement or hazardous materials work is performed, Contractor shall review coverage with the City's Risk Manager and provide scope and limits of coverage that are appropriate for the scope of Work and are satisfactory to the City. Contractor shall not commence any Work until its coverage has been approved by the Risk Manager. 9.7 Termination. The Contractor's failure to provide the insurance coverage required by this Section shall be deemed to constitute non-acceptance of this Contract by the Contractor and the City may then award this Contract to the next lower bidder. 10. PERFORMANCE/ PAYMENT BOND Pursuant to RCW 39.08.010, Contractor shall post a Performance/Payment Bond in favor of the City, in the form attached to this Contract as Exhibit "G" and incorporated by this reference, in a dollar amount satisfactory to the City; to guarantee Contractor's performance of the Work to the City's satisfaction; to insure Contractor's performance of all of the provisions of this Contract; and to guarantee 2019 Water Main Improvements Page 8 PW # 2021-01 Contractor's payment of all laborers, mechanics, subcontractors and material persons. Contractor's obligations under this Contract shall not be limited to the dollar amount of the bond. 11. SAFETY Contractor shall take all necessary precautions for the safety of employees on the work site and shall comply with all applicable provisions of federal, state and municipal safety and health laws and codes, including without limitation, all OSHA/WISHA requirements, Safety and Health Standards for Construction Work (Chapter 296-155 WAC), General Safety and Health Standards (Chapter 296-24 WAC), and General Occupational Health Standards (Chapter 296-62 WAC). Contractor shall erect and properly maintain, at all times, all necessary guards, barricades, signals and other safeguards at all unsafe places at or near the Work for the protection of its employees and the public, safe passageways at all road crossings, crosswalks, street intersections, post danger signs warning against any known or unusual hazards and do all other things necessary to prevent accident or loss of any kind. Contractor shall protect from danger all water, sewer, gas, steam or other pipes or conduits, and all hydrants and all other property that is likely to become displaced or damaged by the execution of the Work. The Contractor shall, at its own expense, secure and maintain a safe storage place for its materials and equipment and is solely responsible for the same. 12. PREVAILING WAGES 12.1 Wages of Employees. This contract is subject to the minimum wage requirements of Chapter 39.12 RCW and Chapter 49.28 RCW (as amended or supplemented). On Federal -aid projects, Federal wage laws and rules also apply. The Hourly minimum rates for wages and fringe benefits are listed in Appendix B. When Federal wage and fringe benefit rates are listed, the rates match those identified by the U.S. Department of Labor's "Decision Number" shown in Appendix B. The Contractor, any subcontractor, and all individuals or firms required by Chapter 39.12 RCW, Chapter 296-127 WAC, or the Federal Davis -Bacon and Related Acts (DBRA) to pay minimum prevailing wages, shall not pay any worker less than the minimum hourly wage rates and fringe benefits required by Chapter 39.12 RCW or the DBRA. Higher wages and benefits may be paid. When the project is subject to both State and Federal hourly minimum rates for wages and fringe benefits and when the two rates differ for similar kinds of labor, the Contractor shall not pay less than the higher rate unless the state rates are specifically preempted by Federal law. The Contractor shall ensure that any firm (Supplier, Manufacturer, or Fabricator) that falls under the provisions of Chapter 39.12 RCW because of the definition "Contractor' in Chapter 296-127-010 WAC, complies with all the requirements of Chapter 39.12 RCW. 12.2 Exemptions to Prevailing Wage. The prevailing wage requirements of Chapter 39.12 RCW, and as required in this Contract do not apply to: (1) Sole owners and their spouses; (2) Any partner who owns at least 30% of a partnership; 2019 Water Main Improvements Page 9 PW # 2021-01 (3) The President, Vice President and Treasurer of a corporation if each one owns at least 30% of the corporation. 12.3 Reporting Reguirements. On forms provided by the Industrial Statistician of State L&I, the Contractor shall submit to the Engineer the following for itself and for each firm covered under Chapter 39.12 RCW that provided work and materials of the contract: (1) A copy of an approved "Statement of Intent to Pay Prevailing Wages" State L&I form number F700-029-000. The City will make no payment under this contract for the work performed until this statement has been approved by State L&I and a certified copy of the approved form has been submitted to the City. (2) A copy of an approved "Affidavit of Prevailing Wages Paid," State L&I form number F700-007- 000. The City will not release to the contractor any funds retained under Chapter 60.28.011 RCW until all of the "Affidavit of Prevailing Wages Paid" forms have been approved by State L&I and a certified copy of all the approved forms have been submitted to the City. The Contractor shall be responsible for requesting these forms from the State L&I and for paying any approval fees required by State L&I. Certified payrolls are required to be submitted by the Contractor to the City, for the Contractor and all subcontractors or lower tier subcontractors. 12.4 Disputes. In the event any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be resolved by the City and the Contractor, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State of Washington and the decision therein shall be final and conclusive and binding on all parties involved in the dispute. 13. FAILURE TO PAY SUBCONTRACTORS In the event the Contractor shall fail to pay any subcontractors or laborers, fail to pay for any materials, or fail to pay any insurance premiums, the City may terminate this Contract and/or the City may withhold from the money which may be due the Contractor an amount necessary for the payment of such subcontractors, laborers, materials or premiums. 14. OWNERSHIP OF DOCUMENTS All originals and copies of work product, including plans, sketches, layouts, designs, design specifications, records, files, computer disks, magnetic media, all finished or unfinished documents or material which may be produced or modified by Contractor while performing the Work shall become the property of the City and shall be delivered to the City at its request. 15. CONFIDENTIALITY Any records, reports, information, data or other documents or materials given to or prepared or assembled by the Contractor under this Contract will be kept as confidential and shall not be made available to any individual or organization by the Contractor without prior written approval of the City. 2019 Water Main Improvements Page 10 PW # 2021-01 16. BOOKS AND RECORDS The Contractor agrees to maintain books, records, and documents which sufficiently and properly reflect all direct and indirect costs related to the performance of this Contract and such accounting procedures and practices as may be deemed necessary by the City to assure proper accounting of all funds paid pursuant to this Contract. These records shall be subject at all reasonable times to inspection, review or audit by the City, its authorized representative, the State Auditor, or other governmental officials authorized by law to monitor this Contract. 17. CLEAN UP At any time ordered by the City and immediately after completion of the Work, the Contractor shall, at its own expense, clean up and remove all refuse and unused materials of any kind resulting from the Work. In the event the Contractor fails to perform the necessary clean up, the City may, but in no event is it obligated to, perform the necessary clean up and the costs thereof shall be immediately paid by the Contractor to the City and/or the City may deduct its costs from any remaining payments due to the Contractor. 18. CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITY: 18.1 Contractor Verification. The Contractor verifies that it has a certificate of registration with the State of Washington; has a current state unified business identifier number; is not disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3); has industrial insurance as required by Title 51 RCW, if applicable; has an employment security department number as required in Title 50 RCW, if applicable; has a state excise tax registration number as required in Title 82 RCW, if applicable; possesses a valid electrical contractor license as required by chapter 19.28 RCW, if applicable; and possesses an elevator contractor license as required by chapter 70.87 RCW, if applicable. 18.2 Subcontractor Contracts. The Contractor shall include the language of this section in each of its first tier subcontracts, and shall require each of its subcontractors to include the same language of this section in each of their subcontracts, adjusting only as necessary the terms used for the contracting parties. Upon request of the Owner, the Contractor shall promptly provide documentation to the Owner demonstrating that the subcontractor meets the subcontractor responsibility criteria below. The requirements of this section apply to all subcontractors regardless of tier. 18.3 Subcontractor Verification. At the time of subcontract execution, the Contractor shall verify that each of its first tier subcontractors meets the following bidder responsibility criteria: Have a current certificate of registration in compliance with chapter 18.27 RCW, which must have been in effect at the time of subcontract bid submittal; Have a current Washington Unified Business Identifier (UBI) number; Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3); Have Industrial Insurance (workers' compensation) coverage for the subcontractor's employees working in Washington, as required in Title 51 RCW, if applicable; A Washington Employment Security Department number, as required in Title 50 RCW, if applicable; A Washington Department of Revenue state excise tax registration number, as required in Title 82 RCW, if applicable; An electrical contractor license, if required by Chapter 19.28 RCW, if applicable; An elevator contractor license, if required by Chapter 70.87 RCW. 2019 Water Main Improvements Page 11 PW # 2021-01 19. GENERAL PROVISIONS 19.1 Entire Contract. The Contract Documents contain all of the agreements of the Parties with respect to any matter covered or mentioned in this Contract and no prior agreements or understandings pertaining to any such matters shall be effective for any purpose. 19.2 Modification. No provisions of this Contract, including this provision, may be amended or added to except by agreement in writing signed by the Parties or their respective successors in interest. 19.3 Full Force and Effect. Any provision of this Contract, which is declared invalid, void or illegal, shall in no way affect, impair, or invalidate any other provision hereof and such other provisions shall remain in full force and effect. 19.4 Assignment. The Contractor shall not transfer or assign, in whole or in part, any or all of its obligations and rights hereunder without the prior written consent of the City. In the event the City consents to any such assignment or transfer, such consent shall in no way release the Contractor from any of its obligations or liabilities under this Contract. 19.5 Successors In Interest. Subject to the preceding Subsection, this Contract shall be binding upon and inure to the benefit of the Parties' successors in interest, heirs and assigns. 19.6 Attorney Fees. In the event the City or the Contractor defaults on the performance of any terms in this Contract, and the Contractor or City places the enforcement of the Contract or any part thereof, or the collection of any monies due, or to become due hereunder, or recovery of possession of any belongings, in the hands of an attorney, or file suit upon the same, each Party shall pay all its own attorneys' fees, costs and expenses. The venue for any dispute related to this Contract shall be King County, Washington. 19.7 No Waiver. Failure of the City to declare any breach or default immediately upon occurrence thereof, or delay in taking any action in connection with, shall not waive such breach or default. Failure of the City to declare one breach or default does not act as a waiver of the City's right to declare another breach or default. 19.8 Governing Law. This Contract shall be made in and shall be governed by and interpreted in accordance with the laws of the State of Washington. 19.9 Authority. Each individual executing this Contract on behalf of the City and Contractor represents and warrants that such individuals are duly authorized to execute and deliver this Contract on behalf of the Contractor or City. 19.10 Notices. Any notices required to be given by the City to Contractor or by the Contractor to the City shall be delivered to the Parties at the addresses set forth below. Any notices may be delivered personally to the addressee of the notice or may be deposited in the United States mail, postage prepaid, to the address set forth herein. Any notice so posted in the United States mail shall be deemed received three (3) days after the date of mailing. 2019 Water Main Improvements Page 12 PW # 2021-01 19.11 Captions. The respective captions of the Sections of this Contract are inserted for convenience of reference only and shall not be deemed to modify or otherwise affect in any respect any of the provisions of this Contract. 19.12 Performance. Time is of the essence of this Contract and each and all of its provisions in which performance is a factor. Adherence to completion dates is essential to the Contractor's performance of this Contract. 19.13 Compliance with Ethics Code. If a violation of the City's Ethics Resolution No. 91-54, as amended, occurs as a result of the formation and/or performance of this Contract, this Contract may be rendered null and void, at the City's option. 19.14 Conflicting Provisions. In the event of a conflict between the terms and provisions of any of the Contract Documents, the Mayor or his or her designee shall issue an interpretation of the controlling document, which interpretation shall be final and binding. DATED the day and year set forth above. CITY OF YELM In ATTEST: Lori Lucas, City Clerk APPROVED AS TO FORM: <on Ale> City Attorney, Brent Dille JW Foster, Mayor City of Yelm, 106 Second St SE, Yelm WA 98597 2019 Water Main Improvements Page 13 PW # 2021-01 PAPE & SONS CONSTRUCTION, INC (Signature) (Name) (Address) (Phone) STATE OF WASHINGTON ss. COUNTY OF On this day personally appeared before me to me known to be the of Pape & Sons Construction INC that executed the foregoing instrument, and acknowledged the said instrument to be the free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that he/she was authorized to execute said instrument and that the seal affixed, if any, is the corporate seal of said corporation. GIVEN my hand and official seal this day of 2021. (typed/printed name of notary) Notary Public in and for the State of Washington. My commission expires 2019 Water Main Improvements Page 14 PW # 2021-01 EXHIBIT A NOTICE OF COMPLETION OF PUBLIC WORKS CONTRACT 2019 Water Main Improvements Page 15 PW # 2021-01 iyl'Ig4tin1 ❑ Revised CF NOTICE OF COMPLETION OF PUBLIC WORKS CONTRACT Date: Contractor's CBI Number: Name & Mulling .Address of Public Agency Ds tartment Vsc Only is _ /t siiigned to: (Date Assigned:. URI Number: Notice is mere&ll ,given relative to the completion ofcontrael or project/ eleseribed belory Project Nmnn t untroct Number , u4 Order Colorrictiog �Yes [] No esrirpdnn of Vtork boneAncludieJobsite Add revs(es) Federally funded'. Transportation Project? ❑ Yes El No lil yes. provida Contract Bond Statement below} .omractor s Name F. -mail Address Affidavit [D - Contractor Address '.T elep hone # If etamuRnIs1}nt wnble!,pease select one of tee 6"lltraGgant .Int,ureass. amu & Bond umber. El Retainage Bond Contracl/Pa lnel} t bond E,,hd for fmdc�rmay fon 1.1Yan rtaOnP projw,t Name: Bond Number: Date Contract Awarded Date Work Commenced Dote work k'nn}p eted %Afore Subcontractor's used an this projcex? If so, Please eempletn Addeoduu} A. Date _ work AecnpTed Oyes Eliso AtfI1Ja.N911tD' - Nn l d.l I'ey9119C W 011 nf' �1211pG1 nnt�I illl MlnlfAV119 nPC I1fif}`(I. Contract AmolAnt Addition's f+) Reductions (-1 Sub Total SalesTan Rate % (a4'llflmM1ltl rI11CJ fImP Y. dull bti bti WB h,NA in,,, i Sales l ax Amount "N"O't'AL,. $ R 0.00 k� Lignidalecl Dmoagas $ Amount. Disburiied $ Amount Retained $ TOTAL S 0.00 Note: Phe Dkbw..... (M(Ywersous(sunnal ams cnrznp7v.Pva nealce rnnmaalvilcly if1er mcoapi bnco ail thework dmac uadn,Ihn, cnnnacl. NO PV N'MII N t SIIAI 4 nI NIAI)P. 12OM Ott 1'AINI l) I tINI).S umtll r ..ipl of as edeas. �unlua"naes Submlithe Fano Phase uhmuthe cumnlaaM anon Inv aoneu l In all 11". h&, . Contau'l blame: Fanail Addrest;, flup'YbeC N)Orka SO4kIPnILaiaat & Y}daas2Y'geS 06160) rN 5650 a nt...I n I YM C@d., wa.®em f®651545.&153. nMi m Ym CG ITlR61ea5esifflLNl*A.GOV R1:V 319020e(I 012M 5) 1315-038-000l0-2014 I"ilte: Phone Number: 46 tttlYt a P1,on I�a'PwNEy o nerhmsna R'l.sali ,Inawiry, St.M.M. & Cbmreinanoo Uait o6c) 902 rtso 2019 Water Main Improvements Page 16 PW # 2021-01 Addendum A: Please List all Subcontractors and Sub -tiers Below This addendum can be submitted in other formats. Provide known affidavits a1 this lime. S. I.&I release trill be trunted until all affida ifs are listed. Subcontractor's Name: UBINumber: (Required) Affidavit ID* For tax assistance or to request this document in an alternate format, please call 1-800-647-7706_ "teletype (F"PY) users may use the Washington Relay Service by calling 71 I. REV 31 0020eAddendum(1028r15) F215-038-00010-2014 2019 Water Main Improvements Page 17 PW # 2021-01 PROJECT TITLE EXHIBIT B CITY OF YELM CONTRACT CHANGE ORDER AGREEMENT CHANGE ORDER NUMBER SUMMARY OF PROPOSED CHANGES: EFFECTIVE DATE CONTRACTOR The time provided for completion in the Contract is ❑ Unchanged ❑ Increased ❑ Decreased by Calendar Days. This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? ❑ Yes ❑ No If "Yes" Will the Policies Be Extended? ❑ Yes ❑ No PRICE CHANGE LUMP SUM: INCREASE $ UNIT PRICE: DECREASE$ THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE ITEM NO. ITEM TOTAL NET CONTRACT: QUANTITY UNIT PRICE ADD OR DELETE INCREASE$ DECREASE$ STATEMENT: Payment for the above work will be in accordance with applicable portions of the standard specifications, and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types of construction. CONTRACTOR'S SIGNATURE DEPT. DIRECTOR/MANAGER SIGNATURE DATE 2019 Water Main Improvements Page 18 PW # 2021-01 DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT PREVIOUS CHANGE ORDERS THIS CHANGE ORDER *ADJUSTMENTS NEW CONTRACT AMOUNT ADJUSTMENTS CHANGE ORDER ESTIMATE IS HEREBY PAY THIS ADJUSTED AMOUNT *Adjustments: LL INCREASED $ Li DECREASED $ DEPARTMENT DIRECTOR'S SIGNATURE 2019 Water Main Improvements Page 19 PW # 2021-01 EXHIBIT C CONTRACTOR'S RETAINAGE AGREEMENT City of Yelm Bid/Contract Number 106 Second St SE, Yelm WA 98597 7- 360.458.8499 IDENTIFICATION AND DESCRIPTION Project Title Contractor Representative Bid No. Date Administering Department City Representative Funding Source Project Authority RETAINAGE FORMULA In accordance with applicable State Statutes, the following provisions will be made for the disposition of the retainage held for investment: 1. All investments selected below are subject to City approval. 2. Retainage under this agreement will be held in escrow by the (referred to herein as the Bank), the terms of which are specified by separate escrow agreement. The cost of the investment program and the risk thereof is to be borne entirely by the contractor. 3. The final disposition of the contract retainage will be made in accordance with applicable statutes. CONTRACTOR'S INSTRUCTIONS Pursuant to RCW 60.28.010 I hereby notify the City of Yelm of my instructions a to invest a not to invest the retainage withheld under the terms of this contract. If the investment option is selected, please provide the following information: Name of Bank, Mutual Fund, or Savings & Loan Association: Address: Account #: Contractor: By: Address: Contact Person: Date: Title: 7MOM Fed ID #: Est. Completion Date: CITY APPROVAL Approval of Investment Program and Retainage Agreement Finance Director CERTIFICATION FOR RELEASE OF CONTRACT RETAINAGE Contract No. Project Title: Date I hereby certify, as Contract Administrator for this Contract representing the City of Yelm, that all work required by the above cited contract was completed on and final acceptance by the City was granted on I also certify that no liens have been received within 30 days from the above date from any person, persons, mechanics, subcontractors or materialman who has performed any work or provided any material of subject contract. Contract Administrator Director of Administering Department 2019 Water Main Improvements Page 20 PW # 2021-01 Also, please find attached certifications by the applicable state agencies of the receipt of: 1) Washington State Business Taxes (Washington State Dept. of Revenue); 2) Industrial Insurance Premiums (State Dept. of Labor & Industries); and 3) Employment Security, Unemployment Insurance Premiums (State of Washington Employment Security Dept.) 2019 Water Main Improvements Page 21 PW # 2021-01 EXHIBIT D RETAINAGE BOND TO CITY OF YELM 2019 WATER MAIN IMPROVEMENTS KNOW ALL PERSONS BY THESE PRESENTS that we, the undersigned, as principal ("Principal"), and a Corporation organized and existing under the laws of the State of as a surety Corporation, and qualified under the laws of the State of Washington to become surety upon bonds of Contractors with Municipal Corporations, as surety ("Surety"), are jointly and severally held and firmly bonded to the City of Yelm ('City") in the penal sum of: ($ ) for the payment of which sum we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. A. This obligation is entered into in pursuant to the statutes of the State of Washington and the ordinances, regulations, standards and policies of the City, as now existing or hereafter amended or adopted. B. Pursuant to proper authorization, the Mayor is authorized to enter into a certain contract with the Principal, providing for the Project, which contract is incorporated herein by this reference ("Contract"), and C. Pursuant to State law, Chapter 60.28 RCW, the City is required to reserve from the monies earned by the Principal pursuant to the contract, a sum not to exceed five percent (5%), said sum to be retained by the City as a trust fund for the protection and payment of any person or persons, mechanic, subcontractor or materialmen who shall perform any labor upon such contract or the doing of such work, and all persons who shall supply such person or persons or subcontractors with provisions and supplies for the carrying on of such work, and the State with the respect to taxes imposed pursuant to Title 82 RCW which may be due from said Principal. Every person performing labor or furnishing supplies towards completion of said improvement or work shall have a lien on said monies so reserved, provided that such notice of the lien of such claimant shall be given in the manner and within the time provided in RCW 39.08.030 as now existing and in accordance with any amendments that may hereafter be provided thereto; and D. State law further provides that with the consent of the City, the Principal may submit a bond for all or any portion of the amount of funds retained by the public body in a form acceptable to the public body conditioned upon such bond any proceeds therefrom being made subject to all claims and liens and in the same manner and priority as set forth retained percentages pursuant to Chapter 60.28 RCW; and E. The Principal has accepted, or is about to accept, the Contract, and undertake to perform the work therein provided for in the manner and within the time set forth, for the amount of $ ; and F. The City is prepared to release any required retainage money previously paid by the Principal prior to acceptance and successful operation and fulfillment of all other terms of said contract upon being indemnified by these presents, NOW, THEREFORE, if the Principal shall perform all the provisions of the Contract in the manner and within the time period prescribed by the City, or within such extensions of time as may be granted under the Contract, and shall pay all laborers, mechanics, subcontractors and material men or women, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work, and if the Principal shall pay to the State all taxes imposed pursuant to Title 82 RCW which may be due from such Principal as a result of this contract then and in the event this obligation shall be void; but otherwise it shall be and remain in full force and effect. And the Surety, for value received, hereby further stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligation on this bond, and it does hereby waive notice of any change, extension of time, alterations or additions to the terms of the Contract or to the Work. The Surety hereby agrees that modifications and changes may be made in the terms and provisions of the Contract without notice to Surety, and any such modifications or changes increasing the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this Retainage Bond in a like amount, such increase, however, not to exceed twenty-five percent (25%) of the original amount of this bond without consent of the Surety. 2019 Water Main Improvements Page 22 PW # 2021-01 Within forty-five (45) days of receiving notice that the Principal has defaulted on all or part of the terms of the Contract, the Surety shall make written commitment to the City that it will either: (a) cure the default itself within a reasonable time period, or (b) tender to the City, the amount necessary for the City to remedy the default, including legal fees incurred by the City, or (c) in the event that Surety's evaluation of the dispute is not complete or in the event the Surety disputes the City's claim of default, the Surety shall notify the City of its finding and its intent, if any, to interplead. The Surety shall then fulfill its obligations under this bond, according to the option it has elected. Should Surety elect option (a) to cure the default, the penal sum of the Bond shall be reduced in an amount equal to the costs actually incurred by the Surety in curing the default. If the Surety elects option (b), then upon completion of the necessary work, the City shall notify the Surety of its actual costs. The City shall return, without interest, any overpayment made by the Surety and the Surety shall pay to the City any actual costs which exceed the City estimate, limited to the bond amount. Should the Surety elect option (c), the Parties shall first complete participation in mediation, described in the below paragraph, prior to any interplead action. In the event a dispute should arise between the Parties to this Bond with respect to the City's declaration of default by the Principal, the Parties agree to participate in at least four hours of mediation in accordance with the mediation procedures of United States Arbitration and Mediation ("USA&M"). The Parties shall proportionately share in the cost of the mediation. The mediation shall be administered by the Seattle USA&M office, 4300 Two Union Square, 601 Union Street, Seattle, Washington 98101-2327. The Surety shall not interplead prior to completion of the mediation. The parties have executed this instrument under their separate seals this day of 20, the name and corporate seal of each corporate party hereto affixed, and these presents duly signed by its undersigned representatives pursuant to authority of its governing body. CORPORATE SEAL: CORPORATE SEAL: PRINCIPAL By: Title: Address: SURETY By: Attorney -in -Fact (Attach Power of Attorney) Title: Address: 2019 Water Main Improvements Page 23 PW # 2021-01 CERTIFICATES AS TO CORPORATE SEAL I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within bond; that , who signed the said bond on behalf of the Principal, was of said Corporation; that I know his or her signature thereto is genuine, and that said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. Secretary of Assistant Secretary I hereby certify that I am the (Assistant) Secretary of the Corporation named as Surety in the within bond; that , who signed the said bond on behalf of the Surety, was of the said Corporation; that I know his or her signature thereto is genuine, and that said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. Secretary of Assistant Secretary APPROVED AS TO FORM: Brent Dille, City Attorney 2019 Water Main Improvements Page 24 PW # 2021-01 TO: AND TO: EXHIBIT E NOTICE TO LABOR UNIONS OR OTHER EMPLOYMENT ORGANIZATIONS NONDISCRIMINATION IN EMPLOYMENT ALL EMPLOYEES (Name of Union or Organization) The undersigned currently holds contract(s) with involving funds or credit of the City of Yelm, Washington, or (a) subcontract(s) with a prime contractor holding such contract(s). You are advised that, under the provisions of the above contract(s) or subcontract(s) and in accordance with Section 202 of Executive Order 11246 dated September 24, 1965, the undersigned is obliged not to discriminate against any employee or applicant of employment because of race, color, creed or national origin. This obligation not to discriminate in employment includes, but is not limited to, the following: EMPLOYMENT, UPGRADING, TRANSFER OR DEMOTION RECRUITMENT AND ADVERTISING RATES OF PAY OR OTHER FORMS OF COMPENSATION SELECTION FOR TRAINING INCLUDING APPRENTICESHIP, LAYOFF OR TERMINATION This notice is furnished to you pursuant to the provisions of the above contract(s) or subcontractor(s) and Executive Order 11246. Copies of this Notice will be posted by the undersigned in conspicuous places available to employees or applicants for employment. Complaints may be submitted to: City of Yelm, 106 Second St SE, Yelm WA 98597 (Contractor or subcontractor) Date 2019 Water Main Improvements Page 25 PW # 2021-01 EXHIBIT F CERTIFICATE OF INSURANCE 2019 Water Main Improvements Page 26 PW # 2021-01 EXHIBIT G CITY OF YELM PERFORMANCE/ PAYMENT BOND KNOW ALL PEOPLE BY THESE PRESENTS: We, the undersigned , ("Principal") and 'the undersigned corporation organized and existing under the laws of the State of and legally doing business in the State of Washington as a surety ("Surety"), are held and firmly bonded unto the City of Yelm, a Washington municipal corporation ("City") in the penal sum of _ Dollars and no/100 ($ ) for the payment of which we firmly bind ourselves and our legal representatives, heirs, successors and assigns, jointly and severally. This obligation is entered into an Agreement with the City dated 20_ for NOW, THEREFORE, if the Principal shall perform all the provisions of the Agreement in the manner and within the time period prescribed by the City, or within such extensions of time as may be granted under the Agreement, and shall pay all laborers, mechanics, subcontractors and material men or women, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold the City, their officials, agents, employees and volunteers harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of the Principal, or any subcontractor in the performance of said work, and shall indemnify and hold the City harmless from any damage or expense by reason of failure of performance as specified in the Agreement within a period of one (1) year after its final acceptance thereof by the City, then and in the event this obligation shall be void; but otherwise, it shall be and remain in full force and effect. And the Surety, for value received, hereby further stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligation on this bond, and it does hereby waive notice of any change, extension of time, alterations or additions to the terms of the Agreement or to the Work. The Surety hereby agrees that modifications and changes may be made in terms and provisions of the Agreement without notice to Surety, and any such modifications or changes increasing the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this Performance Bond in a like amount, such increase, however, not to exceed twenty-five percent (25%) of the original amount of this bond without the consent of the Surety. Within forty-five (45) days of receiving notice that the Principal has defaulted on all or part of the terms of the Agreement, the Surety shall make a written commitment to the City that it will either: (a) cure the default itself within a reasonable time period, or (b) tender to the city, the amount necessary for the City to remedy the default, including legal fees incurred by the City, or (c) in the event that Surety's evaluation of the dispute is not complete or in the event the Surety disputes the City's claim of default, the Surety shall notify the City of its finding and its intent, if any, to interplead. The Surety shall then fulfill its obligations under this bond, according to the option it has elected. Should Surety elect option (a) to cure the default, the penal sum of the Bond shall be reduced in an amount equal to the costs actually incurred by the Surety in curing the default. If the Surety elects option (b), then upon completion of the necessary work, the City shall notify the Surety of its actual costs. The City shall return, without interest, any overpayment made by the Surety and the Surety shall pay to the City any actual costs which exceed the City estimate, limited to the bond amount. Should the Surety elect option (c), the Parties shall first complete participation in mediation, described in the below paragraph, prior to any interplead action. 2019 Water Main Improvements Page 27 PW # 2021-01 In the event a dispute should arise between the Parties to this Bond with respect to the City's declaration of default by the Principal, the Parties agree to participate in at least four hours of mediation in accordance with the mediation procedures of United States Arbitration and Mediation ("USA&M"). The Parties shall proportionately share in the cost of the mediation. The mediation shall be administered Washington Arbitration & Mediation Service (WAMS) — 3600 Port of Tacoma Road, Suite 304 Tacoma, WA 98424 The Surety shall not interplead prior to completion of the mediation. DATED this _ day of . 20. CORPORATE SEAL OF PRINCIPAL: PRINCIPAL 32 (Name of Person Executing Bond) Its: (Title) (Address) (Phone) 2019 Water Main Improvements Page 28 PW # 2021-01 CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within bond; that 'who signed the said bond on behalf of the Principal, was of the said Corporation; that I know his or her signature thereto is genuine, and that said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. Secretary of Assistant Secretary [Ki]N0]NUN 111101711111113i]9Y91Na\F SURETY By: Attorney -in -Fact (Attach Power of Attorney) (Name of Person Executing Bond) (Address) (Phone) APPROVED AS TO FORM: <on file> Brent Dille, City Attorney 2019 Water Main Improvements Page 29 PW # 2021-01 j f YI -. »rr M EL 1924 WASH I N (3i TON "Proudly Serving Cour Community" BID AND CON TRA CTDOCUMENTS AND SPECIFICA TIONS FOR 2019 WATER MAIN IMPROVEMENTS RFB # 2020-006 City of Yelm Public Works Department 901 Rhoton Road SE, Yelm WA 98597 Ph 360.458.8499 Mailing Address: City of Yelm City Ha# 106 Second St SE Yelm WA 98597 BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS FOR 2019 WATER MAIN IMPROVEMENTS RFB # 2020-006 Bids Accepted Until 10:00 a.m., December 11th, 2020 AT: City of Yelm City Hall Purchasing Office or by U.S. Mail 106 Second St SE, Yelm, WA 98597 All bids will be tabulated and bid results will be emailed to every bidder and posted on Builder's Exchange for this RFB. Due to COVID-19 restrictions, bids will not be read publicly. Prepared By: WAsz. 48258 �/' 11./1.0/2020 John Lewis Wright III, PB Parametrix, Inc. 1019 39th Avenue SL, Suite 100 Puyallup, WA 98374 Approved By Patrick T. Hughes, PL, Public Works Manager 901 Rhoton Road Yelm, WA 98597 2019 WATER MAIN IMPROVEMENTS PAGE 2 RFB # 2020-005 TABLE OF CONTENTS PUBLIC NOTICE - REQUEST FOR BIDS SECTION 1: INSTRUCTIONS TO BIDDERS SECTION 2: BID DOCUMENTS SECTION 3: AWARD DOCUMENTS SECTION 4: SPECIAL PROVISIONS APPENDIX A: PREVAILING WAGES AND BENEFIT CODE KEY APPENDIX B: GEOTECHNICAL REPORT APPENDIX C: CONSTRUCTION PLANS 2019 WATER MAIN IMPROVEMENTS PAGE 3 RFB # 2020-005 CITY OF YELM REQUEST FOR BIDS 2019 WATER MAIN IMPROVEMENTS RFB # 2020-006 Notice is hereby given that the City of Yelm, Washington, will receive sealed bids through December 11th, 2020, until 10:00 a.m., at the City Hall Purchasing Office or by US Mail at City of Yelm, Purchasing Office, 106 Second St SE, Yelm, WA 98597. Proposals received after 10:00 a.m. on said date will not be considered. All bids will be tabulated and bid results will be E-mailed to every bidder and posted on Builder's Exchange for this RFB. Due to Covid-19 restrictions, Bids will not be read publicly. All bid proposals shall be accompanied by a bid deposit by a cashier's or certified check, or Bid Bond in an amount equal to five percent (5%) of the amount of such bid proposal. Should the successful bidder fail to enter into a contract and furnish satisfactory Performance Bond within the time stated in the specifications, the bid deposit or bond shall be forfeited to the City of Yelm. This Contract provides for water main improvements within the City of Yelm. Work will consist of furnishing and installing approximately 6,400 linear feet of 10 -inch -diameter PVC water main, fire hydrants, valves, appurtenances, replacement and reconnection of 20 water services, connections to the existing water main, and pavement and landscape restoration. The Contractor shall complete all work within 120 working days. The estimated construction cost is $1,600,000 to 1,800,000. All bid proposals shall be in accordance with the Instructions to Bidders and all other contract documents. Any questions concerning the description of the work contained in the contract documents must be directed in written form only to Jack Wright, P.E., by email at iwright@parametrix.com prior to bid opening date. Contract Documents for bidding including Project Presentation, Project Manual, and Addendums may be viewed free of charge, through the Builders Exchange of Washington, www.bxwa.com/ and clicking posted projects, public works, and city of Yelm. The City, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49 C.F.R., Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally -assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises as defined at 49 CFR Part 23 will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, or sex in consideration for an award. The City encourages minority and women -owned firms to submit bids consistent with the City's policy to ensure that such firms are afforded the maximum practicable opportunity to compete for and obtain public contracts. 2019 WATER MAIN IMPROVEMENTS PAGE 4 RFB # 2020-005 The Contractor will be required to comply with all local, State, and Federal laws and regulations pertaining to equal employment opportunities. The City of Yelm reserves the right to reject any and all bids, waive any informalities or minor irregularities in the bidding, and determine which bid or bidder meets the criteria set forth in the bid documents. No bidder may withdraw his bid after the hour set for the opening thereof unless the award is delayed for a period exceeding thirty (30) days. Dated the 12th day of November, 2020. Dates of Publication: Nisqually Valley News: November 12th, 2020 November 19th, 2020 Daily Journal of Commerce: November 12th, 2020 November 19th, 2020 2019 WATER MAIN IMPROVEMENTS PAGE 5 RFB # 2020-005 SECTION 1 INSTRUCTIONS TO BIDDERS 2019 WATER MAIN IMPROVEMENTS PAGE 6 RFB # 2020-005 SECTION 1: INSTRUCTIONS TO BIDDERS 1-1 Time and Place for Submission and Opening of Bids Sealed bids must be submitted by 10:00 a.m. local time on December 11th, 2020, to the Purchasing Office of the City of Yelm (the "City', located at City Hall, or received by US Mail at City of Yelm, 106 Second St SE, Yelm, WA 98597. The City's Purchasing Coordinator must receive the sealed bid before the time and date specified in order to be considered. Telex or facsimile bids will not be accepted. The bidder accepts all risks of late delivery of mailed bids or of mis-delivery regardless of fault. Late bids will be returned unopened. 1-2 Bid Form Bids shall be made on the "Bid Form" issued by the City as part of these contract documents, without reservation or amendment. Bids must be typewritten or printed in ink. Upon completion, the Bid Form and the bid bond or certified check and any requested information shall be placed in a sealed envelope. On the outside of the envelope, place the bid name, bid number and the time bids are due. 1-3 Bid Signature All bids shall give the total bid price and shall be signed in ink by the bidder or their authorized representative, with the address. If the bid is made by an individual, the name, signature, and address must be shown. If the bid is made by a firm or partnership, the name and address of the firm or partnership and the signature of at least one of the general partners must be shown. If the bid is made by a corporation, the bid shall show the title of the person authorized to sign on behalf of the corporation, his or her title and the address. The City reserves the right to request documentation showing the authority of the individual signing the bid to execute contracts on behalf of anyone, or any entity, other than himself/herself. Refusal to provide such information upon request may cause the bid to be rejected as nonresponsive. 1-4 Bid Withdrawal Due to Error Bids may not be withdrawn due to a claim of error in a bid unless written notice of such claim and supporting evidence for such claim including cost breakdown sheets are delivered to the City within forty-eight (48) hours prior to the opening of bids. 1-5 Modification of Bid A modification of a bid already received will be considered only if the modification is received prior to the time announced for bid opening. All modifications shall be made in writing, executed and submitted in the same form and manner as the original bid. 2019 WATER MAIN IMPROVEMENTS PAGE 7 RFB # 2020-005 1-6 Examination of Bid and Contract Documents — Bidder Responsibilities The submission of a bid shall constitute an acknowledgment upon which the City may rely that the bidder has thoroughly examined and is familiar with the bid and contract documents and has reviewed and inspected all applicable federal, state and local statutes, regulations, ordinances and resolutions dealing with or related to the equipment and/or services to be provided herein. The failure or neglect of a bidder to examine such documents, statutes, regulations, ordinances or resolutions shall in no way relieve the bidder from any obligations with respect to the bidder's bid or the contract documents. No claim for additional compensation will be allowed which is based upon a lack of knowledge of any contract documents, statutes, regulations, ordinances or resolutions. Bidders shall visit delivery and service locations(s) as required. Bidders shall become familiar with and verify any environmental factors, which may impact current or future prices for this requirement. 1-7 Interpretation of Bid and Contract Documents No oral interpretations will be made to any bidder as to the meaning of the bid or contract documents and no oral communications will be binding upon the City. Requests for an interpretation shall be made by facsimile, or by mail and delivered to the Purchasing Coordinator of the City at the address indicated in Section 1-1, at least ten (10) days before the date announced for opening the bids. Any interpretation deemed necessary by the City will be in the form of an addendum to the bid documents and when issued will be sent as promptly as is practical to all parties to whom the bid documents have been issued. All such addenda shall become part of the bid. 1-8 Addenda Each bid shall include acknowledgment of receipt and review of all addenda issued during the bidding period on the Bid Form. 1-9 Bid Price The bid price shall include everything necessary for the completion of the contract including, but not limited to, furnishing all materials, equipment, tools, freight charges, facilities and all management, superintendence, labor and service, except as may be provided otherwise in the contract documents. All Washington State sales tax and all other government taxes, assessments and charges shall be included in the various Bid item prices as required by law. The offer shall remain in effect ninety (90) days after the bid opening. In the event of a discrepancy between a unit price and an extended amount and/or the total price, the unit price will govern and the extended amount and/or total price will be corrected accordingly. However, downward correction of a bid, which would displace the apparent low bidder, will only be permitted if the error made and the intended bid price can be determined solely from the bid documents. 1-10 Postponement of Bid Opening The City reserves the right to postpone the date and time for the opening of bids by announcing such postponement at any time prior to the date and time announced in these documents. 2019 WATER MAIN IMPROVEMENTS PAGE 8 RFB # 2020-005 1-11 Rejection of Bids A. The City reserves the right to reject any bid for any reason including, but not limited to, the following: any bid which is incomplete, obscure, irregular or lacking necessary detail and specificity; any bid which omits a price on any one or more items on the Bid Form and Bid Schedule; any bid in which prices are unbalanced in the opinion of the City; any bid accompanied by insufficient or irregular bid bond; any bid from bidders who (in the sole judgment of the City) lack the qualifications and/or responsibility necessary to perform the work after considering the elements in Section 1-14.B; any bid for which a bidder fails or neglects to complete and submit any qualifications information within the time specified by the City and as may be otherwise required herein; and, any bid submitted by a bidder who is not registered or licensed as may be required by the laws of the State of Washington. B. The City further reserves the right to reject any portion of any bid and/or to reject all bids. In consideration for the City's review and evaluation of its bid, the bidder waives and releases any claims against the City arising from any rejection of any or all bids. 1-12 Alterations to Documents Prohibited Any addition, limitation or provision attached to the bid may render it informal or nonresponsive and cause its rejection. Alteration by erasure or interlineations must be explained or noted in the bid form over the signature of the bidder. No oral, telegraphic or telephonic bids or modifications will be considered. 1-13 Disqualification of Bidder If, in the opinion of the City, there is reason to believe that collusion exists among bidders, none of the bids of the participants in such collusion will be considered. All bidders are required to submit the Affidavit of Non -Collusion with their bids. 1-14 Evaluation of Bids It is the intent of City to award a contract to the lowest responsive bid by a responsible bidder as evaluated by the City. The bidder may be required by the City to submit documentation demonstrating compliance with the criteria. A. Responsiveness — The bidder must complete all required forms and bid documents and provide all required and requested information. Refusal to provide such information may cause the bid to be rejected. The City will consider all the material submitted by the bidder to determine whether the bid is in compliance with the bid terms and documents and responsive to the requested work. B. Responsibility — The City will consider all the material submitted by the bidder, and other evidence it may obtain including information from previous project owners, to determine whether the bidder is responsible. The bidder must meet the following bidder responsibility criteria and supplemental bidder responsibility criteria to be considered a responsible bidder: 2019 WATER MAIN IMPROVEMENTS PAGE 9 RFB # 2020-005 Mandatory Bidder Responsibility Criteria a. Have a current certificate of registration as a contractor in compliance with chapter 18.27 RCW, which must have been in effect at the time of bid submittal; b. Have a current Washington Unified Business Identifier (UBI) number; C. If applicable: i. Have Industrial Insurance (workers' compensation) coverage for the bidder's employees working in Washington, as required in Title 51 RCW; ii. Have a Washington Employment Security Department number, as required in Title 50 RCW; iii. Have a Washington Department of Revenue state excise tax registration number, as required in Title 82 RCW; d. Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). Supplemental Bidder Responsibility Criteria a. The bidder shall not have a record of excessive claims filed against the retainage, payment, or performance bonds for public works projects during the previous three years, that demonstrate a lack of effective management by the bidder of making timely and appropriate payments to its subcontractors, suppliers, and workers, unless there are extenuating circumstances acceptable to the City. b. The bidder shall have a reasonable history of successfully completed projects of a similar size and scope as required by the contract documents for this project. The City will evaluate whether the projects were "successfully completed" and of a "similar size and scope." C. The bidder shall have evidence that it is able to begin and complete the work, and complete it in a timely fashion. 2. As evidence that the bidder meets the supplemental bidder responsibility criteria in paragraph (B)(2) above, the apparent low bidder must submit the following documentation to the City within 48 hours of the bid opening. The City reserves the right to request such documentation from other bidders also. Refusal to provide such information upon request may cause the bid to be rejected. a. The bidder shall submit a list of the public works projects completed within the previous three years and include for each project the following information; the owner and contact information for the owner; a list of claims filed against the retainage, payment, or performance bond for any of the projects listed; a written explanation of the circumstances surrounding each claim and the ultimate resolution of the claim. b. The bidder shall submit a list of projects of similar size and scope to this project and include information about each project, including the following: the owner and contact information for the owner; the awarded contract amount; the final contract amount; a description of the scope of the project and how the project is similar to this project; the bidder's assessment of its performance of each project. The information should include any information regarding performance in the following areas; quality control; safety record; timeliness of performance; use of skilled personnel; management of subcontractors; availability of and use 2019 WATER MAIN IMPROVEMENTS PAGE 10 RFB # 2020-005 of appropriate equipment; compliance with contract documents; management of submittals process, change orders, and close-out. C. The bidder shall furnish acceptable evidence of the bidder's current ability to perform, such as firm commitments by subcontractors, equipment, supplies and facilities, and the bidder's ability to obtain the necessary personnel. d. The bidder shall obtain a City of Yelm Business Registration. The registration may be obtained at: http://dor.wa.gov. If the City determines the bidder does not meet the bidder responsibility criteria in paragraph (B)(2) above and is therefore not a responsible bidder, the City shall notify the bidder in writing with the reasons for its determination. If the bidder disagrees with this determination, it may appeal the determination within 24 hours of receipt of the City's determination by presenting additional information to the City and meeting the requirements of section 1-20(B). The City will consider the additional information before issuing its final determination. If the final determination affirms that the bidder is not responsible, the City will not execute a contract with any other bidder until two business days after the bidder determined to be not responsible has received the final determination. C. Lowest Bid — The lowest bid shall be determined as set forth on the Bid Form. The acceptance of a bid will be evidenced by a Notice of Award. No other act of the City shall constitute acceptance of a bid. Within ten (10) days after receipt of Notice of Award, the bidder whose bid is accepted, shall furnish the required performance bond, certificate of insurance, execute the contract and perform all other acts required by the bid and contract documents as conditions precedent to formation of the contract. 1-15 Procedures When Only One Bid is Received In the event only a single responsive bid is received, the City reserves the right to conduct a price and/or cost analysis of such bid. The sole bidder shall provide such information, data and other documentation as deemed necessary by the City for such analysis. The City reserves the right to reject such bid. 1-16 Bid Documents Bidders are required to submit with the bid package the following: F-11MeFre T,i B. Bid Proposal Sheet C. Bid Signature Page E. Subcontractor List 2019 WATER MAIN IMPROVEMENTS PAGE 11 RFB # 2020-005 F. Contractor Certification of Wage Law Compliance G. Non—Collusion Declaration 1-17 Conflicts of Interest and Noncompetitive Practices By submitting a bid, the Contractor agrees as follows: A. Conflict of Interest — That it has no direct or indirect pecuniary or proprietary interest, that it shall not acquire any interest which conflicts in any manner or degree with the work, services, equipment or materials required to be performed and/or provided under this contract and that it shall not employ any person or agent having any such interests. In the event that the Contractor or its agents, employees or representatives hereafter acquires such a conflict of interest, it shall immediately disclose such interest to the City and take action immediately to eliminate the conflict or to withdraw from this contract, as the City may require. B. Continoent Fees and Gratuities 1. That no person or selling agency except bona fide employees or designated agents or representatives of the Contractor have been employed or retained to solicit or secure this contract with an agreement or understanding that a commission, percentage, brokerage, or contingent fee would be paid; and 2. That no gratuities in the form of entertainment, gifts or otherwise, were offered or given by the Contractor or any of its agents, employees or representatives, to any official, member or employee of the City or other governmental agency with a view toward securing this contract or securing favorable treatment with respect to the awarding or amending, or the making of any determination with respect to the performance of this contract. 1-18 Bid Security No bid will be considered unless accompanied by either a cashier's or certified check in an amount equal to five percent (5%) of the Total Bid Price as indicated on "Bid Form", or a letter of credit for a like amount. The check or bond shall be payable to the City; it shall be forfeited as fixed and liquidated damages in case the bidder fails, neglects or refuses to enter into a contract for the faithful performance of said work (including the providing of any evidence of insurance and/or performance bond required herein), in the event the contract is awarded to them, within ten (10) days after the award is made. If a bid bond is submitted in lieu of a check, it shall be executed by a corporate surety authorized to transact business in the State of Washington and "Bid Bond". If a letter of credit is offered in lieu of a check or bidder's bond, it shall be issued as an irrevocable documentary letter of credit drawn on a banking institution licensed to do business in the State of Washington. The letter of credit shall include instruction and provisions prescribed in "Bid Bond". Any questions as to the qualification of the banking institution or instruction shall be submitted to the City at least ten (10) days prior to the bid submittal date. The check, bidder's bond or letter of credit shall be attached to the bid form. 2019 WATER MAIN IMPROVEMENTS PAGE 12 RFB # 2020-005 The City further reserves the right to hold all bids (and the accompanying bid security) from the date of the bid opening until the contract and any performance/payment bond are executed, provided that such period does not exceed ninety (90) days, and each bid shall remain effective during that period. 1-19 Performance/ Payment Bond The bidder to whom the City has awarded this Contract will remove the Performance/Payment Bond attached to the Public Works Contract and deliver it to the City fully executed by the bidder and a surety company in the amount of one hundred percent (100%) of the contract price as security for the faithful performance of the work including the payment of all persons furnishing materials and performing labor on the work and all payments arising from the performance of the work due the State of Washington pursuant to Titles 50 and 51 RCW. Such bond must be executed by a duly licensed surety company, which is registered with the Washington State Insurance Commissioner, and the surety's name shall appear in the current Authorized Insurance Company List in the State of Washington, published by the Office of the Insurance Commissioner. The scope of the Performance/Payment Bond shall in no way affect or alter the liabilities of the Contractor to the City under Section 8 "Indemnification" of the Public Works Contract. The City may require the surety company to appear and qualify itself upon the bond. If, at any time, the City determines in its sole judgment that the surety company is insufficient, the City may require the Contractor to furnish additional surety in form and arrangement satisfactory to the City and in an amount not exceeding that originally required. The Contractor shall submit a performance bond complying with the requirements of this paragraph within ten (10) days after the award is made. Payments will not be made on the Contract until sufficient surety as required is furnished. 1-20 Bid Dispute A. Any actual or prospective bidder, including sub -contractors and suppliers showing a substantial economic interest in this contract who is aggrieved in connection with the solicitation or award of this contract, may protest to the City in accordance with the procedures set forth herein. Protests based on the specifications or other terms in the contract documents, which are apparent prior to the date established for submittal of bids, shall be submitted not later than ten (10) calendar days prior to said date, or shall be deemed waived. All other protests shall be accepted only from actual bidders and shall be submitted within five (5) calendar days after the aggrieved person knows or should have known of the facts and circumstances upon which the protest is based; provided, however, that in no event shall a protest be considered if all bids are rejected or after the award of this contract. B. In order to be considered, a protest shall be in writing and shall include: (1) the name and address of the aggrieved person; (2) the RFB number and contract title under which the protest is submitted; (3) a detailed description of the specific grounds for protest and any supporting documentation; and (4) the specific ruling or relief requested. The written protest shall be addressed to: City of Yelm, 106 Second St SE, Yelm WA 98597 2019 WATER MAIN IMPROVEMENTS PAGE 13 RFB # 2020-005 Attention: Bid Protest — 2019 Water Main Improvements RFB # 2020 -006 C. Upon receipt of a written protest, the City will promptly consider the protest. The City may give notice of the protest and its basis to other persons, including bidders involved in or affected by the protest; such other persons may be given an opportunity to submit their views and relevant information. If the protest is not resolved by mutual agreement of the aggrieved person and the City, the City will promptly issue a decision in writing stating the reasons for the action taken and informing the aggrieved person of his or her right to appeal the decision to the Mayor or his or her designee. A copy of the decision shall be mailed (by certified mail, return receipt requested) or otherwise promptly furnished to the aggrieved person and any other interested parties who requested a copy of the decision. The decision will be considered final and conclusive unless appealed within five (5) calendar days after receipt of the decision to the Mayor or his or her designee. If the decision is appealed, then the subsequent determination of the Mayor or his or her designee shall issue within five (5) days of the Mayor's receipt of the appeal and shall be final and conclusive. D. Failure to comply with these protest procedures will render a protest untimely or inadequate and shall result in rejection thereof by the City. 2019 WATER MAIN IMPROVEMENTS PAGE 14 RFB # 2020-005 SECTION 2 BID DOCUMENTS 2019 WATER MAIN IMPROVEMENTS PAGE 15 RFB # 2020-005 BIDDER'S CHECKLIST The bidder's attention is especially called to the following forms, which must be executed in full as required and submitted as part of the bid. Failure to comply shall result in rejection of any bid not so complying. ❑ BID FORM The Bid Form shall be completed and fully executed, including filling in the total bid amount. ❑ BID PROPOSAL SHEET The unit prices shall be set forth in the space provided. ❑ BID SIGNATURE PAGE The Bid Signature Page shall be filled in and fully executed by the bidder. ❑ BID BOND FORM This form is to be executed by the bidder and the surety company unless a certified check is submitted with the bid. The amount of this bond or certified check shall not be less than five percent (5%) of the total bid amount and shall be shown in both words and figures. ❑ SUBCONTRACTOR LIST The Subcontractor List shall be filled in by the bidder. ❑ CONTRACTOR CERTIFICATION WAGE LAW COMPLIANCE ❑ AFFIDAVIT OF NON -COLLUSION 2019 WATER MAIN IMPROVEMENTS PAGE 16 RFB # 2020-005 R1I07701d51 CITY OF YELM 2019 WATER MAIN IMPROVEMENTS RFH # 2020-006 BID FORM Bidder: Date: ITEM BID AMOUNT TOTAL BID AMOUNT $ (including Washington State sales tax, all other government taxes assessments and charges) To City Council Members City of Yelm, 106 Second St SE, Yelm WA 98597 Pursuant to and in compliance with your advertisement for bids for construction of 2019 WATER MAIN IMPROVEMENTS and other documents relating thereto, the undersigned has carefully examined all of the bid and contract documents as the premises and conditions affecting the delivery, supply and maintenance of 2019 WATER MAIN IMPROVEMENTS, and hereby proposes to furnish all labor, materials and perform all work as required in strict accordance with the contract documents, for the above -referenced amount, inclusive of Washington State sales tax and all other government taxes, assessments and charges as required by law. The required bid security consisting of a certified check, bid bond, or cashier's check in an amount of not less than five percent (5%) of the total amount bid is attached hereto, which it is agreed shall be collected and retained by the City as liquidated damages in the event this bid is accepted by the City within forty- five (45) calendar days after the day of the bid opening and the undersigned fails to execute the 2019 WATER MAIN IMPROVEMENTS Public Works Contract and to provide the required certificate of insurance to the City, under the conditions thereof, within ten (10) calendar days after the Notice of Award; otherwise said Bid Security will be returned to the undersigned. Bond or Certified Check The Bidder shall complete this entire Bid may correct obvious mathematical errors. Dollars ($ ) Form or this bid may be considered non-responsive. The City The City of Yelm reserves the right to reject any and all bids, waive any informalities or minor irregularities in the bidding, and determine which bid or bidder meets the criteria set forth in the bid documents. Receipt of the following Addendums is hereby acknowledged: Addendum No. Date Issued: 2019 WATER MAIN IMPROVEMENTS PAGE 17 RFB # 2020-005 Addendum No. Addendum No. Date Issued: Date Issued: Corporation/Partnership/Individual (Delete Two) Bidder's State License No. Bidder's State Tax No. Firm Name Signature Title 2019 WATER MAIN IMPROVEMENTS PAGE IS RFB # 2020-005 UNIT PRICE PROPOSAL SHEET CITY OF YELM 2019 WATER MAIN IMPROVEMENTS RF3 # 2020-006 Bidder: Date: Item Description Unit Quantity* Unit Price Total 1 Minor Change (1-04) FA 1 $ 25,000 $ 25,000 2 Project Surveying (1-05) LS 1 $ $ 3 Record Drawings (1-05) (Minimum Bid $1,000) LS 1 $ $ 4 Mobilization (1-09) LS 1 Is $ 5 Project Temporary Traffic Control (1-10) LS 1 $ $ 6 Removal of Structures and Obstructions (2-02) LS 1 $ $ 7 Potholing (2-02) EA 35 $ $ 8 Remove Existing Water Meter (2-02) EA 24 $ $ 9 Flexible Pavement Removal (2-02) SY 1,600 $ $ 10 Remove/Abandon Water System (2-02) LS 1 $ $ 11 Shoring or Extra Excavation Class B (2-09) LS 1 $ $ 12 Crushed Surfacing Top Course (4-04) TN 500 $ $ 13 Planing Bituminous Pavement (5-04) SY 2,900 $ $ 14 HMA Cl 1/2 In. PG 58H-22 (5-04) TN 700 $ $ 15 Cold Mix (5-04) TN 350 $ $ 16 Removal and Replacement of Unsuitable Material (7-09) CY 50 $ $ 17 PVC Pipe for Water Main 6 In. Diam. (7-09) LF 110 $ $ 18 PVC Pipe for Water Main 8 In. Diam. (7-09) LF 190 $ $ 19 PVC Pipe for Water Main 10 In. Diam. (7-09) LF 6,410 $ $ 20 PVC Pipe for Water Main 12 In. Diam. (7-09) LF 290 $ $ 21 Gate Valve 6 In. (7-12) EA 10 $ $ 22 Gate Valve 8 In. (7-12) EA 4 $ $ 2019 WATER MAIN IMPROVEMENTS PAGE 19 RFB # 2020-005 Item Description Unit Quantity* Unit Price Total 23 Gate Valve 10 In. (7-12) EA 12 $ $ 24 Gate Valve 12 In. (7-12) EA 1 $ $ 25 Hydrant Assembly (7-14) EA 10 $ $ 26 Remove/Salvage Hydrant Assembly (7-14) EA 1 $ $ 27 Single Service Connection 1 In. Diam. Near Side (7-15) EA 5 $ $ 28 Single Service Connection 1 In. Diam. Far Side (7-15) EA 6 $ $ 29 Dual Service Connection 1 In. Diam. Near Side (7-15) EA 6 $ $ 30 Dual Service Connection 1 In. Diam. Far Side (7-15) EA 3 $ $ 31 Single Service Connection 1-1/2 In. Diam. Far Side (7-15) EA 1 $ $ 32 5/8 In. Diam. Water Service Replacement on Private Property (7-15) LF 180 $ $ 33 Erosion/Water Pollution Control (8-01) LS 1 $ $ 34 Landscape Surface Restoration (8-02) SY 1,200 $ $ 35 Permanent Striping Restoration (8-22) LS 1 $ $ *The estimated quantities set forth on the Unit Price Proposal Sheet are estimates only, being given only as a basis for the comparison of unit price bids. The City does not warrant, expressly or by implication, that the actual amount of work will correspond to the estimated quantities. 2019 WATER MAIN IMPROVEMENTS PAGE 20 RFB # 2020-005 BID SIGNATURE PAGE Date: The undersigned bidder hereby proposes and agrees to deliver the equipment and/or services pursuant to the 2019 WATER MAIN IMPROVEMENTS and comply with all other terms and conditions of the contract and bid documents of RFB 2020-006. No bidder may withdraw his/her bid for a period of ninety (90) days after the day of bid opening. The required bid security consisting of a certified check, bid bond, or cashier's check in an amount of not less than five percent (5%) of the total amount will be delivered to the City. The undersigned individual represents and warrants that he or she is dully authorized to execute the bid and all bid documents on behalf of any partnership, joint venture or corporation. Corporation/Partnership/Individual Company (Delete Two) By: (Signature) (Printed Name) Its: (Title) (Address) (Telephone Number) 2019 WATER MAIN IMPROVEMENTS PAGE 21 RFB # 2020-005 13I0l**]0010171d51 Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in the amount of $ which amount is not less than five percent (5%) of the total bid. 114 of :101001 KNOW ALL PERSONS BY THESE PRESENTS that we, , as Principal, and , as Surety, are held and firmly bound unto the City of Yelm, as Obligee, in the penal sum of and X100 dollars ($ ), for the payment of which the Principal and the Surety bond themselves, their heirs and executors, administrators, successors and assigns, jointly and severally, by these presents. for: The condition of this obligation is such that if the Obligee shall make any award to the Principal 2019 WATER MAIN IMPROVEMENTS According to the terms of the proposal or bid made by the Principal therefore, 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 , 200. Principal Surety Date: , 200. Received return of deposit in the sum of $ 2019 WATER MAIN IMPROVEMENTS PAGE 22 RFB # 2020-005 SUBCONTRACTOR LIST Prepared in Compliance with RCW 39.30.060 2019 WATER MAIN IMPROVEMENTS 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, or identify the bidder for the work will result in your bid being non-responsive and therefore void. Subcontractors that are proposed to perform the plumbing, as described in Chapter 18.106 RCW, and be named below, or name the bidder for the work. work of heating, ventilation and air conditioning, electrical as described in Chapter 19.28 RCW must The bidder verifies that each first tier subcontractor, and every subcontractor of any tier that hires other subcontractors, has a current certificate of registration in compliance with chapter 18.27 RCW; a current Washington Unified Business Identifier (UBI) number; has Industrial Insurance (workers' compensation) coverage for the subcontractor's employees working in Washington, as required in Title 51 RCW, if applicable; has a Washington Employment Security Department number, as required in Title 50 RCW, if applicable; has a Washington Department of Revenue state excise tax registration number, as required in Title 82 RCW, if applicable; has an electrical contractor license, if required by Chapter 19.28 RCW, if applicable; has an elevator contractor license, if required by Chapter 70.87 RCW. The following listed bid items (listed in numerical sequence) for this project have been proposed for subcontracting to subcontractors as indicated. SUBCONTRACTOR I ITEM NUMBERS I ESTIMATED AMOUNT I WMBE QUALIFIED? 2019 WATER MAIN IMPROVEMENTS PAGE 23 RFB # 2020-005 NON -COLLUSION AFFIDAVIT 2019 WATER MAIN IMPROVEMENTS RFB# 2020-006 The undersigned, being first duly sworn on oath, says that the bid herewith submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and further says that the said bidder has not directly or indirectly induced or solicited any bidder on the above work or supplies to put in a sham bid, or any other person or corporation to refrain from bidding, and that said bidder has not in any manner sought by collusion to secure him/herself an advantage over any other bidder or bidders. Contractor/Business Name STATE OF WASHINGTON COUNTY OF Subscribed and sworn to before me this Signature of Bidder/Contractor day of 12020. Notary Public in and for the State of Washington. Residing at My Commission Expires: 2019 WATER MAIN IMPROVEMENTS PAGE 24 RFB # 2020-005 Washington State Dep....... of 11hranspartal Contractor Certification Wage Law Compliance - Responsibility Criteria Washington State Public Works Contracts FAILURE TO RETURN THIS CERTIFICATION AS PART OF THE BID PROPOSAL PACKAGE WILL MAKE THIS BID NONRESPONSIVE AND INELIGIBLE FOR AWARD I hereby certify, under penalty of perjury under the laws of the State of Washington, on behalf of the firm identified below that, to the best of my knowledge and belief, this firm has NOT been pleternimned by a final and binding citation and notice of assessment issued by the Washington State Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction to have willfully violated, as defined in RCW 49.48.082, any provision of RCW chapters 49.46, 49.48, or 49.52 within three (3) years prior to the date of the Call for Bids. Bidder Name: By: Name of Contraclorffidder - Print full legal entity name of Firm Signan-ra Of authorised person Tire of person signing cerfiflimle 67 -IM Print Name of person making certifications for firm Place: Print city and state where signed 2019 WATER MAIN IMPROVEMENTS PAGE 25 REB # 2020-005 SECTION 3 AWARD DOCUMENTS 2019 WATER MAIN IMPROVEMENTS PAGE 26 RFB # 2020-005 PUBLIC WORKS CONTRACT FOR 2019 WATER MAIN IMPROVEMENTS THIS PUBLIC WORKS CONTRACT ("Contract's is dated effective this day of 200_ and is made by and between the City of Yelm, a Washington municipal corporation ("City or Owner'), and , a ("Contractor'. A. The City desires to retain an independent contractor to furnish all labor and materials necessary to perform work necessary to provide for safety improvements throughout the City of Yelm by replacing identified sections of sidewalk that present tripping hazards and or limited protection from adjacent traffic; and B. The Contractor has the requisite skill and experience to perform such work. NOW, THEREFORE, the parties ("Parties' agree to the following terms and conditions: SERVICES BY CONTRACTOR 1.1 Description of Work. Contractor shall perform all work and furnish all tools, materials, supplies, equipment, labor and other items incidental thereto necessary for the construction and completion of the work, more particularly described as the 2019 WATER MAIN IMPROVEMENTS project, including without limitation: furnishing and installing approximately 302 linear feet of 12 -inch -diameter, 6,388 linear feet of 10 -inch - diameter, 141 linear feet of 8 -inch -diameter, and 40 linear feet of 6 -inch -diameter PVC water main, two fire hydrants, valves, appurtenances, replacement and reconnection of 20 water services, connections to the existing water main, and restoration, ("Work', in accordance with and as described in the Contract Documents, which include without limitation, this Contract, Request for Bids, Bidder's Checklist, Instructions to Bidders, General Contractual Terms and Conditions, Bid Form, Bid Signature Page, Bid Bond, Combined Affidavit and Certification Form, Contractor's Compliance Statement, Notice of Completion of Public Works Contract attached as Exhibit A, Contract Change Order Agreement attached as Exhibit B, Contractor's Retainage Agreement attached as Exhibit C, Retainage Bond to City of Yelm Way attached as Exhibit D, Notice to Labor Unions or Other Employment Organizations Nondiscrimination in Employment attached as Exhibit E, Certificate(s) of Insurance Form attached hereto as Exhibit F, Performance / Payment Bond attached hereto as Exhibit G, Title VI Assurances attached hereto as Exhibit H, Construction Plans attached as Appendix A, the Geotechnical Report attached as Appendix B, and current Prevailing Wage Rates attached as Appendix C, and 2021 WSDOT / APWA Standard Specifications for Road, Bridge and Municipal Construction ("Standard Specifications') and all other Appendices attached hereto and incorporated by this reference, (collectively the "Contract Documents', which Work shall be completed to the City's satisfaction, within the time period prescribed by the City and pursuant to the direction of the Mayor or his or her designee. 1.2 Completion Date. The Work shall be commenced within five (5) days of receipt by the Contractor of the City's Notice to Proceed. The Work shall be completed in 120 working days. In the 2019 WATER MAIN IMPROVEMENTS PAGE 27 RFB # 2020-005 event the Work is not substantially completed within the time specified, Contractor agrees to pay to the City liquidated damages in the amount set forth in the formula included in Section 1.3 of this Contract. The Work shall not be deemed completed until the City has accepted the Work and delivered a written Notice of Completion of Public Works Contract in the form attached hereto as Exhibit "A". 1.3 Liguidated Damages. Time is of the essence of the Contract. Delays inconvenience the public and cost taxpayers undue sums of money, adding time needed for administration, inspection, and supervision. It is impractical for the City to calculate the actual cost of delays. Accordingly, the Contractor agrees to pay liquidated damages calculated on the following formula for its failure to complete this Contract on time: (1) To pay (according to the following formula) liquidated damages for each working day beyond the number of working days established for completion, and (2) To authorize the City to deduct these liquidated damages from any money due or coming due to the Contractor. LIQUIDATED DAMAGES FORMULA LD = 0.15C T Where: LD = Liquidated damages per working day (rounded to the nearest dollar). C = Original Contract amount. T = Original time for completion. When the Work is completed to the extent that the City has full and unrestricted use and benefit of the facilities, both from an operational and safety standpoint, the City may determine the Work is complete. Liquidated damages will not be assessed for any days for which an extension of time is granted. No deduction or payment of liquidated damages will, in any degree, release the Contractor from further obligations and liabilities to complete this entire Contract. 1.4 Performance Standard. Contractor shall perform the Work in a manner consistent with accepted practices for other properly licensed contractors. 1.5 Compliance with Laws. Contractor shall perform the Work in accordance with all applicable federal, state and City laws, including but not limited to all City ordinances, resolutions, standards or policies, as now existing or hereafter adopted or amended, and obtain all necessary permits and pay all permit, inspection or other fees, at its sole cost and expense. 1.6 Change Orders. The City may, at any time, without notice to sureties, order changes within the scope of the Work. Contractor agrees to fully perform any such alterations or additions to the Work. All such change orders shall be in the form of the Contract Change Order Agreement attached hereto as Exhibit "B", which shall be signed by both the Contractor and the City, shall specifically state the change of the Work, the completion date for such changed Work, and any increase or decrease in the compensation to be paid to Contractor as a result of such change in the Work. Oral change orders shall not be binding upon the City unless confirmed in writing by the City. If any change hereunder causes an increases or decrease in the Contractor's cost of, or time required for, the performance or any part of 2019 WATER MAIN IMPROVEMENTS PAGE 28 RFB # 2020-005 the Work under this Contract, an equitable adjustment will be made and the Contract modified in writing accordingly. If the Contractor intends to assert a claim for an equitable adjustment hereunder, it shall, within five (5) days after receipt of a written change order from the City or after giving the written notice required above, as the case may be, submit to the City a written statement setting forth the general nature and monetary extent of such claim; provided the City, in its sole discretion, may extend such five (5) day submittal period upon request by the Contractor. The Contractor shall supply such supporting documents and analysis for the claims as the City may require to determine if the claims and costs have merit. No claim will be allowed for any costs incurred more than five (5) days before the Contractor gives written notice as required. No claim by the Contractor for an equitable adjustment hereunder will be allowed if asserted after final payment under this Contract. 1.7 Work and Materials Omitted. The Contractor shall, when directed in writing by the City, omit work, services and materials to be furnished under the Contract and the value of the omitted work and materials will be deducted from the Total Compensation and the delivery schedule will be reviewed if appropriate. The value of the omitted work, services and materials will be a lump sum or unit price, as mutually agreed upon in writing by the Contractor and the City. If the parties cannot agree on an appropriate deduction, the City reserves the right to issue a unilateral change order adjusting the price and the delivery schedule. 1.8 Utility Location. Contractor is responsible for locating any underground utilities affected by the Work and is deemed to be an excavator for purposes of Chapter 19.122 RCW, as amended. Contractor shall be responsible for compliance with Chapter 19.122 RCW, including utilization of the "one call" locator system before commencing any excavation activities. 1.9 Air Environment. Contractor shall fully cover any and all loads of loose construction materials including without limitation, sand, dirt, gravel, asphalt, excavated materials, construction debris, etc., to protect said materials from air exposure and to minimize emission of airborne particles to the ambient air environment within the City of Yelm Way. 2. TERM This Contract shall commence on the effective date of this Contract and continue until the completion of the Work, and the expiration of all warranties contained in the Contract Documents ("Term'. C�W/_1d.7-,l0 WA 3.1 Reouisite Skill. The Contractor warrants that it has the requisite skill to complete the Work, and is appropriately accredited and licensed by all applicable agencies and governmental entities, including but not limited to being registered to do business in the City of Yelm Way by obtaining a City of Yelm Way business registration. Contractor represents that it has visited the site and is familiar with all of the plans and specifications in connection with the completion of the Work. 3.2 Defective Work. The Contractor shall, at its sole cost and expense, correct all Work which the City deems to have defects in workmanship and material discovered within one (1) year after the City's final acceptance of the Work as more fully set forth in the General Conditions of the Contract. This 2019 WATER MAIN IMPROVEMENTS PAGE 29 RFB # 2020-005 warranty shall survive termination of this Contract. Conducting of tests and inspections, review of specifications or plans, payment for goods or services, or acceptance by the City does not constitute waiver, modification or exclusion of any express or implied warranty or any right under this Contract or law. 4. 4.1 Total Compensation. Inconsideration of the Contractor performing the Work, the City agrees to pay the Contractor an amount not to exceed and 00/100 Dollars ($ ), which amount shall constitute full and complete payment by the City ("Total Compensation"). 4.2 Contractor Responsible for Taxes. The Contractor shall be solely responsible for the payment of any taxes imposed by any lawful jurisdiction as a result of the performance and payment of this Contract. 4.3 Nonpayment. The City shall have the right to withhold payment to the Contractor for any of the Work not completed in a satisfactory manner, in the City's sole discretion, which shall be withheld until such time as Contractor modifies or repairs the Work so that the Work is acceptable to the City. 4.4 Method of Payment. The basis of payment will be the actual quantities of work performed according to the contract and as specified for payment. Payments will be made for work and labor performed and materials furnished under the contract according to the price in the proposal unless otherwise provided. Partial payments will be made once each month, based on partial estimates prepared by the Engineer and signed by the Contractor. Failure to perform any obligation under this Contract may be adequate reason for the City to withhold payments until the obligation is performed. Upon completion of all work and after final inspection, the amount due the Contractor under the contract will be paid based upon the final estimate made by the Engineer and signed by the Contractor. Payment to the Contractor for partial estimates, final estimates, and retained percentages shall be subject to controlling laws. 4.5 Retainage. Pursuant to Chapter 60.28 RCW, five percent (5%) of the Total Compensation shall be retained by the City to assure payment of Contractor's state sales tax as well as payment of subcontractors, suppliers and laborers. Upon execution of this Contract, Contractor shall complete, execute and deliver to the City the Contractor Retainage Agreement attached hereto as Exhibit "C" or execute the Retainage Bond attached hereto as Exhibit "D". No payments shall be made by the City from the retained percentage fund ("Fund's nor shall the City release any retained percentage escrow account to any person, until the City has received from the Department of Revenue a certificate that all taxes, increases, and penalties due from the Contractor and all taxes due and to become due with respect to the Contract have been paid in full or that they are, in the Department's opinion, readily collectible without recourse to the State's lien on the retained percentage. Upon non-payment by the general contractor, any supplier or subcontractor may file a lien against the retainage funds, pursuant to Chapter 60.28 RCW. Subcontractors or suppliers are required to give notice of any lien within forty-five (45) days of the completion of the Work and in the manner provided in RCW 39.08.030. Within sixty (60) days after completion of all Work on this Contract, the City shall release and pay in full the money held in the Fund, unless the City becomes aware of outstanding claims made against this Fund. 2019 WATER MAIN IMPROVEMENTS PAGE 30 RFB # 2020-005 5. EQUAL OPPORTUNITY EMPLOYER In all Contractor services, programs or activities, and all Contractor hiring and employment made possible by or resulting from this Contract, there shall be no discrimination by Contractor or by Contractor's employees, agents, subcontractors or representatives against any person because of sex, age (except minimum age and retirement provisions), race, color, creed, national origin, marital status or the presence of any disability, including sensory, mental or physical handicaps, unless based upon a bona fide occupational qualification in relationship to hiring and employment, advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. Contractor comply with and shall not violate any of the terms of Chapter 49.60 RCW, Title VII of the Civil Rights Act of 1964, the Americans With Disabilities Act, Section 504 of the Rehabilitation Act of 1973, 49 CFR Part 26, or any other applicable federal, state, or local law or regulation regarding non-discrimination. Any material violation of this provision shall be grounds for termination of this Contract by the City and, in the case of the Contractor's breach, may result in ineligibility for further City agreements. If this project involves federal funds including USDOT funds administered by WSDOT, the contractor agrees to the clauses contained in Exhibit H. 6. INDEPENDENT CONTRACTOR/CONFLICT OF INTEREST 6.1 It is the intention and understanding of the Parties that the Contractor shall be an independent contractor and that the City shall be neither liable nor obligated to pay Contractor sick leave, vacation pay or any other benefit of employment, nor to pay any social security or other tax which may arise as an incident of employment. The Contractor shall pay all income and other taxes due. Industrial or any other insurance that is purchased for the benefit of the City, regardless of whether such may provide a secondary or incidental benefit to the Contractor, shall not be deemed to convert this Agreement to an employment contract. It is recognized that Contractor may or will be performing professional services during the Term for other parties; provided, however, that such performance of other services shall not conflict with or interfere with Contractor's ability to perform the Services. Contractor agrees to resolve any such conflicts of interest in favor of the City. 6.2 If the Contractor is a sole proprietorship or if this is a contract with an individual, the contractor agrees to notify the City and complete any required form if the Contractor retired under a State of Washington retirement system and agrees to indemnify any losses the City may sustain through the Contractor's failure to do so. 7. CITY'S RIGHT TO TERMINATE CONTRACT 7.1 Termination Without Cause. Prior to the expiration of the Term, this Contract may be terminated without cause upon oral or written notice delivered to Contractor from the City. Upon termination, all supplies, materials, labor and/or equipment furnished prior to such date shall, at the City's option, become its property. In the event Contractor is not in breach of any of the provisions of this Contract, Contractor will be paid for any portion of the Work which has been completed to the City's satisfaction, calculated by the percentage amount that portion of the Work completed and accepted by the City bears to the Total Compensation. 