city of ephrata...cb-2 documents. all proposals must be accompanied by a certified check, postal...

287
CITY OF EPHRATA GRANT COUNTY WASHINGTON CONTRACT PROVISIONS for BASIN STREET (SR 28) WATER MAIN REPLACEMENT - REBID DWSRF CONTRACT # DM16-952-039 G&O #16050 MARCH 2018

Upload: others

Post on 27-Apr-2020

5 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

CITY OF EPHRATA GRANT COUNTY WASHINGTON

CONTRACT PROVISIONS

for

BASIN STREET (SR 28) WATER MAIN REPLACEMENT - REBID

DWSRF CONTRACT # DM16-952-039

G&O #16050 MARCH 2018

Page 2: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”
Page 3: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

TC-1

CONTRACT PROVISIONS

TABLE OF CONTENTS

CITY OF EPHRATA

BASIN STREET (SR 28) WATER MAIN REPLACEMENT - REBID

PAGE NO.

CALL FOR BIDS PART 1. BID DOCUMENTS

BIDDER’S CHECKLIST ........................................................................... BC-1 PROPOSAL ......................................................................................... P-1 – P-9 PROPOSAL BOND .................................................................................... PB-1 WASHINGTON STATE DWSRF BIDDER’S LIST CERTIFICATE OF NONSEGREGATED FACILITIES

PART 2. AGREEMENT AND BONDS

AGREEMENT .................................................................................. A-1 – A-14 WASHINGTON PERFORMANCE BOND .............................. PRB-1 – PRB-3 WASHINGTON PAYMENT BOND ....................................... PYB-1 – PYB-3

PART 3. DWSRF SPECIFICATION INSERTS PART 4. SPECIAL PROVISIONS

DIVISION 1 – GENERAL REQUIREMENTS ..............................1-1 TO 1-57 DIVISION 2 – EARTHWORK .........................................................2-1 TO 2-7 DIVISION 3 – AGGREGATE PRODUCTION AND

ACCEPTANCE .................................................................... 3-1 DIVISION 4 – BASES .................................................................................. 4-1 DIVISION 5 – SURFACE TREATMENTS AND

PAVEMENTS ..........................................................5-1 TO 5-3

DIVISION 7 – DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS ............................................................7-1 TO 7-22

DIVISION 8 – MISCELLANEOUS CONSTRUCTION .................8-1 TO 8-8

PART 5. AMENDMENTS TO THE STANDARD SPECIFICATIONS

Page 4: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

TC-2

PART 6. WAGE RATES WASHINGTON STATE PREVAILING WAGE RATES FEDERAL WAGE RATES

PART 7. APPENDIX Appendix A – Property Release Appendix B – DWSRF Forms Appendix C – Buy American Certification Appendix D – Inadvertent Discovery Plan and Procedures of

Cultural Resources and Human Skeletal Remains Appendix E – Traffic Control Plans

Page 5: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

CB-1

CALL FOR BIDS

CITY OF EPHRATA

BASIN STREET (SR 28) WATER MAIN REPLACEMENT - REBID

Sealed Proposals will be received by the undersigned at the City of Ephrata, 121 Alder Street SW, Ephrata, Washington 98823, up to 11:00 AM; local time on March 22, 2018, for furnishing the necessary labor, materials, equipment, tools, and guarantees thereof to construct the Basin Street (SR 28) Water Main Replacement - Rebid. This Contract provides for the construction of approximately 20,000 feet of 12-inch PVC C900 water main, approximately 700 feet of 8-inch PVC C900 water main, approximately 1,500 feet of 6-inch PVC C900 water main for fire hydrant, gate valves, fire hydrants, water services, appurtenances, traffic control, and surface restoration, all in accordance with the attached Contract Plans, Special Provisions, and the Standard Specifications. It is anticipated and required that the Contractor shall have two crews on site to complete the Work in the Contract time allowed. The Contractor shall note that either (1) No more than 2,000 feet of water main trench shall be left unpaved at any given time or (2) All unpaved water main trenches shall be paved every 20 working days. All costs associated with meeting this Contract requirement, to include, but not be limited to, any additional mobilization/demobilization costs, shall be merged in the various unit price and lump sum bid items as found in the Proposal. The bidder shall submit a list of all subcontractors to be used together with the following:

Subcontractor’s name and point of contact; Subcontractor’s mailing address, telephone number, and e-mail address; Subcontractor’s status as an MBE/WBE firm or non-MBE/WBE firm.

The list of subcontractors shall be submitted with the bid proposal. The Work shall be substantially complete within 90 working days after the commencement date stated in the Notice to Proceed. All bidding and construction is to be performed in compliance with the Contract Provisions and Contract Plans for this project and any addenda issued thereto that are on file at the City Hall of the City of Ephrata, Washington. The Proposals will be publicly opened and read aloud shortly after the time and date stated above. Proposals are to be submitted only on the form provided with the Bid

Page 6: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

CB-2

Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata” and in an amount of not less than five percent (5%) of the total Proposal amount. Contract Provisions and Contract Plans may be examined at the City Hall of the City of Ephrata, or the office of the Project Engineer, Gray & Osborne, Inc. Contract Provisions and Contract Plans for this project are available free-of-charge at the following website: “http://gobids.grayandosborne.com”. Bidders are encouraged to “Register” in order to receive automatic email notification of future addenda and to be placed on the “Bidders List”. For assistance, please call (509) 453-4833. Contract questions shall be directed only to the office of the Project Engineer. Any questions regarding the Contract Documents can be directed to Larry Julius, P.E., Project Engineer at Gray & Osborne, Inc.’s Yakima office ((509)-453-4833). If necessary, questions will be answered via addendum.

1. A Prebid Conference is scheduled for March 15, 2018. The conference will begin at the City of Ephrata City Hall, 121 Alder Street SW, Ephrata, Washington at 11:00 AM (local time). Prospective bidders are encouraged to participate.

2. All work performed on this project will be subject to the higher of the prevailing state or federal Davis-Bacon wage rates.

3. The City of Ephrata is an equal Opportunity Affirmative Action Employer. 4. Small, Minority, and Women-owned firms are encouraged to submit bids. 5. Buy-American requirement of P.L. 113-76 Consolidated Appropriations

Act of 2014 for American Iron and Steel. 6. All Contractors must be licensed in the State of Washington to conduct

business. Financing of the Project has been provided by City of Ephrata, Washington and the Washington State Drinking Water State Revolving Fund program with federal funds from the Environmental Protection Agency. The City of Ephrata expressly reserves the right to reject any or all Proposals and to waive minor irregularities or informalities and to Award the Project to the lowest responsive, responsible bidder as it best serves the interests of the City of Ephrata.

(Signed) LESLIE TRACHSLER FINANCE DIRECTOR/

CITY CLERK

Page 7: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

PART 1

BID DOCUMENTS

Page 8: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

BC-1

BIDDER’S CHECKLIST

1. REQUIRED FORMS

The Bidder shall submit the following forms, which must be executed in full and submitted with the Proposal.

a. Proposal (including Statement of Bidder’s Qualifications) (Pages P-1 – P-9) b. Bid Deposit or Proposal Bond (PB-1) c. Total cost must be shown in both written words and figures. d. Washington State DWSRF Bidder’s List e. Certification of Nonsegregated Facilities (Attachment 3)

2. AGREEMENT FORMS

The following forms (a., b., c. and e. through k.) are to be executed and the following Certificate of Insurance (d.) is to be provided after the Contract is awarded and prior to Notice to Proceed.

a. Agreement (Pages A-1 – A-14) b. Performance Bond (Pages PRB-1 – PRB-3) c. Labor and Material Payment Bond (Pages PYB-1 – PYB-3) d. Certificate of Insurance

Form to be furnished by Contractors insurance company. Forty-five (45)

day cancellation notice by certified mail and hold harmless statement required. A copy of the endorsement naming the City, its officials, employees and Engineer as additional insureds must be attached to the Certificate of Insurance.

e. Indemnity Agreement f. Declaration for Option for Management of Statutory Retained Percentage g. Statement of Intent to pay Prevailing Wages h. Evidence that a City Business License has been obtained (or applied for) i. Progress Schedule j. Itemized Schedule of Costs k. List of Subcontractors The following forms are to be executed in conjunction with the date of project acceptance: l. Affidavit of Wages Paid Submitted by prime Contractor and all subcontractors m. Release of Liens n. As-Built Drawings

Page 9: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

P-1

BASIN STREET (SR 28) WATER MAIN REPLACEMENT - REBID

PROPOSAL City of Ephrata 121 Alder Street SW Ephrata, Washington 98823 The undersigned has examined the Work site(s), local conditions, the Contract, and all applicable laws and regulations covering the Work. The following unit and lump sum prices are tendered as an offer to perform the Work in accordance with all of the requirements set forth in the Contract and all applicable laws and regulations. As required by the Contract, a postal money order, certified check, cashier’s check or Proposal bond made payable to the Owner is attached hereto. If this Proposal is accepted and the undersigned fail(s) or refuse(s) to enter into a contract and furnish the required performance bond, labor and material payment bond, special guarantee bonds (if required), required insurance and all other required documentation, the undersigned will forfeit to the Owner an amount equal to five percent of the Proposal amount. After the date and hour set for submitting the Proposals, no bidder may withdraw its Proposal, unless the Award of the contract is delayed for a period exceeding 60 consecutive calendar days. The undersigned agrees that in the event it is Awarded the contract for the Work, it shall employ only Contractors and Subcontractors that are duly licensed by the State of Washington and remain so at all times they are in any way involved with the Work. The undersigned agrees that the Owner reserves the right to reject any or all Proposals and to waive any minor irregularities and informalities in any Proposal. The undersigned agrees that the Contracting Agency reserves the right to Award the Contract to the lowest responsible, responsive bidder whose Proposal is in the best interest of the Contracting Agency. The Contracting Agency will determine at the time of Award of the Contract which schedule will be included in the Contract.

Page 10: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

PROPOSAL - Continued

P-2

NO. ITEM QUANTITY UNIT PRICE AMOUNT 1. Mobilization and Demobilization 1 LS $___________ $___________ 2. Project Temporary Traffic Control 1 LS $___________ $___________ 3. Trench Excavation Safety Systems 1 LS $___________ $___________ 4. Unexpected Site Changes 1 CALC $5,000.00 $5,000.00 5. Erosion/Water Pollution Control 1 LS $___________ $___________ 6. SPCC Plan 1 LS $___________ $___________ 7. Locate Existing Utilities 82 EA $___________ $___________ 8. Controlled Density Fill Material 100 CY $___________ $___________ 9. Foundation Material 50 CY $___________ $___________ 10. Bank Run Gravel for Trench Backfill 500 CY $___________ $___________ 11. PVC Pipe for Water Main, 12-Inch

Diameter, Including Bedding Material 19,950 LF $___________ $___________

12. PVC Pipe for Water Main, 8-Inch

Diameter, Including Bedding Material 700 LF $___________ $___________

13. PVC Pipe for Fire Hydrant, 6-Inch

Diameter, Including Bedding Material 1,470 LF $___________ $___________

14. Water Main Fittings 1 LS $___________ $___________ 15. Additional Water Main Fittings 2,000 LB $___________ $___________ 16. Additional Concrete Thrust Blocks 10 CY $___________ $___________ 17. Gate Valve, 12-Inch 54 EA $___________ $___________ 18. Gate Valve, 10-Inch 1 EA $___________ $___________ 19. Gate Valve, 8-Inch 14 EA $___________ $___________ 20. Gate Valve, 6-Inch 3 EA $___________ $___________

Page 11: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

PROPOSAL - Continued

P-3

21. Fire Hydrant Assembly 48 EA $___________ $___________ 22. Fire Hydrant Replacement 1 EA $___________ $___________ 23. Connection to Existing Water Main 21 EA $___________ $___________ 24. Service Reconnection, 2-Inch

Diameter 27 EA $___________ $___________ 25. Service Reconnection, 1-Inch

Diameter 119 EA $___________ $___________ 26. Service Connection, 2-Inch Diameter 21 EA $___________ $___________ 27. Service Pipe, 2-Inch Diameter,

Including Bedding Material 1,570 LF $___________ $___________ 28. Service Pipe, 1-Inch Diameter,

Including Bedding Material 4,320 LF $___________ $___________

29. Manhole 48-Inch Diameter, Type 1 1 EA $___________ $___________ 30. Cement Concrete Curb and Gutter

Repair 260 LF $___________ $___________ 31. Cement Concrete Sidewalk Repair 200 SY $___________ $___________ 32. HMA Pavement Repair

(Basin Street) 9,650 SY $___________ $___________

33. HMA Pavement Repair (Basin Street Shoulders) 2,300 SY $___________ $___________

34. HMA Pavement Repair

(Side Streets) 420 SY $___________ $___________ 35. Crushed Surfacing Repair 300 TN $___________ $___________ Subtotal: .................................................................................................$_____________________ Washington State Sales Tax (8.0%): .....................................................$_____________________ TOTAL CONSTRUCTION COST: ......................................................$_____________________

Total Construction Cost in Words Note: A bid must be received on all items.

Page 12: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

PROPOSAL - Continued

P-4

ALTERNATES TO BID ITEMS Bidders shall use this page to submit proposals on any alternate types of equipment or materials that bidders recommend the Owner consider using. Contract Award will be made on the basis of equipment and materials that are specified. After Award, the Owner may consider any proposal alternates that, in the opinion of the Owner, will be equivalent to or better than the item specified. The Owner shall have complete discretion on whether to use any alternates, and the Owner’s decision shall not be subject to challenge.

Alternate to Bid Item No.

Item

Manufacturer

Amount Bid

Page 13: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

PROPOSAL - Continued

P-5

STATEMENT OF BIDDER'S QUALIFICATIONS

Name of Firm: Address: Telephone No. Fax No. Contact Person for this Project: E-mail: Number of years the Contractor has been engaged in the construction business under the present firm name, as indicated above:

Gross dollar amount of work currently under contract: Gross dollar amount of contracts currently not completed: General character of work performed by firm: List of five major projects of a similar nature which have been completed by the Contractor within the last five years and the gross dollar amount of each project, together with the Owner's name and telephone number, and the Engineer’s name:

Project Name

Amount

Owner

Phone Engineer’s

Name

List five major pieces of equipment which are anticipated to be used on this project by the Contractor and note which items are owned by the Contractor and which are to be leased or rented from others:

Page 14: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

PROPOSAL - Continued

P-6

Bank Reference: How many general superintendents or other responsible employees in a supervisory position do you have at this time, and how long have they been with the firm?

Identify who will be the general superintendent and/or project superintendent on this project. Also, list the number of years each person identified has been with firm.

Have you changed bonding companies within the last three years? If so, why?

Have you ever been a party to a lawsuit or an arbitration proceeding in any way relating to a construction project? Identify the proceeding and parties and describe the claims asserted by all parties.

What was the disposition of the case? Do you have any outstanding payments due to the Department of Revenue? If yes, explain. Bidder agrees that the Owner shall have the right to obtain credit reports.

Yes No

Page 15: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

PROPOSAL - Continued

P-7

WORK COMPLETED BY CONTRACTOR

List the Work and the dollar amount thereof that the Contractor will complete with its forces, if awarded the contract.

Work to be Performed Dollar Amount

PROPOSED SUBCONTRACTORS (Per RCW 39.30.060)

For Proposals exceeding one million dollars, indicate who (either the Contractor submitting this bid or a subcontractor) will be completing the work for each of the three categories listed below. Information shall include their Washington State Department of Licensing Contractor's Registration No. This information shall be provided with the Proposal or within one hour after the published Proposal submittal time in accordance with RCW 39.30.060.

Work to be Performed

Subcontractor or Prime (Name and Registration Number)

Heating, Ventilation and Air Conditioning

Plumbing

Electrical

Page 16: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

PROPOSAL - Continued

P-8

ADDENDA RECEIVED

Addendum No. Date Received Name of Recipient

NOTE: Bidder shall acknowledge receipt of all addenda. Bidder is responsible for verifying the actual number of addenda issued prior to submitting a Proposal.

Subject to any extensions of the Contract time granted under the Contract, the undersigned agrees to substantially complete the Work required under this Contract within 90 working days (the Substantial Completion Date) and to physically complete the Work required under this contract within 95 working days (the Physical Completion Date) from when Contract Time begins. The undersigned has reviewed and fully understands the provisions in the Contract regarding liquidated damages and agrees that liquidated damages shall be $1,000.00 per day for each and every working day beyond the Contract time allowed for substantial completion until the Substantial Completion Date is achieved and $500.00 for each and every working day required beyond the Contract Time for physical completion until the Physical Completion Date is achieved. The undersigned is, and will remain in, full compliance with all Washington State administrative agency requirements including, but not limited to registration requirements of Washington State Department of Labor & Industries for contractors, including but not limited to requirements for bond, proof of insurance and annual registration fee. The undersigned's Washington State: Dept. of Labor and Industries Workman's Compensation Account No. is ___________________; Dept. of Licensing Contractor's Registration No. is ______________________________; Unified Business Identifier Number is ________________________________; Excise Tax Registration Number is ______________________________; and Employment Security Account Number is _____________________________. The undersigned has reviewed all insurance requirements contained in the Contract and has verified the availability of and the undersigned’s eligibility for all required insurance. The undersigned verifies that the cost for all required insurance, has been included in this Proposal. In relation to claims related in whole or in part to workplace injuries to employees, the undersigned waives any immunity granted under the State Industrial Insurance Law, RCW Title 51. This waiver has been specially negotiated by the parties, which is acknowledged by the undersigned in signing this Proposal.

Page 17: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

PROPOSAL - Continued

P-9

By signing the proposal, the undersigned declares, under penalty of perjury under the laws of the United States and the State of Washington, that the following statements are true and correct:

1. That the undersigned person(s) or entity(ies) has(have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this Proposal is submitted.

2. The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date (March 1, 2018), that the bidder is not a “willful” violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction.