2019 WATER MAIN IMPROVEMENTS PAGE 31 RFB # 2020-005 7.2 Termination For Cause. The City may immediately terminate this Contract, take possession of the Property and all materials thereon and finish the Work by whatever methods it may deem expedient, upon the occurrence of any one or more of the following events: (1) If the Contractor should be adjudged a bankrupt. (2) If the Contractor should make a general assignment for the benefit of its creditors. (3) If a receiver should be appointed on the account of insolvency of Contractor. (4) If Contractor should persistently or repeatedly refuse or fail to supply a sufficient number of properly skilled workmen or proper materials for completion of the Work. (5) If the Contractor should fail to complete the Work within the time specified in this Contract. (6) If the Contractor should fail to complete the Work in compliance with the plans and specifications, to the City's satisfaction. (7) If the Contractor should fail to make prompt payment to subcontractors or for material labor. (8) If Contractor should persistently disregard laws, ordinances or regulations of federal, state, or municipal agencies or subdivisions thereof. (9) If Contractor should persistently disregard instructions of the Mayor or his or her representative. (10) If Contractor shall be in breach or violation of any term or provision of this Contract, or (11) If the Work is not being performed pursuant to RCW 49.28.050 or 49.28.060. 7.3 Result of Termination. In the event that this Contract is terminated for cause by the City, the City may do any or all of the following: (1) Stop payments. The City shall cease any further payments to Contractor and Contractor shall be obligated to repay any payments it received under this contract. (2) Complete Work. The City may, but in no event is the City obligated to, complete the Work, which Work may be completed by the City's agents, employees or representatives or the City may retain independent persons or entities to complete the Work. Upon demand, Contractor agrees to pay to the City all of its costs and expenses in completing such Work. (3) Take Possession. The City may take possession of the Property and any equipment and materials on the Property and may sale the same, the proceeds of which shall be paid to the City for its damages. 2019 WATER MAIN IMPROVEMENTS PAGE 32 RFB # 2020-005 (4) Remedies Not Exclusive. No remedy or election under this Contract shall be deemed an election by the City but shall be cumulative and in addition to all other remedies available to the City at law, in equity or by statute. 8. 8.1 Contractor Indemnification. The Contractor agrees to indemnify, defend, and hold the City, its elected officials, officers, employees, agents, and volunteers harmless from any and all claims, demands, losses, actions and liabilities (including costs and all attorney fees) to or by any and all persons or entities, including, without limitation, their respective agents, licensees, or representatives, arising from, resulting from, or connected with this Contract to the extent caused by the negligent acts, errors or omissions of the Contractor, its partners, shareholders, agents, employees, or by the Contractor's breach of this Contract. Contractor waives any immunity that may be granted to it under the Washington State Industrial Insurance Act, Title 51 RCW. Contractor's indemnification shall not be limited in any way by any limitation on the amount of damages, compensation or benefits payable to or by any third party under workers' compensation acts, disability benefit acts or any other benefits acts or programs. 8.2 City Indemnification. The City agrees to indemnify, defend, and hold the Contractor, its officers, directors, shareholders, partners, employees, and agents harmless from any and all claims, demands, losses, actions and liabilities (including costs and attorney fees) to or by any and all persons or entities, including without limitation, their respective agents, licenses, or representatives, arising from, resulting from or connected with this Contract to the extent solely caused by the negligent acts, errors, or omissions of the City, its employees or agents. 8.3 Survival. The provisions of this Section shall survive the expiration or termination of this Contract with respect to any event occurring prior to such expiration or termination. E7 9.1 Minimum Limits. The Contractor agrees to carry as a minimum, the following insurance, in such forms and with such carriers who have a rating which is satisfactory to the City: (1) Workers' compensation and employer's liability insurance in amounts sufficient pursuant to the laws of the State of Washington; (2) Commercial general liability insurance with combined single limits of liability not less than $2,000,000 for bodily injury, including personal injury or death, products liability and property damage. (3) Automobile liability insurance with combined single limits of liability not less than $2,000,000 for bodily injury, including personal injury or death and property damage. 9.2 Endorsements. Each insurance policy shall contain, or be endorsed to contain, the following provisions: 2019 WATER MAIN IMPROVEMENTS PAGE 33 RFB # 2020-005 (1) The City, its officers, officials, employees, volunteers and agents shall each be named as additional insured. (2) Coverage may not be terminated or reduced in limits except after thirty (30) days prior written notice by certified mail, return receipt requested, to the City. (3) Coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees or volunteers shall be in excess of Contractor's insurance. (4) Coverage shall apply to each insured separately against whom claim is made or suit is brought. (5) Coverage shall be written on an "occurrence" form as opposed to a "claims made" or "claims paid" form. 9.3 Verification. Contractor shall furnish the City with certificates of insurance evidencing the coverage required by the Section, in compliance with the Certificate(s) of Insurance Form attached hereto as Exhibit 7", which certificate must be executed by a person authorized by the insurer to bind coverage on its behalf. The City reserves the right to require complete certified copies of all required insurance policies, at any time. 9.4 Subcontractors. Contractors shall include all subcontractors as additional insured under its policies or shall furnish separate certificates for each subcontractor. All coverage for subcontractors shall be subject to all of the requirements stated herein. 9.5 Deductibles and Self -Insured Retentions. Any deductibles or self-insured retentions must be disclosed by Contractor and approved in writing by the City. At the option of the City, Contractor shall either reduce or eliminate such deductibles or self-insured retentions or procure a bond guaranteeing payment for any amounts not covered by the insurance by reason of such deductibles or self-insured retentions. 9.6 Asbestos Abatement or Hazardous Materials. If asbestos abatement or hazardous materials work is performed, Contractor shall review coverage with the City's Risk Manager and provide scope and limits of coverage that are appropriate for the scope of Work and are satisfactory to the City. Contractor shall not commence any Work until its coverage has been approved by the Risk Manager. 9.7 Termination. The Contractor's failure to provide the insurance coverage required by this Section shall be deemed to constitute non-acceptance of this Contract by the Contractor and the City may then award this Contract to the next lower bidder. 10. PERFORMANCE/ PAYMENT BOND Pursuant to RCW 39.08.010, Contractor shall post a Performance/Payment Bond in favor of the City, in the form attached to this Contract as Exhibit "G" and incorporated by this reference, in a dollar amount satisfactory to the City; to guarantee Contractor's performance of the Work to the City's satisfaction; to insure Contractor's performance of all of the provisions of this Contract; and to guarantee 2019 WATER MAIN IMPROVEMENTS PAGE 34 RFB # 2020-005 Contractor's payment of all laborers, mechanics, subcontractors and material persons. Contractor's obligations under this Contract shall not be limited to the dollar amount of the bond. 11. SAFETY Contractor shall take all necessary precautions for the safety of employees on the work site and shall comply with all applicable provisions of federal, state and municipal safety and health laws and codes, including without limitation, all OSHA/WISHA requirements, Safety and Health Standards for Construction Work (Chapter 296-155 WAC), General Safety and Health Standards (Chapter 296-24 WAC), and General Occupational Health Standards (Chapter 296-62 WAC). Contractor shall erect and properly maintain, at all times, all necessary guards, barricades, signals and other safeguards at all unsafe places at or near the Work for the protection of its employees and the public, safe passageways at all road crossings, crosswalks, street intersections, post danger signs warning against any known or unusual hazards and do all other things necessary to prevent accident or loss of any kind. Contractor shall protect from danger all water, sewer, gas, steam or other pipes or conduits, and all hydrants and all other property that is likely to become displaced or damaged by the execution of the Work. The Contractor shall, at its own expense, secure and maintain a safe storage place for its materials and equipment and is solely responsible for the same. i S ATIA 1410 CCA4Y/_110 ;&Z 12.1 Wages of Employees. This contract is subject to the minimum wage requirements of Chapter 39.12 RCW and Chapter 49.28 RCW (as amended or supplemented). On Federal -aid projects, Federal wage laws and rules also apply. The Hourly minimum rates for wages and fringe benefits are listed in Appendix B. When Federal wage and fringe benefit rates are listed, the rates match those identified by the U.S. Department of Labor's "Decision Number' shown in Appendix B. The Contractor, any subcontractor, and all individuals or firms required by Chapter 39.12 RCW, Chapter 296-127 WAC, or the Federal Davis -Bacon and Related Acts (DBRA) to pay minimum prevailing wages, shall not pay any worker less than the minimum hourly wage rates and fringe benefits required by Chapter 39.12 RCW or the DBRA. Higher wages and benefits may be paid. When the project is subject to both State and Federal hourly minimum rates for wages and fringe benefits and when the two rates differ for similar kinds of labor, the Contractor shall not pay less than the higher rate unless the state rates are specifically preempted by Federal law. The Contractor shall ensure that any firm (Supplier, Manufacturer, or Fabricator) that falls under the provisions of Chapter 39.12 RCW because of the definition "Contractor" in Chapter 296-127-010 WAC, complies with all the requirements of Chapter 39.12 RCW. 12.2 Exemptions to Prevailing Wage. The prevailing wage requirements of Chapter 39.12 RCW, and as required in this Contract do not apply to: (1) Sole owners and their spouses; (2) Any partner who owns at least 30% of a partnership; 2019 WATER MAIN IMPROVEMENTS PAGE 35 RFB # 2020-005 (3) The President, Vice President and Treasurer of a corporation if each one owns at least 30% of the corporation. 12.3 Reporting Requirements. On forms provided by the Industrial Statistician of State L&I, the Contractor shall submit to the Engineer the following for itself and for each firm covered under Chapter 39.12 RCW that provided work and materials of the contract: (1) A copy of an approved "Statement of Intent to Pay Prevailing Wages" State L&I form number F700-029-000. The City will make no payment under this contract for the work performed until this statement has been approved by State L&I and a certified copy of the approved form has been submitted to the City. (2) A copy of an approved "Affidavit of Prevailing Wages Paid," State L&I form number F700-007- 000. The City will not release to the contractor any funds retained under Chapter 60.28.011 RCW until all of the "Affidavit of Prevailing Wages Paid" forms have been approved by State L&I and a certified copy of all the approved forms have been submitted to the City. The Contractor shall be responsible for requesting these forms from the State L&I and for paying any approval fees required by State L&I. Certified payrolls are required to be submitted by the Contractor to the City, for the Contractor and all subcontractors or lower tier subcontractors. 12.4 Disputes. In the event any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be resolved by the City and the Contractor, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State of Washington and the decision therein shall be final and conclusive and binding on all parties involved in the dispute. 13. FAILURE TO PAY SUBCONTRACTORS In the event the Contractor shall fail to pay any subcontractors or laborers, fail to pay for any materials, or fail to pay any insurance premiums, the City may terminate this Contract and/or the City may withhold from the money which may be due the Contractor an amount necessary for the payment of such subcontractors, laborers, materials or premiums. 14. OWNERSHIP OF DOCUMENTS All originals and copies of work product, including plans, sketches, layouts, designs, design specifications, records, files, computer disks, magnetic media, all finished or unfinished documents or material which may be produced or modified by Contractor while performing the Work shall become the property of the City and shall be delivered to the City at its request. 15. CONFIDENTIALITY Any records, reports, information, data or other documents or materials given to or prepared or assembled by the Contractor under this Contract will be kept as confidential and shall not be made available to any individual or organization by the Contractor without prior written approval of the City. 2019 WATER MAIN IMPROVEMENTS PAGE 36 RFB # 2020-005 16. BOOKS AND RECORDS The Contractor agrees to maintain books, records, and documents which sufficiently and properly reflect all direct and indirect costs related to the performance of this Contract and such accounting procedures and practices as may be deemed necessary by the City to assure proper accounting of all funds paid pursuant to this Contract. These records shall be subject at all reasonable times to inspection, review or audit by the City, its authorized representative, the State Auditor, or other governmental officials authorized by law to monitor this Contract. 17. CLEAN UP At any time ordered by the City and immediately after completion of the Work, the Contractor shall, at its own expense, clean up and remove all refuse and unused materials of any kind resulting from the Work. In the event the Contractor fails to perform the necessary clean up, the City may, but in no event is it obligated to, perform the necessary clean up and the costs thereof shall be immediately paid by the Contractor to the City and/or the City may deduct its costs from any remaining payments due to the Contractor. 18. CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITY: 18.1 Contractor Verification. The Contractor verifies that it has a certificate of registration with the State of Washington; has a current state unified business identifier number; is not disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3); has industrial insurance as required by Title 51 RCW, if applicable; has an employment security department number as required in Title 50 RCW, if applicable; has a state excise tax registration number as required in Title 82 RCW, if applicable; possesses a valid electrical contractor license as required by chapter 19.28 RCW, if applicable; and possesses an elevator contractor license as required by chapter 70.87 RCW, if applicable. 18.2 Subcontractor Contracts. The Contractor shall include the language of this section in each of its first tier subcontracts, and shall require each of its subcontractors to include the same language of this section in each of their subcontracts, adjusting only as necessary the terms used for the contracting parties. Upon request of the Owner, the Contractor shall promptly provide documentation to the Owner demonstrating that the subcontractor meets the subcontractor responsibility criteria below. The requirements of this section apply to all subcontractors regardless of tier. 18.3 Subcontractor Verification. At the time of subcontract execution, the Contractor shall verify that each of its first tier subcontractors meets the following bidder responsibility criteria: Have a current certificate of registration in compliance with chapter 18.27 RCW, which must have been in effect at the time of subcontract bid submittal; Have a current Washington Unified Business Identifier (UBI) number; Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3); Have Industrial Insurance (workers' compensation) coverage for the subcontractor's employees working in Washington, as required in Title 51 RCW, if applicable; A Washington Employment Security Department number, as required in Title 50 RCW, if applicable; A Washington Department of Revenue state excise tax registration number, as required in Title 82 RCW, if applicable; An electrical contractor license, if required by Chapter 19.28 RCW, if applicable; An elevator contractor license, if required by Chapter 70.87 RCW. 2019 WATER MAIN IMPROVEMENTS PAGE 37 RFB # 2020-005 19. 19.1 Entire Contract. The Contract Documents contain all of the agreements of the Parties with respect to any matter covered or mentioned in this Contract and no prior agreements or understandings pertaining to any such matters shall be effective for any purpose. 19.2 Modification. No provisions of this Contract, including this provision, may be amended or added to except by agreement in writing signed by the Parties or their respective successors in interest. 19.3 Full Force and Effect. Any provision of this Contract, which is declared invalid, void or illegal, shall in no way affect, impair, or invalidate any other provision hereof and such other provisions shall remain in full force and effect. 19.4 Assignment. The Contractor shall not transfer or assign, in whole or in part, any or all of its obligations and rights hereunder without the prior written consent of the City. In the event the City consents to any such assignment or transfer, such consent shall in no way release the Contractor from any of its obligations or liabilities under this Contract. 19.5 Successors In Interest. Subject to the preceding Subsection, this Contract shall be binding upon and inure to the benefit of the Parties' successors in interest, heirs and assigns. 19.6 Attorney Fees. In the event the City or the Contractor defaults on the performance of any terms in this Contract, and the Contractor or City places the enforcement of the Contract or any part thereof, or the collection of any monies due, or to become due hereunder, or recovery of possession of any belongings, in the hands of an attorney, or file suit upon the same, each Party shall pay all its own attorneys' fees, costs and expenses. The venue for any dispute related to this Contract shall be King County, Washington. 19.7 No Waiver. Failure of the City to declare any breach or default immediately upon occurrence thereof, or delay in taking any action in connection with, shall not waive such breach or default. Failure of the City to declare one breach or default does not act as a waiver of the City's right to declare another breach or default. 19.8 Governing Law. This Contract shall be made in and shall be governed by and interpreted in accordance with the laws of the State of Washington. 19.9 Authority. Each individual executing this Contract on behalf of the City and Contractor represents and warrants that such individuals are duly authorized to execute and deliver this Contract on behalf of the Contractor or City. 19.10 Notices. Any notices required to be given by the City to Contractor or by the Contractor to the City shall be delivered to the Parties at the addresses set forth below. Any notices may be delivered personally to the addressee of the notice or may be deposited in the United States mail, postage prepaid, to the address set forth herein. Any notice so posted in the United States mail shall be deemed received three (3) days after the date of mailing. 2019 WATER MAIN IMPROVEMENTS PAGE 38 RFB # 2020-005 19.11 Captions. The respective captions of the Sections of this Contract are inserted for convenience of reference only and shall not be deemed to modify or otherwise affect in any respect any of the provisions of this Contract. 19.12 Performance. Time is of the essence of this Contract and each and all of its provisions in which performance is a factor. Adherence to completion dates is essential to the Contractor's performance of this Contract. 19.13 Compliance with Ethics Code. If a violation of the City's Ethics Resolution No. 91-54, as amended, occurs as a result of the formation and/or performance of this Contract, this Contract may be rendered null and void, at the City's option. 19.14 Conflicting Provisions. In the event of a conflict between the terms and provisions of any of the Contract Documents, the Mayor or his or her designee shall issue an interpretation of the controlling document, which interpretation shall be final and binding. DATED the day and year set forth above. CITY OF YELM A ATTEST: Lori Lucas, City Clerk City Attorney, Brent Dille JW Foster, Mayor City of Yelm, 106 Second St SE, Yelm WA 98597 2019 WATER MAIN IMPROVEMENTS PAGE 39 RFB # 2020-005 (Contractor's Name) By: (Signature) (Name) (Address) (Phone) STAFF SELECT APPROPRIATE NOTARY BLOCK FOR APPLICANT [Individual Notary] STATE OF WASHINGTON ss. [410311ohV&6]� On this day personally appeared before me, , to me known to be the individual described in and who executed the foregoing instrument, and on oath swore that he/she/they executed the foregoing instrument as his/her/their free and voluntary act and deed for the uses and purposes therein mentioned. GIVEN my hand and official seal this day of [Corporate Notary] STATE OF WASHINGTON ) ss. COUNTY OF ) 20_ (typed/printed name of notary) Notary Public in and for the State of Washington. My commission expires On this day personally appeared before me , to me known to be the of that executed the foregoing instrument, and acknowledged the said instrument to be the free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that he/she was 2019 WATER MAIN IMPROVEMENTS PAGE 40 RFB # 2020-005 authorized to execute said instrument and that the seal affixed, if any, is the corporate seal of said corporation. GIVEN my hand and official seal this day of , 20. (typed/printed name of notary) Notary Public in and for the State of Washington. My commission expires 2019 WATER MAIN IMPROVEMENTS PAGE 41 RFB # 2020-005 EXHIBIT A NOTICE OF COMPLETION OF PUBLIC WORKS CONTRACT t�� 1�:, Original w` ❑ Revised# S NOTICE, OF COMPLETION OF PUBLIC WORKS CONTRACT Date: Contractor's UBI Number: Nome dr Ntalling Addresgo(PublicAgency Department Vsc Only .Assigned to: Date Assigned: 'i76f Nr1m11N;r: Nodee A herehv given relative to the eonmAelon of contractor nroicea deserihed below :i'rulro Name Ilnlraet Numer.o Order Contracting r:,] Yes rra Nu i)encript... ro brk 1)eunePlnrl.de.JabajooAd.,s( ) i+;Womll'traded pus ortation project? ❑ VCS ❑ No (if To, lrovideOont'rael Romd Statetncut below} ,ontrMCUYr Y . Wine : nYNI A CeaY Contractor AA. r"s a Cpbont, ti ',.. Retainage is not with Ie' , p vaseae eet one, or Ingn lowing and i.taP; uret'p %Name & U-941 Numbor. ❑ Retainage Bond ❑ ContraetlPa mant bond fwilueI lw Iwm ,,111 www I .x.... au»ia pmJcd+J Nalm I Hood Number: ate runtruct A..PQ I Daft- Work .ommencer Dolt Work C ompeln alIlde or Accepted Wert 5ubea,utra{ters used on this proleet? it so, please complete Addendum A. ElYes ❑ No .itINbad ILY1 NoIik.Iwlome U III he gronXt'iuIII all altiebQsam lisled, C:untrad Amount X' Addifions Rvductians C—} 5 Sub -Total S Sales Tax. hate % If I., 11, n1,11, pd¢ u,, rend a. bnwkeamal Saws lax A.ru mpil 5 TOTAL $ rrrlrrt Liquidated Damages S Aniourr. Disbursed 5 Amount Retained 5 TOTAL 5 0.00 NOW IAe Disbu .1,0 ffilo uwxt subam IIII, cu iI,I�d vu Lw irumc,fikIyAle[erre gasaa of IIve work+uw un &, phos nxotruct. NO PA NM IE N VO IM 1111: MADF IRONIkkT'AINrr) 9 I IhB75 uprnI cuubpeol'mol .eR of cckiti3Oq,,c 4abmirnag Forma°lean auE+lydr ttue enNopletcd I"opal by {ouu41 Ift nil 1Le Ypws ice below. Coatact Namc: Title: 17mail Addrow 62AaoPnrdm 1Rnewonuo vuawrvm,v FR,/Fl�� Pubac W A 9 own La afar @� Ii1t/�u41LlICs t (asa)rw sego cumraee a.m.. PVJC*m Yaa_yuv (86,51 545,8 W9,cp"nra Gmmvartaelasega.m WA GOV REV 11 W20.00,2VI5) V215 -038.00o 1112(-14 Mionn Numbur�, yl�.., p pleymmnml9eaur�ry �.^ PCPmrI Y MwW re a e at on, I ofin amarNuna. a Gommm.nwm KIM (%O)90P.ti4501 2019 WATER MAIN IMPROVEMENTS PAGE 42 RFB # 2020-005 Addendum A: Please List all Subcontractors and Submliers Below 17ris addendaim awn he suemn n'ed in otherf'arunntw. 1110mt, Arx.ri alluduri13 ao Ehis unw, Na 1,41 release will Ire mranted aM0 all. a Pl,60ts.are [hood- Subcontraclor's Nantc. LIBI Number (Rcc uired) Affidavit JD* For tax avvkaance or io regeesa dils dectament in an alie nate larmal, PVeasu call 14004647�7706 TelelyPe (FTYI usars may vse the Washington Relay Scrvoce by cdalpinlr 711. REV 310020r Addendum(102Si IS1 h211 -03k-00010-2914 2019 WATER MAIN IMPROVEMENTS PAGE 43 RFB # 2020-005 PROJECT NUMBER PROJECT TITLE EXHIBIT B CITY OF YELM CONTRACT CHANGE ORDER AGREEMENT CHANGE ORDER NUMBER SUMMARY OF PROPOSED CHANGES: EFFECTIVE DATE The time provided for completion in the Contract is ❑ Unchanged ❑ Increased ❑ Decreased by _ Calendar Days. This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? ❑ Yes ❑ No If "Yes" Will the Policies Be Extended? ❑ Yes ❑ No PRICE CHANGE LUMP SUM: INCREASE $ DECREASE $ UNIT PRICE: THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE ITEM NO. ITEM TOTAL NET CONTRACT: QUANTITY UNIT PRICE INCREASE $ ADD OR DELETE DECREASE $ STATEMENT: Payment for the above work will be in accordance with applicable portions of the standard specifications, and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types of construction. CONTRACTOR'S SIGNATURE DEPT. DIRECTOR/MANAGER SIGNATURE DATE 2019 WATER MAIN IMPROVEMENTS PAGE 44 RFB # 2020-005 9]gLTe1:719u1q011a90:(Ke1af6i97e11�1 ORIGINAL CONTRACT AMOUNT PREVIOUS CHANGE ORDERS THIS CHANGE ORDER *ADJUSTMENTS NEW CONTRACT AMOUNT ADJUSTMENTS CHANGE ORDER ESTIMATE IS HEREBY PAY THIS ADJUSTED AMOUNT *Adjustments: Li INCREASED $ Li DECREASED $ 2019 WATER MAIN IMPROVEMENTS PAGE 45 RFB # 2020-005 EXHIBIT C CONTRACTOR'S RETAINAGE AGREEMENT City of Yelm Bid/Contract Number 106 Second St SE, Yelm WA 98597 360.458.8499 IDENTIFICATION AND DESCRIPTION Project Title Contractor Representative Bid No. Date Administering Department City Representative Funding Source Project Authority RETAINAGE FORMULA In accordance with applicable State Statutes, the following provisions will be made for the disposition of the retainage held for investment: 1. All investments selected below are subject to City approval. 2. Retainage under this agreement will be held in escrow by the (referred to herein as the Bank), the terms of which are specified by separate escrow agreement. The cost of the investment program and the risk thereof is to be borne entirely by the contractor. 3. The final disposition of the contract retainage will be made in accordance with applicable statutes. CONTRACTOR'S INSTRUCTIONS Pursuant to RCW 60.28.010 I hereby notify the City of Yelm of my instructions a to invest a not to invest the retainage withheld under the terms of this contract. If the investment option is selected, please provide the following information: Name of Bank, Mutual Fund, or Savings & Loan Association: Address: Account #: Contractor: By: Address: Contact Person: Date: Title: a MOM Fed ID #: Est. Completion Date: CITY APPROVAL Approval of Investment Program and Retainage Agreement Finance Director CERTIFICATION FOR RELEASE OF CONTRACT RETAINAGE Contract No. Project Title: Date I hereby certify, as Contract Administrator for this Contract representing the City of Yelm, that all work required by the above cited contract was completed on and final acceptance by the City was granted on I also certify that no liens have been received within 30 days from the above date from any person, persons, mechanics, subcontractors or materialman who has performed any work or provided any material of subject contract. Contract Administrator Director of Administering Department 2019 WATER MAIN IMPROVEMENTS PAGE 46 RFB # 2020-005 Also, please find attached certifications by the applicable state agencies of the receipt of: 1) Washington State Business Taxes (Washington State Dept. of Revenue); 2) Industrial Insurance Premiums (State Dept. of Labor & Industries); and 3) Employment Security, Unemployment Insurance Premiums (State of Washington Employment Security Dept.) 2019 WATER MAIN IMPROVEMENTS PAGE 47 RFB # 2020-005 EXHIBIT D RETAINAGE BOND TO CITY OF YELM 2019 WATER MAIN IMPROVEMENTS KNOW ALL PERSONS BY THESE PRESENTS that we, the undersigned, as principal ("Principal's, and a Corporation organized and existing under the laws of the State of as a surety Corporation, and qualified under the laws of the State of Washington to become surety upon bonds of Contractors with Municipal Corporations, as surety ("Surety'% are jointly and severally held and firmly bonded to the City of Yelm ("City in the penal sum of: ($ ) for the payment of which sum we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. A. This obligation is entered into in pursuant to the statutes of the State of Washington and the ordinances, regulations, standards and policies of the City, as now existing or hereafter amended or adopted. B. Pursuant to proper authorization, the Mayor is authorized to enter into a certain contract with the Principal, providing for the Project, which contract is incorporated herein by this reference ("Contract', and C. Pursuant to State law, Chapter 60.28 RCW, the City is required to reserve from the monies earned by the Principal pursuant to the contract, a sum not to exceed five percent (5%), said sum to be retained by the City as a trust fund for the protection and payment of any person or persons, mechanic, subcontractor or materialmen who shall perform any labor upon such contract or the doing of such work, and all persons who shall supply such person or persons or subcontractors with provisions and supplies for the carrying on of such work, and the State with the respect to taxes imposed pursuant to Title 82 RCW which may be due from said Principal. Every person performing labor or furnishing supplies towards completion of said improvement or work shall have a lien on said monies so reserved, provided that such notice of the lien of such claimant shall be given in the manner and within the time provided in RCW 39.08.030 as now existing and in accordance with any amendments that may hereafter be provided thereto; and D. State law further provides that with the consent of the City, the Principal may submit a bond for all or any portion of the amount of funds retained by the public body in a form acceptable to the public body conditioned upon such bond any proceeds therefrom being made subject to all claims and liens and in the same manner and priority as set forth retained percentages pursuant to Chapter 60.28 RCW; and E. The Principal has accepted, or is about to accept, the Contract, and undertake to perform the work therein provided for in the manner and within the time set forth, for the amount of $ ; and F. The City is prepared to release any required retainage money previously paid by the Principal prior to acceptance and successful operation and fulfillment of all other terms of said contract upon being indemnified by these presents, NOW, THEREFORE, if the Principal shall perform all the provisions of the Contract in the manner and within the time period prescribed by the City, or within such extensions of time as may be granted under the Contract, and shall pay all laborers, mechanics, subcontractors and material men or women, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work, and if the Principal shall pay to the State all taxes imposed pursuant to Title 82 RCW which may be due from such Principal as a result of this contract then and in the event this obligation shall be void; but otherwise it shall be and remain in full force and effect. And the Surety, for value received, hereby further stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligation on this bond, and it does hereby waive notice of any change, extension of time, alterations or additions to the terms of the Contract or to the Work. The Surety hereby agrees that modifications and changes may be made in the terms and provisions of the Contract without notice to Surety, and any such modifications or changes increasing the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this Retainage Bond in a like amount, such increase, however, not to exceed twenty-five percent (25%) of the original amount of this bond without consent of the Surety. 2019 WATER MAIN IMPROVEMENTS PAGE 48 RFB # 2020-005 Within forty-five (45) days of receiving notice that the Principal has defaulted on all or part of the terms of the Contract, the Surety shall make written commitment to the City that it will either: (a) cure the default itself within a reasonable time period, or (b) tender to the City, the amount necessary for the City to remedy the default, including legal fees incurred by the City, or (c) in the event that Surety's evaluation of the dispute is not complete or in the event the Surety disputes the City's claim of default, the Surety shall notify the City of its finding and its intent, if any, to interplead. The Surety shall then fulfill its obligations under this bond, according to the option it has elected. Should Surety elect option (a) to cure the default, the penal sum of the Bond shall be reduced in an amount equal to the costs actually incurred by the Surety in curing the default. If the Surety elects option (b), then upon completion of the necessary work, the City shall notify the Surety of its actual costs. The City shall return, without interest, any overpayment made by the Surety and the Surety shall pay to the City any actual costs which exceed the City estimate, limited to the bond amount. Should the Surety elect option (c), the Parties shall first complete participation in mediation, described in the below paragraph, prior to any interplead action. In the event a dispute should arise between the Parties to this Bond with respect to the City's declaration of default by the Principal, the Parties agree to participate in at least four hours of mediation in accordance with the mediation procedures of United States Arbitration and Mediation (' USA&M'�. The Parties shall proportionately share in the cost of the mediation. The mediation shall be administered by the Seattle USA&M office, 4300 Two Union Square, 601 Union Street, Seattle, Washington 98101-2327. The Surety shall not interplead prior to completion of the mediation. The parties have executed this instrument under their separate seals this day of 20, the name and corporate seal of each corporate party hereto affixed, and these presents duly signed by its undersigned representatives pursuant to authority of its governing body. CORPORATE SEAL: CORPORATE SEAL: PRINCIPAL By: Title: Address SURETY By: Attorney -in -Fact (Attach Power of Attorney) Title: Address: 2019 WATER MAIN IMPROVEMENTS PAGE 49 RFB # 2020-005 CERTIFICATES AS TO CORPORATE SEAL I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within bond; that 'who signed the said bond on behalf of the Principal, was of said Corporation; that I know his or her signature thereto is genuine, and that said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. Secretary of Assistant Secretary I hereby certify that I am the (Assistant) Secretary of the Corporation named as Surety in the within bond; that who signed the said bond on behalf of the Surety, was of the said Corporation; that I know his or her signature thereto is genuine, and that said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. Secretary of Assistant Secretary APPROVED AS TO FORM: Brent Dille, City Attorney 2019 WATER MAIN IMPROVEMENTS PAGE 50 RFB # 2020-005 EXHIBIT E NOTICE TO LABOR UNIONS OR OTHER EMPLOYMENT ORGANIZATIONS NONDISCRIMINATION IN EMPLOYMENT TO: ALL EMPLOYEES AND TO: (Name of Union or Organization) The undersigned currently holds contract(s) with involving funds or credit of the City of Yelm, Washington, or (a) subcontract(s) with a prime contractor holding such contract(s). You are advised that, under the provisions of the above contract(s) or subcontract(s) and in accordance with Section 202 of Executive Order 11246 dated September 24, 1965, the undersigned is obliged not to discriminate against any employee or applicant of employment because of race, color, creed or national origin. This obligation not to discriminate in employment includes, but is not limited to, the following: EMPLOYMENT, UPGRADING, TRANSFER OR DEMOTION RECRUITMENT AND ADVERTISING ;ger: �-r.» �eve.� ;zr r a � ;a 7.� ;� a �-r.».r.� a i» ► oyer r e.� ► i SELECTION FOR TRAINING INCLUDING APPRENTICESHIP, LAYOFF OR TERMINATION This notice is furnished to you pursuant to the provisions of the above contract(s) or subcontractor(s) and Executive Order 11246. Copies of this Notice will be posted by the undersigned in conspicuous places available to employees or applicants for employment. Complaints may be submitted to: City of Yelm, 106 Second St SE, Yelm WA 98597 (Contractor or subcontractor) Date 2019 WATER MAIN IMPROVEMENTS PAGE 51 RFB # 2020-005 EXHIBIT F CERTIFICATE OF INSURANCE 2019 WATER MAIN IMPROVEMENTS PAGE 52 RFB # 2020-005 EXHIBIT G CITY OF YELM PERFORMANCE/PAYMENT BOND KNOW ALL PEOPLE BY THESE PRESENTS: We, the undersigned , ("Principal") and , the undersigned corporation organized and existing under the laws of the State of and legally doing business in the State of Washington as a surety ("Surety"), are held and firmly bonded unto the City of Yelm, a Washington municipal corporation ("City") in the penal sum of _ Dollars and no/100 ($ ) for the payment of which we firmly bind ourselves and our legal representatives, heirs, successors and assigns, jointly and severally. This obligation is entered into an Agreement with the City dated 20_ for NOW, THEREFORE, if the Principal shall perform all the provisions of the Agreement in the manner and within the time period prescribed by the City, or within such extensions of time as may be granted under the Agreement, and shall pay all laborers, mechanics, subcontractors and material men or women, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold the City, their officials, agents, employees and volunteers harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of the Principal, or any subcontractor in the performance of said work, and shall indemnify and hold the City harmless from any damage or expense by reason of failure of performance as specified in the Agreement within a period of one (1) year after its final acceptance thereof by the City, then and in the event this obligation shall be void; but otherwise, it shall be and remain in full force and effect. And the Surety, for value received, hereby further stipulates and agreesthat no change, extension of time, alteration or addition to the terms of the Agreement or to the work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligation on this bond, and it does hereby waive notice of any change, extension of time, alterations or additions to the terms of the Agreement or to the Work. The Surety hereby agrees that modifications and changes may be made in terms and provisions of the Agreement without notice to Surety, and any such modifications or changes increasing the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this Performance Bond in a like amount, such increase, however, not to exceed twenty-five percent (25%) of the original amount of this bond without the consent of the Surety. Within forty-five (45) days of receiving notice that the Principal has defaulted on all or part of the terms of the Agreement, the Surety shall make a written commitment to the City that it will either: (a) cure the default itself within a reasonable time period, or (b) tender to the city, the amount necessary for the City to remedy the default, including legal fees incurred by the City, or (c) in the event that Surety's evaluation of the dispute is not complete or in the event the Surety disputes the City's claim of default, the Surety shall notify the City of its finding and its intent, if any, to interplead. The Surety shall then fulfill its obligations under this bond, according to the option it has elected. Should Surety elect option (a) to cure the default, the penal sum of the Bond shall be reduced in an amount equal to the costs actually incurred by the Surety in curing the default. If the Surety elects option (b), then upon completion of the necessary work, the City shall notify the Surety of its actual costs. The City shall return, without interest, any overpayment made by the Surety and the Surety shall pay to the City any actual costs which exceed the City estimate, limited to the bond amount. Should the Surety elect option (c), the Parties shall first complete participation in mediation, described in the below paragraph, prior to any interplead action. 2019 WATER MAIN IMPROVEMENTS PAGE 53 RFB # 2020-005 In the event a dispute should arise between the Parties to this Bond with respect to the City's declaration of default by the Principal, the Parties agree to participate in at least four hours of mediation in accordance with the mediation procedures of United States Arbitration and Mediation ("USA&M"). The Parties shall proportionately share in the cost of the mediation. The mediation shall be administered Washington Arbitration & Mediation Service (WAMS) — 3600 Port of Tacoma Road, Suite 304 Tacoma, WA 98424 The Surety shall not interplead prior to completion of the mediation. DATED this _ day of . 20. CORPORATE SEAL OF PRINCIPAL: PRINCIPAL 32 (Name of Person Executing Bond) Its: (Title) (Address) (Phone) CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within bond; that ' who signed the said bond on behalf of the Principal, was of the said Corporation; that I know his or her signature thereto is genuine, and that said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. CORPORATE SEAL OF SURETY: Secretary of Assistant Secretary J2 SURETY Attorney-! n -Fact (Attach Power of Attorney) (Name of Person Executing Bond) (Address) 2019 WATER MAIN IMPROVEMENTS PAGE 54 RFB # 2020-005 (Phone) I_1990190:1D7_6vCe77e]NUA Brent Dille, City Attorney (I rx 1111( 's with one «ffie.€.=.r only, usfr the notcay [)k)Fk below wind Il II I_:C I t €xtfflccite or tmi: mcite ",o -.rd) yrenaiauv_�11:u0lei to] 0 ) SS. COUNTY OF ) On this day personally appeared before me to me known to be the of that executed the foregoing instrument, and acknowledged the said instrument to be the free and voluntary act and deed of said limited liability company, for the uses and purposed therein mentioned, and on oath stated that he/she was authorized to execute said instrument. GIVEN my hand and official seal this day of , 20. Notary's signature Notary's printed name Notary Public in and for the State of Washington. My commission expires CORPORATE SEAL OF SURETY SURETY I_1990190:197_6VC91a]NaA Brent Dille Attorney -in Fact (Attach Power of Attorney) (Name of Person Executing Bond) (Address) (Phone) 2019 WATER MAIN IMPROVEMENTS PAGE 55 RFB # 2020-005 INTRODUCTION TO THE STANDARD SPECIFICATIONS HEADINGS Headings to parts, sections, forms, articles, and subarticles are inserted for convenience or reference only and shall not affect the interpretation of the Contract Documents. STANDARD SPECIFICATIONS The 2021 Standard Specifications for Road, Bridge, and Municipal Construction (English), prepared by the Washington State Chapter of the American Public Works Association (APWA) and the Washington State Department of Transportation (WSDOT), including all revisions and supplements in effect prior to the date of advertisement, are hereby included in these Contract Documents as though quoted in their entirety and shall apply except as amended, supplemented or superseded by the following Special Provisions. Reference hereinafter to the "Standard Specifications' shall mean the above mentioned 2021 Standard Specifications for Road, Bridge, and Municipal Construction (English). Any other standards or standard -type specifications employed will be specifically referenced in each instance. Each and every bidder shall be responsible for being familiar with the above mentioned Standard Specifications, Special Provisions and any other standards or specifications to the "Contracting Agency", the "Department' or "Department of Transportation", such reference shall be construed to mean the City of Yelm. Where reference is made to the "Engineer", such reference shall be construed to mean the Public Works Director of the City of Yelm or the duly authorized assistants or representatives. SPECIAL PROVISIONS The following Special Provisions are made a part of this contract and supersede any conflicting provisions of the 2021 Standard Specifications for Road, Bridge and Municipal Construction, including the Local Agency (APWA) General Special Provisions, and the foregoing Amendments to the Standard Specifications. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project -specific fill-ins; and project -specific Special Provisions. Each Provision supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -1 November 2020 Contract Documents RFB #2020-006 Introduction to the Standard Specifications Special Provisions types are differentiated as follows: (date) General Special Provision (******) Notes a revision to a General Special Provision or a Project -Specific Special Provisions For the purpose of clarifying the sections provided, the Project Specific Special Provisions have the following section descriptors added. The descriptors help clarify if the section is to supplement, add new, replace or modify the Standard Specifications and Amendments. Supplement: Text supplements or adds clarification to the identified section of the Standard Specifications. New: Item/specification is unique to this project and will not be found in the Standard Specifications. Replacement: A replacement of the entire identified section or subsection of the Standard Specifications. Modification: A revision or other modification of the identified sentence, paragraph, or portion of a section of the Standard Specifications as noted. Also incorporated into the Contract Documents by reference are: Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, current edition 2019 Department of Ecology Stormwater Management Manual for Western Washington City of Yelm Development Standards and Standard Details, current edition The Contractor shall obtain copies of these publications, at Contractor's own expense. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -2 November 2020 Contract Documents RFB #2020-006 Introduction to the Standard Specifications SECTION 4 SPECIAL PROVISIONS DIVISION 1 GENERAL REQUIREMENTS DESCRIPTION OF WORK Work to be performed includes furnishing and installing approximately 302 linear feet of 12 -inch - diameter, 6,388 linear feet of 10 -inch -diameter, 141 linear feet of 8 -inch -diameter, and 40 linear feet of 6 -inch -diameter PVC water main, two fire hydrants, valves, appurtenances, replacement and reconnection of 20 water services, connections to the existing water main, and restoration. The Contractor shall provide and install all water system materials including water main, fittings, valves, fire hydrants, and water service materials. 1-01 DEFINITIONS AND TERMS 1-01.2 Abbreviations 1-01.2(1) Associations and Miscellaneous Add the following abbreviations, used in the plans and specifications, as defined here: ITB, NIB Invitation to Bid, Call for Bids or Notice Inviting Sealed Proposals (Bids) MBE Minority-owned Business Enterprise M/WBE Minority / Women Business Enterprise WBE Woman -owned Business Enterprise DBE Disadvantage Business Enterprise 1-01.3 Definitions (January 4, 2016APWA (3SP) Delete the heading Completion Dates and the three paragraphs that follow it, and replace them with the following: Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the Bids. Awrard Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the Work. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -3 November 2020 Contract Documents RFB #2020-006 Division 1 Contract Execution Date The date the Contracting Agency officially binds the Agency to the Contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the Contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, any remaining traffic disruptions will be rare and brief, and only minor incidental work, replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains for the Physical Completion of the total Contract. Physical Completion Date The day all of the Work is physically completed on the project. All documentation required by the Contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the Work specified in the Contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the Contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the Work as complete. Supplement this Section with the following: All references in the Standard Specifications, Amendments, or WSDOT General Special Provisions, to the terms "Department of Transportation", "Washington State Transportation Commission", "Commission", "Secretary of Transportation", "Secretary", "Headquarters", and "State Treasurer" shall be revised to read "Contracting Agency'. All references to the terms "State" or "state" shall be revised to read "Contracting Agency' unless the reference is to an administrative agency of the State of Washington, a State statute or regulation, or the context reasonably indicates otherwise. All references to "State Materials Laboratory' shall be revised to read "Contracting Agency designated location". All references to "final contract voucher certification" shall be interpreted to mean the Contracting Agency form(s) by which final payment is authorized, and final completion and acceptance granted. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -4 November 2020 Contract Documents RFB #2020-006 Division 1 Additive A supplemental unit of work or group of bid items, identified separately in the Bid Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the Bid Proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Business Day A business day is any day from Monday through Friday except holidays as listed in Section 1-08.5. Contract Bond The definition in the Standard Specifications for "Contract Bond" applies to whatever bond form(s) are required by the Contract Documents, which may be a combination of a Payment Bond and a Performance Bond. Contract Documents See definition for "Contract'. Contract Time The period of time established by the terms and conditions of the Contract within which the Work must be physically completed. Notice of Award The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency's acceptance of the Bid Proposal. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the Work and establishing the date on which the Contract time begins. Traffic Both vehicular and non -vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -5 November 2020 Contract Documents RFB #2020-006 Division 1 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 Prequalification of Bidders Delete this section and replace it with the following: 1-02.1 Qualifications of Bidder (January 24, 2011 APWA (3SP) Before award of a public works contract, a bidder must meet at least the minimum qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to be awarded a public works project. Section 1-02.1 is supplemented with the following: A. By way of demonstrating and documenting qualifications, bidders are requested to submit qualifications information responding to the items set forth in the ITB. Such responses are to accompany the bid submittal for this Contract. B. The qualifications information will be used to determine whether the bidder is a responsible bidder. A bidder will be considered responsible if the bidder can show: The bidder has performed work of similar scope, time and complexity to the satisfaction of the project's owner; 2. The Key Personnel to be assigned to the contract have previous experience in the type of work they are to perform. "Key Personnel" means management and supervisory personnel to be assigned to the Contract; 3. The bidder has adequate financial resources to prosecute and complete the work within the Completion Date; and There is nothing else in the bidder's history to indicate that it is not a responsible bidder, including, but not limited to, a poor safety record, disqualification by another governmental agency, bankruptcy, reorganization and/or receivership, etc. C. The Contracting Agency in its sole discretion will determine whether the bidder is responsible, taking into consideration the items in subparagraph B above, the information in the ITB and any explanations offered by the bidder. In the event the Contracting Agency finds the bidder lacking in any of these areas, the Contracting Agency may provide the bidder with the opportunity to correct the deficiency by providing additional project examples, proposing other project personnel, or taking other appropriate measures. D. The Contracting Agency reserves the right to investigate the qualifications of any bidder, including but not limited to, contacting any reference or any financial institution listed by a bidder to verify the bidder is qualified to successfully complete the contemplated work. As a part of its investigation, the Contracting Agency further reserves the right to inspect City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -6 November 2020 Contract Documents RFB #2020-006 Division 1 records, reports and other information which may be maintained by or for the bidder to the extent necessary, as determined by the Contracting Agency, to verify, clarify or otherwise consider the information provided by the bidder and the right to require the bidder to provide additional information as needed. E. In order to demonstrate and document qualifications, after bids have been opened, bidders directed by the Contracting Agency may be required to submit additional qualification information. Upon such direction, the bidder shall promptly prepare, complete and submit any requested information to the Contracting Agency; provided, such information should be submitted no later than three days (excluding holidays, Saturdays and Sundays) after notification by the Contracting Agency to the bidder. This period may be extended by the Contracting Agency. In the event a bidder refuses to provide information identified in the ITB, or other information requested by the Contracting Agency, the bidder's bid bond will be forfeited. Add the following new section: 1-02.1(1) Supplemental Qualifications Criteria New Section In addition, the Contracting Agency has established Contracting Agency -specific and/or project -specific supplemental criteria, in accordance with RCW 39.04.350(2), for determining Bidder responsibility, including the basis for evaluation and the deadline for appealing a determination that a Bidder is not responsible. These criteria are contained in Section 1-02.14 Option C of these Special Provisions. Add the following new subsections: 1-O2.1(1)A Criteria New Section The bidder must meet the following relevant supplemental bidder responsibility criteria applicable to the project: A. Bidder shall have been in business as an underground pipeline construction Contractor under its present name for a minimum of two (2) years; B. Bidder shall not have been disqualified from entering a construction contract by another governmental agency in the last two (2) years; C. Bidder shall not have declared bankruptcy or been in receivership in the last seven (7) years; D. Bidder shall have successfully completed at least three (3) projects of a similar size and scope required by the Contract Documents for this project. In evaluating whether the projects were "successfully completed," the Contracting Agency may check City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -7 November 2020 Contract Documents RFB #2020-006 Division 1 references for the previous projects and may evaluate the bidder's performance including but not limited to, the following areas: 1. Quality control 2. Safety record 3. Timeliness of performance 4. Use of skilled personnel, including subcontractors 5. Management of subcontractors 6. Availability of and use of appropriate equipment 7. Compliance with Contract Documents 8. Management of submittals process, change orders and closeout E. Bidder's designated project manager and superintendant for this project shall have successfully completed at least three (3) projects of a similar size and scope as required by the Contract Documents for this project. F. For purposes of meeting this criterion, the Contracting Agency has determined that "similar size and scope" means municipal public works projects completed within the last five (5) years that include the installation of least 1,500 feet of 8 -inch or larger diameter ductile iron or PVC water main and appurtenances. 1-02.1(1)B Documentation New Section As evidence the bidder meets the responsibility criteria above, the two lowest bidders must submit the following documentation for each referenced project to the Contracting Agency within 48 hours of the bid submittal deadline. The Contracting Agency reserves the right to request such documentation from other bidders also. In the event a bidder refuses to provide the requested information, then the Contracting Agency may find the bidder non -responsible. A. Project owner's name and contact information for the project owner's representative; B. Awarded contract amount; C. Final contract amount; D. A description of the scope of the project and how the project is similar to this project; The basis for evaluation of Bidder compliance with these supplemental criteria shall be any documents or facts obtained by the Contracting Agency (whether from the Bidder or third parties) which any reasonable owner would rely on for determining such compliance, including but not limited to: (i) financial, historical, or operational data from the Bidder; (ii) information obtained directly by the Contracting Agency from owners for whom the Bidder has worked, City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -8 November 2020 Contract Documents RFB #2020-006 Division 1 or other public agencies or private enterprises; and (iii) any additional information obtained by the Contracting Agency which is believed to be relevant to the matter. 1-02.1(1)C Appeals New Section If the Contracting Agency determines the bidder does not meet the bidder responsibility above and is therefore not a responsible bidder, the Contracting Agency shall, notify the bidder in writing with the reasons for its determination. If the bidder disagrees with this determination, it may appeal the determination within 24 hours of receipt of the Contracting Agency's determination by presenting additional information to the Contracting Agency. The Contracting Agency will consider the additional information before issuing its final determination. If the final determination affirms that that bidder is not responsible, the Contracting Agency will not execute a contract with any other bidder until two (2) business days after the bidder determined to be not responsible has received the final determination. 1-02.1(1)D Other Conditions New Section Specialty Contractor experience and qualification requirements are specified in other sections of the Special Provisions. While the Contractor will be required to conform to those additional qualifications, they are not criteria that will be evaluated as a condition for determining if the bidder is responsible. If two or more prospective bidders desire to bid jointly as a Joint Venture on a single contract, each must be deemed qualified; as provided above, and they must also include with the bid proposal packet an agreement to Joint Venture. The Joint Venture is then treated as a new firm and qualified as such. However, this Joint Venture and any of its members are subject to the conditions as stated elsewhere within these specifications. Any agreement to Joint Venture required to be filed shall be signed by each of the bidders and must specify each individual who is authorized to execute proposals, contracts, bond and other documents on behalf of the Joint Venture. If any of the bidders is a corporation, the agreement must be accompanied by a resolution of the corporation authorizing such Joint Venture agreement and designating the officer(s) authorized to sign such Joint Venture agreement or contract on behalf of such corporation. 1-02.2 Plans and Specifications (June 27, 2011 APWA (3SP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed can be found in the Call for Bids (Advertisement for Bids) for the work. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -9 November 2020 Contract Documents RFB #2020-006 Division 1 After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Basis of Distribution Reduced plans (11" x 17'� *** 3 *** Furnished automatically upon award. Contract Provisions *** 2 *** Furnished automatically upon award. Large plans (e.g., 22" x 34'� *** 2 *** Furnished only upon request. Additional plans and Contract Provisions may be obtained by the Contractor from the source stated in the Call for Bids, at the Contractor's own expense. 1-02.4 Examination of Plans, Specifications, and Site of Work 1-02.4(1) General Section 1-02.4(1) is supplemented with the following: If a bidder, or Contractor, discovers any provision in the Plans, Specifications, or Contract which is contrary to or inconsistent with any law or regulation, such bidder or Contractor shall forthwith report this discovery in writing to the Engineer. 1-02.4(2) Subsurface Information Section 1-02.4(2) is supplemented with the following: Preliminary information on subsurface soil and groundwater at the site is provided in a Geotechnical Data Report (GDR) found in Appendix B. This information may or may not accurately depict the actual subsurface conditions existing at or around the time of construction. Should the Contractor wish to perform their own soils investigation, at no cost to the City, the City will allow excavation along the route within the city limits outside the paved surface. The Contractor will be responsible for coordination, utility locates, all required permits, restoration, traffic control, and all the costs associated. 1-02.5 Proposal Forms (July 31, 2017APWA (35P) Delete this section and replace it with the following: The Proposal Form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -10 November 2020 Contract Documents RFB #2020-006 Division 1 call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone number, and signature; the bidder's UDBE/DBE/M/ WBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the Proposal Form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the Proposal Form unless otherwise specified. 1-02.6 Preparation of Proposal (July 11, 2018 APWA (5P) Supplement the second paragraph with the following: 4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated. 5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. Delete the last two paragraphs, and replace them with the following: If no Subcontractor is listed, the Bidder acknowledges that it does not intend to use any Subcontractor to perform those items of work. The Bidder shall submit with their Bid a completed Contractor Certification Wage Law Compliance form, provided by the Contracting Agency. Failure to return this certification as part of the Bid Proposal package will make this Bid Nonresponsive and ineligible for Award. A Contractor Certification of Wage Law Compliance form is included in the Proposal Forms. The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any UDBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any UDBE requirements are to be satisfied through such an agreement. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -11 November 2020 Contract Documents RFB #2020-006 Division 1 1-02.7 Bid Deposit (March 8, 2013 APWA (35P) Supplement this section with the following: Bid bonds shall contain the following: 1. Contracting Agency -assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature; 6. The signature of the surety's officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. If so stated in the Contract Provisions, cash will not be accepted for a bid deposit. 1-02.9 Delivery of Proposal (December 19, 2019 APWA (35P, Option A) Delete this section and replace it with the following: Each Proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Call for Bids clearly marked on the outside of the envelope, or as otherwise required in the Bid Documents, to ensure proper handling and delivery. To be considered responsive on a FHWA-funded project, the Bidder may be required to submit the following items, as required by Section 1-02.6: • UDBE Written Confirmation Document from each UDBE firm listed on the Bidder's completed UDBE Utilization Certification (WSDOT 272-056U) • Good Faith Effort (GFE) Documentation • UDBE Bid Item Breakdown (WSDOT 272-054) • UDBE Trucking Credit Form (WSDOT 272-058) City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -12 November 2020 Contract Documents RFB #2020-006 Division 1 These documents, if applicable, shall be received either with the Bid Proposal or as a supplement to the Bid. These documents shall be received no later than 48 hours (not including Saturdays, Sundays and Holidays) after the time for delivery of the Bid Proposal. If submitted after the Bid Proposal is due, the document(s) must be submitted in a sealed envelope labeled the same as for the Proposal, with "Supplemental Information" added. All other information required to be submitted with the Bid Proposal must be submitted with the Bid Proposal itself, at the time stated in the Call for Bids. Proposals that are received as required will be publicly opened and read as specified in Section 1-02.12. The Contracting Agency will not open or consider any Bid Proposal that is received after the time specified in the Call for Bids for receipt of Bid Proposals, or received in a location other than that specified in the Call for Bids. The Contracting Agency will not open or consider any "Supplemental Information" (UDBE confirmations, or GFE documentation) that is received after the time specified above, or received in a location other than that specified in the Call for Bids. If an emergency or unanticipated event interrupts normal work processes of the Contracting Agency so that Proposals cannot be received at the office designated for receipt of bids as specified in Section 1-02.12 the time specified for receipt of the Proposal will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which the normal work processes of the Contracting Agency resume. 1-02.10 Withdrawing, Revising, or Supplementing Proposal Section 1-02.10 is supplemented with the following: No oral or telephonic proposals or modifications will be considered. 1-02.13 Irregular Proposals (December 19, 2019 APWA (35P) Delete this section and replace it with the following: 1. A Proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; b. The authorized Proposal form furnished by the Contracting Agency is not used or is altered; c. The completed Proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the Bid Proposal; f. The Proposal form is not properly executed; City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -13 November 2020 Contract Documents RFB #2020-006 Division 1 g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1-02.6; h. The Bidder fails to submit or properly complete an Underutilized Disadvantaged Business Enterprise Certification, if applicable, as required in Section 1-02.6; i. The Bidder fails to submit written confirmation from each UDBE firm listed on the Bidder's completed UDBE Utilization Certification that they are in agreement with the bidder's UDBE participation commitment, if applicable, as required in Section 1-02.6, or if the written confirmation that is submitted fails to meet the requirements of the Special Provisions; j The Bidder fails to submit UDBE Good Faith Effort documentation, if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to demonstrate that a Good Faith Effort to meet the Condition of Award was made; k. The Bidder fails to submit a UDBE Bid Item Breakdown form, if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to meet the requirements of the Special Provisions; I. The Bidder fails to submit UDBE Trucking Credit Forms, if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to meet the requirements of the Special Provisions; m. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or n. More than one Proposal is submitted for the same project from a Bidder under the same or different names. 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; b. Any of the unit prices are excessively unbalanced (either above or below the amount of a reasonable Bid) to the potential detriment of the Contracting Agency; c. Receipt of Addenda is not acknowledged; d. A member of a joint venture or partnership and the joint venture or 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. 1-02.14 Disqualification of Bidders (May 17, 2018 APWA GSP, Option B) Delete this section and replace it with the following: A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended; or does not meet Supplemental Criteria 1-7 listed in this Section. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -14 November 2020 Contract Documents RFB #2020-006 Division 1 The Contracting Agency will verify that the Bidder meets the mandatory bidder responsibility criteria in RCW 39.04.350(1), and Supplemental Criteria 1-2. Evidence that the Bidder meets Supplemental Criteria 3-7 shall be provided by the Bidder as stated later in this Section. 1. Delinauent State Taxes A. Criterion: The Bidder shall not owe delinquent taxes to the Washington State Department of Revenue without a payment plan approved by the Department of Revenue. B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder does not owe delinquent taxes to the Washington State Department of Revenue, or if delinquent taxes are owed to the Washington State Department of Revenue, the Bidder must submit a written payment plan approved by the Department of Revenue, to the Contracting Agency by the deadline listed below. 2. Federal Debarment A. Criterion: The Bidder shall not currently be debarred or suspended by the Federal government. B. Documentation: The Bidder shall not be listed as having an "active exclusion" on the U.S. government's "System for Award Management" database (www.sam.gov). 3. Subcontractor Responsibility A. Criterion: The Bidder's standard subcontract form shall include the subcontractor responsibility language required by RCW 39.06.020, and the Bidder shall have an established procedure which it utilizes to validate the responsibility of each of its subcontractors. The Bidder's subcontract form shall also include a requirement that each of its subcontractors shall have and document a similar procedure to determine whether the sub -tier subcontractors with whom it contracts are also "responsible" subcontractors as defined by RCW 39.06.020. B. Documentation: The Bidder, if and when required as detailed below, shall submit a copy of its standard subcontract form for review by the Contracting Agency, and a written description of its procedure for validating the responsibility of subcontractors with which it contracts. 4. Claims Against Retainage and Bonds A. Criterion: The Bidder shall not have a record of excessive claims filed against the retainage or payment bonds for public works projects in the three years prior to the bid submittal date, that demonstrate a lack of effective management by the Bidder of making timely and appropriate payments to its subcontractors, suppliers, and workers, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -15 November 2020 Contract Documents RFB #2020-006 Division 1 B. Documentation: The Bidder, if and when required as detailed below, shall submit a list of the public works projects completed in the three years prior to the bid submittal date that have had claims against retainage and bonds and include for each project the following information: • Name of project; • The owner and contact information for the owner; • A list of claims filed against the retainage and/or payment bond for any of the projects listed; • A written explanation of the circumstances surrounding each claim and the ultimate resolution of the claim. 5. Public Bidding Crime A. Criterion: The Bidder and/or its owners shall not have been convicted of a crime involving bidding on a public works contract in the five years prior to the bid submittal date. B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder and/or its owners have not been convicted of a crime involving bidding on a public works contract. 6. Termination for Cause/Termination for Default A. Criterion: The Bidder shall not have had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date; or if Bidder was terminated, describe the circumstances. 7. Lawsuits A. Criterion: The Bidder shall not have lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -16 November 2020 Contract Documents RFB #2020-006 Division 1 contracts, or shall submit a list of all lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date, along with a written explanation of the circumstances surrounding each such lawsuit. The Contracting Agency shall evaluate these explanations to determine whether the lawsuits demonstrate a pattern of failing to meet of terms of construction related contracts. As evidence that the Bidder meets the Supplemental Criteria stated above, the apparent low Bidder must submit to the Contracting Agency by 12:00 P.M. (noon) of the second business day following the bid submittal deadline, a written statement verifying that the Bidder meets the supplemental criteria together with supporting documentation (sufficient in the sole judgment of the Contracting Agency) demonstrating compliance with the Supplemental Criteria. The Contracting Agency reserves the right to request further documentation as needed from the low Bidder and documentation from other Bidders as well to assess Bidder responsibility and compliance with all bidder responsibility criteria. The Contracting Agency also reserves the right to obtain information from third -parties and independent sources of information concerning a Bidder's compliance with the mandatory and supplemental criteria, and to use that information in their evaluation. The Contracting Agency may consider mitigating factors in determining whether the Bidder complies with the requirements of the supplemental criteria. The basis for evaluation of Bidder compliance with these mandatory and supplemental criteria shall include any documents or facts obtained by Contracting Agency (whether from the Bidder or third parties) including but not limited to: (i) financial, historical, or operational data from the Bidder; (ii) information obtained directly by the Contracting Agency from others for whom the Bidder has worked, or other public agencies or private enterprises; and (iii) any additional information obtained by the Contracting Agency which is believed to be relevant to the matter. If the Contracting Agency determines the Bidder does not meet the bidder responsibility criteria above and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within two (2) business days of the Contracting Agency's determination by presenting its appeal and any additional information to the Contracting Agency. The Contracting Agency will consider the appeal and any additional information before issuing its final determination. If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the Contracting Agency's final determination. Request to Change Supplemental Bidder Responsibility Criteria Prior To Bid: Bidders with concerns about the relevancy or restrictiveness of the Supplemental Bidder Responsibility Criteria may make or submit requests to the Contracting Agency to modify the criteria. Such requests shall be in writing, describe the nature of the concerns, and propose specific modifications to the criteria. Bidders shall submit such requests to the Contracting Agency no later than five (5) business days prior to the bid submittal deadline and address the City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -17 November 2020 Contract Documents RFB #2020-006 Division 1 request to the Project Engineer or such other person designated by the Contracting Agency in the Bid Documents. 1-02.15 Pre -Award Information (August 14, 2013 APWA GSP) Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2. Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of Bids (January 23, 2006 APWA GSPJ Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder's unit or lump sum price is less than the minimum specified amount. the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and/or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -18 November 2020 Contract Documents RFB #2020-006 Division 1 1-03.2 Award of Contract Section 1-03.2 is supplemented with the following: A contract will not be awarded until the Contracting Agency is satisfied that the successful bidder is familiar with this type of work and has the necessary capital and tools to satisfactorily complete the project. The right is specifically reserved the Contracting Agency to reject any or all proposals, to accept the proposal of the lowest responsible bidder, to re -advertise for new proposals, or waive any informality in the bidding. No unbalanced bids shall be accepted that are to the detriment of the Contracting Agency. The award of contract, if awarded, will be made to the lowest responsive bidder deemed responsible by the Owner, whose bid conforms to the requirements of these specifications, and whose past record of performance on work of similar complexity and magnitude indicates that said bidder is qualified to carry out the obligations of the contract and to complete the work contemplated therein. The lowest bid amount will be determined from the cumulative bid totals for the Bid Schedules selected for award by the Owner. The contract will be awarded on the basis of the sum total Bid. After the award, the Contracting Agency has the option of deleting work associated with the project. The deletion of this work will be documented by a change order. The change order will not be subject to protest or negotiation. The amount of the change order price reduction shall be the sum of the amounts bid for all items within the work deleted. Should the Contracting Agency exercise the option to delete work, then Section 1-04.6 will not apply to the items that are deleted. 1-03.3 Execution of Contract (October 1, 2005APWA (5P) Revise this section to read: Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within *** 10 *** calendar days after the award date, the successful bidder shall return the signed Contracting Agency -prepared contract, an insurance certification as required by Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre -award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency -furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -19 November 2020 Contract Documents RFB #2020-006 Division 1 If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of *** 10 *** additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. 1-03.4 Contract Bond (July 23, 2015APWA (3SP) Delete the first paragraph and replace it with the following: The successful bidder shall provide executed payment and performance bond(s) for the full contract amount. The bond may be a combined payment and performance bond; or be separate payment and performance bonds. In the case of separate payment and performance bonds, each shall be for the full contract amount. The bond(s) shall: 1. Be on Contracting Agency -furnished form(s); 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Guarantee that the Contractor will perform and comply with all obligations, duties, and conditions under the Contract, including but not limited to the duty and obligation to indemnify, defend, and protect the Contracting Agency against all losses and claims related directly or indirectly from any failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform and comply with all contract obligations, conditions, and duties, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other person who provides supplies or provisions for carrying out the work; 4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the project under titles 50, 51, and 82 RCW; and 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond(s) must be signed by the president or vice president, unless accompanied by written proof of the City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -20 November 2020 Contract Documents RFB #2020-006 Division 1 authority of the individual signing the bond(s) to bind the corporation (i.e., corporate resolution, power of attorney, or a letter to such effect signed by the president or vice president). Section 1-03.4 is also supplemented with the following: As indicated in the performance bond and labor and material payment bond forms and construction contract included in these Contract Documents, all work shall be guaranteed for a period of one year after acceptance of the project. Formal construction acceptance by the City Council will be considered as the date of commencement of the one-year period. 1-03.7 Judicial Review Section 1-03.7 is deleted in its entirety and replaced with the following: Any decision made by the City of Yelm regarding the award and execution of the Contract or Bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington State Law. Such review, if any, shall be timely filed in the Yelm Division of the Superior Court of Thurston County, Washington. 1-04 SCOPE OF THE WORK 1-04.1 Intent of the Contract 1-04.1(2) Bid Items Not Included in the Proposal Section 1-04.1(2) is deleted in its entirety and replaced with the following: The Contractor shall include all costs of doing the work within the bid item prices. If the Contract Plans, Contract Provisions, Addenda, or any other part of the Contract requires work that has no specific bid item in the Proposal form, the entire cost of that work shall be considered incidental and included within other bid items in the Proposal. 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda Revise the second paragraph of Section 1-04.2 to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda 2. Proposal Form City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -21 November 2020 Contract Documents RFB #2020-006 Division 1 3. Special Provisions, including APWA and WSDOT General Special Provisions 4. Contract Plans 5. City of Yelm Development Standards and Standard Details 6. Amendments to the Standard Specifications 7. WSDOT Standard Specifications for Road, Bridge and Municipal Construction 8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction 1-04.4 Changes In the seventh paragraph, second item, delete "oral order' and replace with "Work Directive." 1-04.4(1) Minor Changes Section 1-04.4(1) is deleted in its entirety and replaced with the following: Payments or credits for changes amounting to $25,000 or less may be made under the bid item "Minor Change." At the discretion of the Contracting Agency, this procedure for Minor Change may be used in lieu of the more formal procedure outlined in the Section 1-04.4. The Contractor will be provided a copy of the completed order for Minor Change. The agreement for Minor Change will be documented by signature of the Contractor, or notation of verbal agreement. If the Contractor is in disagreement with any work required by the order for Minor Change, the Contractor may protest the order as provided in Section 1-04.5. Payments or credits will be determined in accordance with Section 1-09.4. For the purpose of establishing a common basis for evaluating bids, an arbitrary amount has been shown on the bid form and does not necessarily represent the amount, if any, of Minor Change(s) that may be necessary for project work. Therefore, the "significant change" provisions of Section 1-04.4 do not apply. Actual amounts will be determined in the field as work progresses. Add the following new section: 1-04.4(3) Work Directive New Section Section 1-04.4(3) is added to the Contract Special Provisions. Where situations involve changes in the Work that might delay the Project, if not processed expeditiously, the changed work shall be initiated through use of a Work Directive. The Work Directive is not a Change Order, but only a directive issued by the Engineer to proceed with work that may be included in a subsequent Change Order. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -22 November 2020 Contract Documents RFB #2020-006 Division 1 The Engineer initiates the form. The form includes a project name, number, contract number, and Contractor name. A reason for the change and a description of the desired Work shall be included in sufficient detail to fully describe the required Work and necessity for the change. A method of payment and estimated cost shall be included along with any modifications to the Contract Time. Once the Engineer has completed and signed the form, copies of the form and any supporting design criteria, sketches, modified drawings, or specifications attached to the form shall be sent to the Contracting Agency's representative for approval. Once authorized by the Contracting Agency's representative, the Work Directive shall be returned to the Engineer for signature of the Contractor. The Contractor shall perform the work described in the Work Directive. As Work directed by the Work Directive progresses, Contractor shall submit to the Engineer any documentation required by the Work Directive on the day that work is performed for inclusion in a subsequent Change Order. Documentation may include records of force account work, material invoices, as -built data or quality control documentation. 