The undersigned agrees that the Owner is authorized to obtain information from all references included herein. Sincerely, Sign Name Date By: Print Name, Title Location Executed (City, State) Print Company Name Amount of Proposal deposit: $ Check No. , or Proposal bond in the amount of $ , issued through Name of Bank/Bonding Company located at Mailing Address

Telephone Number of Bank/Bonding Company

Page 18: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

PB-1

PROPOSAL BOND

KNOW ALL MEN BY THESE PRESENTS, That we

of as principal, and the a corporation duly organized under the laws of the state of , and authorized to do business in the State of Washington, as surety, are held and firmly bound unto the CITY OF EPHRATA in the full and penal sum of five percent of the total amount of the bid proposal of said principal for the work hereinafter described, for the payment of which, well and truly to be made, we bind our heirs, executors, administrators and assigns, and successors and assigns, firmly by these presents. The condition of this bond is such, that whereas the principal herein is herewith submitting his or its sealed proposal for the following construction project, to wit:

BASIN STREET (SR 28) WATER MAIN REPLACEMENT - REBID said bid and proposal, by reference thereto, being made a part hereof. NOW, THEREFORE, If the said proposal bid by said principal be accepted, and the contract be awarded to said principal, and if said principal shall duly make and enter into and execute said Contract and shall furnish bond as required by the CITY OF EPHRATA within a period of 10 days from and after said award, exclusive of the day of such award, then this obligation shall be null and void, otherwise it shall remain and be in full force and effect. IN TESTIMONY WHEREOF, The principal and surety have caused these presents to be signed and sealed this day of , __________.

(Principal) (Surety) (Attorney-in-fact)

Page 19: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

WASHINGTON STATE DRINKING WATER STATE REVOLVING FUNDBIDDER’S LIST

DWSRF funds are being used to finance at least a portion of this project. The use of these funds requires that bidders submit the follow information with their bid for all firms that bid or quote on subcontracts(including both DBE and non-DBE firms) with their bid proposals.

The following information must be obtained from all prime and subcontractors:

Entity’s name with point of contact;Entity’s mailing address, telephone number, and e-mail address;The procurement on which the entity bid or quoted, and when; andEntity’s status as an MBE/WBE or non-MBE/WBE.

PRIME CONTRACTOR

Company Name:

Point of Contact:

Mailing Address:

Telephone Email:

Procurement Item(s)

MBE/WBE ? Yes No

SUBCONTRACTOR

Company Name:

Point of Contact:

Mailing Address:

Telephone Email:

Procurement Item(s)

MBE/WBE ? Yes No

Page 20: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SUBCONTRACTOR

Company Name:

Point of Contact:

Mailing Address:

Telephone Email:

Procurement Item(s)

MBE/WBE ? Yes No

SUBCONTRACTOR

Company Name:

Point of Contact:

Mailing Address:

Telephone Email:

Procurement Item(s)

MBE/WBE ? Yes No

SUBCONTRACTOR

Company Name:

Point of Contact:

Mailing Address:

Telephone Email:

Procurement Item(s)

MBE/WBE ? Yes No

Page 21: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SUBCONTRACTOR

Company Name:

Point of Contact:

Mailing Address:

Telephone Email:

Procurement Item(s)

MBE/WBE ? Yes No

SUBCONTRACTOR

Company Name:

Point of Contact:

Mailing Address:

Telephone Email:

Procurement Item(s)

MBE/WBE ? Yes No

SUBCONTRACTOR

Company Name:

Point of Contact:

Mailing Address:

Telephone Email:

Procurement Item(s)

MBE/WBE ? Yes No

Page 22: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

2016 DWSRF Customer Handbook | Section 7. Requirements and Procedures for Procuring Construction Contracts 70

ATTACHMENT 3 CERTIFICATION OF NONSEGREGATED FACILITIES

(Applicable to federally assisted construction contracts and related subcontracts exceeding $10,000, which are not exempt from the Equal Opportunity clause.) The federally assisted construction contractor certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction contractor certified, further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work area, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or area, in fact, segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or otherwise. The federally assisted construction contractor agrees that (except where he has obtained identical certifications from proposed contractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain such, certification in this file. _______________________________ __________________ Signature Date ______________________________________________________ Name and title of signer (please type) [THIS FORM SHALL BE COMPLETED IN FULL AND SUBMITTED WITH THE BID PROPOSAL]

Page 23: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

PART 2

AGREEMENT AND BONDS

Page 24: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

A-1

AGREEMENT THIS AGREEMENT is entered into by and between the CITY OF EPHRATA (hereinafter called the Owner) and ____________________, (hereinafter called the Contractor) on ____________________ (date). The Owner and the Contractor agree as follows: ARTICLE 1. WORK. This Contract provides for the construction of approximately 20,000 feet of 12-inch PVC C900 water main, approximately 700 feet of 8-inch PVC C900 water main, approximately 1,500 feet of 6-inch PVC C900 water main for fire hydrant, gate valves, fire hydrants, water services, appurtenances, traffic control, and surface restoration, all in accordance with the attached Contract Plans, Special Provisions, and the Standard Specifications. It is anticipated and required that the Contractor shall have two crews on site to complete the Work in the Contract time allowed. The Contractor shall note that either (1) No more than 2,000 feet of water main trench shall be left unpaved at any given time or (2) All unpaved water main trenches shall be paved every 20 working days. All costs associated with meeting this Contract requirement, to include, but not be limited to, any additional mobilization/demobilization costs, shall be merged in the various unit price and lump sum bid items as found in the Proposal. The bidder shall submit a list of all subcontractors to be used together with the following:

Subcontractor’s name and point of contact; Subcontractor’s mailing address, telephone number, and e-mail address; Subcontractor’s status as an MBE/WBE firm or non-MBE/WBE firm.

The list of subcontractors shall be submitted with the bid proposal. ARTICLE 2. CONTRACT TIME. 2.1 The Contractor shall substantially complete the Work required by the Contract

within ____ working days (the Substantial Completion Date), regardless of which schedule(s) are awarded, and physically complete the Work within _____ working days (the Physical Completion Date) after the date set forth in the Notice to Proceed, regardless of which schedule(s) are awarded.

2.2 Time is of the Essence of the Contract

Owner and Contractor recognize that time is of the essence of this Contract and the Owner will suffer significant loss if the Contract is not completed and the

Page 25: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

AGREEMENT – Continued

A-2

facilities are not fully usable for their intended purpose within the time specified in Paragraph 2.1 above. Therefore, Owner and Contractor acknowledge that Contractor’s failure to substantially complete the Work with the time specified in Paragraph 2.1 shall constitute a material breach under the Contract entitling Owner to terminate and reserving to Owner all rights to make any claim for actual damages as a result of such failure and termination. Owner and Contractor further acknowledge that Contractor’s failure to diligently prosecute the Work in accordance with the progress schedule approved by the Engineer, and/or Contractor’s refusal to prosecute the Work in a manner which, in the Engineer’s opinion, endangers timely project completion shall constitute a material breach under the Contract entitling Owner to terminate and reserving to Owner all rights to make any claim for actual damages as a result of such failure and/or refusal. Owner and Contractor recognize that even a minimal delay in project completion can result in significant liability to Owner and hence any unapproved delay shall constitute a material breach entitling Owner to its available remedies at law.

2.3 Owner’s Right to Complete Work

Upon termination, Owner is entitled to complete the Work by whatever reasonable method Owner may deem expedient. Upon a termination for delay, the Contractor is not entitled to further payment until the work is finished. If the unpaid balance of the Contract exceeds the cost of finishing the Work, including, but not limited to, compensation for the Engineer’s expenses and equipment rental and expenses made necessary thereby, such excess shall be paid to the Contractor. If the costs exceed the unpaid balance, the Contractor shall pay the difference to the Owner.

ARTICLE 3. LIQUIDATED DAMAGES. The Owner and the Contractor recognize that time is of the essence and that the Owner will suffer financial loss if the Work is not completed within the time, plus any extensions thereof, allowed in accordance with the Contract. They also recognize the inconvenience, expense, and difficulties involved in a legal proceeding to prove the actual loss suffered by the Owner if the Work is not completed within the time allowed in the Contract. Accordingly, the Owner and the Contractor agree that as liquidated damages for delay, and not as a penalty, the Contractor shall pay the Owner $________ (US) per day for each working day beyond the Substantial Completion Date that the Contractor achieves substantial completion of the Work and $________ (US) for each working day beyond the Physical Completion Date that the Contractor achieves physical completion of the Work. ARTICLE 4. CONTRACT PRICE. The Owner shall pay the Contractor the amount(s) set forth in the Proposal (in United States dollars) for completion of the Work in accordance with the Contract.

Page 26: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

AGREEMENT – Continued

A-3

ARTICLE 5. CONTRACT. The Contract, which comprises the entire agreement between the Owner and the Contractor concerning the Work, consists of the following:

This Agreement;

The Call for Bids;

Notice of Award

The Contractor’s Proposal including the bid, bid schedule(s), information required of bidder, Proposal bond, and all required certificates and affidavits;

Notice to Proceed

Exhibits A-B

The Performance Bond and the Payment Bond;

The Contract Provisions, including 2018 WSDOT Standard Specification

as referenced;

Appendices Addenda and

Change Orders issued after the effective date of this Agreement.

There are no Contract Documents other than those listed in this Article 5. The Contract may be amended only in writing by Change Order as provided in the Contract. ARTICLE 6. MISCELLANEOUS. 6.1 Contractor shall comply with all requirements contained in the attached Exhibits

A-B regarding insurance, indemnification, and payment of prevailing wages. The provisions of Exhibits A-B are incorporated herein as though fully set forth, and are by this reference made a part hereof.

6.2 No assignment by a party hereto of any rights under or interests in the Contract

Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an

Page 27: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

AGREEMENT – Continued

A-4

assignment, no assignment will release or discharge in the assignor from any duty or responsibility under the Contract Documents.

6.3 Owner and Contractor each binds himself, his partners, successors, assigns, and

legal representatives to the other party hereto, its partners successors, assigns, and legal representatives in respect to all covenants, contracts, obligations contained in the Contract Documents.

6.4 The Contractor warrants that the Work furnished shall be free from defects

resulting from faulty workmanship, and further warrants that the Work complies with all specified performance criteria. The Contractor agrees to remedy all defects appearing in the Work or developing in the materials supplied and the workmanship performed under this Contract during the warranty period, which shall be two years under the Base Bid after the Substantial Completion Date, and Contractor further agrees to indemnify and save the Owner harmless from any costs encountered in remedying such defects.

A new warranty period equal to that stated in above paragraph shall apply to parts supplied in replacement of defective parts or to parts renewed in pursuance of this warranty. The warranty period of the remaining parts shall be extended by a period equal to the period during which the Work is unfit for service as a result of a defect covered by this warranty. If the Contractor refuses to fulfill Contractor’s obligation under this warranty, or fails to proceed with due diligence after being required to do so, the Owner may proceed to do the necessary work at the Contractor’s risk and expense.

6.5 It is further provided that no liability shall attach to the Owner by reason of entering into this contract except as expressly provided herein.

6.6 Before any work at the site is started, Contractor shall deliver to Owner with

copies to the Engineer and each additional insured identified, certificates of insurance which Contractor is required to purchase and maintain in accordance with the Contract Documents.

6.7 The Contractor shall furnish payment and performance bonds in an amount equal

to the contract price as security for the faithful performance and payment of all Contractors’ obligations under the Contract Documents. The bonds shall be in form prescribed herein and be executed such sureties as are licensed to conduct business in the State of Washington, and are named in the current list of “companies Holding Certificates of authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring companies” as published in circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department. All bonds signed by an agent must be accompanied by a certified copy of authority to act. The surety company executing bonds shall have a Best’s Guide rating A-VII or better. Date on the bonds must not be prior to the date of the

Page 28: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

AGREEMENT – Continued

A-5

Contract. If Contractor is Partnership, all partners shall execute the bonds. If Contractor is a Limited Liability Company, all members shall execute the bonds. ENCLOSED BOND FORMS MUST BE USED.

6.8 The Contract is made with reference to and shall be construed in accordance with

the laws of the State of Washington. If a dispute arises under this Contract, resort shall be to litigation and jurisdiction and venue shall be in the Superior Court of Grant County, State of Washington.

ARTICLE 7. CONTRACTOR’S REPRESENTATIONS In order to induce Owner to enter into this Contract, Contractor makes the following representations: 7.1 Contractor has familiarized himself with the nature and extent of the Contract

Documents, Work, locality, and with all local conditions and federal, state, and local laws, ordinances, rules, and regulations that in any manner may affect cost, progress, or performance of the Work.

7.2 Contractor has studied carefully all reports of investigations and tests of

subsurface and latent physical conditions at the site or otherwise affecting cost, progress, or performance of the Work which were relied upon by the Engineer in the preparation of the Contract Provisions.

7.3 Contractor has obtained and carefully studied (or assumes responsibility for

obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports and studies (in addition to or to supplement those referred to in Paragraph 7.2 above) which pertain to the subsurface or physical conditions at or contiguous to the site or otherwise may affect the cost, progress, performance or furnishing of the Work as Contractor considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents; and no additional examinations, investigations, exploration, tests, reports, studies or similar information or data are or will be required by Contractor for such purposes.

7.4 Contractor has reviewed and checked all information and data shown or indicated

on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies or similar information or data in respect of said Underground Facilities are or will be required by Contractor in order to perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents.

Page 29: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

AGREEMENT – Continued

A-6

7.5 Contractor has correlated the results of all such observations, examinations, investigations, tests, reports, and data with the terms and conditions of the Contract Documents.

7.6 Contractor has given Owner written notice of all conflicts, errors, or discrepancies

that he has discovered in the Contract Documents and the written resolution thereof by Owner acceptable to Contractor.

IN WITNESS WHEREOF, Owner and Contractor have caused this Agreement to be executed the day and year first above written. CITY OF EPHRATA CONTRACTOR By By Date Title Attest Address for giving notices CITY ATTORNEY As to Form_____________________ License No. Date__________________________ Agent for service of process:

Page 30: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

AGREEMENT – Continued

A-7

EXHIBIT A Indemnification / Hold Harmless The Contractor shall defend, indemnify and hold the Owner and Engineer, their officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or in connection with the performance of this Agreement, except for injuries and damages caused by the sole negligence of the Owner and/or Engineer. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the Owner, its officers, officials, employees, and volunteers, the Contractor’s liability hereunder shall be only to the extent of the Contractor’s negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor’s waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. A. Insurance Term The Contractor shall procure and maintain insurance, as required in this Section, without interruption from 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 herein. B. No Limitation 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 Owner’s recourse to any remedy available at law or in equity. C. Minimum Scope of Insurance Contractors required insurance shall be of the types and coverage as stated below:

1. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be at least as broad as Insurance Services Office (ISO) form CA 00 01.

2. Commercial General Liability insurance shall be at least as broad as ISO

occurrence form CG 00 01 and shall cover liability arising from premises, operations, stop gap liability, independent contractors, products-

Page 31: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

AGREEMENT – Continued

A-8

completed operations, personal injury and advertising injury, and liability assumed under an insured contract. 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 substitute endorsement providing at least as broad coverage. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. The Owner shall be named as additional insureds under the Contractor’s Commercial General Liability insurance policy with respect to the work performed for the Owner using ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured-Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing at least as broad coverage. The Engineer shall be named as additional insured under the Contractor’s Commercial General Liability insurance policy using ISO Additional Insured endorsement CG 20 32 07 04 Engineers, Architects or Surveyors Not Engaged by You, or substitute endorsement providing at least as broad coverage.

3. Workers’ Compensation coverage as required by the Industrial Insurance

laws of the State of Washington.

4. Builders Risk insurance covering interests of the Owner, the Contractor, Subcontractors, and Sub-subcontractors in the work. Builders Risk insurance shall be on a special perils policy form and shall insure against the perils of fire and extended coverage and physical loss or damage including flood, earthquake, theft, vandalism, malicious mischief, and collapse. The Builders Risk insurance shall include coverage for temporary buildings, debris removal, and damage to materials in transit or stored off-site. This Builders Risk insurance covering the work will have a deductible of $5,000 for each occurrence, which will be the responsibility of the Contractor. Higher deductibles for flood and earthquake perils may be accepted by the Owner upon written request by the Contractor and written acceptance by the Owner. Any increased deductibles accepted by the Owner will remain the responsibility of the Contractor. The Builders Risk insurance shall be maintained until the Owner has granted substantial completion of the project.

5. Excess or Umbrella Liability insurance shall be excess over and at least

as broad in coverage as the Contractor’s Commercial General Liability and Automobile Liability insurance. The Owner shall be named as additional insureds on the Contractor’s Excess or Umbrella Liability insurance policy. The Excess or Umbrella insurance coverage will drop down when underlying policy aggregate limits are exhausted.

D. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits:

Page 32: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

AGREEMENT – Continued

A-9

1. Automobile Liability insurance with a minimum combined single limit for bodily

injury and property damage of $1,000,000 per accident.

2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products- completed operations aggregate limit.

3. Builders Risk insurance shall be written in the amount of the completed value of

the project with no coinsurance provisions.

4. Excess or Umbrella Liability insurance shall be written with limits of not less than $2,000,000 or other per occurrence and annual aggregate. The Excess or Umbrella Liability requirement and limits may be satisfied instead through the Contractor’s Commercial General Liability and Automobile Liability insurance, or any combination thereof that achieves the overall required limits.

E. Owner Full Availability of Contractor Limits If the Contractor maintains higher insurance limits than the minimums shown above, the Owner shall be insured for the full available limits of Commercial General and Excess or Umbrella liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this contract or whether any certificate of insurance furnished to the Owner evidences limits of liability lower than those maintained by the Contractor. F. Other Insurance Provision The Contractor’s Automobile Liability, Commercial General Liability and Builders Risk insurance policies are to contain, or be endorsed to contain that they shall be primary insurance as respect the Owner. Any Insurance, self-insurance, or self-insured pool coverage maintained by the Owner shall be excess of the Contractor’s insurance and shall not contribute with it. G. Contractor’s Insurance for Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor’s employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor’s agents, suppliers, contractors or subcontractors as well as to any temporary structures, scaffolding and protective fences. H. Waiver of Subrogation The Contractor and the Owner waive all rights against each other, any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for

Page 33: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

AGREEMENT – Continued

A-10

damages caused by fire or other perils to the extent covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. I. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A: VII and licensed to do business in the state of Washington. Verification of Coverage Contractor shall furnish the Owner with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsements, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. Before any exposure to loss may occur, the Contractor shall file with the Owner a copy of the Builders Risk insurance policy that includes all applicable conditions, exclusions, definitions, terms and endorsements related to this project. Upon request by the Owner, the Contractor shall furnish certified copies of all required insurance policies, including endorsements, required in this contract and evidence of all subcontractors’ coverage. J. Subcontractors The Contractor shall cause each and every Subcontractor 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 the Owner is an additional insured on each and every Subcontractor’s Commercial General liability insurance policy using an endorsement at least as broad as ISO Additional Insured endorsement CG 20 38 04 13. K. Notice of Cancellation The Contractor shall provide the Owner and all Additional Insureds for this work with written notice of any policy cancellation within two business days of their receipt of such notice. L. Failure to Maintain Insurance Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Owner 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 Owner on demand, or at the sole discretion of the Owner, offset against funds due the Contractor from the Owner.

Page 34: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

AGREEMENT – Continued

A-11

The Contractor shall indicate any existing claims activity that would affect the aggregate limits. This shall include paid claims, reserve claims, and potential claims. M. Deductible

Any insurance deductible shall be paid by the Contractor and shall not be greater than 10% of the total "Amount of Bid." N. Property Insurance

Owner shall not be responsible for purchasing and maintaining any property insurance to protect the interests of Contractor, subcontractors or others in the Work.

Page 35: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

AGREEMENT – Continued

A-12

EXHIBIT B Contractor’s Agreement to Pay the Higher of Federal Davis-Bacon or Washington State Prevailing Wage Rates In accordance with the laws of the State of Washington, Chapter 39.12 RCW, and the Federal Davis-Bacon Act, the hourly wage to be paid to laborers, workmen or mechanics upon all public works of this State and upon the Work contemplated in this Contract shall not be less than the higher of the prevailing rate of wage for an hour's work in the same trade or occupation in the locality within the State where such labor and Work herein contemplated is to be performed or the Federal Davis-Bacon wage rate. All laborers, workmen or mechanics shall be paid not less than the minimum hourly rate of wage as determined by the State Industrial Statistician and United States Department of Labor which rates shall be incorporated into this Contract by reference; provided, however, nothing herein contained shall be construed to prohibit the Contractor, subcontractor or other person doing or contracting to do the whole or any part of the Work under this Contract from paying any such laborers, workers or mechanics wages in excess of the hourly minimum rate above specified. The Contractor, on or before the date of commencement of the Work, shall file a Statement of Intent to Pay Prevailing Wages with the Owner and with the Director of Labor and Industries certifying the rate of hourly wage, including fringe benefits, paid and to be paid each classification of laborers, workers, or mechanics employed upon the Work by the Contractor or subcontractor which shall be filed in accordance with the practices and procedures required by the Department of Labor and Industries. Wage rates so filed will be checked against prevailing wage rates determined by the Industrial Statistician of the Department of Labor and Industries. If the wage rates are correct, the Department will issue an acknowledgment of approval to the Contractor with a copy to the Owner. If any incorrect wage rates are included, the Contractor will be notified of the correct rates by the Department, and approval will be withheld until a correct statement is received. Forms for filing a Statement of Intent are available from the Supervisor of Industrial Relations, Department of Labor and Industries, General Administration Building, Olympia, Washington. Each request submitted by the Contractor for a progress payment on a Project estimate shall state that the higher of the Federal or State prevailing wages have been paid in accordance with the prefiled Statement of Intent to pay prevailing wages on file with the Department of Labor and Industries and approved by the Department.

Page 36: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

AGREEMENT – Continued

A-13

Certified wage affidavit listing all classifications and applicable wages paid will not be required for each progress estimate payment, other than the above statement. At the conclusion of the Project, the Contractor and its subcontractors shall submit affidavits of wages paid to the Industrial Relations Division, Department of Labor and Industries, General Administration Building, Olympia, Washington, 98504, for certification. Form "Affidavit of Wages paid on Public Works Contract" or a similarly constructed form shall be filed to secure the certification of the Director of the Department of Labor and Industries of the State of Washington. Final payment on the contract will be withheld until the Owner has received certification by the Director that the prevailing wage requirements of the law have been satisfied. The prevailing rate of wages to be paid to all workers, laborers or mechanics employed in the performance of any part of this Contract shall be in accordance with the provisions of Chapter 39.12 RCW as amended. The rules and regulations of the State of Washington Department of Labor and Industries and the schedule of prevailing wage rates for the locality or localities where this Contract will be performed as determined by the Industrial Statistician of the State of Washington Department of Labor and Industries and the rules and regulations of the United States Department of Labor regarding wage determinations under the Davis-Bacon Act are by reference made a part of this Contract as though fully set forth herein. In as much as the Contractor will be held responsible for paying the higher of the Federal or State prevailing wages, it is imperative that all contractors familiarize themselves with the current Federal and State wage rates before submitting proposals based on these Contract Documents. In case any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be adjusted by the parties of interest, including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State of Washington, and his decision shall be final and conclusive and binding on all parties involved in the dispute as provided for by RCW 39.12.060 as amended. Current Washington State prevailing wage data will be furnished by the Industrial Statistician upon request from the Industrial Relations Division, Department of Labor and Industries, Olympia, Washington, 98504. The Owner does not guarantee that labor can be procured for the minimum wages in either the Federal or State wage scale. The rates of wages listed are minimum

Page 37: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

AGREEMENT – Continued

A-14

only, below which the Contractor cannot pay, and they do not constitute a representation that labor can be procured for the minimum listed. The Contractor shall ascertain the wages above the minimum set forth that the Contractor may have to pay. Federal and State prevailing wage data, as of the date specified, is included herein for the Contractor’s reference.

Page 38: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

PRB-1

WASHINGTON PERFORMANCE BOND Bond No. ____________________ Amount $_____________________ KNOW ALL MEN BY THESE PRESENTS: that _____________________________________ ______________________________________________________________________________

(Name of Contractor) ______________________________________________________________________________

(Address of Contractor) a __________________________________________________, hereinafter called Principal, and (a Corporation, Partnership or Individual) ______________________________________________________________________________

(Name of Surety) _____________________________________________________________________________

(Address of Surety) a corporation duly authorized to do a general surety business in Washington, hereinafter called Surety, are jointly and severally held and firmly bound unto the Owner, the obligees herein, in the sum of ________________________________________ (Dollars) ($___________________) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain Contract with the Owner in accordance with applicable industry standards, regulatory requirements and Owner-supplied specifications, dated the _______ day of _________________, 2018, a copy of which is attached and made a part hereof for the construction of:

BASIN STREET (SR 28) WATER MAIN REPLACEMENT - REBID NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions, and agreements of said Contract during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety and during the two-year guaranty period, and if Principal shall satisfy all claims and demands incurred under such Contract, and shall fully defend and indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay all outlay and expense which the Owner may incur in making good any default, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER that the said Surety, for value received, hereby 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 Contract Documents accompanying the same shall in

Page 39: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

PRB-2

any way effect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the Work or to the Contract Documents. PROVIDED, HOWEVER, that the conditions of this obligation shall not apply to any money or advanced to the Principal or to any subcontractor or other person in the performance of any such work. PROVIDED, FURTHER, that the said Surety hereby stipulates and agrees to be bound by the laws of the State of Washington and subject to the jurisdiction of the State of Washington. PROVIDED, FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. No right of action shall accrue upon, or by reason hereof to, or for the use or benefit of, anyone other than the District. IN WITNESS WHEREOF, this instrument is executed pursuant to RCW Chapter 39.08 in quadruple counterparts, each one of which shall be deemed an original, this the ________ day of ___________________, 2018. ATTEST: __________________________________________ Principal __________________________________________ By________________________________________ (Principal Secretary) (SEAL) By__________________________________________ (Witness as to Principal) __________________________________________ (Address) ATTEST: __________________________________________ Surety

Page 40: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

PRB-3

__________________________________________ By__________________________________________ (Surety Secretary) (SEAL) By_________________________________________ (Witness as to Surety)(Attorney-in-Fact) ____________________________________________ (Address) NOTE: Date of bond must not be prior to date of Contract.

If Contractor is Partnership, all partners shall execute bond. If Contractor is a Limited Liability Company, all members shall execute bond.

IMPORTANT: Surety companies executing bonds must appear on the Treasury Department’s most current list (Circular 570 as amended) and be authorized to transact business in the state where the project is located. All bonds signed by an agent must be accompanied by a certified copy of the authority to act for the Surety at the time of the signing of this bond. The Surety agrees to be bound by the laws of the State of Washington and subject to the jurisdiction of the State of Washington. The Surety company executing this bond shall have a Best’s Guide rating A-VII or better.

Page 41: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

PYB-1

WASHINGTON PAYMENT BOND Bond No. ____________________ Amount $_____________________ KNOW ALL MEN BY THESE PRESENTS: that _____________________________________________________________________

(Name of Contractor) _____________________________________________________________________

(Address of Contractor) a ___________________________________________________, hereinafter called Principal, and (a Corporation, Partnership or Individual) _____________________________________________________________________ (Name of Surety) _____________________________________________________________________ (Address of Surety) a corporation duly authorized to do a general surety business in Washington, hereinafter called Surety, are jointly and severally held and firmly bound unto the Owner, the obligees herein, in the sum of ______________________________ (Dollars) ($_________________) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain Contract with the Owner in accordance with applicable industry standards, regulatory requirements and Owner-supplied specifications dated the _______ day of _________________, 2018, a copy of which is attached and made a part hereof for the construction of:

BASIN STREET (SR 28) WATER MAIN REPLACEMENT - REBID NOW, THEREFORE, if the Principal shall promptly make payment to all laborers, mechanics, and subcontractors and materialmen and to all persons, firms, corporations, or other entities who furnish equipment, materials, provisions and supplies for or perform labor or other services in carrying on of such Work provided for in such Contract and any authorized extension or modification thereof, including all amounts due for materials, lubricants, provisions, supplies, gasoline, water, power, light, heat, telephone service, repairs on machinery, equipment and tools consumed or used in connection with such Work, and all insurance premiums on said Work, and for all labor performed in such Work whether by subcontractors or otherwise, then this obligation shall be void; otherwise to remain in full force and effect.

Page 42: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

PYB-2

PROVIDED, HOWEVER, that the conditions of this obligation shall not apply to any money loaned or advanced to the Principal or to any subcontractor or other person in the performance of any such work. PROVIDED FURTHER that the said Surety, for value received, hereby 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 Contract Documents accompanying the same, shall in any way affect its obligation on this bond, and it does hereby waive notice of such change, extension of time, alteration or addition to the terms of the Contract or to the Work or to the Contract Documents. PROVIDED, FURTHER, that the said Surety hereby stipulates and agrees to be bound by the laws of the State of Washington and subject to the jurisdiction of the State of Washington. PROVIDED, FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed pursuant to RCW Chapter 39.08 in quadruple counterparts, each one of which shall be deemed an original, this the ________ day of ___________________, 2018. ATTEST: __________________________________________ Principal __________________________________________ By________________________________________ (Principal Secretary) (SEAL) By__________________________________________ (Witness as to Principal) __________________________________________ (Address)

Page 43: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

PYB-3

ATTEST: __________________________________________ Surety __________________________________________ By__________________________________________ (Surety Secretary) (SEAL) By_________________________________________ (Witness as to Surety)(Attorney-in-Fact) ____________________________________________ (Address) NOTE: Date of bond must not be prior to date of Contract.

If Contractor is Partnership, all partners should execute bond. If Contractor is a Limited Liability Company, all members should execute bond.

IMPORTANT: Surety companies executing bonds must appear on the Treasury Department’s most current list (Circular 570 as amended) and be authorized to transact business in the state where the project is located. All bonds signed by an agent must be accompanied by a certified copy of the authority to act for the Surety at the time of the signing of this bond. The Surety agrees to be bound by the laws of the State of Washington and subject to the jurisdiction of the State of Washington. The Surety company executing this bond shall have a Best’s Guide rating A-VII or better.

Page 44: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

PART 3

DWSRF SPECIFICATION INSERTS

Page 45: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

WASHINGTON STATE DEPARTMENT OF COMMERCE DRINKING WATER STATE REVOLVING FUND (DWSRF)

SPECIFICATIONS INSERT

The following clauses will be incorporated into construction contracts receiving financial assistance from the Washington State Department of Commerce Drinking Water State Revolving Fund. In the event of conflict within the contract, these clauses shall take precedence. Required Bid Submittals The following submittals are required to be submitted with the bid proposal:

Complete Bidders List Attachment 3 – Certification of Non-Segregated Facilities

Compliance with State and Local Laws The Contractor shall assure compliance with all applicable federal, state, and local laws, requirements, and ordinances as they pertain to the design, implementation, and administration of the approved project. Civil Rights All contracts must include and comply with the following: Title VI of the Civil Rights Act of 1964, 42 U.S.C. § 2000d No person in the United States shall, on the ground of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving federal financial assistance. Section 504 of the Rehabilitation Act of 1973, 29 U.S.C. § 794 (n)o otherwise qualified individual with a disability in the United States . . . shall, solely by reason of his or her disability, be excluded from participation in, be denied the benefits of, or be subject to discrimination under any program or activity receiving Federal financial assistance The Age Discrimination Act of 1975, 42 U.S.C. § 6102 no person in the United States shall, on the basis of age, be excluded from participation in, be denied the benefits of, or be subject to discrimination under any program or activity receiving financial assistance. Equal Employment Opportunity, Executive Order No. 11246 (1965) Through a series of Executive Orders, and a decision by the Equal Employment Opportunity Commission, the federal government has established a national policy designed to battle discrimination based on race, color, sex, religion, and national origin in federal assistance

Page 46: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

programs and to enhance hiring, training, and promotion opportunities for minorities and women in construction programs financed, in part, by federal dollars. If a Contract exceeds $10,000, the Contractor shall comply with Executive Order 11246, “Equal Employment Opportunity,” as amended by Executive Order 11375, “Amending Executive Order 11246 Relating to Equal Employment Opportunity,” and as supplemented by regulations at 41 CFR part 60. Contractor’s compliance with Executive Order 11246 shall be based on implementation of the Equal Opportunity Clause, and specific affirmative active obligations required by the Standard Federal Equal Employment Opportunity Construction Contract Specifications, as set forth in 41 CFR Part 60-4. Must be included in all contracts: Equal Opportunity Clause (41 CFR part 60-1.4(b)) During the performance of this contract, the contractor agrees as follows: The contractor will not discriminate against any employee or applicant for employment

because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause.

The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin.

The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment.

The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor.

The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders.

In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law.

Page 47: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, That in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the contractor may request the United States to enter into such litigation to protect the interests of the United States.

Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246 and 41 CFR part 60-4.3) As used in these specifications:

a. “Covered area” means the geographical area described in the solicitation from which this contract resulted;

b. “Director” means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority;

c. “Employer identification number” means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941.

d. “Minority” includes: i. Black (all persons having origins in any of the Black African racial groups not

of Hispanic origin); ii. Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South

American or other Spanish Culture or origin, regardless of race); iii. Asian and Pacific Islander (all persons having origins in any of the original

peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and

iv. American Indian or Alaskan Native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification).

Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted.

If the Contractor is participating (pursuant to 41 CFR 60–4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor or Subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables.

The Contractor shall implement the specific affirmative action standards provided in

Page 48: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

paragraphs 7 a through p of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered Construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. Goals are published periodically in the Federal Registering notice form, and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified.

Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto.

In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor.

The Contractor shall take specific affirmative action’s to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and

coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on-site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities.

b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses.

c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off-the-street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefore, along with whatever additional actions the Contractor may have taken.

d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations.

Page 49: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

e. Develop on-the-job training opportunities and/or participate in training programs for the area, which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above.

f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed.

g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with onsite supervisory personnel such as Superintendents, General Foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter.

h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business.

i. Direct its recruitment efforts, both oral and written, to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process.

j. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's work force.

k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR part 60–3.

l. Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities.

m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out.

n. Ensure that all facilities and company activities are nonsegregated except that separate or single-user toilet and necessary changing facilities shall be provided to assure privacy between the sexes.

Page 50: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations.

p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action obligations.

Contractors are encouraged to participate in voluntary associations, which assist in fulfilling one or more of their affirmative action obligations (7a through p). The efforts of a contractor association, joint contractor-union, contractor-community, or other similar group of which the contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under 7a through p of these Specifications provided that the contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the Contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance.

A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non-minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in a substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized).

The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin.

The Contractor shall not enter into any Subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246.

The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended.

The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications, to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60–4.8.

The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government and to keep records. Records shall at least include for each employee the name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice trainee, helper, or laborer), dates of changes in status, hours worked per week in the

Page 51: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records.

Nothing herein provided shall be construed as a limitation upon the application of other laws, which establish different standards of compliance, or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program).

Reporting Requirements (EEO-1) On or before September 30 of each year, a contractor that is subject to Title VII of the Civil Rights Act of 1964, as amended, and that has 100 or more employees, shall file with the EEOC or its delegate an “Employer Information Report EEO-1”. Instructions on how to file are available on the EEOC’s website at http://www.eeoc.gov/employers/eeo1survey/howtofile.cfm. The contractor shall retain a copy of the most recent report filed. Segregated Facilities (41 CFR part 60-1.8) The contractor shall ensure that facilities provided for employees are provided in such a manner that segregation on the basis of race, color, religion, sex or national origin cannot result. The contractor may neither require such segregated use by written or oral policies nor tolerate such use by employee custom. The contractor's obligation extends further to ensuring that its employees are not assigned to perform their services at any location, under the contractor's control, where the facilities are segregated. This obligation extends to all contracts containing the equal opportunity clause regardless of the amount of the contract. The term “facilities,” as used in this section, means waiting rooms, work areas, restaurants and other eating areas, time clocks, restrooms, wash rooms, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing provided for employees; Provided, That separate or single-user restrooms and necessary dressing or sleeping areas shall be provided to assure privacy between the sexes.

Provision 

During the performance of this Contract, the Contractor shall comply with all federal and state nondiscrimination laws, including, but not limited to Chapter 49.60 RCW, Washington’s Law Against Discrimination, and 42 U.S.C. 12101 et seq, the Americans with Disabilities Act (ADA).