1-04.6 Variation in Estimated Quantities Section 1-04.6 is supplemented with the following: The Contractor and the Contacting Agency agree that cost adjustments under Section 1-04.6 will only apply to major Contract items which each equal to or exceed 10 percent of the Contract amount excluding sales tax. 1-04.11 Final Cleanup Section 1-04.11 is supplemented with the following: On all concrete and asphalt work, the Contractor shall, before final acceptance of the work, power broom all pavements clean to remove debris. Contractor shall also clean out all culverts and drains, inlets, catch basins, manholes, and water valve boxes, within the project limits, of dirt and debris of any kind that may or may not be the result of the Contractor's operations. The cleaning of structures and disposal of such waste material shall be considered as incidental to the construction. All costs thereof shall be included in the unit prices of various items of work. Add the following new sections: 1-04.12 Temporary Facilities New Section The Contractor, at his option, may furnish for the duration of the project a temporary field trailer for his use during construction within a one-half mile radius of the project site. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -23 November 2020 Contract Documents RFB #2020-006 Division 1 Temporary facility installation shall meet the construction safety requirements of OSHA, State, and other governing agencies and the noise limitations shall meet the requirements in Section 1-07.5(6) in the Special Provisions. 1-04.12(1) Space Allocation New Section On-site space is limited. Available space will be allocated by the Owner. Arrangements for additional space required for Contractor's staging and storage of materials and equipment (in addition to that allocated), shall be made for locations off site as described below. Due to the limited space available outside project limits (and within the existing right of way and temporary construction easements, if any), the Contractor shall make the necessary arrangements with nearby property owner(s) in order to establish an area for the temporary facilities and storing of equipment and materials. All costs associated with third parties arrangements shall be considered incidental to the construction and shall be included in the costs of other items of work involved in the project. 1-04.12(2) Contractors' Work Area New Section Limit operations and storage of equipment and materials to the areas designated by the Engineer. Maintain the area during construction. Proceed with the work in an orderly manner, maintaining the construction site free of debris and unnecessary equipment or materials. Store materials on pallets or racks, off the ground, and in a manner to allow access for inspection. 1-04.12(3) Temporary Water for Construction and Testing New Section Contractor shall provide potable drinking water from an offsite source for all personnel onsite at all times. Water for construction activities from a source at or near the project site will be made available, at no cost to the Contractor, for the project after a refundable deposit is supplied to the City of Yelm in exchange for a hydrant meter. The hydrant meter must be used to monitor the Contractor's water usage. The Contractor must provide and connect a double check valve assembly in order to connect to the City of Yelm water system. The point of connection to the existing water system and backflow assembly shall be approved by the City. The Contracting Agency will operate all valves and hydrants on the existing system for the duration of the project. The Contractor shall not operate any valves or hydrants on the existing system. 1-04.12(4) Temporary Electric Power New Section Verify existing electric service and provide temporary electric power, if required, for use during construction. Electric power will be available at or near the site. The Contractor shall determine the type and amount available and make arrangements with the local utility for obtaining temporary electric power service, including metering equipment. The Contractor shall provide temporary lighting at least to meet all applicable safety requirements to allow erection, application or installation of materials and equipment, and observation or inspection of the Work. Meet safety requirements of OSHA, State and other governing agencies for City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -24 November 2020 Contract Documents RFB #2020-006 Division 1 electrical installations. Facilities for providing temporary electric power shall meet all noise pollution requirements of Section 1-07.5(6) in the Special Provisions. The Contractor shall provide all electrical power required for construction, testing, general and security lighting, and all other purposes whether supplied through temporary or permanent facilities. 1-04.12(5) Sanitary Facilities New Section The Contractor shall provide suitable chemical toilets or water closets at appropriate locations within the site of the work. At the end of the job such toilets shall be removed completely. Sanitation is described in Section 1-07.4. 1-04.12(6) Temporary Telephone Service New Section Foreman, supervisor, superintendent, or other onsite supervisor shall be available quickly by cell, landline or voicemail at all times during the project and have access to email daily. 1-04.12(7) Payment for Temporary Facilities New Section Costs for temporary facilities shall be considered incidental to the construction and included in the prices for the applicable type of work. 1-05 CONTROL OF WORK 1-05.3 Working Drawings Section 1-05.3 is supplemented with the following: In the event that it is found that the Specifications and Contract Plans contained in the Contract Documents are not sufficiently clear to permit the Contractor to proceed with the work, the Engineer will, either upon his own initiative or upon request from the Contractor, furnish such additional written Specifications together with such additional Contract Plans as may be necessary. When such request is made by the Contractor, it must be made in ample time to permit the preparation of the Specifications and Contract Plans by the Engineer before construction of the work covered by them is undertaken. Such additional Specifications and Contract Plans will not be inconsistent with the Contract Documents and shall have the same force and effect as if contained in the Contract Documents. 1-05.4 Conformity With and Deviations from Plans and Stakes Section 1-05.4 is supplemented with the following: The Contractor shall provide all surveys required to complete the project, except the following primary survey control which will be provided by the Engineer. 1. Monuments and control points as shown in the Plans. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -25 November 2020 Contract Documents RFB #2020-006 Division 1 The Contractor shall establish all secondary survey controls, both horizontal and vertical, as necessary to assure proper placement of all project elements based on the primary control points provided by the Engineer. Survey work shall be within the following tolerances: The Contractor shall be responsible for setting and maintaining all alignment stakes, slope stakes, and grades necessary for the construction of the roadbed, surfacing, paving, utility pipelines and appurtenances — sewer, water, storm, etc. channelization, signing, if such construction is included in this project. Except for the survey control data to be furnished by the Contracting Agency, calculations, surveying, and measuring required for setting and maintaining the necessary lines and grades shall be the Contractor's responsibility. The Contractor shall provide the Contracting Agency copies of such calculations and staking data when requested by the Engineer. Copies of the Contracting Agency provided survey control data are available for the bidder's inspection at the office of the Engineer. Any staking requirements for the project that do not fit field conditions will be reviewed and if necessary adjusted by the Engineer. Any necessary revision to the staking information will be provided to the Contractor for use in completing the work. At the Contracting Agency's discretion, it may spot-check the Contractor's surveying. These spot-checks will not change the requirements for normal checking and testing as described elsewhere, and do not relieve the Contractor of the responsibility of producing a finished product that is in accordance with the contract. Measurement No specific unit of measurement shall apply to the lump sum item of "Project Surveying." Payment "Project Surveying", lump sum. The lump sum contract price for "Project Surveying" shall include full compensation to the Contractor for all labor, equipment and materials necessary to satisfactorily complete the work as described herein. Any claim by the Contractor for extra compensation by reason of alterations or reconstruction work allegedly due to error in the Engineer's line and grade, will not be allowed unless the original control points set by the Engineer still exist, or unless other satisfactory substantiating evidence to prove the error is furnished the Engineer. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. Any such variation shall, upon discovery, be reported to the Engineer. In the absence of such report the Contractor shall be liable for any error in alignment or grade. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -26 November 2020 Contract Documents RFB #2020-006 Division 1 Add the following new section: 1-05.4(1) Existing Markers and Monuments New Section Contractor shall take necessary precautions to locate and protect existing markers, property corners, monuments, section corners, subdivision corners, plat markers, bench marks, and all other reference points that may be affected by construction. All markers that may be disturbed by construction shall be identified, referenced, and replaced if disturbed in accordance with recognized surveying practices. Property corners, fences and other indications of property lines shall be referenced by the Contractor prior to construction and reset after completion of the construction operations in accordance with recognized survey practices. The Contractor shall be responsible for removal and resetting of markers and monuments. Contractor shall not knowingly remove or disturb any such marker before a licensed land surveyor can reference such marker. Contractor shall be responsible for providing said survey services and shall be responsible for all costs for replacing markers and recording of surveys. Contractor will not be entitled to any delay costs for referencing an existing marker. In the event that any of these items are not replaced by the Contractor, they shall be replaced by Engineer and the cost of this work shall be billed to the Contractor by the Contracting Agency. If a marker or monument must be disturbed, Contractor shall follow these steps in accordance with recognized survey practices: Survey work associated with WAC 332-120 shall be performed for the removal and resetting of monuments. 2. Before Contractor disturbs monument(s), surveyor shall establish reference points to perpetuate the position of the monument(s) and an Application For Permit to Remove or Destroy a Survey Monument shall be filed with the Department of Natural Resources (DNR) as set forth in WAC 332-120, for all existing monuments that are subject to being disturbed, prior to construction of improvements. Once a permit has been authorized by DNR, the Contractor may excavate monument(s). The Contractor shall provide replacement monuments in accordance with the City of Yelm Standard Detail 4-16, entitled "Cast in Place Monuments", or in accordance with the governing jurisdiction requirements (i.e. WSDOT, Thurston County, etc.) as applicable. 5. The Contractor shall set replacement monument, case, and cover in position. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -27 November 2020 Contract Documents RFB #2020-006 Division 1 6. Surveyor shall verify the position and punch mark the brass cap. 7. Surveyor shall file Completion Report for Monument Removal and Destruction with the Department of Natural Resources upon completion of monument replacement. All marks, bench marks, reference points and stakes established by the Engineer to control construction of this project, shall be carefully preserved by the Contractor. In case of their destruction by the Contractor or any of his employees, such stake will be replaced by the Engineer at the Contractor's expense and the full cost of replacement will be borne by the Contractor. 1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005APWA (3SP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -28 November 2020 Contract Documents RFB #2020-006 Division 1 1-05.10 Guarantees Section 1-05.10 is supplemented with the following: For a period of 365 days, commencing on the Physical Completion Date, the Contractor shall, upon the receipt of notice in writing from the Contracting Agency, promptly correct any defective work. If the defective work cannot be corrected, or if the corrected work has been rejected by the Contracting Agency, the Contractor shall promptly remove it from the site and replace it with non -defective work, all at no cost to the Contracting Agency. The Contracting Agency is hereby authorized to make such corrections if, ten days after giving of such notice to the Contractor, the Contractor has failed to make or undertake the corrections or removal/replacement with due diligence. In case of an emergency where, in the opinion of the Engineer, delay could cause serious loss or damage, corrections or replacement may be made prior to or concurrent with notice being sent to the Contractor. All expenses in connection with such corrections or replacement, including costs for professional services, will be charged to the Contractor. For defective work either corrected or replaced, this guarantee shall be extended for a period equal to the time of correction or replacement. The guarantee provided in this Section shall be in addition to those specific guarantee or warranty requirements for particular equipment and/or work items indicated in any other Section, and in addition to any other rights or remedies available to the Contracting Agency under this Contract or at law. 1-05.11 Final Inspection Delete this section and replace it with the following: 1-05.11 Final Inspections and Operational Testing (October 1, 2005APWA (3SP) 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefor. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -29 November 2020 Contract Documents RFB #2020-006 Division 1 interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1-05.11(3) Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -30 November 2020 Contract Documents RFB #2020-006 Division 1 The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the contract. 1-05.12 Final Acceptance The first paragraph of Section 1-05.12 is deleted in its entirety and replaced with the following: The Contractor must perform all the obligations under the contract before a completion date and final acceptance can occur. Failure of the Contractor to perform all the obligations under the contract shall not bar the Contracting Agency from unilaterally accepting the contract as provided in Section 1-09.9. The Contracting Agency, or a duly authorized representative, accepts the completed contract and the items of work shown in the Comparison of Quantities by signature of the Notice of Completion and Acceptance. The date of that signature constitutes the acceptance date. Progress estimates or payments shall not be construed as acceptance of any work under the contract. 1-05.13 Superintendents, Labor, and Equipment of Contractor (August 14, 2013 APWA GSP) Delete the sixth and seventh paragraphs of this section. 1-05.14 Cooperation With Other Contractors Section 1-05.14 is supplemented with the following: Nothing in the contract shall be interpreted as granting to the Contractor exclusive occupancy of the project area. The Contractor must ascertain to his own satisfaction the scope of the project and the nature of any other contracts that have been or may be awarded by the Owner in the construction of the project, or to the end that the Contractor may perform this contract in the light of such other contracts, if any. The Contractor shall not cause any unnecessary hindrance or delay to any others working on the project. If the performance of any contract for the project is likely to be interfered with by the simultaneous performance of some other contract or contracts, the Engineer will decide which Contractor shall cease work temporarily and which Contractor shall continue, or whether the work under the contracts can be coordinated so that the Contractors may proceed simultaneously. On all questions concerning conflicting interest of Contractors performing related work, the decision of the Engineer shall be binding upon all Contractors concerned and the Owner, the Engineer, the Owner's Representative, and their consultants shall not be responsible for any damages suffered or extra costs incurred by the Contractor resulting directly or indirectly from the award or performance or attempted performance of any other City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -31 November 2020 Contract Documents RFB #2020-006 Division 1 contract or contracts on the project or caused by a decision or omission of the Engineer respecting the order of precedence in the performance of the contracts. If, through acts of neglect on the part of the Contractor, any others suffer loss or damage on the Work, the Contractor agrees to settle with such others by agreement or arbitration, if such others will so settle. If such others shall assert any claim against the Owner, the Engineer, the Owner's Representative, or their consultants on account of any damage alleged to have been so sustained, the Owner shall notify the Contractor, who shall hold harmless, indemnify, and defend the Owner, Engineer, the Owner's Representative, and their consultants, and each of their directors, officers, employees, and agents against any such claim, including all attorney's fees and any other costs incurred by the indemnified parties relative to any such claim. The Contractor shall coordinate his work with other Contractors and utility companies which may have facilities in the project area and cooperate with them. He shall also coordinate his activities with the Owner; and no water or sewer mains, individual water or sewer services, street, or private driveways may be closed off without a minimum 5 working days notice to the Owner and the private property owner. Should the property owner or the Owner have adequate reason, as determined by the Engineer, to avoid access or water or sewer service shutoff at the scheduled time, the Contractor shall reschedule his work to meet the new condition. Final grading to subgrade and subgrade preparation in those areas disturbed by the utilities companies shall be the responsibility of the Contractor and considered incidental to the street construction and no additional compensation will be paid. The Contractor shall cooperate with the utility companies and/or their subcontractors and so conduct his operations that the necessary construction of their facilities can be accomplished to the mutual satisfaction of the Contracting Agency and the utility companies. The Contractor shall cooperate in the coordination of separate activities in a manner that will provide the least interference with public agencies, property owners, other Contractors and utility companies working in the area, and in the interfacing and connection of the separate elements of the overall project work. The Contracting Agency, utility companies and others may be working within the project areas while the work is in progress. If so, the Contractor shall schedule the work in conjunction with these other organizations to minimize mutual interference. The Contractor shall maintain overall coordination for the execution of the work. Based on the Construction Schedule prepared in accordance with these Specifications, the Contractor shall obtain from each subcontractor a similar schedule and shall be responsible for all parties maintaining these schedules or for coordinating required modifications. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -32 November 2020 Contract Documents RFB #2020-006 Division 1 1-05.15 Method of Serving Notices (March 25, 2009 APWA (3SP) Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the of correspondence will not constitute such notice and will not comply with the requirements of the Contract. Add the following new section: 1-05.16 Water and Power New Section (October 1, 2005APWA (3SP) The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item. Add the following new section: 1-05.17 Record Drawings New Section The Contractor shall maintain one set of full size plans for Record Drawings, updated with clear and accurate red -lined field revisions on a daily basis, and within 2 business days after receipt of information that a change in Work has occurred. The Contractor shall not conceal any work until the required information is recorded. This Record Drawing set shall be used for this purpose alone, shall be kept separate from other Plan sheets, and shall be clearly marked as Record Drawings. These Record Drawings shall be kept on site at the Contractor's field office, and shall be available for review by the Contracting Agency at all times. The Contractor shall bring the Record Drawings to each progress meeting for review. Record drawings shall be coordinated with, reviewed by, and submitted to Derek McCoy, derekm@yelmwa.gov. The preparation and upkeep of the Record Drawings is to be the assigned responsibility of a single, experienced, and qualified individual. The quality of the Record Drawings, in terms of accuracy, clarity, and completeness, is to be adequate to allow the Contracting Agency to modify the computer-aided drafting (CAD) Contract Drawings to produce a complete set of Record Drawings for the Contracting Agency without further investigative effort by the Contracting Agency. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -33 November 2020 Contract Documents RFB #2020-006 Division 1 The Record Drawing markups shall document all changes in the Work, both concealed and visible. Items that must be shown on the markups include but are not limited to: Actual dimensions, arrangement, and materials used when different than shown in the Plans. Changes made by Change Order or Field Order. Changes made by the Contractor. Accurate locations of storm sewer, sanitary sewer, water mains and other water appurtenances, structures, conduits, light standards, vaults, width of roadways, sidewalks, landscaping areas, building footprints, channelization and pavement markings, etc. Include pipe invert elevations, top of castings (manholes, inlets, etc.). If the Contract calls for the Contracting Agency to do all surveying and staking, the Contracting Agency will provide the elevations at the tolerances the Contracting Agency requires for the Record Drawings. When the Contract calls for the Contractor to do the surveying/staking, the applicable tolerance limits include, but are not limited to the following: Making Entries on the Record Drawings: • Use erasable colored pencil (not ink) for all markings on the Record Drawings, conforming to the following color code: • Additions - Red • Deletions - Green • Comments - Blue • Dimensions - Graphite • Provide the applicable reference for all entries, such as the change order number, the request for information (RFI) number, or the approved shop drawing number. • Date all entries. • Clearly identify all items in the entry with notes similar to those in the Contract Drawings (such as pipe symbols, centerline elevations, materials, pipe joint abbreviations, etc.). The Contractor shall certify on the Record Drawings that said drawings are an accurate depiction of built conditions, and in conformance with the requirements detailed above. The Contractor shall submit final Record Drawings to the Contracting Agency. Contracting Agency acceptance of the Record Drawings is one of the requirements for achieving Physical Completion. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -34 November 2020 Contract Documents RFB #2020-006 Division 1 Vertical Horizontal As -built sanitary & storm invert and grate elevations f 0.01 foot f 0.01 foot As -built monumentation f 0.001 foot f 0.001 foot As -built waterlines, inverts, valves, hydrants f 0.10 foot f 0.10 foot As -built gas lines, power, TV, Tel, Com f 0. 10 foot f 0.10 foot Making Entries on the Record Drawings: • Use erasable colored pencil (not ink) for all markings on the Record Drawings, conforming to the following color code: • Additions - Red • Deletions - Green • Comments - Blue • Dimensions - Graphite • Provide the applicable reference for all entries, such as the change order number, the request for information (RFI) number, or the approved shop drawing number. • Date all entries. • Clearly identify all items in the entry with notes similar to those in the Contract Drawings (such as pipe symbols, centerline elevations, materials, pipe joint abbreviations, etc.). The Contractor shall certify on the Record Drawings that said drawings are an accurate depiction of built conditions, and in conformance with the requirements detailed above. The Contractor shall submit final Record Drawings to the Contracting Agency. Contracting Agency acceptance of the Record Drawings is one of the requirements for achieving Physical Completion. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -34 November 2020 Contract Documents RFB #2020-006 Division 1 Payment will be made for the following bid item: Record Drawings Lump Sum (Minimum Bid $ *** 1,000 ***) Payment for this item will be made on a prorated monthly basis for work completed in accordance with this section up to 75% of the lump sum bid. The final 25% of the lump sum item will be paid upon submittal and approval of the completed Record Drawings set prepared in conformance with these Special Provisions. A minimum bid amount has been entered in the Bid Proposal for this item. The Contractor must bid at least that amount. 1-06 CONTROL OF MATERIAL 1-06.1 Approval of Materials Prior to Use Section 1-06.1 is supplemented with the following: Promptly after receiving the contract award, the Contractor shall notify the Engineer of all proposed materials sources. These sources shall be approved by the Engineer before delivery begins. If approved sources are unable to provide acceptable or uniform products, the Contractor shall locate other sources and obtain approval for them. Revise the first paragraph to read: Prior to use, the Contractor shall notify the Engineer of all proposed materials. The Contractor shall use an approved Request for Submittal Review form furnished by the Contracting Agency or Engineer. Add the following new sections: 1-06.7 Submittals New Section The Contractor shall check and verify all field measurements and shall approve in writing and submit with reasonable promptness and in such sequence as to cause no delay in the work or in the work of the Contracting Agency or any separate Contractor, all shop drawings, product data and samples required by the Contract Documents to be reviewed or tested by the Engineer. By approving and submitting shop drawings, product data and samples, the Contractor represents that he has determined and verified all materials, field measurements, and field construction criteria related thereto, and that he has checked and coordinated the information City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -35 November 2020 Contract Documents RFB #2020-006 Division 1 contained within such submittals with the requirements of the work and of the Contract Documents and that he is satisfied they conform to the Contract Documents. A general List of Submittals showing submittals that will be required as part of this project, will be given to the Contractor at the preconstruction meeting. The Contractor shall provide additional submittals not specifically listed or as requested by the Engineer, as required by the Contract Documents to perform the work. Unless otherwise provided in the Contract Documents, the Contractor shall submit one electronic (pdf format) copy and one hard copy of each shop drawing, product sheets, and samples. All required shop drawings, product data and samples shall be furnished to the Engineer for his review and any required testing before any of the work or related work is performed or products or material ordered. Any work performed or products or material ordered prior to the Engineer's review and completion of the testing will be at the Contractor's risk. The Engineer will review all shop drawings, product data and samples and conduct such tests as are required by the Contract Documents within 10 working days after receipt unless a longer review period for specified item(s) is agreed to by the Contractor and the Engineer. If more than the specified number of days are required for the Engineer's review of any individual submittal or resubmittal, an extension of time will be considered in accordance with Section 1-08.8 as amended in the Special Provisions. Delays caused by the need for resubmittal may not be a basis for an extension of contract time or delay damages at the discretion of the Owner. All shop drawings and product data shall be made in such a manner that clear and legible reproductions can be made from them. Any shop drawings, product data or samples submitted for review which are, in the Engineer's opinion, carelessly prepared, erroneous or unchecked, will be returned to the Contractor for redrawing, checking and resubmission. Submittals shall be submitted on 8 -1/2 -inch by 11 -inch or 11 -inch by 17 -inch sheets and contain at a minimum the following information, as applicable: Submittal number applicable to the Bid Item resubmittal numbering system consistent numbering system shall be approved by submittals. number or a sequential submittal and throughout the project. Submittal Engineer prior to submission of any 2. Project name, Contractor, Engineer, and Owner. 3. Applicable specification section and drawing reference. A stamp showing that the Contractor has checked the material or equipment for conformance with the contract requirements, coordination with other work on the job, and dimensional suitability. 5. Dimensions and weights. 6. Catalog information. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -36 November 2020 Contract Documents RFB #2020-006 Division 1 7. Manufacturer's specifications. 8. Special handling instructions. 9. Maintenance requirements. 10. List of contract exceptions. 11. Other information as required by the Engineer or the Specifications. Where contents of submitted literature from manufacturers includes data not pertinent to the submittal, the Contractor shall clearly indicate which portion of the contents is being submitted for the Engineer's review. The Contractor shall direct specific attention, in writing on resubmitted shop drawings, product data or samples, to revisions other than those requested by the Engineer on previous submittals. The Contractor shall direct specific attention, in writing, to each deviation from the Contract Documents and state any trades, dimension, functions or other aspects of the work that will be affected by the proposed change. It is understood that any deviation, if no exception is made by the Engineer to such deviation, will be made at no additional cost to the Contacting Agency and there will be no extension of the contract time for such deviation. The Contractor is responsible for the design of any construction changes resulting from any such deviation, for dimensions which shall be confirmed and coordinated at the job site, for fabrication processes and techniques of construction, for coordination of the work with that of all trades and for a complete installation which will function as originally specified. All shop drawings, product data, and samples prepared by subcontractors of the Contractor for review by the Engineer shall first be sent by the subcontractors directly to the Contractor. The Contractor shall thoroughly check and shall coordinate its own shop drawings, product data, and samples and subcontractor's shop drawings, product data, and samples with regard to measurement, sizes of members, materials, and details to confirm that they conform to the requirements of the Contract Documents and are not in conflict with each other. Shop drawings, product data, and samples found to be not in conformance with the Contract, inaccurate or otherwise in error shall be returned to the subcontractors for correction before the Contractor submits them to the Engineer. The Engineer will, upon completion of the review, return one copy of all shop drawings, product data and one sample to the Contractor and the Contractor will maintain them together with other submittals, and the Contract Documents, in good order, and make available to the Engineer and his representatives at the construction site. The review by the Engineer of any shop drawings, product data, samples or other submittals is only for conformance with the general design concept of the project and does not extend to consideration of structural integrity, safety, detailed compliance with contract requirements or any other obligation of the Contractor. Any action shown is subject to the requirements of the plans and specifications. The Contractor is responsible for confirming and correlating all City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -37 November 2020 Contract Documents RFB #2020-006 Division 1 dimensions; fabrication and construction techniques; coordinating his work with that of all other trades; and the satisfactory performance of his entire work in strict accordance with the Contract Documents. The review is undertaken solely to satisfy the Engineer's obligation to the Contracting Agency and does not relieve the Contractor from his obligation to fully perform all contract requirements, or third persons, against the Engineer or the Contracting Agency. The Contract Price shall include the cost of furnishing all shop drawings, product data and samples, and the Contractor will be allowed no extra compensation for such drawings, product data or samples. Cost of all work under this section shall be included in the lump sum contract bid item of "Mobilization". Submittals shall be delivered within 15 working days after contract execution to: *** Derek McCoy at derekm@yelmwa.gov *** labeled "Replacement Submittal No. XX — Submittal Description." 1-06.7(1) Review Schedule New Section Shop drawings and submittals will be reviewed as promptly as possible and transmitted to Contractor not later than 10 working days after receipt by the Engineer. The Contractor shall revise and resubmit previously rejected submittals as necessary to obtain approval. Delays caused by the need for resubmittal may not be a basis for an extension of contract time or delay damages at the discretion of the Owner. One set of electronic shop drawings will be returned to the Contractor via email after review. Add the following new section: 1-06.8 Substitutions New Section Unless otherwise specifically provided in the Contract Documents, reference to any equipment, material or article, by specified performance of product requirement establishes a standard of quality. Equal products may be substituted if reviewed and approved by the Engineer, and the Contractor complies with the following requirements: A. If deemed necessary by the Contracting Agency or the Engineer, provide tests to prove the equality of the products submitted for substitution. B. Furnish complete detailed specifications and published product information on proposed material substitutions. C. Pay for the cost of redesign Engineering caused by a substitution. D. The Engineer's decision as to the quality of the proposed substitutions is final. When the Engineer reviews a substitution, it is with the understanding that the Contractor guarantees the substituted article or materials to be equal to or better than those specified. Each item or material not specified or reviewed that is used in the work is at the Contractor's own risk and the Engineer has the right to order it removed and replaced by the specified item or material without challenge from the Contractor and at the Contractor's sole expense. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -38 November 2020 Contract Documents RFB #2020-006 Division 1 Requests may be submitted to the Engineer for review as substitute products, but such requests will only be considered with proper identification of the proposed substitution and data substantiating its conformance with the Contract Documents. Requests for substitution shall be submitted in writing after award of Contract unless otherwise specifically provided in the Contract Documents. The Contractor shall specifically state proposed changes to the Contract Item Unit Cost or Item Lump Sum Cost for such substitution. The consideration of such request will be made only when the specified product is no longer available or when such consideration will clearly be of benefit to the project as judged by the Contracting Agency. Requests for substitution shall include the following: A. Complete data substantiating compliance of proposed substitution with Contract Documents. B. For products: 1. Product identification, including manufacturer's name and address. 2. Manufacturer's literature. 3. Product description. 4. Performance and test data. 5. Samples. 6. Name and address of similar projects on which product was used and date of installation. C. For construction methods: 1. Detailed description of proposed method. 2. Drawings illustrating methods. 3. Itemized comparison of proposed substitution with product or method specified. 4. Data relating to changes in construction schedule. 5. Accurate cost data on proposed substitution in comparison with product or method specified. 6. Operation and maintenance information. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -39 November 2020 Contract Documents RFB #2020-006 Division 1 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed (October 1, 2005APWA (3SP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. Section 1-07.1 is also supplemented with the following: The Contractor shall have the "right to control" and bear the sole responsibility for the job site conditions, and job site safety. The Contractor shall comply with all applicable Federal, State, and Local safety regulations governing the job site, employees, and subcontractors. The Contractor shall be responsible for the subcontractor's compliance with these provisions. If awarded a contract, the Contractor shall fully comply with all such environmental protection laws, ordinances and regulations dealing with prevention of environmental pollution and the preservation of public natural resources that may be applicable to this Contract. The cost of such compliances shall be incidental to the bid prices. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -40 November 2020 Contract Documents RFB #2020-006 Division 1 1-07.2 State Taxes Delete this section, including its sub -sections, in its entirety and replace it with the following: 1-07.2 State Sales Tax (June 27, 2011 APWA (5P) The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor -paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(2) describes this exception. The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA-funded Project) only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract -related taxes have been paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(1) State Sales Tax — Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(2) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -41 November 2020 Contract Documents RFB #2020-006 Division 1 For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1-07.2(3) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 1-07.5 Environmental Regulations Section 1-07.5 is supplemented with the following: Meet all federal, state, and local pollution control regulations for all work performed under this contract. Observe all statutes, ordinances, and regulations pertaining to the prevention of environmental pollution and the preservation of public natural resources. All such statutes, ordinances, regulations, or portions thereof pertaining to work performed under this contract are hereby incorporated with and made a part of this contract. The Contractor shall be aware of these provisions and coordinate with the specific controlling agencies. The Contractor shall furnish all bonds and insurance required by the controlling agencies and shall, if requested, pay for any inspections and testing accomplished or furnished by them. Add the following new section: 1-07.5(7) Noise Restrictions New Section Section 1-07.5(7) is added to the Contract Special Provisions. A. The Contractor shall comply with all applicable federal, state and local regulations, and all applicable restrictions. Control and reduce noise to the extent possible at all times during the work and do not exceed the noise requirements stated in this section. B. Sound levels are to be maintained below a level that is considered acceptable as determined by the Engineer. C. Equipment maintenance may be done between the identified allowable working hours on weekdays only, provided that noise is restricted to a sound level that is considered acceptable as determined by the Engineer. Maintenance requiring equipment operation, such as might occur during engine repair, will not be allowed after 5:30 p.m. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -42 November 2020 Contract Documents RFB #2020-006 Division 1 D. In addition to local regulations, conduct all work using appropriate construction methods. Furnish and install acoustical barriers such that no sound emanating from the process or any related tool or equipment exceeds 55 decibels when measured at the property line. Periodic sounds such as backup beepers cannot exceed the minimum +2 -3 dBA required by state law. E. Sounds created by impact types of construction equipment, including but not limited to pile drivers, jackhammers, sandblasting tools, or by other types of equipment or devices that create impulse noise or impact noise or are used as impact equipment as measured 50 feet from the equipment, may exceed the maximum permissible sound levels in any 1 -hour period between the hours of 8:00 a.m. and 5:00 p.m. on weekdays, but in no event to exceed the following: 1. L eq 90 decibels continuously. 2. L eq 93 decibels for 30 minutes. 3. L eq 96 decibels for 15 minutes. 4. L eq 99 decibels for 7 minutes. F. Sound levels in excess of L eq 99 decibels are prohibited unless authorized by variance obtained from the Engineer. G. When sound levels are exceeded, stop the offending operation immediately. No extension of time is allowed for excessive sound that causes a failure to perform the work according to the Contract. 1-07.6 Permits and Licenses Section 1-07.6 is supplemented with the following: At a minimum, the Contractor and his subcontractors shall have the following licenses: A. City of Yelm Business License A copy of the License shall be submitted with the executed Contract. B. Washington State Contractor License The Contractor shall obtain a valid Washington State Contractor's License from the Washington State Department of Labor and Industries prior to the commencement of the Work. The Contractor shall submit proof of licensing to the Owner upon request. The Contractor shall procure and pay for all necessary permits and licenses not included in the Special Provisions or the Appendix thereto required for the construction of the work. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -43 November 2020 Contract Documents RFB #2020-006 Division 1 The Contractor shall assure that all required permits are obtained and is responsible for becoming familiar with and adhering to the requirements of all applicable permits. All specific permits, licenses, inspections, etc., which may be required, shall be obtained and paid for by the Contractor, except for otherwise stated, including but not limited to City business license(s). The Contractor shall furnish all bonds and insurance required by the controlling agencies, and shall, if requested, pay for any inspection and testing accomplished or furnished by them. No hydraulic permits are anticipated to be required for this project; unless the Contractor's operations use, divert, obstruct, or change the natural flow or bed of any river or stream, or utilize any of the waters of the State or materials from gravel or sand bars, or from stream beds. The Contractor shall furnish the Engineer with one copy of each permit issued for borrow, filling, or wasting material required for or generated by the contract work. The Contractor shall notify the Engineer in writing of the location of all borrow, filling, and waste sites regardless of whether a permit is required. All costs incurred by the Contractor in procuring permits and complying with stipulations in the permits and approvals shall be incidental to and included in the various items of work in the project; no additional compensation will be made. 1-07.7 1-07.7(1) Load Limits General Section 1-07.7(1) is supplemented with the following: If the sources of materials provided by the Contractor necessitate hauling over roads other than State Highways, the Contractor shall, at the Contractor's expense, make all arrangements for the use of the haul routes. 1-07.9 Wages 1-07.9(1) General Section 1-07.9(1) is supplemented with the following: The work under this Contract is to be paid for by public funds and consequently is subject to state minimum prevailing wage rates. It is the responsibility of the Contractor to obtain the most current state wage rates. The most current version of the prevailing wages can be found by visiting the website: httos://fortress.wa.oov/lni/waoelookuo/orvWaoelookuo.asox. The project site is located in Thurston County. A copy of the prevailing wage rates is available at the Owner's offices and will be mailed to the winning Contractor upon request. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -44 November 2020 Contract Documents RFB #2020-006 Division 1 The Owner does not guarantee that labor can be procured for the required minimum wages. The prevailing wage rates are minimums only, below which the Contractor cannot pay, and they do not constitute a representation that labor can be procured for the required minimum wage. Before payment is made by or on behalf of the Contracting Agency of any sums due under this Contract, the Contractor and each subcontractor shall submit a Wage Rate Affidavit stating the actual wage and fringe benefit paid each labor classification employed on the project during the time period for which the estimate is drawn. It shall be the responsibility of the Contractor to require all subcontractors to complete Affidavits of Wages Paid and to make the proper filing of same. 1-07.13 Contractor's Responsibility for Work 1-07.13(1) General The second paragraph of Section 1-07.13(1) is to be deleted and replaced with the following: Contractor shall bear the risk of loss or damage, for any reason, to all finished or partially finished work until Final Acceptance of the entire Contract. This includes all vandalism, theft, and acts of nature. Section 1-07.13(1) is supplemented with the following: The Contracting Agency reserves the right to use and/or occupy any portion of the project or it's improvements which have been completed sufficiently to permit use and occupancy and such use shall not be construed as an acceptance of the work or any part thereof, and any claims which the Contracting Agency may have against the Contractor shall not be deemed to have been waived by such use and/or occupancy. 1-07.14 Responsibility for Damage Section 1-07.14 is modified with the following: The Contractor shall protect, defend, indemnify, and save harmless the Contracting Agency, its officers, officials, employees, and agents, from any and all claims, demands, suits, penalties, losses, damages, judgments, or costs of any kind whatsoever (hereinafter "claims', arising out of or in any way resulting from the Contractor's officers, employees, agents, and/or subcontractors of all tiers, acts or omissions, performance or failure to perform this Contract, to the maximum extent permitted by law or as defined by RCW 4.24.115, now enacted or as hereinafter amended. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -45 November 2020 Contract Documents RFB #2020-006 Division 1 The Contractor's obligations under this section shall include, but not be limited to: 1. The duty to promptly accept tender of defense and provide defense to the Contracting Agency at the Contractor's own expense. 2. The duty to indemnify and defend the Contracting Agency from any claim, demand, and/or cause of action brought by or on behalf of any of its employees, or agents. The foregoing duty is specifically and expressly intended to constitute a waiver of the Contractor's immunity under Washington's Industrial Insurance Act, RCW Title 51, as respects the Contracting Agency with a full and complete indemnity and defense of claims made by the Contractor's employees. The parties acknowledge that these provisions were mutually negotiated and agreed upon by them. 3. To the maximum extent permitted by law, the Contractor shall indemnify and defend the Contracting Agency from and be liable for all damages and injury which shall be caused to owners of property on or in the vicinity of the work or which shall occur to any person or persons or property whatsoever arising out of the performance of this Contract, whether or not such injury or damage is caused by negligence of the Contractor or caused by the inherent nature of the work specified. The Contracting Agency may, in its sole discretion, (1) withhold amounts sufficient to pay the amount of any claim for injury, and/or (2) pay any claim for injury of which the Contracting Agency may have knowledge, regardless of the formalities of notice of such claim, arising out of the performance of this Contract. An amount withheld will be held until the Contractor secures a written release from the claimant, obtains a court decision that such claim is without merit, or satisfies any judgment on such claim. In addition, the Contractor shall reimburse and otherwise be liable for claims costs incurred by the Contracting Agency, including, without limitation, costs for claims adjusting services, attorneys, Engineering, and administration. In the event the Contracting Agency incurs any judgment, award, and/or costs arising, including attorneys' fees, from enforcing the provisions of this provision, all such fees, expenses, and costs shall be recoverable from the Contractor. 1-07.15 Temporary Water Pollution Prevention Section 1-07.15 is supplemented with the following: The Contractor shall submit bi-weekly updates of the temporary water pollution/erosion control plan. These updates shall include, but are not limited to, sketches showing location of control facilities such as straw bales, silt fences, and areas to be covered at end of shift. These updates shall be submitted to the Engineer for review each Friday unless otherwise directed by the Engineer. The Engineer will review the updated plan and provide comments to Contractor the following Monday. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -46 November 2020 Contract Documents RFB #2020-006 Division 1 As set forth in Section 1-07.14 as amended in the Special Provisions, the Contractor shall be responsible throughout the life of the project to take all necessary precautions to prevent pollution, erosion, siltation, and related damage to property caused by any water leaving work areas, including borrow and stockpile areas. All silt shall be contained within the construction area. Required temporary water pollution control measures shall be in accordance with the requirements of Section 8-01 as amended in the Special Provisions. The Contractor shall pay all fines and citations charged to the Contracting Agency for discharging silty water from the site during the life of the project. In addition, the Contractor shall pay all costs for repair to property damaged (onsite and offsite) by water discharged from work areas used in this Contract. Construction and maintenance of erosion control measures shall be performed according to the plans and specifications and applicable permits. Other or additional temporary water pollution/erosion control measures may be required at the discretion of the Engineer. Costs for temporary water pollution/erosion control shall be in accordance with that specified in Section 8-01 as amended in the Special Provisions. The Contractor shall meet all federal, state and local pollution control regulations for all work performed under this contract. No lime, wet concrete, petroleum products, silts, organic material or other deleterious materials are allowed to fall, flow, leach or otherwise enter public waters. The Contractor shall observe all statutes, ordinances and regulations pertaining to the prevention of environmental pollution and the preservation of public natural resources. All such statutes, ordinances, regulations or portions thereof pertaining to work under this contract are hereby incorporated with and made part of this contract. The Contractor shall be aware of these provisions and coordinate with the specific controlling agencies. The Contractor shall furnish all bonds and insurance required by the controlling agencies and shall, if requested, pay for any inspections and testing accomplished or furnished by them. At a minimum the Contractor's temporary water pollution/control plan shall address the following items: 1. Protection of existing storm sewer system. 2. Disposal of water from dewatering systems. 3. Disposal of water from normal trench dewatering. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -47 November 2020 Contract Documents RFB #2020-006 Division 1 1-07.15(1) Spill Prevention, Control, and Countermeasures Plan Section 1-07.15(1) is supplemented with the following: All costs associated with the SPCC plan shall be considered included in the lump sum bid item price for "Mobilization" and will include: 1. All costs associated with developing the SPCC plan. 2. All costs associated with providing and maintaining on-site standby materials and equipment described in the SPCC plan. Costs associated with cleanup of spills resulting from Contractor's operations, negligence, or omissions shall not be measured for payment. 1-07.16 Protection and Restoration of Property 1-07.16(1) Private/Public Property Section 1-07.16(1) is supplemented with the following: The Contractor shall restore all roads and streets in which the surface is removed, broken or damaged, or in which the ground has caved or settled, due to hauling of materials, equipment and/or supplies and installation of the improvements covered by this contract, to the original grade and crown section unless otherwise indicated. Match the existing surfacing for depth, materials and surface finish, including striping and pavement markings, except as otherwise specified. At all times during work, the Contractor shall keep the premises clean and orderly, and upon completion of the work, repair all damage caused by equipment and leave the project free from all rubbish and excess material of any kind. The Contractor shall reconstruct all curbs, driveways, sidewalks and similar structures and utilities, which are broken or damaged during construction. Reconstruct with the same kind of material with the same finish, and in not less than the same dimensions as the original work. Remove and replace the entire portions between joints or scores and not merely by refinishing the damaged part. Match the appearance of the existing improvements as nearly as possible. The Contractor shall be fully responsible for the prevention of damage to the City's, County's or State's roads. Prior to beginning construction, the Contractor shall obtain any and all licenses or permits required for the travel on Road Right -of -Way. Paved areas including adjacent or haul route streets shall be maintained for the duration of the Contract. Street sweeping shall be performed as required and at the direction of the Engineer using a self-propelled vehicle outfitted with rotating brushes and a filtered vacuum City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -48 November 2020 Contract Documents RFB #2020-006 Division 1 system to collect sediment, dust, and debris from paved road surfaces. The vehicle shall store street sweepings internally. Collected street sweepings shall be disposed of by approved disposal method(s) in accordance with the Contract. The Contractor shall provide a wheel wash, if necessary, to prevent tracking of mud and dirt onto paved roads. Wheel wash water shall not be discharged to any storm drain or stream. Thoroughly clean all spilled dirt, gravel, or other material caused by the construction activities from all roads and streets at the end of each day. The Contractor shall at all times maintain the integrity of the existing pavement, shoulder, culverts, and roadside ditches. If the existing pavement or shoulder is removed, broken, or damaged as a result of the construction of the improvements covered by this Contract, the Contractor shall restore the damaged area to the original grade and crown sections in accordance with the Standard Specifications. New surfacing shall match the existing surfacing for depth, materials and surface finish, including striping and pavement markings. Restore all culverts equal to existing. No storage, dumping, or loading of materials from the pavement will be allowed. Vehicles leaving the site shall be cleaned and loads secured to prevent the deposition of muds, silts, sands and construction materials on roads or highways. Any such degradation of roads or highways shall be corrected by the end of each working day so that the road is in a clean state. No track type vehicles will be allowed on pavement. All other surfaces, fences, signs, irrigation systems, etc., disturbed by the project shall be promptly replaced or relocated to original or better than condition. 1-07.16(2) Vegetation Protection and Restoration Section 1-07.16(2) is supplemented with the following: Restore all cultivated area and easements, which are disturbed or damaged by actions of the Contractor to their original condition. Where pipe trenches are constructed in easements, the entire easement shall be regraded and restored. Remove ornamental trees and shrubbery with earth surrounding the roots wrapped in burlap, and replant in their original positions, or, as an alternative, replace with equal material. There are instances where existing trees, shrubs, plants, or other landscaping will be in conflict with the proposed improvements. In these instances, Contractor shall remove the conflicting vegetation, replant it at an alternate location, and then replant at the preconstruction location after the improvement with which it conflicted with is constructed. Contractor shall be responsible for replacing in-kind vegetation damaged during construction activities or that dies during the above-mentioned process, at no additional cost to the Owner. The Contractor shall take care when excavation occurs adjacent to any tree or shrub that is not to be removed. Roots over 2 inches in diameter shall be tunneled under and worked around. Damaged roots over 1 -inch in diameter shall be cut cleanly, and allowed to dry prior to backfill. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -49 November 2020 Contract Documents RFB #2020-006 Division 1 For lawn areas, cut sod, roll and replace after the excavation has been properly compacted or, if approved by the property owner, cover the excavated area with top soil to the depth of the original top soil and reseed, water and maintain as directed. The Contractor shall notify the owner of any private property prior to construction upon his premises. The materials storage areas shall be regraded and seeded at the conclusion of the project. Any damage to fences, walks, curbs, driveways, etc. shall be handled in accordance with the applicable sections of these specifications. 1-07.16(3) Fences, Mailboxes, Incidentals Section 1-07.16(3) is supplemented with the following: All fences, gates, walls, mailboxes, posts, landscaping, etc. and other private improvements disturbed, damaged, or removed during construction activities shall be restored or replaced in-kind. Add the following new section: 1-07.16(6) Utility Properties and Service New Section Where the Contractor's operations could damage or inconvenience telephone, television, cable, fiber optic, power, oil, gas, water, sewer, irrigation systems, and/or other utility systems or service the operations shall be suspended until all arrangements necessary for the protection of these utilities and services have been made by the Contractor. Notify all utility offices, which are affected by the construction operation at least 48 hours in advance. Under no circumstances expose any utility without first obtaining permission from the appropriate agency. Once permission has been granted, locate, expose, and provide temporary support for all existing underground utilities. Power and utility poles interfering with the construction operation shall be the responsibility of the Contractor. Protect all poles from damage. If interfering power poles, telephone poles, guy wires, or anchors are encountered, notify the Engineer and the appropriate utility company at least 48 hours in advance of construction operations to permit the necessary arrangements for protection or relocation of the interfering structure. In the event of interruption to domestic water, sewer, storm drain, or other utility services as a result of accidental breakage due to construction operations, promptly notify the proper authority. Cooperate with said authority in restoration of service as promptly as possible and bear all costs of repair. In no case shall interruption of any water, sewer, or other utility service be allowed to exist outside working hours unless prior approval is granted. In the event the Contractor encounters water service lines that interfere with trenching, the Contractor may, by obtaining prior approval of the property owner, Water Department, or Fire Department as applicable, and the Engineer, cut the service, dig through, and restore the service with similar and equal materials at the Contractor's sole expense. In the event the City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -50 November 2020 Contract Documents RFB #2020-006 Division 1 Contractor encounters water service lines that interfere with new improvements, the Contractor shall notify the Engineer and/or Contracting Agency, as described on the Contract Drawings. The Contractor shall be solely and directly responsible to the Contracting Agency and operators of such properties for any damage, injury, expense, loss, inconvenience, delay, suits, actions, or claims of any character brought because of any injuries or damage which may result from the construction operations under this Contract. Neither the Contracting Agency nor it officers or agents shall be responsible to the Contractor for damages as a result of the Contractor's failure to protect utilities encountered in the work. The Contractor shall replace, at the Contractor's sole expense, all existing utilities or structures removed or damaged during construction, unless otherwise provided for in these Contract Documents or ordered by the Engineer. Add the following new section: 1-07.16(7) Interfering Structures The Contractor shall take necessary precautions to prevent whether on the surface, aboveground, or underground. An major structures on the Drawings. The completeness and New Section damage to existing structures attempt has been made to show accuracy of information shown cannot be guaranteed, and it is presented simply as a guide to avoid known possible difficulties. Protect underground and aboveground existing structures from damage, whether or not they lie within the limits of the easements obtained by the Contracting Agency. Where such existing fences, gates, barns, sheds, buildings, or any other structure must be removed in order to properly carry out the construction, or are damaged during construction, restore to their original condition to the satisfaction of the property owner involved at the Contractor's own expense. Notify the Engineer of any damaged underground structure, and make repairs or replacements before backfilling. If existing structures are encountered which prevent the construction, and which are not properly shown on the Drawings, notify the Engineer before continuing with the construction in order that the Engineer may make such field revisions as necessary to avoid conflict with the existing structures. It is expected that minor relocations of the work will be necessary during the progress of construction. If the Contractor shall fail to notify the Engineer when an existing structure is encountered, and shall proceed with the construction despite this interference, the Contractor shall do so at the Contractor's own risk and expense. 1-07.17 Utilities and Similar Facilities Section 1-07.17 is supplemented with the following: Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring or other verification. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -51 November 2020 Contract Documents RFB #2020-006 Division 1 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. No removal and/or relocation of existing utility poles, lines, piping and/or appurtenances are anticipated for this project. If, however, some removal and/or relocation of existing utilities or connection to or extension of service is required, it is the Contractor's responsibility to coordinate and schedule all such work with the respective utilities so that the Contractor's work and schedule are not impacted. The Contractor's attention is directed to the fact that significant lead times may potentially be required to coordinate and schedule with the utility companies to perform the work. The Contractor shall call the Utilities Underground Locate Center (One Call Center) at (800) 424-5555 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. Notice shall be provided individually to those owners who are not members of the one -number locator service and are known to or suspected of having underground facilities within the area of proposed excavation. If or when utility conflicts occur, the Contractor shall continue the construction process on other aspects of the project. Any change to the operation necessary to work around the conflicts shall be incidental to the various bid items of the contract and no further compensation will be made. No excavation shall begin until all known facilities, in the vicinity of the excavation area, have been located and marked. The existing surface water drainage facilities and underground and overhead utilities, including gas, sewer, water, power and telephone lines, cable, fiber optic, and/or others lying within the limits of work under this contract, or that will be affected by this contract, shall be maintained in operation at all times and shall be protected from any damage during construction operations. The Contractor shall be responsible for coordinating construction with the owner of the utility, or other proper authority; shall notify them at least two weeks prior to the commencement of construction operations affecting the utility; and shall be responsible for accurately locating and maintaining the utility during performance of the work. An attempt has been made to show known existing utilities and structures on the Drawings. The completeness and accuracy of information shown cannot be guaranteed, and it is presented simply as a guide to avoid known possible conflicts or difficulties. The information is provided for the convenience of the Contractor only, and no responsibility is assumed by either the Contracting Agency or the Engineer for their accuracy or completeness. It shall be the Contractor's responsibility to verify the true and correct location of all utilities so as to avoid damage or disturbance. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -52 November 2020 Contract Documents RFB #2020-006 Division 1 The following addresses and telephone numbers of utility companies known or suspected of having facilities within the project limits and other pertinent contacts are supplied for the Contractor's convenience: City of Yelm Public Works Department (water, sewer, storm) (360) 458-8406 Comcast (cable) (888) 266-2278 FairPoint Communications (telephone) (866) 592-3763 Puget Sound Energy (power, gas) (888) 225-5773 Olympic Pipeline (888) 271-8880 The Contractor shall give forty-eight (48) hours notice to all utility companies/agencies involved where work is to take place and in all other respects comply with the provisions of Chapter 19.122 RCW. Notice shall include, but not be limited to, the utility companies/agencies serving the area. If any damage is done to an existing utility, the Contractor shall notify an authority of the particular utility company involved. That utility will dispatch a crew to repair the damages at the Contractor's expense, or authorize the Contractor to repair the damage at his (the Contractor's) expense. The Contractor shall repair all damaged City -owned utilities in accordance with the Contract Documents. The Contractor shall immediately notify the City of Yelm Construction Representative when any damage occurs to any existing utility. 1-07.18 Public Liability and Property Damage Insurance Delete this section in its entirety, and replace it with the following: 1-07.18 Insurance (January 4, 2016APWA (3SP) 1-07.18(1) General Requirements A. The Contractor shall procure and maintain the insurance described in all subsections of section 1-07.18 of these Special Provisions, from insurers with a current A. M. Best rating of not less than A-: VII and licensed to do business in the State of Washington. The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer's financial condition. B. The Contractor shall keep this insurance in force without interruption from the commencement of the Contractor's Work through the term of the Contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated below. C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Completion Date or earlier termination of this Contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -53 November 2020 Contract Documents RFB #2020-006 Division 1 Contractor shall purchase an extended reporting period ("tail's or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. D. The Contractor's Automobile Liability, Commercial General Liability and Excess or Umbrella Liability insurance policies shall be primary and non-contributory insurance as respects the Contracting Agency's insurance, self-insurance, or self-insured pool coverage. Any insurance, self-insurance, or self-insured pool coverage maintained by the Contracting Agency shall be excess of the Contractor's insurance and shall not contribute with it. E. The Contractor shall provide the Contracting Agency and all additional insureds with written notice of any policy cancellation, within two business days of their receipt of such notice. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency. G. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days' notice to the Contractor to correct the breach, immediately terminate the Contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. H. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the Contract and no additional payment will be made. 1-07.18(2) Additional Insured All insurance policies, with the exception of Workers Compensation, and of Professional Liability and Builder's Risk (if required by this Contract) shall name the following listed entities as additional insured(s) using the forms or endorsements required herein: • the Contracting Agency and its officers, elected officials, employees, agents, and volunteers • *** Parametrix, Inc. *** The above -listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(4) describes limits lower than those maintained by the Contractor. For Commercial General Liability insurance coverage, the required additional insured endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -54 November 2020 Contract Documents RFB #2020-006 Division 1 1-07.18(3) Subcontractors The Contractor shall cause each Subcontractor of every tier to provide insurance coverage that complies with all applicable requirements of the Contractor -provided insurance as set forth herein, except the Contractor shall have sole responsibility for determining the limits of coverage required to be obtained by Subcontractors. The Contractor shall ensure that all Subcontractors of every tier add all entities listed in 1-07.18(2) as additional insureds, and provide proof of such on the policies as required by that section as detailed in 1-07.18(2) using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency evidence of insurance and copies of the additional insured endorsements of each Subcontractor of every tier as required in 1-07.18(4) Verification of Coverage. 1-07.18(4) Verification of Coverage The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. Failure of Contracting Agency to demand such verification of coverage with these insurance requirements or failure of Contracting Agency to identify a deficiency from the insurance documentation provided shall not be construed as a waiver of Contractor's obligation to maintain such insurance. Verification of coverage shall include: An ACORD certificate or a form determined by the Contracting Agency to be equivalent. Copies of all endorsements naming Contracting Agency and all other entities listed in 1-07.18(2) as additional insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. 3. Any other amendatory endorsements to show the coverage required herein. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy these requirements — actual endorsements must be submitted. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). If Builders Risk insurance is required on this Project, a full and certified copy of that policy is required when the Contractor delivers the signed Contract for the work. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -55 November 2020 Contract Documents RFB #2020-006 Division 1 1-07.18(5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Contractor's maintenance of insurance, its scope of coverage, and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the Contracting Agency's recourse to any remedy available at law or in equity. All deductibles and self-insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible or self insured retention shall be the responsibility of the Contractor. In the event an additional insured incurs a liability subject to any policy's deductibles or self-insured retention, said deductibles or self-insured retention shall be the responsibility of the Contractor. 1-O7.18(5)A Commercial General Liability Commercial General Liability insurance shall be written on coverage forms at least as broad as ISO occurrence form CG 00 01, including but not limited to liability arising from premises, operations, stop gap liability, independent contractors, products -completed operations, personal and advertising injury, and liability assumed under an insured contract. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement. Contractor shall maintain Commercial General Liability Insurance arising out of the Contractor's completed operations for at least three years following Substantial Completion of the Work. Such policy must provide the following minimum limits: $1,000,000 Each Occurrence $2,000,000 General Aggregate $2,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury each offence $1,000,000 Stop Gap / Employers' Liability each accident 1-07.18(5)6 Automobile Liability Automobile Liability shall cover owned, non -owned, hired, and leased vehicles; and shall be written on a coverage form at least as broad as ISO form CA 00 01. If the work involves the transport of pollutants, the automobile liability policy shall include MCS 90 and CA 99 48 endorsements. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -56 November 2020 Contract Documents RFB #2020-006 Division 1 Such policy must provide the following minimum limit: $1,000,000 Combined single limit each accident 1-O7.18(5)C Workers' Compensation The Contractor shall comply with Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 1-07.23 Public Convenience and Safety Section 1-07.23 is supplemented with the following: The Contractor shall be responsible to notify, in writing, local fire, school, law enforcement authorities, local Transit or other affected persons as directed by the Engineer, not less than ten (10) working days prior to construction operations that will deviate and/or delay traffic from the existing traffic pattern, so that these agencies may reroute emergency or other vehicles as necessary. The Contractor shall at all times conduct the work as to insure the least possible obstruction to traffic and inconvenience to the general public and the residents in the vicinity of the work, and to insure the protection of persons and property. No road or street shall be closed to the public except with the permission of the Engineer and proper governmental authority. Fire hydrants on or adjacent to the work shall be kept accessible to firefighting equipment at all times. Temporary provisions shall be made by the Contractor to insure the use of sidewalks and private and public driveways, and the proper functioning of all gutters, sewer inlets, drainage ditches and culverts, irrigation ditches and natural water courses. Access must be maintained for foot and bus traffic to nearby schools. The Owner and controlling public authorities shall be notified at least 24 hours in advance of any actions by the Contractor which may affect the functions of either the police or fire departments, school system, City roads and utilities or water and sewer districts. The Contractor shall conduct the work, and take preventative measures, such that dust in the project area shall not become objectionable to the adjacent property owners. Should the Owner determine the Contractor is not fulfilling this obligation, the Owner reserves the right to take such action as may be necessary and to charge the Contractor of any costs that may be incurred in such remedial action. All work shall be conducted with due regard for the safety of the public. Open trenches shall be completely backfilled or covered prior to the stop of work each day and provided with barricades of a type that can be seen at a reasonable distance, and at night they shall be distinctly indicated by adequately placed lights. Safety instructions received from the Engineer, Controlling Agency, or the Owner shall be observed, but the following of such instructions shall in no way relieve the Contractor of his responsibility or liability should any City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -57 November 2020 Contract Documents RFB #2020-006 Division 1 accident or loss occur as the result of the construction operations. Flaggers shall be provided by the Contractor as required to direct traffic. It shall be the Contractor's responsibility to see that all requirements of the Federal William-Stieger Occupational Safety and Health Act as well as the State of Washington Industrial Safety and Health Act, are observed and enforced to protect all the workmen on the project as well as the general public. The nature of work under this contract may expose workers to permit required confined spaces having possible explosive, toxic, and/or oxygen fluctuation conditions. 1-07.23(1) Construction Under Traffic Revise the second paragraph of Section 1-07.23(1) to read: To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the work with the least possible inconvenience or delay. The Contractor shall maintain existing roads, streets, sidewalks, and paths within the project limits, keeping them open, and in good, clean, safe condition at all times. Deficiencies caused by the Contractor's operations shall be repaired at the Contractor's expense. Deficiencies not caused by the Contractor's operations shall be repaired by the Contractor when directed by the Engineer, at the Contracting Agency's expense. The Contractor shall also maintain roads, streets, sidewalks, and paths adjacent to the project limits when affected by the Contractor's operations. Snow and ice control will be performed by the Contracting Agency on all projects. Cleanup of snow and ice control debris will be at the Contracting Agency's expense. The Contractor shall perform the following: Remove or repair any condition resulting from the work that might impede traffic or create a hazard. Keep existing traffic signal and highway lighting systems in operation as the work proceeds. (The Contracting Agency will continue the route maintenance on such system.) Maintain the striping on the roadway at the Contracting Agency's expense. The Contractor shall be responsible for scheduling when to renew striping, subject to the approval of the Engineer. When the scope of the project does not require work on the roadway, the Contracting Agency will be responsible for maintaining the striping. 4. Maintain existing permanent signing. Repair of signs will be at the Contracting Agency's expense, except those damaged due to the Contractor's operations. Keep drainage structures clean to allow for free flow of water. Cleaning of existing drainage structures will be at the Contracting Agency's expense when approved by the Engineer, except when flow is impaired due to the Contractor's operations. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -58 November 2020 Contract Documents RFB #2020-006 Division 1 Section 1-07.23(1) is also supplemented with the following: Complaints received by the Contracting Agency concerning public inconvenience or safety hazards will be referred to the Contractor for immediate corrective action. In addition to normal work hours, corrective actions may be taken on Saturdays, Sundays, holidays, and at times other than normal work hours upon prior approval by the Engineer. Road closures (if allowed) shall be posted at least one week prior to the start of construction. All roads shall be open to vehicular traffic all evenings and nights after the completion of each day's construction activity. Steel plates, temporary fill, barricades and other measures shall be used to make disturbed roads safe and passable. 1-07.23(2) Construction and Maintenance of Detours Revise the second paragraph of Section 1-07.23(2) to read: Unless otherwise approved, the Contractor shall maintain two-way traffic during construction. The Contractor shall build, maintain in a safe condition, keep open to traffic, and remove when no longer needed: Detours and detour bridges that will accommodate traffic diverted from the roadway, bridge, sidewalk, or path during construction, 2. Detour crossings of intersecting highway, and 3. Temporary approaches. Add the following new section: 1-07.23(3) Communication/Dissemination of Information New Section The Contractor will attend a weekly construction meeting throughout the duration of the project. Information regarding schedule specifics, traffic disruptions, and water and sewer service disruptions will be provided by the Contractor and reviewed at such meetings. The Contractor will provide and distribute adequate written notice (two working days at a minimum) prior to driveway closures or utility shutdowns. The Contractor will provide Owner/Engineer a minimum 5 working day written notice prior to utility (i.e., sewer and water) shut -offs to specific properties. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -59 November 2020 Contract Documents RFB #2020-006 Division 1 1-07.24 Rights of Way (July 23, 2015APWA (35P) Delete this section and replace it with the following: Street Right of Way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's attention by a duly issued Addendum. Whenever any of the work is accomplished on or through property other than public Right of Way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -60 November 2020 Contract Documents RFB #2020-006 Division 1 Section 1-07.24 is also supplemented with the following: Where portions of the work are located on public or private property, easement and permits will be obtained by the Contracting Agency. Easement will provide for the use of property for construction purposes to the extent indicated in the easements. Copies of these easements and permits will be available upon request to the Contracting Agency. It shall be the Contractor's responsibility to determine the adequacy of the easement. The Contractor shall confine construction operations to within the easement limits or street right-of-way limits or make special arrangements with the property owners or appropriate public agency for the additional area required. Any damage to property, either inside or outside the limits of the easements provided by the Contracting Agency, shall be the responsibility of the Contractor as specified herein. The Contractor shall remove, protect, and replace all fences or other items encountered on public or private property. Before final payment will be authorized by the Engineer, the Contractor will be required to furnish the Contracting Agency with written releases from property owners or public agencies where side agreements or special easements have been made by the Contractor or where the Contractor's operations, for any reason, have not kept within the construction right-of-way obtained by the Contracting Agency. Add the following new section: 1-07.28 Haul Route Restrictions New Section The Contractor shall contact all governing control agencies who have jurisdiction over proposed routes that will be used for the delivery and removal of materials for the project prior to bid. The Contractor shall follow the requirement(s) of the controlling agency and shall include the cost of complying with any such requirements in the applicable unit price per or lump sum bid item. No separate or additional payment will be made for regulatory agencies request for vehicle routing. The Contractor shall submit a traffic control plan to all appropriate controlling agencies for hauling of import materials and excavation materials. The Contractor shall amend and abide by comments on the approved traffic control plan. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -61 November 2020 Contract Documents RFB #2020-006 Division 1 1-08 PROSECUTION AND PROGRESS Add the following new sections: 1-08.0 Preliminary Matters New Section 1-08.0(1) Preconstruction Conference New Section Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or affected by the work; 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction conference the following: 1. A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. 