In the event of the Contractor’s noncompliance or refusal to comply with any applicable nondiscrimination law, regulation, or policy, this Contract may be rescinded, canceled, or terminated in whole or in part, and the Contractor may be declared ineligible for further contracts with the Board. The Contractor shall, however, be given a reasonable time in which to cure this noncompliance.

The Contractor must also include the following terms and conditions in contracts with all contractors, subcontractors, engineers, vendors, and any other entity for work or services listed in Attachment I: Scope of Work.

“The Contractor shall not discriminate on the basis of race, color, national origin or sex in the performance of this Contract. The Contractor shall carry out applicable requirements of 40 CFR part 33 in the award and administration of

Page 52: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

contracts awarded under Environmental Protection Agency financial agreements. Failure by the Contractor to carry out these requirements is a material breach of this Contract which may result in termination of this Contract.”

American Iron and Steel Congress passed a law January 17, 2014, that requires water systems to use U.S. steel and iron products for projects funded in part or in full by a Drinking Water State Revolving Fund (DWSRF) loan. Guidance can be found at http://water.epa.gov/grants_funding/upload/AIS-final-guidance-3-20-14.pdf

The act defines iron and steel products as, “…the following products made primarily of iron or steel: lined or unlined pipes and fittings, manhole covers and other municipal castings, hydrants, tanks, flanges, pipe clamps and restraints, valves, structural steel, reinforced precast concrete, and construction materials.”

Prohibition Statement Pursuant to Section 106 of the Trafficking Victims Protection Act of 2009, as amended, the Contractor and its employees may not engage in severe forms of trafficking in persons during the period of time the Contract is in effect, procure a commercial sex act during the period of time the Contract is in effect, or use forced labor during the performance of this Contract. The Contractor shall require this prohibition statement in contracts with all contractors, subcontractors, engineers, vendors, and any other entity for work or services listed in Attachment I: Scope of Work.

In the event that the Contractor or any of its employees is determined to have violated the terms of this section, this Contract may be terminated.

Prevailing Wage The work performed under this contract is subject to the wage requirements of the Davis-Bacon Act. The Contractor shall conform to the wage requirements prescribed by the federal Davis-Bacon and Relate Acts which requires that all laborers and mechanics employed by contractors and subcontractors performing on contracts funded in whole or in part by SRF appropriations in excess of $2000 pay their laborers and mechanics not less than the prevailing wage rates and fringe benefits, and determined by the Secretary of Labor, for corresponding classes of laborers and mechanics employed on similar projects in the area. Attachment 1A or 1B to this specification insert, and an up to date wage determination must be included in full into any contract and in any subcontract in excess of $2,000. Wage determinations can be found at http://www.wdol.gov. Certification Regarding Suspension, Debarment, Ineligibility or Voluntary Exclusion

1. The CONTRACTOR, by signing this agreement, certifies that it is not suspended, debarred, proposed for debarment, declared ineligible or otherwise excluded from contracting with the federal government, or from receiving contracts paid for with federal funds. If the CONTRACTOR is unable to certify to the statements contained in the certification, they must provide an explanation as to why they cannot.

2. The CONTRACTOR shall provide immediate written notice to the Department if at any

time the CONTRACTOR learns that its certification was erroneous when submitted or

Page 53: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

had become erroneous by reason of changed circumstances.

3. The terms covered transaction, debarred, suspended, ineligible, lower tier covered transaction, participant, person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause, have the meaning set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the department for assistance in obtaining a copy of those regulations.

4. The CONTRACTOR agrees it shall not knowingly enter into any lower tier covered

transaction with a person who is proposed for debarment under the applicable Code of Federal Regulations, debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction.

5. The CONTRACTOR further agrees by signing this agreement, that it will include this

clause titled “Certification Regarding Suspension, Debarment, Ineligibility Or Voluntary Exclusion” without modification in all lower tier covered transactions and in all solicitations for lower tier covered transactions.

6. Pursuant to 2CFR180.330, the CONTRACTOR is responsible for ensuring that any lower

tier covered transaction complies with certification of suspension and debarment requirements.

7. CONTRACTOR acknowledges that failing to disclose the information required in the

Code of Federal Regulations may result in the delay or negation of this funding agreement, or pursuance of legal remedies, including suspension and debarment.

8. CONTRACTOR agrees to keep proof in its agreement file, that it, and all lower tier

recipients or contractors, are not suspended or debarred, and will make this proof available to the Department upon request. RECIPIENT/CONTRACTOR must run a search in www.sam.gov and print a copy of completed searches to document proof of compliance.

This term and condition supersedes EPA Form 5700-49, “Certification Regarding Debarment, Suspension, and Other Responsibility Matters.” Disadvantaged Business Enterprises Small, minority and women-owned firms should be afforded the maximum opportunity to compete for and obtain bid documents for projects funded by the DWSRF program. The level of participation by small, minority and women-owned firms should be consistent with their general availability within the professional community involved. General Compliance (40 CFR Part 33). The contractor shall comply with the requirements of the Environmental Protection Agency’s Program for Participation by Disadvantaged Business Enterprises (DBE) 40 CFR Part 33. Non-discrimination Provision (40CFR Appendix A to Part 33). The contractor shall not discriminate on the basis of race, color, national origin or sex in the performance of this contract. The contractor shall carry out applicable requirements of 40 CFR part 33 in the award and administration of contracts awarded under EPA financial assistance

Page 54: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

agreements. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or other legally available remedies. The contractor shall comply with all federal and state nondiscrimination laws, including, but not limited to Title VI and VII of the Civil Rights Act of 1964, Section 504 of the Rehabilitation Act of 1973, Title IX of the Education Amendments of 1972, the Age Discrimination Act of 1975, and Chapter 49.60 RCW, Washington’s Law Against Discrimination, and 42 U.S.C. 12101 et seq, the Americans with Disabilities Act (ADA). Six Good Faith Efforts (40 CFR Part 33 Subpart C). The contractor agrees to make the following good faith efforts whenever procuring subcontracts, equipment, services and supplies. The contractor shall retain records documenting compliance with the following six good faith efforts. Ensuring Disadvantaged Business Enterprises are made aware of contracting

opportunities to the fullest extent practicable through outreach and recruitment activities. For Indian Tribal, State and Local and Government recipients, this will include placing Disadvantaged Business Enterprises on solicitation lists and soliciting them whenever they are potential sources. Qualified Women and Minority business enterprises may be found on the Internet at www.omwbe.wa.gov or by contacting the Washington State Office of Minority and Women’s Enterprises at 360-704-1181.

Making information on forthcoming opportunities available to Disadvantaged Business Enterprises and arrange time frames for contracts and establish delivery schedules, where the requirements permit, in a way that encourages and facilitates participation by Disadvantaged Business Enterprises in the competitive process. This includes, whenever possible, posting solicitations for bids or proposals for a minimum of thirty (30) calendar days before the bid or proposal closing date.

Considering in the contracting process whether firms competing for large contracts could subcontract with Disadvantaged Business Enterprises. For Indian Tribal, State and local Government recipients, this will include dividing total requirements when economically feasible into smaller tasks or quantities to permit maximum participation by Disadvantaged Business Enterprises in the competitive process.

Encourage contracting with a consortium of Disadvantaged Business Enterprises when a contract is too large for one of these firms to handle individually.

Using services and assistance of the Small Business Administration and the Minority Business Development Agency of the Department of Commerce.

If the prime contractor awards subcontracts, requiring the subcontractors to take the six good faith efforts in paragraphs 1 through 5 above.

Fair Share Objective Goal (40 CFR Part 33 Subpart D). A fair share objective is a goal based on the capacity and availability of qualified, certified Minority Business Enterprises (MBEs) and Women’s Business Enterprises (WBEs) in the relevant geographic market. As mandated by EPA, all general contractors and subcontractors must comply with the requirements of the EPA’s Program for Utilization of Small, Minority, and Women’s Business Enterprises (40 CFR, Part 33) in procurement under the DWSRF program. The goals for the utilization of disadvantaged businesses are as follows:

Construction 10% MBE 6% WBE Supplies 8% MBE 4% WBE Equipment 8% MBE 4% WBE Purchased Services 10% MBE 4% WBE

Page 55: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

All general contractors and subcontractors must accept the fair share objective/goals stated above and attest to the fact they are purchasing the same or similar construction, supplies, services, and equipment, in the same or similar relevant geographic buying market as the Washington Office of Minority Women Business goals.

Under the DWSRF program, borrowers receiving a total of $250,000 or less in EPA funds in a given fiscal year are exempted from the Fair Share Objective requirements.

IMPORTANT: Only MBEs and WBEs that are certified by EPA, SBA, DOT, or by state, local, tribal or private entities whose certification criteria match EPA’s can be counted towards the MBEs and WBEs utilization goal. MBE/WBE Reporting (40 CFR Part 33 Parts 33.302, 33.502 and 33.503). Bidders List (40 CFR Part 33 part 33.501) All bidders shall submit the following information for all firms that bid or quote on subcontracts (including both DBE and non-DBE firms) with their bid proposal. Entity's name with point of contact; Entity's mailing address, telephone number, and e-mail address; The procurement on which the entity bid or quoted, and when; and Entity's status as an MBE/WBE or non-MBE/WBE.

Contract Administration Provisions (40 CFR part 33.302). The contractor shall comply with the contract administration provisions of 40 CFR, Part33.302. The contractor shall pay its subcontractor for satisfactory performance no more than 30

days from the contractor's receipt of payment. The contractor shall notify the owner in writing prior to any termination of a DBE

subcontractor. If a DBE subcontractor fails to complete work under the subcontract for any reason, the

contractor shall employ the six good faith efforts when soliciting a replacement subcontractor.

The contractor shall employ the six good faith efforts even if the contractor has achieved its fair share objectives.

Third Party Beneficiary Partial funding of this project is being provided through the Washington State Department of Commerce Drinking Water State Revolving Fund. All parties agree that the State of Washington shall be, and is hereby, named as an express third-party beneficiary of this contract, with full rights as such. Access to the Construction Site and to Records The contractor shall provide for the safe access to the construction site and to the contractor's records by Washington State Department of Commerce, Washington State Department of Health, and Environmental Protection Agency (EPA) personnel. The Contractor shall maintain accurate records and accounts to facilitate the Owner’s audit requirements and shall ensure that all subcontractors maintain auditable records.

Page 56: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

These Project records shall be separate and distinct from the Contractor’s other records and accounts. All such records shall be available to the Owner and to Washington State Department of Commerce, Washington State Department of Health and EPA personnel for examination. All records pertinent to this project shall be retained by the Contractor for a period of three (3) years after the final audit. Attachments:

1. Wage Rate Requirements For Subrecipients a. Attachment 1A for municipal borrowers

2. Current Wage Rate Determination (Verified by Commerce project Manager) 3. Certification Of Nonsegregated Facilities 4. Notice To Labor Unions Or Other Organization Of Workers: Non-Discrimination In

Employment 5. AIS Requirements – The Use of American Iron and Steel

Page 57: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

WAGE RATE REQUIREMENTS FOR SUBRECIPIENTS The following terms and conditions specify how recipients will assist EPA in meeting its Davis-Bacon (DB) responsibilities when DB applies to EPA awards of financial assistance under the FY 2013 Continuing Resolution with respect to State recipients and subrecipients that are governmental entities. If a subrecipient has questions regarding when DB applies, obtaining the correct DB wage determinations, DB provisions, or compliance monitoring, it may contact the State recipient. 1. Applicability of the Davis- Bacon (DB) prevailing wage requirements.

Under the FY 2013 Continuing Resolution, DB prevailing wage requirements apply to the construction, alteration, and repair of treatment works carried out in whole or in part with assistance made available by a State water pollution control revolving fund and to any construction project carried out in whole or in part by assistance made available by a drinking water treatment revolving loan fund. If a subrecipient encounters a unique situation at a site that presents uncertainties regarding DB applicability, the subrecipient must discuss the situation with the recipient State before authorizing work on that site.

2. Obtaining Wage Determinations. (a) Subrecipients shall obtain the wage determination for the locality in which a covered activity subject to DB will take place prior to issuing requests for bids, proposals, quotes or other methods for soliciting contracts (solicitation) for activities subject to DB. Subrecipients need to submit the wage determination to Department of Commerce, Contracts Administration Unit project manager prior to inserting the wage determination into a solicitation, contract or issuing task orders, work assignments or similar instruments to existing contractors ordering instruments unless subsequently directed otherwise by the State recipient Award Official. These wage determinations shall be incorporated into solicitations and any subsequent contracts. Prime contracts must contain a provision requiring that subcontractors follow the wage determination incorporated into the prime contract.

(i) While the solicitation remains open, the subrecipient shall monitor www.wdol.gov weekly to ensure that the wage determination contained in the solicitation remains current. The subrecipients shall amend the solicitation if DOL issues a modification more than 10 days prior to the closing date (i.e. bid opening) for the solicitation. If DOL modifies or supersedes the applicable wage determination less than 10 days prior to the closing date, the subrecipients may request a finding from the State recipient that there is not a reasonable time to notify interested contractors of the modification of the wage determination. The State recipient will provide a report of its findings to the subrecipient.

(ii) If the subrecipient does not award the contract within 90 days of the closure of the

solicitation, any modifications or supersedes DOL makes to the wage determination contained in the solicitation shall be effective unless the State recipient, at the request of the subrecipient, obtains an extension of the 90 day period from DOL pursuant to 29 CFR 1.6(c)(3)(iv). The subrecipient shall monitor www.wdol.gov on a weekly basis if it does not award the contract within 90 days of closure of the solicitation to ensure that wage determinations contained in the solicitation remain current.

Page 58: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

(b) If the subrecipient carries out activity subject to DB by issuing a task order, work assignment or similar instrument to an existing contractor (ordering instrument) rather than by publishing a solicitation, the subrecipient shall insert the appropriate DOL wage determination from www.wdol.gov into the ordering instrument. (c) Subrecipients shall review all subcontracts subject to DB entered into by prime contractors to verify that the prime contractor has required its subcontractors to include the applicable wage determinations. (d) As provided in 29 CFR 1.6(f), DOL may issue a revised wage determination applicable to a subrecipient’s contract after the award of a contract or the issuance of an ordering instrument if DOL determines that the subrecipient has failed to incorporate a wage determination or has used a wage determination that clearly does not apply to the contract or ordering instrument. If this occurs, the subrecipient shall either terminate the contract or ordering instrument and issue a revised solicitation or ordering instrument or incorporate DOL’s wage determination retroactive to the beginning of the contract or ordering instrument by change order. The subrecipient’s contractor must be compensated for any increases in wages resulting from the use of DOL’s revised wage determination.

Page 59: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

ATTACHMENT 1A LABOR STANDARDS PROVISIONS

MUNICIPAL BORROWERS

Contract and Subcontract provisions. (a) The Recipient shall insure that the subrecipient(s) shall insert in full in any contract in excess of $2,000 which is entered into for the actual construction, alteration and/or repair, including painting and decorating, of a treatment work under the CWSRF or a construction project under the DWSRF financed in whole or in part from Federal funds or in accordance with guarantees of a Federal agency or financed from funds obtained by pledge of any contract of a Federal agency to make a loan, grant or annual contribution (except where a different meaning is expressly indicated), and which is subject to the labor standards provisions of any of the acts listed in § 5.1 or the FY 2013 Continuing Resolution, the following clauses: (1) Minimum wages. (i) All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (a)(1)(iv) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in § 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided that the employer's payroll records accurately set forth, the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph (a)(1)(ii) of this section) and the Davis-Bacon poster (WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. Subrecipients may obtain wage determinations from the U.S. Department of Labor’s web site, www.dol.gov. (ii)(A) The subrecipient(s), on behalf of EPA, shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The

Page 60: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

State award official shall approve a request for an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (B) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the subrecipient(s) agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), documentation of the action taken and the request, including the local wage determination shall be sent by the subrecipient (s) to the State award official. The State award official will transmit the request, to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210 and to the EPA DB Regional Coordinator concurrently. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification request within 30 days of receipt and so advise the State award official or will notify the State award official within the 30-day period that additional time is necessary. (C) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the subrecipient(s) do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the award official shall refer the request and the local wage determination, including the views of all interested parties and the recommendation of the State award official, to the Administrator for determination. The request shall be sent to the EPA DB Regional Coordinator concurrently. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt of the request and so advice the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs (a)(1)(ii)(B) or (C) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit, which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program.

Page 61: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

(2) Withholding. The subrecipient(s), shall upon written request of the EPA Award Official or an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the (Agency) may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. (3) Payrolls and basic records. (i) Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (ii)(A) The contractor shall submit weekly, for each week in which any contract work is performed, a copy of all payrolls to the subrecipient, that is, the entity that receives the sub-grant or loan from the State capitalization grant recipient. Such documentation shall be available on request of the State recipient or EPA. As to each payroll copy received, the subrecipient shall provide written confirmation in a form satisfactory to the State indicating whether or not the project is in compliance with the requirements of 29 CFR 5.5(a)(1) based on the most recent payroll copies for the specified week. The payrolls shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on the weekly payrolls. Instead, the payrolls shall only need to include an individually identifying number for each employee (e.g., the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH-347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.gov/whd/forms/wh347instr.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the subrecipient(s) for transmission to the State or EPA if requested by EPA, the State, the contractor, or the Wage and Hour Division of the

Page 62: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the subrecipient(s). (B) Each payroll submitted shall be accompanied by a “Statement of Compliance,” signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be provided under § 5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under § 5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete; (2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the “Statement of Compliance” required by paragraph (a)(3)(ii)(B) of this section. (D) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code. (iii) The contractor or subcontractor shall make the records required under paragraph (a)(3)(i) of this section available for inspection, copying, or transcription by authorized representatives of the State, EPA or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the Federal agency or State may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. (4) Apprentices and trainees-- (i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the

Page 63: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractors registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended and 29 CFR part 30.

Page 64: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

(5) Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract. (6) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as the EPA determines may by appropriate, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. (7) Contract termination; debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. (8) Compliance with Davis-Bacon and Related Act requirements. All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract. (9) Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and Subrecipient(s), State, EPA, the U.S. Department of Labor, or the employees or their representatives. (10) Certification of eligibility. (i) By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. 4. Contract Provision for Contracts in Excess of $100,000. (a) Contract Work Hours and Safety Standards Act. The subrecipient shall insert the following clauses set forth in paragraphs (a)(1), (2), (3), and (4) of this section in full in any contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by Item 3, above or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include watchmen and guards. (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic

Page 65: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek.  (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (a)(1) of this section the contractor and any subcontractor responsible therefore shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (a)(1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (a)(1) of this section. (3) Withholding for unpaid wages and liquidated damages. The subrecipient, upon written request of the EPA Award Official or an authorized representative of the Department of Labor, shall withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (b)(2) of this section. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (a)(1) through (4) of this section and a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (a)(1) through (4) of this section. (b) In addition to the clauses contained in Item 3, above, in any contract subject only to the Contract Work Hours and Safety Standards Act and not to any of the other statutes cited in 29 CFR 5.1, the Subrecipient shall insert a clause requiring that the contractor or subcontractor shall maintain payrolls and basic payroll records during the course of the work and shall preserve them for a period of three years from the completion of the contract for all laborers and mechanics, including guards and watchmen, working on the contract. Such records shall contain the name and address of each such employee, social security number, correct classifications, hourly rates of wages paid, daily and weekly number of hours worked, deductions made, and actual wages paid. Further, the Subrecipient shall insert in any such contract a clause providing hat the records to be maintained under this paragraph shall be made available by the contractor or subcontractor for inspection, copying, or transcription by authorized representatives of the (write the name of agency) and the Department of Labor, and the contractor or subcontractor will permit such representatives to interview employees during working hours on the job. 5. Compliance Verification (a) The subrecipient shall periodically interview a sufficient number of employees entitled to DB prevailing wages (covered employees) to verify that contractors or subcontractors are paying the appropriate wage rates. As provided in 29 CFR 5.6(a)(6), all interviews must be conducted in confidence. The subrecipient must use Standard Form 1445 (SF 1445) or equivalent

Page 66: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

documentation to memorialize the interviews. Copies of the SF 1445 are available from EPA on request. (b) The subrecipient shall establish and follow an interview schedule based on its assessment of the risks of noncompliance with DB posed by contractors or subcontractors and the duration of the contract or subcontract. Subrecipients must conduct more frequent interviews if the initial interviews or other information indicated that there is a risk that the contractor or subcontractor is not complying with DB. Subrecipients shall immediately conduct interviews in response to an alleged violation of the prevailing wage requirements. All interviews shall be conducted in confidence." (c) The subrecipient shall periodically conduct spot checks of a representative sample of weekly payroll data to verify that contractors or subcontractors are paying the appropriate wage rates. The subrecipient shall establish and follow a spot check schedule based on its assessment of the risks of noncompliance with DB posed by contractors or subcontractors and the duration of the contract or subcontract. At a minimum, if practicable, the subrecipient should spot check payroll data within two weeks of each contractor or subcontractor’s submission of its initial payroll data and two weeks prior to the completion date the contract or subcontract. Subrecipients must conduct more frequent spot checks if the initial spot check or other information indicates that there is a risk that the contractor or subcontractor is not complying with DB. In addition, during the examinations the subrecipient shall verify evidence of fringe benefit plans and payments thereunder by contractors and subcontractors who claim credit for fringe benefit contributions. (d) The subrecipient shall periodically review contractors and subcontractors use of apprentices and trainees to verify registration and certification with respect to apprenticeship and training programs approved by either the U.S Department of Labor or a state, as appropriate, and that contractor and subcontractors are not using disproportionate numbers of, laborers, trainees and apprentices. These reviews shall be conducted in accordance with the schedules for spot checks and interviews described in Item 5(b) and (c) above. (e) Subrecipients must immediately report potential violations of the DB prevailing wage requirements to the EPA DB contact listed above and to the appropriate DOL Wage and Hour District Office listed at http://www.dol.gov/contacts/whd/america2.htm.

Page 67: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

ATTACHMENT 2

FEDERAL & STATE WAGE RATE DETERMINATIONS [DWSRF Assistance Recipient to insert applicable wage determinations here. Wage determination is to be verified by Project Manager.]

Page 68: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

ATTACHMENT 3 CERTIFICATION OF NONSEGREGATED FACILITIES

(Applicable to federally assisted construction contracts and related subcontracts exceeding $10,000, which are not exempt from the Equal Opportunity clause.) The federally assisted construction contractor certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction contractor certified, further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work area, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or area, in fact, segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or otherwise. The federally assisted construction contractor agrees that (except where he has obtained identical certifications from proposed contractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain such, certification in this file. _______________________________ __________________ Signature Date ______________________________________________________ Name and title of signer (please type) [THIS FORM SHALL BE COMPLETED IN FULL AND SUBMITTED WITH THE BID PROPOSAL]

Page 69: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

ATTACHMENT 4 NOTICE TO LABOR UNIONS OR OTHER ORGANIZATION OF WORKERS:

NON-DISCRIMINATION IN EMPLOYMENT TO: _____________________________________________________________________

(name of union or organization of worker) The undersigned currently holds contract(s) with _________________________________

(name of applicant) involving funds or credit of the U.S. Government 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 for 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 you pursuant to the provisions of the above contract(s) or subcontract(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. _________________________________ _________________________________ _________________________________ _________________________________

(Contractor or subcontractor(s)) _________________________________ (Date)

Page 70: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

ATTACHMENT 5 AMERICAN REQUIREMENT

USE OF AMERICAN IRON AND STEEL MUST BE INCLUDED IN ALL CONTRACTS (PRIME AND SUB-CONTRACTORS): This provision applies to projects for the construction, alteration, maintenance, or repair of a public water system as defined in the Safe Drinking Water Act (42 U.S.C 300j-12). This provision does not apply if the engineering plans and specification for the project were approved by the Department of Health prior the January 17, 2014. The Contractor acknowledges to and for the benefit of the Project Owner and the State of Washington that is understands the goods and services under this Agreement are being funded with monies made available by the Drinking Water State Revolving Loan Fund which contains provision commonly known as “American Iron and Steel” (AIS), that requires all of iron and steel products used in the project be produced in the United States (AIS Requirements). The act defines iron and steel products as, “…the following products made primarily of iron or steel: lined or unlined pipes and fittings, manhole covers and other municipal castings, hydrants, tanks, flanges, pipe clamps and restraints, valves, structural steel, reinforced precast concrete, and construction materials.” The Contractor hereby represents and warrants to and for the benefit of the Project Owner and the State that:

a) The Contractor has reviewed and understands the AIS Requirements, b) All of the iron and steel products used in the project will be and/or have been produced in

the United States in a manner that complies with the AIS Requirements, unless a waiver of the requirements is approved, and

c) The contractor will provide any further verified information, certification or assurance of compliance with this paragraph, or information necessary to support a waiver of the AIS Requirements, as may be requested by the Project Owner or the State.

Notwithstanding any other provisions of this Agreement, any failure to comply with this paragraph by the Contractor shall permit the Project Owner or State to recover as damages against the Contractor any loss, expense or cost (including without limitation attorney’s fees) incurred by the Project Owner or State resulting from any such failure (including without limitation any impairment or loss of funding, whether in whole or part, from the State or any damages owed to the State by the Project Owner). While the contractor has no direct contractual privy with the State, as a lender to the Project Owner for the funding of its project, the Project Owner and the Contractor agree that the State is a third-party beneficiary and neither this paragraph nor any other provision of the Agreement necessary to give this paragraph force or effect shall be amended or waived without the prior written consent of the State.

Page 71: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

PART 4

SPECIAL PROVISIONS

Page 72: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050

INTRODUCTION TO THE SPECIAL PROVISIONS 1 2 (August 14, 2013 APWA GSP) 3 4 The work on this project shall be accomplished in accordance with the Standard 5 Specifications for Road, Bridge and Municipal Construction, 2018 edition, as 6 issued by the Washington State Department of Transportation (WSDOT) and the 7 American Public Works Association (APWA), Washington State Chapter (hereafter 8 “Standard Specifications”). The Standard Specifications, as modified or 9 supplemented by the Amendments to the Standard Specifications and these 10 Special Provisions, all of which are made a part of the Contract Documents, shall 11 govern all of the Work. 12 13 These Special Provisions are made up of both General Special Provisions (GSPs) 14 from various sources, which may have project-specific fill-ins; and project-specific 15 Special Provisions. Each Provision either supplements, modifies, or replaces the 16 comparable Standard Specification, or is a new Provision. The deletion, 17 amendment, alteration, or addition to any subsection or portion of the Standard 18 Specifications is meant to pertain only to that particular portion of the section, and 19 in no way should it be interpreted that the balance of the section does not apply. 20 21 The project-specific Special Provisions are not labeled as such. The GSPs are 22 labeled under the headers of each GSP, with the effective date of the GSP and its 23 source. For example: 24 25 (March 8, 2013 APWA GSP) 26 (April 1, 2013 WSDOT GSP) 27 (May 1, 2013 G&O GSP) 28 29 Also incorporated into the Contract Documents by reference are: 30 31

Manual on Uniform Traffic Control Devices for Streets and Highways, 32 currently adopted edition, with Washington State modifications, if any 33

Standard Plans for Road, Bridge and Municipal Construction, 34 WSDOT/APWA, current edition 35

City of Ephrata Community Street and Utility Standards, current 36 edition. 37

Supplement DWSRF General Conditions 38 39 Contractor shall obtain copies of these publications, at Contractor’s own expense. 40

Page 73: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

DIVISION 1

GENERAL REQUIREMENTS

Page 74: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 1-1

DIVISION 1 1 2

GENERAL REQUIREMENTS 3 4 DESCRIPTION OF WORK 5 (March 13, 1995) 6 This Contract provides for the construction of approximately 20,000 feet of 12-inch 7 PVC C900 water main, approximately 700 feet of 8-inch PVC C900 water main, 8 approximately 1,500 feet of 6-inch PVC C900 water main for fire hydrant, gate 9 valves, fire hydrants, water services, appurtenances, traffic control, and surface 10 restoration, all in accordance with the attached Contract Plans, Special Provisions, 11 and the Standard Specifications. 12 13 It is anticipated and required that the Contractor shall have two crews on site to 14 complete the Work in the Contract time allowed. 15 16 The Contractor shall note that either (1) No more than 2,000 feet of water main 17 trench shall be left unpaved at any given time or (2) All unpaved water main 18 trenches shall be paved every 20 working days. All costs associated with meeting 19 this Contract requirement, to include, but not be limited to, any additional 20 mobilization/demobilization costs, shall be merged in the various unit price and 21 lump sum bid items as found in the Proposal. 22 23 The bidder shall submit a list of all subcontractors to be used together with the 24 following: 25

26 Subcontractor’s name and point of contact; 27 Subcontractor’s mailing address, telephone number, and e-mail 28

address; 29 Subcontractor’s status as an MBE/WBE firm or non-MBE/WBE firm. 30

31 The list of subcontractors shall be submitted with the bid proposal. 32 33 1-01 DEFINITIONS AND TERMS 34 35 1-01.3 Definitions 36 (January 4, 2016 G&O GSP) 37 38 Delete the definition of “Bid Documents,” “Completion Dates,” “Contract” and 39 “Contracting Agency.” 40 41 This Section is supplemented with the following: 42 43

All references in the Standard Specifications, Amendments or WDSOT 44 General Provisions to the terms “Department of Transportation,” 45

Page 75: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 1-2

“Washington State Transportation Commission,” “Commission,” “Secretary 1 of Transportation,” “Secretary,” “Headquarters,” and “State Treasurer” shall 2 be revised to read “Contracting Agency.” 3 4 All references to the terms “State” or “state” shall be revised to read 5 “Contracting Agency” unless the reference is to an administrative agency of 6 the State of Washington, a State statute or regulation, or the context 7 reasonably indicates otherwise. 8 9 All references to “State Materials Laboratory” shall be revised to read 10 “Contracting Agency designated location.” 11 12 All references to “final contract voucher certification” shall be interpreted to 13 mean the Contracting Agency form(s) by which final payment is authorized, 14 and final completion and acceptance granted. 15 16 Additive 17 A supplemental unit of work or group of bid items, identified separately in 18 the Proposal, which may, at the discretion of the Contracting Agency, be 19 awarded in addition to the base bid. 20 21 Alternate 22 One of two or more units of work or groups of bid items, identified separately 23 in the Proposal, from which the Contracting Agency may make a choice 24 between different methods or material of construction for performing the 25 same work. 26 27 Bid Documents 28 The component parts of the proposed Contract which may include, but not 29 limited to, the Proposal form, the proposed Contract Provisions, the 30 proposed Contract Plans, Addenda, and Subsurface Boring Logs (if any). 31 32 Business Day 33 A business day is any day from Monday through Friday, except holidays as 34 listed in Section 1-08.5. 35 36 Contract 37 The written agreement between the Contracting Agency and the Contractor. 38 It describes, among other things: 39 40

1. What work will be done, and by when; 41 2. Who provides labor and materials; and 42 3. How Contractor will be paid. 43

44

Page 76: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 1-3

The Contract includes the Contract (Agreement) form, bidder’s completed 1 Proposal Form, all required certificates and affidavits, performance and 2 payment bonds, the 2018 Standard Specifications for Road, Bridge and 3 Municipal Construction and amendments thereto, Contract Provisions, 4 Contract Plans, Standard Plans, addenda and change orders. 5 6 Contract Bond 7 The definition in the Standard Specifications for “Contract Bond” applies to 8 whatever bond form(s) are required by the Contract Documents, which may 9 be a combination of a Payment Bond and a Performance Bond. 10 11 Contract Documents 12 See definition for “Contract.” 13 14 Contract Time 15 The period of time established by the terms and conditions of the contract 16 within which the work must be completed. 17 18 Contracting Agency (Owner) 19 Agency of Government that is responsible for the execution and 20 administration of the Contract. 21 22 Dates 23 24

Bid Opening Date 25 The date on which the Contracting Agency publicly opens and reads 26 the bids. 27 28 Award Date 29 The date of the formal decision of the Contracting Agency to accept 30 the lowest responsible and responsive bidder for the Work. 31 32 Contract Execution Date 33 The date when both the Contractor and the Contracting Agency have 34 signed the Agreement, binding themselves to the Contract. 35 36 Notice to Proceed Date 37 The date stated in the Notice to Proceed on which the Contract time 38 begins. 39 40 Substantial Completion Date 41 The day the Engineer determines the Contracting Agency has full and 42 unrestricted use and benefit of the facilities, both from the operational 43 and safety standpoint, any remaining traffic disruptions will be rare 44 and brief, and only minor incidental work, replacement of temporary 45

Page 77: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 1-4

substitute facilities, plant establishment periods or correction or repair 1 remains for the Physical Completion of the total Contract. 2

3 Physical Completion Date 4 The day all of the Work is physically completed on the project. The 5 Engineer has received from the Contractor record drawings, operation 6 and maintenance manuals, manufacturers’ affidavits, and software 7 and programming. 8 9 Completion Date 10 The day all the Work specified in the Contract is completed and all the 11 obligations of the Contractor under the Contract are fulfilled by the 12 Contractor. All documentation required by the Contract and required 13 by law must be furnished by the Contractor before establishment of 14 this date. 15

16 Final Acceptance Date 17 The date on which the Contracting Agency accepts the Work as 18 complete. 19

20 Notice of Award 21 The written notice from the Contracting Agency to the successful bidder 22 signifying the Contracting Agency’s acceptance of the Bid Proposal. 23 24 Notice to Proceed 25 The written notice from the Contracting Agency or Engineer to the 26 Contractor authorizing and directing the Contractor to proceed with the 27 Work and establishing the date on which the Contract time begins. 28

29 Traffic 30 Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, 31 wheelchairs, and equestrian traffic. 32

33 1-02 BID PROCEDURES AND CONDITIONS 34 35 1-02.1 Prequalification of Bidders 36 37 Delete this Section and replace it with the following: 38 39

1-02.1 Qualifications of Bidder 40 (January 24, 2011 APWA GSP) 41 42 Before award of a public works contract, a bidder must meet at least the 43 minimum qualifications of RCW 39.04.350(1) to be considered a 44 responsible bidder and qualified to be awarded a public works project. 45

Page 78: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 1-5

1 1-02.2 Plans and Specifications 2 (June 27, 2011 G&O GSP) 3 4 Delete this Section and replace it with the following: 5 6

Information as to where Bid Documents can be obtained or reviewed is 7 contained in the Call for Bids (Advertisement for Bids) for the work. 8 9 After Award of the Contract, Plans and Contract Provisions will be issued to 10 the Contractor at as stated below: 11

To Prime Contractor No. of Sets Basis of Distribution 12 13 Large Plans (22" x 34") 1 Furnished automatically 14 15 Contract Provisions 3 Furnished automatically 16 17 Reduced Plans (11" x 17") 3 Furnished automatically 18

19 Additional Plans and other Contract Provisions may be purchased by the 20 Contractor. 21

22 1-02.4 Examination of Plans, Specifications, and Site of Work 23 24 1-02.4(1) General 25 26 This Section is supplemented with the following: 27 28

(June 16, 2006 G&O GSP) 29 Contractor shall review the entire Contract to ensure that the completeness 30 of their Proposal includes all items of Work regardless of where shown in 31 the Contract. Bidders are cautioned that alternate sources of information 32 (copies of the Contract obtained from third parties) are not necessarily an 33 accurate or complete representation of the Contract. Bidders shall use such 34 information at their own risk. 35 36

1-02.4(2) Subsurface Information 37 (June 16, 2006 G&O GSP) 38 39 Delete this Section and replace it with the following: 40

41 If the Contracting Agency has made a subsurface investigation of the site 42 of the proposed Work, the boring log data and soil sample test data 43 accumulated by the Contracting Agency will be made available for 44

Page 79: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 1-6

inspection by the Bidders. However, the Contracting Agency makes no 1 representation or warranty, expressed or implied, that: 2

3 a. The Bidders’ interpretations from the boring logs may be 4

correct; 5 6 b. Moisture conditions and indicated water tables will not vary 7

from those found at the time the borings were made; 8 9 c. The ground at the location of the borings has not been 10

physically disturbed or altered after the boring was made; and 11 12 d. Conditions below the surface of the ground are consistent 13

throughout the site with the information made available 14 hereunder, or that conditions to be encountered on the site 15 are uniform or consistent with geological conditions usually 16 encountered in the area. 17