1-08.0(2) Hours of Work New Section Except in the case of emergency or unless otherwise approved by the Engineer or specified, the normal working hours for the Contract shall be any consecutive 8 -hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, exclusive of a lunch break. If the Contractor desires different than the normal working hours stated above, the request must be submitted in writing prior to the preconstruction conference, subject to the provisions below. The working hours for the Contract shall be established at or prior to the preconstruction conference. All working hours and days are also subject to local permit and ordinance conditions (such as noise ordinances). If the Contractor wishes to deviate from the established working hours, the Contractor shall submit a written request to the Engineer for consideration. This request shall state what hours City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -62 November 2020 Contract Documents RFB #2020-006 Division 1 are being requested, and why. Requests shall be submitted for review no later than noon on the working day prior to the day(s) the Contractor is requesting to change the hours. If the Contracting Agency approves such a deviation, such approval may be subject to certain other conditions, which will be detailed in writing. For example: On non -Federal aid projects, requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight -time costs for Contracting Agency representatives who worked during such times. (The Engineer may require designated representatives to be present during the work. Representatives who may be deemed necessary by the Engineer include, but are not limited to: survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees or third party consultants when, in the opinion of the Engineer, such work necessitates their presence.) 2. Considering the work performed on Saturdays, Sundays, and holidays as working days with regard to the contract time. 3. Considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24-hour period. If a 4-10 work schedule is requested and approved the non working day for the week will be charged as a working day. If Davis Bacon wage rates apply to this Contract, all requirements must be met and recorded properly on certified payroll. 1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees New Section Where the Contractor elects to work on a Saturday, Sunday, or holiday, or longer than an 8 -hour work shift on a regular working day, as defined in the Standard Specifications, such work shall be considered as overtime work. On all such overtime work an inspector will be present, and a survey crew may be required at the discretion of the Engineer. In such case, the Contracting Agency may deduct from amounts due or to become due to the Contractor for the costs in excess of the straight -time costs for employees of the Contracting Agency required to work overtime hours. The Contractor by these specifications does hereby authorize the Engineer to deduct such costs from the amount due or to become due to the Contractor. 1-08.1 Subcontracting Revise the eighth paragraph of Section 1-08.1 to read: On all projects funded with Contracting Agency funds only, the Contractor shall certify to the actual amounts paid Disadvantaged, Minority, or Women's Business Enterprise firms that were used as subcontractors, lower tier subcontractors, manufacturers, regular dealers, or service providers on the contract. This certification shall be submitted to the Engineer, on the form provided by the Engineer, 20 calendar days after physical completion of the contract. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -63 November 2020 Contract Documents RFB #2020-006 Division 1 1-08.3 Progress Schedule Add the following new subsections: 1-08.3(6) Progress Meetings New Section To enable orderly review during progress of the work, and to provide for systematic discussion of problems, the Engineer will conduct project meetings throughout the construction period. Agenda Items. To the maximum extent practicable, advise the Engineer at least 24 hours in advance of project meetings regarding items to be added to the agenda. Minutes. The Engineer will compile minutes of each project meeting and will furnish copies to the Contracting Agency and Contractor. Recipients of copies may make and distribute copies as they wish. Attendance and Authority. These meetings shall be attended by the Contractor's superintendent and representatives of all subcontractors, utilities, and others that are active in the execution of the work. Meeting Schedule and Location. Except for the pre -construction meeting, project meetings will be held weekly. Coordinate as necessary to establish a mutually acceptable schedule for meetings. Meetings will be held in the Engineer's or Contractor's site office or other mutually agreeable location. Weekly Project Meetings. Shall be attended by the Contractor's superintendent. Subcontractors, materials suppliers, and others may be invited to attend those project meetings in which their aspect of the work is involved. A minimum agenda for these meetings is as follows: a. Review, and revise as necessary, minutes of previous meetings. b. Review progress of the work since last meeting, including status of submittals for review. c. Identify problems that impede planned progress. d. Develop corrective measures and procedures to regain planned schedule. e. Review updated temporary water pollution/erosion control plan. f. Complete other current business. g. Review design modifications and documentation for change orders. h. Review Contractor's record drawings. i. Review progress payment estimates. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -64 November 2020 Contract Documents RFB #2020-006 Division 1 6. Revisions to Minutes: a. Unless published minutes are challenged in writing prior to the next regularly scheduled progress meeting, they will be accepted as properly stating the activities and decisions of the meeting. b. Persons challenging published minutes shall reproduce and distribute copies of the challenge to all indicated recipients of the particular set of minutes. c. Challenge to minutes shall be settled as priority portion of "old business' at the next regularly scheduled meeting. 1-08.3(7) Construction Sequencing and Constraints New Section Continuous operation of the Contracting Agency's facilities is of critical importance. The Contractor shall schedule and conduct activities to enable existing facilities to operate continuously, unless otherwise specified. The Contractor shall not proceed with work affecting a facility's operation without obtaining Engineer's advance approval of the need for, and duration of, such work. Where existing facilities are to be modified during the course of work, the Contractor shall obtain Engineer's review of submittals for temporary shutdown, demolition, modification, corrections between new and existing work, and other related work and shall conform to other Contract conditions as applicable. The Contractor shall be responsible for developing the sequence of the work. However, the following requirements shall be incorporated into the Contractor's project schedule: 1. Preserve, protect, and/or extend all existing monuments, and other to remain in place, in accordance with the Contract Documents. 2. Temporary and/or final stormwater conveyance facilities, as described in Section 8-01 as amended in the Special Provisions and the Contractor's Temporary Water Pollution/Erosion Control Plan, shall be in place downgradient prior to disturbing soil in any area of the site. 3. Drainage channels shall be installed starting at the downgradient end and progressing upgradient to ensure proper stormwater routing into the stormwater control facilities at all times. 4. Provide temporary water pollution/erosion control in accordance with Section 1-07.15 as amended in the Special Provisions. 5. Provide traffic control in accordance with Section 1-07.23 and 1-10 as amended in the Special Provisions. 6. Provide seeding and soil stabilization of areas in accordance with Section 8-01 as amended in the Special Provisions. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -65 November 2020 Contract Documents RFB #2020-006 Division 1 Prior to starting the work, confer with the Engineer and Contracting Agency's representative to develop a work schedule which will permit facilities to function normally as practical. It may be necessary to do certain parts of the construction work outside normal working hours in order to avoid undesirable conditions. The Contractor shall do this work at such times and at no additional cost to the Owner. Do not make connections between existing facilities and new work until necessary inspection and tests have been completed on the new work and it is found to conform in all respects to the requirements of the Contract Documents. Continuous operation of the Contracting Agency's existing utility systems is of critical importance. Connection to existing services or utilities, or other work that requires temporary shutdown of any existing operations or utilities shall be planned in detail with appropriate scheduling of the work and coordinated with the Contracting Agency or Engineer. The approved schedule for shutdown or restart shall be indicated on the Contractor's Progress Schedule, and advance notice shall be given in order that the Contracting Agency or Engineer may witness the shutdown, tie-in, and startup. The Contractor shall not at any time undertake to close off any lines or open valves or take any other action which would affect the operation of any part of the Contracting Agency's existing systems. Where specifically required by the Drawings and Specifications to open or close valves, the Contracting Agency will do this work. Request approval 2 working days in advance of the time that interruption of the existing system is required. Specific Work Constraints are as follows: Yelm Prairie Days June 22-25: All sidewalks on Yelm Ave SE, 2nd St SE, 3rd St SE, Washington Ave SE, and the Alley must be open and free of any construction activities. All roads must be open to traffic. No closures or detours of any kind. 2. Traffic control restrictions as specified Section 1-10.2 as amended in the Special Provisions. 1-08.4 Prosecution of Work Delete this section and replace it with the following: 1-08.4 Notice to Proceed and Prosecution of Work (July 23, 2015APWA (3SP) Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -66 November 2020 Contract Documents RFB #2020-006 Division 1 When shown in the Plans, the first order of work shall be the installation of high visibility fencing to delineate all areas for protection or restoration, as described in the Contract. Installation of high visibility fencing adjacent to the roadway shall occur after the placement of all necessary signs and traffic control devices in accordance with 1-10.1(2). Upon construction of the fencing, the Contractor shall request the Engineer to inspect the fence. No other work shall be performed on the site until the Contracting Agency has accepted the installation of high visibility fencing, as described in the Contract. 1-08.5 Time for Completion (November 30, 2018 APWA GSP, Option 8J Revise the third and fourth paragraphs to read: Contract time shall begin on the first working day following the $$5th$$ calendar day after the Notice to Proceed date. If the Contractor starts work on the project at an earlier date, then contract time shall begin on the first working day when onsite work begins. Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor is approved to work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. Revise the sixth paragraph to read: The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (per Section 1-07.9(5)). b. Material Acceptance Certification Documents City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -67 November 2020 Contract Documents RFB #2020-006 Division 1 c. Monthly Reports of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. Final Contract Voucher Certification e. Copies of the approved "Affidavit of Prevailing Wages Paid" for the Contractor and all Subcontractors f. A copy of the Notice of Termination sent to the Washington State Department of Ecology (Ecology); the elapse of 30 calendar days from the date of receipt of the Notice of Termination by Ecology; and no rejection of the Notice of Termination by Ecology. This requirement will not apply if the Construction Stormwater General Permit is transferred back to the Contracting Agency in accordance with Section 8-01.3(16). g. Property owner releases per Section 1-07.24 Section 1-08.5 is supplemented with the following: This project shall be physically completed within 120 working days. 1-09 MEASUREMENT AND PAYMENT 1-09.1 Measurement of Quantities Section 1-09.1 is supplemented with the following: Bid items that are to be measured by the "Ton" will be measured as follows: 1. Quantities shall be based on certified truck tickets signed by the driver and collected by the City Construction Inspector daily at the time and place of delivery. Loads of material for which a certified weight ticket have not been given to the City Construction Inspector will not be paid for. 2. It will be the Contractor's responsibility to see that a ticket is given to the City Construction Inspector for each truckload of material delivered. Tally tickets shall be prepared to accompany each truckload of material delivered to the project. The tickets shall bear at least the following information: a. Truck number. b. Quantity delivered in cubic yards and tons. c. Driver's name and date of delivery. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -68 November 2020 Contract Documents RFB #2020-006 Division 1 d. Location of delivery by job name and street name. e. Place for receipting by the City Construction Inspector. 3. Tickets shall be given to the City Construction Inspector on a daily basis. Tickets will only be accepted on the date the material is delivered. Tickets will not be accepted at a later date unless prior agreements have been made. Add the following new section 1-09.1(1) Final Pay Quantities New Section When the estimated quantities for a specific portion of the work are designated on the Plans or in the Contract Documents as final pay quantities, said estimated quantities shall be the final quantities for which payment for such specific portion of the work will be made, unless the dimensions of said portions of the work shown on the Plans are revised by the Engineer. If such dimensions are revised, and such revisions result in an increase or decrease in the quantities of such work, the final quantities for payment will be revised in the amount represented by the changes in the dimensions. The estimated quantities for such specific portion of the work shall be considered as approximate only and no guarantee is made that the quantities which can be determined by computations, based on the details and dimensions shown on the Plans, will equal the estimated quantities. No allowance will be made in the event that the quantities based on computations do not equal the estimate quantities. When portions of an item have been designated on the Contract Documents as final pay quantities, those portions that are not so designated will be measured and paid for in accordance with the applicable provisions of these specifications and the Special Provisions. 1-09.2 Weighing Equipment 1-09.2(1) General Requirements for Weighing Equipment Section 1-09.2(1) is supplemented with the following: The Contractor shall notify the Engineer not less than one working day prior to delivering materials which are measured and paid for by weight on the project. Certified weights must be issued at the source. The Contractor shall provide a licensed public weighmaster. The licensed weighmaster shall issue weight tickets to the truck driver for acceptance of the material on the project by the Engineer. No materials measured and paid for by weight will be accepted without certified weight tickets from a platform scale in accordance with Section 1-09.2(3). Truck loads must conform to legal load limits. In case of overload, the difference between overload and maximum legal load will not be paid for. If there are repeated instances of overloading, the proper enforcement authorities will be notified. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -69 November 2020 Contract Documents RFB #2020-006 Division 1 1-09.2(2) Specific Requirements for Batching Scales Section 1-09.2(2) is deleted in its entirety. 1-09.2(3) Specific Requirements for Platform Scales Section 1-09.2(3) is modified with the following: The Contractor shall provide the licensed public weighmaster as required in Section 1-09.2(1). 1-09.7 Mobilization Section 1-09.7 is supplemented with the following: Measurement No separate unit of measurement shall apply to the lump sum item of "Mobilization". Payment "Mobilization", lump sum. Mobilization shall be paid for at the contract lump sum price, payment for which shall constitute full compensation for project mobilization, including move in of personnel and equipment; set up of all temporary offices, facilities and utilities; provision of parking facilities for personnel working on the project; preparation of the Contractor staging area; demobilization and all other pre -construction expenses and costs for preparatory work and operations performed by the Contractor. Bid item may not be more than 10 percent of the total amount bid. 1-09.9 Payments (March 13, 2012 APWA (5P) Delete the first four paragraphs and replace them with the following: The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment. The Contractor shall submit a breakdown of the cost of lump sum bid items at the Preconstruction Conference, to enable the Project Engineer to determine the Work performed on a monthly basis. A breakdown is not required for lump sum items that include a basis for incremental payments as part of the respective Specification. Absent a lump sum breakdown, the Project Engineer will make a determination based on information available. The Project Engineer's determination of the cost of work shall be final. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -70 November 2020 Contract Documents RFB #2020-006 Division 1 Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction conference. The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payments. The progress estimates are subject to change at any time prior to the calculation of the final payment. The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — based on the approved Contractor's lump sum breakdown for that item, or absent such a breakdown, based on the Engineer's determination. 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1-09.9(1), on non FHWA-funded projects; 2. The amount of progress payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. The determination of payments under the contract will be final in accordance with Section 1-05.1. Add the following new section: 1-09.9(2) Contracting Agency's Right to Withhold and Disburse Monies Due New Section In addition to monies retained pursuant to RCW 60.28 and subject to RCW 39.04.250, RCW 39.12, and RCW 39.76, the Contractor authorizes the Engineer to withhold progress payments due or deduct an amount from any payment or payments due the Contractor which, City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -71 November 2020 Contract Documents RFB #2020-006 Division 1 in the Engineer's opinion, may be necessary to cover the Contracting Agency's costs for or to remedy the following situations. 1. Damage to another Contractor when there is evidence thereof and a claim has been filed. 2. Where the Contractor has not paid fees or charges to public authorities or municipalities which the Contractor is obligated to pay. 3. Utilizing material, tested and inspected by the Engineer, for purposes not connected with the Work (Section 1-05.6). 4. Landscape damage assessments per Section 1-07.16. 5. For overtime work performed by the Engineer or Contracting Agency personnel per Section 1-08.1(4). 6. Anticipated or actual failure of the Contractor to complete the Work on time: a. Per section 1-08.9 Liquidated Damage; or b. Lack of construction progress based upon the Engineer's review of the Contractor's approved progress schedule which indicates the Work will not be completed within the Contract Time. When calculating an anticipated time overrun, the Engineer will make allowances for weather delays, approved unavoidable delays, and suspensions of the Work. The amount withheld under this subparagraph will be based upon the liquidated damages amount per day set forth in Contract Documents multiplied by the number of days the Contractor's approved progress schedule, in the opinion of the Engineer, indicates the Contract may exceed the Contract Time. 7. Failure of the Contractor to perform any of the Contractor's other obligations under the contract, including but not limited to: a. Failure of the Contractor to provide the Engineer with a field office when required by the Contract Provisions. e. Failure of the Contractor to protect survey stakes, markers, etc., or to provide adequate survey work as required by Section 1-05.5. f. Failure of the Contractor to correct defective or unauthorized work (Section 1-05.8). g. Failure of the Contractor to furnish a Manufacture's Certificate of Compliance in lieu of material testing and inspection as required by Section 1-06.3. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -72 November 2020 Contract Documents RFB #2020-006 Division 1 Failure to submit weekly payrolls, Intent to Pay Prevailing Wage forms, or correct underpayment to employees of the Contractor or subcontractor of any tier as required by Section 1-07.9. i. Failure of the Contractor to pay worker's benefits (Title 50 and Title 51 RCW) as required by Section 1-07.10. Failure of the Contractor to submit and obtain approval of a progress schedule per Section 1-08.3. The Contractor authorizes the Engineer to act as agent for the Contractor disbursing such funds as have been withheld pursuant to this section to a party or parties who are entitled to payment. Disbursement of such funds, if the Engineer elects to do so, will be made only after giving the Contractor 15 calendar days prior written notice of the Contracting Agency's intent to do so, and if prior to the expiration of the 15 -calendar day period, 1. no legal action has commenced to resolve the validity of the claims, and 2. the Contractor has not protested such disbursement. A proper accounting of all funds disbursed on behalf of the Contractor in accordance with this section will be made. A payment made pursuant to this section shall be considered as payment under the terms and conditions of the Contract. The Contracting Agency shall not be liable to the Contractor for such payment made in good faith. If legal action is instituted to determine the validity of the claims prior to expiration of the 15 -day period mentioned above, the Engineer will hold the funds until determination of the action or written settlement agreement of the parties. 1-09.11 Disputes and Claims 1-09.11(2) Claims Add the following to the penultimate paragraph of Section 1-09.11(2): Contractor may not institute any litigation prior to the date the Contracting Agency must respond in writing to the claim. 1-09.11(3) Time Limitation and Jurisdiction Section 1-09.11(3) is modified with the following: Claims or causes of action shall be brought only in the Superior Court of the County in which the Contracting Agency's headquarters are located. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -73 November 2020 Contract Documents RFB #2020-006 Division 1 1-09.13 Claims Resolution 1-09.13(3) Claims $250,000 or Less (October 1, 2005APWA (35P) Delete this section and replace it with the following: The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or less, submitted in accordance with Section 1-09.11 and not resolved by nonbinding ADR processes, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding arbitration. 1-09.13(3)A Administration of Arbitration (November30, 2018 APWA (35P) Revise the third paragraph to read: The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency's headquarters is located, provided that where claims subiect to arbitration are asserted against a county. RCW 36.01.050 shall control venue and iurisdiction of the Superior Court. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the Contract as a basis for decisions. 1-10 TEMPORARY TRAFFIC CONTROL 1-10.2 Traffic Control Management 1-10.2(2) Traffic Control Plans Supplement Section 1-10.2(2) with the following: The Contractor shall prepare site specific Traffic Control Plans for all phases of the work and submit them for approval to the Engineer. The Contractor's proposed Traffic Control Plans shall show the necessary lane closures, lane shifts, construction signs, flaggers, spotters, and other traffic control devices required to support each phase of the construction. The Contractor -provided plans shall be prepared by the Contractor's Traffic Control Supervisor or an engineer licensed in the State of Washington and shall conform to the requirements contained in the latest version of the Manual on Uniform Traffic Control Devices (MUTCD) and the latest version of the Work Zone Traffic Control Guidelines published by the Washington State Department of Transportation. WSDOT'K' Plans are acceptable and will be approved, as and if applicable. Traffic Control Plans shall also specify how accessible pedestrian routes shall be maintained through the project site as discussed in Section 1-07.23. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -74 November 2020 Contract Documents RFB #2020-006 Division 1 Traffic Control Plans shall provide detail on how existing driveway access will be maintained throughout the duration of construction. Plans should indicate the method(s) by which access will be maintained during roadway excavation to prevent vehicle bumpers dragging and during paving operations. Prior to submitting the initial Traffic Control Plans for review by the Engineer, the Contractor shall meet with the Engineer and provide a detailed explanation of the Contractor's proposed construction schedule, construction phasing and associated temporary traffic control implementation. The plan must be acceptable to the Engineer prior to the Contractor submitting the initial set of Traffic Control Plans. No construction will be allowed until the Traffic Control Plans are acceptable to the Engineer. Payment for developing an approved Traffic Control Plan, including pedestrian -related elements, shall be included in the lump sum price in the Proposal for "Project Temporary Traffic Control" and no additional compensation will be made. 1-10.3 Traffic Control Labor, Procedures, and Devices 1-10.3(3) Traffic Control Devices Section 1-10.3(3) is supplemented with the following: Signs, barricades, lights, and other warning devices shall be installed on or adjacent to the roadway per the requirements of the Manual on Uniform Traffic Control Devices for Streets and Highways and shall be maintained 24 hours a day until the roadway work is completed and ready for traffic. The Contractor shall not begin any work on or adjacent to the roadway at any time until all signs and other traffic control devices are in place and operating as outlined in the Standard Specifications, Special Provisions, and approved Traffic Control Plan. The Contractor shall maintain the work area to ensure that all traffic signs and other traffic control devices are properly placed and in effect. The Contractor shall replace, without delay, signs and traffic control devices that are misplaced, mutilated, or destroyed. All signs and traffic control devices, which become soiled such that their effectiveness is diminished as determined by the Engineer or the Inspector, shall be replaced or cleaned by the Contractor without delay. Traffic control devices intended for use during the hours of darkness shall be equipped with flashing lights (i.e. barricades) or reflective tape (i.e. cones/barrels) or as determined by the Engineer. The Contractor shall provide all construction signs and safety equipment required. The Contractor, at his expense, shall be required to maintain sufficient warning lights and adequate barricades on all trenches and open excavation to protect moving traffic and pedestrians. This shall include not only open trenches, but also recently closed trenches that have not been returned to full and safe operating surface for normal use. All necessary state -certified flagmen, barricades, and detour signs shall be furnished and supplied/installed by the Contractor, both during working hours and also when the work is suspended during the construction period. The Contractor shall provide such additional barricades and protective devices as will be required to reasonably protect the workmen, City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -75 November 2020 Contract Documents RFB #2020-006 Division 1 vehicles, bicyclists, pedestrians, and animals from excavated areas during the construction period. Upon failure of the Contractor to immediately provide and maintain adequate suitable barricades, lights, and detour signs when ordered to do so, the City shall be at liberty, without further notice to the Contractor or the surety, to provide the same and deduct the cost thereof from monies or payments due or to become due the Contractor, and the City assumes no liability connected therewith. The Contractor shall be responsible for proper notification to, and coordination with, all school districts, fire departments, local postal service, and all other persons and services which will be affected by this project. It shall be the Contractor's responsibility to keep the school district and fire departments and others fully advised of his construction progress and also the time of completion of the project. Street rights-of-way that are restricted will require special care in construction to maintain two-way traffic flow. The Contractor shall maintain safe and adequate pedestrian access along the street during the construction of the project. The Contractor shall make every attempt to provide access to the adjacent properties and to minimize dust nuisances. 1-10.3(3)A Construction Signs Section 1-10.3(3)A is revised to read as follows: All signs 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. The Contractor shall provide the posts or supports and erect and maintain the signs in a clean, neat, and presentable condition until the necessity for them has ceased. All nonapplicable signs shall be removed or completely covered with metal, plywood, or an Engineer approved product specifically manufactured for sign covering during periods when they are not in effect. When the need for these signs has ceased, the Contractor, upon approval of the Engineer, shall remove all signs, posts, and supports from the project and they shall remain the property of the Contractor. All orange background signs shall utilize materials, and be fabricated in accordance with, Section 9-28. All orange background signs shall be fabricated with Type X fluorescent orange sign sheeting. All post mounted signs with Type X sheeting shall use a nylon washer between the twist fasteners (screw heads, bolts, or nuts) and the reflective sheeting. There shall be no intermixing of signs with non -fluorescent orange reflective sign sheeting and signs with fluorescent orange reflective sign sheeting on the same signpost. If it is necessary to add weight to signs for stability, only a bag of sand that will rupture on impact shall be used. The bag of sand shall: (1) be furnished by the Contractor, (2) have a maximum weight of 40 pounds, and (3) be suspended no more than 1 foot from the ground. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -76 November 2020 Contract Documents RFB #2020-006 Division 1 Signs, posts, or supports that are lost, stolen, damaged, destroyed, or which the Engineer deems to be unacceptable while their use is required on the project, shall be replaced by the Contractor without additional compensation. 1-10.5 Payment 1-10.5(1) Lump Sum Bid for Project (No Unit Items) Section 1-10.5(1) is supplemented with the following: "Project Temporary Traffic Control", per lump sum. The lump sum bid price in the Proposal for "Project Temporary Traffic Control" will be full compensation for the costs of all labor, tools, equipment, and materials necessary or incidental to provide all traffic control measures, including all signs and supports, channelization devices, equipment, supervisory personnel, flaggers and spotters, and all labor necessary to install, maintain, relocate, and remove temporary control devices, and for all other work specified in Section 1-10. END OF DIVISION 1 City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -77 November 2020 Contract Documents RFB #2020-006 Division 1 This Page Intentionally Left Blank City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -78 November 2020 Contract Documents RFB #2020-006 Division 1 911VI611010 WJ EARTHWORK 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2-01.1 Description Section 2-01.1 is supplemented with the following: Clearing and grubbing shall include the removal and disposal of all vegetation and miscellaneous items as required to complete work within the project area where noted on the Plans. Miscellaneous small items requiring removal have not been shown on the Plans. 2-01.2 Disposal of Usable Material and Debris 2-01.2(1) Disposal Method No.1 — Open Burning Section 2-01.2(1) is deleted. Disposal for this project shall be by Disposal Method No. 2 — Waste Site only. 2-01.2(2) Disposal Method No. 2 — Waste Site Section 2-01.2(2) is supplemented with the following: No waste site has been provided for the disposal of excess material. All material removed by clearing and grubbing operations shall be disposed of by the Contractor at a legal disposal site obtained by the Contractor. All fees shall be paid by the Contractor. 2-01.2(3) Disposal Method No. 3 — Chipping Section 2-01.2(3) is deleted. Disposal for this project shall be by Disposal Method No. 2 — Waste Site only. 2-01.3 Construction Requirements Add the following new section: 2-01.3(5) Tree Protection New Section All existing trees within the project shall be retained and protected during construction unless otherwise noted on the plans. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -79 November 2020 Contract Documents RFB #2020-006 Division 2 Tree protection shall be the responsibility of the Contractor. All excavation or grading within protected root zone shall be done by hand or with small equipment to minimize root damage. Any roots less than four inches in diameter exposed by the construction operation shall be pruned flush with the soil. Any roots greater than four inches in diameter exposed by the construction operation shall be protected until the root areas are backfilled. If the construction operation causes irreparable damage to the tree or its roots, the Contractor shall be responsible for all work and materials required to correct the problem, as directed by the City's Urban Forester, at no cost to the City. Backfill root areas with good quality top soil as soon as possible. If exposed root areas are not backfilled within two days, cover them with organic material in a manner which reduces soil temperature and minimizes water loss due to evaporation. 2-01.4 Measurement Section 2-01.4 is replaced with the following: No separate measurement for payment will be made for clearing and grubbing, but instead clearing and grubbing will be included in the lump sum bid item for "Removal of Structures and Obstructions". No separate measurement for payment will be made for roadside cleanup or routine cleaning, but instead roadside cleanup or routine cleaning will be included in the lump sum price for "Removal of Structures and Obstructions". 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.1 Description Section 2-02.1 is supplemented with the following: This work shall consist of all work defined under clearing and grubbing, and removing all materials noted in this section of the Special Provisions as well as any other materials not noted and necessary for the construction of this project. The following items shall be included under "Removal of Structures and Obstructions": 1. Clearing and grubbing as necessary for all project improvements. 2. Remove and restore any fences disturbed by construction. 3. Tree stump/root removal. In general, the Contractor shall remove/dispose, remove/restore, or abandon existing items that are in conflict with the new improvements, as noted above, and or shown on the plans. Specific items and materials removed by the Contractor shall remain the property of the City. These items are identified on the Plans or within these Special Provisions and shall be City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -80 November 2020 Contract Documents RFB #2020-006 Division 2 delivered to the City Public Works yard. All other materials removed shall become the property of the Contractor and shall be disposed of off-site at a legal disposal site to be obtained and paid for by the Contractor. 2-02.3 Construction Requirements Section 2-02.3 is supplemented with the following: All material removed for the construction of the project shall be hauled off-site to a legal disposal site by the Contractor. The Contractor shall determine the requirements of his selected disposal site related to accepting the material to be deposited on the site. Testing of the material by the disposal site or refusal of the site to accept the material shall not be the basis for additional payment or for an extension of the contract time. The cost of all such requirements shall be included in the various bid prices in the Proposal. Existing water meters marked for removal on the plans or approved by the Engineer shall be read and recorded before disposal, and the readings shall be provided to the City. 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters Section 2-02.3(3) is supplemented with the following: Existing pavement shall be saw cut before commencing removal as required for the construction and approved by the Engineer. Pavement thickness and extent may vary throughout the project. Removal shall be accomplished by making a neat longitudinal vertical cut along the boundaries of the area to be removed. All cuts shall be continuous, and shall be made with saws specifically equipped for this purpose. No skip cutting will be allowed. Any pavement, sidewalk, or driveway that is damaged, and not designated for removal as shown on the Plans or preapproved by the Owner, shall be repaired or replaced entirely at the Contractor's expense. All saw cutting required shall be considered incidental to the project and no compensation will be allowed. The width and location of cuts shall be preapproved by the Engineer before cutting of pavement. Wheel cutting or jack hammering will not be considered an acceptable means of pavement "cutting," unless preapproved by the Engineer. Add the following new sections: 2-02.3(4) Remove/Abandon Existing Water System New Section Portions of the existing water systems shall be abandoned in place or removed. Water main pipe that is abandoned in place shall have a concrete plug installed in all openings. The length of plug shall equal twice the diameter of the pipe. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -81 November 2020 Contract Documents RFB #2020-006 Division 2 Existing hydrant assemblies, water meters, setters, meters boxes, and valve boxes that are removed shall be salvaged and delivered to the City of Yelm Public Works Shop. The excavation from any pipe sections or meter boxes that are removed shall be backfilled with crushed surfacing top course and compacted to minimum 95 percent max dry density. No separate measurement for payment will be made for backfill in association with removing or abandoning the water piping. It will instead be included in the unit contract price for the utility being installed. 2-02.3(5) Asbestos Handling and Disposal New Section Prior to performance of any contract work, the Contractor shall obtain all permits from, and provide notification to, the Washington State Department of Labor and Industries, the United States Environmental Protection Agency (USEPA), the local air pollution control agency, and other permitting and regulatory agencies with jurisdiction over the work involving asbestos as required in WAC Chapter 296-65, "Asbestos removal and encapsulation." All work involved in the removal, salvage, or disposal of AC pipe shall be the responsibility and at the expense of the Contractor. The Contractor shall ensure the safety of all workers, visitors to the site, and general public in accordance with all applicable laws, rules, and regulations. All contractors working with AC pipe must be state -certified. The Contractor shall designate a Washington State Certified Asbestos Supervisor (CAS) to personally supervise the asbestos removal and to ensure that the handling and removal of asbestos is accomplished by certified asbestos workers, pursuant to Washington State Department of Labor and Industries Standards. The Contractor shall ensure that the removal and disposal of asbestos meets the requirements of USEPA Regulation 40 CFR Part 61, local health department regulations, and all other applicable regulations. The Contractor shall provide protective clothing and equipment (coveralls, gloves, boots, head covering, goggles, respirators, etc.) to crews working with asbestos cement pipe in order to ensure the worker's exposure to asbestos material is at or below the limits prescribed in WAC 296-62-07705. All costs associated with asbestos handling and disposal shall be included in the lump sum cost for "Remove/Abandon Water System". 2-02.3(6) Pothole Existing Utility New Section Locations of possible conflicts at utility crossings can be seen on the Plans. Based on the actual location of utility markings, it may be necessary to uncover existing utilities and determine the exact locations. After completing field marking of the existing utilities, the Contractor shall determine if an existing utility may be in conflict with the planned improvements. Should a conflict seem likely, the Contractor shall notify the City. If the City concurs that a conflict is likely, the Contractor City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -82 November 2020 Contract Documents RFB #2020-006 Division 2 will be directed to expose the location of the subject utility (pothole). When potholing is required by the City, the Contractor shall expose the location of the existing utility and record the size of pipe and horizontal and vertical location on the Contractor's Record Drawings. Upon receipt of this information, the Engineer will determine if a conflict exists. The City will notify the Contractor within seven full working days as to what design modifications, if any, are required to resolve the conflict. If Contractor is able to obtain information on more than one utility crossing with one site excavation, payment will be for only one pothole. 2-02.3(7) Adjust Existing Utility to Grade New Section As shown in the Plans, existing utilities such as monuments, water valves, and meter boxes shall be adjusted to finished grade. The Contractor shall, prior to the beginning of any work, familiarize themselves with the existing utility locations. The Contractor shall adjust City -owned utilities. Final adjustment shall be smooth and flush with finished grade. The Contractor shall mark the location of all utilities prior to paving the new surface. Unless otherwise provided for in the Special Provisions and Proposal, costs for adjusting utilities to grade, including coordinating the work with other utilities, shall be incidental to the various items of work and no additional compensation will be allowed. Existing facilities shall be adjusted to the finished grade as shown on the Drawings and as further specified herein. Existing box, ring, grate, and cover shall be reset in a careful and workmanlike manner to conform to the new grade. Special care shall be exercised in all operations. Any damage occurring to the manholes, concrete inlets, monument cases, valve boxes, or water mains, due to the Contractor's operations, shall be repaired at the Contractor's own expense. Adjustments shall be made using bricks, concrete blocks, or cement, and the interior of the manhole adjustment shall be mortared smoothly. All covers and frames shall be thoroughly cleaned. The Contractor shall be responsible for referencing and keeping a record of such references of all manholes, catch basins, monument cases, meter boxes, and valve boxes encountered, and shall submit a copy of these references to the Engineer. The meter boxes, and valve boxes shall be adjusted to grade in the following manner: Within a Grass Surface: Provide crushed surfacing top course backfill and 3 inches of topsoil, Type A, and sod. Within an Hot Mixed Asphalt Paved Surface: As soon as the street is paved past each manhole, catch basin, monument case, meter box, valve box, and each casting/box shall be adjusted to grade. After pavement is in place, all joints shall be sealed with hot asphalt cement (AR 4000W). In areas opened immediately to traffic, a sand blanket shall be placed onto the surface of the hot asphalt sealer (AR 4000W) to help alleviate the "tracking" of asphalt sealer. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -83 November 2020 Contract Documents RFB #2020-006 Division 2 2-02.4 Vacant Section 2-02.4 is deleted in its entirety, including title, and replaced with the following: 2-02.4 Measurement No specific unit of measure shall apply to the lump sum item "Removal of Structures and Obstructions". "Potholing" shall be measured per each hole excavated, no matter how many utilities were identified/located. "Remove Existing Water Meter" shall be measured per each. "Flexible Pavement Removal" shall be measured per square yard. No specific unit of measure shall apply to the lump sum item "Remove/Abandon Water System". No measurement for payment shall be made for saw cutting. All costs associated with saw cutting shall be included with the other associated bid items in the Proposal. 2-02.5 Payment Section 2-02.5 is supplemented with the following: "Removal of Structures and Obstructions", per lump sum. The unit contract price for "Removal of Structures and Obstructions" shall be full compensation for all labor, tools, equipment, and materials necessary to remove, haul and dispose of the material off site at a Contractor -obtained legal disposal site. In addition, all backfill and compaction of backfill, as defined in the Plans and these Specifications needed to fill the void left after the removal shall be included in the lump sum cost for "Removal of Structures and Obstructions". Removal of trees, stumps and roots, and boulders located in the landscape islands shall be included in the lump sum cost for "Removal of Structures and Obstructions". "Remove Existing Water Meter", per each. The unit contract price for "Remove Existing Water Meter' shall be full pay for all work, materials, and labor to remove water meter, copper setter, meter box, and cap existing water service line, including excavating, backfill, compaction, surface restoration, and disposal of the removed water service pipeline. Limits of surface restoration are shown on the Contract Drawing details. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -84 November 2020 Contract Documents RFB #2020-006 Division 2 "Flexible Pavement Removal", per square yard. Payment for "Flexible Pavement Removal" will be full compensation for all costs associated with removing and disposing of the pavement materials regardless of depth, including asphalt wedge curbs, in accordance with the Contract Documents. "Potholing", per each. The unit contract price for "Potholing" per each shall be full compensation for all labor, tools, equipment, and materials necessary to expose the locations of existing utilities, record vertical and horizontal locations, backfill, and compact excavated areas per City Standard Details. This unit price shall also include the cost for rescheduling work as required to allow the City time (up to 7 working days) to issue any design modifications as may be required. All saw cutting shall be included in the other associated bid items in the Proposal and no additional compensation will be made. "Remove/Abandon Water System", per lump sum. The bid price in the Proposal for "Remove/Abandon Water System" will be full compensation for the costs of all labor, tools, equipment, and materials necessary to remove, abandon in place, haul, dispose of all items associated with the water systems, including backfill with crushed surfacing top course, AC pipe removal and disposal, and delivery of salvaged items/equipment to the City shop as described in the Plans and these Specifications. Recycle/salvage hydrant assembly shall be paid for separately. See Section 7-14. 2-04 HAUL 2-04.5 Payment Section 2-04.5 is supplemented with the following: All costs associated with hauling materials of any description to, from, and within the project site shall be included in the appropriate unit bid prices in the Proposal and no further compensation will be paid. 2-06 SUBGRADE PREPARATION 2-06.3 Construction Requirements Section 2-06.3 is supplemented with the following: During the period of subgrade exposure, only local traffic will be allowed on this section. The subgrade must be suitable, as determined by the Engineer, prior to placement of gravel borrow or crushed rock. All costs for protection of the subgrade, including replacing all City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -85 November 2020 Contract Documents RFB #2020-006 Division 2 material that becomes unsuitable while the subgrade is exposed, shall be included in the other related bid items of the Contract and no additional compensation shall be made. Preparation and compaction of the subgrade shall be considered as essential to the construction but all costs thereof shall be included by the Contractor in other pay items of the Contract. The subgrade shall be shaped and maintained to drain at all times during construction, including temporary ditches and modifications to drainage structures necessary to eliminate standing water on the subgrade. 2-07 WATERING 2-07.3 Construction Requirements Section 2-07.3 is supplemented with the following: During construction, the Contractor shall have dedicated to the project, a suitable water truck that shall be operated as necessary to control dust. Failure to have a water truck immediately accessible to the job, and failure to use said water truck for dust control, shall be adequate reason to "shutdown" the project construction. Such shutdown is herein agreed to upon submitting a Bid for this project. Shutdowns due to the Contractor's failure to control dust shall not be considered as unworkable days. The Contractor shall make necessary arrangements, and shall bear the costs for water necessary for the performance of the work. Water shall be made available, at no cost to the Contractor, for the project after a $1,000 refundable deposit is supplied to the City of Yelm in exchange for a water meter. The water meter must be used to monitor the Contractors water usage. The Contractor must provide and connect a double check valve assembly or provide an air break/gap in order to connect to the City of Yelm water system. The City of Yelm retains the exclusive right to operate all hydrants and valves; and if conditions warrant, the City can and may elect to restrict the use, amount, time, and location of the water source to best comply with the City's own needs. The Contractor shall provide backflow devices as required by the City. All costs for the equipment used shall be at the Contractor's expense. Water placement includes that required for dust control while excavating for the street or the installation of the utilities, for processing and compacting the subgrade, and for dust control between the time of subgrade preparation and the placing of asphalt. Dust control water shall be applied as directed by the Engineer or the City Project Inspector and for such period of time as the City deems necessary. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -86 November 2020 Contract Documents RFB #2020-006 Division 2 2-07.5 Payment Section 2-07.5 is replaced with the following: No additional payment shall be made for "Watering". All costs incurred for this item shall be included in the other related bid items. 2-09 STRUCTURE EXCAVATION 2-09.4 Measurement Section 2-09.4 is supplemented with the following: No measurement will be made for any class of structure excavation. No specific unit of measurement shall apply to the lump sum item of "Shoring or Extra Excavation Class B". 2-09.5 Payment Section 2-09.5 is supplemented with the following: "Shoring or Extra Excavation Class B", per lump sum. The lump sum price in the Proposal will be full compensation for the cost of all labor, tools, equipment, and materials necessary or incidental to furnishing, installing, and removing shoring systems. When extra excavation is used in lieu of constructing the shoring, cofferdam, sheet piles, or caisson, the lump sum contract price shall be full pay for all excavation, backfill, compaction, and other work required. 2-11 TRIMMING AND CLEANUP 2-11.1 Description Section 2-11.1 is supplemented with the following: During construction, and then upon completion of the work, the Contractor shall thoroughly comb and search the surrounding area and remove any construction material thrown or discarded amongst the trees, bushes, ditches, etc., such as paint cans, cartons, broken pipe, pavement pieces, paper, bottles, etc., and shall tidy up the surrounding general area to make it neat in appearance, including removal of debris that may or may not have been deposited by Contractor's operation. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -87 November 2020 Contract Documents RFB #2020-006 Division 2 Paved street surfaces, existing and new, shall be thoroughly cleaned (street sweeper) upon completion of work within the area, and shall require daily cleaning if dust or mud exists. Prior to job acceptance, all streets shall be cleaned. 2-11.3 Construction Requirements Add the following new sections: 2-11.3(1) Routine Cleaning New Section General 1. Retain all stored materials and equipment in an orderly fashion allowing maximum access, not impeding drainage or traffic, and providing protection. 2. Do not allow the accumulation of scrap, debris, waste material, and other items not required for this work. 3. At least twice each month, and more often if necessary or as directed by the Construction Inspector, the Contractor shall completely remove all scrap, debris, and waste material from the project site. 4. Provide adequate storage for all materials awaiting removal from the project site, observing all requirements for fire protection and protection of the environment. Site 1. Daily and more often if necessary or as directed, inspect the site and pick up all scrap, debris, and waste material. Remove all such items to the place designated for their storage until it can be disposed of. 2. Weekly, and more often if necessary or directed, inspect all arrangements of materials stored on the site, restack, tidy, or otherwise service all arrangements to meet the requirements above. 3. Maintain the site in a neat and orderly condition at all times so as to meet the approval of the Owner. 2-11.3(2) Final Cleaning New Section Prior to final inspection, remove from the job site, all tools, surplus materials, equipment, scrap, debris, and waste. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -88 November 2020 Contract Documents RFB #2020-006 Division 2 2-11.5 Payment Section 2-11.5 is supplemented with the following: No separate payment will be made for trimming and cleanup, but instead will be included in the lump sum item for "Removal of Structures and Obstructions". 2-12 CONSTRUCTION GEOSYNTHETIC 2-12.1 Description Section 2-12.1 is supplemented with the following: The Contractor shall furnish and place geotextile in accordance with the details and these Specifications. Geotextiles are required to be used with "Foundation Material". 2-12.4 Measurement Section 2-12.4 is supplemented with the following: No measurement will be made for geotextile used in conjunction with "Foundation Material". All costs incurred for this item shall be included in the other related bid items. END OF DIVISION 2 City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -89 November 2020 Contract Documents RFB #2020-006 Division 2 This Page Intentionally Left Blank City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -90 November 2020 Contract Documents RFB #2020-006 Division 2 DIVISION 3 AGGREGATE PRODUCTION AND ACCEPTANCE 3-01 PRODUCTION FROM QUARRY AND PIT SITES 3-01.4 Contractor Furnished Material Sources Section 3-01.4 is supplemented with the following: No source has been provided for any materials necessary for the construction of this improvement. The Contractor shall make arrangements to obtain the necessary materials at no expense to the City, and all costs of acquiring, producing, and placing this material in the finished work shall be included in the unit contract prices for the various items involved. 3-01.6 Payment Section 3-01.6 is supplemented with the following: All costs of any work required under Division 3 shall be included in the unit contract prices for the various items in the Proposal. END OF DIVISION 3 City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -91 November 2020 Contract Documents RFB #2020-006 Division 3 (This Page Intentionally Left Blank) City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -92 November 2020 Contract Documents RFB #2020-006 Division 3 DIVISION 4 BASES 4-04 BALLAST AND CRUSHED SURFACING 4-04.1 Description Section 4-04.1 is supplemented with the following: Crushed surfacing top course shall be used as required for pavement restoration, and driveway reconstruction. Crushed surfacing top course shall also be used for restoration along the finished edge of asphalt concrete pavement when such edge abuts an existing gravel or crushed surfacing shoulder. Crushed surfacing shall be placed in accordance with the Standard Specifications and as shown in the Plans or as designated by the Engineer. 4-04.4 Measurement Section 4-04.4 is replaced with the following: The basis of measurement for "Crushed Surfacing Top Course" and "Crushed Surfacing Base Course" will be by the ton based on neatline measurements. Conversion of cubic yards to tons shall be based on weight data from the crushed surfacing top course and crushed surfacing base course supplier. No separate measurement for payment will be made for pipe bedding and trench/structure backfill in association with the water piping. They will instead be included in the unit contract price for the utility being installed. No separate measurement for payment will be made for water used in placing and compacting surfacing materials. 4-04.5 Payment Section 4-04.5 is supplemented with the following: "Crushed Surfacing Top Course", per ton. The contract bid prices for "Crushed Surfacing Top Course", including all incidental work, shall be full compensation for all labor, material, tools, and equipment necessary to satisfactorily complete the work as defined in the Standard Specifications and these Special Provisions. END OF DIVISION 4 City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -93 November 2020 Contract Documents RFB #2020-006 Division 4 This Page Intentionally Left Blank City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -94 November 2020 Contract Documents RFB #2020-006 Division 4 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 5-04 HOT MIX ASPHALT (July 18, 2018 APWA (3SP) Delete Section 5-04 and amendments, Hot Mix Asphalt and replace it with the following: 5-04.1 Description This Work shall consist of providing and placing one or more layers of plant -mixed hot mix asphalt (HMA) on a prepared foundation or base in accordance with these Specifications and the lines, grades, thicknesses, and typical cross-sections shown in the Plans. The manufacture of HMA may include warm mix asphalt (WMA) processes in accordance with these Specifications. WMA processes include organic additives, chemical additives, and foaming. HMA shall be composed of asphalt binder and mineral materials as may be required, mixed in the proportions specified to provide a homogeneous, stable, and workable mixture. 5-04.2 Materials Materials shall meet the requirements of the following sections: Asphalt Binder 9-02.1(4) Cationic Emulsified Asphalt 9-02.1(6) Anti -Stripping Additive 9-02.4 HMA Additive 9-02.5 Aggregates 9-03.8 Recycled Asphalt Pavement 9-03.8(3)B Mineral Filler 9-03.8(5) Recycled Material 9-03.21 Portland Cement 9-01 Sand 9-03.1(2) (As noted in 5-04.3(5)C for crack sealing) Joint Sealant Foam Backer Rod 9-04.2 9-04.2(3)A The Contract documents may establish that the various mineral materials required for the manufacture of HMA will be furnished in whole or in part by the Contracting Agency. If the documents do not establish the furnishing of any of these mineral materials by the Contracting Agency, the Contractor shall be required to furnish such materials in the amounts required for the designated mix. Mineral materials include coarse and fine aggregates, and mineral filler. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -95 November 2020 Contract Documents RFB #2020-006 Division 5 The Contractor may choose to utilize recycled asphalt pavement (RAP) in the production of HMA. The RAP may be from pavements removed under the Contract, if any, or pavement material from an existing stockpile. The Contractor may use up to 20 percent RAP by total weight of HMA with no additional sampling or testing of the RAP. The RAP shall be sampled and tested at a frequency of one sample for every 1,000 tons produced and not less than ten samples per project. The asphalt content and gradation test data shall be reported to the Contracting Agency when submitting the mix design for approval on the QPL. The Contractor shall include the RAP as part of the mix design as defined in these Specifications. The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder from different sources is not permitted. The Contractor may only use warm mix asphalt (WMA) processes in the production of HMA with 20 percent or less RAP by total weight of HMA. The Contractor shall submit to the Engineer for approval the process that is proposed and how it will be used in the manufacture of HMA. Production of aggregates shall comply with the requirements of Section 3-01. Preparation of stockpile site, the stockpiling of aggregates, and the removal of aggregates from stockpiles shall comply with the requirements of Section 3-02. 5-04.2(1) How to Get an HMA Mix Design on the QPL If the contractor wishes to submit a mix design for inclusion in the Qualified Products List (QPL), please follow the WSDOT process outlined in Standard Specification 5-04.2(1). 5-04.2(1)A Vacant 5-04.2(2)Mix Design — Obtaining Project Approval No paving shall begin prior to the approval of the mix design by the Engineer. Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the contract documents. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. The Proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of nonstatistical evaluation. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -96 November 2020 Contract Documents RFB #2020-006 Division 5 Nonstatistical Mix Design. Fifteen days prior to the first day of paving the contractor shall provide one of the following mix design verification certifications for Contracting Agency review; The WSDOT Mix Design Evaluation Report from the current Fg QPL, or one of the mix design verification certifications listed below. • The proposed HMA mix design on WSDOT Form 350-042 with the seal and certification (stamp & signature) of a valid licensed Washington State Professional Engineer. • The Mix Design Report for the proposed HMA mix design developed by a qualified City or County laboratory that is within one year of the approval date.** The mix design shall be performed by a lab accredited by a national authority such as Laboratory Accreditation Bureau, L -A -B for Construction Materials Testing, The Construction Materials Engineering Council (CMEC's) ISO 17025 or AASHTO Accreditation Program (AAP) and shall supply evidence of participation in the AASHTO: resource proficiency sample program. Mix designs for HMA accepted by Nonstatistical evaluation shall; Have the aggregate structure and asphalt binder content determined in accordance with WSDOT Standard Operating Procedure 732 and meet the requirements of Sections 9-03.8(2), except that Hamburg testing for ruts and stripping are at the discretion of the Engineer, and 9-03.8(6). Have anti -strip requirements, if any, for the proposed mix design determined in accordance with AASHTO T 283 or T 324, or based on historic anti -strip and aggregate source compatibility from previous WSDOT lab testing. At the discretion of the Engineer, agencies may accept verified mix designs older than 12 months from the original verification date with a certification from the Contractor that the materials and sources are the same as those shown on the original mix design. Commercial Evaluation Approval of a mix design for "Commercial Evaluation" will be based on a review of the Contractor's submittal of WSDOT Form 350-042 (For commercial mixes, AASHTO T 324 evaluation is not required) or a Mix Design from the current WSDOT QPL or from one of the processes allowed by this section. Testing of the HMA by the Contracting Agency for mix design approval is not required. For the Bid Item Commercial HMA, the Contractor shall select a class of HMA and design level of Equivalent Single Axle Loads (ESAL's) appropriate for the required use. 5-O4.2(2)B Using Warm Mix Asphalt Processes The Contractor may elect to use additives that reduce the optimum mixing temperature or serve as a compaction aid for producing HMA. Additives include organic additives, chemical additives and foaming processes. The use of Additives is subject to the following: Do not use additives that reduce the mixing temperature more than allowed in Section 5-04.3(6) in the production of mixtures. Before using additives, obtain the Engineer's approval using WSDOT Form 350-076 to describe the proposed additive and process. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -97 November 2020 Contract Documents RFB #2020-006 Division 5 5-04.3 Construction Requirements Section 5-04.3 of the APWA GSP is supplemented with the following: Where the new HMA pavement connects to the existing pavement, the transition shall produce a smooth ride. The surface of the pavement through the connection shall not vary more than 1/4 inch in 10 feet. If the edges of existing remaining pavement become broken, uneven, or jagged prior to placement of new asphalt abutting those edges, the existing pavement shall be re -saw cut to provide a smooth, even edge prior to placement of the new asphalt. (July 18, 2018 APWA (3SP) 5-04.3(1) Weather Limitations Do not place HMA for wearing course on any Traveled Way beginning October 1st through March 31st of the following year without written concurrence from the Engineer. Do not place HMA on any wet surface, or when the average surface temperatures are less than those specified below, or when weather conditions otherwise prevent the proper handling or finishing of the HMA. Minimum Surface Temperature for Paving Compacted Thickness (Feet) Wearing Course Other Courses Less than 0.10 55-F 45-F 0.10 to .20 45-F 35-F More than 0.20 35-F 35-F 5-04.3(2) Paving Under Traffic When the Roadway being paved is open to traffic, the requirements of this Section shall apply. The Contractor shall keep intersections open to traffic at all times except when paving the intersection or paving across the intersection. During such time, and provided that there has been an advance warning to the public, the intersection may be closed for the minimum time required to place and compact the mixture. In hot weather, the Engineer may require the application of water to the pavement to accelerate the finish rolling of the pavement and to shorten the time required before reopening to traffic. Before closing an intersection, advance warning signs shall be placed and signs shall also be placed marking the detour or alternate route. During paving operations, temporary pavement markings shall be maintained throughout the project. Temporary pavement markings shall be installed on the Roadway prior to opening to traffic. Temporary pavement markings shall be in accordance with Section 8-23. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -98 November 2020 Contract Documents RFB #2020-006 Division 5 All costs in connection with performing the Work in accordance with these requirements, except the cost of temporary pavement markings, shall be included in the unit Contract prices for the various Bid items involved in the Contract. Section 5-04.3(2) of the APWA GSP is also supplemented with the following: The Contractor shall minimize any pavement drop-offs or abrupt pavement edges to traffic during nonworking hours. Unless otherwise approved by the Engineer, pavement drop-offs or abrupt pavement edges left exposed to traffic during nonworking hours shall be protected as follows: Drop-offs up to 0.20 feet, unless otherwise directed by the Engineer, may remain exposed with appropriate warning signs alerting motorists of the condition. 2. Drop-offs more than 0.20 feet that are within the traveled way shall be protected with appropriate warning signs and further protected by the following: a. A wedge of asphalt cold mix or other material approved by the Engineer shall be placed at a slope of 4 to 1 or flatter. Channelization devices shall be placed along the traffic side of the drop-off or abrupt pavement edges and shall comply with the latest edition of the MUTCD. Pavement drop-off warning signs shall be placed in advance of and throughout the drop-off area. Open trenches within the traveled way shall have a steel plate cover placed over the trench. A wedge of asphalt cold mix or other material approved by the Engineer shall be placed along the sheet edges to provide a smooth transition between the pavement and the steel plate. Warning signs shall be used to alert motorists of the presence of the steel plates. Steel plates shall be secured in a manner that they do not move under traffic. (July 18, 2018 APWA (3SP) 5-04.3(3) Equipment 5-O4.3(3)A Mixing Plant Plants used for the preparation of HMA shall conform to the following requirements: Equipment for Preparation of Asphalt Binder — Tanks for the storage of asphalt binder shall be equipped to heat and hold the material at the required temperatures. The heating shall be accomplished by steam coils, electricity, or other approved means so that no flame shall be in contact with the storage tank. The circulating system for the asphalt binder shall be designed to ensure proper and continuous circulation during the operating period. A valve for the purpose of sampling the asphalt binder shall be placed in either the storage tank or in the supply line to the mixer. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -99 November 2020 Contract Documents RFB #2020-006 Division 5 Thermometric Equipment — An armored thermometer, capable of detecting temperature ranges expected in the HMA mix, shall be fixed in the asphalt binder feed line at a location near the charging valve at the mixer unit. The thermometer location shall be convenient and safe for access by Inspectors. The plant shall also be equipped with an approved dial -scale thermometer, a mercury actuated thermometer, an electric pyrometer, or another approved thermometric instrument placed at the discharge chute of the drier to automatically register or indicate the temperature of the heated aggregates. This device shall be in full view of the plant operator. Heating of Asphalt Binder — The temperature of the asphalt binder shall not exceed the maximum recommended by the asphalt binder manufacturer nor shall it be below the minimum temperature required to maintain the asphalt binder in a homogeneous state. The asphalt binder shall be heated in a manner that will avoid local variations in heating. The heating method shall provide a continuous supply of asphalt binder to the mixer at a uniform average temperature with no individual variations exceeding 25°F. Also, when a WMA additive is included in the asphalt binder, the temperature of the asphalt binder shall not exceed the maximum recommended by the manufacturer of the WMA additive. Sampling and Testing of Mineral Materials — The HMA plant shall be equipped with a mechanical sampler for the sampling of the mineral materials. The mechanical sampler shall meet the requirements of Section 1-05.6 for the crushing and screening operation. The Contractor shall provide for the setup and operation of the field testing facilities of the Contracting Agency as provided for in Section 3-01.2(2). Sampling HMA — The HMA plant shall provide for sampling HMA by one of the following methods: a. A mechanical sampling device attached to the HMA plant. b. Platforms or devices to enable sampling from the hauling vehicle without entering the hauling vehicle. 5-04.3(3)B Hauling Equipment Trucks used for hauling HMA shall have tight, clean, smooth metal beds and shall have a cover of canvas or other suitable material of sufficient size to protect the mixture from adverse weather. Whenever the weather conditions during the work shift include, or are forecast to include, precipitation or an air temperature less than 45°F or when time from loading to unloading exceeds 30 minutes, the cover shall be securely attached to protect the HMA. The contractor shall provide an environmentally benign means to prevent the HMA mixture from adhering to the hauling equipment. Excess release agent shall be drained prior to filling hauling equipment with HMA. Petroleum derivatives or other coating material that contaminate or alter the characteristics of the HMA shall not be used. For live bed trucks, the conveyer shall be in operation during the process of applying the release agent. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -100 November 2020 Contract Documents RFB #2020-006 Division 5 5-04.3(3)C Pavers HMA pavers shall be self-contained, power -propelled units, provided with an internally heated vibratory screed and shall be capable of spreading and finishing courses of HMA plant mix material in lane widths required by the paving section shown in the Plans. The HMA paver shall be in good condition and shall have the most current equipment available from the manufacturer for the prevention of segregation of the HMA mixture installed, in good condition, and in working order. The equipment certification shall list the make, model, and year of the paver and any equipment that has been retrofitted. The screed shall be operated in accordance with the manufacturer's recommendations and shall effectively produce a finished surface of the required evenness and texture without tearing, shoving, segregating, or gouging the mixture. Acopy of the manufacturer's recommendations shall be provided upon request by the Contracting Agency. Extensions will be allowed provided they produce the same results, including ride, density, and surface texture as obtained by the primary screed. Extensions without augers and an internally heated vibratory screed shall not be used in the Traveled Way. When specified in the Contract, reference lines for vertical control will be required. Lines shall be placed on both outer edges of the Traveled Way of each Roadway. Horizontal control utilizing the reference line will be permitted. The grade and slope for intermediate lanes shall be controlled automatically from reference lines or by means of a mat referencing device and a slope control device. When the finish of the grade prepared for paving is superior to the established tolerances and when, in the opinion of the Engineer, further improvement to the line, grade, cross-section, and smoothness can best be achieved without the use of the reference line, a mat referencing device may be substituted for the reference line. Substitution of the device will be subject to the continued approval of the Engineer. A joint matcher may be used subject to the approval of the Engineer. The reference line may be removed after the completion of the first course of HMA when approved by the Engineer. Whenever the Engineer determines that any of these methods are failing to provide the necessary vertical control, the reference lines will be reinstalled by the Contractor. The Contractor shall furnish and install all pins, brackets, tensioning devices, wire, and accessories necessary for satisfactory operation of the automatic control equipment. If the paving machine in use is not providing the required finish, the Engineer may suspend Work as allowed by Section 1-08.6. Any cleaning or solvent type liquids spilled on the pavement shall be thoroughly removed before paving proceeds. 5-04.3(3)D Material Transfer Device or Material Transfer Vehicle A Material Transfer Device/Vehicle (MTD/V) shall only be used with the Engineer's approval, unless otherwise required by the contract. Where an MTD/V is required by the contract, the Engineer may approve paving without an MTD/V, at the request of the Contractor. The Engineer will determine if an equitable adjustment in cost or time is due. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -101 November 2020 Contract Documents RFB #2020-006 Division 5 When used, the MTD/V shall mix the HMA after delivery by the hauling equipment and prior to laydown by the paving machine. Mixing of the HMA shall be sufficient to obtain a uniform temperature throughout the mixture. If a windrow elevator is used, the length of the windrow may be limited in urban areas or through intersections, at the discretion of the Engineer. To be approved for use, an MTV: 1. Shall be self-propelled vehicle, separate from the hauling vehicle or paver. 2. Shall not be connected to the hauling vehicle or paver. 3. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 4. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 5. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. To be approved for use, an MTD: 1. Shall be positively connected to the paver. 2. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 3. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 4. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. 5-O4.3(3)E Rollers Rollers shall be of the steel wheel, vibratory, oscilatory, or pneumatic tire type, in good condition and capable of reversing without backlash. Operation of the roller shall be in accordance with the manufacturer's recommendations. When ordered by the Engineer for any roller planned for use on the project, the Contractor shall provide a copy of the manufacturer's recommendation for the use of that roller for compaction of HMA. The number and weight of rollers shall be sufficient to compact the mixture in compliance with the requirements of Section 5-04.3(10). The use of equipment that results in crushing of the aggregate will not be permitted. Rollers producing pickup, washboard, uneven compaction of the surface, displacement of the mixture or other undesirable results shall not be used. 5-04.3(4) Preparation of Existing Paved Surfaces When the surface of the existing pavement or old base is irregular, the Contractor shall bring it to a uniform grade and cross-section as shown on the Plans or approved by the Engineer. Preleveling of uneven or broken surfaces over which HMA is to be placed may be accomplished by using an asphalt paver, a motor patrol grader, or by hand raking, as approved by the Engineer. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -102 November 2020 Contract Documents RFB #2020-006 Division 5 Compaction of preleveling HMA shall be to the satisfaction of the Engineer and may require the use of small steel wheel rollers, plate compactors, or pneumatic rollers to avoid bridging across preleveled areas by the compaction equipment. Equipment used for the compaction of preleveling HMA shall be approved by the Engineer. Before construction of HMA on an existing paved surface, the entire surface of the pavement shall be clean. All fatty asphalt patches, grease drippings, and other objectionable matter shall be entirely removed from the existing pavement. All pavements or bituminous surfaces shall be thoroughly cleaned of dust, soil, pavement grindings, and other foreign matter. All holes and small depressions shall be filled with an appropriate class of HMA. The surface of the patched area shall be leveled and compacted thoroughly. Prior to the application of tack coat, or paving, the condition of the surface shall be approved by the Engineer. A tack coat of asphalt shall be applied to all paved surfaces on which any course of HMA is to be placed or abutted; except that tack coat may be omitted from clean, newly paved surfaces at the discretion of the Engineer. Tack coat shall be uniformly applied to cover the existing pavement with a thin film of residual asphalt free of streaks and bare spots at a rate between 0.02 and 0.10 gallons per square yard of retained asphalt. The rate of application shall be approved by the Engineer. A heavy application of tack coat shall be applied to all joints. For Roadways open to traffic, the application of tack coat shall be limited to surfaces that will be paved during the same working shift. The spreading equipment shall be equipped with a thermometer to indicate the temperature of the tack coat material. Equipment shall not operate on tacked surfaces until the tack has broken and cured. If the Contractor's operation damages the tack coat it shall be repaired prior to placement of the HMA. The tack coat shall be CSS -1, or CSS -1h emulsified asphalt. The CSS -1 and CSS -1h emulsified asphalt may be diluted once with water at a rate not to exceed one part water to one part emulsified asphalt. The tack coat shall have sufficient temperature such that it may be applied uniformly at the specified rate of application and shall not exceed the maximum temperature recommended by the emulsified asphalt manufacturer. Section 5-04.3(4) of the APWA GSP is also supplemented with the following: Weather permitting, two lifts (when required) of asphalt concrete shall be placed on the same day with no tack coat between the first and second lifts required. In the event that two lifts of asphalt concrete must be laid on two different days, a tack coat between lifts will be required. All costs for tack coat shall be considered incidental to and included in other unit contract prices. The Contractor shall feather the HMA overlay in a manner to produce a smooth surface connection to the existing pavement. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -103 November 2020 Contract Documents RFB #2020-006 Division 5 (July 18, 2018 APWA (5P) 5-04.3(5) Producing/Stockpiling Aggregates and RAP Aggregates and RAP shall be stockpiled according to the requirements of Section 3-02. Sufficient storage space shall be provided for each size of aggregate and RAP. Materials shall be removed from stockpile(s) in a manner to ensure minimal segregation when being moved to the HMA plant for processing into the final mixture. Different aggregate sizes shall be kept separated until they have been delivered to the HMA plant. 5-04.3(5)A Vacant 5-04.3(6) Mixing After the required amount of mineral materials, asphalt binder, recycling agent and anti -stripping additives have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials is ensured. When discharged, the temperature of the HMA shall not exceed the optimum mixing temperature by more than 25°F as shown on the reference mix design report or as approved by the Engineer. Also, when a WMA additive is included in the manufacture of HMA, the discharge temperature of the HMA shall not exceed the maximum recommended by the manufacturer of the WMA additive. A maximum water content of 2 percent in the mix, at discharge, will be allowed providing the water causes no problems with handling, stripping, or flushing. If the water in the HMA causes any of these problems, the moisture content shall be reduced as directed by the Engineer. Storing or holding of the HMA in approved storage facilities will be permitted with approval of the Engineer, but in no event shall the HMA be held for more than 24 hours. HMA held for more than 24 hours after mixing shall be rejected. Rejected HMA shall be disposed of by the Contractor at no expense to the Contracting Agency. The storage facility shall have an accessible device located at the top of the cone or about the third point. The device shall indicate the amount of material in storage. No HMA shall be accepted from the storage facility when the HMA in storage is below the top of the cone of the storage facility, except as the storage facility is being emptied at the end of the working shift. Recycled asphalt pavement (RAP) utilized in the production of HMA shall be sized prior to entering the mixer so that a uniform and thoroughly mixed HMA is produced. If there is evidence of the recycled asphalt pavement not breaking down during the heating and mixing of the HMA, the Contractor shall immediately suspend the use of the RAP until changes have been approved by the Engineer. After the required amount of mineral materials, RAP, new asphalt binder and asphalt rejuvenator have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials, and RAP is ensured. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -104 November 2020 Contract Documents RFB #2020-006 Division 5 5-04.3(7) Spreading and Finishing The mixture shall be laid upon an approved surface, spread, and struck off to the grade and elevation established. HMA pavers complying with Section 5-04.3(3) shall be used to distribute the mixture. Unless otherwise directed by the Engineer, the nominal compacted depth of any layer of any course shall not exceed the following: HMA Class 1" 0.35 feet HMA Class 3/4" and HMA Class 1/2" wearing course 0.30 feet other courses 0.35 feet HMA Class 3/8" 0.15 feet On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the paving may be done with other equipment or by hand. When more than one JMF is being utilized to produce HMA, the material produced for each JMF shall be placed by separate spreading and compacting equipment. The intermingling of HMA produced from more than one JMF is prohibited. Each strip of HMA placed during a work shift shall conform to a single JMF established for the class of HMA specified unless there is a need to make an adjustment in the JMF. 5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA For HMA accepted by nonstatistical evaluation the aggregate properties of sand equivalent, uncompacted void content and fracture will be evaluated in accordance with Section 3-04. Sampling and testing of aggregates for HMA accepted by commercial evaluation will be at the option of the Engineer. 5-04.3(9) HMA Mixture Acceptance Acceptance of HMA shall be as provided under nonstatistical, or commercial evaluation. Nonstatistical evaluation will be used for the acceptance of HMA unless Commercial Evaluation is specified. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, temporary pavement, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Engineer. The mix design will be the initial JMF for the class of HMA. The Contractor may request a change in the JMF. Any adjustments to the JMF will require the approval of the Engineer and may be made in accordance with this section. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -105 November 2020 Contract Documents RFB #2020-006 Division 5 HMA Tolerances and Adjustments 1. Job Mix Formula Tolerances — The constituents of the mixture at the time of acceptance shall be within tolerance. The tolerance limits will be established as follows: For Asphalt Binder and Air Voids (Va), the acceptance limits are determined by adding the tolerances below to the approved JMF values. These values will also be the Upper Specification Limit (USL) and Lower Specification Limit (LSL) required in Section 1-06.2(2)D2 Property Non -Statistical Evaluation Commercial Evaluation Asphalt Binder +/-0.5% +/-0.7% Air Voids, Va 2.5% min. and 5.5% max N/A For Aggregates in the mixture: a. First, determine preliminary upper and lower acceptance limits by applying the following tolerances to the approved JMF. Aggregate Percent Passing Non -Statistical Evaluation Commercial Evaluation 1", 3/n", 1/2", and 3/8" sieves +/-6% +/-8% No. 4 sieve +/-6% +/-8% No. 8 Sieve +/-6% +/-8% No. 200 sieve +/-2.0% +/-3.0% Second, adjust the preliminary upper and lower acceptance limits determined from step (a) the minimum amount necessary so that none of the aggregate properties are outside the control points in Section 9-03.8(6). The resulting values will be the upper and lower acceptance limits for aggregates, as well as the USL and LSL required in Section 1-06.2(2)D2. 2. Job Mix Formula Adjustments — An adjustment to the aggregate gradation or asphalt binder content of the JMF requires approval of the Engineer. Adjustments to the JMF will only be considered if the change produces material of equal or better quality and may require the development of a new mix design if the adjustment exceeds the amounts listed below. a. Aggregates —2 percent for the aggregate passing the 11/2", 11, 3/4", 1/21, 3/81 , and the No. 4 sieves, 1 percent for aggregate passing the No. 8 sieve, and 0.5 percent for the aggregate passing the No. 200 sieve. The adjusted JMF shall be within the range of the control points in Section 9-03.8(6). Asphalt Binder Content — The Engineer may order or approve changes to asphalt binder content. The maximum adjustment from the approved mix design for the asphalt binder content shall be 0.3 percent City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -106 November 2020 Contract Documents RFB #2020-006 Division 5 5-O4.3(9)A Vacant 5-04.3(9)6 Vacant 5-O4.3(9)C Mixture Acceptance — Nonstatistical Evaluation HMA mixture which is accepted by Nonstatistical Evaluation will be evaluated by the Contracting Agency by dividing the HMA tonnage into lots. 5-O4.3(9)Cl Mixture Nonstatistical Evaluation — Lots and Sublots A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day's production or 800 tons, whichever is less except that the final sublot will be a minimum of 400 tons and may be increased to 1200 tons. All of the test results obtained from the acceptance samples from a given lot shall be evaluated collectively. If the Contractor requests a change to the JMF that is approved, the material produced after the change will be evaluated on the basis of the new JMF for the remaining sublots in the current lot and for acceptance of subsequent lots. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor's request after the Engineer is satisfied that material conforming to the Specifications can be produced. Sampling and testing for evaluation shall be performed on the frequency of one sample per sublot. 5-O4.3(9)C2 Mixture Nonstatistical Evaluation Sampling Samples for acceptance testing shall be obtained by the Contractor when ordered by the Engineer. The Contractor shall sample the HMA mixture in the presence of the Engineer and in accordance with AASH -TO T 168. A minimum of three samples should be taken for each class of HMA placed on a project. If used in a structural application, at least one of the three samples shall to be tested. Sampling and testing HMA in a Structural application where quantities are less than 400 tons is at the discretion of the Engineer. For HMA used in a structural application and with a total project quantity less than 800 tons but more than 400 tons, a minimum of one acceptance test shall be performed. In all cases, a minimum of 3 samples will be obtained at the point of acceptance, a minimum of one of the three samples will be tested for conformance to the JMF: If the test results are found to be within specification requirements, additional testing will be at the Engineer's discretion. If test results are found not to be within specification requirements, additional testing of the remaining samples to determine a Composite Pay Factor (CPF) shall be performed. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -107 November 2020 Contract Documents RFB #2020-006 Division 5 5-O4.3(9)C3 Mixture Nonstatistical Evaluation —Acceptance Testing Testing of HMA for compliance of Va will at the option of the Contracting Agency. If tested, compliance of Va will use WSDOT SOP 731. Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T 308. Testing for compliance of gradation will be by FOP for WAQTC T 27/T 11. 5-O4.3(9)C4 Mixture Nonstatistical Evaluation — Pay Factors For each lot of material falling outside the tolerance limits in 5-04.3(9), the Contracting Agency will determine a Composite Pay Factor (CPF) using the following price adjustment factors: Table of Price Adjustment Factors Constituent Factor 'Y" All aggregate passing: 11/2", 1", 3/4",'/2", 3/8" and No.4 sieves 2 All aggregate passing No. 8 sieve 15 All aggregate passing No. 200 sieve 20 Asphalt binder 40 Air Voids (Va) (where applicable) 20 Each lot of HMA produced under Nonstatistical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside the nonstatistical tolerance limits in the Job Mix Formula shown in Table of Price Adjustment Factors, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the Roadway shall be tested to provide a minimum of three sets of results for evaluation. 5-O4.3(9)C5 Vacant 5-O4.3(9)C6 Mixture Nonstatistical Evaluation — Price Adjustments For each lot of HMA mix produced under Nonstatistical Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The total job mix compliance price adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -108 November 2020 Contract Documents RFB #2020-006 Division 5 If a constituent is not measured in accordance with these Specifications, itsindividual pay factor will be considered 1.00 in calculating the Composite PayFactor(CPF). 5-O4.3(9)C7 Mixture Nonstatistical Evaluation — Retests The Contractor may request a sublot be retested. To request a retest, the Contractor shall submit a written request within 7 calendar days after the specific test results have been received. A split of the original acceptance sample will be retested. The split of the sample will not be tested with the same tester that ran the original acceptance test. The sample will be tested for a complete gradation analysis, asphalt binder content, and, at the option of the agency, Va. The results of the retest will be used for the acceptance of the HMA in place of the original sublot sample test results. The cost of testing will be deducted from any monies due or that may come due the Contractor under the Contract at the rate of $500 per sample. 5-04.3 (9)D Mixture Acceptance — Commercial Evaluation If sampled and tested, HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside the commercial tolerance limits in the Job Mix Formula shown in 5-04.3(9), the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. For each lot of HMA mix produced and tested under Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix. If a constituent is not measured in accordance with these Specifications, itsindividual pay factor will be considered 1.00 in calculating the Composite PayFactor(CPF). 5-04.3(10) HMA Compaction Acceptance HMA mixture accepted by nonstatistical evaluation that is used in traffic lanes, including lanes for intersections, ramps, truck climbing, weaving, and speed change, and having a specified compacted course thickness greater than 0.10 -foot, shall be compacted to a specified level of relative density. The specified level of relative density shall be a Composite Pay Factor (CPF) of not less than 0.75 when evaluated in accordance with Section 1-06.2, using a LSL of 92.0 (minimum of 92 percent of the maximum density). The maximum density shall be determined by WSDOT FOP for AASHTO T 729. The specified level of density attained will be determined by the evaluation of the density of the pavement. The density of the pavement shall be determined in accordance with WSDOT FOP for WAQTC TM 8, except that gauge correlation will be at the discretion of the Engineer, when using the nuclear density gauge and WSDOT SOP 736 when using cores to determine density. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -109 November 2020 Contract Documents RFB #2020-006 Division 5 Tests for the determination of the pavement density will be taken in accordance with the required procedures for measurement by a nuclear density gauge or roadway cores after completion of the finish rolling. If the Contracting Agency uses a nuclear density gauge to determine density the test procedures FOP for WAQTC TM 8 and WSDOT SOP T 729 will be used on the day the mix is placed and prior to opening to traffic. Roadway cores for density may be obtained by either the Contracting Agency or the Contractor in accordance with WSDOT SOP 734. The core diameter shall be 4 -inches minimum, unless otherwise approved by the Engineer. Roadway cores will be tested by the Contracting Agency in accordance with WSDOT FOP for AASHTO T 166. If the Contract includes the Bid item "Roadway Core" the cores shall be obtained by the Contractor in the presence of the Engineer on the same day the mix is placed and at locations designated by the Engineer. If the Contract does not include the Bid item "Roadway Core" the Contracting Agency will obtain the cores. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor's request after the Engineer is satisfied that material conforming to the Specifications can be produced. HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis 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. HMA for preleveling shall be thoroughly compacted. HMA that is used for preleveling wheel rutting shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. Test Results For a sublot that has been tested with a nuclear density gauge that did not meet the minimum of 92 percent of the reference maximum density in a compaction lot with a CPF below 1.00 and thus subject to a price reduction or rejection, the Contractor may request that a core be used for determination of the relative density of the sublot. The relative density of the core will replace the relative density determined by the nuclear density gauge for the sublot and will be used for calculation of the CPF and acceptance of HMA compaction lot. When cores are taken by the Contracting Agency at the request of the Contractor, they shall be requested by noon of the next workday after the test results for the sublot have been provided or made available to the Contractor. Core locations shall be outside of wheel paths and as determined by the Engineer. Traffic control shall be provided by the Contractor as requested by the Engineer. Failure by the Contractor to provide the requested traffic control will result in forfeiture of the request for cores. When the CPF for the lot based on the results of the HMA cores is less than 1.00, the cost for the coring will be deducted from any monies due or that may become due the Contractor under the Contract at the rate of $200 per core and the Contractor shall pay for the cost of the traffic control. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -110 November 2020 Contract Documents RFB #2020-006 Division 5 5-04.3(10)A HMA Compaction —General Compaction Requirements Compaction shall take place when the mixture is in the proper condition so that no undue displacement, cracking, or shoving occurs. Areas inaccessible to large compaction equipment shall be compacted by other mechanical means. Any HMA that becomes loose, broken, contaminated, shows an excess or deficiency of asphalt, or is in any way defective, shall be removed and replaced with new hot mix that shall be immediately compacted to conform to the surrounding area. The type of rollers to be used and their relative position in the compaction sequence shall generally be the Contractor's option, provided the specified densities are attained. Unless the Engineer has approved otherwise, rollers shall only be operated in the static mode when the internal temperature of the mix is less than 175°F. Regardless of mix temperature, a roller shall not be operated in a mode that results in checking or cracking of the mat. Rollers shall only be operated in static mode on bridge decks. 5-04.3(10)6 HMA Compaction — Cyclic Density Low cyclic density areas are defined as spots or streaks in the pavement that are less than 90 percent of the theoretical maximum density. At the Engineer's discretion, the Engineer may evaluate the HMA pavement for low cyclic density, and when doing so will follow WSDOT SOP 733. A $500 Cyclic Density Price Adjustment will be assessed for any 500 -foot section with two or more density readings below 90 percent of the theoretical maximum density. 5-O4.3(1O)C Vacant 5-O4.3(1O)D HMA Nonstatistical Compaction 5-O4.3(1O)Dl HMA Nonstatistical Compaction — Lots and Sublots HMA compaction which is accepted by nonstatistical evaluation will be based on acceptance testing performed by the Contracting Agency dividing the project into compaction lots. A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day's production or 400 tons, whichever is less except that the final sublot will be a minimum of 200 tons and may be increased to 800 tons. Testing for compaction will be at the rate of 5 tests per sublot per WSDOT T 738. The sublot locations within each density lot will be determined by the Engineer. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor's request after the Engineer is satisfied that material conforming to the Specifications can be produced. HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -111 November 2020 Contract Documents RFB #2020-006 Division 5 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. HMA for preleveling shall be thoroughly compacted. HMA that is used to prelevel wheel ruts shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. 5-04.3(10)D2 HMA Compaction Nonstatistical Evaluation — Acceptance Testing The location of the HMA compaction acceptance tests will be randomly selected by the Engineer from within each sublot, with one test per sublot. 5-04.3(10)D3 HMA Nonstatistical Compaction — Price Adjustments For each compaction lot with one or two sublots, having all sublots attain a relative density that is 92 percent of the reference maximum density the HMA shall be accepted at the unit Contract price with no further evaluation. When a sublot does not attain a relative density that is 92 percent of the reference maximum density, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The maximum CPF shall be 1.00, however, lots with a calculated CPF in excess of 1.00 will be used to offset lots with CPF values below 1.00 but greater than 0.90. Lots with CPF lower than 0.90 will be evaluated for compliance per 5-04.3(11). Additional testing by either a nuclear moisture -density gauge or cores will be completed as required to provide a minimum of three tests for evaluation. For compaction below the required 92% a Non -Conforming Compaction Factor (NCCF) will be determined. The NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of CPF, the quantity of HMA in the compaction control lot in tons, and the unit Contract price per ton of mix. 5-04.3(11) Reject Work 5-04.3(11)A Reject Work General Work that is defective or does not conform to Contract requirements shall be rejected. The Contractor may propose, in writing, alternatives to removal and replacement of rejected material. Acceptability of such alternative proposals will be determined at the sole discretion of the Engineer. HMA that has been rejected is subject to the requirements in Section 1-06.2(2) and this specification, and the Contractor shall submit a corrective action proposal to the Engineer for approval. 5-04.3(11)6 Rejection by Contractor The Contractor may, prior to sampling, elect to remove any defective material and replace it with new material. Any such new material will be sampled, tested, and evaluated for acceptance. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -112 November 2020 Contract Documents RFB #2020-006 Division 5 5-04.3(11)C Rejection Without Testing (Mixture or Compaction) The Engineer may, without sampling, reject any batch, load, or section of Roadway that appears defective. Material rejected before placement shall not be incorporated into the pavement. Any rejected section of Roadway shall be removed. No payment will be made for the rejected materials or the removal of the materials unless the Contractor requests that the rejected material be tested. If the Contractor elects to have the rejected material tested, a minimum of three representative samples will be obtained and tested. Acceptance of rejected material will be based on conformance with the nonstatistical acceptance Specification. If the CPF for the rejected material is less than 0.75, no payment will be made for the rejected material; in addition, the cost of sampling and testing shall be borne by the Contractor. If the CPF is greater than or equal to 0.75, the cost of sampling and testing will be borne by the Contracting Agency. If the material is rejected before placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at a CPF of 0.75. If rejection occurs after placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at the calculated CPF with an addition of 25 percent of the unit Contract price added for the cost of removal and disposal. 5-04.3(11)D Rejection — A Partial Sublot In addition to the random acceptance sampling and testing, the Engineer may also isolate from a normal sublot any material that is suspected of being defective in relative density, gradation or asphalt binder content. Such isolated material will not include an original sample location. A minimum of three random samples of the suspect material will be obtained and tested. The material will then be statistically evaluated as an independent lot in accordance with Section 1-06.2(2). 5-04.3(11)E Rejection — An Entire Sublot An entire sublot that is suspected of being defective may be rejected. When a sublot is rejected a minimum of two additional random samples from this sublot will be obtained. These additional samples and the original sublot will be evaluated as an independent lot in accordance with Section 1-06.2(2). 5-04.3(11)F Rejection — A Lot in Progress The Contractor shall shut down operations and shall not resume HMA placement until such time as the Engineer is satisfied that material conforming to the Specifications can be produced: When the Composite Pay Factor (CPF) of a lot in progress drops below 1.00 and the Contractor is taking no corrective action, or 2. When the Pay Factor (PF) for any constituent of a lot in progress drops below 0.95 and the Contractor is taking no corrective action, or 3. When either the PFi for any constituent or the CPF of a lot in progress is less than 0.75. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -113 November 2020 Contract Documents RFB #2020-006 Division 5 5-04.3(11)G Rejection - An Entire Lot (Mixture or Compaction) An entire lot with a CPF of less than 0.75 will be rejected. 5-04.3(12) 5-04.3(12)A Joints HMA Joints 5-04.3(12)Al Transverse Joints The Contractor shall conduct operations such that the placing of the top or wearing course is a continuous operation or as close to continuous as possible. Unscheduled transverse joints will be allowed and the roller may pass over the unprotected end of the freshly laid mixture only when the placement of the course must be discontinued for such a length of time that the mixture will cool below compaction temperature. When the Work is resumed, the previously compacted mixture shall be cut back to produce a slightly beveled edge for the full thickness of the course. A temporary wedge of HMA constructed on a 20H: 1V shall be constructed where a transverse joint as a result of paving or planing is open to traffic. The HMA in the temporary wedge shall be separated from the permanent HMA by strips of heavy wrapping paper or other methods approved by the Engineer. The wrapping paper shall be removed and the joint trimmed to a slightly beveled edge for the full thickness of the course prior to resumption of paving. The material that is cut away shall be wasted and new mix shall be laid against the cut. Rollers or tamping irons shall be used to seal the joint. 5-04.3(12)A2 Longitudinal Joints The longitudinal joint in any one course shall be offset from the course immediately below by not more than 6 inches nor less than 2 inches. All longitudinal joints constructed in the wearing course shall be located at a lane line or an edge line of the Traveled Way. A notched wedge joint shall be constructed along all longitudinal joints in the wearing surface of new HMA unless otherwise approved by the Engineer. The notched wedge joint shall have a vertical edge of not less than the maximum aggregate size or more than 1/2 of the compacted lift thickness and then taper down on a slope not steeper than 41-1: 1V. The sloped portion of the HMA notched wedge joint shall be uniformly compacted. 5-04.3(12)B Bridge Paving Joint Seals Section 5-04.3(12)6 of the APWA GSP is deleted in its entirety. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -114 November 2020 Contract Documents RFB #2020-006 Division 5 (July 18, 2018 APWA (5P) 5-04.3(13) Surface Smoothness The completed surface of all courses shall be of uniform texture, smooth, uniform as to crown and grade, and free from defects of all kinds. The completed surface of the wearing course shall not vary more than 1/8 inch from the lower edge of a 10 -foot straightedge placed on the surface parallel to the centerline. The transverse slope of the completed surface of the wearing course shall vary not more than 1/4 inch in 10 feet from the rate of transverse slope shown in the Plans. When deviations in excess of the above tolerances are found that result from a high place in the HMA, the pavement surface shall be corrected by one of the following methods: 1. Removal of material from high places by grinding with an approved grinding machine, or 2. Removal and replacement of the wearing course of HMA, or 3. By other method approved by the Engineer. Correction of defects shall be carried out until there are no deviations anywhere greater than the allowable tolerances. Deviations in excess of the above tolerances that result from a low place in the HMA and deviations resulting from a high place where corrective action, in the opinion of the Engineer, will not produce satisfactory results will be accepted with a price adjustment. The Engineer shall deduct from monies due or that may become dueto the Contractor the sum of $500.00 for each and every section of single traffic lane 100 feet in length in which any excessive deviations described above are found. When utility appurtenances such as manhole covers and valve boxes are located in the traveled way, the utility appurtenances shall be adjusted to the finished grade prior to paving. This requirement may be waived when requested by the Contractor, at the discretion of the Engineer or when the adjustment details provided in the project plan or specifications call for utility appurtenance adjustments after the completion of paving. Utility appurtenance adjustment discussions will be included in the Pre -Paving planning (5-04.3(14)B3). Submit a written request to waive this requirement to the Engineer prior to the start of paving. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -115 November 2020 Contract Documents RFB #2020-006 Division 5 5-04.3(14) Planing (Milling) Bituminous Pavement Replace Section 5-04.3(14) of the APWA GSP with the following: The planing plan must be approved by the Engineer and a pre planning meeting must be held prior to the start of any planing. See Section 5-04.3(14)B2 for information on planning submittals. Locations of existing surfacing to be planed are as shown in the Drawings. Where planing an existing pavement is specified in the Contract, the Contractor must remove existing surfacing material and to reshape the surface to remove irregularities. The finished product must be a prepared surface acceptable for receiving an HMA overlay. Use the cold milling method for planing unless otherwise specified in the Contract. Do not use the planer on the final wearing course of new HMA. Conduct planing operations in a manner that does not tear, break, burn, or otherwise damage the surface which is to remain. The finished planed surface must be slightly grooved or roughened and must be free from gouges, deep grooves, ridges, or other imperfections. The Contractor must repair any damage to the surface by the Contractor's planing equipment, using an Engineer approved method. Repair or replace any metal castings and other surface improvements damaged by planing, as determined by the Engineer. A tapered wedge cut must be planed longitudinally along curb lines sufficient to provide a minimum of 4 inches of curb reveal after placement and compaction of the final wearing course. The dimensions of the wedge must be as shown on the Drawings or as specified by the Engineer. A tapered wedge cut must also be made at transitions to adjoining pavement surfaces (meet lines) where butt joints are shown on the Drawings. Cut butt joints in a straight line with vertical faces 2 inches or more in height, producing a smooth transition to the existing adjoining pavement. After planing is complete, planed surfaces must be swept, cleaned, and if required by the Contract, patched and preleveled. The Engineer may direct additional depth planing. Before performing this additional depth planing, the Contractor must conduct a hidden metal in pavement detection survey as specified in Section 5-04.3(14)A. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -116 November 2020 Contract Documents RFB #2020-006 Division 5 5-04.3(14)A Pre -Planing Metal Detection Check Before starting planing of pavements, and before any additional depth planing required by the Engineer, the Contractor must conduct a physical survey of existing pavement to be planed with equipment that can identify hidden metal objects. Should such metal be identified, promptly notify the Engineer. See Section 1-07.16(1) regarding the protection of survey monumentation that may be hidden in pavement. The Contractor is solely responsible for any damage to equipment resulting from the Contractor's failure to conduct a pre -planing metal detection survey, or from the Contractor's failure to notify the Engineer of any hidden metal that is detected. 5-04.3(14)B Paving and Planing Under Traffic 5-04.3(14)Bl General In addition the requirements of Section 1-07.23 and the traffic controls required in Section 1-10, and unless the Contract specifies otherwise or the Engineer approves, the Contractor must comply with the following: Intersections: Keep intersections open to traffic at all times, except when paving or planing operations through an intersection requires closure. Such closure must be kept to the minimum time required to place and compact the HMA mixture, or plane as appropriate. For paving, schedule such closure to individual lanes or portions thereof that allows the traffic volumes and schedule of traffic volumes required in the approved traffic control plan. Schedule work so that adjacent intersections are not impacted at the same time and comply with the traffic control restrictions required by the Traffic Engineer. Each individual intersection closure or partial closure, must be addressed in the traffic control plan, which must be submitted to and accepted by the Engineer, see Section 1-10.2(2). b. When planing or paving and related construction must occur in an intersection, consider scheduling and sequencing such work into quarters of the intersection, or half or more of an intersection with side street detours. Be prepared to sequence the work to individual lanes or portions thereof. c. Should closure of the intersection in its entirety be necessary, and no trolley service is impacted, keep such closure to the minimum time required to place and compact the HMA mixture, plane, remove asphalt, tack coat, and as needed. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -117 November 2020 Contract Documents RFB #2020-006 Division 5 d. Any work in an intersection requires advance warning in both signage and a number of Working Days advance notice as determined by the Engineer, to alert traffic and emergency services of the intersection closure or partial closure. e. Allow new compacted HMA asphalt to cool to ambient temperature before any traffic is allowed on it. Traffic is not allowed on newly placed asphalt until approval has been obtained from the Engineer. 2. Temporary centerline marking, post -paving temporary marking, temporary stop bars, and maintaining temporary pavement marking must comply with Section 8-23. 3. Permanent pavement marking must comply with Section 8-22. 5-04.3(14)B2 Submittals— Planing Plan and HMA Paving Plan The Contractor must submit a separate planing plan and a separate paving plan to the Engineer at least 5 Working Days in advance of each operation's activity start date. These plans must show how the moving operation and traffic control are coordinated, as they will be discussed at the pre -planing briefing and pre -paving briefing. When requested by the Engineer, the Contractor must provide each operation's traffic control plan on 24 x 36 inch or larger size Shop Drawings with a scale showing both the area of operation and sufficient detail of traffic beyond the area of operation where detour traffic may be required. The scale on the Shop Drawings is 1 inch = 20 feet, which may be changed if the Engineer agrees sufficient detail is shown. The planing operation and the paving operation include, but are not limited to, metal detection, removal of asphalt and temporary asphalt of any kind, tack coat and drying, staging of supply trucks, paving trains, rolling, scheduling, and as may be discussed at the briefing. When intersections will be partially or totally blocked, provide adequately sized and noticeable signage alerting traffic of closures to come, a minimum 2 Working Days in advance. The traffic control plan must show where police officers will be stationed when signalization is or may be, countermanded, and show areas where flaggers are proposed. At a minimum, the planing and the paving plan must include: A copy of the accepted traffic control plan, see Section 1-10.2(2), detailing each day's traffic control as it relates to the specific requirements of that day's planing and paving. Briefly describe the sequencing of traffic control consistent with the proposed planing and paving sequence, and scheduling of placement of temporary pavement markings and channelizing devices after each day's planing, and paving. 2. A copy of each intersection's traffic control plan. 3. Haul routes from Supplier facilities, and locations of temporary parking and staging areas, including return routes. Describe the complete round trip as it relates to the sequencing of paving operations. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -118 November 2020 Contract Documents RFB #2020-006 Division 5 4. Names and locations of HMA Supplier facilities to be used. 5. List of all equipment to be used for paving. 6. List of personnel and associated job classification assigned to each piece of paving equipment. Description (geometric or narrative) of the scheduled sequence of planing and of paving, and intended area of planing and of paving for each day's work, must include the directions of proposed planing and of proposed paving, sequence of adjacent lane paving, sequence of skipped lane paving, intersection planing and paving scheduling and sequencing, and proposed notifications and coordinations to be timely made. The plan must show HMA joints relative to the final pavement marking lane lines. Names, job titles, and contact information for field, office, and plant supervisory personnel. 9. A copy of the approved Mix Designs. 10. Tonnage of HMA to be placed each day. 11. Approximate times and days for starting and ending daily operations. 5-04.3(14)B3 Pre -Paving and Pre -Planing Briefing At least 2 Working Days before the first paving operation and the first planing operation, or as scheduled by the Engineer for future paving and planing operations to ensure the Contractor has adequately prepared for notifying and coordinating as required in the Contract, the Contractor must be prepared to discuss that day's operations as they relate to other entities and to public safety and convenience, including driveway and business access, garbage truck operations, Metro transit operations and working around energized overhead wires, school and nursing home and hospital and other accesses, other contractors who may be operating in the area, pedestrian and bicycle traffic, and emergency services. The Contractor, and Subcontractors that may be part of that day's operations, must meet with the Engineer and discuss the proposed operation as it relates to the submitted planing plan and paving plan, approved traffic control plan, and public convenience and safety. Such discussion includes, but is not limited to: 1. General for both Paving Plan and for Planing Plan: a. The actual times of starting and ending daily operations. b. In intersections, how to break up the intersection, and address traffic control and signalization for that operation, including use of peace officers. c. The sequencing and scheduling of paving operations and of planing operations, as applicable, as it relates to traffic control, to public convenience and safety, and to other contractors who may operate in the Project Site. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -119 November 2020 Contract Documents RFB #2020-006 Division 5 d. Notifications required of Contractor activities, and coordinating with other entities and the public as necessary. e. Description of the sequencing of installation and types of temporary pavement markings as it relates to planing and to paving. f. Description of the sequencing of installation of, and the removal of, temporary pavement patch material around exposed castings and as may be needed g. Description of procedures and equipment to identify hidden metal in the pavement, such as survey monumentation, monitoring wells, street car rail, and castings, before planing, see Section 5-04.3(14)62. h. Description of how flaggers will be coordinated with the planing, paving, and related operations. i. Description of sequencing of traffic controls for the process of rigid pavement base repairs. j. Other items the Engineer deems necessary to address. 2. Paving — additional topics: a. When to start applying tack and coordinating with paving. b. Types of equipment and numbers of each type equipment to be used. If more pieces of equipment than personnel are proposed, describe the sequencing of the personnel operating the types of equipment. Discuss the continuance of operator personnel for each type equipment as it relates to meeting Specification requirements. c. Number of JMFs to be placed, and if more than one JMF how the Contractor will ensure different JMFs are distinguished, how pavers and MTVs are distinguished if more than one JMF is being placed at the time, and how pavers and MTVs are cleaned so that one JMF does not adversely influence the other JMF. d. Description of contingency plans for that day's operations such as equipment breakdown, rain out, and Supplier shutdown of operations. e. Number of sublots to be placed, sequencing of density testing, and other sampling and testing. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -120 November 2020 Contract Documents RFB #2020-006 Division 5 (July 18, 2018 APWA (35P) 5-04.3(15) Sealing Pavement Surfaces Apply a fog seal where shown in the plans. Construct the fog seal in accordance with Section 5-02.3. Unless otherwise approved by the Engineer, apply the fog seal prior to opening to traffic. 5-04.3(16) HMA Road Approaches HMA approaches shall be constructed at the locations shown in the Plans or where staked by the Engineer. The Work shall be performed in accordance with Section 5-04. Add the following new section: 5-04.3(17) Cold Mix New Section During the course of construction, it may be necessary to provide improved temporary access along the streets within the construction route and such major property access roads as may be designated by the Engineer in the field. Such improved temporary access shall be provided by patching the crossings and designated entrance roads with cold mix asphalt concrete, until such time as the permanent asphalt pavement is installed. The backfill shall be thoroughly compacted and brought to a smooth grade prior to placing the material. This cold mix asphalt concrete shall consist of a mixture of mineral aggregate and a minimum of 5-1/2 percent cutback asphalt binder MC -250, combined in a mechanical mixture. It shall be placed, compacted by approved means, and maintained (daily), and removed and waste -hauled at no cost to the City by the Contractor when no longer required. Typical compacted depth shall be 2 inches. 5-04.4 Measurement Replace Section 5-04.4 of the APWA GSP with the following: HMA Cl. PG _,will be measured by the ton in accordance with Section 1-09.2, with no deduction being made for the weight of asphalt binder, mineral filler, or any other component ofthe mixture. If the Contractor elects to remove and replace mix as allowed by Section 5-04.3(11), the material removed will not be measured. Planing bituminous pavement will be measured by the square yard. No separate measurement shall be made for temporary pavement markings and they shall be incidental to the unit price for HMA. No measurement for payment shall be made for Water. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -121 November 2020 Contract Documents RFB #2020-006 Division 5 "Cold Mix", shall be measured per ton. "Cold Mix" shall be measured per ton based on certified truck tickets collected on the day of delivery. Only cold mix that is specifically required by the City will be measured for payment. Cold mix placed without prior City approval will not be measured for payment. Asphalt placed outside the thickness tolerances allowed within the Standard Specifications will not be measured for payment. The Contractor is encouraged to ensure that the crushed surfacing is graded to the proper elevations to avoid exceeding the compacted thickness shown on the typical sections. All costs for minimizing drop-offs and maintaining access to existing streets and driveways, including, but not limited to, steel sheeting and channelization devices, shall be included by the Contractor in the unit price bid for the various items in the Bid Proposal, and no additional or separate compensation will be allowed. 5-04.5 Payment Replace Section 5-04.5 of the APWA GSP with the following: Payment will be made for each of the following Bid items that are included in the Proposal: "HMA Cl. PG ", per ton. The unit Contract price per ton for "HMA Cl. PG " shall be full compensation for all costs, including anti -stripping additive, incurred to carry out the requirements of Section 5-04 except for those costs included in other items which are included in this Subsection and which are included in the Proposal. "Planing Bituminous Pavement", per square yard. The unit Contract price per square yard for "Planing Bituminous Pavement" shall be full payment for all costs incurred to perform the Work described in Section 5-04.3(14). No separate payment shall be made for temporary pavement markings and they shall be incidental to the unit price for HMA. No separate payment shall be made for Water. "Cold Mix", per ton. The unit price bid per ton for "Cold Mix' (if required) shall constitute full compensation for all labor, materials, tools, and equipment necessary and incidental to furnishing, placing, and maintaining asphalt cold mix. Disposal of "Cold Mix' after use shall be incidental to the bid item and no additional compensation will be made. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -122 November 2020 Contract Documents RFB #2020-006 Division 5 All costs for minimizing drop-offs and maintaining access to existing streets and driveways including, but not limited to, steel sheeting, and channelization devices, shall be included by the Contractor in the unit price bid for the various items in the Bid Proposal. No additional or separate compensation will be allowed. END OF DIVISION 5 City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -123 November 2020 Contract Documents RFB #2020-006 Division 5 This Page Intentionally Left Blank City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -124 November 2020 Contract Documents RFB #2020-006 Division 5 DIVISION 6 STRUCTURES 6-02 CONCRETE STRUCTURES 6-02.3 Construction Requirements 6-02.3(1) Classification of Structural Concrete Section 6-02.3(1) is supplemented with the following: Concrete Class 3000 shall be used to construct thrust blocking, tie -backs, and property restoration as directed by the City Project Inspector. 6-02.3(2) Proportioning Materials Section 6-02.3(2) is supplemented with the following: Concrete materials for this project shall be proportioned in accordance with Section 6-02.3(2) of the Standard Specifications. 6-02.3(2)A Contractor Mix Design The first paragraph of Section 6-02.3(2)A is revised as follows: The Contractor shall submit a mix design for the appropriate class of concrete, as shown in the Plans and Specifications, for approval by the Engineer. 6-02.3(3) Admixtures Section 6-02.3(3) is revised as follows: The Contractor may elect to use air -entrainment for concrete below the finished ground line. 6-02.3(4) Ready -Mix Concrete 6-02.3(4)C Consistency The first paragraph of Section 6-02.3(4)C is revised as follows: The maximum slump for vibrated concrete shall be 3 inches, with a 1/2 -inch tolerance. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -125 November 2020 Contract Documents RFB #2020-006 Division 6 The final paragraph of Section 6-02.3(4)C is revised as follows: If the Contractor is unable to provide a concrete with a workable consistency, a water -reducing admixture may be used provided the batch meets the slump limit and complies with the proportions required in Section 6-02.3(2)A. 6-02.3(5) Acceptance of Concrete The fourth paragraph of Section 6-02.3(5) is revised as follows: Concrete may be tested whenever there is visible change in mix or as required by the strength -testing schedule herein specified. The concrete properties shall be determined from concrete as delivered to the project and as approved by the Engineer for placement. The eleventh paragraph is deleted in its entirety. END OF DIVISION 6 City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -126 November 2020 Contract Documents RFB #2020-006 Division 6 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 7-09 WATER MAINS 7-09.1 Description Section 7-09.1 is replaced with the following: This work consists of installing 6-, 8-, 10-, and 12 -inch water mains and 6 -inch laterals off the main for installation of fire hydrants, services and other connections to existing main and service lines at the locations shown on the Plans. 7-09.2 Materials Section 7-09.2 is supplemented with the following: Trench backfill and pipe bedding shall be as specified in the Plans. Backfill for trenches and structures shall be bank run gravel material meeting the requirements of Standard Specification Section 9-03.19 Bank Run Gravel for Trench Backfill and shall be placed as specified in the Details in the Plans. Pipe bedding for all utilities shall be sand and shall meet the requirements of City of Yelm Standard Detail 4-15. Ballast shall conform to Section 9-03.9(1). Polyvinyl Chloride (PVC) Pipe (4 through 12 inches): Shall meet the requirements of AWWA C900, Class 150 wall thickness equal to or less than the SDR of 18, and meet the requirements of WSDOT Standard Specifications Section 9-30.1(5)A. Ductile Iron Pipe (DIP): DIP shall conform to AWWA C151 Class 50 or greater, and shall be 1/6 -inch cement lined and sealed in accordance with ANSI/AWWA C104/A21.4-90, and meet the requirements of WSDOT Standard Specifications Section 9-30.2(1). Six-inch fire hydrant spools shall be Class 52. All fittings for ductile iron pipe or PVC pipe shall be ductile iron compact fittings conforming to AWWA C 153 or Class 250 gray iron conforming to AWWA C 110 and C 111. All shall be cement mortar lined conforming to AWWA C 104. Plain end fittings shall be ductile iron if mechanical joint retainer glands are installed on the plain ends. All fittings shall be connected by flanges or mechanical joints. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -127 November 2020 Contract Documents RFB #2020-006 Division 7 All pipes and services in open cut shall be installed with continuous tracer tape installed 12 to 18 inches under the final ground surface. The marker shall be plastic non -biodegradable, metal core or backing marked water 2 -inch -wide minimum, which can be detected by a standard metal detector. Tape shall be Terra Tape "D" or approved equal. In addition to tracer tape, install 14 gauge heavy duty direct bury coated copper wire (PAIGE "UF single conductor or equal), wrapped around the pipe, brought up and tied off at valve body. All wire connections shall use wire nuts and epoxy DBY water connection kit. 7-09.3 Construction Requirements Section 7-09.3 is supplemented with the following: All fittings and bends shall have AWWA-approved mechanically restrained joints. Where required, restrained pipe joints shall be Diamond LOK-21 or approved equal for PVC pipe and FIELD LOK gaskets or AWWA-approved mechanically restrained joints for ductile iron pipe. 7-09.3(19) Connections 7-O9.3(19)A Connections to Existing Mains Section 7-09.3(19)A is supplemented with the following: The Contractor shall field verify all existing piping, dimensions, and elevations to ensure proper fit to any connections being made to existing mains. 7-O9.3(19)B Maintaining Service Section 7-09.3(19)B is supplemented with the following: Water main shut -offs shall be in accordance with Section 1-07.17, Utilities and Similar Facilities. 7-09.3(21) Concrete Thrust Blocking Section 7-09.3(21) is supplemented with the following: Bends, tees, dead ends, and crosses shall have both concrete thrust blocking and restrained joints. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -128 November 2020 Contract Documents RFB #2020-006 Division 7 7-09.4 Measurement Section 7-09.4 is supplemented with the following: Excavation, foundation materials, bedding, and trench backfill of the water lines will not be measured for separate payment. Pipe for Water Main In. Diam.", shall be measured per linear foot. Connection to the existing water system at all locations will not be measured for separate payment but instead shall be included in the per linear foot unit price for " Pipe for Water Main In. Diam." 7-09.5 Payment Section 7-09.5 is supplemented with the following: Pipe for Water Main In. Diam.", per linear foot. The unit contract price per linear foot for" Pipe for Water Main In. Diam." shall be full pay for all work to complete the installation of the water main including, but not limited to, trench excavation, laying and jointing pipe and fittings, thrust blocking, tie -backs where shown, restrained joints, connection to the existing water system, testing, flushing, disinfecting the pipeline, foundation material, pipe bedding, trench backfill, compaction, and cleanup as shown in the Plans. 7-12 VALVES FOR WATER MAINS 7-12.2 Materials Section 7-12.2 is supplemented with the following: Gate Valves, 6 inch to 12 inch. The design, materials and workmanship of all gate valves shall conform to AWWA C509-80 latest revision. Gates valves shall be resilient wedge non -rising stem (NRS) with two internal O-ring stem seals. Gate valves shall be Mueller, M & H, Kennedy, Clow R/W or Waterous Series 500. Gate valves shall be used on all 2- to 12 -inch lines. Valve Box: All valves shall have a standard Inland Foundry, 910 or equal water valve box set to grade with a 6 inch ASTM D3034 SDR 21 PVC riser from valve to within 4 to 6 inches of valve box top. If valves are not set in paved area, a 3 foot by 3 foot by 4 inch concrete pad shall be set around each valve box at finished grade. In areas where valve box falls in road shoulder, the ditch and shoulder shall be graded before placing asphalt or concrete pad. See drawing number 4-11. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -129 November 2020 Contract Documents RFB #2020-006 Division 7 Valve Marker Post: Valve marker posts shall be 4 inch x 4 inch reinforced concrete or schedule 40 steel posts 5 feet long stamped with "W" and distance to valve. Post shall be painted with 1 base coat and 2 coats white oil base enamel. See City of Yelm Detail 4-12. 7-12.5 Payment Section 7-12.5 is supplemented with the following: "Gate Valve In.", per each. The unit contract price per each for the valve assemblies specified shall be full pay for all equipment, labor, and materials required to furnish and install the valve assembly complete in place including, but not limited to, connection to main, disinfecting, valve or meter box, vault, blocking, trench backfill, excavation, pipe bedding, adjustment to final grade, testing, and all associated fittings. No measurement for payment shall be made for gate valves included in any other bid items. This includes any gate valves included in the hydrant assemblies. 7-14 HYDRANTS 7-14.2 Materials Section 7-14.2 is supplemented with the following: The lead from the service main to the fire hydrant shall be ductile iron cement mortar lined Class 52 no less than 6 inches in diameter. M3 joint shall be restrained with wedge action retainer glands, MegaLug 1006 or approved equal. Fire Hydrants, shall have two, 2 -1/2 -inch outlets and one 4 -1/2 -inch pumper port outlet. All outlet ports shall be National Standard thread. The valve opening shall be no less than 5 -1/4 -inch -diameter with a 5 -inch "Storz" coupling and blind flange cap installed on the steamer port. The hydrant shall have a positive and automatic barrel drain and shall be of the "traffic safety" or break -away style; i.e., when accidentally broken off, water will not flow. All hydrants shall be center -stem compression design, valve shall open against pressure. All materials for the new fire hydrant assemblies shall conform to the City of Yelm City Detail 4-7. Fire hydrants shall be M&H Model 129. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -130 November 2020 Contract Documents RFB #2020-006 Division 7 7-14.4 Measurement Section 7-14.4 is supplemented with the following: "Hydrant Assembly", shall be measured per each. "Remove/Salvage Hydrant Assembly", shall be measured per each. No separate measurement for payment will be made for the Class 52 ductile iron pipe for water main 6 in. diam., hydrant auxiliary valve and associated thrust blocking and joint restraint. No measurement will be made for excavation, bedding, or backfill. 7-14.5 Payment Section 7-14.5 is supplemented with the following: "Hydrant Assembly", per each. The unit contract price per each for "Hydrant Assembly" shall be full pay for all work to remove and salvage existing hydrant, furnish and install fire hydrant assemblies, including all costs for excavation, backfill, Class 53 ductile iron pipe for water main 6 in. diam., auxiliary gate valve, Storz coupling, concrete blocks, gravel, painting, testing, and disinfection required for the complete installation of the hydrant assembly as specified by the City of Yelm. "Remove/Salvage Hydrant Assembly", per each. The unit price for "Remove/Salvage Hydrant Assembly" shall be full pay for all equipment, labor, and materials to remove the valve and hydrant and transport the hydrant assembly, complete, to the City of Yelm Maintenance Facility; including but not limited to excavation, disconnecting the valve assembly from the existing water main, trench backfill, and surface restoration, complete. 7-15 SERVICE CONNECTIONS 7-15.1 Description Section 7-15.1 is supplemented with the following: This work shall include construction of water service connections conforming to the City of Yelm Standard Details 4-1, 4-2, and 4-3 and as modified in the Contract Plan Drawings. The work involves connecting to the main, installing service line, and replacing the existing water services on private property. The Contractor shall connect the new water service line to a new setter on the City side with a new curb stop. All water meter boxes shall be new Mid -States meter boxes. The meter box shall be placed and adjusted to grade. No splices of any kind will City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -131 November 2020 Contract Documents RFB #2020-006 Division 7 be allowed in the service line between the water main and the meter setter. The service line must be one continuous piece. 7-15.2 Materials Section 7-15.2 is supplemented with the following: Materials shall be as shown on the Plans and City Standard Details 4-1, 4-2, and 4-3. Service lines shall be 1 -inch, 2 -inch, and 5/8 -inch high density polyethylene pipe, minimum pressure class 200 psi DR7, Phillips Drisco 5100 Ultra -Line, or Westflex. No glued joints will be accepted. Service lines shall be installed 90 degrees off the main. Tracer tape and wire wrapped around the pipe shall be installed on all service lines between main and water meter. Service saddle shall be all ductile iron body with stainless steel straps and shall be Romac style 2025, Rockwell 313 or approved equal. All clamps shall have rubber gasket and iron pipe threaded outlets. Corporation stop shall be all bronze and shall be Ford type FB1101 or approved equal with iron pipe threads conforming to AWWA C 800. Stainless steel inserts shall be used with pack joints and polyethylene pipe. 7-15.4 Measurement Section 7-15.4 is supplemented with the following: "Single Service Connection 1-1/2 In. Diam. Far Side", shall be measured per each."5/8 In. Diam. Water Service Replacement on Private Property", shall be measured per linear foot of pipe installed. No separate measurement for payment will be made for trench excavation, pipe bedding, trench backfill, compaction, and adjusting meter boxes to grade. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -132 November 2020 Contract Documents RFB #2020-006 Division 7 "Single Service Connection 1 In. Diam. Near Side", shall be measured per each. "Single Service Connection 1 In. Diam. Far Side", shall be measured per each. "Dual Service Connection 1 In. Diam. Near Side", shall be measured per each. "Dual Service Connection 1 In. Diam. Far Side", shall be measured per each. "Single Service Connection 1-1/2 In. Diam. Far Side", shall be measured per each."5/8 In. Diam. Water Service Replacement on Private Property", shall be measured per linear foot of pipe installed. No separate measurement for payment will be made for trench excavation, pipe bedding, trench backfill, compaction, and adjusting meter boxes to grade. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -132 November 2020 Contract Documents RFB #2020-006 Division 7 7-15.5 Payment Section 7-15.5 is supplemented with the following: "Single Service Connection 1 In. Diam. Near Side", per each. "Single Service Connection 1 In. Diam. Far Side", per each. "Dual Service Connection 1 In. Diam. Near Side", per each. "Dual Service Connection 1 In. Diam. Far Side", per each. "Single Service Connection 1-1/2 In. Diam. Far Side", shall be measured per each. "5/8 In. Diam. Water Service Replacement on Private Property", per linear foot. The unit contract price for "Single Service Connection 1 In. Diam. Near Side', "Single Service Connection 1 In. Diam. Far Side", "Dual Service Connection 1 In. Diam. Near Side", "Dual Service Connection 1 In. Diam. Far Side", and "Single Service Connection 1-1/2 In. Diam. Far Side" shall be full pay for all the work, materials, and labor to replace water service in conformance with Standard Details 4-1, 4-2, and 4-3 as shown on the Plans, including but not limited to, excavating, furnishing, and jacking/pushing casing pipe where required on the Plans, trench backfill, pipe bedding, compaction, tapping the main, laying the pipe, setting the new meter box, installing a new setter on the City side with a new curb stop, and appurtenances required to make connections. The new meter box must be adjusted to grade. No payment shall be made for service lines with splices between the water main and the meter setter. The service line must contain one continuous piece. Payment for "5/8 In. Diam. Water Service Replacement on Private Property' per linear foot shall be full payment for 5/8 -inch -diameter water service pipe installed outside of the right-of-way or City easements in accordance with plans and details on the Drawings, including: temporary measures required to maintain service; saw cutting existing pavement; maintaining flow in existing water services; abandonment of existing water service pipe; trench excavation; imported bedding -material; native backfill materials; testing; and associated surface restoration not paid under other items. Pipe diameters shall match the existing 5/8 -inch -diameter. Water service replacement on private property shall be coordinated with each individual property owner. END OF DIVISION 7 City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -133 November 2020 Contract Documents RFB #2020-006 Division 7 This Page Intentionally Left Blank City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -134 November 2020 Contract Documents RFB #2020-006 Division 7 DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL 8-01.3 Construction Requirements Section 8-01.3 is supplemented with the following: The Contractor shall bear sole responsibility for damage to completed portions of the project and to property located off the project caused by erosion, siltation, runoff, or other related items during the construction of the project. The Contractor shall also bear sole responsibility for any pollution of rivers, streams, groundwater, or other water that may occur as a result of construction operations. Any area not covered with established, stable vegetation where no further work is anticipated for a period of 15 days, shall be immediately stabilized with the approved erosion and sedimentation control methods (e.g., seeding and mulching, straw). Where seeding for temporary erosion control is required, fast germinating grasses shall be applied at an appropriate rate (e.g., perennial rye applied at approximately 80 pounds per acre). At no time shall more than 1 foot of sediment be allowed to accumulate within a catch basin. All catch basins and conveyance lines shall be cleaned at a time designated by the City Project Inspector. The cleaning operation shall not flush sediment -laden water into the downstream system. The cleaning shall be conducted using an approved vacuum truck capable of jet rodding the lines. The collection and disposal of the sediment shall be the responsibility of the Contractor at no cost to the City of Yelm. Add the following new section: 8-01.3(17) Trench Dewatering New Section All "Trench Dewatering" work associated with maintaining an excavation or trench suitable for structure installation and pipeline construction will be included in the per linear foot price of the utility being installed. "Trench Dewatering" is defined as dewatering methods occurring in or directly adjacent to the trench, including trash pumps, sump pumps, or other methods in the excavated areas. Discharge Location The Contractor shall dispose of all surface water runoff and water removed by "Trench Dewatering" in an environmentally sound matter that will not endanger health, property, or any portion of the work under construction. The discharge locations(s) shall be identified in the Contractor's dewatering submittal for the Engineer's review as specified herein. Disposal City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -135 November 2020 Contract Documents RFB #2020-006 Division 8 of water shall be performed in such a matter as will cause no inconvenience whatsoever to the Owner, Engineer, or to others engaged in work about the site. The Contractor shall use sediment control methods, as required, at discharge points near property lines to prevent silt and sediment from migrating off-site. Sediment control methods can include, but are not limited to, baker tank, siltation ponds, filter fences, screens, and other methods as required. 8-01.4 Measurement Section 8-01.4 is replaced with the following: No specific unit of measurement shall apply to the lump sum item "Erosion/Water Pollution Control". No separate measurement for payment will be made for "Trench Dewatering" used in conjunction with this project, but instead all costs shall be included in the per linear foot price of the utility being installed. 8-01.5 Payment Section 8-01.5 is replaced with the following: Payment will be made in accordance with Section 1-04.1, for the following bid item: "Erosion/Water Pollution Control", lump sum. The lump sum bid price for "Erosion/Water Pollution Control" shall constitute full pay for all labor, materials, tools, and equipment necessary and incidental to the installation, maintenance, repair, and removal of erosion and sediment control facilities as specified on the Plans and Standard Specifications, as well as all costs associated with the Contractor's erosion control plan. 8-02 ROADSIDE RESTORATION 8-02.1 Description Section 8-02.1 is supplemented with the following: Seeding, Fertilizing, and Mulching shall be per Section 8-01 and as modified herein. The work under this section shall consist of preparing the ground, followed by application of seed, fertilizer, lime (if required), and mulch material to all disturbed soil surfaces within the project limits, or as established by the Engineer. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -136 November 2020 Contract Documents RFB #2020-006 Division 8 8-02.2 Materials Section 8-02.2 is supplemented with the following: Hydroseeding Specifications Seed: 20% Hard Fescue (Spartan) Minimum Germ 90% 50% Perennial Turf Type Rye Grass (Sherwood, Tara Dandy) 30% Kentucky Blue Grass Rate: 240 lbs/acre Fertilizer: 18-16-16 with 30% Nitrogen (as derived from IBDU) Rate: 250 lbs/acre Mulch: Wood Cellulose Fiber Rate: 1,600 lbs/acre 8-02.3 Construction Requirements Section 8-02.3 is supplemented with the following: Grass areas disturbed by construction shall be hydroseeded. Any other unimproved areas disturbed by construction processes shall also be hydroseeded at the discretion of the City Project Inspector. Crushed Surfacing Top Course (CSTC) shall be added at a typical width of 3 feet behind the asphalt edge. CSTC thickness shall match existing material thickness, or be no less than 3 inches minimum. All of these restoration practices shall be completed unless otherwise directed by the City Project Inspector. After grading of areas has been completed, and before beginning seeding operation, the areas to be seeded shall be cultivated to provide a reasonably firm but friable seedbed. Cultivation shall be carried to a depth of 2 inches. All cultivated areas shall be raked or cleared of stones 1 inch in diameter and larger, and all weeds, plant growth, sticks, stumps, and other debris or irregularities which might interfere with the seeding operation, growth of grass, or subsequent maintenance of the grass -covered areas. If required, apply dolomitic limestone at rates to bring topsoil pH to 6.5 plus or minus 0.5. Work limestone into soil to a minimum depth of 2 inches. Apply prior to application of fertilizer and seed mix. Seeding shall not be done during windy conditions or when climatic or ground conditions would hinder placement or proper growth. Apply grass seed mixture specified at specified rate required by the Engineer for the specific application. Sod, seed, fertilizer, ground limestone (if required), and mulch material will be placed by the hydraulic method. Hydraulic Method Seeding by hydraulic methods shall consist of furnishing and placing a slurry made of seed, fertilizer, wood cellulose fiber, and water. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -137 November 2020 Contract Documents RFB #2020-006 Division 8 The wood cellulose fiber shall be added to the water slurry in the hydraulic seeder after the proportionate amounts of seed and fertilizer have been added. The slurry mixture shall then be combined and applied in such a manner that the rate of application will result in an even distribution of all materials. Hydraulic seeding equipment shall be capable of maintaining a continuous agitation so that a homogeneous mixture can be applied through a spray nozzle. The pump shall be capable of producing sufficient pressure to maintain a continuous, nonfluctuating spray capable of reaching the extremities of the seeding area with the pump unit located on the roadbed. Sufficient hose shall be provided to reach areas not practical to seed from the nozzle unit situated on the roadbed. The Contractor shall protect seeded areas against traffic by warning signs or barricades, as approved by the Engineer. Surfaces gullied or otherwise damaged following seeding shall be repaired by re -grading, re -seeding, and re -mulching, as directed by the Engineer, and the Contractor shall otherwise maintain seeded areas in a satisfactory condition until final inspection and acceptance of the work. Seeded areas shall be watered at such frequency as weather conditions require, to maintain soil moisture below root zone. Contractor shall provide 3/4 inch of water applied to promote maximum penetration to root zone with minimum runoff. A periodic check will be made by the Engineer to determine the moisture level in the major root zone, with any deficiencies to be immediately corrected by the Contractor. When establishing turf areas, the soils shall be watered often enough to maintain a moist seedbed to aid in seed germination and a vigorous, healthy vegetative growth. Repair and replacement of all damaged or dead seeded areas shall occur immediately or upon approval or request of the Engineer, regardless of cause at no additional cost to the Owner. The Contractor shall adequately protect all seeded areas. A final acceptance inspection will be conducted by the Engineer at the conclusion of the Contract. Conditions governing final acceptance are that a healthy and uniform stand of grass be achieved, free of weeds and disease, and showing no signs of a chlorotic condition. The cost of any replacement seeding shall be borne by the Contractor. Maintenance The Contractor shall mow all seeded areas in the right-of-way once the grass is well established a minimum of two times as described in Section 8-02.3(16). City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -138 November 2020 Contract Documents RFB #2020-006 Division 8 8-02.3(4) Topsoil 8-02.3(4)A Topsoil Type A Section 8-02.3(4)A is supplemented with the following: Topsoil shall conform to the requirements of Section 9-14.2(1), Topsoil Type A. 8-02.4 Measurement Section 8-02.4 is replaced with the following: Measurement for "Landscape Surface Restoration" will be per square yard for areas requiring landscape restoration association with completion of the work, and as may be further directed by the Engineer including the provisions of associated Type A topsoil, leveling, fertilization, and establishment. 8-02.5 Payment Section 8-02.5 is supplemented with the following: "Landscape Surface Restoration", per square yard. The unit contract price per square yard for "Landscape Surface Restoration" shall be full pay for all areas requiring the work as identified by the Project Engineer. 8-22 PAVEMENT MARKING 8-22.3 Construction Requirements 8-22.3(1) Preliminary Spotting Section 8-22.3(1) is supplemented with the following: The Contractor shall reference all existing striping prior to pavement removal/planing. The Contractor shall provide all necessary surveying to restore the existing striping. 8-22.4 Measurement Section 8-22.4 is supplemented with the following: Measurement for "Permanent Striping Restoration" will be per lump sum. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -139 November 2020 Contract Documents RFB #2020-006 Division 8 8-22.5 Payment Section 8-22.5 is supplemented with the following: "Permanent Striping Restoration", per lump sum. The unit contract price for "Permanent Striping Restoration" shall be full compensation for all labor, tools, equipment, and materials necessary to restore the existing striping within the project limits, including but not limited to referencing all existing pavement markings, preliminary spotting replacement markings, paint line, raised pavement markers, and thermoplastic markings necessary to restore all pavement markings removed or disturbed by the project. END OF DIVISION 8 City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -140 November 2020 Contract Documents RFB #2020-006 Division 8 DIVISION 9 MATERIALS 9-14 EROSION CONTROL AND ROADSIDE PLANTING 9-14.2 Topsoil 9-14.2(1) Topsoil Type A Section 9-14.2(1) is supplemented by adding the following: Topsoil Type A shall be uniform blend of the following materials by volume: (1) 40 percent friable sandy loam soil; (2) 30 percent aggregate meeting the requirement of"Section 9-03.13, Backfill for Sand Drains'; and (3) 30 percent compost. One hundred percent of this mixture shall pass through a 1 -inch sieve. 9-14.5 Mulch and Amendments Add the following to new Section 9-14.5(10): 9-14.5(10) Soil Amendments New Section Soil Amendment shall also be referred to as Bioretention Soil for purposes of this section. Bioretention soil shall be a well -blended mixture of Mineral Aggregate and Composted Material measured on a volume basis. Bioretention soil shall consist of two parts Fine Compost (approximately 35 to 40 percent) by volume and three parts Mineral Aggregate (approximately 60 to 65 percent), by volume. The mixture shall be well blended to produce a homogeneous mix. Mineral Aggregate for Bioretention Soil Mix Mineral Aggregate shall be free of wood, waste, coating, or any other deleterious material. Aggregate shall be analyzed by an accredited lab using the sieve sizes and gradation as noted: Aggregate for Bioretention Soil Sieve Size Percent Passing 3/8 inch 100 No.4 95-100 No. 10 75-90 No. 40 25-40 No. 200 2-5 City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -141 November 2020 Contract Documents RFB #2020-006 Division 9 Fine Composted Material Compost products shall be the result of the biological degradation and transformation of Type I or III feedstocks as specified below, under controlled conditions designed to promote aerobic decomposition, per WAC 173-350-220, which is available at: http://www.ecy.wa.gov /prog ra ms/swfa/com post. Compost shall be stable with regard to oxygen consumption and carbon dioxide generation. Compost shall be mature with regard to its suitability for serving as a soil amendment as defined below. The compost shall have a moisture content that has no visible free water or dust produced when handling the material. Compost production and quality shall comply with Chapter 173-350 WAC and meet the following physical criteria: 1. Compost material shall be tested in accordance with the U.S. Composting Council "Testing Methods for the Examination of Compost and Composting" (TMECC) Test Method 02.02-B, "Sample Sieving for Aggregate Size Classification", to meet the size gradations established in the U.S. Composting Council's "Seal of Testing Assurance" (STA) program, as follows. Fine Compost shall meet the following gradation by dry weight: 2. The pH shall be between 6.0 and 8.5 when tested in accordance with TMECC 04.11-A, "1:5 Slurry pH". 3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be less than 1.0 percent by weight as determined by TMECC 03.08-A "percent dry weight basis". 4. Minimum organic matter content shall be 40 percent by dry weight basis as determined by TMECC 05.07A, "Loss -On -Ignition Organic Matter Method". 5. Soluble salt contents shall be less than 4.0 mmhos/cm tested in accordance with TMECC 04.10-A, "1:5 Slurry Method, Mass Basis". 6. Maturity shall be greater than 80 percent in accordance with TMECC 05.05-A, "Germination and Vigor". 7. Stability shall be 7 or below in accordance with TMECC 05.08-B, "Carbon Dioxide Evolution Rate". City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -142 November 2020 Contract Documents RFB #2020-006 Division 9 Min. Max. Percent passing 2" 100% Percent passing 1" 99% 100% Percent passing 5/8" 90% 100% Percent passing 1/4" 75% 100% 2. The pH shall be between 6.0 and 8.5 when tested in accordance with TMECC 04.11-A, "1:5 Slurry pH". 3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be less than 1.0 percent by weight as determined by TMECC 03.08-A "percent dry weight basis". 4. Minimum organic matter content shall be 40 percent by dry weight basis as determined by TMECC 05.07A, "Loss -On -Ignition Organic Matter Method". 5. Soluble salt contents shall be less than 4.0 mmhos/cm tested in accordance with TMECC 04.10-A, "1:5 Slurry Method, Mass Basis". 6. Maturity shall be greater than 80 percent in accordance with TMECC 05.05-A, "Germination and Vigor". 7. Stability shall be 7 or below in accordance with TMECC 05.08-B, "Carbon Dioxide Evolution Rate". City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -142 November 2020 Contract Documents RFB #2020-006 Division 9 8. The compost product must originate a minimum of 65 percent by volume from recycled plant waste as defined in WAC 173-350-100 as "Type I Feedstocks." A maximum of 35 percent by volume of other approved organic waste as defined in WAC 173-350-100 as "Type III", including post -consumer food waste, but not including biosolids, may be substituted for recycled plant waste. The Engineer may approve compost products containing up to 35 percent biosolids or manure feedstocks for specific projects or soil blends, but these feedstocks are not allowed unless specified, and not allowed in compost used for Bioretention Soils. The supplier shall provide written verification of feedstock sources. 9. Fine Compost shall have a carbon to nitrogen ratio of less than 25:1 as determined using TMECC 04.01 "Total Carbon" and TMECC 04.02D "Total Kjeldhal Nitrogen". The Engineer may specify a C:N ratio up to 35:1 for projects where the plants selected are entirely Puget Sound native species. 10. The Engineer may also evaluate compost for maturity using the Solvita Compost Maturity Test at time of delivery. Fine Compost shall score a number 6 or above on the Solvita Compost Maturity Test. Coarse Compost shall score a 5 or above on the Solvita Compost Maturity Test. The compost supplier shall test all compost products within 90 Calendar Days prior to application. Samples shall be collected using the Seal of Testing Assurance (STA) sample collection protocol. The sample collection protocol can be obtained from U.S. Composting Council, 4250 Veterans Memorial Highway, Suite 275, Holbrook, NY 11741 Phone: 631-737-4931, www.compostingcouncil.org. The sample shall be sent to an independent STA Program approved laboratory. A copy of the approved independent STA Program laboratory test report shall be submitted to the Engineer prior to initial application of the compost. For compost to be used in Bioretention Soil the Contractor shall submit a sample of each type of compost to be used on the project to the Engineer at least 10 Working Days prior to placement. For other compost uses, the Engineer may request a sample prior to placement. Compost for the approved rates listed above must be a Class A compost per Washington State Department of Ecology (Ecology) interim Compost Quality Guidelines ("composted material" defined in Washington Administrative Code (WAC) Chapter 173-350 Section 220). Products should be identified on the site development plans and recent product test sheets provided showing that they meet the above requirements. Compost not conforming to the above requirements or taken from a source other than those tested and accepted shall be immediately removed from the project and replaced. This soil mix meets Department of Ecology bioretention soil media requirements, has a porosity of 40 percent and a measured infiltration rate of 6.0 inches per hour. A correction factor of 2 is applied to the soil mix where contributing areas are less than 5,000 square feet of pollution generating surface, less than 10,000 square feet of impervious area, and 3/4 acre of landscape area. Above these thresholds a correction factor of 4 is applied. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -143 November 2020 Contract Documents RFB #2020-006 Division 9 (Februa)-y 5, 2020 WSDOT (3SP) STANDARD PLANS The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21-01 transmitted under Publications Transmittal No. PT 16-048, effective September 3, 2019 is made a part of this contract. The Standard Plans are revised as follows: A-50.10 Sheet 2 of 2, Plan, with Single Slope Barrier, reference C -14a is revised to C-70.10 A-50.20 Sheet 2 of 2, Plan, with Anchored Barrier, reference C -14a is revised to C-70.10 A-50.30 Sheet 2 of 2, Plan (top), reference C- 14a is revised to C-70.1 B-10.60 DELETED B-82.20 DELETED B-90.40 Valve Detail — DELETED C-1 Delete Note 1. Revise Note 2 to read "Remove all rail washers, also called "Snow Load Rail Washers', when encountered during raising beam guardrail work and the guardrail raising work requires removal of the rail. Re -number all notes. C -4b DELETED C -4e DELETED C -8a Delete "Section A -A, Type 4 Detail C-20.11 Delete Notes 1 & 2. Re -Number all notes. Delete " Snow Load Post Washer' and "Snow Load Rail Washer' details. City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -144 November 2020 Contract Documents RFB #2020-006 Division 9 C-20.19 DELETED C-22.14 DELETED C-22.16 Note 3, formula, was: "Elevation G = (Elevation S — D x (0.1) + 31" is revised to read: "Elevation G = (Elevation S — D x (0.1) + 31/12" C-22.45 For the SOFTSTOP (TL -2) elevation view detail, the callout "SOFTSTOP (TL -2) SYSTEM LENGTH = 38' — 4 1/2"" is revised to read "SOFTSTOP (TL -2) SYSTEM LENGTH = 38' — 3 1/2" C-40.14 DELETED C-60.10 Sheet 1, Side Elevation: The bottom set of Di - #4 horizontal rebar (2x) located at the base of the barrier is repositioned to be aligned with the bottom of Oz - #4 stirrup bars to match the bar positioning shown on Sheet 1, Section A. Sheet 1, Reinforcing Steel Bending Diagram, 0 - Pin Slot Bar detail: Add the following callout to the detail, "HOT DIP GALVANIZE AFTER FABRICATION (ASTM A123 OR AASHTO M 111)". Sheet 2, ANCHORING PIN ASSEMBLY DETAIL: The first line of the description under the title was "l 1/2" DIAMETER (ASTM A36), COLD ROLL" is now changed to "l 1/2" DIAMETER (ASTM A36), HOT ROLL". C-70.10 Sheet 1, Note 1 was - "1. PERMANENT INSTALLATION requirements: Embed barrier 3" (in) minimum; ..." is revised to read: "1. Installation requirements: Embed barrier 3" (in) minimum in asphalt or concrete; embed barrier 10" (in) minimum in soil; ..." Sheet 1, existing Notes 2 and 4 are deleted. Existing Note 3 is renumbered to Note 2. Sheet 1, add new Note 3, "3. See Sheet 2 for barrier with a 2'-10" reveal installed in asphalt or concrete. See Sheet 3 for barrier with a 3'-6" reveal installed in asphalt or concrete." Sheet 1, Elevation: The dimension from the barrier end to the barrier lifting slot was "3'— 4" (TYP)" is now changed to "4'— 8" (TYP)", and the barrier lifting slot dimension was "5' — 0" (TYP)" is now changed to "3'— 0" (TYP)". City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -145 November 2020 Contract Documents RFB #2020-006 Division 9 Sheet 2, the detail titled "3'— 6" BARRIER FOR USE WITH A 0" (IN) TO 5" (IN) MAX. GRADE SEPARATION" has the following changes: 1. The detail title is changed to "3'— 6" BARRIER FOR USE WITH A 0" (IN) TO 4" (IN) MAX. GRADE SEPARATION". 2. The callout "GRADE SEPARATION --S" MAX." is changed to "GRADE SEPARATION --4" MAX." C-75.10 Note 2 is deleted. Renumber subsequent notes. C-75.20 Note 2 is deleted. Renumber subsequent notes. C-75.30 Note 2 is deleted. Renumber subsequent notes. C-85.11 Add new Note 3 "3. The intended use of this plan is for placing concrete barrier in front of bridge piers on bridge retrofit projects only. Contact the HQ Bridge traffic barrier specialist before using this barrier placement plan for projects involving new or reconstructed bridges." C-85.14 DELETED C-90.10 DELETED D-10.10 Wall Type 1 may be used if no traffic barrier is attached on top of the wall. Walls with traffic barriers attached on top of the wall are considered non-standard and shall be designed in accordance with the current WSDOT Bridge Design Manual (BDM) and the revisions stated in the 11/3/15 Bridge Design memorandum. D-10.15 Wall Type 2 may be used if no traffic barrier is attached on top of the wall. Walls with traffic barriers attached on top of the wall are considered non-standard and shall be designed in accordance with the current WSDOT BDM and the revisions stated in the 11/3/15 Bridge Design memorandum. D-10.30 Wall Type 5 may be used in all cases. D-10.35 Wall Type 6 may be used in all cases. D-10.40 Wall Type 7 may be used if no traffic barrier is attached on top of the wall. Walls with traffic barriers attached on top of the wall are considered non-standard and shall be designed in City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -146 November 2020 Contract Documents RFB #2020-006 Division 9 accordance with the current WSDOT BDM and the revisions stated in the 11/3/15 Bridge Design memorandum. D-10.45 Wall Type 8 may be used if no traffic barrier is attached on top of the wall. Walls with traffic barriers attached on top of the wall are considered non-standard and shall be designed in accordance with the current WSDOT BDM and the revisions stated in the revisions stated in the 11/3/15 Bridge Design memorandum. D-15.10 STD Plans D-15 series "Traffic Barrier Details for Reinforced Concrete Retaining Walls" are withdrawn. Special designs in accordance with the current WSDOT BDM are required in place of these STD Plans. D-15.20 STD Plans D-15 series "Traffic Barrier Details for Reinforced Concrete Retaining Walls" are withdrawn. Special designs in accordance with the current WSDOT BDM are required in place of these STD Plans. D-15.30 STD Plans D-15 series "Traffic Barrier Details for Reinforced Concrete Retaining Walls" are withdrawn. Special designs in accordance with the current WSDOT BDM are required in place of these STD Plans. F-10.12 Section Title, was — "Depressed Curb Section" is revised to read: "Depressed Curb and Gutter Section" F-10.40 "EXTRUDED CURB AT CUT SLOPE", Section detail - Deleted F-10.42 DELETE —"Extruded Curb at Cut Slope" View G-25.10 Key Note 3, second sentence, was — "For single -post installations, divide the (#2w/diamond shape symbol) post MAX. XYZ in half." Is revised to read: "For single -post installations, divide the two -post MAX. XYZ in half." G-60.10 DELETED G-60.20 DELETED G-60.30 DELETED City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -147 November 2020 Contract Documents RFB #2020-006 Division 9 G-70.10 DELETED G-70.20 DELETED H-70.20 Sheet 2, Spacing Detail, Mailbox Support Type to H-70.10 1, reference to Standard Plan I-70.10 is revised J-10.21 Note 18, was —"When service cabinet is installed within right of way fence, see Standard Plan 3-10.22 for details." Is revised to read; "When service cabinet is installed within right of way fence, or the meter base is mounted on the exterior of the cabinet, see Standard Plan 3-10.22 for details." J-10.22 Key Note 1, was — "Meter base per serving utility requirements— as a minimum, the meter base shall be safety socket box with factory -installed test bypass facility that meets the requirements of EUSERC drawing 305." Is revised to read; "Meter base per serving utility requirements— as a minimum, the meter base shall be safety socket box with factory -installed test bypass facility that meets the requirements of EUSERC drawing 305. When the utility requires meter base to be mounted on the side or back of the service cabinet, the meter base enclosure shall be fabricated from type 304 stainless steel." Key Note 4, "Test with (SPDT Snap Action, Positive close 15 Amp — 120/277 volt "T" rated). Is revised to read: "Test Switch (SPDT snap action, positive close 15 amp — 120/277 volt "T" rated)." Key Note 14, was — "Hinged dead front with 1/4 turn fasteners or slide latch." Is revised to read; "Hinged dead front with 1/4 turn fasteners or slide latch. — Dead front panel bolts shall not extend into the vertical limits of the breaker array(s)." Key Note 15, was — "Cabinet Main Bonding Jumper. Buss shall be 4 lug tinned copper. See Cabinet Main bonding Jumper detail, Standard Plan 3-3b." is revised to read; "Cabinet Main Bonding Jumper Assembly — Buss shall be 4 lug tinned copper — See Standard Plan 3-10.20 for Cabinet Main Bonding Jumper Assembly details." Note 1, was — "...socket box mounting detail, see Standard Plan 3-3b." is revised to read to read: "...socket box mounting detail, see Standard Plan 3-10.20." Note 6, was — "...See door hinge detail, Standard Plan 3-3b." is revised to read: "...See door hinge detail, Standard Plan 3-10.20." J-20.26 Add Note 1, "1. One accessible pedestrian pushbutton station per pedestrian pushbutton post.,, J-20.16 View A, callout, was — LOCK NIPPLE, is revised to read; CHASE NIPPLE City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -148 November 2020 Contract Documents RFB #2020-006 Division 9 J-21.10 Sheet 1, Elevation View, Round Concrete Foundation Detail, callout—"ANCHOR BOLTS — 3/n" (IN) x 30" (IN) FULL THREAD — THREE REO D. PER ASSEMBLY" IS REVISED TO READ: "ANCHOR BOLTS — 3/n" (IN) x 30" (IN) FULL THREAD — FOUR REO D. PER ASSEMBLY" Sheet 1 of 2, Elevation view (Round), add dimension depicting the distance from the top of the foundation to find 2 #4 reinforcing bar shown, to read; 3" CLR.. Delete "(TYP.)" from the 2 1/2" CLR. dimension, depicting the distance from the bottom of the foundation to find 2 # 4 reinf. Bar. Sheet 1 of 2, Elevation view (Square), add dimension depicting the distance from the top of the foundation to find 1 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYP.)" from the 2 1/2" CLR. dimension, depicting the distance from the bottom of the foundation to find 1 # 4 reinf. Bar. Sheet 2 of 2, Elevation view (Round), add dimension depicting the distance from the top of the foundation to find 2 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYP.)" from the 2 1/2" CLR. dimension, depicting the distance from the bottom of the foundation to find 2 # 4 reinf. Bar. Sheet 2 of 2, Elevation view (Square), add dimension depicting the distance from the top of the foundation to find 1 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYP.)" from the 2 1/2" CLR. dimension, depicting the distance from the bottom of the foundation to find 1 # 4 reinf. Bar. Detail F, callout, "Heavy Hex Clamping Bolt (TYP.) — 3/4" (IN) Diam. Torque Clamping Bolts (see Note 3)" is revised to read; "Heavy Hex Clamping Bolt (TYP.) — 3/4" (IN) Diam. Torque Clamping Bolts (see Note 1)" Detail F, callout, "3/4" (IN) x 2' — 6" Anchor Bolt (TYP.) — Four Required (See Note 4)" is revised to read; "3/4" (IN) x 2'— 6" Anchor Bolt (TYP.) — Three Required (See Note 2)" J-21.15 Partial View, callout, was — LOCK NIPPLE — 1'/2" DIAM., is revised to read; CHASE NIPPLE 1 1/2" (IN) DIAM. J-21.16 Detail A, callout, was — LOCKNIPPLE, is revised to read; CHASE NIPPLE J-22.15 Ramp Meter Signal Standard, elevation, dimension 4'- 6" is revised to read; 6'-0" (2x) Detail A, callout, was — LOCK NIPPLE — 1'/2" DIAM. is revised to read; CHASE NIPPLE 1'/2" (IN) DIAM. J-28.24 Case E and Case F Section View dimension callout, "3'— 0" MIN. FOR BEAM GUARDRAIL, 4'-0" MIN. FOR CONC. BARRIER TYPE 2" is revised to read, "5' — 0" MIN. FOR BEAM GUARDRAIL, 8'— 0" MIN. FOR UNANCHORED TYPE F CONC. BARRIER, 4'— 0" MIN. FOR ANCHORED TYPE F CONC. BARRIER". City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -149 November 2020 Contract Documents RFB #2020-006 Division 9 J-40.10 Sheet 2 of 2, Detail F, callout, "12 — 13 x 1 1/2" S.S. PENTA HEAD BOLT AND 12" S. S. FLAT WASHER" is revised to read; "12 — 13 x 1 1/2" S.S. PENTA HEAD BOLT AND 1/2" (IN) S. S. FLAT WASHER" J-75.20 Key Notes, note 16, second bullet point, was: "1/2" (IN) x 0.45" (IN) Stainless Steel Bands', add the following to the end of the note: "Alternate: Stainless steel cable with stainless steel ends, nuts, bolts, and washers may be used in place of stainless steel bands and associated hardware." J-81.10 Power Distribution Block Diagram, lower left corner, Sheet 1 of 3; Switch Pack 2; circuit 623 (T4-5) [middle ckt] is revised to read; circuit 622 (T4-5). K-80.10 SIGN INSTALLATION (BEHIND TRAFFIC BARRIER) detail dimension callout, "3' MIN." is revised to read, "5' MIN.". K-80.30 DELETED K-80.35 Add New Note 1— "1. The intended use of this plan is for the temporary installation of Type 2 concrete barrier (See Standard Plan C-8) on cement concrete pavement, bridge decks, or hot mix asphalt pavement, and Type F concrete barrier on cement concrete pavement or bridge decks. Re -number all notes. The TYPE 1 ANCHOR detail description "TEMPORARY INSTALLATION OF PRECAST CONC. BARRIER TYPE 2 (STD. PLAN C-8) AND TEMPORARY CONC. BARRIER (F -SHAPE) (STD. PLAN K-80.30) ON CEMENT CONC. PAVEMENT OR BRIDGE DECK" is revised to read, "TEMPORARY INSTALLATION OF PRECAST CONC. BARRIER TYPE F (STD. PLAN C-60.10) OR PRECAST CONC. BARRIER TYPE 2 (STD. PLAN G8) ON CEMENT CONC. PAVEMENT OR BRIDGE DECK." The TYPE 3 ANCHOR detail description "TEMPORARY INSTALLATION OF PRECAST CONC. BARRIER TYPE 2 (STD. PLAN C-8) AND TEMPORARY CONC. BARRIER (F -SHAPE) (STD. PLAN K-80.30) ON HOT MIX ASPHALT PAVEMENT" is revised to read, "TEMPORARY INSTALLATION OF PRECAST CONC. BARRIER TYPE 2 (STD. PLAN C-8) ON HOT MIX ASPHALT PAVEMENT. - K -80.37 Revise Note 1 to read:"1. The intended use of this plan is for the temporary installation of Type F NARROW BASE concrete barrier (See Standard Plan C-60.10) or Type 4 (Type 2 Narrow Base — See Std. Plan C -8a) Concrete Barrier on cement concrete pavement, bridge decks." City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -150 November 2020 Contract Documents RFB #2020-006 Division 9 Replace all callouts stating "NARROW BASE, ALTERNATIVE TEMPORARY CONCRETE BARRIER SEGMENT" with "Type F NARROW BASE or Type 4 (Type 2 Narrow Base) concrete barrier segment." M-3.50 Double -Left Turn Channelization (with Right Turn Pocket) view, dimension, upper left corner, "taper" dimension; callout - was "40' if Posted Speed is 40 MPH or less 100' if Posted Speed is more than 40 MPH" is revised to read; "See Contract" M-5.10 Right -Turn Channelization view, dimension, upper right corner, "taper" dimension; callout - was "50' MIN." is revised to read; "See Contract" M-12.10 Add Note 5. "Check with Region Traffic Office for RPM and Guidepost placements." M-24.50 DELETED The following are the Standard Plan numbers applicable at the time this project was advertised. The date shown with each plan number is the publication approval date shown in the lower right-hand corner of that plan. Standard Plans showing different dates shall not be used in this contract. A-10.10-00 .............. 