18 The Contracting Agency makes no representations, guarantees, or 19 warranties as to the condition, materials, or proportions of the materials 20 between the specific borings, regardless of any subsurface information the 21 Contracting Agency may make available to the prospective Bidders. 22 Bidders are solely responsible for making the necessary investigations to 23 support and/or verify any conclusions or assumptions used in preparation 24 of their bids. 25

26 Any subsurface investigations and analysis were carried out for design 27 purposes only. Contractor may not rely upon or make any claim against 28 Contracting Agency, Engineer, or any of their subconsultants, with respect 29 to: 30 31 1. the completeness of such reports for Contractor’s purposes, 32

including, but not limited to, any aspects of the means, methods, 33 techniques, sequences, and procedures of construction to be 34 employed by Contractor, and safety precautions and programs 35 incident thereto; or 36 37

2. other conclusions, interpretations, opinions, representations, and 38 information contained in such reports; or 39

40 3. any Contractor interpretation of or conclusion drawn from any 41

“technical data” or any such other data, conclusions, interpretations, 42 opinions or information. 43

44

Page 80: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 1-7

1-02.5 Proposal Forms 1 (June 27, 2011 G&O GSP) 2 3 Delete this Section and replace it with the following: 4 5

Proposals shall be submitted on the Proposal Form, which is included with 6 the Contract. All Proposals shall be completed, signed and dated. 7 8 The Proposal Form will identify the project and its location and describe the 9 Work. It will also list estimated quantities, units of measurement, the items 10 of work, and the materials to be furnished at the lump sum and/or unit bid 11 prices. The Bidder shall complete spaces on the Proposal Form that call for, 12 but are not limited to, unit prices; extensions; summations; the total bid 13 amount; signatures; date; and, where applicable, retail sales taxes and 14 acknowledgment of addenda; the bidder’s name, address, telephone 15 number, and signature; the Bidder’s D/M/WBE commitment, if applicable; a 16 State of Washington Contractor’s Registration Number; and a Business 17 License Number, if applicable. Bids shall be completed by typing or shall 18 be printed in ink by hand, preferably in black ink. Required certifications are 19 included as part of the Proposal Form. 20 21 The Contracting Agency reserves the right to arrange the proposal forms 22 with alternates and additives, if such be to the advantage of the Contracting 23 Agency. The Bidder shall bid on all alternates and additives set forth in the 24 Proposal form unless otherwise specified. 25

26 1-02.6 Preparation of Proposal 27 (June 27, 2011 G&O GSP) 28 29 Supplement this Section with the following: 30 31

All Proposals submitted shall, on their face, remain valid for a period of 60 32 days following the date of Bid opening. In the event of a conflict in this 33 duration, which may appear elsewhere in the Contract Provisions, the 34 longest duration shall apply. 35 36 The Bidder’s attention is directed to that portion of the Proposal which 37 requires that the Bidder furnish information concerning its experience with 38 work of a similar nature, equipment to be used on this project, and general 39 background information. Information which is incomplete, evasive, or of a 40 general nature only, may be considered as grounds for rejection of the 41 Proposal. 42

43

Page 81: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 1-8

Any correction to a Proposal made by interlineation, alteration, or erasure, 1 shall be initialed by the signer of the Proposal. The Bidder shall make no 2 stipulation on the Proposal Form, nor qualify the bid in any manner. 3 4

1-02.7 Bid Deposit 5 (March 8, 2013 G&O GSP) 6 7 Supplemented this Section with the following: 8

9 Bid bonds shall contain the following: 10

11 1. The name of the project; 12

13 2. The name of the Contracting Agency, named as the obligee; 14

15 3. The amount of the bid bond stated either as a dollar figure or 16

as a percentage which represents five percent of the 17 maximum bid amount that could be awarded; 18 19

4. The signature of the bidder’s officer empowered to sign official 20 statements. The signature of the person authorized to submit 21 the Proposal should agree with the signature on the bond, and 22 the title of the person must accompany the said signature; 23 24

5. The signature of the surety’s officer empowered to sign the 25 bond, and the power of attorney. 26

27 The Bidder must use the bond form included in the Contract. 28

29 1-02.9 Delivery of Proposal 30 (January 3, 2012 G&O GSP) 31 32 Delete this section in its entirety and replace with the following: 33

34 The Proposal, bid bond, and all other certificates, forms or other documents 35 required by any Contract Provisions to be executed and delivered with said 36 Proposal shall be submitted, in a sealed package, addressed to the 37 Contracting Agency, and plainly marked “Proposal for ______________ 38 (insert name of project as shown on the Proposal) to be opened on the 39 ______ day of ____________, 20___,” (said day, month and year to be 40 used as shown in the published Call for Bids). 41 42 The Contracting Agency will not consider any Proposal or any supplement 43 to a Proposal that is received after the time specified for receipt of 44 Proposals, or received in a location other than that specified for receipt of 45

Page 82: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 1-9

Proposal. Emailed or faxed Proposals or supplement to a Proposal are not 1 acceptable. 2 3

1-02.10 Withdrawing, Revising, or Supplementary Proposal 4 (July 23, 2015 APWA GSP) 5 6 Delete this Section and replace it with the following: 7

8 After submitting a physical Bid Proposal to the Contracting Agency, the 9 Bidder may withdraw, revise, or supplement it if: 10

11 1. The Bidder submits a written request signed by an authorized person 12

and physically delivers it to the place designated for receipt of Bid 13 Proposals, and 14

2. The Contracting Agency receives the request before the time set for 15 receipt of Bid Proposals, and 16

3. The revised or supplemented Bid Proposal (if any) is received by the 17 Contracting Agency before the time set for receipt of Bid Proposals. 18

19 If the Bidder’s request to withdraw, revise, or supplement its Bid Proposal 20 is received before the time set for receipt of Bid Proposals, the Contracting 21 Agency will return the unopened Proposal package to the Bidder. The 22 Bidder must then submit the revised or supplemented package in its 23 entirety. If the Bidder does not submit a revised or supplemented package, 24 then its bid shall be considered withdrawn. 25

26 Late revised or supplemented Bid Proposals or late withdrawal requests will 27 be date recorded by the Contracting Agency and returned unopened. 28 Mailed, emailed, or faxed requests to withdraw, revise, or supplement a Bid 29 Proposal are not acceptable. 30

31 1-02.11 Combination and Multiple Proposals 32 (June 16, 2006 G&O GSP) 33 34 Delete this Section in its entirety. 35

36 1-02.13 Irregular Proposals 37 (January 4, 2016 APWA GSP) 38 39 Delete this Section and replace it with the following: 40 41

1. A proposal will be considered irregular and will be rejected if: 42 43 a. The Bidder is not prequalified when so required; 44

45

Page 83: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 1-10

b. The authorized proposal form furnished by the Contracting 1 Agency is not used or is altered; 2

3 c. The completed proposal form contains any unauthorized 4

additions, deletions, alternate Bids, or conditions; 5 6

d. The Bidder adds provisions reserving the right to reject or 7 accept the award, or enter into the Contract; 8

9 e. A price per unit cannot be determined from the Bid Proposal; 10

11 f. The Proposal form is not properly executed; 12

13 g. The Bidder fails to submit or properly complete a 14

Subcontractor list, if applicable, as required in Section 1-02.6; 15 16

h. The Bidder fails to submit or properly complete a 17 Disadvantaged Business Enterprise Certification, if 18 applicable, as required in Section 1-02.6; 19

20 i. The Bidder fails to submit written confirmation from each DBE 21

firm listed on the Bidder’s completed DBE Utilization 22 Certification that they are in agreement with the bidders DBE 23 participation commitment, if applicable, as required in Section 24 1-02.6, or if the written confirmation that is submitted fails to 25 meet the requirements of the Special Provisions; 26

27 j. The Bidder fails to submit DBE Good Faith Effort 28

documentation, if applicable, as required in Section 1-02.6, or 29 if the documentation that is submitted fails to demonstrate that 30 a Good Faith Effort to meet the Condition of Award was made; 31

32 k. The Bid Proposal does not constitute a definite and 33

unqualified offer to meet the material terms of the Bid 34 invitation; or 35

36 l. More than one proposal is submitted for the same project from 37

a Bidder under the same or different names. 38 39

2. A Proposal may be considered irregular and may be rejected if: 40 41 a. The Proposal does not include a unit price for every Bid item; 42

43

Page 84: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 1-11

b. Any of the unit prices are excessively unbalanced (either 1 above or below the amount of a reasonable Bid) to the 2 potential detriment of the Contracting Agency; 3

4 c. Receipt of Addenda is not acknowledged; 5

6 d. A member of a joint venture or partnership and the joint 7

venture or partnership submit Proposals for the same project 8 (in such an instance, both Bids may be rejected); or 9

10 e. If Proposal form entries are not made in ink. 11

12 1-02.14 Disqualification of Bidders 13 (August 1, 2009 G&O GSP) 14 15 Delete this Section and replace it with the following: 16 17

A Bidder will be deemed not responsible if: 18 19

1. The Bidder does not meet the mandatory bidder responsibility criteria 20 in RCW 39.04.350(1); or 21

22 2. Evidence of collusion exists with any other Bidder or potential Bidder. 23

Participants in collusion will be restricted from submitting further bids; 24 or 25

26 3. The Bidder, in the opinion of the Contracting Agency, is not qualified 27

for the work or to the full extent of the bid, or to the extent that the 28 bid exceeds the authorized prequalification amount as may have 29 been determined by a prequalification of the Bidder; or 30

31 4. An unsatisfactory performance record exists based on past or 32

current Contracting Agency work or for work done for others, as 33 judged from the standpoint of conduct of the work; workmanship; or 34 progress; affirmative action; equal employment opportunity 35 practices; termination for cause; or Disadvantaged Business 36 Enterprise, Minority Business Enterprise, or Women’s Business 37 Enterprise utilization; or 38

39 5. There is uncompleted work (Contracting Agency or otherwise), which 40

in the opinion of the Contracting Agency might hinder or prevent the 41 prompt completion of the work bid upon; or 42

43

Page 85: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 1-12

6. The Bidder failed to settle bills for labor or materials on past or 1 current contracts, unless there are extenuating circumstances 2 acceptable to the Contracting Agency; or 3

4 7. The Bidder has failed to complete a written public contract or has 5

been convicted of a crime arising from a previous public contract, 6 unless there are extenuating circumstances acceptable to the 7 Contracting Agency; or 8

9 8. The Bidder is unable, financially or otherwise, to perform the work, in 10

the opinion of the Contracting Agency; or 11 12 9. There are any other reasons deemed proper by the Contracting 13

Agency. 14 15

The basis for evaluation of Bidder compliance with these mandatory and 16 supplemental criteria shall be any documents or facts obtained by 17 Contracting Agency (whether from the Bidder or third parties) which any 18 reasonable owner would rely on for determining such compliance, including 19 but not limited to: (i) financial, historical, or operational data from the Bidder; 20 (ii) information obtained directly by the Contracting Agency from owners for 21 whom the Bidder has worked, or other public agencies or private 22 enterprises; and (iii) any additional information obtained by the Contracting 23 Agency which is believed to be relevant to the matter. 24 25 If the Contracting Agency determines the Bidder does not meet the bidder 26 responsibility criteria above and is therefore not a responsible Bidder, the 27 Contracting Agency shall notify the Bidder in writing, with the reasons for its 28 determination. Written notice will be provided to the Bidder, by facsimile to 29 the fax number provided at the time of obtaining the Contract Documents. 30 If the Bidder disagrees with this determination, it may appeal the 31 determination within 48 hours of receipt of the Contracting Agency’s 32 determination by presenting its appeal in writing to the Contracting Agency. 33 The Contracting Agency will consider the appeal before issuing its final 34 determination. If the final determination affirms that the Bidder is not 35 responsible, the Contracting Agency will not execute a contract with any 36 other Bidder until at least two business days after the Bidder determined to 37 be not responsible has received the final determination. 38 39

1-02.15 Pre-Award Information 40 (August 14, 2013 APWA GSP) 41 42 Delete this Section and replace it with the following: 43

44

Page 86: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 1-13

Before awarding any Contract, the Contracting Agency may require one or 1 more of these items or actions of the apparent lowest responsible bidder: 2

3 1. A complete statement of the origin, composition, and 4

manufacture of any or all materials to be used, 5 6

2. Samples of these materials for quality and fitness tests, 7 8

3. A progress schedule (in a form the Contracting Agency 9 requires) showing the order of and time required for the 10 various phases of the work, 11

12 4. A breakdown of costs assigned to any bid item, 13

14 5. Attendance at a conference with the Contracting Agency or 15

representatives of the Contracting Agency, 16 17

6. Obtain, and furnish a copy of, a business license to do 18 business in the city or county where the work is located, 19

20 7. Any other information or action taken that is deemed 21

necessary to ensure that the Bidder is the lowest responsible 22 bidder. 23

24 1-03 AWARD AND EXECUTION OF CONTRACT 25 26 1-03.2 Award of Contract 27 (June 16, 2006 G&O GSP) 28 29 Delete this Section and replace it with the following: 30 31

Normally, Contract Award or bid rejection will occur within 60 calendar days 32 after bid opening. If the lowest responsible Bidder and the Contracting 33 Agency agree, this deadline may be extended. If they cannot agree on an 34 extension by the 60th calendar day deadline, the Contracting Agency 35 reserves the right to award the Contract to the next lowest responsible 36 Bidder or reject all bids. The Contracting Agency will notify the successful 37 Bidder of the Contract Award in writing. 38

39 1-03.3 Execution of Contract 40 (June 16, 2006 G&O GSP) 41 42 Delete this Section and replace it with the following: 43 44

Page 87: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 1-14

Within 10 calendar days after the Award date, the successful Bidder shall 1 return the signed Contracting Agency-prepared Contract, an insurance 2 certification as required by Section 1-07.18, and satisfactory bonds as 3 required by law and Section 1-03.4. Before execution of the Contract by 4 the Contracting Agency, the successful Bidder shall provide any pre-Award 5 information the Contracting Agency may require under Section 1-02.15. 6 7 Until the Contracting Agency executes a Contract, no Proposal shall bind 8 the Contracting Agency nor shall any work begin within the project limits or 9 within Contracting Agency-furnished sites. The Contractor shall bear all 10 risks for any work begun outside such areas and for any materials ordered 11 before the Contract is executed by the Contracting Agency. 12 13 A written Notice to Proceed will be issued after the Contract has been 14 executed by the Contractor and the Contracting Agency, and the 15 performance and labor and material payment bonds, other required 16 certificates and documents and insurance certificates are approved by the 17 Contracting Agency or, where applicable, by State or Federal agencies 18 responsible for funding any portion of the project. 19 20

1-03.4 Contract Bond 21 (July 23, 2015, G&O GSP) 22 23 Revise the first paragraph to read: 24 25

The successful bidder shall provide an executed performance and public 26 works payment bonds for the full contract amount. These bonds shall: 27 28

1. Be on Contracting Agency-furnished forms; 29

30

2. Be signed by an approved surety (or sureties) that: 31 32

a. Is registered with the Washington State Insurance 33 Commissioner; and 34

35

b. Appears on the current Authorized Insurance List in the State 36 of Washington published by the Office of the Insurance 37 Commissioner. 38

39

3. Be conditioned upon the faithful performance of the contract by the 40 Contractor within the prescribed time; 41

42

Page 88: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 1-15

4. Guarantee that the Contractor will perform and comply will all 1 obligations, duties, and conditions under the Contract including, but 2 not limited to, the duty and obligation to indemnify, defend, and 3 protect the Contracting Agency against all losses and claims related 4 directly or indirectly from any failure: 5

6

a. Of the Contractor (or any of the employees, subcontractors, 7 or lower tier subcontractors of the Contractor) to faithfully 8 perform and comply with the contract; or 9

10

b. Of the Contractor (or the subcontractors or lower tier 11 subcontractors of the Contractor) to pay all laborers, 12 mechanics, subcontractors, lower tier subcontractors, 13 materialperson, or any other person who provides supplies or 14 provisions for carrying out the work. 15

16

5. Be conditioned upon payment of taxes, increases, and penalties 17 incurred on the project under Titles 50, 51, and 82 RCW; and 18

19

6. Be accompanied by a power of attorney for the Surety’s officer 20 empowered to sign the bond; and 21

22

7. Be signed by an officer of the Contractor empowered to sign official 23 statements (sole proprietor or partner). If the Contractor is a 24 corporation, the bond must be signed by the president or vice-25 president, unless accompanied by written proof of the authority of the 26 individual signing the bond to bind the corporation (i.e., corporate 27 resolution, power of attorney or a letter to such effect by the president 28 or vice-president). 29

30 1-03.7 Judicial Review 31 (July 23, 2015 APWA GSP) 32 33 Revise this Section to read: 34

35 Any decision made by the Contracting Agency regarding the Award and 36 execution of the Contract or Bid rejection shall be conclusive subject to the 37 scope of judicial review permitted under Washington Law. Such review, if 38 any, shall be timely filed in the Superior Court of the county where the 39 Contracting Agency headquarters is located, provided that where an action 40 is asserted against a county, RCW 36.01.05 shall control venue and 41 jurisdiction. 42

43 44

Page 89: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 1-16

1-04 SCOPE OF THE WORK 1 2 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, 3 Specifications, and Addenda 4 (January 3, 2012 G&O GSP) 5 6 Delete the first two paragraphs of this Section and replace them with the following: 7

8 The complete Contract includes these parts: Contract (Agreement) form, 9 bidder’s completed Proposal Form, the Standard Specifications for Road, 10 Bridge, and Municipal Construction and amendments thereto, Contract 11 Provisions, Plans, Standard Plans, addenda, all required certificates and 12 affidavits, performance and labor and material payment bonds, and change 13 orders. These parts complement each other in describing a complete Work. 14 Any requirement in one part binds as if stated in all parts. The Contractor 15 shall provide any work or materials clearly implied in the Contract even if 16 the Contract does not mention it specifically. 17

18 Any inconsistency in the parts of the Contract shall be resolved by following 19 this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so 20 forth): 21

22 1. Addenda, 23 2. Proposal Form and Agreement, 24 3. Special Provisions, 25 4. Amendments to the Standard Specifications, 26 5. WSDOT/APWA Standard Specifications for Road, Bridge and 27

Municipal Construction, 28 6. Contract Plans, 29 7. Contracting Agency’s Standard Plans (if any), and 30 8. WSDOT/APWA Standard Plans for Road, Bridge, and 31

Municipal Construction 32 33 1-04.4 Changes 34 35 1-04.4(1) Minor Changes 36 (July 1, 2016 G&O GSP) 37 38 This Section, including title, is revised to read as follows: 39 40

1-04.4(1) Unexpected Site Changes 41 42 Payments or credits for changes may be made under the Bid item 43 “Unexpected Site Changes.” At the discretion of the Contracting Agency, 44

Page 90: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 1-17

this procedure for Unexpected Site Changes may be used in lieu of the 1 more formal procedure as outlined in Section 1-04.4, Changes. 2 3 The Contractor will be provided a copy of the completed order for 4 Unexpected Site Changes. The agreement for the Unexpected Site 5 Changes will be documented by signature of the Contractor, or notation of 6 verbal agreement. If the Contractor is in disagreement with anything 7 required by the order for Unexpected Site Changes, the Contractor may 8 protest the order as provided in Section 1-04.5. 9 10 Payments will be determined in accordance with Section 1-09.4. For the 11 purpose of providing a common Proposal for all Bidders, the Contracting 12 Agency has entered an amount for “Unexpected Site Changes” in the 13 Proposal to become a part of the total Bid by the Contractor. The 14 Contractor/Bidder is cautioned that payment of any portion of this bid item 15 is not guaranteed unless such need arises during the performance of this 16 project. Where references are made herein to consider some work 17 incidental to the Contract and as such to merge the cost of incidental work 18 into the various items bid, no such costs shall be merged into this bid item. 19

20 1-04.6 Variation in Estimated Quantities 21 (July 23, 2015 APWA GSP) 22 23 Delete the first paragraph of this Section and replace it with the following: 24

25 Payment to the Contractor will be made only for the actual quantities of 26 Work performed and accepted in conformance with the Contract. When the 27 accepted quantity of Work performed under a unit item varies from the 28 original Proposal quantity, payment will be at the unit Contract price for all 29 Work unless the total accepted quantity of any Contract item, adjusted to 30 exclude added or deleted amounts included in change orders accepted by 31 both parties, increases or decreases by more than 25 percent from the 32 original Proposal quantity, and if the total extended bid price for that item at 33 the time of award is equal to or greater than 10 percent of the total Contract 34 price at time of Award. In that case, payment for Contract Work may be 35 adjusted as described herein. 36

37 38

Page 91: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 1-18

1-05 CONTROL OF WORK 1 2 1-05.1 Authority of the Engineer 3 (June 16, 2006 G&O GSP) 4 5 This Section is supplemented with the following: 6 7

The Engineer does not purport to be a safety expert, is not engaged in that 8 capacity under this Contract or the Engineer’s contract with the Contracting 9 Agency. The Engineer does not have either the authority or the 10 responsibility to enforce construction safety laws, rules, regulations or 11 procedures, or to order the stoppage of Work for claimed violations thereof. 12 From time to time, the Engineer may inform the Contractor of conditions that 13 may constitute safety issues or violations. Such information will be provided 14 solely to cooperate with and assist the Contractor and shall not make the 15 Engineer or Inspector responsible for the enforcement of safety laws, rules, 16 regulations or procedures. After receiving information relating to safety 17 issues from the Engineer, the Contractor shall make its own examination 18 and analysis of the situation reported and take such action, if any, that the 19 Contractor determines to be appropriate. The Engineer’s performance of 20 project representation and observation services for the Contracting Agency 21 shall not make the Engineer responsible for the enforcement of safety laws, 22 rules, regulations or procedures. The Engineer also shall not be 23 responsible for construction means, methods, techniques, sequences, or 24 procedures or for the Contractor’s failure to properly perform the Work, all 25 of which are entirely the responsibility of the Contractor. 26 27 The Engineer shall have no liability whatsoever to, or contractual 28 relationship with, the Contractor in any way relating to this Contract. The 29 Contracting Agency and the Contractor must look solely to each other for 30 the enforcement with respect to any rights, obligations, claims or liabilities 31 arising under or in any way relating to the Contract. Neither the authority 32 given to the Engineer herein, nor any action or service provided by the 33 Engineer or its subconsultants with regard to the Project, shall create any 34 duty owed by the Engineer or its subconsultants to the Contractor or a 35 cause of action against the Engineer or its subconsultants by Contractor. 36 37 Neither the Engineer nor any of its assistants or agents shall have any 38 power to waive any obligation of the Contract. The Engineer’s failure to 39 reject Work that is defective or otherwise does not comply with the 40 requirements of the Contract shall not constitute approval or acceptance of 41 the Work or relieve the Contractor of its obligations under the Contract, 42 notwithstanding that such Work have been estimated for payment or that 43 payments have been made for that Work. Neither shall such failure to reject 44 Work, nor any acceptance by the Engineer or by the Contracting Agency of 45

Page 92: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 1-19

any part of or the whole of the Work bar a claim by the Contracting Agency 1 at any subsequent time for recovery of damages for the cost of removal and 2 replacement of any portions of the Work that do not comply with the 3 Contract. 4 5

1-05.2 Authority of Assistants and Inspectors 6 (June 16, 2006 G&O GSP) 7 8 This Section is supplemented with the following: 9

10 The presence or absence of an Inspector at the Work site will be at the sole 11 discretion of the Contracting Agency and will not in any way relieve the 12 Contractor of its responsibility to properly perform the Work as required by 13 the Contract Provisions. 14

15 The Inspector does not purport to be a safety expert, and is not engaged in 16 that capacity under this Contract or the Engineer’s contract with the 17 Contracting Agency. The Inspector does not have the authority or the 18 responsibility to enforce construction safety laws, rules, regulations or 19 procedures, or to order the stoppage of Work for claimed violations thereof. 20 From time to time, the Inspector may inform the Contractor of conditions 21 that may constitute safety issues or violations. Such information will be 22 provided solely to cooperate with and assist the Contractor and shall not 23 make the Inspector or the Engineer responsible for the enforcement of 24 safety laws, rules, regulations or procedures. After receiving information 25 relating to safety issues from the Resident Engineer, the Contractor shall 26 make its own examination and analysis of the situation reported and take 27 such action, if any, that the Contractor determines to be appropriate. The 28 Inspector’s performance of project representation and observation services 29 shall not make the Inspector responsible for the enforcement of safety laws, 30 rules, regulations or procedures; nor shall it make the Inspector responsible 31 for construction means, methods, techniques, sequences, or procedures, 32 or for the Contractor’s failure to properly perform the Work, all of which are 33 entirely the responsibility of the Contractor. 34 35

1-05.4 Conformity With and Deviation from Plans and Stakes 36 (February 15, 2008 G&O GSP) 37 38 Delete this Section and replace it with the following: 39

40 1-05.4(1) Description 41 42 The Contracting Agency will provide construction survey for this project as 43 specifically listed herein. The Contractor shall furnish all additional survey 44 he deems necessary beyond that stated below. All costs of Contractor 45

Page 93: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 1-20

provided survey to include any additional calculations, surveying, and 1 measuring required for utilizing and maintaining the necessary lines and 2 grades provided by the Contracting Agency shall be the Contractor’s 3 responsibility and shall be considered incidental to the project, and as such, 4 merged in the various prices bid. The Contractor shall be responsible for 5 maintaining and the cost of resetting all Contracting Agency-provided 6 stakes, hubs, lath, nails, etc. All construction staking provided by the 7 Contracting Agency is on a “One-Time Basis” only. Any restaking required 8 due to stakes being removed, lost, damaged, or displaced by the 9 Contractor, Contractor’s subcontractor, Contractor’s material suppliers, or 10 others working directly or indirectly for the Contractor shall be replaced at 11 the Contractor’s expense. As such, the Contracting Agency’s surveyors will 12 be employed for this restaking. The Contractor shall be charged by the 13 Contracting Agency at $200.00 per hour including travel time and the cost 14 of this work shall be deleted from money due the Contractor. 15 16 The meaning of words and terms used in this provision shall be as listed in 17 “Definitions of Surveying and Associated Terms” current edition, published 18 by the American Congress on Surveying and Mapping, and the American 19 Society of Civil Engineers. 20 21 Contracting Agency provided survey shall include one set of the following: 22

23 1. Contracting Agency will establish the centerlines of all 24

alignments, by placing hubs, stakes, nails, or marks on 25 centerline or on offsets to centerline, including the beginning 26 and end points of horizontal and vertical curves. Centerline 27 alignment points will be set at intervals of approximately 100 28 feet. 29

30 2. Contracting Agency will establish clearing limits, placing 31

stakes at all major angle points and at intermediate points at 32 approximately 100-foot intervals. 33 34

3. Contracting Agency will establish grading limits, placing slope 35 stakes at centerline increments of approximately 50 feet. 36 Contracting Agency will establish offset reference to all slope 37 stakes. 38 39

4. Contracting Agency will establish the horizontal and vertical 40 location of all major sanitary, storm, and water structures, 41 placing offset stakes to all sanitary, storm, and water 42 structures. An offset line will be staked for the horizontal 43 sanitary and storm pipe alignment as follows: one stake at 44 25 foot and one stake at 100-foot stations, as measured 45

Page 94: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 1-21

upstream from structures. Water mains will be staked at tees, 1 angle points, and at approximate 200-foot intervals. 2 3

5. Contracting Agency will establish centerline subgrade 4 roadbed elevations by placing cut/fill stakes. Contracting 5 Agency will establish centerline final surfacing grades by 6 placing grade stakes to top of gravel elevations. Subgrade 7 and top of gravel stakes will be set at horizontal intervals not 8 greater than 50 feet in tangent sections and 25 feet in more 9 severe vertical curve transitions. 10 11

6. Contracting Agency will establish intermediate elevation 12 benchmarks, and/or control points, as needed to check work 13 throughout the project. 14 15

7. Contracting Agency will place offset stakes for “TBC” top back 16 of curb in curb at horizontal intervals not greater than 50 feet 17 in tangent sections and 25 feet in vertical curve transitions, 18 including curb returns, mid-point in curb returns and radius 19 point. 20 21

8. Contracting Agency will provide one-time staking and layout, 22 to adequately locate, construct, and check the specific 23 construction activity as follows: 24

25 Block or modular block walls will be staked with a 26

single offset line to the bottom face of wall, placing 27 stakes at beginning and end of walls, horizontal angle 28 points/curves and at approximately 50-foot intervals. 29

Illumination poles, signal poles, junction boxes, and 30 sign posts will be staked with a single offset point. 31

Channelization striping will NOT be staked by the 32 Contracting Agency. Rather it shall be staked/located 33 by the Contractor and reviewed in the field by the 34 Engineer prior to its installation. 35

36 9. Contracting Agency will establish horizontal locations of 37

additional project items only if such locations cannot be 38 readily determined from other project features and details in 39 the Contract Documents, including but not limited to the 40 following: 41

42 Fencing and railings (including gates), guardrail, 43

centerline of ADA ramps, centerline of driveway 44 approaches, concrete stairs, traffic signal loops, control 45

Page 95: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 1-22

cabinets/service cabinets, landscaping, irrigation 1 facilities and sawcuts. 2

3 The Contractor shall provide the Contracting Agency copies of any 4 calculations and staking data performed by the Contractor when requested 5 by the Engineer. 6 7 Stakes shall be marked in accordance with the Plans. When stakes are 8 needed that are not described in the Plans, those stakes shall be marked 9 as directed by the Engineer. 10 11 The Contracting Agency is responsible for locating and referencing those 12 monuments shown on the Plans, of being removed or destroyed during 13 construction, and preparing the state forms for those monuments only. The 14 Contractor shall protect all survey markers and monuments unless shown 15 otherwise on the Plans. It is anticipated that some survey markers, 16 monuments, and property corners will be disturbed or destroyed by 17 construction operations. In the event the Contractor disturbs or destroys 18 any survey marker during the course of construction, not indicated to be 19 removed/replaced on the Plans, the Contractor shall bear all costs of 20 survey, resetting, legal claims, filing state forms, and any and all costs 21 associated with this item. 22 23 All survey markers, property corners, or monuments, not shown on the 24 plans to be replaced, shall be protected and preserved as specified herein. 25 The Contractor shall employ a land surveyor registered in the State of 26 Washington and acceptable to the Contracting Agency and submit name, 27 address, and telephone number of surveyor before starting construction. 28

29 The Contractor shall maintain a complete and accurate reference record of 30 all survey markers, monuments, property corners, etc., on this project. No 31 such marker, monument, pin, or point shall be removed or disturbed prior to 32 “reference” points being established by said land surveyor. Any and all 33 State forms required for temporary removal of such a marker, monument, 34 or property corner/stake shall be procured and processed by the 35 contractor’s licensed land surveyor. A copy of this form(s) shall be given to 36 the Contracting Agency. 37 38 The Contractor shall provide traffic control sufficient to permit the Engineer 39 to set those points and elevations that are the responsibility of the 40 Contracting Agency and to perform random checks of the surveying 41 performed by the Contractor. 42 43 The Contractor shall keep the Engineer informed of staking requirements to 44 provide the Engineer with adequate time to set the stakes for which the 45

Page 96: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 1-23

Contracting Agency is responsible. Contractor requests for stakes shall be 1 made, in writing on the form provided by the Engineer, at least 3 full working 2 days before the Engineer is required to begin the staking operation. 3

4 1-05.4(2) Payment 5 6 All costs to prepare and implement any additional survey work as required 7 by the Contractor to complete the Work, including maintaining, resetting, 8 referencing, resurveying, checking, replacement of missing or damaged 9 stakes, and coordination efforts shall be included in the bid prices for the 10 various items associated with the survey work. 11

12 1-05.7 Removal of Defective and Unauthorized Work 13 (June 16, 2006 G&O GSP) 14 15 This Section is supplemented with the following: 16 17

If the Contractor fails to remedy defective or unauthorized work within the 18 time specified in a written notice from the Contracting Agency, or fails to 19 perform any part of the Work required by the Contract, the Engineer may 20 correct and remedy such work as may be identified in the written notice with 21 Contracting Agency forces or by such other means as the Contracting 22 Agency may deem necessary. 23 24 If the Contractor fails to comply with a written order to remedy what the 25 Engineer determines to be an emergency or urgent situation, the 26 Contracting Agency may have the defective work corrected immediately, 27 have the rejected work removed and replaced, or have work that the 28 Contractor refuses or fails to perform completed by others. An emergency 29 or urgent situation is any situation when, in the opinion of the Engineer, a 30 delay in taking remedial action could be potentially unsafe and may cause 31 risk of personal injury, property damage, or economic loss to the public, the 32 Work, or the Contracting Agency. 33 34 Direct or indirect costs incurred by the Contracting Agency attributable to 35 correcting and remedying defective or unauthorized work, or work the 36 Contractor failed or refused to perform, shall be paid by the Contractor. 37 Payment will be deducted by the Contracting Agency from monies due, or 38 to become due, the Contractor. Such direct and indirect costs shall include, 39 without limitation, compensation for additional professional services 40 required, and costs for repair and replacement of work of others destroyed 41 or damaged by correction, removal, or replacement of the Contractor’s 42 defective or unauthorized work. 43 44

Page 97: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 1-24

No extension of the Contract time or additional compensation will be 1 allowed because of any delay in the performance of the Work attributable 2 to the Contracting Agency’s exercise of its rights provided by this Section. 3 4 The rights provided to the Contracting Agency by this Section shall not 5 diminish the Contracting Agency’s right to pursue any other or additional 6 remedy with respect to the Contractor’s failure to perform the Work as 7 required. 8

9 1-05.11 Final Inspection 10 (June 16, 2006 G&O GSP) 11 12 Delete this Section and replace it with the following: 13 14

1-05.11 Final Inspections and Operational Testing (New Section) 15 (June 16, 2006 G&O GSP) 16

17 1-05.11(1) Substantial Completion Date 18 19 When the Contractor considers the Work to be substantially complete, the 20 Contractor shall notify the Engineer in writing and request that the Engineer 21 establish the Substantial Completion Date. The Contractor’s notice shall 22 list the specific items of the Work that remain to be completed in order to 23 achieve physical completion. The Engineer will schedule an inspection of 24 the Work with the Contractor to determine the status of completion. The 25 Engineer may also establish the Substantial Completion Date unilaterally. 26 27 If, after inspection, the Engineer concurs with the Contractor that the Work 28 is substantially complete and ready for its intended use, the Engineer, by 29 written notice to the Contractor, will establish the Substantial Completion 30 Date. If, after inspection, the Engineer does not consider the Work to be 31 substantially complete and ready for its intended use, the Engineer will 32 notify the Contractor in writing and provide the reasons therefore. 33

34 Upon receipt of written notice either establishing the Substantial Completion 35 Date or informing the Contractor that the Work is not substantially complete, 36 whichever is applicable, the Contractor shall pursue vigorously, diligently 37 and without unauthorized interruption, the work necessary to reach 38 substantial completion and physical completion of the Work. The 39 Contractor shall provide the Engineer with a revised schedule indicating 40 when the Contractor expects to reach substantial and physical completion 41 of the Work. 42 43

Page 98: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 1-25

The above process shall be repeated until the Engineer establishes the 1 Substantial Completion Date and the Contractor considers the Work 2 physically complete and ready for final inspection. 3 4 1-05.11(2) Final Inspection and Physical Completion Date 5 6 When the Contractor considers the Work to be physically complete and 7 ready for final inspection, the Contractor shall provide written notice to the 8 Engineer requesting a final inspection. The Engineer will then schedule a 9 date for final inspection. The Engineer and the Contractor will then make a 10 final inspection, and the Engineer will notify the Contractor in writing of all 11 particulars in which the final inspection reveals the Work to be incomplete 12 or unacceptable. The Contractor shall immediately take such corrective 13 measures as are necessary to remedy the listed deficiencies. Corrective 14 work shall be pursued vigorously, diligently, and without interruption until 15 the listed deficiencies have been completed. This process will continue until 16 the Contracting Agency is satisfied the listed deficiencies have been 17 corrected and the Work is physically complete. 18 19 If action to correct the listed deficiencies is not initiated within seven days 20 after receipt of the written notice listing the deficiencies, the Contracting 21 Agency may, upon written notice to the Contractor, take whatever steps are 22 necessary to correct those deficiencies pursuant to Section 1-05.7. The 23 Contractor will not be allowed any extension of the Contract time or 24 additional compensation because of a delay in the performance of the Work 25 attributable to the exercise of the Contracting Agency’s rights hereunder. 26 27 Upon correction of all deficiencies, the Engineer will notify the Contractor 28 and the Contracting Agency, in writing, of the date upon which the Work was 29 considered physically complete. That date shall constitute the Physical 30 Completion Date of the Contract, but shall not constitute acceptance of the 31 Work or imply that all the obligations of the Contractor under the Contract 32 have been fulfilled. 33