8/7/07 A-10.20-00 ............10/ 5/07 A-10.30-00 ............10/ 5/07 A-20.10-00 ............ 8/31/07 A-30.10-00 ............11/8/07 17 A-30.30-01 ............ 6/16/11 A-30.35-00 .......... 10/12/07 B-5.20-02 ..............1/26/ 17 B-5.40-02 ..............1/26/ 17 B-5.60-02 ..............1/26/ 17 B-10.20-02 .............. 3/2/18 B-10.40-01 ............1/26/ 17 B-10.70-00 ............1/26/ 17 B-15.20-01 .............. 2/7/12 B-15.40-01 .............. 2/7/12 B-15.60-02 ............1/26/ 17 B-20.20-02 ............ 3/16/12 B-20.40-04 ............ 2/27/18 B-20.60-03 ............ 3/15/12 B-25.20-02 ............ 2/27/18 B-25.60-02 ............ 2/27/18 B-30.10-03 ............ 2/27/18 A-40.00-00 ............ 8/11/09 A-40.10-04 ............ 7/31/19 A-40.15-00 ............ 8/11/09 A-40.20-04 ............ 1/18/17 A-40.50-02 .......... 12/23/14 A-50.10-00 .......... 11/17/08 A-50.20-01............ .............. 9/22/09 B-30.50-03 ............ 2/27/18 B-30.70-04 ............ 2/27/18 B-30.80-01............ ........... 2/27/18 B-30.90-02 ............ 1/26/17 B-35.20-00 .............. 6/8/06 B-35.40-00 .............. 6/8/06 B-40.20-00 .............. 6/1/06 B-40.40-02 ............ 1/26/17 B-45.20-01............ .............. 7/11/17 B-45.40-01............ ............. 7/21/17 B-50.20-00 .............. 6/1/06 B-55.20-02 ............ 2/27/18 B-60.20-01............ .............. 6/28/18 B-60.40-01............ .............1/26/ 2/27/18 B-65.20-01............ .............. 4/26/12 A-50.30-00 ........... 11/ 17/08 A-50.40-00 ........... 11/ 17/08 A-60.10-03 ........... 12/23/ 14 A-60.20-03 ........... 12/23/14 A-60.30-01 ............. 6/28/18 A-60.40-00 ............. 8/31/07 B-75.20-02 ............. 2/27/18 B-75.50-01 ............. 6/10/08 B-75.60-00 .............. 6/8/06 B-80.20-00 .............. 6/8/06 B-80.40-00 .............. 6/1/06 B-85.10-01 ............. 6/10/08 B-85.20-00 .............. 6/1/06 B-85.30-00 .............. 6/1/06 B-85.40-00 .............. 6/8/06 B-85.50-01 ............. 6/10/08 B-90.10-00 .............. 6/8/06 B-90.20-00 .............. 6/8/06 B-90.30-00 .............. 6/8/06 B-90.40-01 .............1/26/ 17 B-90.50-00 .............. 6/8/06 City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -151 November 2020 Contract Documents RFB #2020-006 Division 9 B-30.15-00 B-65.40-00 ..............6/1/06 B-95.20-01 .............. 2/3/09 B-70.20-00 ..............6/1/06 B-95.40-01 ............. 6/28/18 B-70.60-01 ............ 1/26/17 ............ 2/27/18 B-30.20-04 ............ 2/27/18 B-30.30-03 ............ 2/27/18 B-30.40-03 ............ 2/27/18 C-1 ........................ 6/28/18 C -la ...................... 7/14/15 C -lb ...................... 8/12/19 C- ld .................... 10/31/03 C -2c ...................... 8/12/19 C -4f ......................8/12/19 11/10/05 C -6a .................... 10/14/09 C-7 ........................ 6/16/11 C -7a ...................... 6/16/11 C-8 ........................ 2/10/09 C -8a ...................... 7/25/97 C-8 b ...................... 2/29/16 C -8e ...................... 2/21/07 C -8f ......................6/30/04 11/10/05 C- 16a ....................7/21/17 6/11/14 C-20.10-05 ............ 8/12/19 C-20.11-00 ............ 7/21/17 C-20.14-04 ............ 8/12/19 D-2.04-00 ............ 11/10/05 D-2.06-01 ................1/6/09 F-10.16-00 D-2.08-00 ............ 11/10/05 D-2.14-00 ............ 11/10/05 D-2.16-00 ............ 11/10/05 D-2.18-00 ............ 11/10/05 D-2.20-00 ............ 11/10/05 D-2.32-00 ............ 11/10/05 D-2.34-01 ................1/6/09 7/14/15 D-2.36-03 .............. 6/11/14 D-2.42-00 ............ 11/10/05 D-2.44-00 ............ 11/10/05 D-2.60-00 ............ 11/10/05 D-2.62-00 ............ 11/10/05 D-2.46-01 .............. 6/11/14 E-1 ........................ 2/21/07 E-2 ........................ 5/29/98 F-10.12-03 ............. 6/11/14 F-10.16-00 ........... 12/20/06 F-10.18-01 ............. 7/11/17 F-10.40-03 ............. 6/29/16 F-10.42-00 .............1/23/07 8/12/19 C-20.15-02 ............ 6/11/14 C-20.18-03 ............ 8/12/19 C-20.19-03 ............ 8/12/19 C-20.40-07 ............ 8/12/19 C-20.41-02 ............ 8/12/19 C-20.42-05 ............ 7/14/15 C-20.45.02 ............ 8/12/19 C-22.16-06 ............ 7/21/17 C-22.40-07 ............ 8/12/19 C-22.45-04 ............ 8/12/19 C-23.60-04 ............ 7/21/17 C.24.10-02 ............ 8/12/19 C-25.20-06 ............ 7/14/15 C-25.22-05 ............ 7/14/15 C-25.26-04 ............ 8/12/19 C-25.30-00 ............ 6/28/18 C-25.80-05 ............ 8/12/19 C-40.16-02 .............. 7/2/12 D-2.48-00............ ............ 11/10/05 D-2.64-01 ................ 1/6/09 D-2.66-00............ ............ 11/10/05 D-2.68-00............ ............ 11/10/05 D-2.80-00............ ............ 11/10/05 D-2.82-00............ ............. 11/10/05 D-2.84-00............ ............. 11/10/05 D-2.86-00............ ............. 11/10/05 D-2.88-00............ ............. 11/10/05 D-2.92-00............ ............. 11/10/05 D-3.09-00 .............. 5/17/12 D-3.10-01 .............. 5/29/13 D-3.11-03 .............. 6/11/14 D-3.15-02 .............. 6/10/13 D-3.16-02 .............. 5/29/13 E-4 ....................... 8/27/03 E -4a ...................... 8/27/03 F-10.62-02 ............ 4/22/14 F-10.64-03 ............ 4/22/14 F-30.10-03 ............ 6/11/14 F-40.12-03 ............ 6/29/16 F-40.14-03 ............ 6/29/16 C-40.18-03 ............. 7/21/17 C-60.10-00 ............. 8/22/19 C-70.10-01 ............. 6/17/14 C-75.10-01 ............. 6/11/14 C-75.20-01 ............. 6/11/14 C-75.30-01 ............. 6/11/14 C-80.10-01 ............. 6/11/14 C-80.20-01 ............. 6/11/14 C-80.30-01 ............. 6/11/14 C-80.40-01 ............. 6/11/14 C-80.50-00 .............. 4/8/12 C-85.10-00 .............. 4/8/12 C-85.11-00 .............. 4/8/12 C-85.14-01 ............. 6/11/14 C-85.15-01 ............. 6/30/14 C-85.16-01 ............. 6/17/14 C-85-18-01 ............ 6/11/14 C-85.20-01 ............. 6/11/14 D-3.17-02 ............... 5/9/16 D-4 .....................12/ F-40.16-03 11/98 D-6 ....................... F-45.10-02 6/19/98 D-10.10-01 ............12/ 2/08 D-10.15 -01 ............12/ 2/08 D-10.20-01 ............. 8/7/19 D-10.25-01 ............. 8/7/19 D-10.30-00 ............. 7/8/08 D-10.35-00 ............. 7/8/08 D-10.40-01 ............12/ 2/08 D-10.45-01 ............12/ 2/08 F-40.15-03 ............. 6/29/16 F-40.16-03 ............. 6/29/16 F-45.10-02 ............. 7/15/16 F-80.10-04 ............. 7/15/16 City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -152 November 2020 Contract Documents RFB #2020-006 Division 9 G-10.10-00 ............ 9/20/07 G-20.10-02 ............ 6/23/15 G-22.10-04 ............ 6/28/18 G-24.10-00 ............11/8/07 7/11/19 G-24.20-01 .............. 2/7/12 G-24.30-02 ............ 6/28/18 G-24.40-07 ............ 6/28/18 G-24.50-05 ..............8/7/ 19 G-24.60-05 ............ 6/28/18 H-10.10-00 .............. 7/3/08 H-10.15-00 .............. 7/3/08 H-30.10-00 .......... 10/12/07 I-10.10-01 ............. 8/11/09 I-30.10-02 ............. 3/22/13 I-30.15-02 ............. 3/22/13 I-30.16-01 ............. 7/11/19 I-30.17-01 ............. 6/12/19 3-10 ...................... 7/18/97 3-10.10-03 ............... 6/3/15 3-10.15-01 ............. 6/11/14 3-10.16-00 ............... 6/3/15 3-10.17-00 ............... 6/3/15 3-10.18-00 ............... 6/3/15 3-10.20-02 ............. 7/31/19 3-10.21-00 ............... 6/3/15 3-10.22-00 ............. 5/29/13 3-10.25-00 ............. 7/11/17 3-12.15-00 ............. 6/28/18 3-12.16-00 ............. 6/28/18 3-15.10-01 ............. 6/11/14 3-15.15-02 ............. 7/10/15 3-20.10-04 ............. 7/31/19 3-20.11-03 ............. 7/31/19 3-20.15-03 ............. 6/30/14 3-20.16-02 ............. 6/30/14 3-20.20-02 ............. 5/20/13 3-20.26-01 ............. 7/12/12 3-21.10-04 ............. 6/30/14 3-21.15-01 ............. 6/10/13 3-21.16-01 ............. 6/10/13 3-21.17-01 ............. 6/10/13 3-21.20-01 ............. 6/10/13 3-22.15-02 ............. 7/10/15 G-25.10-04 ............ 6/10/13 G-26.10-00 ............ 7/31/19 G-30.10-04 ............ 6/23/15 G-50.10-03 ............ 6/28/18 G-90.10-03 ............ 7/11/17 G-90.11-00 ............ 4/28/16 G-90.20-05 ............ 7/11/17 G-90.30-04 ............ 7/11/17 G-90.40-02 ............ 4/28/16 H-32.10-00............ 9/20/07 H-60.10-01 .............. 7/3/08 H-60.20-01 .............. 7/3/08 I-30.20-00 ............. 9/20/07 I-30.30-02 ............. 6/12/19 I-30.40-02 ............. 6/12/19 I-30.60-02 ............. 6/12/19 I-40.10-00 ............. 9/20/07 3-28.40-02 ............. 6/11/14 3-28.42-01 ............. 6/11/14 3-28.43-01 ............. 6/28/18 3-28.45-03 ............. 7/21/16 3-28.50-03 ............. 7/21/16 3-28.60-02 ............. 7/21/16 3-28.70-03 ............. 7/21/17 3-29.10-01 ............. 7/21/16 3-29.15-01 ............. 7/21/16 3-29.16-02 ............. 7/21/16 3-30.10-00 ............. 6/18/15 3-40.05-00 ............. 7/21/16 3-40.10-04 ............. 4/28/16 3-40.20-03 ............. 4/28/16 3-40.30-04 ............. 4/28/16 3-40.35-01 ............. 5/29/13 3-40.36-02 ............. 7/21/17 3-40.37-02 ............. 7/21/17 3-40.38-01 ............. 5/20/13 3-40.39-00 ............. 5/20/13 3-40.40-02 ............. 7/31/19 3-45.36-00 ............. 7/21/17 3-50.05-00 ............. 7/21/17 3-50.10-01 ............. 7/31/19 3-50.11-02 ............. 7/31/19 3-50.12-02 ............... 8/7/19 G-95.10-02 ............ 6/28/18 G-95.20-03 ............ 6/28/18 G-95.30-03 ............ 6/28/18 H-70.10-01 ............. 2/7/12 H-70.20-01 ............ 2/16/12 H-70.30-02 ............. 2/7/12 I-40.20-00 ............. 9/20/07 I-50.20-01 ............. 6/10/13 I-60.10-01 ............. 6/10/13 I-60.20-01 ............. 6/10/13 I-80.10-02 ............. 7/15/16 3-60.13-00 ............. 6/16/10 3-60.14-01 ............. 7/31/19 3-75.10-02 ............. 7/10/15 3-75.20-01 ............. 7/10/15 3-75.30-02 ............. 7/10/15 3-75.40-02 .............. 6/1/16 3-75.41-01 ............. 6/29/16 3-75.45-02 .............. 6/1/16 3-80.10-00 ............. 6/28/18 3-80.15-00 ............. 6/28/18 3-81.10-00 ............. 6/28/18 3-86.10-00 ............. 6/28/18 3-90.10-03 ............. 6/28/18 3-90.20-03 ............. 6/28/18 3-90.21-02 ............. 6/28/18 3-90.50-00 ............. 6/28/18 City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -153 November 2020 Contract Documents RFB #2020-006 Division 9 3-22.16-03 ............. 7/10/15 3-26.10-03 ............. 7/21/16 3-26.15-01 ............. 5/17/12 3-26.20-01 ............. 6/28/18 3-27.10-01 ............. 7/21/16 3-27.15-00 ............. 3/15/12 3-28.10-02 ...............8/7/ 19 3-28.22-00 ............. 8/07/07 3-28.24-01 ...............6/3/ 15 J-28.26-01........... ................6/3/ 12/02/08 3-28.30-03 ............. 6/11/14 K-70.20-01 .............. 6/1/16 K-80.10-01 .............. 6/1/16 K-80.20-00 .......... 12/20/06 K-80.35-00 ............ 2/21/07 K-80.37-00 ............ 2/21/07 L-10.10-02 ............. 6/21/12 L-20.10-03 ............. 7/14/15 L-30.10-02 ............. 6/11/14 M-1.20-03 .............. 6/24/14 M-1.40-02 ................ 6/3/11 M-1.60-02 ................ 6/3/11 M-1.80-03 ................ 6/3/11 M-2.20-03 .............. 7/10/15 M-2.21-00 .............. 7/10/15 M-3.10-03 ................6/3/ 11 M-3.20-02 ................6/3/ 11 M-3.30-03 ................6/3/ 11 M-3.40-03 ................6/3/ 11 M-3.50-02 ................6/3/ 11 M-5.10-02 ................6/3/ 11 M-7.50-01 ..............1/30/07 7/11/17 M-9.50-02 .............. 6/24/14 M-9.60-00 .............. 2/10/09 3-50.13-00 ............. 8/22/19 3-50.15-01 ............. 7/21/17 3-50.16-01 ............. 3/22/13 3-50.18-00 ............... 8/7/19 3-50.19-00 ............... 8/7/19 3-50.20-00 ............... 6/3/11 3-50.25-00 ............... 6/3/11 3-50.30-00 ............... 6/3/11 3-60.05-01 ............. 7/21/16 3-60.11-00 ............. 5/20/13 3-60.12-00 ............. 5/20/13 L-40.10-02 ............ 6/21/12 L-40.15-01 ............ 6/16/11 L-40.20-02 ............ 6/21/12 M-11.10-03 ............. 8/7/19 M-12.10-01 ........... 6/28/18 M-15.10-01 ............. 2/6/07 M-17.10-02 ............. 7/3/08 M-20.10-02 ............. 6/3/11 M-20.20-02 ........... 4/20/15 M-20.30-04 ........... 2/29/16 M-20.40-03 ........... 6/24/14 M-20.50-02 ............. 6/3/11 M-24.20-02 ........... 4/20/15 M-24.40-02 ........... 4/20/15 M-24.60-04 ........... 6/24/14 M-24.65-00 ........... 7/11/17 M-24.66-00 ........... 7/11/17 M-40.10-03 ........... 6/24/14 END OF DIVISION 9 L-70.10-01 ............. 5/21/08 L-70.20-01 ............. 5/21/08 M-40.20-00 ..........10/ 12/07 M-40.30-01............ 7/11/17 M-40.40-00 ............ 9/20/07 M-40.50-00 ............ 9/20/07 M-40.60-00 ............ 9/20/07 M-60.10-01 ............. 6/3/11 M-60.20-02 ............ 6/27/11 M-65.10-02 ............ 5/11/11 M-80.10-01 ............. 6/3/11 M-80.20-00 ............ 6/10/08 M-80.30-00 ............ 6/10/08 City of Yelm PMX 216-1781-041 2019 Water Main Improvements SP -154 November 2020 Contract Documents RFB #2020-006 Division 9 APPENDIX A PREVAILING WAGES AND BENEFIT CODE KEY State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 12/11/2020 *Risk Trade Job Classification Wage Holiday Overtime Note Class Asbestos Abatement Workers Journey Level $52.39 5D 1 H View Boilermakers Journey Level $69.29 5N 1C View Brick Mason Journey Level $60.57 7E 1N View Brick Mason Pointer -Caulker -Cleaner $60.57 7E 1N View Building Service Employees Janitor $13.50 1 View Building Service Employees Shampooer $13.50 1 View Building Service Employees Waxer $13.50 1 View Building Service Employees Window Cleaner $13.50 1 View Cabinet Makers In Shop), Journey Level $13.50 1 View Carpenters Acoustical Worker $64.94 7A 4C View Carpenters Carpenter $64.94 7A 4C View Carpenters Carpenters on Stationary Tools $65.07 7A 4C View Carpenters Creosoted Material $65.07 7A 4C View Carpenters Floor Finisher $64.94 7A 4C View Carpenters Floor Layer $64.94 7A 4C View Carpenters Scaffold Erector $64.94 7A 4C View Cement Masons Application of all Composition $64.84 7A 41-1 View Mastic Cement Masons Application of all Epoxy $64.34 7A 41-1 View Material Cement Masons Application of all Plastic $64.84 7A 41-1 View Material Cement Masons Application of Sealing $64.34 7A 41-1 View Compound Cement Masons Application of Underlayment $64.84 7A 41-1 View Cement Masons Building General $64.34 7A 41-1 View Cement Masons Composition or Kalman Floors $64.84 7A 41-1 View Cement Masons Concrete Paving $64.34 7A 41-1 View Cement Masons Curb 8 Gutter Machine $64.84 7A 41-1 View Cement Masons Curb 8 Gutter, Sidewalks $64.34 7A 41-1 View Cement Masons Curing Concrete $64.34 7A 41-1 View Cement Masons Cement Masons Cement Masons Cement Masons Cement Masons Cement Masons Cement Masons Cement Masons Cement Masons Cement Masons Cement Masons Cement Masons Cement Masons Cement Masons Cement Masons Divers It Tenders Divers 8 Tenders Divers 8 Tenders Dredge Workers Dredge Workers Dredge Workers Finish Colored Concrete $64.84 7A Floor Grinding $64.84 7A Floor Grinding/Polisher $64.34 7A Green Concrete Saw, self- $64.84 7A powered Grouting of all Plates $64.34 7A Grouting of all Tilt -up Panels $64.34 7A Gunite Nozzleman $64.84 7A Hand Powered Grinder $64.84 7A Journey Level $64.34 7A Patching Concrete $64.34 7A Pneumatic Power Tools $64.84 7A Power Chipping It Brushing $64.84 7A Sand Blasting Architectural $64.84 7A Finish Screed & Rodding Machine $64.84 7A Spackling or Skim Coat $64.34 7A Concrete Troweling Machine Operator $64.84 7A Troweling Machine Operator on $64.84 7A Colored Slabs Tunnel Workers $64.84 7A Bell/Vehicle or Submersible $116.80 7A Operator (Not Under Pressure) Dive Supervisor/Master $81.98 7A Diver $118.80 7A Diver On Standby $76.98 7A Diver Tender $69.91 7A Manifold Operator $69.91 7A Manifold Operator Mixed Gas $74.91 7A Remote Operated Vehicle $69.91 7A Operator/ Technician Remote Operated Vehicle $65.19 7A Tender Assistant Engineer $70.62 5D Assistant Mate (Deckhand) $70.07 5D Boatmen $70.62 5D Engineer Welder $71.97 5D Leverman, Hydraulic $73.41 5D Mates $70.62 5D Oiler $70.07 5D Journey Level $64.94 5D Journey Level $65.31 5P Journey Level $29.54 Cable Splicer $77.53 5C Journey Level $72.56 5C Lead Covered Cable Splicer $82.51 5C Drywall Applicator View Drywall Tapers View Electrical Fixture Maintenance View 4U 4U 4U 4U View View View View 1viF1^ View View View View View View View View View 4U View 4U View 4C View 1viF1^ View View View View 1 View Thurston Electricians - Inside Welder $77.53 5C 1G View Thurston Electricians- Motor Shop Craftsman $15.37 1 View Thurston Electricians- Motor Shop Journey Level $14.69 1 View Thurston Electricians- Powerline Cable Splicer $82.39 5A 4D View Construction Thurston Electricians- Powerline Certified Line Welder $75.64 5A 4D View Construction Thurston Electricians- Powerline Groundperson $49.17 5A 4D View Construction Thurston Electricians- Powerline Heavy Line Equipment $75.64 5A 4D View Construction Operator Thurston Electricians- Powerline Journey Level Lineperson $75.64 5A 4D View Construction Thurston Electricians- Powerline Line Equipment Operator $64.54 5A 4D View Construction Thurston Electricians- Powerline Meter Installer $49.17 5A 4D 8W View Construction Thurston Electricians- Powerline Pole Sprayer $75.64 5A 4D View Construction Thurston Electricians- Powerline Powderperson $56.49 5A 4D View Construction Thurston Electronic Technicians Journey Level $46.47 6Z 1B View Thurston Elevator Constructors Mechanic $97.31 7D 4A View Thurston Elevator Constructors Mechanic In Charge $105.06 7D 4A View Thurston Fabricated Precast Concrete Journey Level $13.50 1 View Products Thurston Fabricated Precast Concrete Journey Level -in-Factory $13.50 1 View Products Work Only Thurston Fence Erectors Fence Erector $44.40 7A 4V 8Y View Thurston Fence Erectors Fence Laborer $44.40 7A 4V 8Y View Thurston Flaggers Journey Level $44.40 7A 4V 8Y View Thurston Glaziers Journey Level $69.26 7L 1Y View Thurston Heat 8 Frost Insulators And Journeyman $79.43 5J 4H View Asbestos Workers Thurston HeatingEquipment Mechanics Journey Level $89.61 7F JE View Thurston Hod Carriers 8 Mason Tenders Journey Level $54.01 7A 4V 8Y View Thurston Industrial Power Vacuum Journey Level $13.50 1 View Cleaner Thurston Inland Boatmen Boat Operator $61.41 5B 1K View Thurston Inland Boatmen Cook $56.48 5B 1K View Thurston Inland Boatmen Deckhand $57.48 5B 1K View Thurston Inland Boatmen Deckhand Engineer $58.81 5B 1K View Thurston Inland Boatmen Launch Operator $58.89 5B 1K View Thurston Inland Boatmen Mate $57.31 5B 1K View Thurston Inspection/Cleaning/Sealing Of Cleaner Operator, Foamer $13.50 1 View Sewer 8 Water Systems By Operator Remote Control Thurston Inspection/Cleaning/Sealing Of Grout Truck Operator $13.50 1 View Sewer 8 Water Systems By Remote Control "Thurston Inspection/Cleaning/Sealing Of Head Operator $13.50 1 View Sewer 8 Water Systems By Remote Control Thurston Inspection/Cleaning/Sealing Of Technician $25.00 1 View Sewer Et Water Systems By Remote Control Thurston Inspection/Cleaning/Sealing Of Tv Truck Operator $13.50 1 View Sewer 8 Water Systems By Remote Control Thurston Insulation Applicators Journey Level $64.94 7A 4C View Thurston Ironworkers Journeyman $75.23 7N 10 View Thurston Laborers Air, Gas Or Electric Vibrating $52.39 7A 4V 8Y View Screed Thurston Laborers Airtrac Drill Operator $54.01 7A 4V 8Y View Thurston Laborers Ballast Regular Machine $52.39 7A 4V 8Y View Thurston Laborers Batch Weighman $44.40 7A 4V 8Y View Thurston Laborers Brick Pavers $52.39 7A 4V 8Y View Thurston Laborers Brush Cutter $52.39 7A 4V 8Y View Thurston Laborers Brush Hog Feeder $52.39 7A 4V 8Y View Thurston Laborers Burner $52.39 7A 4V 8Y View Thurston Laborers Caisson Worker $54.01 7A 4V 8Y View Thurston Laborers Carpenter Tender $52.39 7A 4V 8Y View Thurston Laborers Cement Dumper -paving $53.35 7A 4V 8Y View Thurston Laborers Cement Finisher Tender $52.39 7A 4V 8Y View Thurston Laborers Change House Or Dry Shack $52.39 7A 4V 8Y View Thurston Laborers Chipping Gun (30 Lbs. And $53.35 7A 4V 8Y View Over) Thurston Laborers Chipping Gun (Under 30 Lbs.) $52.39 7A 4V 8Y View Thurston Laborers Choker Setter $52.39 7A 4V 8Y View Thurston Laborers Chuck Tender $52.39 7A 4V 8Y View Thurston Laborers Clary Power Spreader $53.35 7A 4V 8Y View Thurston Laborers Clean-up Laborer $52.39 7A 4V 8Y View Thurston Laborers Concrete Dumper/Chute $53.35 7A 4V 8Y View Operator Thurston Laborers Concrete Form Stripper $52.39 7A 4V 8Y View Thurston Laborers Concrete Placement Crew $53.35 7A 4V 8Y View Thurston Laborers Concrete Saw Operator/Core $53.35 7A 4V 8Y View Driller Thurston Laborers Crusher Feeder $44.40 7A 4V 8Y View Thurston Laborers Curing Laborer $52.39 7A 4V 8Y View Thurston Laborers Demolition: Wrecking & Moving $52.39 7A 4V 8Y View (Incl. Charred Material) Thurston Laborers Ditch Digger $52.39 7A 4V 8Y View Thurston Laborers Diver $54.01 7A 4V 8Y View Thurston Laborers Drill Operator (Hydraulic, $53.35 7A 4V 8Y View Diamond) Thurston Laborers Dry Stack Walls $52.39 7A 4V 8Y View Thurston Laborers Dump Person $52.39 7A 4V 8Y View Thurston Laborers Epoxy Technician $52.39 7A 4V 8Y View Thurston Laborers Erosion Control Worker $52.39 7A 4V 8Y View Thurston Laborers Faller & Bucker Chain Saw $53.35 7A 4V 8Y View Thurston Laborers Fine Graders $52.39 7A 4V 8Y View Thurston Laborers Firewatch $44.40 7A 4V 8Y View Thurston Laborers Form Setter $52.39 7A 4V 8Y View Thurston Laborers Gabian Basket Builders $52.39 7A 4V 8Y View Thurston Laborers General Laborer $52.39 7A 4V 8Y View Thurston Laborers Grade Checker 8 Transit $54.01 7A 4V 8Y View Person Thurston Laborers Grinders $52.39 7A 4V 8Y View Thurston Laborers Grout Machine Tender $52.39 7A 4V 8Y View Thurston Laborers Groutmen (Pressure) Including $53.35 7A 4V 8Y View Post Tension Beams Thurston Laborers Guardrail Erector $52.39 7A 4V 8Y View Thurston Laborers Hazardous Waste Worker (Level $54.01 7A 4V 8Y View A) Thurston Laborers Hazardous Waste Worker (Level $53.35 7A 4V 8Y View B) Thurston Laborers Hazardous Waste Worker (Level $52.39 7A 4V 8Y View C) Thurston Laborers High Scaler $54.01 7A 4V 8Y View Thurston Laborers Jackhammer $53.35 7A 4V 8Y View Thurston Laborers Laserbeam Operator $53.35 7A 4V 8Y View Thurston Laborers Maintenance Person $52.39 7A 4V 8Y View Thurston Laborers Manhole Builder-Mudman $53.35 7A 4V 8Y View Thurston Laborers Material Yard Person $52.39 7A 4V 8Y View Thurston Laborers Motorman-Dinky Locomotive $53.35 7A 4V 8Y View Thurston Laborers Nozzleman (Concrete Pump, $53.35 7A 4V 8Y View Green Cutter When Using Combination Of High Pressure Air 8 Water On Concrete 8 Rock, Sandblast, Gunite, Shotcrete, Water Blaster, Vacuum Blaster) Thurston Laborers Pavement Breaker $53.35 7A 4V 8Y View Thurston Laborers Pilot Car $44.40 7A 4V 8Y View Thurston Laborers Pipe Layer Lead $54.01 7A 4V 8Y View Thurston Laborers Pipe Layer/Tailor $53.35 7A 4V 8Y View Thurston Laborers Pipe Pot Tender $53.35 7A 4V 8Y View Thurston Laborers Pipe Reliner $53.35 7A 4V 8Y View Thurston Laborers Pipe Wrapper $53.35 7A 4V 8Y View Thurston Laborers Pot Tender $52.39 7A 4V 8Y View Thurston Laborers Powderman $54.01 7A 4V 8Y View Thurston Laborers Powderman's Helper $52.39 7A 4V 8Y View Thurston Laborers Power Jacks $53.35 7A 4V 8Y View Thurston Laborers Railroad Spike Puller - Power $53.35 7A 4V 8Y View Thurston Laborers Raker- Asphalt $54.01 7A 4V 8Y View Thurston Laborers Re-timberman $54.01 7A 4V 8Y View Thurston Laborers Remote Equipment Operator $53.35 7A 4V 8Y View Thurston Laborers Rigger/Signal Person $53.35 7A 4V 8Y View Thurston Laborers Rip Rap Person $52.39 7A 4V 8Y View Thurston Laborers Rivet Buster $53.35 7A 4V 8Y View Thurston Laborers Rodder $53.35 7A 4V 8Y View Thurston Laborers Scaffold Erector $52.39 7A 4V 8Y View Thurston Laborers Scale Person $52.39 7A 4V 8Y View Thurston Laborers Sloper (Over 20") $53.35 7A 4V 8Y View Thurston Laborers Sloper Sprayer $52.39 7A 4V 8Y View Thurston Laborers Spreader (Concrete) $53.35 7A 4V 8Y View Thurston Laborers Stake Hopper $52.39 7A 4V 8Y View Thurston Laborers Stock Piler $52.39 7A 4V 8Y View Thurston Laborers Swinging Stage/Boatswain $44.40 7A 4V 8Y View Chair Thurston Laborers Tamper &Similar Electric, Air $53.35 7A 4V 8Y View 8 Gas Operated Tools Thurston Laborers Tamper (Multiple 8 Self- $53.35 7A 4V 8Y View propelled) Thurston Laborers Timber Person - Sewer (Lagger, $53.35 7A 4V 8Y View Shorer 8 Cribber) Thurston Laborers Toolroom Person (at Jobsite) $52.39 7A 4V 8Y View Thurston Laborers Topper $52.39 7A 4V 8Y View Thurston Laborers Track Laborer $52.39 7A 4V 8Y View Thurston Laborers Track Liner (Power) $53.35 7A 4V 8Y View Thurston Laborers Traffic Control Laborer $47.48 7A 4V 9C View Thurston Laborers Traffic Control Supervisor $50.31 7A 4V 9C View Thurston Laborers Truck Spotter $52.39 7A 4V 8Y View Thurston Laborers Tugger Operator $53.35 7A 4V 8Y View Thurston Laborers Tunnel Work -Compressed Air $129.67 7A 4V 9B View Worker 0-30 psi Thurston Laborers Tunnel Work -Compressed Air $134.70 7A 4V 9B View Worker 30.01-44.00 psi Thurston Laborers Tunnel Work -Compressed Air $138.38 7A 4V 9B View Worker 44.01- 54.00 psi Thurston Laborers Tunnel Work -Compressed Air $144.08 7A 4V 9B View Worker 54.01-60.00 psi Thurston Laborers Tunnel Work -Compressed Air $146.20 7A 4V 9B View Worker 60.01-64.00 psi Thurston Laborers Tunnel Work -Compressed Air $151.30 7A 4V 9B View Worker 64.01-68.00 psi Thurston Laborers Tunnel Work -Compressed Air $153.20 7A 4V 9B View Worker 68.01-70.00 psi Thurston Laborers Tunnel Work -Compressed Air $155.20 7A 4V 9B View Worker 70.01-72.00 psi Thurston Laborers Tunnel Work -Compressed Air $157.20 7A 4V 9B View Worker 72.01-74.00 psi Thurston Laborers Tunnel Work-Guage and Lock $54.11 7A 4V 8Y View Tender Thurston Laborers Tunnel Work -Miner $54.11 7A 4V 8Y View Thurston Laborers Vibrator $53.35 7A 4V 8Y View Thurston Laborers Vinyl Seamer $52.39 7A 4V 8Y View Thurston Laborers Watchman $40.36 7A 4V 8Y View Thurston Laborers Welder $53.35 7A 4V 8Y View Thurston Laborers Well Point Laborer $53.35 7A 4V 8Y View Thurston Laborers Window Washer/Cleaner $40.36 7A 4V 8Y View Thurston Laborers -Underground Sewer General Laborer 8 Topman $52.39 7A 4V 8Y View 8 Water Thurston Laborers -Underground Sewer Pipe Layer $53.35 7A 4V 8Y View 8 Water Thurston Landscape Construction Landscape $40.36 7A 4V 8Y View Construction/ Landscaping Or Planting Laborers Thurston Landscape Construction Landscape Operator $69.02 7A 3K 8X View Thurston Landscape Maintenance Groundskeeper $14.41 1 View Thurston Lathers Journey Level $64.94 5D 1H View Thurston Marble Setters Journey Level $60.57 7E 1N View Thurston Metal Fabrication (In Shop). Fitter $27.10 6T 21-1 View Thurston Metal Fabrication (In Shop). Laborer $16.91 6T 21-1 View Thurston Metal Fabrication (In Shop). Layerout $30.63 6T 21-1 View Thurston Metal Fabrication (In Shop). Machine Operator $20.86 6T 21-1 View Thurston Metal Fabrication (In Shop). Welder $24.74 6T 21-1 View Thurston Millwright Journey Level $66.44 7A 4C View Thurston Modular Buildings Cabinet Assembly $13.50 1 View Thurston Modular Buildings Electrician $13.50 1 View Thurston Modular Buildings Equipment Maintenance $13.50 1 View Thurston Modular Buildings Plumber $13.50 1 View Thurston Modular Buildings Production Worker $13.50 1 View Thurston Modular Buildings Tool Maintenance $13.50 1 View Thurston Modular Buildings Utility Person $13.50 1 View Thurston Modular Buildings Welder $13.50 1 View Thurston Painters Journey Level $43.40 6Z 2B View Thurston Pile Driver Crew Tender $69.91 7A 4C View Thurston Pile Driver Crew Tender/Technician $69.91 7A 4C View Thurston Pile Driver Hyperbaric Worker- $80.76 7A 4C View Compressed Air Worker 0-30.00 PSI Thurston Pile Driver Hyperbaric Worker - $85.76 7A 4C View Compressed Air Worker 30.01 - 44.00 PSI Thurston Pile Driver Hyperbaric Worker- $89.76 7A 4C View Compressed Air Worker 44.01 - 54.00 PSI Thurston Pile Driver Hyperbaric Worker - $94.76 7A 4C View Compressed Air Worker 54.01 - 60.00 PSI Thurston Pile Driver Hyperbaric Worker- $97.26 7A 4C View Compressed Air Worker 60.01 - 64.00 PSI Thurston Pile Driver Hyperbaric Worker- $102.26 7A 4C View Compressed Air Worker 64.01 - 68.00 PSI Thurston Pile Driver Hyperbaric Worker - $104.26 7A 4C View Compressed Air Worker 68.01 - 70.00 PSI Thurston Pile Driver Hyperbaric Worker - $106.26 7A 4C View Compressed Air Worker 70.01 - 72.00 PSI Thurston Pile Driver Hyperbaric Worker- $108.26 7A 4C View Compressed Air Worker 72.01 - 74.00 PSI Thurston Pile Driver Journey Level $65.19 7A 4C View Thurston Plasterers Journey Level $61.67 7Q 1R View Thurston Playground 8 Park Equipment Journey Level $13.50 1 View Installers Thurston Plumbers 8 Pipefitters Journey Level $77.97 5A 1G View Thurston Power Equipment Operators Asphalt Plant Operator $70.17 7A 3K 8X View Thurston Power Equipment Operators Assistant Engineer $66.30 7A 3K old -8P View Thurston Power Equipment Operators Barrier Machine (zipper) $69.55 7A 3K 8X View Thurston Power Equipment Operators Batch Plant Operator: $69.55 7A 3K 8X View Concrete Thurston Power Equipment Operators Bobcat $66.01 7A 3K 8X View Thurston Power Equipment Operators Brokk - Remote Demolition $66.01 7A 3K 8X View Equipment Thurston Power Equipment Operators Brooms $66.01 7A 3K 8X View Thurston Power Equipment Operators Bump Cutter $69.55 7A 3K 8X View Thurston Power Equipment Operators Cableways $70.17 7A 3K 8X View Thurston Power Equipment Operators Chipper $69.55 7A 3K 8X View Thurston Power Equipment Operators Compressor $66.01 7A 3K 8X View Thurston Power Equipment Operators Concrete Pump: Truck Mount $70.17 7A 3K 8X View With Boom Attachment Over 42m Thurston Power Equipment Operators Concrete Finish Machine -laser $66.01 7A 3K 8X View Screed Thurston Power Equipment Operators Concrete Pump - Mounted Or $69.02 7A 3K 8X View Trailer High Pressure Line Pump, Pump High Pressure Thurston Power Equipment Operators Concrete Pump: Truck Mount $69.55 7A 3K 8X View With Boom Attachment Up To 42m Thurston Power Equipment Operators Conveyors $69.02 7A 3K 8X View Thurston Power Equipment Operators Cranes Friction: 200 tons and $72.63 7A 3K old -8P View over Thurston Power Equipment Operators Cranes, A -frame: 10 tons and $66.30 7A 3K old -8P View under Thurston Power Equipment Operators Cranes: 100 tons through 199 $71.20 7A 3K old -8P View tons, or 150' of boom (including jib with attachments) Thurston Power Equipment Operators Cranes: 20 tons through 44 $69.87 7A 3K old -8P View tons with attachments Thurston Power Equipment Operators Cranes: 200 tons- 299 tons, or $71.93 7A 3K old -8P View 250' of boom including jib with attachments Power Equipment Operators Cranes: 300 tons and over or $72.63 7A 3K old-8P View 300' of boom including jib with attachments Power Equipment Operators Cranes: 45 tons through 99 $70.49 7A 3K old-8P View tons, under 150' of boom(including jib with attachments) Power Equipment Operators Cranes: Friction cranes $71.93 7A 3K old-8P View through 199 tons Power Equipment Operators Cranes: through 19 tons with $69.33 7A 3K 8P View attachments, A-frame over 10 tons Power Equipment Operators Crusher $69.55 7A 3K 8X View Power Equipment Operators Deck Engineer/deck Winches $69.55 7A 3K 8X View (power) Power Equipment Operators Derricks: on building work $70.49 7A 3K old-8P View Power Equipment Operators Dozers D-9 8 Under $69.02 7A 3K 8X View Power Equipment Operators Drill Oilers: Auger Type, Truck $69.02 7A 3K 8X View Or Crane Mount Power Equipment Operators Drilling Machine $70.88 7A 3K 8X View Power Equipment Operators Elevator and man-lift: $66.30 7A 3K old-8P View permanent and shaft type Power Equipment Operators Finishing Machine, Bidwell And $69.55 7A 3K 8X View Gamaco 8 Similar Equipment Power Equipment Operators Forklift: 3000 lbs and over with $69.33 7A 3K 8P View attachments Power Equipment Operators Forklift: 3000 Lbs And Over $69.02 7A 3K 8X View With Attachments Power Equipment Operators Forklifts: under 3000 lbs. with $66.30 7A 3K old-8P View attachments Power Equipment Operators Grade Engineer: Using $69.55 7A 3K 8X View Blueprints, Cut Sheets,etc. Power Equipment Operators Gradechecker/stakeman $66.01 7A 3K 8X View Power Equipment Operators Guardrail punch/Auger $69.55 7A 3K 8X View Power Equipment Operators Hard Tail End Dump $70.17 7A 3K 8X View Articulating Off- Road Equipment 45 Yards. 8 Over Power Equipment Operators Hard Tail End Dump $69.55 7A 3K 8X View Articulating Off-road Equipment Under 45 Yards Power Equipment Operators Horizontal/directional Drill $69.02 7A 3K 8X View Locator Power Equipment Operators Horizontal/directional Drill $69.55 7A 3K 8X View Operator Power Equipment Operators Hydralifts/boom trucks: 10 $66.30 7A 3K old-8P View tons and under Power Equipment Operators Hydralifts/boom trucks: over $69.33 7A 3K 8P View 10 tons Power Equipment Operators Loader, Overhead 8 Yards. 8 $70.88 7A 3K 8X View Over Power Equipment Operators Loader, Overhead, 6 Yards. But $70.17 7A 3K 8X View Not Including 8 Yards Power Equipment Operators Loaders, Overhead Under 6 $69.55 7A 3K 8X View Yards Thurston Power Equipment Operators Loaders, Plant Feed $69.55 7A 3K 8X View Thurston Power Equipment Operators Loaders: Elevating Type Belt $69.02 7A 3K 8X View Thurston Power Equipment Operators Locomotives, All $69.55 7A 3K 8X View Thurston Power Equipment Operators Material Transfer Device $69.55 7A 3K 8X View Thurston Power Equipment Operators Mechanics: all (Leadmen - $71.20 7A 3K old -8P View $0.50 per hour over mechanic) Thurston Power Equipment Operators Motor patrol graders $70.17 7A 3K 8X View Thurston Power Equipment Operators Mucking Machine, Mole, Tunnel $70.17 7A 3K 8X View Drill, Boring, Road Header And/or Shield Thurston Power Equipment Operators Oil Distributors, Blower $66.01 7A 3K 8X View Distribution 8 Mulch Seeding Operator Thurston Power Equipment Operators Outside Hoists (elevators and $69.33 7A 3K 8P View manlifts), Air Tuggers, Strato Thurston Power Equipment Operators Overhead, bridge type Crane: $69.87 7A 3K old -8P View 20 tons through 44 tons Thurston Power Equipment Operators Overhead, Bridge Type Crane: $69.55 7A 3K 8X View 20 Tons Through 44 Tons Thurston Power Equipment Operators Overhead, bridge type: 100 $71.20 7A 3K old -8P View tons and over Thurston Power Equipment Operators Overhead, bridge type: 45 tons $70.49 7A 3K old -8P View through 99 tons Thurston Power Equipment Operators Pavement Breaker $66.01 7A 3K 8X View Thurston Power Equipment Operators Pile Driver (other Than Crane $69.55 7A 3K 8X View Mount) Thurston Power Equipment Operators Plant Oiler - Asphalt, Crusher $69.02 7A 3K 8X View Thurston Power Equipment Operators Posthole Digger, Mechanical $66.01 7A 3K 8X View Thurston Power Equipment Operators Power Plant $66.01 7A 3K 8X View Thurston Power Equipment Operators Pumps - Water $66.01 7A 3K 8X View Thurston Power Equipment Operators Quad 9, HD 41, D10 And Over $70.17 7A 3K 8X View Thurston Power Equipment Operators Quick Tower: no cab, under $66.30 7A 3K old -8P View 100 feet in height based to boom Thurston Power Equipment Operators Remote Control Operator On $70.17 7A 3K 8X View Rubber Tired Earth Moving Equipment Thurston Power Equipment Operators Rigger and Bellman $66.30 7A 3K old -8P View Thurston Power Equipment Operators Rigger/Signal Person, $69.33 7A 3K 8P View Bellman(Certified) Thurston Power Equipment Operators Rollagon $70.17 7A 3K 8X View Thurston Power Equipment Operators Roller, Other Than Plant Mix $66.01 7A 3K 8X View Thurston Power Equipment Operators Roller, Plant Mix Or Multi -lift $69.02 7A 3K 8X View Materials Thurston Power Equipment Operators Roto -mill, Roto -grinder $69.55 7A 3K 8X View Thurston Power Equipment Operators Saws - Concrete $69.02 7A 3K 8X View Thurston Power Equipment Operators Scraper, Self Propelled Under $69.55 7A 3K 8X View 45 Yards Thurston Power EquipmentOperators Scrapers - Concrete 8 Carry All $69.02 7A 3K 8X View Thurston Power Equipment Operators Scrapers, Self-propelled: 45 $70.17 7A 3K 8X View Yards And Over Thurston Power Equipment Operators Service Engineers: equipment $69.33 7A 3K 8P View Thurston Power Equipment Operators Shotcrete/gunite Equipment $66.01 7A 3K 8X View Thurston Power EquipmentOperators Shovel, Excavator, Backhoe, $69.02 7A 3K 8X View Tractors Under 15 Metric Tons Thurston Power Equipment Operators Shovel, Excavator, Backhoe: $70.17 7A 3K 8X View Over 30 Metric Tons To 50 Metric Tons Thurston Power Equipment Operators Shovel, Excavator, Backhoes, $69.55 7A 3K 8X View Tractors: 15 To 30 Metric Tons Thurston Power Equipment Operators Shovel, Excavator, Backhoes: $70.88 7A 3K 8X View Over 50 Metric Tons To 90 Metric Tons Thurston Power EquipmentOperators Shovel, Excavator, Backhoes $71.60 7A 3K 8X View Over 90 Metric Tons Thurston Power Equipment Operators Slipform Pavers $70.17 7A 3K 8X View Thurston Power Equipment Operators Spreader, Topsider 8 $70.17 7A 3K 8X View Screedman Thurston Power Equipment Operators Subgrader Trimmer $69.55 7A 3K 8X View Thurston Power Equipment Operators Tower Bucket Elevators $69.02 7A 3K 8X View Thurston Power Equipment Operators Tower Crane: over 175' $71.93 7A 3K old-8P View through 250' in height, base to boom Thurston Power Equipment Operators Tower crane: up to 175' in $71.20 7A 3K old-8P View height base to boom Thurston Power Equipment Operators Tower Cranes: over 250' in $72.63 7A 3K old-8P View height from base to boom. Thurston Power EquipmentOperators Transporters, All Track Or $70.17 7A 3K 8X View Truck Type Thurston Power Equipment Operators Trenching Machines $69.02 7A 3K 8X View Thurston Power Equipment Operators Truck Crane Oiler/Driver: 100 $69.87 7A 3K old-8P View tons and over Thurston Power Equipment Operators Truck crane oiler/driver: under $69.33 7A 3K 8P View 100 tons Thurston Power Equipment Operators Truck Mount Portable Conveyor $69.55 7A 3K 8X View Thurston Power Equipment Operators Welder $70.49 7A 3K old-8P View Thurston Power Equipment Operators Wheel Tractors, Farmall Type $66.01 7A 3K 8X View Thurston Power Equipment Operators Yo Yo Pay Dozer $69.55 7A 3K 8X View Thurston Power EquipmentOperators- Asphalt Plant Operator $70.17 7A 3K 8X View Underground Sewer 8 Water Thurston Power Equipment Operators- Assistant Engineer $66.30 7A 3K old-8P View Underground Sewer 8 Water Thurston Power Equipment Operators- Barrier Machine (zipper) $69.55 7A 3K 8X View Underground Sewer 8 Water Thurston Power Equipment Operators- Batch Plant Operator: $69.55 7A 3K 8X View Underground Sewer 8 Water Concrete Thurston Power Equipment Operators- Bobcat $66.01 7A 3K 8X View Underground Sewer 8 Water Thurston Power Equipment Operators- Brokk - Remote Demolition $66.01 7A 3K 8X View Underground Sewer 8 Water Equipment Thurston Power Equipment Operators- Brooms $66.01 7A 3K 8X View Underground Sewer 8 Water Thurston Power Equipment Operators- Bump Cutter $69.55 7A 3K 8X View Underground Sewer 8 Water Thurston Power Equipment Operators- Cableways $70.17 7A 3K 8X View Underground Sewer 8 Water Thurston Power Equipment Operators- Chipper $69.55 7A 3K 8X View Underground Sewer 8 Water Thurston Power Equipment Operators- Compressor $66.01 7A 3K 8X View Underground Sewer 8 Water Thurston Power Equipment Operators- Concrete Pump: Truck Mount $70.17 7A 3K 8X View Underground Sewer Et Water With Boom Attachment Over 42m Thurston Power Equipment Operators- Concrete Finish Machine -laser $66.01 7A 3K 8X View Underground Sewer 8 Water Screed Thurston Power Equipment Operators- Concrete Pump - Mounted Or $69.02 7A 3K 8X View Underground Sewer 8 Water Trailer High Pressure Line Pump, Pump High Pressure Thurston Power Equipment Operators- Concrete Pump: Truck Mount $69.55 7A 3K 8X View Underground Sewer Et Water With Boom Attachment Up To 42m Thurston Power Equipment Operators- Conveyors $69.02 7A 3K 8X View Underground Sewer 8 Water Thurston Power Equipment Operators- Cranes Friction: 200 tons and $72.63 7A 3K old -8P View Underground Sewer 8 Water over Thurston Power Equipment Operators- Cranes, A -frame: 10 tons and $66.30 7A 3K old -8P View Underground Sewer 8 Water under Thurston Power Equipment Operators- Cranes: 100 tons through 199 $71.20 7A 3K old -8P View Underground Sewer 8 Water tons, or 150' of boom (including jib with attachments) Thurston Power Equipment Operators- Cranes: 20 tons through 44 $69.87 7A 3K old -8P View Underground Sewer 8 Water tons with attachments Thurston Power Equipment Operators- Cranes: 200 tons- 299 tons, or $71.93 7A 3K old -8P View Underground Sewer 8 Water 250' of boom including jib with attachments Thurston Power Equipment Operators- Cranes: 300 tons and over or $72.63 7A 3K old -8P View Underground Sewer 8 Water 300' of boom including jib with attachments Thurston Power Equipment Operators- Cranes: 45 tons through 99 $70.49 7A 3K old -8P View Underground Sewer 8 Water tons, under 150' of boom(including jib with attachments) Thurston Power Equipment Operators- Cranes: Friction cranes $71.93 7A 3K old -8P View Underground Sewer 8 Water through 199 tons Thurston Power Equipment Operators- Cranes: through 19 tons with $69.33 7A 3K 8P View Underground Sewer 8 Water attachments, A -frame over 10 tons Thurston Power Equipment Operators- Crusher $69.55 7A 3K 8X View Underground Sewer 8 Water Thurston Power Equipment Operators- Deck Engineer/deck Winches $69.55 7A 3K 8X View Underground Sewer 8 Water (power) Thurston Power Equipment Operators- Derricks: on building work $70.49 7A 3K old -8P View Underground Sewer 8 Water Thurston Power Equipment Operators- Dozers D-9 8 Under $69.02 7A 3K 8X View Underground Sewer 8 Water Thurston Power Equipment Operators- Drill Oilers: Auger Type, Truck $69.02 7A 3K 8X View Underground Sewer 8 Water Or Crane Mount Thurston Power Equipment Operators- Drilling Machine $70.88 7A 3K 8X View Underground Sewer 8 Water Thurston Power Equipment Operators- Elevator and man-lift: $66.30 7A 3K old-8P View Underground Sewer 8 Water permanent and shaft type Thurston Power EquipmentOperators- Finishing Machine, Bidwell And $69.55 7A 3K 8X View Underground Sewer lit Water Gamaco lit Similar Equipment Thurston Power Equipment Operators- Forklift: 3000 lbs and over with $69.33 7A 3K 8P View Underground Sewer lit Water attachments Thurston Power Equipment Operators- Forklift: 3000 Lbs And Over $69.02 7A 3K 8X View Underground Sewer lit Water With Attachments Thurston Power Equipment Operators- Forklifts: under 3000 lbs. with $66.30 7A 3K old-8P View Underground Sewer lit Water attachments Thurston Power Equipment Operators- Grade Engineer: Using $69.55 7A 3K 8X View Underground Sewer 8 Water Blueprints, Cut Sheets,etc. Thurston Power Equipment Operators- Gradechecker/stakeman $66.01 7A 3K 8X View Underground Sewer 8 Water Thurston Power Equipment Operators- Guardrail punch/Auger $69.55 7A 3K 8X View Underground Sewer 8 Water Thurston Power Equipment Operators- Hard Tail End Dump $70.17 7A 3K 8X View Underground Sewer 8 Water Articulating Off- Road Equipment 45 Yards. 8 Over Thurston Power Equipment Operators- Hard Tail End Dump $69.55 7A 3K 8X View Underground Sewer & Water Articulating Off-road Equipment Under 45 Yards Thurston Power Equipment Operators- Horizontal/directional Drill $69.02 7A 3K 8X View Underground Sewer 8 Water Locator Thurston Power Equipment Operators- Horizontal/directional Drill $69.55 7A 3K 8X View Underground Sewer 8 Water Operator Thurston Power Equipment Operators- Hydralifts/boom trucks: 10 $66.30 7A 3K old-8P View Underground Sewer 8 Water tons and under Thurston Power Equipment Operators- Hydralifts/boom trucks: over $69.33 7A 3K 8P View Underground Sewer 8 Water 10 tons Thurston Power Equipment Operators- Loader, Overhead 8 Yards. 8 $70.88 7A 3K 8X View Underground Sewer 8 Water Over Thurston Power Equipment Operators- Loader, Overhead, 6 Yards. But $70.17 7A 3K 8X View Underground Sewer 8 Water Not Including 8 Yards Thurston Power Equipment Operators- Loaders, Overhead Under 6 $69.55 7A 3K 8X View Underground Sewer 8 Water Yards Thurston Power Equipment Operators- Loaders, Plant Feed $69.55 7A 3K 8X View Underground Sewer & Water Thurston Power Equipment Operators- Loaders: Elevating Type Belt $69.02 7A 3K 8X View Underground Sewer & Water Thurston Power Equipment Operators- Locomotives, All $69.55 7A 3K 8X View Underground Sewer & Water Thurston Power Equipment Operators- Material Transfer Device $69.55 7A 3K 8X View Underground Sewer & Water Thurston Power Equipment Operators- Mechanics: all (Leadmen - $71.20 7A 3K old-8P View Underground Sewer 8 Water $0.50 per hour over mechanic) Thurston Power Equipment Operators- Motor patrol graders $70.17 7A 3K 8X View Underground Sewer 8 Water Thurston Power Equipment Operators- Mucking Machine, Mole, Tunnel $70.17 7A 3K 8X View Underground Sewer 8 Water Drill, Boring, Road Header And/or Shield Thurston Power Equipment Operators- Oil Distributors, Blower $66.01 7A 3K 8X View Underground Sewer 8 Water Distribution 8 Mulch Seeding Operator Thurston Power Equipment Operators- Outside Hoists (elevators and $69.33 7A 3K 8P View Underground Sewer Et Water manlifts), Air Tuggers, Strato Thurston Power Equipment Operators- Overhead, bridge type Crane: $69.87 7A 3K old-8P View Underground Sewer 8 Water 20 tons through 44 tons Thurston Power Equipment Operators- Overhead, Bridge Type Crane: $69.55 7A 3K 8X View Underground Sewer 8 Water 20 Tons Through 44 Tons Thurston Power Equipment Operators- Overhead, bridge type: 100 $71.20 7A 3K old-8P View Underground Sewer 8 Water tons and over Thurston Power Equipment Operators- Overhead, bridge type: 45 tons $70.49 7A 3K old-8P View Underground Sewer 8 Water through 99 tons Thurston Power Equipment Operators- Pavement Breaker $66.01 7A 3K 8X View Underground Sewer 8 Water Thurston Power Equipment Operators- Pile Driver (other Than Crane $69.55 7A 3K 8X View Underground Sewer 8 Water Mount) Thurston Power Equipment Operators- Plant Oiler - Asphalt, Crusher $69.02 7A 3K 8X View Underground Sewer 8 Water Thurston Power Equipment Operators- Posthole Digger, Mechanical $66.01 7A 3K 8X View Underground Sewer 8 Water Thurston Power Equipment Operators- Power Plant $66.01 7A 3K 8X View Underground Sewer 8 Water Thurston Power Equipment Operators- Pumps - Water $66.01 7A 3K 8X View Underground Sewer 8 Water Thurston Power Equipment Operators- Quad 9, HD 41, D10 And Over $70.17 7A 3K 8X View Underground Sewer 8 Water Thurston Power Equipment Operators- Quick Tower: no cab, under $66.30 7A 3K old-8P View Underground Sewer 8 Water 100 feet in height based to boom Thurston Power Equipment Operators- Remote Control Operator On $70.17 7A 3K 8X View Underground Sewer 8 Water Rubber Tired Earth Moving Equipment Thurston Power Equipment Operators- Rigger and Bellman $66.30 7A 3K old-8P View Underground Sewer 8 Water Thurston Power Equipment Operators- Rigger/Signal Person, $69.33 7A 3K 8P View Underground Sewer Et Water Bellman(Certified) Thurston Power Equipment Operators- Rollagon $70.17 7A 3K 8X View Underground Sewer 8 Water Thurston Power Equipment Operators- Roller, Other Than Plant Mix $66.01 7A 3K 8X View Underground Sewer 8 Water Thurston Power Equipment Operators- Roller, Plant Mix Or Multi-lift $69.02 7A 3K 8X View Underground Sewer 8 Water Materials Thurston Power Equipment Operators- Roto-mill, Roto-grinder $69.55 7A 3K 8X View Underground Sewer 8 Water Thurston Power Equipment Operators- Saws - Concrete $69.02 7A 3K 8X View Underground Sewer 8 Water Thurston Power Equipment Operators- Scraper, Self Propelled Under $69.55 7A 3K 8X View Underground Sewer 8 Water 45 Yards Thurston Power Equipment Operators- Scrapers - Concrete 8 Carry All $69.02 7A 3K 8X View Underground Sewer 8 Water Thurston Power Equipment Operators- Scrapers, Self-propelled: 45 $70.17 7A 3K 8X View Underground Sewer 8 Water Yards And Over Thurston Power Equipment Operators- Service Engineers: equipment $69.33 7A 3K 8P View Underground Sewer 8 Water Thurston Power Equipment Operators- Shotcrete/gunite Equipment $66.01 7A 3K 8X View Underground Sewer 8 Water Thurston Power Equipment Operators- Shovel, Excavator, Backhoe, $69.02 7A 3K 8X View Underground Sewer & Water Tractors Under 15 Metric Tons Thurston Power Equipment Operators- Shovel, Excavator, Backhoe: $70.17 7A 3K 8X View Underground Sewer & Water Over 30 Metric Tons To 50 Metric Tons Thurston Power Equipment Operators- Shovel, Excavator, Backhoes, $69.55 7A 3K 8X View Underground Sewer 8 Water Tractors: 15 To 30 Metric Tons Thurston Power Equipment Operators- Shovel, Excavator, Backhoes: $70.88 7A 3K 8X View Underground Sewer 8 Water Over 50 Metric Tons To 90 Metric Tons Thurston Power Equipment Operators- Slipform Pavers $70.17 7A 3K 8X View Underground Sewer & Water Thurston Power Equipment Operators- Spreader, Topsider 8 $70.17 7A 3K 8X View Underground Sewer lit Water Screedman Thurston Power Equipment Operators- Subgrader Trimmer $69.55 7A 3K 8X View Underground Sewer & Water Thurston Power Equipment Operators- Tower Bucket Elevators $69.02 7A 3K 8X View Underground Sewer & Water Thurston Power Equipment Operators- Tower Crane: over 175' $71.93 7A 3K old-8P View Underground Sewer 8 Water through 250' in height, base to boom Thurston Power Equipment Operators- Tower crane: up to 175' in $71.20 7A 3K old-8P View Underground Sewer 8 Water height base to boom Thurston Power Equipment Operators- Tower Cranes: over 250' in $72.63 7A 3K old-8P View Underground Sewer 8 Water height from base to boom. Thurston Power Equipment Operators- Transporters, All Track Or $70.17 7A 3K 8X View Underground Sewer 8 Water Truck Type Thurston Power Equipment Operators- Trenching Machines $69.02 7A 3K 8X View Underground Sewer & Water Thurston Power Equipment Operators- Truck Crane Oiler/Driver: 100 $69.87 7A 3K old-8P View Underground Sewer & Water tons and over Thurston Power Equipment Operators- Truck crane oiler/driver: under $69.33 7A 3K 8P View Underground Sewer & Water 100 tons Thurston Power Equipment Operators- Truck Mount Portable Conveyor $69.55 7A 3K 8X View Underground Sewer & Water Thurston Power Equipment Operators- Welder $70.49 7A 3K old-8P View Underground Sewer 8 Water Thurston Power Equipment Operators- Wheel Tractors, Farmall Type $66.01 7A 3K 8X View Underground Sewer 8 Water Thurston Power Equipment Operators- Yo Yo Pay Dozer $69.55 7A 3K 8X View Underground Sewer 8 Water Thurston Power Line Clearance Tree Journey Level In Charge $53.10 5A 4A View Trimmers Thurston Power Line Clearance Tree Spray Person $50.40 5A 4A View Trimmers Thurston Power Line Clearance Tree Tree Equipment Operator $53.10 5A 4A View Trimmers Thurston Power Line Clearance Tree Tree Trimmer $47.48 5A 4A View Trimmers Thurston Power Line Clearance Tree Tree Trimmer Groundperson $36.10 5A 4A View Trimmers Thurston Refrigeration 8 Air Journey Level $77.96 5A 1G View Conditioning Mechanics Thurston Residential Brick Mason Journey Level $35.53 1 View Thurston Residential Carpenters Journey Level $33.49 1 View Thurston Residential Cement Masons Journey Level $18.09 1 View Thurston Residential Drywall Applicators Journey Level $48.17 7A 4C View Thurston Residential Drywall Tapers Journey Level $23.25 1 View Thurston Residential Electricians Journey Level $36.53 5A 1B View Thurston Residential Glaziers Journey Level $45.90 7L 1H View Thurston Residential Insulation Journey Level $24.16 1 View Applicators Thurston Residential Laborers Journey Level $22.73 1 View Thurston Residential Marble Setters Journey Level $35.53 1 View Thurston Residential Painters Journey Level $20.77 1 View Thurston Residential Plumbers & Journey Level $26.35 1 View Pipefitters Thurston Residential Refrigeration 8 Air Journey Level $34.42 1 View Conditioning Mechanics Thurston Residential Sheet Metal Journey Level (Field or Shop) $54.01 7F 1R View Workers Thurston Residential Soft Floor Layers Journey Level $20.67 1 View Thurston Residential Sprinkler Fitters Journey Level $24.63 1 View (Fire Protection). Thurston Residential Stone Masons Journey Level $35.53 1 View Thurston Residential Terrazzo Workers Journey Level $14.86 1 View Thurston Residential Terrazzo/Tile Journey Level $21.96 1 View Finishers Thurston Residential Tile Setters Journey Level $14.86 1 View Thurston Roofers Journey Level $54.62 5A 20 View Thurston Roofers Using Irritable Bituminous $57.62 5A 20 View Materials Thurston Sheet Metal Workers Journey Level (Field or Shop) $89.61 7F 1E View Thurston Shipbuilding 8 ShipRepair New Construction Boilermaker $36.36 7V 1 View Thurston Shipbuilding 8 ShipRepair New Construction Carpenter $36.36 7V 1 View Thurston Shipbuilding 8 Ship Repair New Construction Crane $36.36 7V 1 View Operator Thurston Shipbuilding 8 ShipRepair New Construction Electrician $36.36 7V 1 View Thurston Shipbuilding 8 Ship Repair New Construction Heat 8 Frost $79.43 5J 4H View Insulator Thurston Shipbuilding 8 Ship Repair New Construction Laborer $36.36 7V 1 View Thurston Shipbuilding 8 Ship-Lep r New Construction Machinist $36.36 7V 1 View Thurston Shipbuilding 8 ShipRepair New Construction Operating $36.36 7V 1 View Engineer Thurston Shipbuilding 8 ShipRepair New Construction Painter $36.36 7V 1 View Thurston Shipbuilding 8 ShipRepair New Construction Pipefitter $36.36 7V 1 View Thurston Shipbuilding 8 ShipRepair New Construction Rigger $36.36 7V 1 View Thurston Shipbuilding 8 ShipRepair New Construction Sheet Metal $36.36 7V 1 View Thurston Shipbuilding 8 ShipRepair New Construction Shipfitter $36.36 7V 1 View Thurston Shipbuilding 8 Ship Repair New Construction $36.36 7V 1 View Warehouse/Teamster Thurston Shipbuilding 8 ShipRepair New Construction Welder / $36.36 7V 1 View Burner Thurston Shipbuilding 8 ShipRepair Ship Repair Boilermaker $46.15 7X 4J View Thurston Shipbuilding 8 Ship Repair Ship Repair Carpenter $44.95 7X 4J View Thurston Shipbuilding 8 ShipRepair Ship Repair Crane Operator $45.06 7Y 4K View Thurston Shipbuilding 8 Ship Repair Ship Repair Electrician $47.42 7X 4J View Thurston Shipbuilding 8 ShipRepair Ship Repair Heat &Frost $79.43 5J 4H View Insulator Thurston Shipbuilding 8 Ship Repair Ship Repair Laborer $46.15 7X 4J View Thurston Shipbuilding & Ship-Lep air Ship Repair Machinist $46.15 7X 4J View Thurston Shipbuilding 8 Ship Repair Ship Repair Operating Engineer $45.06 7Y 4K View Thurston Shipbuilding 8 Ship Repair Ship Repair Painter $46.15 7X 4J View Thurston Shipbuilding 8 Ship-Lep air Ship Repair Pipefitter $46.15 7X 4J View Thurston Shipbuilding &Ship-Lep air Ship Repair Rigger $46.15 7X 4J View Thurston Shipbuilding 8 Ship Repair Ship Repair Sheet Metal $46.15 7X 4J View Thurston Shipbuilding 8 Ship Repair Ship Repair Shipwright $44.95 7X 4J View Thurston Shipbuilding 8 Ship Repair Ship Repair Warehouse / $45.06 7Y 4K View Teamster Thurston Sign Makers & Installers Journey Level $18.04 1 View (Electrical) Thurston Sign Makers & Installers (Non- Journey Level $15.50 1 View Electrical) Thurston Soft Floor Layers Journey Level $51.07 5A 3J View Thurston Solar Controls For Windows Journey Level $13.50 1 View Thurston Sprinkler Fitters (Fire Journey Level $84.39 5C 1X View Protection). Thurston Stage Rigging Mechanics (Non Journey Level $13.50 1 View Structural). Thurston Stone Masons Journey Level $60.57 7E 1N View Thurston Street And Parking Lot Sweeper Journey Level $16.00 1 View Workers Thurston Surveyors Chain Person $68.39 7A 3K View Thurston Surveyors Instrument Person $69.02 7A 3K View Thurston Surveyors Party Chief $70.17 7A 3K View Thurston Telecommunication Technicians Journey Level $46.47 6Z 1B View Thurston Telephone Line Construction - Cable Splicer $41.81 5A 2B View Outside Thurston Telephone Line Construction- Hole Digger/Ground Person $23.53 5A 2B View Outside Thurston Telephone Line Construction - Installer (Repairer) $40.09 5A 2B View Outside Thurston Telephone Line Construction - Special Aparatus Installer 1 $41.81 5A 2B View Outside Thurston Telephone Line Construction - Special Apparatus Installer II $40.99 5A 2B View Outside Thurston Telephone Line Construction - Telephone Equipment Operator $41.81 5A 2B View Outside (Heavy) Thurston Telephone Line Construction - Telephone Equipment Operator $38.92 5A 2B View Outside (Light) Thurston Telephone Line Construction - Telephone Lineperson $38.92 5A 2B View Outside Thurston Telephone Line Construction - Television Groundperson $22.32 5A 2B View Outside Thurston Telephone Line Construction - TelevisionLineperson/Installer $29.60 5A 2B View Outside Thurston Telephone Line Construction - Television System Technician $35.20 5A 2B View Outside Thurston Telephone Line Construction - Television Technician $31.67 5A 2B View Outside Thurston Telephone Line Construction - Tree Trimmer $38.92 5A 2B View Outside Thurston Terrazzo Workers Journey Level $55.71 7E 1N View Thurston Tile Setters Journey Level $55.71 7E 1N View Thurston Tile, Marble 8 Terrazzo Finisher $46.54 7E 1N View Finishers Thurston Traffic Control Stripers Journey Level $49.13 7A 1K View Thurston Truck Drivers Asphalt Mix Over 16 Yards $63.80 5D 4Y 8L View Thurston Truck Drivers Asphalt Mix To 16 Yards $62.96 5D 4Y 8L View Thurston Truck Drivers Dump Truck $62.96 5D 4Y 8L View Thurston Truck Drivers Dump Truck 8 Trailer $63.80 5D 4Y 8L View Thurston Truck Drivers Other Trucks $63.80 5D 4Y 8L View Thurston Truck Drivers - Ready Mix Transit Mix $63.80 5D 4Y 8L View Thurston Well Drillers 8 Irrigation Pump Irrigation Pump Installer $17.53 1 View Installers Thurston Well Drillers 8 Irrigation Pump Oiler $13.50 1 View Installers Thurston Well Drillers 8 Irrigation Pump Well Driller $18.00 1 View Installers Washington State Department of Labor and Industries Policy Statement (Regarding the Production of "Standard" or "Non-standard" Items) Below is the department's (State L&I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non-standard". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non-standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. 1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to question 3. 3. Is the item fabricated in an assembly/fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39.12. If yes, go to question 6. 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non -covered workers shall be directed to State L&I at (360) 902-5330. Supplemental to Wage Rates 09/02/2020 Edition, Published August 26, 2020 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non- standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non-standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L&I's policy statement. ITEM DESCRIPTION 1. Metal rectangular frames, solid metal covers, herringbone grates, and bi-directional vaned grates for Catch Basin Types 1, 1L, 1P, and 2 and Concrete Inlets. See Std. Plans YES NO 2. Metal circular frames (rings) and covers, circular grates, and prefabricated ladders for Manhole Types 1, 2, and 3, Drywell Types 1, 2, and 3 and Catch Basin Type 2. See Std. Plans 3. Prefabricated steel grate supports and welded grates, metal frames and dual vaned grates, and Type 1, 2, and 3 structural tubing grates for Drop Inlets. See Std. Plans. *X 4. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. , concrete Nipe - Main Concrete pipe and reintorced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. 6. Corrugated Steel Pipe - Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, 1 thru 5. 7. Corrugated Aluminum Pipe - Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in ,lt,` diameter. May also be treated, #5. Supplemental to Wage Rates 09/02/2020 Edition, Published August 26, 2020 ITEM DESCRIPTION YES NO 8. Anchor Bolts & Nuts - Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. See Contract Plans and Std. Plans for size and material type. 9. Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be in accordance with Section 9-28.14(3). Mayor Structural Steel Fabrication - Fabrication of mayor steel items such as trusses, beams, girders, etc., for bridges. X 11. Minor Structural Steel Fabrication - Fabrication of minor steel Items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and/or boring of holes. See Contact Plans for item description and shop drawings. Aluminum bridge Hailing I ype BF1 - Metal bridge railing conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in accordance with Section 9-28.14(3). 13. Concrete Piling--Precast-Prestressed concrete piling for use as 55 and 70 ton concrete piling. Concrete to conform to Section 9-19.1 of Std. Spec.. 14. Precast Manhole Types 1, 2, and 3 with cones, adjustment sections and flat top slabs. See Std. Plans. 15. Precast Drywell Types 1, 2, and with cones and adjustment Sections. See Std. Plans. 16. Precast Catch Basin - Catch Basin type 1, 1 L, 1 P, and 2 With adjustment sections. See Std. Plans. X" Supplemental to Wage Rates 3 09/02/2020 Edition, Published August 26, 2020 ITEM DESCRIPTION YES NO 17. Precast Concrete Inlet - with adjustment sections, See Std. Plans X 18. Precast Drop Inlet Type 1 and 2 with metal grate supports. See Std. Plans. X 19. Precast Grate Inlet Type 2 with extension and top units. See Std. Plans 20. Metal frames, vaned grates, and hoods for Combination Inlets. See Std. Plans X 21. 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 Utilities X Vaults. use z3. varve vault - ror use wan underground utuaies. See Contract Plans for details. 24. Precast Concrete Barrier - Precast Concrete Barrier for use as new barrier or may also be used as Temporary Concrete Barrier. Only new state approved barrier may be used as X permanent barrier. 25. Reinforced Earth Wall Panels — Reinforced Earth Wall Panels in size and shape as shown in the Plans. Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing. X Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab. 26. Precast Concrete Walls - Precast Concrete Walls - tilt -up wall panel in size and shape as shown in Plans. Fabrication plant has annual approval for methods and materials Supplemental to Wage Rates 4 09/02/2020 Edition, Published August 26, 2020 ITEM DESCRIPTION 27. Precast Railroad Crossings - Concrete Crossing Structure Slabs. 28. 12, 18 and 26 inch Standard Precast Prestressed Girder — Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A 30. Prestressed Tri -Beam Girder - Prestressed Tri -Beam Gird use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A 31. Prestressed Precast Hollow -Core Slab — Precast Prestressed Hollow -core slab for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A. 32. Prestressed -Bulb Tee Girder -Bulb Tee Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A 33. Monument Case and Cover YES NO x x M F3 EA Supplemental to Wage Rates 5 09/02/2020 Edition, Published August 26, 2020 ITEM DESCRIPTION 34. Cantilever Sign Structure - Cantilever Sign Structure fabricated from steel tubing meeting AASHTO-M-183. See Std. Plans, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111. 35. Mono -tube Sign Structures - Mono -tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for approval are required prior to fabrication. 36. Steel Sign Bridges - Steel Sign Bridges fabricated from steel tubing meeting AASHTO-M-138 for Aluminum Alloys. See Std. Plans, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111. YES NO 37. Steel Sign Post - Fabricated Steel Sign Posts as detailed in Std Plans. Shop drawings for approval are to be provided prior to , fabrication 38. concrete poles. Light Standards - Lighting Standards for use on highway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Plans. See Specia Provisions for pre -approved drawings. 40. Traffic Signal Standards -Traffic Signal Standards for use on highway and/or street signal systems. Standards to be fabricated to conform with methods and material as specified on Std. Plans. Precast Concre DualFaced) See Std. Plans. 9 Supplemental to Wage Rates 6 09/02/2020 Edition, Published August 26, 2020 ITEM DESCRIPTION YES NO 42. Traffic Signs - Prior to approval of a Fabricator of Traffic Signs, Aggregates/Concrete mixes the sources of the following materials must be submitted and approved for reflective sheeting, legend material, and WAC 296-127-018 46. aluminum Covered by sheeting. NOTE: "' Fabrication inspection required. Only signs tagged 47. Fiber fabrics "Fabrication Approved" by WSDOT Sign Fabrication Inspector X to be installed Electrical wiring/components CustomIx Message 49. treated or untreated timber pile 43. Cutting & bending reinforcing steel 50. 44. Guardrail components X 45. Aggregates/Concrete mixes Covered by WAC 296-127-018 46. Asphalt Covered by WAC 296-127-018 47. Fiber fabrics X 48. Electrical wiring/components X 49. treated or untreated timber pile x 50. Girder pads (elastomeric bearing) X 51. Standard Dimension lumber X 52. Irrigation components X Supplemental to Wage Rates 7 09/02/2020 Edition, Published August 26, 2020 ITEM DESCRIPTION YES NO 53. Fencing materials I X 56. Epoxy I I X Prefabricated items specifically produced for public works projects that are prefabricated in a county other than the county wherein the public works project is to be completed, the wage for the offsite prefabrication shall be the applicable prevailing wage for the county in which the actual prefabrication takes place. It is the manufacturer of the prefabricated product to verify that the correct county wage rates are applied to work they perform. See RCW 39.12. 010 (The definition of "locality" in RCW 39.12.010(2) contains the phrase "wherein the physical work is being performed." The department interprets this phrase to mean the actual work site. Supplemental to Wage Rates 8 09/02/2020 Edition, Published August 26, 2020 WSDOT's List of State Occupations not applicable to Heavy and Highway Construction Projects This project is subject to the state hourly minimum rates for wages and fringe benefits in the contract provisions, as provided by the state Department of Labor and Industries. The following list of occupations, is comprised of those occupations that are not normally used in the construction of heavy and highway projects. When considering job classifications for use and / or payment when bidding on, or building heavy and highway construction projects for, or administered by WSDOT, these Occupations will be excepted from the included "Washington State Prevailing Wage Rates For Public Work Contracts" documents. • Building Service Employees • Electrical Fixture Maintenance Workers • Electricians - Motor Shop • Heating Equipment Mechanics • Industrial Engine and Machine Mechanics • Industrial Power Vacuum Cleaners • Inspection, Cleaning, Sealing of Water Systems by Remote Control • Laborers - Underground Sewer & Water • Machinists (Hydroelectric Site Work) • Modular Buildings • Playground & Park Equipment Installers • Power Equipment Operators - Underground Sewer & Water • Residential "' ALL ASSOCIATED RATES • Sign Makers and Installers (Non -Electrical) • Sign Makers and Installers (Electrical) • Stage Rigging Mechanics (Non Structural) The following occupations may be used only as outlined in the preceding text concerning "WSDOT's list for Suppliers - Manufacturers - Fabricators" • Fabricated Precast Concrete Products • Metal Fabrication (In Shop) Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296-127. Supplemental to Wage Rates 9 09/02/2020 Edition, Published August 26, 2020 Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) WAC 296-127-018 Agency filings affecting this section Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials. (1) The materials covered under this section include but are not limited to: Sand, gravel, crushed rock, concrete, asphalt, or other similar materials. (2) All workers, regardless of by whom employed, are subject to the provisions of chapter 39.12 RCW when they perform any or all of the following functions: (a) They deliver or discharge any of the above -listed materials to a public works project site: (i) At one or more point(s) directly upon the location where the material will be incorporated into the project; or (ii) At multiple points at the project; or (iii) Adjacent to the location and coordinated with the incorporation of those materials. (b) They wait at or near a public works project site to perform any tasks subject to this section of the rule. (c) They remove any materials from a public works construction site pursuant to contract requirements or specifications (e.g., excavated materials, materials from demolished structures, clean-up materials, etc.). (d) They work in a materials production facility (e.g., batch plant, borrow pit, rock quarry, etc.,) which is established for a public works project for the specific, but not necessarily exclusive, purpose of supplying materials for the project. (e) They deliver concrete to a public works site regardless of the method of incorporation. (f) They assist or participate in the incorporation of any materials into the public works project. Supplemental to Wage Rates 10 09/02/2020 Edition, Published August 26, 2020 (3) All travel time that relates to the work covered under subsection (2) of this section requires the payment of prevailing wages. Travel time includes time spent waiting to load, loading, transporting, waiting to unload, and delivering materials. Travel time would include all time spent in travel in support of a public works project whether the vehicle is empty or full. For example, travel time spent returning to a supply source to obtain another load of material for use on a public works site or returning to the public works site to obtain another load of excavated material is time spent in travel that is subject to prevailing wage. Travel to a supply source, including travel from a public works site, to obtain materials for use on a private project would not be travel subject to the prevailing wage. (4) Workers are not subject to the provisions of chapter 39.12 RCW when they deliver materials to a stockpile. (a) A "stockpile" is defined as materials delivered to a pile located away from the site of incorporation such that the stockpiled materials must be physically moved from the stockpile and transported to another location on the project site in order to be incorporated into the project. (b) A stockpile does not include any of the functions described in subsection (2)(a) through (f) of this section; nor does a stockpile include materials delivered or distributed to multiple locations upon the project site; nor does a stockpile include materials dumped at the place of incorporation, or adjacent to the location and coordinated with the incorporation. (5) The applicable prevailing wage rate shall be determined by the locality in which the work is performed. Workers subject to subsection (2)(d) of this section, who produce such materials at an off-site facility shall be paid the applicable prevailing wage rates for the county in which the off-site facility is located. Workers subject to subsection (2) of this section, who deliver such materials to a public works project site shall be paid the applicable prevailing wage rates for the county in which the public works project is located. [Statutory Authority: Chapter 39.12 RCW, RCW 43.22.051 and 43.22.270. 08-24-101, § 296-127-018, filed 12/2/08, effective 1/2/09. Statutory Authority: Chapters 39.04 and 39.12 RCW and RCW 43.22.270. 92-01-104 and 92-08-101, § 296-127-018, filed 12/18/91 and 4/1/92, effective 8/31/92.] Supplemental to Wage Rates 11 09/02/2020 Edition, Published August 26, 2020 Benefit Code Key — Effective 9/2/2020 thru 3/2/2021 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. 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. 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. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The fast two (2) hours before or after a five -eight (8) hour workweek day or a four -ten (10) hour workweek day and the first eight (8) hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the fast eight (8) hours on Saturday shall be paid atone and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The fast ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four - ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. The first two (2) hours after eight (8) regular hours Monday through Friday and the fast ten (10) hours on Saturday shall be paid atone and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. Benefit Code Key — Effective 9/2/2020 thru 3/2/2021 Overtime Codes Continued O. The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays, holidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on Saturday shall be paid at double the hourly rate of wage. All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The fast two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day) shall be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. S. The first two (2) hours after eight (8) regular hours Monday through Friday and the fast eight (8) hours on Saturday shall be paid atone and one-half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four (4) hours after eight (8) regular hours Monday through Friday and the fast twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10 workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight -time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. Benefit Code Key — Effective 9/2/2020 thru 3/2/2021 Overtime Codes Continued 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. 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. 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. O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty (60) in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. W. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid atone and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten- hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The fast eight (8) hours worked on the fifth day shall be paid at one and one-half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays shall be paid at double the hourly rate of wage. 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. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. Hours worked over twelve hours (12) in a single shift and all work pet -formed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar ($1.00) per hour for all hours worked that shift. The employer shall have the sole discretion to assign overtime work to employees. Primary consideration for overtime work shall be given to employees regularly assigned to the work to be pet -formed on overtime situations. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. C. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. Benefit Code Key — Effective 9/2/2020 thru 3/2/2021 Overtime Codes Continued E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week, once 40 hours of straight time work is achieved, then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. 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 work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half (1-1/2) times the regular rate of pay. All hours worked between the hours of 10:00 pm and 5:00 am, Monday through Friday, and all hours worked on Saturdays shall be paid at a 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. K. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work pet -formed after 6:00 pm Saturday to 5:00 am Monday and Holidays, and all hours worked in excess of twelve (12) hours in a single shift shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. When an employee returns to work without at least eight (8) hours time off since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until he/she shall have the eight (8) hours rest period. 4. 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 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. B. All hours worked over twelve (12) hours per day and all hours worked on holidays shall be paid at double the hourly rate of wage. C. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the fast two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1-1/2) times the straight time rate of pay, except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two (2) times the straight time rate of pay. Benefit Code Key — Effective 9/2/2020 thru 3/2/2021 Overtime Codes Continued 4. D. 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 Saturday, Sundays and holidays shall be paid at double the hourly rate of pay. Rates include all members of the assigned crew. EXCEPTION: On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations, generating plants, industrial plants, associated installations and substations, except those substations whose primary function is to feed a distribution system, will be paid overtime under the following rates: The first two (2) hours after eight (8) regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one-half times the hourly rate of wage. All hours in excess of ten (10) hours will be at two (2) times the hourly rate of wage. The first eight (8) hours worked on Saturday will be paid at one and one-half (1-1/2) 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 will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the hourly rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four- day, ten hour work week, and Saturday shall be paid at one and one half (1%2) times the regular shift rate for the first eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 20% over the hourly rate of wage. 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 double the hourly rate of wage. G. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, and all hours on Sunday 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. The First eight (8) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight (8) per day on Saturdays shall be paid at double the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. The first eight (8) hours worked on a 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 a Saturday shall be paid at double the hourly rate of wage. All hours worked over twelve (12) in a day, and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. K. All hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage, so long as Saturday is the sixth consecutive day worked. All hours worked over twelve (12) in a day Monday through Saturday, and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. Benefit Code Key — Effective 9/2/2020 thru 3/2/2021 Overtime Codes Continued 4. L. The fast twelve (12) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on a Saturday in excess of twelve (12) hours shall be paid at double the hourly rate of pay. All hours worked over twelve (12) in a day Monday through Friday, and all hours worked on Sundays shall be paid at double the hourly rate of wage. All hours worked on a holiday shall be paid at one and one-half times the hourly rate of wage, except that all hours worked on Labor Day shall be paid at double the hourly rate of pay. M. All hours worked on Sunday and Holidays shall be paid at double the hourly rate. Any employee reporting to work less than nine (9) hours from their previous quitting time shall be paid for such time at time and one-half times the hourly rate. N. 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, and all work performed between the hours of midnight (12:00 AM) and eight AM (8:00 AM) every day shall be paid at double the hourly rate of wage. O. All hours worked between midnight Friday to midnight Sunday shall be paid at one and one-half the hourly rate of wage. After an employee has worked in excess of eight (8) continuous hours in any one or more calendar days, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of six (6) hours or more. All hours worked on Holidays shall be paid at double the hourly rate of wage. All hours worked on Holidays shall be paid at one and one-half times the hourly rate of wage. Q. The fast four (4) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday shall be paid at double the hourly rate. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. R. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage, so long as Saturday is the sixth consecutive day worked. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. S. All hours worked on Saturdays and Holidays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays shall be paid at double the hourly rate of wage. T. The first two (2) hours of overtime for hours worked Monday -Friday 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 shall be paid at double the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. For work on Saturday which is scheduled prior to the end of shift on Friday, the first six (6) hours work shall be paid at one and one-half times the hourly rate of wage, and all hours over (6) shall be paid double the hourly rate of wage. For work on Saturday which was assigned following the close of shift on Friday, all work shall be paid at double the hourly rate of wage. U. The first four (4) hours after eight (8) regular hours Monday through Friday and the fast twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. (Except on makeup days if work is lost due to inclement weather, then the first eight (8) hours on Saturday may be paid the regular rate.) All hours worked over twelve (12) hours Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. Benefit Code Key — Effective 9/2/2020 thru 3/2/2021 Overtime Codes Continued 4. V. Work performed in excess of ten (10) hours of straight time per day when four ten (10) hour shifts are established or outside the normal shift (5 am to 6pm), and all work on Saturdays, except for make-up days shall be paid at time and one-half (1 %) the straight time rate. In the event the job is down due to weather conditions, then Saturday may, be worked as a voluntary make-up day at the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday. All work performed on Sundays and holidays and work in excess of twelve (12) hours per day shall be paid at double (2x) the straight time rate of pay. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. When an employee returns to work without a break of eight (8) hours since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. W. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. When an employee returns to work without at least eight (8) hours time off since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. X. 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. Work performed outside the normal shift of 6 am to 6pm shall be paid at one and one-half the straight time rate, (except for special shifts or three shift operations). All work performed on Sundays and holidays shall be paid at double the hourly rate of wage. Shifts may be established when considered necessary by the Employer. The Employer may establish shifts consisting of eight (8) or ten (10) hours of work (subject to WAC 296-127-022), that shall constitute a normal forty (40) hour work week. The Employer can change from a 5 -eight to a 4 -ten hour schedule or back to the other. All hours of work on these shifts shall be paid for at the straight time hourly rate. Work performed in excess of eight hours (or ten hours per day (subject to WAC 296-127-022) shall be paid atone and one- half the straight time rate. When due to conditions beyond the control of the Employer, or when contract specifications require that work can only be performed outside the regular day shift, then by mutual agreement a special shift may be worked at the straight time rate, eight (8) hours work for eight (8) hours pay. The starting time shall be arranged to fit such conditions of work. When an employee returns to work without at a break of eight (8) hours since their previous shift all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. Benefit Code Key — Effective 9/2/2020 thru 3/2/2021 Overtime Codes Continued 4. Y. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. All work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar ($1.00) per hour for all hours worked that shift. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. ZOvertime 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. 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. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 20% over the hourly rate of wage. Work performed on Sundays may be paid at double time. All hours worked on holidays shall be paid at double the hourly rate of wage. Holiday Codes A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas, and Christmas Day (8). C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day, And Christmas (6). Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day, And Christmas Day (7). K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). L. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (8). 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). Benefit Code Key — Effective 9/2/2020 thru 3/2/2021 Holiday Codes Continued Holidays: New Years Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. Q. Paid Holidays: New Years Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). R. Paid Holidays: New Years 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: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). 6. A. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and a Half - Day On Christmas Eve Day. (9 1/2). G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Christmas Eve Day (11). H. Paid Holidays: New Year's Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday (10). L Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, And Christmas Day (7). 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). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. A. Holidays: New Years Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. Benefit Code Key — Effective 9/2/2020 thru 3/2/2021 Holiday Codes Continued B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. 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). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 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). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. Holidays: New Year's Day, President's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 10 Benefit Code Key — Effective 9/2/2020 thru 3/2/2021 Holiday Codes Continued M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, And the Day after or before Christmas Day (10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. 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). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. R. Paid Holidays: New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day after or before Christmas Day (10). If any of the listed holidays fall on Saturday, the preceding Friday shall be observed as the holiday. If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day, the Day after Christmas, and A Floating Holiday (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. T. Paid Holidays: New Year's Day, the Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and The Day after or before Christmas Day. (10). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. V. Holidays: New Year's Day, President's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, the day before or after Christmas, and the day before or after New Year's Day. If any of the above listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. W. Holidays: New Year's Day, Day After New Year's, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Eve Day, Christmas Day, the day after Christmas, the day before New Year's Day, and a Floating Holiday. X. Holidays: New Year's Day, Day before or afterNew Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day before or after Christmas day. If a holiday falls on a Saturday or on a Friday that is the normal day off, then the holiday will be taken on the last normal workday. If the holiday falls on a Monday that is the normal day off or on a Sunday, then the holiday will be taken on the next normal workday. Y. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day. (8) If the holiday falls on a Sunday, then the day observed by the federal government shall be considered a holiday and compensated accordingly. 11 Benefit Code Key — Effective 9/2/2020 thru 3/2/2021 Holiday Codes Continued Z. Holidays: New Year's Day, President's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 15. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the day before Christmas Day and Christmas Day. (8) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. B. Holidays: New Year's Day, Martin Luther King Jr. Day, President's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, and Christmas Day. (9) C. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the day before Christmas Day and Christmas Day. (8) D. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day, and the day after Christmas. E. Holidays: the day before New Years's Day, New Year's Day, Martin Luther King, Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas, and Christmas Day. (12) Note Codes 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 hazmatprojects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level C: $0.50, And Level D: $0.25. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit: $1.00, And Class D Suit $0.50. Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. S. Effective August 31, 2012—A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. 12 Benefit Code Key — Effective 9/2/2020 thru 3/2/2021 Note Codes Continued Effective August 31, 2012 —A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. U. Workers on hazmat projects receive additional hourly premiums as follows — Class A Suit: $2.00, Class B Suit: $1.50, And Class C Suit: $1.00. Workers pet -forming underground work receive an additional $0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment The premium for underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers who do "pioneer" work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation receive an additional $0.50 per hour. V. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day. The premiums are to be paid one time for the day and are not used in calculating overtime pay. Depth premiums apply to depths of fifty feet or more. Over 50' to 100'- $2.00 per foot for each foot over 50 feet. Over 101' to 1501- $3.00 per foot for each foot over 101 feet. Over 151' to 220' - $4.00 per foot for each foot over 220 feet Over 221' - $5.00 per foot for each foot over 221 feet. Enclosure premiums apply when divers enter enclosures (such as pipes or tunnels) where there is no vertical ascent and is measured by the distance travelled from the entrance. 25' to 300' - $1.00 per foot from entrance. 300' to 600' - $1.50 per foot beginning at 300'. Over 600' - $2.00 per foot beginning at 600'. W. Meter Installers work on single phase 120/240V self-contained residential meters. The Lineman/Groundmen rates would apply to meters not fitting this description. X. Workers on hazmat projects receive additional hourly premiums as follows - Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit: $1.00, and Class D Suit: $0.50. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as the contractor), a government agency or the contract specifications requires that work can only be performed outside the normal 5 am to 6pm shift then the special shift premium will be applied to the basic hourly rate. When an employee works on a special shift they shall be paid a special shift premium for each hour worked unless they are in OT or Double-time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) Y. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chan: Employees working on a swinging state or boatswains chair or under conditions that require them to be tied off to allow then hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. 13 Benefit Code Key — Effective 9/2/2020 thru 3/2/2021 Note Codes Continued Z. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as a contractor), a government agency or the contract specifications require that more than (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift then the special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a special shift they will be paid a special shift premium for each hour worked unless they are in overtime or double- time status. (For example, the special shift premium does not waive the overtime requirements for work pet -formed on Saturday or Sunday.) A. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as the contractor), a government agency or the contract specifications require that more than four (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a special shift they shall be paid a special shift premium for each hour worked unless they are in overtime or double- time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) Certified Crane Operator Premium: Crane operators requiting certifications shall be paid $0.50 per hour above their classification rate. Boom Pay Premium: All cranes including tower shall be paid as follows based on boom length: (A) —130' to 199' — $0.50 per hour over their classification rate. (B) — 200' to 299' — $0.80 per hour over their classification rate. (C) — 300' and over— $1.00 per hour over their classification rate. B. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chan: Employees working on a swinging stage or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. C. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chan: Employees working on a swinging stage or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. Effective August 31, 2012—A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. A Traffic Control Laborer pet -forms the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. These classifications are only effective on or after August 31, 2012. 14 Benefit Code Key — Effective 9/2/2020 thru 3/2/2021 Note Codes Continued D. Industrial Painter wages are required for painting within industrial facilities such as treatment plants, pipelines, towers, dams, bridges, power generation facilities and manufacturing facilities such as chemical plants, etc., or anywhere abrasive blasting is necessary to prepare surfaces, or hazardous materials encapsulation is required. E. Heavy Construction includes construction, repair, alteration or additions to the production, fabrication or manufacturing portions of industrial or manufacturing plants, hydroelectric or nuclear power plants and atomic reactor construction. 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. Industrial Painter wages are required for painting within industrial facilities such as treatment plants, pipelines, towers, dams, power generation facilities and manufacturing facilities such as chemical plants, etc., or anywhere abrasive blasting is necessary to prepare surfaces, or hazardous materials encapsulation is required. 15 FAJJ401.1KAI:3 GEOTECHNICAL REPORT DRAFT GEOTECHNICAL REPORT 2019 Yelm AC Water Main Replacement Canal Rd SE, 103 Id Ave SE, Grove Rd SE and 1701h St SE City of Yelm, Washington HWA Project No. 2019-184-21 Prepared for Parametrix May 11, 2020 ffro C, 1 .1 �'..a DBEIMW'BE Geotechnical Engineering Pavement Engineering Geoenvironmental Hydrogeology Inspection & Testing May 11, 2020 HWA Project No. 2019-184-21 Parametrix 1019 39h Avenue SE, Suite 100 Puyallup, Washington 98374 Attention: Jack Wright, P.B. G"EOSCIENCIES INC. Subject: GEOTECHNICAL REPORT 2019 Yelm AC Water Main Replacement Canal Rd SE, 103 Id Ave SE, Grove Rd SE and 170th St SE City of Yelm, Washington Dear Mr. Wright, Attached is our geotechnical report for the proposed 2019 AC Water Main Replacement project for portions of Canal Rd SE, 103rd Ave SE, Grove Rd SE, and 170`h St SB in Yelm, Washington. This report includes the results of our field explorations and our engineering analyses for design and construction of the water main. We appreciate the opportunity to provide geotechnical engineering services on this project. Please call if you have any questions or comments concerning this report, or if we may be of further service. Sincerely, HWA GEOSCIENCES INC. Steven E. Greene, E.G., L.E.G. Bryan K. Hawkins P.E. Principal Engineering Geologist Senior Geotechnical Engineer 21312 B& Dr. 5E, 5TE. 110, Bothell, WA 980211425.774.0106 1 Irowcageo.coim TABLE OF CONTENTS Page L INTRODUCTION.......................................................................................................1 2. PROJECT DESCRIPTION.........................................................................................1 3. FIELD INVESTIGATION..........................................................................................1 4. LABORATORY TESTING........................................................................................3 5. SITE CONDITIONS...................................................................................................3 5.1 TOPOGRAPHY................................................................................................3 5.2 GENERAL GEOLOGIC CONDITIONS................................................................3 5.3 SUBSURFACE CONDITIONS............................................................................3 5.4 GROUND WATER CONDITIONS......................................................................4 6. CONCLUSIONS AND RECOMMENDATIONS......................................................4 6.1 GENERAL.......................................................................................................4 6.2 OPEN -CUT EXCAVATIONS..............................................................................5 6.2.1 Excavation and Temporary Shoring..............................................5 6.2.2 Dewatering....................................................................................5 6.2.3 Trench Subgrade Preparation........................................................5 6.2.4 Pipe Bedding.................................................................................5 6.3 BACKFILL AND COMPACTION........................................................................6 6.3.1 Moisture Conditioning....................................................................6 6.3.2 Litt Thickness.................................................................................7 6.3.3 Compaction Equipment..................................................................7 6.3.4 Procedural Compaction Alternative................................................7 6.4 WET WEATHER EARTHWORK........................................................................8 7. CONDITIONS AND LIMITATIONS........................................................................8 LIST OF TABLES LIST OF FIGURES (FOLLOWING TEXT) Figure 1 Vicinity Map Figures 2A —2D Site and Exploration Plan APPENDICES Appendix A: Field Exploration Figure A-1 Legend of Terms and Symbols Used on Exploration Logs Figures A-2 — A-6 Logs of Borings Appendix B: Laboratory Testing Figures B-1 & B-2 Particle Size Analysis of Soils Figures B-3 —B-7 Modified Proctor Test Results GEOTECHNICAL REPORT 2019 YELM AC `NATER MAIN REPLACEMENT CANAL RD SE, 1031 AVE SE, GROVE RD SE AND 1701" ST SE YELM, `VASHINGTON 1. INTRODUCTION This report presents the results of our subsurface explorations and geotechnical studies for the proposed AC water main replacement project along portions of Canal Road SE, 103rd Avenue SE, Grove Road SE, and 170'h Street SE in Yelm, Washington. The general locations of the project are shown on the Site Vicinity Map, Figure 1, and on the Site and Exploration Plans, Figures 2A through 21). The purpose of this study was to evaluate the soil and groundwater conditions along the project alignments and to provide geotechnical recommendations for the design and installation of the upsized replacement water main. 2. PROJECT DESCRIPTION It is our understanding that the City of Yelm will be upsizing the water mains along portions of Canal Road SE, 103rd Avenue SE, Grove Road SE and 170th Street SE in Yelm, Washington. This will involve replacing approximately 7,700 linear feet of existing 8 -inch AC water mains with new 10 to 12 -inch PVC water mains. The anticipated breakdowns are as follows: • Approximately 900 linear feet along Canal Road SE from Crystal Springs Street NW to 90'h Avenue SE. • Approximately 1,600 linear feet along Canal Road SE from Rhoton Road to Canal Court SE. • Approximately 3,000 linear feet along 103rd Avenue SE from the Adult Community Center to the proposed Reservoir site. • Approximately 1,200 linear feet along Grove Road SE from 103rd Avenue SE to the existing 10 -inch PVC water main. • Approximately 1,000 linear feet along 170'h Street SE from 103rd Avenue SE to the existing 10 -inch PVC water main near the North property line of Walmart. 3. FIELD INVESTIGATION HWA's field exploration program was completed on March 17 and 18, 2020, and consisted of give machine -drilled borings, designated BH -1 through BH -5, drilled at selected locations along May 11, 2020 HWA Project No. 2019-184-21 the project alignment to provide subsurface information regarding soil and groundwater conditions. The borings were drilled by Holocene Drilling, of Graham, Washington, under subcontract to HWA. Initially, the borings were proposed to be conducted to a terminal depth of 20 feet each. With the exception of BH -4, each of the borings were terminated by practical refusal on what were interpreted as cobble and/or boulder sized particles. The locations of these borings are shown on the Site and Exploration Plan, Figures 2A through 2D. BH -1 was drilled along Canal Road SE to a depth of approximately 18.3 feet. BH -2 was drilled along Canal Road SE to a depth of approximately 7.25 feet. BH -3 was drilled along 103rd Ave SE to a depth of 14 feet. BH -4 was drilled along Grove Road SE to a depth of 21.5 feet. Two attempts were made to drill BH -5 along 170`s Street SE, with both borings meeting refusal at depths of 4 feet and 2 feet, respectively. Each of the borings were abandoned with bentonite pellets in accordance with WAC 51-50. All borings were drilled using a truck -mounted drill rig equipped with hollow -stem augers. In each of the boreholes, Standard Penetration Test (SPT) sampling was performed using a 2 -inch outside diameter split -spoon sampler driven by a 140 -pound hammer. During the SPT, samples were obtained by driving the sampler 18 inches into the soil with the hammer free -falling 30 inches. The numbers of blows required for each 6 inches of penetration were recorded. The Standard Penetration Resistance ("N -value") of the soil is calculated as the number of blows required for the final 12 inches of penetration. This resistance, or N -value, provides an indication of relative density of granular soils and the relative consistency of cohesive soils; both indicators of soil strength. Samples of subgrade soils in the upper 5 feet of each boring, representing material potentially available for use as trench backfill during construction, were collected by shovel from the auger cuttings transported to the ground surface by the rotating auger flights. Because the borings were conducted through existing roadway pavement with minimal side clearance, the maximum nominal size of the soil particles brought to the surface was likely smaller than what exists in the actual subgrade. Each exploration was completed under the full-time observation of a geologist from HWA. Pertinent information, including soil sample depths, stratigraphy, and soil engineering characteristics, was recorded as the explorations were advanced. Soils were classified in general accordance with the classification system described in Appendix A, Figure A-1, which also provides a key to the exploration log symbols. The summary logs are presented in Appendix A on Figures A-2 through A-6. The stratigraphic contacts shown on the exploration logs represent the approximate boundaries between soil types; actual transitions may be more gradual. 2019-184 Yelln Water Main -Draft Geotechnical Report 2 HWA GEOSCIENCES INC. May 11, 2020 HWA Project No. 2019-184-21 4. LABORATORY TESTING Laboratory tests were conducted at HWA's laboratory in Bothell, Washington, on selected samples retrieved from the borings to determine relevant index and engineering properties of the soils encountered. The tests included visual classifications, natural moisture content determinations, grain size distribution analyses, and Laboratory Compaction (Proctor) tests. The tests were conducted in general accordance with appropriate American Society of Testing and Materials (ASTM) standards. The test results and a discussion of laboratory test methodology are presented in Appendix B, and/or displayed on the exploration logs in Appendix A, as appropriate. 5. SITE CONDITIONS 5.1 TOPOGRAPHY The project sites are located in northern and southeastern Yelm, Washington. The alignment along Canal Road is in northern Yelm, just south of the Centralia Canal between NW Crystal Springs Road and 90`s Avenue SE and from Rhoton Road to Canal Ct SE. The southeastern portion of the alignment is accommodated in portions of 103rd Ave SE, Grove Road SE, and 1701s Street SE, situated southeast of the Adult Community Center and northwest of the Walmart. The area encompassing the alignments is relatively flat and elevation ranges from approximately 320 to 350 feet above MSL. The project alignments are situated in the broad glacial river valley modified by the meandering Nisqually River. 5.2 GENERAL GEOLOGIC CONDITIONS Geologic information specific to the project area was obtained from the Geologic Map of the Centralia Quadrangle, Washington (Schasse, 1987). According to this map, the near -surface deposits in the vicinity of the project consist of soils associated with the Vashon Stade of the most recent continental glaciation (Fraser Glaciation). The map indicates the site is underlain by recessional outwash. Generally, recessional outwash consists of stratified, clean sand and gravel with cobbles and scattered boulders that were deposited from the meltwater streams beyond a retreating ice front. The valley in which Yelm sits constituted a large, temporary meltwater river, with large meanders and bar-and-swale topography that exceed the scale of the modern Nisqually River. 5.3 SUBSURFACE CONDITIONS The soils encountered in our explorations consist of recessional outwash. Further descriptions of soils encountered in our explorations are presented below in order of deposition, beginning with the most recently deposited. The exploration logs in Appendix A (Figures A-2 through A-6) provide more detail of subsurface conditions observed at specific locations and depths. 2019-184 Yelln Water Main -Draft Geotechnical Report 3 HWA GEOSCIENCES INC. May 11, 2020 HWA Project No. 2019-184-21 • HMA Pavement: All boring locations were conducted through roadway pavement surfacing consisting of Hot -Mix Asphalt (HMA), ranging from 2.5 to 5.0 inches in thickness. • Vashon Recessional Outwash: Although there is a large range of consistency within these soils at various depths, locally the soils grade from loose to medium dense, poorly graded gravel with sand and silt to dense to very dense, poorly graded sand with gravel and cobbles. Although we expect that the blow counts determined by SPT are exaggerated due to the quantity of coarse-grained particles in these soils, excavation can be difficult with undersized equipment. These soils extended past the termination depth of the borings. Recessional outwash was deposited by meltwater emanating from the retreating glacial ice sheet. Consequently, it has not been overridden by glaciers and is typically loose to medium dense, and highly pervious. 5.4 GROUND `NATER CONDITIONS Groundwater was encountered in explorations BH -1, BH -3 and BH -4 at depths of 9 feet, 7.5 feet and 14 feet below ground surface, respectively. The potential that relatively shallow groundwater conditions exist at the other boring locations (BH -2 and BH -5) could not be confirmed due to auger refusal on cobbles and/or boulders at shallow depth. It should be noted that groundwater levels fluctuate seasonally, due to variations in rainfall, irrigation, and on- and off-site land usage. 6. CONCLUSIONS AND RECOMMENDATIONS 6.1 GENERAL The results of our studies indicate that the subsurface conditions are suitable for traditional open trench construction. Groundwater was noted within three of our explorations at depths ranging from 7.5 to 14 feet. Although we do not anticipate watermain construction will require excavations deeper than about 5-6 feet, the potential exists that deeper excavations made to accommodate the new water main could encounter groundwater. The contractor should be prepared to undertake dewatering where encountered within trench excavations. Soils samples obtained from the explorations indicate that the project alignment is locally underlain by loose to dense, native outwash soils consisting of sand and gravel with varying amounts silt and cobbles (and potentially boulders). We understand for purposes of economy it is desirable to use trench spoils as trench backfill. Local experience has shown that these soils can be difficult to compact because they contain appreciable amounts of large (gravel and cobble) sized particles. For the same reason, in-place compaction density testing is also difficult because standard laboratory compaction tests are run samples where the larger (oversize) particles (greater than 3/4 -inch) have been removed and then "Gravel Correction Factors" are applied resulting in target densities that are not consistently achievable or measurable with 2019-184 Yelln Water Main -Draft Geotechnical Report 4 HWA GEOSCIENCES INC. May 11, 2020 HWA Project No. 2019-184-21 typical density gauge testing. In addition to the generally accepted standard methods of managing till control, we have prepared an alternative method utilizing prescriptive material placement, moisture conditioning and compaction methodology to attain dense compaction of local cobble dominated coarse-grained soils, where encountered. 6.2 OPEN -CUT EXCAVATIONS 6.2.1 Excavation and Temporary Shoring Trench excavations for the pipelines can be accomplished with conventional excavation equipment such as backhoes and trackhoes. Although not observed in boring cuttings, drill action indicated that there is apotential for oversize objects, such as cobbles and boulders to be encountered in the excavations. The contractor should be aware that excavation and shoring should conform to the requirements specified in the applicable local, state, and federal safety regulations, such as OSHA Health and Safety Standards for Excavations, 29 CFR Part 1926, or successor regulations. Excavations should either be appropriately sloped or shored. Upper outwash soils should be considered OSHA Type C soil and be cut at no steeper than I1/2H:1V. 6.2.2 Dewatering Groundwater seepage may be encountered locally at relatively shallow excavation depths and levels are anticipated to fluctuate seasonally. In the case that groundwater seepage is present within the trench excavation, the use of sumps and trash pumps are anticipated to be sufficient to dewater short sections of shallow open trenches. 6.2.3 Trench Subgrade Preparation Subgrade preparation and verification should be performed at the base of all excavations. This work should be observed by the geotechnical engineer, or their representative. Although not anticipated, any soft or yielding materials identified at the base of the excavation should be removed and replaced with trench backfill as directed by the geotechnical engineer in the field. Any loose materials should be compacted prior to placement of pipe bedding or foundation pad for manhole structures. 6.2.4 Pipe Bedding The soils at, or near, the bottom of the proposed water lines and manhole excavations are expected to consist primarily of silty gravel with sand and cobbles. To provide suitable support and bedding, we recommend the pipes and manholes be founded on suitable bedding material, consisting of Gravel Backfill for Pipe Zone Bedding meeting the requirements of Section 9- 03.12(3) of the Standard Specifications (WSDOT, 2018). 2019-184 Yelln Water Main -Draft Geotechnical Report 5 HWA GEOSCIENCES INC. May 11, 2020 HWA Project No. 2019-184-21 Pipe bedding should provide a firm uniform cradle for support of the pipes. A minimum 4 -inch thickness of bedding material beneath the pipe should be provided and bedding should extend to the maximum depth of the trench excavation. Prior to installation of the pipe, the pipe bedding should be shaped to fit the lower part of the pipe exterior with reasonable closeness to provide uniform support along the pipe. Pipe bedding material should be used as pipe zone backfill and placed in layers and tamped around the pipe to obtain complete contact. To protect the pipe, bedding material should extend at least 12 inches above the top of the pipe. 6.3 BACKFILL AND COMPACTION During placement of the initial lifts, the trench backfill material should not be bulldozed into the excavation or dropped directly on the pipe. Furthermore, heavy vibratory equipment should not be permitted to operate directly over the pipe until a minimum of 2 feet of backfill has been placed over the pipe bedding. A significant cause of trench settlement is inadequate shoring practices and inadequate compaction during shoring removal and backfilling. Special care must be taken to obtain good compaction up to the edges of the excavation as the shoring is removed. Moreover, attention must be paid to ensure good compaction around manholes. Existing native soil materials along the alignment are anticipated to range from poorly graded gravel with sand, silt and cobbles to poorly graded sand with gravel and cobbles. Efficient compaction of these coarse -non -cohesive soils is highly dependent upon moisture content, lift thickness, type and weight of compaction equipment used as discussed below. 6.3.1 Moisture Conditioning The coarse-grained nature of local native soils makes them difficult to compact appropriately if they are too far outside of their optimum moisture content. These materials may be suitable for re -use as trench backfill, provided they can be properly moisture conditioned and placed within 2 percent of the optimum moisture content as determined using the test method ASTM D1557 (Modified Proctor) or ASTM D 4253/4254 Maximum and Minimum Index density depending upon whether the material is sand or gravel dominated. These materials should be compacted to 95 percent of their maximum dry density as determined by ASTM D1557 (sands) or 65 percent of the materials Relative Density(gravels) as determined by ASTM D 4253/4254 in structural areas below roadways and other structural improvements, and to at least 90 percent of ASTM D1557 (60 percent of Relative Density per ASTM D 4253/4254) in landscaping areas. The contractor should be prepared to apply water to native trench spoils prior to placement for backfill. This may require the use of portable sources such as a water truck or hydrants if available along the alignment. 2019-184 Yelln Water Main -Draft Geotechnical Report 6 HWA GEOSCIENCES INC. May 11, 2020 HWA Project No. 2019-184-21 6.3.2 Lift Thickness Trench backfill should be placed in lifts with a maximum uncompacted thickness of 8 to 12 inches or at least twice the diameter of the maximum nominal particles size, whichever is less, and be densely compacted in a systematic manner. 6.3.3 Compaction Equipment Efficient compaction of coarse-grained material requires adequate weight and vibration. Limitations on equipment size and type are typically controlled by the width and depth of the trench. However, we recommend that specifications for roadway restoration after trenching include requirements for widening the initial sawcut area at least 1 foot on either side of the trench walls to minimize the effects of trench wall settlement up into the pavement section. This will allow deep trench compaction to be undertaken by with a hoe-pac mounted on a heavy- weight excavator and compaction of subgrade and road section materials with a 10 -ton vibratory roller. The contractor should develop compaction methods that consistently produce adequate compaction levels. All backfilling operations should be monitored full-time by a qualified inspector and a sufficient number of in-place density tests should be performed as the fill is placed to determine that the required compaction is being achieved. 6.3.4 Procedural Compaction Alternative The following "work" type specification is provided for consideration as the method to be used to evaluate backfill compaction during construction. All of the requirements stated above regarding excavation/shoring, dewatering, trench subgrade preparation and pipe bedding remain in force. • Trench spoils used for backfilling shall consist of local native soils that are devoid of sod, asphalt, concrete, wood and other organic or deleterious materials. • Trench backfill utilizing coarse-grained native soils shall be placed in layers not to exceed 12 -inches or at least twice the maximum nominal particle size whichever is less. Boulder -sized material (12 -inch diameter or greater) shall not be used as trench backfill as directed by the Engineer. • Coarse-grained native backfill material shall be moisture -conditioned to a "wet' near saturated condition for compaction. • The backfill material should be thoroughly mixed prior to placement into the trench. • The material shall be placed carefully such that the larger particles are well distributed, and the intervening spaces are filled with smaller soil particles to form a dense layer. 2019-184 Yelln Water Main -Draft Geotechnical Report 7 HWA GEOSCIENCES INC. May 11, 2020 HWA Project No. 2019-184-21 • Each lift shall be compacted by a minimum of 5 passes with a 10 -ton vibratory roller travelling at a speed no greater than 2 mph during each pass, or • Each lift shall be systematically compacted with hoe-pac vibratory pad compactor attached to an excavator that can exert a minimum impulse force of 8,000 lbs for a period of at least 10 seconds or until no settlement is observed. • All backfill placement and compaction should be monitored full-time by a geotechnical engineering construction inspector. 6.4 WET WEATHER EARTHWORK If till is to be placed or earthwork is to be performed in wet weather or under wet conditions, the following recommendations should apply: • Earthwork should be performed in small sections to minimize exposure to wet weather. Excavation or the removal of unsuitable soil should be followed promptly by the placement and compaction of a suitable thickness of clean structural till with less than 5 percent of the particles passing the No. 200 sieve. • The ground surface within the construction area should be sloped and sealed with a smooth drum vibratory roller, or equivalent, to promote rapid runoff of precipitation and to prevent ponding of water. • No soil should be left uncompacted so it can absorb water. Soils that become too wet for compaction should be removed and replaced with clean granular materials. • Excavation and placement of fill should be observed by personnel from HWA to verify that all unsuitable materials are removed, and suitable compaction and site drainage are achieved. The above recommendations for wet weather earthwork should be incorporated into the contract specifications. 7. CONDITIONS AND LINIITATIONS We have prepared this report for Parametrix, and the City of Yelm for their use in design and construction of water main replacement in Yelm, Washington. This report should be provided in its entirety to prospective contractors for bidding and estimating purposes; however, the conclusions and interpretations presented in this report should not be construed as a warranty of existing subsurface conditions. Experience has shown that soil and ground water conditions can vary significantly over small distances and ground water can vary significantly over time. Inconsistent conditions can occur between exploration locations and may not be detected by a 2019-184 Yelm Water Main -Draft Geotechnical Report 8 HWA GEOSCIENCES INC. May 11, 2020 HWA Project No. 2019-184-21 geotechnical study of this nature. If, during future site operations, subsurface conditions are encountered which vary appreciably from those described herein, HWA should be notified for review of the recommendations of this report, and revision of such if necessary. HWA should review the plans and specifications to verify that our recommendations have been properly incorporated into the design. Sufficient geotechnical monitoring, testing, and consultation should be provided during construction to confirm that the conditions encountered are consistent with those indicated by the explorations, to provide recommendations for design changes should conditions revealed during construction differ substantially from those anticipated, and to verify that geotechnical aspects of construction comply with the contract plans and specifications. Within the limitations of scope, schedule and budget, HWA attempted to execute these services in accordance with generally accepted professional principles and practices in the fields of geotechnical and engineering geology in the area at the time the report was prepared. No warranty, express or implied, is made. The scope of our work did not include environmental assessments or evaluations regarding the presence or absence of wetlands or hazardous substances in the soil, surface water, or ground water at this site. This firm does not practice or consult in the field of safety engineering. We do not direct the contractor's operations and cannot be responsible for the safety of personnel other than our own on the site. As such, the safety of others is the responsibility of the contractor. The contractor should notify the owner if he/she considers any of the recommended actions presented herein unsafe. O.O We appreciate the opportunity to provide geotechnical services on this project. Should you have any questions or comments, or if we may be of further service, please do not hesitate to call. Sincerely, HWA GEOSCIENCES INC. Steven E. Greene, E.G., L.E.G. Principal Engineering Geologist Bryan K. Hawkins, P.B. Senior Geotechnical Engineer 2019-184 Yelm Water Main -Draft Geotechnical Report 9 HWA GEOSCIENCES INC. SITE MAP 2000, 4000' 6000, 800 ? i- I I I SC�E 1 " — 4000' k VICINITY MAP 0 5000' 10000' 15000. 200 i_ SCALE: 1" — 10000' Ok SITE AND VICINITY MAP GfosaENCES INC. 2019 CITY OF YELM DBE/Nf\VBE AC WATER MAIN REPLACEMENT YELM, WASHINGTON CW YELM WATER MAINP2019-18421 YELM AC WATER MAIN REPLACEMENT DWG <9 Plotted 3/30/2020 3 45 PM 1 DRAWN BY CHECK BY CF BH/VO FOY A, LE Dr IT North Yel'. SITE t Tl� It ,�cqrtp j , ef��. � peo" 2 "R a "asia A�hh Aa, St. ®2020 Microsoft Corporation 0 2020 HERE L�r VICINITY MAP 0 5000' 10000' 15000. 200 i_ SCALE: 1" — 10000' Ok SITE AND VICINITY MAP GfosaENCES INC. 2019 CITY OF YELM DBE/Nf\VBE AC WATER MAIN REPLACEMENT YELM, WASHINGTON CW YELM WATER MAINP2019-18421 YELM AC WATER MAIN REPLACEMENT DWG <9 Plotted 3/30/2020 3 45 PM 1 DRAWN BY CHECK BY CF BH/VO APPENDIX A FIELD INVESTIGATION RELATIVE DENSITY OR CONSISTENCY VERSUS SPT N -VALUE COHESIONLESS SOILS COHESIVE SOILS Boulders Gravel and Cobbles 3into12in GW Approximate Coarse 3 in to 3/4 in Approximate 3/4 in to No 4 (45mm) Sand No. 4 (45 mm) to No. 200 (0.0]4 mm) Density N (blows/ft) Relative Density(%) Consistency N (blows/ft) Undrained Shear Silt and Clay Smallerthan No. 200(0.074mm) MR Resilient Modulus GP Strength(psD VeryLoose 0 to 4 0 - 15 Very Soft 0 to 2 1250 Loose 4 to 10 15 - 35 Soft 2 to 4 250 - 500 Medium Dense 10 to 30 35 - 65 Medium Stiff 4 to 8 500 - 1000 Dense 30 to 50 65 - 85 Stiff 8 to 15 1000 - 2000 VeryDense over50 85 - 100 VeryStiff 15 to 30 2000 - 4000 Sand and Clean Sand Hard over30 14000 USCS SOIL CLASSIFICATION SYSTEM MAJOR DIVISIONS GROUP DESCRIPTIONS Boulders Gravel and Cobbles 3into12in GW Well -graded GRAVEL Coarse 3 in to 3/4 in Clean Gravel 3/4 in to No 4 (45mm) Sand No. 4 (45 mm) to No. 200 (0.0]4 mm) Grained Gravelly Soils (little or no fines) No. 10 (20 mm) to No. 40 (0 42 mm) Fine sand No. 40 (0 42 mm) to No. 200 (0 074 mm) Silt and Clay Smallerthan No. 200(0.074mm) MR Resilient Modulus GP Poorly graded GRAVEL Soils Pocket Penetrometer Approx. Compressive Strength (tsf) SG Specific Gravity TC More than TV p Approx. Shear Strength (tsf) 50% of Coarse Gravel with GM Silty GRAVEL Fraction Retained Fines (appreciable on No.4 Sieve amount of fines) GC Clayey GRAVEL Sand and Clean Sand SW Well -graded SAND Sandy Soils (little or no fines) More than -J SP Pootlygraded SAND 50% Retained 50%orMore on No Sand with - SM Silty SAND of Coarse 200 Sieve Fines (appreaable Fraction Passing 5rze amount of fines) SC Clayey SAND No 4 Steve ML SILT Fine Silt Liquid Limit Grained and CL Lean CLAY Soils Less than 50 % Gay _ — OL Organic SILT/Organic CLAY MH Elastic SILT Silt 50% or More Liquid Limit Passing and 50%orMore CH Fat CLAY No. 200 Sieve Gay Size OH Organic SILT/Organic CLAY Highly Organic Soils PT PEAT COMPONENT DEFINITIONS COMPONENT SIZE RANGE Boulders Largerthan 12 in Cobbles 3into12in Gravel 3 in to No 4 (4 5mm) Coarse gravel 3 in to 3/4 in Fine gravel 3/4 in to No 4 (45mm) Sand No. 4 (45 mm) to No. 200 (0.0]4 mm) Coarse sand No.4 (45 mm) to No. 10 (20 mm) Medium sand No. 10 (20 mm) to No. 40 (0 42 mm) Fine sand No. 40 (0 42 mm) to No. 200 (0 074 mm) Silt and Clay Smallerthan No. 200(0.074mm) UC Unconfined Compression SAMPLE TYPE SYMBOLS ® 2.0' OD Split Spoon (SPT) (1401b. hammer with 30 in. drop) IShelby Tube 3-1/4" OD Split Spoon with Brass Rings OSmall Bag Sample Large Bag (Bulk) Sample Core Run Non-standard Penetration Test (3.0' OD split spoon) GROUNDWATER SYMBOLS Q Groundwater Level (measured at time of tlrilling) 1 Groundwater Level (measured in well or open hole after water level stabilized) COMPONENT PROPORTIONS PROPORTION RANGE TEST SYMBOLS %F Percent Fines AL Atterberg Limits: PL = Plastic Limit 12-30% LL = Liquid Limit CBR California Bearing Ratio CN Consolidation DO Dry Density (pcf) DS Direct Shear GS Grain Size Distribution K Permeability MD Moisture/Density Relationship (Proctor) MR Resilient Modulus PID Photoionization Device Reading PP Pocket Penetrometer Approx. Compressive Strength (tsf) SG Specific Gravity TC Triaxial Compression TV Towers Approx. Shear Strength (tsf) UC Unconfined Compression SAMPLE TYPE SYMBOLS ® 2.0' OD Split Spoon (SPT) (1401b. hammer with 30 in. drop) IShelby Tube 3-1/4" OD Split Spoon with Brass Rings OSmall Bag Sample Large Bag (Bulk) Sample Core Run Non-standard Penetration Test (3.0' OD split spoon) GROUNDWATER SYMBOLS Q Groundwater Level (measured at time of tlrilling) 1 Groundwater Level (measured in well or open hole after water level stabilized) COMPONENT PROPORTIONS PROPORTION RANGE DESCRIPTIVE TERMS <5% Clean 5- 12% Slightly (Clayey, Silty, Sandy) 12-30% Clayey, Silty, Sandy, Gravelly 30-50% Very (Clayey, Silty, Sandy, Gravelly) Components are arranged in order of increasing quantities. NOTES: Soil classifications presented on exploration logs are based on visual and laboratory observation Soil descriptions are presented in the following general order: MOISTURE CONTENT Densiytonsistency, color, mctldrer(danyJ GROUPNAINE, additions to group name (dant'), moisture DRY Absence of moisture, dusty, content. Proportion, gradation, and angularly ofconst/uents, additional comments. dry to the touch. (GEOLOGIC INTERPRETATION) MOIST Damp but no visible water Please refer to the discussion in the report text as well as the exploration logs for a more WET Visible bee water, usually complete description of subsurface conditions. soil is below watertable. LEGEND OF TERMS AND 2019 City of Yelm AC Water Main Replacement SYMBOLS USED ON HMIGEOSCIENCESINC Yelm, WA EXPLORATION LOGS PROJECT NO.: 2019-184 FIGURE: A-1 LEGEND 2019-184GPJ 4/21/20 DRILLING COMPANY: Holocene Drilling DATE STARTED: 3/17/2020 DRILLING METHOD: Hollow Stem Auger, Diedrich D-50 Turbo DATE COMPLETED: 3/17/2020 SAMPLINGMETHOD: SPTw/Autohammer LOGGED BY: V. Oskiekro LOCATION: See Figure 2A. 5- 10- 15- 20 - Exploration terminated at 18.3 -feet below ground surface due to refusal. Groundwater was encountered at 9 -feet below ground surface. CSi GS Proctor S-1 38-5 S-2 2-2-2 S-3 21-25-20 4 S-4 316-27 ® S-5 50/5" EIS -6 50/4" NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated and therefore may not necessarily be indicative of other times and/or locations. 0 20 40 60 80 100 Water Content 1(%) Plastic Limit 1 T Liquid Limit Natural Water Content BORING: 2019 City of Yelm AC Water Main Replacement BH -1 HMGEOSCIENCES INC Yelm, WA PAGE: 1 of 1 PROJECT NO.: 2019-184 FIGURE: A-2 BORING -DSM 2019-184GPJ 5/6/20 m w O z Hot Mix Asphalt, Approximately 2.5 -inches thick. w Standard Penetration Test Loose to medium dense, very dark grayish -brown, well -graded > y r y Q (140 lb. weight, 30" drop) • z y w p ♦ Blows per That z O w w w m z SM r a s tt w D moist. j— w y y a O gravel, blow counts exaggerated. w'� DESCRIPTION Dense to very dense, olive brown, fine to coarse GRAVEL, s Q Cm7 0 10 20 30 40 50 Exploration terminated at 18.3 -feet below ground surface due to refusal. Groundwater was encountered at 9 -feet below ground surface. CSi GS Proctor S-1 38-5 S-2 2-2-2 S-3 21-25-20 4 S-4 316-27 ® S-5 50/5" EIS -6 50/4" NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated and therefore may not necessarily be indicative of other times and/or locations. 0 20 40 60 80 100 Water Content 1(%) Plastic Limit 1 T Liquid Limit Natural Water Content BORING: 2019 City of Yelm AC Water Main Replacement BH -1 HMGEOSCIENCES INC Yelm, WA PAGE: 1 of 1 PROJECT NO.: 2019-184 FIGURE: A-2 BORING -DSM 2019-184GPJ 5/6/20 GW Hot Mix Asphalt, Approximately 2.5 -inches thick. • GM Loose to medium dense, very dark grayish -brown, well -graded GRAVEL, with silt, sand, and cobbles moist. Soil description based on cuttings. • (VASHON RECESSIONAL OUTNASH) No Recovery. SP SM Loose, brown, fine SAND, with silt and scattered gravel, moist. ----------------------- Becomes silty with cobbles, moisture increasing. Driven on SM gravel, blow counts exaggerated. Dense to very dense, olive brown, fine to coarse GRAVEL, GP Q with sand, wet. aQ 0 O aQ 0 O aQ 0 O " Olive gray, fine to medium SAND, with gravel, wet. SP Gravel crushed in sampler. Very rough drilling. Samoler driven. no recoverv. _ Exploration terminated at 18.3 -feet below ground surface due to refusal. Groundwater was encountered at 9 -feet below ground surface. CSi GS Proctor S-1 38-5 S-2 2-2-2 S-3 21-25-20 4 S-4 316-27 ® S-5 50/5" EIS -6 50/4" NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated and therefore may not necessarily be indicative of other times and/or locations. 0 20 40 60 80 100 Water Content 1(%) Plastic Limit 1 T Liquid Limit Natural Water Content BORING: 2019 City of Yelm AC Water Main Replacement BH -1 HMGEOSCIENCES INC Yelm, WA PAGE: 1 of 1 PROJECT NO.: 2019-184 FIGURE: A-2 BORING -DSM 2019-184GPJ 5/6/20 DRILLING COMPANY: Holocene Drilling DATE STARTED: 3/17/2020 DRILLING METHOD: Hollow Stem Auger, Diedrich D-50 Turbo DATE COMPLETED: 3/17/2020 SAMPLINGMETHOD: SPTw/Autohammer LOGGED BY: V. Oskiekro LOCATION: See Figure 2B. 5- 10 - Exploration terminated at 7.25 -feet below ground surface due to refusal. No groundwater was encountered. I CS -1 II S-1 14-2319 I S-2 1327-21 ® S-3 50/3" NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated and therefore may not necessarily be indicative of other times and/or locations. GS Proctor Ell ®1 0 20 40 60 80 100 Water Content 1(%) Plastic Limit 1 T Liquid Limit Natural Water Content BORING: 2019 City of Yelm AC Water Main Replacement BH -2 HMGEOSCIENCES INC Yelm, WA PAGE: 1 of 1 PROJECT NO.: 2019-184 FIGURE: A-3 BORING -DSM 2019-184GPJ 5/6/20 m w O z w Standard Penetration Test GM > y r y Q (140 lb. weight, 30" drop) (VASHON RECESSIONAL OUTNASH) z y r p ♦ Blows per That z O W w w t m SP z r a s of w z No recovery. j v y y a O DESCRIPTION Cm7 ,,, ,,,, �„ ,,, �„ w'� Exploration terminated at 7.25 -feet below ground surface due to refusal. No groundwater was encountered. I CS -1 II S-1 14-2319 I S-2 1327-21 ® S-3 50/3" NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated and therefore may not necessarily be indicative of other times and/or locations. GS Proctor Ell ®1 0 20 40 60 80 100 Water Content 1(%) Plastic Limit 1 T Liquid Limit Natural Water Content BORING: 2019 City of Yelm AC Water Main Replacement BH -2 HMGEOSCIENCES INC Yelm, WA PAGE: 1 of 1 PROJECT NO.: 2019-184 FIGURE: A-3 BORING -DSM 2019-184GPJ 5/6/20 Hot Mix Asphalt, Approximately 2.5 -inches thick. GP Medium dense, very dark grayish -brown, poorly graded GM GRAVEL, with silt, sand, and cobbles, moist. Soil description based on cuttings. (VASHON RECESSIONAL OUTNASH) 0 0 Very dense, olive brown, fine to medium SAND, with gravel SP and cobbles, moist. Very rough drilling. No recovery. Exploration terminated at 7.25 -feet below ground surface due to refusal. No groundwater was encountered. I CS -1 II S-1 14-2319 I S-2 1327-21 ® S-3 50/3" NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated and therefore may not necessarily be indicative of other times and/or locations. GS Proctor Ell ®1 0 20 40 60 80 100 Water Content 1(%) Plastic Limit 1 T Liquid Limit Natural Water Content BORING: 2019 City of Yelm AC Water Main Replacement BH -2 HMGEOSCIENCES INC Yelm, WA PAGE: 1 of 1 PROJECT NO.: 2019-184 FIGURE: A-3 BORING -DSM 2019-184GPJ 5/6/20 DRILLING COMPANY: Holocene Drilling DATE STARTED: 3/18/2020 DRILLING METHOD: Hollow Stem Auger, Diedrich D-50 Turbo DATE COMPLETED: 3/18/2020 SAMPLINGMETHOD: SPTw/Autohammer LOGGED BY: V. Oskiekro LOCATION: See Figure 2C. 5- 10- 15- Exploration terminated at 14 -feet below ground surface due to refusal. Groundwater was encountered at 7.5 -feet below ground surface. CSi GS Proctor S-1 10-10-19 S-2 11-21-15 S-3 18-157 S-4 512-26 M 0 20 40 60 80 100 Water Content 1(%) Plastic Limit 1 T Liquid Limit NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated Natural Water Content and therefore may not necessarily be indicative of other times and/or locations. BORING: 2019 City of Yelm AC Water Main Replacement BH -3 HMGEOSCIENCES INC Yelm, WA PAGE: 1 of 1 PROJECT NO.: 2019-184 FIGURE: A-4 BORING -DSM 2019-184GPJ 5/6/20 m w O z w Standard Penetration Test > y r y Q (140 lb. weight, 30" drop) (VASHON RECESSIONAL OUTNASH) z y r p ♦ Blows per That z O W w w t m Gravel content increasing. z r a s of w z j v y y a O O DESCRIPTION aQ Cm7 ,,, ,,,, �„ ,,, �„ w'� Exploration terminated at 14 -feet below ground surface due to refusal. Groundwater was encountered at 7.5 -feet below ground surface. CSi GS Proctor S-1 10-10-19 S-2 11-21-15 S-3 18-157 S-4 512-26 M 0 20 40 60 80 100 Water Content 1(%) Plastic Limit 1 T Liquid Limit NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated Natural Water Content and therefore may not necessarily be indicative of other times and/or locations. BORING: 2019 City of Yelm AC Water Main Replacement BH -3 HMGEOSCIENCES INC Yelm, WA PAGE: 1 of 1 PROJECT NO.: 2019-184 FIGURE: A-4 BORING -DSM 2019-184GPJ 5/6/20 Mix Asphalt, Approximately 3 -inches thick. GM'Hot Medium dense, very dark grayish -brown, silty, GRAVEL, with sand and cobbles, moist. Soil description based on cuttings. (VASHON RECESSIONAL OUTNASH) Dense, olive brown, fine to medium SAND, with gravel and SP cobbles, moist. Gravel content increasing. 1 Dense, olive gray, fine to coarse GRAVEL, with sand, wet. GP O O aQ O aQ O aQ O aQ 0 O Rough drilling. aQ Exploration terminated at 14 -feet below ground surface due to refusal. Groundwater was encountered at 7.5 -feet below ground surface. CSi GS Proctor S-1 10-10-19 S-2 11-21-15 S-3 18-157 S-4 512-26 M 0 20 40 60 80 100 Water Content 1(%) Plastic Limit 1 T Liquid Limit NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated Natural Water Content and therefore may not necessarily be indicative of other times and/or locations. BORING: 2019 City of Yelm AC Water Main Replacement BH -3 HMGEOSCIENCES INC Yelm, WA PAGE: 1 of 1 PROJECT NO.: 2019-184 FIGURE: A-4 BORING -DSM 2019-184GPJ 5/6/20 DRILLING COMPANY: Holocene Drilling DATE STARTED: 3/18/2020 DRILLING METHOD: Hollow Stem Auger, Diedrich D-50 Turbo DATE COMPLETED: 3/18/2020 SAMPLINGMETHOD: SPTw/Autohammer LOGGED BY: V. Oskiekro LOCATION: See Figure 2C. 5 15- 20 - 25 - Exploration terminated at 21.5 -feet below ground surface. Groundwater was encountered at 14 -feet below ground surface. CS1 m w O z Proctor w Standard Penetration Test S-2 46-5 > y r y Q (140 lb. weight, 30" drop) (VASHON RECESSIONAL O_U_TNAAS_H)_ z y r p ♦ Blows per That z O W w w t m z Becomes dense, gravel content increasing. r a s of w z j v y y a O m w'� DESCRIPTION s C7 0 10 20 30 40 50 Exploration terminated at 21.5 -feet below ground surface. Groundwater was encountered at 14 -feet below ground surface. CS1 SP Hot Mix Asphalt, Approximately 3 -inches thick. Proctor SM Loose, very dark grayish -brown, poorly graded SAND, with S-2 46-5 silt, gravel, and cobbles, moist. 50/3" Soil description based on cuttings. (VASHON RECESSIONAL O_U_TNAAS_H)_ SP Loose, olive brown, fine to medium SAND, with gravel and cobbles, moist. Rough drilling. No recovery. Sampler driven on gravel. Becomes dense, gravel content increasing. Becomes very dense and wet. GP Grades to fine GRAVEL. Exploration terminated at 21.5 -feet below ground surface. Groundwater was encountered at 14 -feet below ground surface. CS1 GS Proctor S-1 444 S-2 46-5 Co S-3 50/3" NS-4 1417-15 NS-5 5-16-38 NS-6 23-15-34 NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated and therefore may not necessarily be indicative of other times and/or locations. M 0 20 40 60 80 100 Water Content 1(%) Plastic Limit 1 T Liquid Limit Natural Water Content BORING: 2019 City of Yelm AC Water Main Replacement BH -4 HMGEOSCIENCES INC Yelm, WA PAGE: 1 of 1 PROJECT NO.: 2019-184 FIGURE: A-5 BORING -DSM 2019-184GPJ 5/6/20 DRILLING COMPANY: Holocene Drilling DATE STARTED: 3/17/2020 DRILLING METHOD: Hollow Stem Auger, Diedrich D-50 Turbo DATE COMPLETED: 3/17/2020 SAMPLINGMETHOD: SPTw/Autohammer LOGGED BY: V. Oskiekro LOCATION: See Figure 2D. 5 - DESCRIPTION Refusal on cobble at 4 -feet below ground surface. Second hole attempted encountered refusal at 2 -feet below ground surface. No groundwater encountered. m w Hot Mix Asphalt, Approximately 5 -inches thick. GP Medium dense, dark olive -brown, poorly graded GRAVEL, ° GM with silt, sand, and cobbles, moist. o Soil description based on cuttings. ° (VASHON RECESSIONAL OUTNASH) O w ° O w w ° O z ° O m w ° O < < Z�Z Z b 2 O Very dense, olive gray to olive brown, fine to medium SAND, ----------------------- SP O of with gravel and cobbles, moist. Driller drove sampler through cobble. Very rough drilling. Refusal on cobble at 4 -feet below ground surface. Second hole attempted encountered refusal at 2 -feet below ground surface. No groundwater encountered. m w w z ^ m w w w m z a s m w 0 < < Z�Z Z b 2 O y y a n O of O I CS -1 II S-1 30-80-27 NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated and therefore may not necessarily be indicative of other times and/or locations. GS Proctor Standard Penetration Test (140 lb. weight, 30" drop) ♦ Blows per That O Q W 10 20 30 40 50 w 0 20 40 60 80 Water Content 1(%) Plastic Limit 1 T Liquid Limit Natural Water Content 100 BORING: 2019 City of Yelm AC Water Main Replacement BH -5 HMGEOSCIENCES INC Yelm, WA PAGE: 1 of 1 PROJECT NO.: 2019-184 FIGURE: A-6 BORING -DSM 2019-184GPJ 5/6/20 APPENDIX B LABORATORY INVESTIGATION APPENDIX B LABORATORY INVESTIGATION Laboratory tests were conducted on selected soil samples to characterize relevant engineering and index properties of the shallow native soils. Laboratory testing, as described below, consisted of determining soil moisture content, particle size analysis, and Moisture/Density Relationship determination (Proctor) testing. All laboratory testing was completed in accordance with ASTM (American Society of Testing Materials) specifications. Moisture Content The moisture content for select samples collected from the explorations was determined in general accordance with ASTM D 2216. The results are shown at the sampled interval on the appropriate logs in Appendix A. Particle Size Analysis The particle size distribution and percentage of fines of representative samples from the explorations were determined in general accordance with ASTM D 6193. The results are plotted on Figures B-1 and B-2. Moisture/Density Relationship (Proctor) Testing The moisture/density relationship (Modified Proctor) was determined for each selected sample in general accordance with ASTM D 1557 in conjunction ASTM D 4718 for gravel correction. The results are plotted on Figures B-3 through B-7. 2019-184 Yelm Water Main -Draft Geotechnical Report B-1 HWA GEOSCIENCES INC. m N U) N � } N LL Q Q J � Nl0^U) VJ OD LL Q 1 W Q Q ) d04 N (D Co M ^ M LL V O M No O M M M mo r v N N N a a J o m o 0 .......... a ---------- m a � � � � Z � � a � � � L 0 L E 3 J � n C7 J W C7 W > a a 5 m m a � (n Q m � o p� T p W Q T O LL O L � T L T � U LL T T y .......... 3 d � c N N N � N M .......... ---------- U U U W J - a N M m m m O I mens®®���0 FAMmmm®®mmmm m N U) N � } N LL Q Q J � Nl0^U) VJ OD LL Q 1 W Q Q ) d04 N (D Co M M M LL V O M No O M M M mo r v N N N a a J o m o 0 a m a � � � � Z � � a � � � L 0 L E 3 J � n C7 J W C7 W > a a 5 m m a � (n Q m � o p� T p W Q T O LL O L � T L T � U LL T T y 3 d � c N N N � N M U U U W J a N M m m m O V w U y (14 C6 U) U) N } N Q Q LL Q J N l0 U) V, Q 00 �LLD W 0 Q d) J = U o W of °z Q F LL W O a RE V w U y m m o LL � m m rn N N dM .......... ---------- V M M D a a J (D M 0 .......... m m .......... E > ---------- Z m a m o E L Q Q L_ z 3 o U (7 w v � � N cl Ot � F O O < Q d 01 T - C O O LL O L N Z T O � a Q � U � o U) cl U O CL d U) 5gl®®ANNE c rimmmmmmmmm N = O O ~ V N W = _ U U (14 C6 U) U) N } N Q Q LL Q J N l0 U) V, Q 00 �LLD W 0 Q d) J = U o W of °z Q F LL W O a RE V w U y m m o LL � m m rn N N dM 20 V M M D a a J (D M 0 m m E > m Z m a m o E L Q Q L_ z 3 o U (7 w v � � N cl Ot � F O O < Q d 01 T - C O O LL O L N Z T O � a Q � U � o U) cl U O CL d U) 0 c N N = O O ~ V N W = _ U U W J a V N m m O g � ■ u (14 C6 U) U) N } N Q Q LL Q J N l0 U) V, Q 00 �LLD W 0 Q d) J = U o W of °z Q F LL W O a RE V w U y COMPACTION TEST REPORT 145 140 7% 137.9 c _ 135 T :N C N T 0 130 .6% 134.0 DO 125 ZAV for Sp.G. _ 2.70 120 1 3 5 7 9 11 13 Water content, % - Rock Corrected --o-- - Uncorrected Test specification: ASTMD 1557-12 Method C Modified ASTM D4718-15 Oversize Corr. Applied to Each Test Point Elev/ Classification Nat. % > % < Sp.G. LL PI USCS AASHTO Depth Moist. 3/4 in. No.200 0.5 - 5.0 fir GW-GM 5.6 2.7 14 6.5 ROCK CORRECTED TEST RESULTS UNCORRECTED MATERIAL DESCRIPTION Maximum dry density =137.9 pcf 134.0 pcf Very dark grayish-brown, well-graded GRAVEL with silt and sand Optimum moisture = 6.7 % 7.6% Project No. 2019-184-21 Client: Parametix Remarks: Project: 2019 City of Yelm AC Water Main Replacement Specific Gravity Assumed OSource of Sample: 13H-1 Sample Number: CS-1 rsrxr,nsrurasc Figure 13-3 Tested By: JP Checked By: COMPACTION TEST REPORT 143 138 6.5%.136.8 Dc _ 133 T :N 129.3 c .4% T 0 128 123 ZAV for Sp.G. _ 2.65 118 2 4 6 8 10 12 14 Water content, % - Rock Corrected —c� - Uncorrected Test specification: ASTMD 1557-12 Method C Modified ASTM D4718-15 Oversize Corr. Applied to Each Test Point Elev/ Classification Nat.% > % < Sp.G. LL PI USCS AASHTO Depth Moist. 3/4 in. No.200 0.5 - 5.0 fir GP -GM 8.9 2.65 25 6.6 ROCK CORRECTED TEST RESULTS UNCORRECTED MATERIAL DESCRIPTION Maximum dry density = 136.8 pcf 129.3 pcf Very dark grayish -brown, poorly graded GRAVEL with silt and sand Optimum moisture = 6.5 % 8.4% Project No. 2019-184-21 Client: Parametix Remarks: Project: 2019 City of Yelm AC Water Main Replacement Specific Gravity Assumed OSource of Sample: 13H-2 Sample Number: CS -1 De, Mwar Figure 13-4 Tested By: JP Checked By: COMPACTION TEST REPORT 148 143 .1% 139.1 c _ 138 .2%134.1 Dc T :N C N T 0 133 128 ZAV for Sp.G. _ 2.65 123 3 4.5 6 7.5 9 10.5 12 Water content, % - Rock Corrected —c� - Uncorrected Test specification: ASTMD 1557-12 Method C Modified ASTM D4718-15 Oversize Corr. Applied to Each Test Point Elev/ Classification Nat.% > % < Sp.G. LL PI USCS AASHTO Depth Moist. 3/4 in. No.200 0.5 - 5.0 fir GM 6.5 2.65 19 14 ROCK CORRECTED TEST RESULTS UNCORRECTED MATERIAL DESCRIPTION Maximum dry density =139.1 pcf 134.1 pcf Very dark grayish-brown, silty GRAVEL with said Optimum moisture = 6.1 % 7.2% Project No. 2019-184-21 Client: Parametix Remarks: Project: 2019 City of Yelm AC Water Main Replacement Specific Gravity Assumed OSource of Sample: 13H-3 Sample Number: CS-1 De, Mwar Figure 13-5 Tested By: JP Checked By: COMPACTION TEST REPORT 142 137 3% 132.0 pcf _ 132 T :N C N T 0 127 0% 129.4 c 122 ZAV for Sp.G. _ 2.65 117 2 4 6 8 10 12 14 Water content, % - Rock Corrected --o-- - Uncorrected Test specification: ASTMD 1557-12 Method C Modified ASTM D4718-15 Oversize Corr. Applied to Each Test Point Elev/ Classification Nat. % > % < Sp.G. LL PI USCS AASHTO Depth Moist. 3/4 in. No.200 0.5 - 5.0 fir SP-SM 6.3 2.65 9 9.9 ROCK CORRECTED TEST RESULTS UNCORRECTED MATERIAL DESCRIPTION Maximum dry density =132.0 pcf 129.4 pcf Very dark grayish-brown, poorly graded SAND with silt and gravel Optimum moisture = 8.3 % 9.0% Project No. 2019-184-21 Client: Parametix Remarks: Project: 2019 City of Yelm AC Water Main Replacement Specific Gravity Assumed OSource of Sample: 13H-4 Sample Number: CS-1 rsrxr,nsrurasc Figure 13-6 Tested By: JP Checked By: COMPACTION TEST REPORT 152 147 .7% 143.3 c _ 142 .7% 139.0 c T :N C N T 0 137 132 ZAV for Sp.G. _ 2.70 127 1.5 3 4.5 6 7.5 9 10.5 Water content, % - Rock Corrected —c� - Uncorrected Test specification: ASTMD 1557-12 Method C Modified ASTM D4718-15 Oversize Corr. Applied to Each Test Point Elev/ Classification Nat. % > % < Sp.G. LL PI USCS AASHTO Depth Moist. 3/4 in. No.200 0.5 - 5.0 fir GP-GM 3.0 2.7 17 7.0 ROCK CORRECTED TEST RESULTS UNCORRECTED MATERIAL DESCRIPTION Maximum dry density =143.3 pcf 139.0 pcf Dark olive-brown, poorly graded GRAVEL with silt and sand Optimum moisture = 5.7 % 6.7% Project No. 2019-184-21 Client: Parametix Remarks: Project: 2019 City of Yelm AC Water Main Replacement Specific Gravity Assumed OSource of Sample: 13H-5 Sample Number: CS-1 De, Mwar Figure 13-7 Tested By: JP Checked By: APPENDIX C CONSTRUCTION PLANS z _ G 3 _ ek'eek'k'eek' sy�Zo moo«___�mmd�_ J E�ZG z $� 6 logo; Sto 1M VH sit -11 1 0101 AN I NA A Isis md I'S" I Rd ago."; w W? at W Tsmtn� a I 5x- a to I. a \ ! I . a c.. . ae: S H mw§ m W � owr�h V N :fie=sniEs ~`o W i` s]o'^ �o eij rcoi o_�Yo i" 3(J LL o�ioi i;r �3w �ooQoa w o4 30 3o:l �aois�� axo`o� ?¢-: F o zzJ _� s8 'o�� - Oa � oGs $Grc m p3 wi '3 �r �.o ¢Qo O =om msp� :f66 3 W m szsoff, e„o hoz Amo % Go� oo ,.,z o W w 6Io E2I ma ��w og BGG -�9a 2S"z Ap �Y L'9 3G w 2 0 z O R.e 0 oG > 5 E < Gao a" w ono 0 §ffi 00o i „Go _ -m=5 Z - oGopa�az Q oV2 ` i n` od` - `'jw - - o�mnzo� _ - Iwo �o a m _� W z o a '- �zo �= oo '^i oa m� — - z iia zN �zCGa s i& o ����h W�op ircorc� 'dp z wr _ o ¢� ,z of.'o'o`o' w�=oma oG a � €p 3a� _ �� s�� so 53o3 ��a.owo - �� gw �� - - mym a�m��o..�� _ o - m i� �o - ��o Novo paaaa� w zGG aaa ea�� 3 aa,.E de�Gde_ 0033 ���ew ae a�z�.��> a _ aw aw _ H A41 E p Q2QO � a W d �~o p .0-0 6O06000 0 z_ o J O Q � 2Q Q �— Uy G Eo �Y 'n ry e _ e k e - H smell m 3 IIII .,.2L = Y e o = n r - n n a � o S w o w p� w � o 0 y � e �I m 60 0 z d a x E w Ro z0 0 € r k'.. J ` w howl lo sow 5 3E E Q N °'0 0 0000000 0 =uj y5. O O EM 133H5 335 X00+SOZ tl15 3NIl J N it Eo rye � w o z Ew z j �s e duo 3� ^ e O o ir a , 12 a <7 w e V m LL e 2 6= e I eet m � u a d S V w E ^ (11F i i o .moi y P r 1 a m � y s � �,. "� I em i.. a iia•_. I= � do n so i B S w a� i r e a< o 0 0 a� r w s � O� 21tt m o u Q F us 0 2 ^ 3SaNN010HH zC 2 I �sE wI el { i I K U I I I I - ------LL i ZM 133HS 33S'00+90Z tl1S 3NIl e 3 a a EEM. n rcS G 9 N 0lo 0 0= ME H.0 000 0000 0 0 0 Z;! nri v: — ez a s z3 •2 A� .: w o q m n _ g - 8 �F JI, a;� p a " o s�6 w u � L m 0 x a o 0 e r .= .. <a es 5, �a a, I sza N 9 —_L----- ------ £M133HS335`00+0LZ tl1S 3NIl H91tlW 4 � � 0 \/(0 00 oo0ob 0 (q/ ..�.. \� \� 6u w .O O -.y 0000000 O J LM 133HS 33S `00+0 Lf tl1S 3NIl HO1tlW m m A m n m IL I� Clndl-. 3S Nl'IAd)Ap J m l I �w 7 as r - A K O m m A m � f poll v ap 3S M AlIlI00NtlN1 V I1 I L ei z� as (D O ------� 01------ SM 133HS 335'00+SO£ tl15 3NIl HD1tlW m m A 6u ow k E C w _ nm �r rF y w woffi .O O -.y 0000000 O J SM 133HS 999 X00+SLE tl1S 9NIl HOIV W F Pl---I m I I �I I a I � y J� e`s_�o iii y I"■ I II Q I m F m m R 2 m I"■ '!\: \}\}� /BSldo o \o \oho\ \\ � - ^ƒ ,w; � 6u d w 0000000 O J O1M 133HS 335 '00+SZ£tl1S 3NIl H71tlW M m � M I -i I I II o� o �'E 'a I � .h I a I I I� I g I I I O O I. S 335 `00+OZE tl15 3NIl HO1tlW o �'E s ^ƒ� \ � \\( 0000000014 o�d(~~~: 111 ^ƒ� y ok O w z a E a O ^�17 =k .O O 8 LM 193HS 33S X05+004 tl" 3HIl W n o [IFF z y ok - z a E a O ^� =k .O O II L �33S V1S 3NIl I 3HS OOaSO4 J; L HDIVW —� g Ir -ALI - - -a- -in- 2 W Mi� o:d � ».�� i� y 0 M 6 6F Dor 00� M0 o z ..----- � w yo OF �o W� Oo MV C7 Q F N `moo z� 3`0 E ro � w n � In � a - 1 a a E 0 c e I e e I r e o o b e o 88 � n Bz �en Y3 mo r v - n X+ NW ZFA 13 3 4 0V=97. rlH 1tlW o o o o a n m A m 0 z r ok k O IIr = 2 �w _ ..n r� O O O O 000u.n=— S LM 133HS 33S'00+SOS b1S 3NIl HO1bW am � I 5' a e> N O m K Q F O 3 � 01441 33 NS 33S OSa00S � � b1S 3N1�,.. N�lbw� o E v� a\ �~ \\) � ., (\} \\ \\M\ :\\} I �D\ 000\o\o(k' \ .\..W ,. ! LJ - ^ƒ , w ; LJ City of YcIm POLICE DEPARTMENT 206 McKenzio Avo. SE Yclrn, WA 98597-8831 a (360) 458-5701 w (360) 458-3188 fax StaffReport To: Mayor JW Foster Yelm City Council From: Todd Stancil, Yelm Police Chief Date: December 2, 2020 (For January 12, 2021 Council Meeting) Subj: Interlocal Agreement establishing the Capital Metro Independent Investigation Team Recommendation Authorize Mayor JW Foster to sign the Interlocal Agreement between the cities of Lacey, Olympia, Tumwater and Yelm establishing the Capital Metro Independent Investigation Team (CMIIT) Background With the passage of Washington State Initiative 940 in November of 2018 and SHB 1064 in 2019, incidents where the use of deadly force by a peace officer results in death, substantial bodily harm, or great bodily harm require an independent investigation. 1-940 requires an independent investigation completely independent of the involved agency. Current The interlocal agreement has been in development since late 2019. Attorneys representing each city spent nearly 5 months to workout the details to properly protect the interest of all parties involved. Our city attorney, Brent Dille, was an active participant in these work sessions and has given his approval of the interlocal agreement language. Outside of this interlocal agreement, the Yelm Police Department would and can request the services of the Thurston County Sheriff's Office to conduct an independent investigation. The challenge presents itself should a Thurston County Deputy be "involved" in a deadly use of force incident that involves a Yelm Police Officer. Under the new state law, TCSO would not be able to assist with that investigation. The proposed CMIIT agreement provides a highly credible and transparent option for the City of Yelm. City of Yelm is an cquad opportunity employer INTERLOCAL AGREEMENT BETWEEN THE CITIES OF LACEY, OLYMPIA, TUMWATER, AND YELM ESTABLISHING THE CAPITAL METRO INDEPENDENT INVESTIGATION TEAM (CMIIT) The purpose of this Agreement is to establish a multi -agency team that is available to Member Agencies to investigate use of force incidents involving a law enforcement officer that result in death, substantial bodily harm or Great Bodily Harm, along with other incidents determined to benefit from independent investigation. RECITALS: WHEREAS, the Interlocal Cooperation Act permits local governmental units to make the most efficient use of their powers by enabling them to cooperate with other localities on a basis of mutual advantage and to provide services and facilities in a manner and pursuant to forms of governmental organization that will accord best with geographic, economic, population and other factors influencing the needs and development of local communities (RCW 39.34.010); and WHEREAS, each party is authorized to contract with any one or more other public agencies to perform any governmental service, activity, or undertaking which each public agency entering into the contract is authorized by law to perform: provided, that such contract shall be authorized by the governing body of each party to the contract and shall set forth the purpose, powers, rights, objectives and responsibilities of the contracting parties (RCW 39.34.080); and WHEREAS, the people of the State of Washington have required, through passage of Initiative 940, that investigations into officer involved use of Deadly Force must be independent of the Involved Agency (RCW 10.114.011); and WHEREAS, the Washington Mutual Aid Peace Officers Powers Act is intended to facilitate mutual aid and cooperative enforcement of the laws among general authority local, state and federal agencies (RCW 10.93.001(1)); and WHEREAS, nothing herein is intended to in any way limit the authority of law enforcement to act in those circumstances set forth in RCW 10.93.070(1) through (6), and other applicable law, as now enacted or as hereafter amended; and WHEREAS, WAC 139-12-020 defines an independent investigative team as, "A team of qualified and certified peace officer CMIIT Investigators, civilian crime scene specialists, and at least two nonlaw enforcement community representatives who operate completely independent of any Involved Agency to conduct investigations of police Deadly Force incidents. An IIT is created when multiple law enforcement agencies enter into a written agreement to investigate police use of Deadly Force incidents in their geographical regions. A single law enforcement agency may fulfill the independent investigative function, provided it is not the Involved Agency"; NOW THEREFORE, the Parties agree as follows: CMIIT Interlocal Agreement - Page 1 of 12 1. MEMBER AGENCIES OF THE CAPITAL METRO INDEPENDENT INVESTIGATION TEAM (CMIIT) The Member Agencies that make up the Capital Metro Independent Investigation Team (CMIIT) are the cities that operate the following departments: Lacey Police Department Olympia Police Department Tumwater Police Department Yelm Police Department 2. DEFINITIONS Critical Incident: An incident in which a law enforcement employee is involved and: a) the law enforcement officer's use of Deadly Force results in Great Bodily Harm, Substantial Bodily Harm, or death of another person; or b) there is an In Custody Death, excluding fatal injuries that occur while an inmate is under a physician's treatment for a disease or other natural condition and which does not involve custodial trauma or custodial suicide. CMIIT Commander: The command level officer who responds to the scene of a Critical Incident and is responsible for all aspects of the investigative response; including developing objectives, managing operations, coordinating with other entities and applying resources and staff to accomplish objectives. Deadly Force: Deadly Force means the intentional application of force through the use of firearms or any other means reasonably likely to cause death or serious physical injury. RCW 9A. 16.010. Great Bodily Harm: Great Bodily Harm means bodily injury which creates a probability of death, or which causes significant serious permanent disfigurement, or which causes a significant permanent loss or impairment of the function of any bodily part or organ. RCW 9A.04.110 CMIIT Supervisor: An experienced CMIIT Investigator of supervisory rank who is in charge of the CMIIT investigative personnel at a Critical Incident and reports to the CMIIT Commander. In Custody Death: The death of any person who is detained, arrested enroute to incarceration, or incarcerated in local facilities. Excluded are fatal injuries that occur while an inmate is under physician's treatment for a disease or other natural condition and which does not involve custodial trauma or custodial suicide. Involved Agency: The agency that employs or supervises the officer(s) who used Deadly CMIIT Interlocal Agreement -Page 2 of 12 Force or the agency in whose custody an In Custody Death occurred. There may be more than one "Involved Agency." Involved Officer: A law enforcement officer who is alleged to have used the level of force that causes substantial bodily harm, Great Bodily Harm or death to another person. Member Agency: An agency that is a party to this Agreement. Public Information Officer (PIO): A PIO is a person responsible for public updates regarding a Critical Incident. Substantial Bodily Harm: means bodily injury which involves a temporary but substantial disfigurement, or which causes a temporary but substantial loss or impairment of the function of any bodily part or organ, or which causes a fracture of any bodily part RCW 9A.04.110. Venue Agency: The agency with primary territorial jurisdiction, as defined by RCW 10.93.020(7). The Venue Agency may also be the Involved Agency. 3. GOVERNANCE- JOINT BOARD/NO INDEPENDENT ENTITY CREATED The CMIIT is governed by a Board of Directors (Board) composed of the Chief Law Enforcement Officer, or their designee, of each Member Agency that signs this Agreement. No independent entity is intended to be created by establishing this Board. The Board will meet at least once per year and more often as needed. Each Member Agency shall have one vote. The Board shall only take action with a quorum present, with a quorum being three of the four members. All Board actions and decisions will be approved and adopted by simple majority. The Board must approve any protocols or guidelines developed for use by CMIIT for the investigation of Critical Incidents. The Board shall ensure that all protocols and guidelines are consistent with the applicable statutory requirements, standards, and definitions outlined in the Revised Code of Washington, primarily in Chapters 9A.16, 43.101, 10.114 RCW, as well as provisions of the Washington Administrative Code implementing applicable statutes. Where this Agreement, CMIIT protocols or guidelines conflict, state law controls. 4. AUTHORIZATION TO USE CMIIT The decision to seek assistance of the CMIIT pursuant to this Agreement rests entirely with the Chief Law Enforcement Officer of the Involved Agency. CMIIT Interlocal Agreement -Page 3 of 12 Member Agencies are not obligated to request that CMIIT investigate a Critical Incident occurring in their jurisdiction and may request that other agencies or resources conduct an independent investigation. In addition, Member agencies may request CMIIT for other than Critical Incidents but CMIIT will not conduct Administrative or Internal Investigations (i.e. non- criminal). 5. POSITIONS IN CMIIT Member agencies may submit for the Board's consideration a list of qualified officers to fill the positions of the CMIIT. Training, a history of ethical behavior, and demonstrated impartiality are critical to maintain confidence in the investigation. The minimum selection and role requirements for each position shall be as outlined in Washington Administrative Code Chapter 139-12. The CMIIT Commander and Assistant CMIIT Commander will each be from different Member Agencies. Any team member may be removed from CMIIT at any time with or without cause upon the determination of the CMIIT Commander or at the direction of their own agency. CMIIT personnel from Member Agencies who are assigned to a CMIIT investigation shall be subject to the CMIIT chain of command for the duration of the initial call -out and for subsequent follow-up assignments related to the investigation. A. CMIIT Commander The CMIIT Commander will generally serve as the Incident Commander at a Critical Incident unless they are an employee of the Involved Agency. If the CMIIT Commander is an employee of the Involved Agency, the Assistant CMIIT Commander will assume the role of Incident Commander for that investigation. In the absence of or in the case of conflict where neither the CMIIT Commander nor Assistant CMIIT Commander serve, the Chief of the CMIIT Commander's agency shall determine who will serve as the Incident Commander. The CMIIT Commander will be responsible for overall management and coordination of investigated incidents, except one involving their own agency, as well as the readiness and training of the unit. The CMIIT Commander must create and enforce firewalls, which is a process to prevent information sharing between the CMIIT from the Involved Agency, and train all team members to observe them to ensure no member of the CMIIT receives any compelled statements of the Involved Officer(s) or any investigative content that was informed by such compelled statements. The CMIIT Commander will submit an annual written report to the Board which summarizes the previous year's activities and includes a review of activations, training and any lessons learned. The report should also identify any needs and establish goals for the coming year. CMIIT Interlocal Agreement -Page 4 of 12 The CMIIT Commander shall appoint a PIO to provide public updates about the investigation approximately once per week, even if there is no new progress to report. The CMIIT Commander shall ensure that all public records of any investigation are kept with the CMIIT Commander's agency, who shall respond to public records requests for investigative records once the CMIIT is activated. B. Assistant CMIIT Commander The Assistant CMIIT Commander shall be from a Member Agency appointed by the Board. An Assistant CMIIT Commander assumes the CMIIT Commander's duties and responsibilities in the absence of the CMIIT Commander. The Assistant CMIIT Commander shall not be from the same agency as the CMIIT Commander. C. CMIIT Investigative Supervisor The Board will appoint a CMIIT Investigative Supervisor on 2 year rotating basis from the ranks of qualified supervisory personnel of the Member Agencies. The CMIIT Supervisor will generally supervise the CMIIT Investigators at a Critical Incident in consultation with the CMIIT Commander unless the CMIIT Supervisor is an employee of the Involved Agency. If the C M I I T I n v e s t i g a t i v e Supervisor is absent or has a conflict, another qualified investigative supervisor from a non -Involved Agency may serve as the CMIIT Investigative Supervisor. D. CMIIT Investigators CMIIT Investigators are officers who are currently or have previously served in an agency's investigative unit. Member agencies agree to provide their CMIIT Investigators with training on the following core topics prior to their assignment to CMIIT or as soon as reasonably possible: I. Interview and interrogation II. Homicide investigation III. Officer -involved shooting investigation Upon activation for investigation of a Critical Incident, assigned CMIIT Investigators will immediately respond and will be assigned tasks at the direction of the CMIIT Commander through the CMIIT Investigative Supervisor. 6. COMMUNITY REPRESENTATIVES (2) The Involved Agency agrees to provide the CMIIT with two non -law enforcement Community Representatives to ensure investigation transparency. Member agencies agree that each Community Representative will meet, at a minimum, the following criteria: I. Pass a criminal background check II. Sign a confidentiality agreement (until a decline or criminal prosecution) III. Other selection criteria may be established by each agency and these additional selection criteria are not binding upon other Member Agencies. CMIIT Interlocal Agreement - Page 5 of 12 7. ACTIVATION The Chief Law Enforcement Officer of the Involved Agency, or their designee, shall request CMIIT activation using the procedures outlined in the CMIIT Protocols. The CMIIT Commander, or their designee, will contact Member Agencies to activate appropriate personnel to respond to a specific incident. When activated, the CMIIT will respond to the staging location designated by the Venue Agency. Member Agencies recognize that follow-up meetings and additional investigative work will be required, after the initial call -out, to complete the investigation. The CMIIT personnel assigned to an investigation shall remain available from the time of the call out until deactivated by the CMIIT Commander. Member Agencies will ensure that every reasonable effort is made to allow CMIIT personnel to meet necessary commitments. 8. INDEPENDENT INVESTIGATION A. The CMIIT Commander shall have exclusive authority to conduct the independent investigation and will determine which CMIIT members and resources will be used to investigate each incident. B. Pursuant to RCW 10.114.001 and WAC 139-12-030, no member of an Involved Agency shall participate in any way in the investigation with the exception of the following: I. Specialized equipment belonging to the Involved Agency may not be used by the CMIIT unless: 1- no reasonable alternative exists; 2 - the equipment is critical to carrying out the independent investiga-tion; and 3 - the use is approved by the CMIIT commander. If the equip-ment is used, the nonlaw enforcement community representatives on the CMIIT must be notified about: 1 - why it needs to be used; and 2 - the steps taken to appropriately limit the role of any Involved Agency personnel in facilitating the use of that equipment. II. No information about the ongoing independent investigation of police use of Deadly Force will be shared with any member of the Involved Agency, except limited briefings given to the chief or sheriff of the Involved Agency about the progress of the investigation so that they can manage the internal administrative investigation and communicate with their community about the progress of the investigation. III. If the Chief or Sheriff of the Involved Agency requests that the CMIIT release the body cam video or other investigation information of urgent public interest, the CMIIT Commander should honor the request with the agreement of the prosecutor of jurisdiction. C. Nothing shall preclude an officer employed by the Involved Agency from: Acting as a first responder to the scene of the incident; CMIIT Interlocal Agreement -Page 6 of 12 II. Providing or facilitating medical assistance to any injured person; III. Helping to secure the scene; or IV. Participating in a search for, or pursuit of, any persons suspected of a crime related to the incident. 9. CONFLICT OF INTEREST At the onset of a CMIIT activation, the CMIIT Commander, in consultation with Member Agencies, shall determine whether any actual or potential conflict of interest exists that would undermine public confidence in the impartiality and independence of the investigation and will take necessary steps to eliminate conflicts of interest. Conflicts of interest include, but are not limited to, instances where a member of the CMIIT investigative team is in a familial, business or close, personal relationship with an Involved Officer. Absent other factors, mere acquaintance with an Involved Officer is not a conflict of interest for the purpose of recusing a CMIIT CMIIT Investigator. The CMIIT Commander and/or the chief law enforcement officer of the Involved Agency may order the recusal of any CMIIT Investigator, or take necessary action to ensure the impartiality of the investigation. Member agencies shall have an on-going responsibility to notify the CMIIT Commander and the chief law enforcement officer of the Involved Agency of any newly discovered information related to a conflict of interest. 10. RESPONSIBILITIES OF THE INVOLVED AGENCY If a law enforcement officer has been injured and transported to a hospital, the Involved Agency will be responsible for coordinating security and assistance at the hospital. At the request of the CMIIT Commander, the Involved Agency will identify an Agency Liaison who will be responsible for coordinating with the CMIIT Commander regarding necessary logistical issues, if any, with the understanding that there is a firewall system in place and with the understanding that the Involved Agency is affirmatively advised not to furnish any "prohibited content" to the CMIIT. This Agency Liaison will be a command or mid-level personnel who was not directly involved with the incident itself. 11. RESPONSIBILITIES OF VENUE AGENCY The Venue Agency shall ensure proper crime scene protection. This includes, but is not limited to, immediately securing the crime scene, controlling access into the crime scene, and recording the names of individuals who have entered the crime scene and taking reasonable steps to identify and protect perishable evidence. Written reports shall be provided by all personnel who enter a designated crime scene. The Venue Agency shall allow use of work space and equipment as needed by the CMIIT. CMIIT Interlocal Agreement -Page 7 of 12 The Venue Agency requesting the CMIIT will identify an incident liaison for the duration of the investigation. This will be a command or mid-level personnel who was not directly involved with the incident itself. They will assist the CMIIT Commander with any requests for special support such as equipment, food, water, shelter, and transportation within its abilities and available resources. 12. WAGE & BENEFIT RESPONSIBILITIES OF MEMBER AGENCIES Each Member Agency shall pay all wages and benefits due any of its employees providing services under this Agreement, including overtime pay, worker's compensation benefits and all other regular benefits received by the officer, in the same manner as when those employees are on duty working directly for their employing agency. 13. EQUIPMENT AND SUPPLIES Each Member Agency agrees to supply its own personnel with the necessary supplies to participate in CMIIT (notebooks, cameras, tapes, electronic media, pens, etc.). Each Member Agency shall remain responsible for the ordinary wear and tear and routine maintenance of its respective equipment, used in support of this Agreement. Each Member Agency will be responsible for repairing or replacing its equipment that may be damaged during an investigation. If the cost is substantial, the agency whose equipment was damaged may request to share the expense with other members but no Member Agency is obligated to contribute. 14. EXPENSES Each Member Agency shall b u d g e t f o r a n d finance its operations unless a separate agreement is approved regarding a specific investigation. All regular personnel and operational costs related to the investigation shall be the individual responsibility of each Member Agency providing staff to the CMIIT. Prior to incurring extraordinary costs associated with travel, specialized equipment, testing, investigative or other expenses not otherwise specifically authorized in the budget of each Member Agency, the CMIIT Commander will consult with the Chief Law Enforcement Officer of the Involved Agency for authorization. 15. MEDIA RELATIONS The CMIIT Commander will select a spokesperson for the incident from a non-involved agency who will act as PIO. The selection of this spokesperson does not preclude other agency heads from participating in news conferences, press releases or other media opportunities. Member agencies recognize the importance of speaking with one voice and not releasing information prematurely or which could hinder the investigation. The Involved Agency, the Venue agency and the CMIIT Commander should consult with the appointed PIO on the content of news releases or intended press conference statements prior to their dissemination to the media. CMIIT Interlocal Agreement -Page 8 of 12 16. CONTRACT REPRESENTATIVES/ NOTICES The contract representative for each agency is the Police Chief. Any notice required to be given pursuant to this Agreement shall be to the party at the address listed below and shall become effective three days following the date of deposit in the United States Postal Service. City of Lacey, ATTN: Police Chief 420 College Street SE, Lacey, WA 98503 360-459-4333 City of Olympia, ATTN: Police Chief P.O. Box 1967 Olympia, WA 98507-1967 360-753-8300 City of Tumwater, ATTN: Police Chief 555 Israel Road SW Tumwater, WA 98501 (360) 754-4200 City of Yelm, ATTN: Police Chief 206 McKenzie Street Yelm, WA 98597 360-458-5701 17. TERM This Agreement shall take effect once signed by all governing bodies of each the Member Agencies. The Agreement shall be renewed automatically on the annual anniversary of the date of the last signature affixed to the Agreement, subject to termination as set forth herein. 18. TERMINATION/WITHDRAWAL Any party to this Agreement may withdraw from the Agreement with the withdrawing party's Contract Representative providing a minimum of thirty (30) days written notice to the other Contract Representatives. 19. SUPPLEMENTAL AUTHORITY This Agreement shall be construed as supplemental authority and not as limiting any preexisting authority of the parties with respect to mutual aid. 20. WAIVER The failure of any party to enforce a provision of this Agreement shall not constitute a waiver of that or any other term of this Agreement. CMIIT Interlocal Agreement -Page 9 of 12 21. SEVERABILITY It is the intent of the parties that if any part, term, or provision of this Agreement is ruled invalid, the remaining portions of the Agreement shall continue in full force and effect. Whenever possible, each provision of this Agreement shall be interpreted in such a way as to be effective and valid under applicable law. 22. AMENDMENTS This Agreement may only be amended in writing and signed by each party's governing body. 23. INDEMNIFICATION The parties to this Agreement each agree to defend, indemnify and hold the other, their officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits, including reasonable attorney fees, arising out of or in connection with each entity's respective performance of its responsibilities under this Agreement, except to the extent such injuries and damages are caused by the negligence of one of the other parties. 24. GOVERNING LAW This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. 25. PUBLIC RECORDS A. Records. Each Member Agency shall retain its own public records as a member of the Board and/or CMIIT and shall respond to any records request submitted to their agency seeking records of the agency's work either as a part of the Board or a part of a CMIIT, with the sole exception of CMIIT Investigation Records which are solely kept by another Member Agency as a part of the independent investigation into an investigation pursuant to this Agreement. B. CMIIT Investigation Records. Public records requests for records of an investigation conducted by the CMIIT shall be directed to the CMIIT Commander for the CMIIT Commander's Agency to respond. Any Member Agency receiving a request for CMIIT investigation records related to a specified CMIIT investigation will try to provide notification and a copy of the request to the the CMIIT Commander and City Clerk of the Member Agency that performed the investigation. The Member Agency receiving the initial request will, if possible, communicate with the requester to inform them that the requested records are kept by and must be obtained from the CMIIT Commander's Agency directly. 26. PUBLIC ACCESS TO AGREEMENT Prior to its entry into force, this Agreement shall be posted on the websites of the parties or other electronically retrievable public source or, alternatively, filed with the Thurston County Auditor's Office as set forth in RCW 39.34.040. CMIIT Interlocal Agreement - Page 10 of 12 27. RATIFICATION Any work performed prior to the effective date that falls within the scope of this Agreement and is consistent with its terms is hereby ratified and confirmed. 28. COUNTERPARTS This agreement may be executed in any number of counterparts, each of which when executed and delivered shall constitute a duplicate original, but all counterparts together shall constitute a single agreement. IN WITNESS WHEREOF, the parties by the signatures of their authorized representatives have executed this Agreement effective on the date shown by each signature. City of Lacey Scott Spence, City Manager I_199:A�9q�7_t.�C�l7iJ:7uA David Schneider, City Attorney City of Olympia Steven J. Burney, ClManager I_199:A�9q�7_t.�C�l7iJ:7uA Annaliese Harksen, Deputy City Attorney City of Tumwater Peter Kmet, Mayor APPROVED AS TO FORM: Karen Kirkpatrick, City Attorney CMIIT Interlocal Agreement - Page 11 of 12 Robert Almada, Interim Chief of Police AMA. t<IA Aaron Jelcick, Interim Chief of Police Jon Weiks, Chief of Police City of Yelm J.W. Foster, Mayor APPROVED AS TO FORM: Brent Dille, City Attorney CMIIT Interlocal Agreement - Page 12 of 12 Todd Stancil, Chief of Police EST, 1924 WASHINGTON "Pride of the Prairie" To: Mayor JW Foster Yelm City Council From: Tami Merriman, Associate Planner Date: December 31, 2020 (for January 12, 2021 Council Meeting) Subj: Request for Waiver of Application Fee RECOMMENDATION If Council determines that the request meets the criteria for waiving the application fee, it should adopt a motion to waive the fee pursuant to the Yelm Development Fee Schedule adopted by Resolution 561. BACKGROUND Jason and Tara Rudis, and Erica Isabel have applied for an appeal a Hearing Examiners decision. The fee for an appeal of the Hearing Examiners decision is $500. CURRENT SITUATION The Rudis' and Ms. Isabel requested a variance for an expansion of their driveway. The Hearing Examiner received testimony at a public hearing and issued a conditioned approval. The Rudis' and Ms. Isabel request to appeal this decision to City Council. The Rudis' and Ms. Isabel have requested a waiver of the application fee. Ms. Isabel states that she is a single mother, a full time student at SPSCC, and is unable to afford the appeal fee. This fee creates a barrier for her to present her case to the Council. The current Yelm Development Fee Schedule was adopted by Resolution 561 on October 13, 2015. The fee schedule allows for a waiver of fees under certain circumstances. The City Council may waive the fee when the applicant can a. Show that the appeal fee will create a financial hardship; or b. Show that the appeal fee is a barrier to pubic fairness; or c. Show overriding public interest, health or safety; or d. The appellant is a nonprofit corporation registered with the State of Washington, and demonstrates to the City Council that the appeal fee would impact the ability to forward the corporations mission to serve the community of Yelm. The City of Yelm is an equal opportunity employer and provider The applicant shall apply for the waiver at the same time as the application is filed. The applicant shall provide documentation to the satisfaction of the City Council that the appeal fee should be waived. Council may waive the appeal fee pursuant to Resolution 561 if it determines the applicant meets the requirements above, request documentation from the appellant to support the waiver request, or deny the request to waive the fee. Page 2 of 2 December 31. 2020 To Whom it May Concern, I am requesting a wavier for the fee for requesting an appeal for the decision that was made in the matter of getting a variance regarding the extension of the driveway at 16519 92nd Ave SE Yelm, WA 98597. The reason I am requesting a wavier for that is I am a single mother, A full-time student at SPSCC college and I cannot afford to pay the fees that are being asked for getting an appeal for a variance. The only income I have is my son's Kyle Sanchez. It is medically necessary for Kyle Sanchez and for the safety and well-being of Kyle. Not being able to afford the Appeal fee would create a barrier for me to present my case to the City and requesting an appeal is in the interest of Kyle's wellbeing and safety. I appreciate your time in taking this request into consideration. Sincerely Erica Isabel To: Mayor JW Foster Yelm City Council 11, L i J n. 7.1924 WASH SIH I N TCS N "Pride of the Prairie" From: Tami Merriman, Associate Planner Date: December 31, 2020 (for January 12, 2021 Council Meeting) Subj: Closed Record Appeal Procedures The Yelm Hearing Examiner issued on November 24, 2020, a decision in the matter of Jason and Tara Rudis' application for a variance to allow their residential driveway to be larger than the maximum allowed in the Unified Development Code, as a reasonable accommodation due to the disability of a family member residing in the home. The Rudis' have appealed the Hearing Examiners conditions. I would like to take this opportunityto review the procedures for a closed record hearing for the appeal of the Hearing Examiners Decision. THE RECORD A closed record appeal is based on the record created before the Hearing Examiner with no new evidence or information allowed to be submitted, and only appeal argument is allowed. The record before the Hearing Examiner includes: • Hearing Examiner Decision • City Staff Report with Exhibits • Public Hearing: The hearing may be viewed at the City of Yelm YouTube Channel COY Public Hearing November 3, 2020. Each Council member needs to be responsible for the review of the entire record prior to the closed record appeal hearing. THE APPEAL PROCESS The written appeal is required to include alleged specific errors of fact, alleged specific procedural errors, alleged omissions from the record, alleged errors of interpretation of the comprehensive plan, or other issues which the City Council is asked to consider on appeal. The appeal is argument about the record or the decision of the Examiner, and cannot introduce new evidence. The City of Yelm is an equal opportunity employer and provider The role of the Council is to determine if the Examiner's decision was legally correct and whether it was supported by substantial evidence. The Council must defer to the Hearing Examiner's factual findings if they are supported by substantial evidence. The Council may adopt, amend and adopt, reject, reverse, or remand the Hearing Examiner's decision, based on the record created before the public hearing. THE CLOSED RECORD APPEAL Prior to the closed record appeal, which is scheduled for the January 26, 2021 regular meeting of the City Council, each Council member should have reviewed the entire record, the decision, and any memorandums submitted by the parties. At the closed record appeal hearing, the Rudis' and staff from the Community Development Department will provide an oral summary of the arguments. Again, at this point, there is no new evidence introduced into the record and the oral argument is limited to the legal positions each party is taking. The Council may ask questions of the parties regarding their arguments. There will be no testimony, argument, or questions from the public at the closed record hearing. Once the oral arguments are finished, the Council may render a decision on the appeal. If the Council renders a decision different from the decision of the Hearing Examiner, it must adopt amended findings and conclusions accordingly. THE STANDARD OF REVIEW The Council may reject or amend the Examiners decision if it finds that the decision was contrary to law or not supported by substantial evidence. The factual findings of the Examiner are presumed to be valid if they are supported by substantial evidence. It is the Rudis' burden to prove to the Council that the Examiner's decision should be rejected or amended. The Closed Record documents are attached. Page 2 of 2 Jason and Tara Rudis Erica Isabel 1651992 nd Avenue S.E. Yelm, WA 98597 Dear Applicants: } L z u I EST. 1924 WASHNGTON1 "Proudly Serving Our Community" November 24, 2020 Transmitted herewith is the Report and Decision of the City of Yelm Hearing Examiner relating to the above -entitled matter. Very truly yours, / N . CA AUX, JR. Hearing Examiner SKC/jjp cc: Parties of Record CITY OF YELM APPLICANTS: Jason and Tara Rudis Erica Isabel 1651992 nd Avenue S.E. Yelm, WA 98597 • Variance from the strict interpretation of City of Yelm Unified Development Code standards for residential driveway width as an ADA reasonable accommodation. After reviewing Community Development Department Staff Report and examining available information on file with the application, the Examiner conducted a public hearing on the request as follows: The hearing was opened on November 3, 2020, at 10:00 a.m. Parties wishing to testify were sworn in by the Examiner. The following exhibits were submitted and made a part of the record as follows: EXAIBIT I - Community Development Department Staff Rep EXHIBIT A - Variance Application Package EXHIBIT ` 2005 ". a 1 Permit Site Plan 2012 Photo of Site 2020 Photo EXHIBIT E - Public Comment Page 2 of 9 TAMI MERRIMAN appeared, presented the City Staff Report, and testified that the applicants constructed a driveway wider than the code allows. The City provided proper notice by mailing it to agencies and neighbors and publishing it in the paper. She received comments from two subdivision residents and the homeowners association. The request is exempt from SEPA review. The applicant is requesting the wider installed driveway as a reasonable accommodation due to the disability of their son. According to the ADA definition, a nexus must exist between the accommodation requested and the disability. The Yelm Municipal Code (YMC) allows variances where strict adherence to the code would cause a loss of property r;g,",tJls. The Y^ r' aaICWS two onsite parking stalls and a 24 foot wide driveway. The reasons for the width limitations include the sidewalks and planter strips that provide open space and vegetation along the streets. Each driveway stall requires a nine foot by 23 foot area. In addition, the ADA requires parking stalls to provide a landing for the disabled. On the applicants' site, a ten foot wide utility easement is located behind the curb and gutter. The applicants constructed their driveway over the easement. Utility companies require a sleeve over the lines and pipes so that repairs don't require a tearing up of the driveway. She then discussed the variance criteria and specifically the necessity to show loss of property rights. The City tried to find a way for the applicants to meet the variance criteria. A variance based on medical needs does not fall into the facts necessary to support the variance. The applicants request the variance because of the need of a family member to have a wider parking space. The City acknowledges that three parking spaces are needed, and three nine foot by 20 foot spaces would create an apron width of 27 feet. Adding a five foot wide landing allows a 32 foot wide, parking area. However, the City cannot justify the full, 46 foot width requested by the applicants. The applicants would also need to reduce the parking space width near the street to protect the utility easement. She recommends a 27 foot wide approach and then behind the easement, a 32 foot width. She also believes it unnecessary to install the sleeve under the concrete. TARA RUDIS, applicant, appeared and testified that they need the extended width due to a disabled nephew. They need more room for him to safely exit a vehicle. The City is recommending a three car driveway with additional landscaping. They would need the entire driveway width straight into their property from the street. MS. MERRIMAN responded by testifying that the five foot by 20 foot pad from the street does not benefit the family. The expansion could begin 15 feet from the rear of the curb. ERICA ISABEL appeared and testified that the driveway is close to the street. She is afraid that the child would run into the street after exiting the vehicle. The concrete allows him to run on the concrete horizontally from the vehicle and not into the street. MS. RUDIS reappeared and confirmed that the concrete would allow the child a place to exit the vehicle and run. Page 3 of 9 MS. MERRIMAN reappeared and testified that the City recommends a 27 foot wide driveway at the street, then a wider landing area beyond that. childhave a wider space that is not grass. They would like to extend the concrete all the way to the street. The is 17 years old and they need a larger area to control him; he is g boy. EI_ISSA WADLEIGH appeared and testified that she is the president of the homeowners association. The association has tried to reach out to the City to bring the site into compliance with the City code. They want the applicants' driveway to be in compliance with the City code and originally agreed with the denial of the request for a driveway expansion. They reviewed the City's present recommendation and find it acceptable to the homeowners. The HOA has approved other requests for a 24 foot wide approach. The recommendation of a 27 foot wide approach plus the wider pad is a very good solution. MS. RUDIS testified that she would prefer the extension horizontally to the property line. No one spoke further in this matter and so the Examiner took the request under advisement and the hearing was concluded at 10:55 a.m. Q� A complete record of this hearing is available in the City of Yelm Community Development Department. FINDINGS CONCLUSIONS AND DECISION: FINDINGS: 1. The Hearing Examiner has admitted documentary evidence into the record, heard testimony, and taken this matter under advisement. 2. The proposal is categorically exempt from State Environmental Policy Act (SEPA) review, pursuant to Section 197-11-800 of the Washington Administrative Code (WAC). 3. Notice of this application was mailed to state and local agencies and property owners within 300 feet of the site on October 1, 2020, and published in the Nisqually Valley News in the legal notice section on October 8, 2020. Notice of the date and time of the public hearing before the Hearing Examiner was posted on the project site, mailed to property owners within 300 feet of the site, and mailed to the recipients of the Notice of Application on October 20, 2020. Notice of the public hearing was published in the Nisqually Valley News in the legal notice section on October 22, 2020. Page 4 of 9 Following notice, comments were received from a neighboring property owner in support of the driveway stating that moving parked cars off of the street has increased visibility and safety for the child. Comments received from the Mountain Sunrise Homeowners A A objectof driveway. The HOA advises that it received complaints notesdriveway, and # # • • -# by i subdivision, Review of the request showsafter the fact the drivewav does not meet the standards of either the HOA The HOA requests that the driveway be reduced to 24 feet in width and located more than five feet from the property Comments ..property owner within the subdivision opposes the driveway width as overly wide. Furthermore, the six vehicles parked on the driveway degrades the look and feel of a re-c�#ential subdivision. 5. The applicants, Jason and Tara Rudis and Erica Isabel, have a possessory ownership interest in a pie -shaped parcel of property described as Lot 4 of the Mountain Sunrise subdivision within the City of Yelm. The parcel, located at 16519 -92nd Avenue S.E., abuts 92nd Avenue for approximately 89 linear feet. The parcel measures approximately 109 feet in depth and decreases in width to 33 feet along the south or rear property line. Improvements on the parcel include an attractive, well -kept, single-family residential dwelling, concrete driveway, and fencing. 6. Living with the applicants is a 17 year old youth who is subject to a behavioral disability and is subject to the protections of the Americans with Disabilities Act (ADA). According to the applicants' uncontradicted testimony, the 17 year old youth is subject to running uncontrollably as he exits the confines of a vehicle following a trip. To provide safe exiting to prevent the youth from running into the street, the applicants constructed a 46 foot wide driveway that extends from the street to their attached garage and fence. The driveway extends across more than half of their lot's frontage on 92nd Avenue S.E. 7. Section 18.52.100(5) of the Yelm Municipal Code (YMC) provides that residential driveways may not exceed 24 feet in width. Such width provides convenient parking for two vehicles in accordance with YMC 18.54.030. The site plan submitted with the 2005 building permit application for the house and lot shows an 18 foot wide driveway, located more than three feet from the nearest driveway. 8. At some point following acquisition of the house and lot, the applicants added 28 feet of concrete paving to their existing, 18 foot wide driveway that created a total driveway width of 46 feet. The applicants constructed the additional driveway width without the benefit of a building permit or any review by the City. The new concrete crosses a ten foot wide, utility easement adjacent to the street. Said easement accommodates telephone, power, gas, cable, and possibly other Page 5 of 9 utilities. The project also eliminated a five foot wide, planter strip that included one street tree. The applicants did not contact utility companies to ascertain their requirements prior to installing the concrete driveway over the easement. accommodation"9. In their variance request and testimony, the applicants request an ADA accommodation to allow retention of the additional pavement to accommodate their child. A medical doctor has documented that the child requires a safe place off the street to exit a vehicle. The Fair Housing Act (FHA) defines "reasonable or personallow a disability • have an equalopportunity to use and enjoy a dwelling or • disabilities exactly the same as others will sometimes deny them an equal opportunity to use and enjoy their home. The ADA makes it unlawful to refuse reasonable accommodations to rules and policies when necessary to afford an equal opportunity to thosedisabilities. 10. However, our Washington courts have required that variances to zoning code requirements be based upon unusual circumstances associated with the parcel itself. In St. Clair v. Skagit County, 43 Wn. App. 122 (1986), our Washington Court of Appeals held: Reasons for a variance must be reasons pertaining to the property itself which prevent full use of the property to the extent other properties in the vicinity and under the same zoning can be used... Evidence of hardship or difficulty that will support a variance must relate to the land itself and not to the owner -applicant.... ...The circumstances of Meamber's desire to provide a home for an ailing relative is likewise personal and cannot support the granting of a variance .... 43 Wn. App. 122 @ 126, 127 In Martel v. The City of Vancouver, 35 Wn. App. 250 (1983), our Court of Appeals once again ruled: The remaining question is whether the evidence supports the Board's findings that the exceptional features of the lot gave rise to unnecessary hardship or practical difficulties justifying a variance. This is important because the practical difficulty or unnecessary hardship that will support a variance must relate to the land itself, and not the owner -applicant... Personal hardship such as the owner's age or physical condition cannot justify a variance .... 35 Wn. App. 250 @ 256 11. The ADA requires a minimum parking stall width of eight feet as compared to the City's standard parking stall width of nine feet. The ADA also requires an accessible landing pad five feet in width. Page 6 of 9 12. In its Staff Report n d presentation at the hearinstaff attemptsto reconcile our Court of Appeals decisions and the ADA requirements.,• -d•e thereforethe variance request is not based upon issues with the lot itself, but strictly upon the needs of the youth with the disability. Thus, following the ADA standards puts staff in the position of not only violating the court decisions, but also the City's variance criteria. Staff • • believes accommodates- time recognizesrequirements a concrete driveway that will accommodate three, nine foot wide, 20 foot long, parking spaces for a total width of 27 feet. Staff also s an additional D • • pa for a of 32 feet. Staff would also allow the applicants to replace the grass at the end of the concrete pad with beauty bark or some other material (plants) that could help restrain the disabled youth.also notes the availabilityof • parking in frontof •^• 13. Staff's recommendation requires removal of 14 feet of concrete width and restoration of the planting strip in the area of concrete removal. Staff does not recommend digging up the concrete to install a utility sleeve. 14. The applicants disagree with staff's recommendation, believing that they need to retain the entire 46 foot width of concrete. However, the 46 foot width is almost twice as wide as allowed by the YMC and significantly wider than the minimum, ADA pad width. The Examiner finds that staff's proposal reasonably reconciles the ADA requirements with the court decisions. However, the applicants may extend the concrete pad to the street as such will allow more area to accommodate the youth, will not detrimentally impact the aesthetics of the applicants' parcel, and will not require vehicle maneuvering to access the pad. 15. Because the variance is based upon the disability of a youth that is entitled to ADA protections, it is difficult to evaluate the variance request in accordance with the criteria set forth in YMC 18.14.100(0). However, the proposed variance recommended by City staff in consideration of ADA requirements satisfies the variance criteria to the greatest extent possible. The Examiner therefore finds that the variance for the expanded driveway width as proposed by staff satisfies all such criteria and is also a reasonable nexus to accommodate the youth's disability. Page 7 of 9 1. The Hearing Examiner has jurisdiction to consider and decide the issues presented by this request r,, r r- .r � • r r r r, 1 The applicants may retain a total driveway width of 32 feet from the street to the r 2. Within six (6) months of the effective date of this decision, the applicants shall remove all concrete beyond the 32 foot width, and shall restore said area with beauty bark, grass, or plantings at the applicants' choice subject to review by the City. Furthermore, the applicants shall restore the planter strip adjacent to the road in the area of concrete removal with grass and a street tree. The request for a variance to allow retention of a 46 foot wide, concrete, driveway width at a site located at 16519 -92nd Avenue S.E., Yelm, is hereby denied. However, a variance to allow a 32 foot wide, concrete, driveway width is hereby granted subject to compliance with the conditions contained in the conclusions above. ORDERED this 24" day of November, 2020. V r", /,-� - HE K. CAU—SS UX, JR. Hearing Examiner TRANSMITTED this 24th day of November, 2020, to the following: • *ANTS: Jason and Tara Rudis Isal be Erica • 92nd Avenue S.E Yelm, WA ..- a •859 OTHERS: Danielle Beyer VIS Group, Inc. 16514 -92nd Avenue S. E. 8617 Martin Way East Yelm, WA 98597 Lacey, WA 98516 14OW&lMU�Ti1 ffi Lqm =I Holm Famox-my-affiTIF NOTICE All final decisions of the hearing Examiner may be appealed to the City Council at a closed record appeal hearing, initiated by a person who has standing to appeal. All appeals must be filed within 21 days from the date of the decision being appealed in accordance with Section 18. 10. 100 Yelm Municipal Code. 11, L i J n. 7.1924 WASH SIH I N TCS N "Pride of the Prairie" Case Number: 2020.0288.VA0001 Applicant: Jason and Tara Rudis Erica Isabel 16519 92nd Ave. SE Yelm, WA 98597 Request: Variance from standard driveway width Public Hearing Date: November 3, 2020 Recommendation: Approve Driveway Expansion less than requested, that meets Reasonable Accommodation Need. F:iII:d0II:�OSAIL The applicant requests a variance from the strict interpretation of City of Yelm Unified Development Code standards for residential driveway width as a reasonable accommodation. Nod iiiicii:::. OIf= 0' il::�i:�I...IIW IIION AND F:1uil7I...IIC HII:.AII:dIINI Notice of this application was mailed to state and local agencies and property owners within 300 feet of the site on October 1, 2020, as well as published in the Nisqually Valley News in the legal notice section on October 8, 2020. Notice of the date and time of the public hearing before the Hearing Examiner was posted on the project site, mailed to property owners within 300 feet of the site, and mailed to the recipients of the Notice of Application on October 20, 2020. Notice of the public hearing was published in the Nisqually Valley News in the legal notice section on October 22, 2020. Comments were received from a neighboring property owner in support of the driveway stating that moving the cars off of the street has increased visibility and safety for the child. Comments received from the Mountain Sunrise Homeowners Association (HOA) in opposition to the width of the driveway. The letter states that the HOA received complaints of the size of the driveway and cites that the driveway was installed without approval required by the CCR's for the subdivision, that review of the request after the fact shows the driveway does not meet the standard of the HOA or the City of Yelm, and requests that the driveway be reduced to 24 feet in width, and located more than 5 feet from the property line. The City of Yelm is an equal opportunity employer and provider Comments received from property owner within the subdivision opposing the driveway width as the width is overly large, and the resulting 6 vehicles parked there degrades the look and feel of the residential subdivision. NVIIIfdONiMI[::.N rAl... .VIIII:::.W The proposal is categorically exempt from the Washington State Environmental Policy Act review, pursuant to WAC 197-11-800. F:'IR: 0lf I:::.IRTY CII NAIRAC H.11R IIS HCS The property is located at 16519 92nd Avenue SE, Yelm, WA and is identified by Assessor's Tax Parcel Number 63540000400. The property is located within the Mountain Sunrise subdivision and zoned Low Density Residential (R-4). aACIK0IROUNID (NIFOIRMAHON The parcel is located within the Mountain Sunrise subdivision and zoned Low -Density Residential (R-4). The subdivision received preliminary subdivision approval on August 25, 2003, final subdivision approval on October 26, 2005, and the building permit for this parcel was issued on November 1, 2005. The Yelm Municipal Code (YMC) at Section 18.52.100 (B) states that residential driveway widths shall not exceed 24 feet. The City of Yelm Engineering Specification and Standard Details at Section 2.10.100 and drawing number 2-25 provides guidance for size and location of residential driveways within the City of Yelm. Residential driveways are required to be spaced a minimum of 5 feet from a street corner, and a minimum of 3 feet between driveways. They must also provide a minimum 20 feet approach. Section 18.54.030 YMC requires a minimum of 2 parking stalls per each residential unit. The site plan submitted with the 2005 building permit shows the driveway location and size meeting the City of Yelm Development Standards. at 18 -feet wide, more than 3 feet between driveways, and more than 5 feet from a street corner. CUIR:Ifdll:::.NrSII UAH0N The applicant added paved parking of approximately 28 feet of width to their existing 18 - foot driveway, for a total driveway width of 46 feet. The driveway expansion greater than allowed by YMC. The expansion was completed without review or approval by the City of Yelm- The elm. The City contacted the applicant to let them know that the driveway expansion did not meet YMC standards, and the process to request an exception to this standard was to apply for a PG49FOLK-M Page 2 of 7 The applicant has applied for the variance and provided a letter requesting reasonable accommodation to allow the additional pavement to remain for the safety of their child, which includes documentation from a medical doctor that he requires a safe place off of the street to exit a vehicle. Reasonable accommodation is defined by the Department of Housing and Urban Development and the Department of Justice under the Fair Housing Act as: A "reasonable accommodation" is a change, exception, or adjustment to a rule, policy, practice, or service that may be necessary for a person with a disability to have an equal opportunity to use and enjoy a dwelling, including public and common use spaces. Since rules, policies, practices, and services may have a different effect on persons with disabilities than on other persons, treating persons with disabilities exactly the same as others will sometimes deny them an equal opportunity to use and enjoy a dwelling. The Act makes it unlawful to refuse to make reasonable accommodations to rules, policies, practices, or services when such accommodations may be necessary to afford persons with disabilities an equal opportunity to use and enjoy a dwelling. To show that a requested accommodation may be necessary, there must be an identifiable relationship, or nexus, between the requested accommodation and the individual's disability. WAIRIIANCII:::. C IRII � II.11RIIA The variance process allows a property owner the opportunity to request a variance to development standards under certain circumstances. Section 18.14.100 (C) YMC states that a variance shall be approved if: 1. Literal interpretation and application of provisions of this code would deprive the applicant of the rights commonly enjoyed by other properties in the same district; 2. A variance is necessary for the preservation and enjoyment of a property right possessed by other properties in the same vicinity or district, but which is denied to the property in question because of special circumstances on that property; 3. That the hardship described under this subsection is specifically related to the property and is the result of unique conditions such as irregular lot shape, size, or natural features, and the application of this code, and not, for example, from deed restrictions or the applicant's own actions, 4. The granting of the variance will not be materially detrimental to the public welfare or injurious to the right of other property owners in the vicinity; and 5. The variance will not permit a use prohibited by the Unified Development Code in the district in which the subject property is located. Page 3 of 7 f=IINIDIINCS AND CCNCI...USIICNS The CityofYelm Municipal Code requires a minimum of 2 parkingstalls per residential unit, and residential driveway widths not to exceed 24 feet. Maximum driveway widths are incorporated into development construction plans to provide for adequate stormwater runoff treatment, are considered for the aesthetic value to the neighborhood, and for providing green space. Street standards for residential subdivisions provide for on -street parking, sidewalks on one side and planter strips with street trees on both sides. The YMC provides guidance for parking requirements that allow the safe maneuvering and access to vehicles while parked. The Americans with Disabilities Act (ADA) provides minimum standards for parking. In the City, a standard parking stall is 9' x 20'. ADA requires parking stalls to be a minimum of 8' in width, with an accessibly landing of a minimum of 5 feet in width. The public right-of-way within the Mountain Sunrise subdivision is a modified local access residential street. This modified standard includes 2 drive lanes, a parking lane on one side of the street, a 5 -foot planter strip and 5 -foot sidewalk on one side. The right-of-way at this property includes a planter strip 5 feet behind the street curb, then a 10 -foot utility easement. The planter strip in this area included 1 required street tree. The 10 -foot utility easement includes telephone, power, gas, cable, and possibly other utilities. When installing a driveway within subdivisions in the City, it is standard practice to sleeve utilities so that driveways are not disturbed if maintenance is required. One neighboring property owner supports the driveway expansion, however the HOA does not feel the width is appropriate. Section 18.14.100 YMC states that a variance may be granted by the Hearing Examiner if all required findings exits. Staff analysis regarding variance criteria: Required Finding #1. Does the literal interpretation and application of provisions of the YMC deprive the applicant of the rights commonly enjoyed by other properties in the same district? The applicant provides information that establishes that 2 families are sharing the home, and that one of the family members requires an off-street parking area to allow the member to safely exit a vehicle away from the street. The applicant Page 4 of 7 states that additional paved surface is required for the safety of the family member. It is standard for all homes within residential subdivisions in the City of Yelm to have off-street parking of no more than 24 feet in width, or room for 2 - 3 cars. City street standards allow for on -street parking within residential subdivisions. The literal interpretation of residential driveway width of 24 feet would not deprive the applicant room to park 2-3 vehicles off street which is commonly enjoyed by other properties in this zoning district, however 24 feet in width may not allow enough room for 2 - 3 parking stalls and a provision for an accessible landing that meets ADA requirements. Required Finding #2. Is a variance necessary for the preservation and enjoyment of a property right possessed by other properties in the same vicinity or district, but which is denied to the property in question because of special circumstances on that property? The property, when developed, provided an improved driveway 18 -feet in width, which is adequate for 2 vehicles. The applicant states that a 24 -foot driveway width allowed by code, does not provide adequate room needed for the specific medical circumstance of the family member. Special circumstances exist due to specific needs of the resident that the previously existing driveway did not meet. Required Finding #3. Is a hardship described that is specifically related to the property and is the result of unique conditions such as irregular lot shape, size, or natural features, and the application of this code, and not, for example, from deed restrictions or the applicant's own actions? The hardship described bythe applicant is thatthere are two families residing in the home, and the existing driveway did not provide adequate space to provide a safe quiet place for their child to remain in the car before exiting the vehicle. The property is of average shape and size; hardship is not specifically related to the property as a result of unique conditions of the property. Required Finding #4. Will the granting of the variance be materially detrimental to the public welfare or injurious to the right of other property owners in the vicinity? The stormwater facilities for the subdivision planned for driveway widths of 24 feet in width. Planter strips with streets trees provide aesthetics and green space. The utility easement provides space for required utilities to serve the subdivision. The expansion of the driveway of more than 24 feet of paved surface is not likely to cause the stormwater facilities to fail so may not be materially detrimental to public Page 5 of 7 welfare, however the expansion over the pIante rstrip removed a required street tree and greenspaceforthe neighborhood, and may not have protected public infrastructure. Required Finding #5. Will the variance permit a use prohibited by the Unified Development Code in the district in which the subject property is located? The variance if granted would not permit a use prohibited by the Unified Development Code in the R-4 district- istrict. Conclusion- Conclusion: Analysis Analysis of the variance criteria shows that the use is not a prohibited use, that there would not be material detriment to public welfare, however reduced the required landscaping and aesthetics of the neighborhood. The parcel does not, by its shape and size, prohibit the applicant rights commonly enjoyed by other properties in the same district. While the variance process is the correct way to seek consideration of change from the strict interpretation of the code, a request for reasonable accommodation does not fall neatly within the variance criteria, and appropriate findings for each criterion may not achievable. In this instance, analysis should also include whether the modification requested is reasonably necessary to accommodate the disability, and whether the modification would fundamentally and/or unreasonably alter the nature of the specific code requirement. The applicant has provided documentation that accommodation for off-street parking is needed for the family member, but what is missing is the nexus of what is reasonably necessary to accommodate the family member. A driveway 24 feet in width, with the availability of other on -street parking provides for the parking area for 2 - 3 vehicles. Using standing parking requirements, and standard ADA accessible parking, the parcel could reasonable provide for the medical need by providing 3 9 -foot -wide parking stalls, one of which would have a 5' accessible landing. II:::.CooiV4iM1[::.NII:)A� ZION After review of the applicant's request, and subsequent variance criteria, it is the recommendation of staff to allow an expansion of the driveway width to be 27 feet, with a 5'x20' accessible landing. The easement and planter strip should be restored with grass and street tree. This provides the relationship, or nexus, between the requested accommodation and the individual's disability. Page 6 of 7 Exhibits: Exhibit A: Variance application package Exhibit B: 2005 Building Permit Site Plan Exhibit C: 2012 Photo of site Exhibit D: 2020 Photo of site Exhibit E: Public Comment Page 7 of 7 9Zv DSE V 10' UTILITIES - 88 66\ EASEMENT- 3o r$,•. N , 20• i o m it � ! 1241 76 i!/ 6'x8-V STEP TANK PAN # Tl' (5' MINIMUM FROM 2151 FOOTING/PORCH) / 7408, 2$: B :7°"'1 b =,v o S79pp�2•E 32.99' p CONTACT INFO KELLD (253) 848-0820 NOTE, 10' 1. MAINTAIN ST MOUNTAIN SUNRISE, LOT 04 BETWEEN ST-RUCTURES rta 2 ROOF RUNOFFINED TDRBE SUNRIDGE CITY OF YELM TIGH3. DRIVEWAY APPROACH TO HOMES, INC. BE BROOM FINISHED P.D. BOX 73790 16519 92ND AVE SE PUYALLUP, WA 98373 YELM, WA PHS C253> 848-0820 FAX, C253> 539-0514 PARCEL # SCALE- 1'=30' DATE- 08-05-05 10/22/2020 Go', g„ e Maps 16519 92nd Ave SE mage 2012 16519 92nd Ave SE - Google Maps Yelm, Washington it Google Street View 16510 92nd,' Image capture: Jul 2012 ©2020 Google https://www.google.com/maps/@46.953718,-122.589127,3a,75y,l 81.62h,81.9t/data=13m71 1 e1 !3m5! 1 s598agU6AhvtyN_2VhYFUtQ!2e0!6s%2 F%2Fge... 1/1 Tami Merriman From: Danielle Abbott Beyer < DMABeyer@live.com > Sent: Friday, October 9, 2020 12:53 PM To: Tami Merriman Subject: [External] Public comment: Rudis Driveway Expansion Good afternoon, I live directly across the street from this house and want to comment on this project. Expanding their driveway has allowed them to get their cars off the street, which has been great. It's hard to see down our street especially when kids are playing and people drive through too fast. The extra visibility is appreciated. Also, I have noticed that his disabled nephew has wandered into the street a lot less now that there is a clear and safe path to the cars. He is a sweet kid, but I worried about him getting hit by the drivers that speed through without paying proper attention. It seems like it was good move for everyone to expand the driveway and I am not sure what the controversy is. It's clean and makes the front of his house look nicer. It seems to be a variance from the HOA preferences, but it's a good move that does not appear to injure the neighborhood and does seem to protect his family. No complaints or issues here. Thank you, Danielle Beyer 253-230-3046 16514 92nd AVE SE Yelm WA 98597 VIS CROUP, INC. G� � foOvis anage ® onfnC�vusmana ement.ccam Professional Community Management 0 vismanagement.cam 0" 8617 Martin Way East, Lacey, WA 98516 e 13470 Martin Luther King Jr. Way S, Penton, WA 98278 Date: October 15, 2020 In Reference to: Jason Rudis, 16519 92.d Ave SE, Yelm, WA 98597. To whom it may concern, We do not support the issuance of a variance and have requested that the homeowner remove a portion of the expansion. The referenced individual failed to submit an Architectural review application to the Homeowner's Association c/o VIS Group, Inc as the management company. As outlined in the Governing Documents, the homeowner must receive prior approval for any changes made to the property. Only after numerous complaints from the neighbors, it was brought to our attention that Mr. Rudis had modified his driveway without ACC Committee or the Board's approval. Mr. Rudis was asked to submit an application to retroactively have the Board review the modifications. The Board voted to deny the changes and have asked that Mr. Rudis remove a portion of the driveway. The Board has a history of approving driveway extensions up to 24ft or equal to half of their current concrete driveway. This allows for additional parking spaces and recreational vehicles to park behind the fence line. So, in closing, Mr. Rudis has added a substantially noticeable driveway extension to the property. The Board is within their right to fine Mr. Rudis for failure to comply with the Governing Documents but have given them ample time to remove the driveway addition. We received the attached letter notifying us that he is request a variance. We are not in support of this and would ask that the City deny his variance request as this modification would not conform to the community. For your records, we have attached the original application and any applicable photos from our monthly inspections and the referenced CUR ACC regulations. Best regards, VIS Group, Inc. on behalf of Mountain Sunrise Board of Directors Phone: (800) 537-9619 E-mail: info@vismanagement.com Fax: (253) 799-8899 CC&R's Referenced here: CC&R'sARTICLE IXARCHITECTURAL AND LANDSCAPE CONTROL Section 9,1 Approval of Plans Require. Except as provided for in Section 9.2 below, none of the following actions may be taken until plans and specifications for the same have been approved in writing by the ACC: (a) The construction of private roads or driveways. (b) The construction or erection of any building, fence, wall, or other structure, including the installation, erection, or construction of any solar collection or satellite device. (c) The remodeling, reconstruction, or alteration of any road, driveway, building or other structure; and. (d) The landscaping or alteration of any existing landscaping upon any area which is required to be maintained either by the Association or any Owner pursuant to this Declaration. Section 9,5 Conformity with Approved Plans. Itshall be the responsibility of theACC to determine that the improvement was completed in accordance with the plans as submitted and approved. Such determination must be made within sixty (60) days of the completion of the improvement If the ACC shall determine that the improvement does not comply with the plans and specifications as approved, itshall notify the Owner within thatsixty (60) day period. If the Owner is so notified, that Owner shall within such time as theACCshall specify, but not less than thirty (30) days ei th er. (a) Remove or alter the improvement; or (b) Take such other steps as the ACC shall designate to bring the improvement into conformity. UIS GROUP, INC. Professional (ommunity Management Q1 8617 Martin Way East. Lacey. WA 98516 July 22, 2020 Account: 103000040 Jason Rudis 16519 92Nd Ave SE Yelm, WA 98597 Mountain Sunrise at Yelm OA RE: 16519 92Nd Ave SE, Yelm, WA, 98597 Dear Jason Rudis, �, 800-537-9619 (j info@vismanagement.com 0 vismanagement.com `d1 13470 Martin Luther King Jr Way S. Renton. WA 98178 COURTESY NOTICE This letter is coming to you as a courtesy from Mountain Sunrise at Yelm OA. It carries no penalties or fines and is strictly a warning as well as an attempt to preserve, maintain and improve the value of the community. It was noted on 7/22/2020 that a violation occurred on your property located at 16519 92Nd Ave SE, Yelm, WA, 98597, which our records indicate that you are the owner or authorized contact Specifically, changes to the driveway without approval. This is a violation of Mountain Sunrise At Yelm OA Governing Documents which state: "Section 9.1 Approval of Plans Required Except as provided for in Section 9.2 below, none of the following actions may be taken until plans and specifications for the same have been approved in writing by the ACC: (a) The construction of private roads or driveways; (b) The construction or erection of any building, fence, wall or other structure, including the installation, erection, or construction of any solar collection or satellite device; (c) The remodeling, reconstruction, or alteration of any road, driveway, building or other structure; and. (d) The landscaping or alteration of any existing landscaping upon any area which is required to be maintained either by the Association or any Owner pursuant to this Declaration." As stated, this letter is a courtesy and is advisory in nature. We respectfully ask that you comply with the following request within 30 days of this letter: modifications need to be made to removed/modified the area that is outlined in the ACC Denial letter and the attached letter from the City of Yelm. We would also advise that if a formal complaint is filed it could result in further pursuit of Mountain Sunrise at Yelm OA Enforcement Policy. The policy and enforcement procedures can be found in your Governing Documents, available on the VIS Group, Inc. website at www.vismanagement.com. Additional information, such as a compliance appeal form, can be downloaded from the above website or obtained from our management company, available by telephone at 800-537-9619 or by email at info (a)vismanagementcom. We hope this letter is accepted in the spirit it was intended, which is to inform you of the duties and obligations of homeownership in this neighborhood. If you feel this letter was sent to you by mistake you may appeal it by submitting a compliance appeal form that you can download from www.vismanagement.com. You may also request an extension to correct the violation. However, if the violation is not corrected by the approved extension you may face additional penalties. We atVIS Group, acting on behalf of the Board of Directors, are doing our best to administer the rules and regulations by which all homeowners are bound at Mountain Sunrise at Yelm HOA in a thoughtful and constructive manner. -9619 UIS GROUP, INC. H info@vismanagement.com infoC�.vismanagement.com Professional (t11111i unity Management vismanagement.com Q1 8617 Martin Way East. Lacey. WA 98516 `) 13470 Martin Luther King Jr Way S. Renton. WA 98178 Sincerely, Management Team VIS Group, Inc. On behalf of Mountain Sunrise atYelm HOA VIS GROUP, INC. Professional Community Management 9 8617 Martin Way East, Lacey, WA 98516 August 11, 2020 Account: 103000040 Jason Rudis 16519 92Nd Ave SE Yelm, WA 98597 Mountain Sunrise At Yelm OA RE: 16519 92Nd Ave SE, Yelm, WA, 98597 Dear Jason Rudis, �, 800-537-9619 (3 info(vismanagement.com vismanagement.com 9 13470 Martin Luther King Jr. Way S, Renton. WA 98178 Pt Compliance Notice This letter is in regard to a violation of Mountain Sunrise At Yelm OA Governing Documents. The violation is present at 16519 92Nd Ave SE , Yelm, WA, 98597, which our records indicate you are the owner or authorized contact. It was first noted on 7/22/2020 that a violation existed and is still present. Specifically, changes without approval. This is a violation of Mountain Sunrise At Yelm OA Governing Documents which state: Section 9,1 Approval of Plans Required Except as provided for in Section 9,2 below, none of the following actions may be taken until plans and specifications for the same have been approved in writing by the ACC. (a) The construction of private roads or driveways, (b) The construction or erection of any building, fence, wall or other structure, including the installation, erection, or construction of any solar collection or satellite device; (c) The remodeling, reconstruction, or alteration of any road, driveway, building or other structure; and, (d) The landscaping or alteration of any existing landscaping upon any area which is required to be maintained either by the Association or any Owner pursuant to this Declaration," This letter is associated with a $60.00 fine, which includes all applicable fees, payable to Mountain Sunrise At Yelm OA. We respectfully ask that you comply with the following request within 15 days of this letter: modifications need to be removed/modified . Failure to pay the fine associated with this letter within 15 days of this letter could result in further pursuit of Mountain Sunrise At Yelm OA enforcement policy. If you feel that this letter was sent to you by mistake you may appeal this fine by submitting a compliance appeal form that you can download from www.vismanagement.com. You may also request an extension to correct the violation. However, if the violation is not corrected by the approved extension you may face additional penalties. We at VIS Group, acting on behalf of the Board of Directors, are doing our best to administer the rules and regulations by which all homeowners are bound at Mountain Sunrise At Yelm OA in a thoughtful and constructive manner. Sincerely, Management Team VIS Group, Inc. On behalf of Mountain Sunrise At Yelm OA MOUNTAIN SUNRISE, @ HOMEOWNERS if SSOCI '' N ARCHITECTUPPLICATION*** Please Allow r Days for Processing *� y rn Failure to comply with the CCB,R's and Architectural Review Guidelines may subject a homeowner to t r legal action, legal fees and/or other charges per RCW 64.3&020 (11) and =R's Article R. Any assessed amounts: may be used to place a lien on the home unfit there is compliance. all To: w( Applican Mountain Sunrise @ Yelm HOA VIS Group Inc. 8617 Martin Way E. Lacey, WA 98516 hr,t Deliver To: 8617 Martin Way E. Lacey, WA 88616 Contact it: 890-537-9619 infovismanagemen2.corn late:--�L_ . 112.�b Q Property Address:Sarme Lot lit different from above) Contact *s: Lay itO (f ' 5 T,,) Eve2, d7 'IkrL ,D, A`,"1,&II � Name ra phone Address City Stata Zip M- 4.. a ,' • s4 4 4'4 4-. w _ :. y ,.. 4.. 111wal ow -111 11 16 Klif R511 go I y M 4 4 M 4 4- 0 Application Returned Date: (See ACC Comments Seri ens) _.. Signature. Signature mm_ SignaBure�.. D Application Approved Datr^,. (Improvernards must. be completed vAmm 1217 days of approval) Printed Name Printed Name Printed Name MOUNTAIN SUNRISE @ YELM HOMEOWNERS ASSOCIATION ARCHITECTURAL APPLICATION *** Please Allow 30 Days for Processing *** NEIGHBOR NOTIFICATION: The intent is to advise your neighbors who own property adjacent to, facing or impacted by the improvement(s) to your lot (property). Neighbors are encouraged to review your plans acknowledging the proposed changes or alterations to your lot. This is a "good neighbor policy" and they can sign the application and initial the plans if they choose to. Neighbors may provide input directly to the ACC if they have comments. Signature of this form is for notification purposes only. Neighbor approval/disapproval shall be advisory and is not binding in any way on the Architectural Committees' decision. -1socv— Sigilature Printed Name Address \ 3!7r urree Printed Name Address ` 1/ 41-(`CGCC J rf/ S1D' 9,A JL' Signature '� Printed Name Addfess i I UNDERSTAND AND AGREE THAT: 1. No work on this request shall commence until written approval of the Architectural Control Committee has been received. 2. All improvements approved by the Architectural Control Committee must be must be completed within one hundred and twenty (120) days after date of approval. Failure to complete the work within the prescribed period of time will cause the approval to be rescinded and resubmission will be required. Extenuating circumstances should be brought to the attention of the Architectural Control Committee. 3. Within thirty (30) days of completion of improvements, written notification must be provided to the Architectural Review Committee of such completion in order for the Committee to make its inspection as to compliance with approved plans and specifications. (see attached "Notice of Completion" letter.) 4. All city, county, state and federal codes and regulations must be followed and are the responsibility of the homeowner. Proposed Start SIGNATURE: Revised 04/27/16 Proposed Completion Date: Homeowner (Authorization of representative must be attached, if applicable.) ASSOCIATION ARCHITECTURAL k MayyY, *** Please Allow 30 Days for Processing *** Depending on the scope of your project, some, or all of the following information should be submitted with your request. Attach additional drawings to this form if needed. I. Description of improvement.. Z Location of residence on lot and dimensions from lot line. Indicate North arrow. 1 Complete dimensions of improvement proposed. 4. Measurements of improvements in relation to residence and pat lines. & Description of all finish materials, textures and color schemes. Attach AGC Exterior Paint Specification Form including paint chpps%samples on each copy of request. Note dearly where each color is to be used. & Drawings to show affected elevations, 7. Height of trees at maturity. -77 architectural standards of w structures and ACC COMMITTEE COMMENTSSECTION Reasons for returnldisapproval: Common treasons dor Incomplete or Does Not deet Standards Applications n Paint d ips neadad on all 3 sots_dappdications 1 i Trim color does not meet standards I � Re uires 3 com� Ie{ sats � u House base color does not meet standards t Mrssrng nelghtyor mottfioatVon sBppalfanre{sl i Incomplete "Inf,rmaal�on R�. uesC e I Shed root must be same as house (I Shed sidin2 must be same as house I :i (Weeds description of materials to be used 11 Needs sketch with building dimensions MOUNTAIN / HOMEOWNERS ASSOCIATION ARCHITECTURAL APPLICATION �* Please Allow 30 Days for Processing *** Mountain Sunrise @ Yelm Homeowners' Association Architectural Control Committee c/o VIS Group Inc. 8617 Martin Way E. Lacey, WA 98516 RE: Lot located at Street address Architectural Application Approval Date This letter is to inform you that the modification, additions and/or changes requested on my Architectural Application have been completed. I am now ready for a final inspection by the Committee or its designated representative as to compliance with approved plans and Specifications. Please contact me to arrange for the inspection. I can be reached at: Sincerely, E-mail Signature Printed Name Revised 04/27/16 t •'Ilt ASSOCIATION ARCHITECTURAL APPLICATION ' Please Allow 30 Days for r.. g EXTERIOR PAINT SPECIFICATIONS EXAMPLE OF TYPICAL HOME INDICATE COLORS TO BE USED Required Colors (Maximum number of colors: 2) 1.Bodv 2.Trim 3.GarageDoor Ootional Colors (Maximum number of colors: 2) 4. Accent 5.FrontDoor 6.Gable _ 7.Shutters(Optional) Revised 04/27/16 ATTACH PAINT CHIPS BELOW ON EACH COPY: I VIS GROUP. INC. Professional Community Management �, 800-537-9619 8 infoLDvismanagement.com ® vismanagement.com 0 8617 Martin Way East, Lacey, WA 98516 0 13470 Martin Luther King Jr. Way S, Renton, WA 98178 July 22, 2020 Account: 103000040 Jason Rudis 16519 92Nd Ave SE Yelm, WA, 98597 Mountain Sunrise at Yelm Owners Association RE: 16519 92Nd Ave SE, Yelm, WA, 98597 Dear Jason Rudis, The Board of Directors and/or ACC Committee of Mountain Sunrise at Yelm Owners Association has reviewed your application to extend the driveway. This letter is to notify you that your request has been DENIED. The reasons for the denial are the following below: "The driveway was installed prior to ACC application review process. The driveway does not meet the community standards and the City of Yelm requirements. The driveway will need to be modified to remove the portion that is wider than 24' within 10' of the curb and the portion that is within 5' of the property line." We appreciate your cooperation in requesting review of the modification. We encourage you to submit another application, taking into consideration the Board and/or ACC Committee's suggestions. If you have any additional questions or concerns about this or any other matter, feel free to contact our office at (800) 537-9619 or info@vismanagement.com. Sincerely, Management Team VIS Group, Inc. On behalf of Mountain Sunrise at Yelm Owners Association VIS GROUP, INC. Professional Community Management 9 8617 Martin Way East, Lacey, WA 98516 October 16, 2020 Account: 103000040 Jason Rudis 16519 92Nd Ave SE Yelm, WA 98597 Mountain Sunrise At Yelm OA RE: 16519 92Nd Ave SE, Yelm, WA, 98597 Dear Jason Rudis, �, 800-537-9619 (3 info(vismanagement.com vismanagement.com 9 13470 Martin Luther King Jr. Way S, Renton. WA 98178 2.d Compliance Notice This letter is in regard to a violation of Mountain Sunrise At Yelm OA Governing Documents. The violation is present at 16519 92Nd Ave SE , Yelm, WA, 98597, which our records indicate you are the owner or authorized contact. It was first noted on 7/22/2020 that a violation existed and is still present. Specifically, changes without approval. This is a violation of Mountain Sunrise At Yelm OA Governing Documents which state: Section 9,1 Approval of Plans Required Except as provided for in Section 9,2 below, none of the following actions may be taken until plans and specifications for the same have been approved in writing by the ACC. (a) The construction of private roads or driveways; (b) The construction or erection of any building, fence, wall or other structure, including the installation, erection, or construction of any solar collection or satellite device; (c) The remodeling, reconstruction, or alteration of any road, driveway, building or other structure; and, (d) The landscaping or alteration of any existing landscaping upon any area which is required to be maintained either by the Association or any Owner pursuant to this Declaration," This letter is associated with a $60.00 fine, which includes all applicable fees, payable to Mountain Sunrise At Yelm OA. We respectfully ask that you comply with the following request within 15 days of this letter: modifications need to be removed/modified . Failure to pay the fine associated with this letter within 15 days of this letter could result in further pursuit of Mountain Sunrise At Yelm OA enforcement policy. If you feel that this letter was sent to you by mistake you may appeal this fine by submitting a compliance appeal form that you can download from www.vismanagement.com. You may also request an extension to correct the violation. However, if the violation is not corrected by the approved extension you may face additional penalties. We at VIS Group, acting on behalf of the Board of Directors, are doing our best to administer the rules and regulations by which all homeowners are bound at Mountain Sunrise At Yelm OA in a thoughtful and constructive manner. Sincerely, Management Team VIS Group, Inc. On behalf of Mountain Sunrise At Yelm OA Tami Merriman From: Elissa Wadleigh <elissawadleigh@gmaitcom> Sent: Friday, October 16, 2020 12:48 PM To: Derek McCoy Cc: Grant Beck; Tami Merriman; Chris Vaccaro Subject: Re: [External]Re: Mountain Sunrise Driveway Expansion - 16519 92nd Ave SE Attachments: MS103000040 Rudis - Driveway Extension.pdf Tami, We received notice of the hearing on this variance request. I believe today is the deadline for public comment. I have attached a letter from the Homeowners Association as prepared by our property management company. I would also personally like to strongly oppose the issuance of this variance. I have been hearing from many neighbors upset about this expansion. It is very large. When they have 6 cars parked there it gives a very different look and feel to the character of the street. Jason Rudis is a former HOA board member, and well aware of the rules and the proper channels and chose to disregard them. Please see attached official public comment letter and materials on behalf of the Mountain Sunrise at Yelm Owners Association. (The decision by the board to send this opposition to the variance was a unanimous vote.) Please feel free to reach out to myself or the management company if you have any questions. Thanks! Elissa Wadleigh, President Mountain Sunrise at Yelm Owners Association 707-228-8331 On Thu, Jul 16, 2020 at 8:15 AM Derek McCoy <DerekM eyelmwa.gov> wrote: Elissa, Here is the statement that you can use in your letter to this property owner. As I stated in the statement, I am willing to work with this property owner in developing a plan for a driveway that will comply with YMC. If you are still unable to get the resident to comply, the next steps would be initiated through a Citizen Action Request to the City and our Building Official (Chris Vaccaro) would handle the code enforcement process. I hope that this will be useful in resolving this issue for you. Derek M. McCoy, PE, Civil Review Engineer / Project Engineer Office 360.458.8132 Cell 253.278.2937 www.yelmwa.gov „/ 14' �r r i / f w.,�o I . I �ifw ,Y From: Elissa Wadleigh <elissawadleigh@gmail.com> Sent: Wednesday, July 15, 2020 5:32 PM To: Derek McCoy <DerekM@Yelmwa.gov> Subject: Re: [External] Re: Mountain Sunrise Driveway Expansion - 16519 92nd Ave SE Are you still planning to send over that statement? We have atime frame in which we have to respond to their request, so we need to send out our letter to them with or without the statement very soon. Thanks! Elissa On Fri, Jul 10, 2020 at 10:55 AM Elissa Wadleigh <elissawadleig A(c mail.com> wrote: Derek, That would be great. Please send the statement and we will have it included in our letter. Our intent is also compliance not penalty, so hopefully we will have success. Thanks so much! Elissa On Fri, Jul 10, 2020 at 9:34 AM Derek McCoy <DerekM eyelmwa.gov> wrote: Elissa, I spoke with Grant this morning about this and confirmed that what I thought was the City's Policy was true. BLUF (Bottom Line Up Front) — YMC 18.52.100 Driveways states clearly that; "Residential driveway widths shall not exceed 24 feet." My previous email explained what this meant and included a recommendation for how to comply. The City could impose a $250 Civil Penalty for failure to bring the driveway into compliance with the Yelm Municipal Code, but this process is not a quick one and would only happen after the HOA and the City have exhausted efforts to get the homeowner to comply. From the Community Development page on YelmWA.gov -4 httys://www.velmwa.gov/connect/communitv development/grant.php Code Enforcement — The Building Official acts os the code enforcement officer for oll building, zoning, and nuisance regulations. The primary intent of oll enforcement actions described is to educate the public and to encourage the voluntary correction of violations. Civil and criminal penalties will be used only when necessary to ensure compliance with the provisions of the codes to which this chapter applies. Criminal charges will be brought only when civil remedies hove foiled to ensure compliance. With that all being said I could draft a statement that could be included as reference in the HOA's letter that would explain what code is being violated, how they could bring it into compliance, and what penalties they could face from the city if they did not comply. I could also give them my contact information if they would like assistance in developing an acceptable plan. If the HOA is not successful in its efforts to get the homeowner to comply a Citizens Action Request could be filed that would start our Code Enforcement process. I hope that helps you out, if you would like me to send that stamen I mentioned just let me know. Hope you have a great weekend! Derek M. McCoy, PE, Civil Review Engineer/ Project Engineer Office 360.458.8132 Cell 253.278.2937 www.yelmwa.gov 4WASHINGTON From: Elissa Wadleigh <elissawadleigh@gmail.com> Sent: Thursday, July 9, 2020 1:38 PM To: Derek McCoy <DerekM@Yelmwa.gov> Cc: Tami Merriman <tamim@Yelmwa.gov>; Grant Beck <grantb@Yelmwa.gov> Subject: Re: [External]Re: Mountain Sunrise Driveway Expansion - 16519 92nd Ave SE Thanks Derek! I will hope to hear back soon from Tami and/or Grant. W e asan HOA can ask them to remove the portions that do not comply (or remove the entire thing) but if they refuse, our only recourse is to fine them until they comply. The problem is, under the Governor's current COVID orders, HOAs are barred from assessing fines for violations, so other than asking them to remove it, we have very little recourse right now (and for the foreseeable future). I am really hoping that the city will address it with them as well, so that it will give further weight to what we request. If we are requesting the same thing that the city is, then that might make a difference. We really want to make sure moving forward that all applications for changes are in compliance with city codes and permit requirements. But as I said before, they installed this without pre -approval. Thanks! Elissa Wadleigh, Mountain Sunrise at Yelm HOA 707-228-8331 On Wed, Jul 8, 2020 at 11:11 AM Derek McCoy <DerekM eyelmwa. gov> wrote: Elissa, I will have to defer to Tami and Grant on what actions that City will pursue but I'm guessing that we would prefer that the HOA take the lead. I would recommend that you require them to remove the entire addition and submit a plan for a replacement for review. Some basic guidelines that the revised plan should meet are; - The portion of the driveway within the ROW/easement (Generally 10' from the curb) is limited to a width of 24'. - The driveway surface beyond this point may be expanded provided a 5' min setback is maintained from property lines and total impervious surface (Not including roof) does not exceed 35% of the Lot area. - The use of pervious pavement systems is encouraged. I would be happy to assist you with courtesy reviews of plans for this and future requests. Derek M. McCoy, PE, Civil Review Engineer / Project Engineer Office 360.458.8132 Cell 253.278.2937 www.yelmwa.gov "�. WASHINGTON i From: Elissa Wadleigh <elissawadleighC@Qmail.com> Sent: Tuesday, July 7, 2020 8:47 PM To: Derek McCoy <DerekMC@Yelmwa.gov> Subject: Re: [External] Re: Mountain Sunrise Driveway Expansion - 16519 92nd Ave SE Yes. We were quite shocked by the size as well. I will relay this info to the rest of the board. Will the city be contacting them about corrective action in addition to whatever the HOA decides? I appreciate your assistance it is really useful to have that code info for review of future applications as well. Elissa On Tue, Jul 7, 2020, 4:49 PM Derek McCoy <DerekM eyelmwa.gov> wrote: Elissa, I did get a chance to drive by and look at this driveway. It is much larger of an area than what I was thinking it was. Yelm Municipal Code 18.52.100 Driveways, limits residential driveway widths to 24 feet. I think there is a path forward to allow some addition paved area to be used for parking but the drive way approach or access is still restricted to 24 feet. Derek M. McCoy, PE, Civil Review Engineer / Project Engineer Office 360.458.8132 Cell 253.278.2937 www.yelmwa.gov From: Elissa Wadleigh <elissawadleighC@Qmail.com> Sent: Monday, July 6, 2020 2:11 PM To: Derek McCoy<DerekMC@Yelmwa.gov> Subject: [External]Re: Mountain Sunrise Driveway Expansion - 16519 92nd Ave SE Derek, I am just checking in to see if you had a chance to check this out. Thanks! Elissa On Wed, Jul 1, 2020 at 1:42 PM Elissa Wadleigh <elissawadleigh(a-),gmail.com> wrote: That sounds great! Thanks so much! Elissa Wadleigh Mountain Sunrise HOA - Yelm On Wed, Jul 1, 2020 at 1:35 PM Derek McCoy <DerekM eyelmwa.gov> wrote: Elissa, As we discussed on the phone a few moments ago, this is an email to confirm I have your correct email address and to provide you will mine. I work mostly remote from home so email and cell are the best ways to contact me. I will try to get by this address and take a look at what they have done and get back with you about the City's comments. I will try and provide you with some guidelines as well for consideration on future requests like this one. Derek M. McCoy, PE, Civil Review Engineer / Project Engineer Office 360.458.8132 Cell 253.278.2937 www.yelmwa.gov City of YcIm POLICE DEPARTMENT 206 McKenzio Avo. SE Yclrn, WA 98547-8831 a (360) 458-5701 w (360) 458-3188 fax StaffReport To: Mayor JW Foster Yelm City Council From: Todd Stancil, Yelm Police Chief Date: December 22, 2020 (For January 12, 2021 Council Meeting) Subj: TCOMM Intergovernmental Agreement Update Recommendation Authorize Mayor JW Foster to sign the proposed Thurston 9-1-1 Communications Amended and Restated Intergovernmental Agreement for Communication Services. Background May 5, 2018 the TCOMM 911 Administration Board set a goal for the Executive Director of TCOMM to review the agency bylaws and Intergovernmental Agreement, to address the ability of the agency (TCOMM) to incur debt for the purpose of purchasing a new radio system. A working group was established, comprised of members from both the TCOMM911 Administration and Operations Board. In November 2019 TCOMM proposed an Emergency Communications Sales/Use Tax Measure that would fund replacements and upgrades for Thurston County's primary emergency communication system. The voters approved the measure by 73%. Current The Thurston 911 Communications Intergovernmental Agreement was established in 1995. All parties to the agreement benefit both in terms of efficiency and economy from a consolidated communications system providing service to Thurston County and the cities, fire protection districts and regional fire authorities within Thurston County. Due to significant changes to the original IGA, TCOMM has followed the established amendment process under Article 12. A bylaw/IGA working group recommended most of the changes with the remaining recommendations resulting from the passage of the Emergency Communications sales/use tax measure. City of Yelm is an cquad opportunity employer F w z s a wLTJ F wwj wTj 3 0 o o O p °L' W d EW Ex ani w W w O s o 3 W W W e cC two �Tj3p W — O 7 Cn � o ai s � � N � M •� -o o x d' un i am d> to cn CD �� p ZV-+ V 'O Y N Y y aO p Ctl d W F-i N Cn W > O N N bDcn N �' aJ O O to W F Z O Q s p ❑ s Y 8 U Yeo O SAN cn W W c 3 +4 o LS rO� C7 a� LO � j N Y N _ N y. U c LL. w° c > Q> bD p d m U U U w w w w y 3 y 2 U G U L Q. U 1I a c O O > CC � � O U ^U N E O U vi U Vi U E L O � O U G' E O U G U L Q. U 1I a c O O w d' u O CD U O cC W L � G' CUJ bD G' O ❑ � c6 a. o C � U s N _ U > a. a. N M C 7 M M U M U L � F E- U U � L' '7 9' T r U U U cC Y U A i 10 d' U bD U . s r/cn� U a' Q a� L 9. a� �� rl �s U Y L U 0-0 U '6 m O Y -0U bn r '6 �' U C cC U Y O O N Q F U CA cC F C L O bD O O H '6 � s 7- Q ..6 :E c CAw � O Y Y nl � 7 U U 3 1i ctl Y bD Fscn.�.��d N d' i c d 8 O F Tj cC U v -y�6 W d S s C N O G L d cLC A o U N O U ° U 'T CUM L >> > 01 O O U to o 3 3 U toto ' •� v, U .� o p . °� ai to U cC U 'y O to cn ;� U to 3 w -M L h B U Y QJ ry Y � L Y d U o U d U M-0 0 -o U s N d' i c d 8 44 F > o c 3 fl-+ �1-+ Vi CC CC Vi Vi Vi U i U to E^ ctl O U td) Q �l Y W i.y Y = = .a O L QJ .•6 un un °' a kn N U p y bDto p N L O p= O N td) to to to i to O y N to ' i. �, to ¢ 'C �' rr U t to 'c ¢ to N �Tj bD p p � ,-a ctl m ar cC >� r U w bn ¢ O L ° z G O s � E°E�d N Q ° L � O � T w ° � z — G ¢ � O U t un U U P F^ U y �, 'L6 •� = ¢ N O W U U U y O U ¢ > O �Tj E^ w UElj ¢ d c w F N W L ° cC 9. bD L 5 r U w bn ¢ O L ° z G O s � w > N Q � L � O � T w ° � z — G ¢ � O -o un y w U y � = ¢ N O W U U y O U ¢ > O �Tj E^ w UElj ¢ d c w F N W L City of Yelm STAFF REPORT To: Mayor JW Foster Yelm City Council From: Cody Colt, Public Works Director Date: January 6th, 2021 (for January 12, 2021 City Council Meeting) Subj: TCOMM 911 Interlocal Agreement Attach: ILA Recommendation Authorize Mayor Foster to sign an Interlocal Agreement with Tcomm 911 allowing use of facilities at 901 Rhoton Rd to provide emergency services. Background TCOMM 911 has traditionally used the Old Historic Water Tower as a site for their communication software for emergency services. Yelm has a long standing tradition of partnership and planning with TCOMM 911 and other emergency organizations to keep Yelm at the forefront of emergency management. Current Situation The Old Historic Water Tower is being painted and revitalized, along with other adjustments it will no longer be able to support the needs of TCOMM 911 emergency services. TCOMM 911 and the City of Yelm would like to continue their partnership by allowing TCOMM 911 to move their emergency services to 901 Rhoton RD. November 24, 2020 Interlocal Agreement Between Thurston 911 Communications And The City of Yelm This Agreement is made and entered into by and between Thurston 911 Communications, hereinafter referred to as "TCOMM911" and the City of Yelm, and pursuant to the authority granted by Chapter 39.34 RCW. It is the purpose of this agreement to provide first responders with radio communication services to save lives and protect the City of Yelm, through the establishment, operation, and maintenance of a public safety radio site for the use of law enforcement and fire service agencies to be located at 901 Rhoton Rd NW. hereinafter referred to as "Yelm Water Tank". Therefore, in consideration of the terms and conditions contained herein, or attached and incorporated by reference and made a part hereof, the above-named parties mutually agree as follows: 1. Statement of Work a. TCOMM911 shall purchase, install and maintain fixed equipment as outlined in Exhibit A. b. TCOMM911 shall provide the City of Yelm with a single equipment rack for the City's use within the shelter to be located at the Yelm Water Tank. c. TCOMM911 shall grant the City of Yelm 24x7 access to the City's equipment rack within the shelter. d. TCOMM911 shall haul two runs of City supplied CAT6 cable from the City's equipment rack within the shelter to the top of the Yelm Water Tank. e. TCOMM911 shall install and align a City supplied Ubiquiti P2P dish on the Yelm Water Tank near the TCOMM911 installation. Construction shall be coordinated with City staff. f. The City of Yelm shall grant TCOMM911 24x7 access to the public safety radio site named -above for the duration of this Agreement, for the purpose of installing, operating, and maintaining the site as outlined in Exhibit A. 2. Terms and Conditions All rights and obligations of the parties to this Agreement shall be subject to and governed by the terms and conditions contained in the text of this Agreement. 3. Term a. Subject to its other provisions, this Agreement shall commence when this Agreement is properly signed. Page 1 of 4 Agreement#Yelm 2020-02 b. Either party may terminate this Agreement for their convenience. The terminating party shall provide a minimum of twelve months' notice of termination of this Agreement to the other party. Such notice shall be provided by certified and first-class mail. The notice shall be deemed received not later than the third day after such mailing. c. Either party to this Agreement may provide notice of termination of this Agreement to the other party based on any material breach of this Agreement. Such notice shall be provided by certified and first-class mail. The notice shall be deemed received not later than the third day after such mailing. The party receiving such notice shall have 20 days after the receipt to cure the alleged breach. d. Upon notice of termination, both above-named parties should make reasonable alternative provisions for the continuation of radio coverage for the affected fire and law enforcement jurisdictions. 4. Consideration Whereas, this agreement is entered into in consideration of the mutual benefits to the City of Yelm and TCOMM911 in providing radio coverage within the City of Yelm and allowing necessary access for TCOMM to City facilities necessary for accomplishment of this purpose, the parties mutually agree that no additional cash consideration is required between the parties. 5. Agreement Changes, Modifications and Amendments This Agreement may be changed, modified, or amended by written agreement executed by both parties. 6. Contract Management The representative for each of the parties shall be responsible for all communications pertaining to this Agreement. Thurston 911 Communications Executive Director 2703 Pacific Ave SE Suite A Olympia, WA 98501 360-704-2732 City of Yelm City Manager 106 2nd St SE Yelm, WA 98597 Severability Page 2 of 4 Agreement#Yelm 2020-02 If any provision of this Agreement or any provision of any document incorporated by reference shall be held invalid, such invalidity shall not affect the other provisions of this Agreement, which can be given effect without the invalid provision if such remainder conforms to the requirements of applicable law and the fundamental purpose of this agreement, and to this end the provisions of this Agreement are declared to be severable. 8. Indemnity and Limitation of Liability As relates to any legal claims or lawsuits brought by third parties, each party to this Agreement shall be accountable for its own wrongful and negligent acts of omissions, and for those of its officers, agents or employees to the fullest extent required by law and shall indemnify, defend and hold the other parties harmless from any such liability, allegations, complaints, or claims of wrongful and/or negligent acts or omissions by said party and/or its officers, agents, or employees to the fullest extent allowed by law. In the case of negligence of more than one party, any damages allowed shall be levied in portion to the percentage of negligence or fault attributable to each party and each party shall have the right to seek contribution from each of the other parties in proportion to the percentage of negligence attributable to each of the other parties. It is further specifically and expressly understood that the indemnification provided herein constitutes the Lessee's waiver of immunity under Industrial Insurance, Title 51 RCW'solely for the purposes of this indemnification. This waiver has been mutually negotiated and agreed to by both parties to this Agreement. The provisions of this section shall survive the expiration or earlier termination of this Agreement. 9. Choice of Law This Agreement has been and shall be construed as having been made and delivered within the State of Washington and it is agreed by each party hereto that this Agreement shall be governed by the laws of the State of Washington, both as to its interpretation and performance. 10. Entire Agreement Both parties agree that this Agreement is a complete expression of its terms and conditions. Any other representations or understandings not incorporated in this Agreement are specifically excluded. In Witness Whereof, the parties have executed this Agreement. City of Yelm Signature Name Date Agreement#Yelm 2020-02 Thurston 911 Communications Signature Name Date Page 3 of 4 Page 4 of 4 Agreement#Yelm 2020-02 VIRTUAL YELM CITY COUNCIL MEETING TUESDAY, JANUARY 12, 2021 MINUTES 1, Mayor JW Foster called the meeting to order at 6:03 p.m. Roll Call Present: Tad Stillwell, Joe DePinto and Terry Kaminski. James Blair joined the meeting at 6:05 p.m. and Tracey Wood joined the meeting at 6:49 p. M. Absent: Molly Carmody and EJ Curry. 2. Agenda Approval 21-001 MOTION BY TAD STILLWELL AMENDING THE AGENDA TO MOVE THE EXECUTIVE SESSION TO THE END OF THE MEETING. SECONDED BY JAMES BLAIR. 4-0, MOTION CARRIED. 3. Special Presentations - 2020 Youth of the Year Community Service Awards - Harley Jo Holman and Natalie McLaughlin 2020 Youth Good Citizenship Awards - Caitlin E.A. Garvey, Victoria Crow, Alexa Gulley, Lailauni Phillips, Kya Ramierz, Samantha Rohwedder, Cassandra Shaw and BreAnna Short 4, Public Comment - no public comment 5. Consent Agenda - a. December 17, 2020 Salary Commission Agenda and Minutes b. December 8 & 15, 2020 Minutes 21-002 MOTION BY JOE DEPINTO APPROVING THE CONSENT AGENDA. SECONDED BY TAD STILLWELL. 4-0, MOTION CARRIED. 6. New Business - a. 2019 Water Main Improvement (PW 2021-001) Contract Award 21-003 MOTION BY JAMES BLAIR AUTHORIZING MAYOR FOSTER TO SIGN A CONSTRUCTION CONTRACT WITH PAPE & SONS CONSTRUCTION FOR PW - 2021 -01 2019 WATER MAIN IMPROVEMENTS PROJECT. SECONDED BY TERRY KAMINSKI. 3-1 (JOE DEPINTO NO), MOTION CARRIED. b. Capital Metro Independent Investigation Team (CMIIT) Interlocal Agreement 21-004 MOTION BY JOE DEPINTO AUTHORIZING MAYOR FOSTER TO SIGN THE CAPITAL METRO INDEPENDENT INVESTIGATION TEAM INTERLOCAL AGREEMENT WITH LACEY, OLYMPIA AND TUMWATER, SECONDED BY JAMES BLAIR. 4-0, MOTION CARRIED. c. Request for Waiver of Application Fee 21-005 MOTION BY JAMES BLAIR APPROVING THE WAIVER OF APPLICATION FEE TO APPEAL HEARING EXAMINER'S DECISION TO CITY COUNCIL. SECONDED BY JOE DEPINTO. 4-0, MOTION CARRIED. January 12, 2021 Page 1 1 d. Closed Record Hearing Process and Record Documents Community Development Director Grant Beck explained the process. No action taken. e.TCOMM Intergovernmental Agreement Update 21-006 MOTION BY JOE DEPINTO AUTHORIZING MAYOR FOSTER TO SIGN THE PROPOSED THURSTON 9-1-1 COMMUNICATIONS AMENDED AND RESTATED INTERGOVERNMENTAL AGREEMENT FOR COMMUNICATION SERVICES. SECONDED BY TRACEY WOOD. 5-0, MOTION CARRIED. f. TCOMM 911 Interlocal Agreement (ILA) 21-007 MOTION BY JOE DEPINTO AUTHORIZING MAYOR FOSTER TO SIGN THE INTERLOCAL AGREEMENT BETWEEN THE CITY OF YELM AND TCOMM 911 TO ALLOW SERVICES TO BE MOVED FROM IT'S CURRENT LOCATION TO THE PUBLIC WORKS FACILITY LOCATED AT 901 RHOTON ROAD. SECONDED BY TRACEY WOOD. 5-0, MOTION CARRIED. Councilmember Wood left the meeting at 6:58 p.m, 7. Old Business - None Scheduled S. UPDATES - City Administrator - Michael Grayum • OCourt software has been installed at Yelm Municipal Court so they can start taking credit and debit card payments. Passports are scheduled out until February 10, 2021. • All Public Works employees are now trained in Flagging and the Public Works Administrative Assistant has started cross training with the Customer Service Team at City Hall. • An Exchange Location will be installed in front of the Public Safety Building soon. • Upcoming regular meeting topics will include the Downtown Water Building Contract, Animal Control Services Contract, Teamsters Memorandum of Agreement Extension Contract, Legal Services Contract, and Student of the Month, Closed Hearing and Land Acquisition Resolution. Upcoming Study Session meeting topics include training in Enterprise Funds, Council Committee discussion, Community Garden and Interlocal Housing Agreement for Affordable Housing. Councilmember Stillwell attended the Yelm Public Safety Committee meeting and the Yelm Planning & Economic Development Committee meeting. Councilmember Wood attended the Administrative Board of Director's meeting for TCOMM 911. Councilmember DePinto attended the Yelm Planning & Economic Development Committee meeting. Mayor Foster chaired the Thurston Regional Planning Council meeting, attended the Yelm Chamber of Commerce Forum and announced that construction of the Community Garden starts this Saturday. 9. Executive Session - moved to the end of the meeting. January 12, 2021 Page 1 2 21-008 MOTION BY JOE DEPINTO TO ADJOURN THE MEETING. SECONDED BY TERRY KAMINSKI. 4-0, MOTION CARRIED. 10. Adjourned at 7:21 p.m. 9. Executive Session - 30 Minute Executive Session to discuss the Teamsters Memorandum of Agreement - RCW 42.30.140 (4. a. & b.) At 7:22 p.m., Mayor Foster announced that Council would go into a 30 minute Executive Session to discuss Collective Bargaining Agreement with Teamsters. Executive Session ended at 7:54 p.m. c n Attest: 3W'Foster, Mayor Lori Lucas, City Clerk These minutes record the official actions of the Yelm City Council. Complete recordings are available on the city website at www.yelmwa.gov. January 12, 2021 Page 1 3