34 Add the following new section: 35 36

1-05.12(1) 2-Year Guarantee Period 37 (March 8, 2013 APWA GSP) 38 39 The Contractor shall return to the project and repair or replace all defects in 40 workmanship and material discovered within two years after Final 41 Acceptance of the Work. The Contractor shall start work to remedy any 42 such defects within 7 calendar days of receiving Contracting Agency’s 43 written notice of a defect, and shall complete such work within the time 44 stated in the Contracting Agency’s notice. In case of an emergency, where 45

Page 99: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 1-26

damage may result from delay or where loss of services may result, such 1 corrections may be made by the Contracting Agency’s own forces or 2 another contractor, in which case the cost of corrections shall be paid by the 3 Contractor. In the event the Contractor does not accomplish corrections 4 within the time specified, the work will be otherwise accomplished and the 5 cost of same shall be paid by the Contractor. 6 7 When corrections of defects are made, the Contractor shall then be 8 responsible for correcting all defects in workmanship and materials in the 9 corrected work for two years after acceptance of the corrections by 10 Contracting Agency. 11 12 This guarantee is supplemental to and does not limit or affect the 13 requirements that the Contractor’s work comply with the requirements of the 14 Contract or any other legal rights or remedies of the Contracting Agency. 15

16 1-05.13 Superintendents, Labor and Equipment of Contractor 17 (August 14, 2013 APWA GSP) 18

19 Delete the sixth and seventh paragraph of this Section. 20 21 1-05.15 Method of Serving Notices 22 (March 25, 2009 APWA GSP) 23

Revise the second paragraph to read: 24 25

All correspondence from the Contractor shall be directed to the Project 26 Engineer. All correspondence from the Contractor constituting any 27 notification, notice of protest, notice of dispute, or other correspondence 28 constituting notification required to be furnished under the Contract, must 29 be in paper format, hand delivered or sent via mail delivery service to the 30 Contracting Agency and Project Engineer's office. Electronic formats such 31 as e-mails or electronically delivered copies of correspondence will not 32 constitute such notice and will not comply with the requirements of the 33 Contract. 34

35 Add the following new section: 36 37

1-05.16 Water and Power (New Section) 38 (October 1, 2005 APWA GSP) 39

40 The Contractor shall make necessary arrangements, and shall bear 41 the costs for power and water necessary for the performance of the 42 work, unless the Contract includes power and water as a pay item. 43

44

Page 100: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 1-27

1-06 CONTROL OF MATERIAL 1 2 1-06.1 Approval of Materials Prior to Use 3 (January 3, 2012 G&O GSP) 4 5 This Section is supplemented with the following: 6 7

The Contractor shall be responsible for the accuracy and completeness of 8 the information contained in each QPL and RAM submittal and shall ensure 9 that all material, equipment or method of work shall be as described in the 10 QPL and approved RAM. The Contractor shall verify that all features of all 11 products conform to the requirements of the Contract and Plans. The 12 Contractor shall ensure that there is no conflict with other submittals and 13 specifically notify the Contracting Agency in each case where the 14 Contractor’s submittal may affect the work of another contractor or the 15 Contracting Agency. The Contractor shall ensure coordination of submittals 16 among the related crafts and subcontractors. If the Contractor proposes to 17 provide material, equipment, or a method of work, which deviates from the 18 Contract, the Contractor shall indicate so on the transmittal form 19 accompanying the QPL and/or RAM submittals and submit a written request 20 to the Engineer for approval of the proposed substitution. 21 22 Submittals required for the Work shall include any or all of the following, as 23 required by the Contract: 24

25 a. Manufacturer's literature 26 b. Shop drawings 27 c. Material samples 28 d. Test reports 29

30 Timing of Product Submittals 31 32 All submittal information shall be sent to the Engineer through the 33 Contractor. 34 35 All submittals shall be provided far enough in advance of installation to allow 36 sufficient time for reviews and necessary approvals. 37

38 The Contractor shall allow at least 5 calendar days for the Engineer's review 39 of all submittals. 40 41 Number of Submittals 42 43 The Contractor shall submit QPLs and RAMs on the Web-Based Project 44 Communication System. 45

Page 101: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 1-28

1 Resubmittals 2 3 When a submittal is resubmitted for any reason, it shall be resubmitted 4 referencing the previous RAM # and the number of times it has been 5 resubmitted (RAM # - times resubmitted). 6 7 Delays 8 9 All costs of delays caused by the failure of the Contractor to provide 10 submittals in a timely manner will be borne by the Contractor. 11 12 Payment 13

14 The cost to prepare and submit submittals, equipment manuals, testing, and 15 materials samples shall be included in the bid prices for various items 16 associated with the required submittals. 17

18 1-06.1(2) Request for Approval of Material (RAM) 19 (June 16, 2006 G&O GSP) 20 21 This Section is supplemented with the following: 22 23

Submittal Information 24 Shop, catalog, and other appropriate drawings shall be submitted to the 25 Engineer for review prior to fabrication or ordering of all equipment or 26 materials specified. Submittal documents shall be clearly edited to indicate 27 only those items, models, or series of materials or equipment which are 28 being submitted for review. All extraneous materials shall be crossed out 29 or otherwise obliterated. 30 31 Shop drawings shall be submitted in the form of blue-line or black-line prints 32 of each sheet. Blueprint submittals will not be acceptable. 33 34 All shop drawings shall be accurately drawn to a scale sufficiently large 35 enough to show pertinent features and methods of connection or jointing. 36 Figure dimensions shall be used on all shop drawings, as opposed to scaled 37 dimensions. 38 39 All shop drawings shall bear the Contractor's certification that the Contractor 40 has reviewed, checked, and approved the shop drawings. 41

42 43

Page 102: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 1-29

1-06.2(1) Samples and Test for Acceptance 1 (January 3, 2012 G&O GSP) 2 3 This Section is supplemented with the following: 4 5

The Contractor shall be responsible for all materials testing specified in the 6 Contract Provisions. The materials testing laboratory shall be accredited 7 for performing the various testing methods either by AASHTO R18, 8 AASHTO 150/IEC 17025, or the American Association for Laboratory 9 Accreditation and further approved by the Contracting Agency. Test 10 methods shall be completed in accordance with the current WSDOT 11 Standard Specifications and Construction Manual. The Engineer or the 12 Inspector shall specify the items or areas to be tested. The materials testing 13 laboratory shall send test results directly to the Contracting Agency. Any 14 area that does not meet the material gradation and/or compaction test 15 requirements shall be repaired/replaced at the Contractor’s expense. Areas 16 that do not meet compaction test requirements shall be retested at the 17 Contractor’s expense. Locations for testing and retesting shall be selected 18 and marked by the Engineer. 19

20 The maximum density and optimum moisture content methods shall be in 21 accordance with the Contract Provisions. The frequency and type of testing 22 the Contractor shall provide is listed below: 23 24

Earthwork 25 26 Item Location Test Testing Frequency Undisturbed Native Soil

Structures In Place Density(3)

Two random tests in building footings and two tests on subgrade within building line.

Moisture Density Relationship (Modified Proctor)

One test and any time material type changes.

Fills and Backfills

Structures (adjacent to)

In Place Density(3)

One test per structure Backfills per 2,000 sq. ft. taken 12 inches below finished Grade.

Moisture Density Relationship (Modified Proctor)

One test and any time material type changes.

Page 103: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 1-30

Subgrades Site In Place Density(3)

One test per lift per 2,500 sq. ft.

Moisture Density Relationship (Modified Proctor)

One test and any time material type changes.

Embankments or Borrow

Any In Place Density(3)

One test per lift per 500 cubic yards placed.

1 Trenching 2

3 Item Test Testing Frequency Pipe Bedding Gradation(1) One for each material

source. Moisture Density

Relationship (Modified Proctor)

One test and any time material changes

Trench Backfill Gradation(1) One for each material source.

In-Place Density(1)(2)(3)(4) One every 100 feet of trench and every 2 feet in depth of backfill material.

Moisture Density Relationship (Modified Proctor)(3)

One prior to start of backfilling operations, one every 20 densities and any time material type changes.

4 5

Aggregate Materials 6 7 Item Test Testing Frequency Crushed Surfacing Base Course

Gradation, SE and Fracture 1 – 2,000 TN.

Density(1) One test on every lift on material placed at a frequency of 250 square yards of completed area.

Moisture Density Relationship (Modified Proctor)

One test and any time material changes

Page 104: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 1-31

Crushed Surfacing Top Course

Gradation, SE and Fracture 1 – 2,000 TN.

Density(1) One test on every lift on material placed at a frequency of 250 square yards of completed area.

1 Item Test Testing Frequency Moisture Density

Relationship (Modified Proctor)

One test and any time material changes

2 Hot Mix Asphalt and Asphalt Treated Base 3

4 Item Test Testing Frequency Commercial HMA and ATB

Rice Density 1 – project.

HMA Cl. ___ PG ___ Project Quantity < 400 tons

Rice Density 1 – project.

HMA Cl. ___ PG ___ Project Quantity > 400 tons < 800 tons

Rice Density, Gradation, Asphalt Binder Content and Percent Air Voids (Va)

1 – project.

HMA Cl. ___ PG ___ Project Quantity > 800 tons

Rice Density, Gradation, Asphalt Binder Content and Percent Air Voids (Va)

1 – 1,000 TN.(5)

Commercial HMA, HMA Cl. ___ PG ____, ATB

Compaction(1) 1 – 100 TN.

5 Hot Mix Asphalt Aggregate(9) 6

7 Item Test Testing Frequency Aggregate SE, Fracture 1 – 2,000 TN. Blend Sand SE 1 – Project. Mineral Filler Sp. G and Pl Certificate.

8 9

Page 105: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 1-32

PCC Structures (All PCC except PCC Paving) 1 2 Item Test Testing Frequency Course Aggregate(7)(8) Gradation 1 – 1,000 CY. Fine Aggregate(7)(8) Gradation 1 – 1,000 CY. Combined Aggregate(7)(8)

Gradation 1 – 1,000 CY.

Consistency(10) Slump Each Day; First truck and each load until two successive loads meet specification.

Air Content(10) Air Each Day; First truck and each load until two successive loads meet specification.

Cylinders (28 Day)(8) Compressive Strength 1 – 50 CY. Cement(6)(8) Chemical and Physical

Certification

Grout Compressive Strength 1 set/day. (1) All acceptance tests shall be conducted from in-place samples. 3 (2) Additional tests shall be conducted when variations occur due to the Contractor’s 4

operations, weather conditions, site conditions, etc. 5 (3) All compaction shall be in accordance with the Compaction Control Test of Section 6

2-03.3(14)D. The nuclear densometer, if properly calibrated, may be used for the 7 required testing frequency and procedures. The densometer shall be calibrated 8 and is recommended for use when the time for complete results becomes critical. 9

(4) Depending on soil conditions, it is anticipated that compaction tests will be required 10 at depths of two feet above the pipe and at each additional two feet to the existing 11 surface plus a test at the surface. 12

(5) A minimum of three samples, on a random basis, shall be taken and tested. 13 (6) Cement may be accepted by the Engineer based on the Manufacturer’s Mill Test 14

Report number indicating full conformance to the Specification. 15 (7) The frequency for fine, course, and combined concrete aggregate samples for 16

PCC Paving and PCC Structures shall be based on the cubic yard (CY) of 17 concrete. 18

(8) Commercial concrete will be accepted with Certificate of Compliance. 19 (9) Hot mix asphalt aggregate tests are not required for Commercial HMA or for HMA 20

Cl. ____ PG ___ that has a project quantity of < 400 tons. 21 22

23 Payment 24 25 All costs to prepare and implement the sample and testing program shall be 26 included in the bid prices for the various items associated with the sample 27 and testing program. 28

29 30

Page 106: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 1-33

1-06.2(2)B Financial Incentive 1 (February 15, 2008 G&O GSP) 2 3 Delete the first sentence of the first paragraph of this Section. 4 5 1-06.4 Handling and Storing Materials 6 (June 16, 2006 G&O GSP) 7 8 This Section is supplemented with the following: 9 10

The Contractor may be required to provide off-site storage of equipment 11 and materials to enable construction to occur at the construction site. The 12 Contractor has full responsibility to secure all off-site storage areas, if 13 needed, and shall include the costs for providing such storage areas in the 14 Proposal for the individual equipment and material bid items requiring off-15 site storage. All off-site storage areas shall be fenced, secure and have 16 access restricted or withheld from the general public. 17

18 1-06.6 Recycled Materials 19 (January 4, 2016 APWA GSP) 20 21 Delete this Section in its entirety. 22 23 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 24 25 1-07.1 Laws to be Observed 26 (June 16, 2006 G&O GSP) 27 28 This Section is supplemented with the following: 29

30 In cases of conflict between different safety regulations, the more stringent 31 regulation shall apply. 32 33 The Washington State Department of Labor and Industries shall be the sole 34 and paramount administrative agency responsible for the administration of 35 the provisions of the Washington Industrial Safety and Health Act of 1973 36 (WISHA). 37 38 All Work under this Contract shall be performed in a safe manner. The 39 Contractor and all Subcontractors shall observe all rules and regulations of 40 the Washington State Department of Labor and Industries, rules and 41 regulations of OSHA, WISHA or any other jurisdiction, and all other 42 applicable safety standards. The Contractor shall be solely and completely 43 responsible for conditions of the job site, including safety of all persons and 44

Page 107: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 1-34

property during performance of the Work. This requirement shall apply 1 continuously and not be limited to normal working hours. 2 3 The Engineer’s review of the Contractor’s work plan, safety plan, 4 construction sequence, schedule or performance does not and is not 5 intended to include review or approval of the adequacy of the Contractor’s 6 safety measures in, on, or near the construction site. The Contracting 7 Agency and the Engineer do not purport to be safety experts, is not engaged 8 in that capacity under this Contract, and has neither the authority nor the 9 responsibility to enforce construction safety laws, rules, regulations, or 10 procedures, or to order the stoppage of Work for claimed violations thereof. 11 12 The Contractor shall exercise every precaution at all times for the 13 prevention of accidents and the protection of persons (including employees) 14 and property. All exposed moving parts of equipment capable of inflicting 15 injury by accidental contact shall be protected with sturdy removable guards 16 in accordance with applicable safety regulations. 17

18 1-07.2 Sales Tax 19 20 Delete this section, including its subsections, in its entirety and replace it with the 21 following: 22 23

1-07.2 Sales Tax 24 (June 27, 2011 APWA GSP) 25 26 The Washington State Department of Revenue has issued special rules 27 on the State sales tax. Sections 1-07.2(1) through 1-07.2(3) are meant to 28 clarify those rules. The Contractor should contact the Washington State 29 Department of Revenue for answers to questions in this area. The 30 Contracting Agency will not adjust its payment if the Contractor bases a 31 bid on a misunderstood tax liability. 32 33 The Contractor shall include all Contractor-paid taxes in the unit bid prices 34 or other contract amounts. In some cases, however, state retail sales tax 35 will not be included. Section 1-07.2(2) describes this exception. 36 37 The Contracting Agency will pay the retained percentage (or release the 38 Contract Bond if a FHWA funded project) only if the Contractor has 39 obtained from the Washington State Department of Revenue a certificate 40 showing that all contract-related taxes have been paid (RCW 60.28.051). 41 The Contracting Agency may deduct from its payments to the Contractor 42 any amount the Contractor may owe the Washington State Department of 43 Revenue, whether the amount owed relates to this contract or not. Any 44 amount so deducted will be paid into the proper State fund. 45

Page 108: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 1-35

1 1-07.2(1) State Sales Tax — Rule 171 2 3 WAC 458-20-171, and its related rules, apply to building, repairing, or 4 improving streets, roads, etc., which are owned by a municipal 5 corporation, or political subdivision of the state, or by the United States, 6 and which are used primarily for foot or vehicular traffic. This includes 7 storm or combined sewer systems within and included as a part of the 8 street or road drainage system and power lines when such are part of the 9 roadway lighting system. For work performed in such cases, the 10 Contractor shall include Washington State Retail Sales Taxes in the 11 various unit bid item prices, or other contract amounts, including those that 12 the Contractor pays on the purchase of the materials, equipment, or 13 supplies used or consumed in doing the work. 14 15 1-07.2(2) State Sales Tax — Rule 170 16 17 WAC 458-20-170, and its related rules, apply to the constructing and 18 repairing of new or existing buildings, or other structures, upon real 19 property. This includes, but is not limited to, the construction of streets, 20 roads, highways, etc., owned by the state of Washington; water mains and 21 their appurtenances; sanitary sewers and sewage disposal systems 22 unless such sewers and disposal systems are within, and a part of, a 23 street or road drainage system; telephone, telegraph, electrical power 24 distribution lines, or other conduits or lines in or above streets or roads, 25 unless such power lines become a part of a street or road lighting system; 26 and installing or attaching of any article of tangible personal property in or 27 to real property, whether or not such personal property becomes a part of 28 the realty by virtue of installation. 29 30 For work performed in such cases, the Contractor shall collect from the 31 Contracting Agency, retail sales tax on the full contract price. The 32 Contracting Agency will automatically add this sales tax to each payment 33 to the Contractor. For this reason, the Contractor shall not include the 34 retail sales tax in the unit bid item prices, or in any other contract amount 35 subject to Rule 170, with the following exception. 36 37 Exception: The Contracting Agency will not add in sales tax for a payment 38 the Contractor or a subcontractor makes on the purchase or rental of 39 tools, machinery, equipment, or consumable supplies not integrated into 40 the project. Such sales taxes shall be included in the unit bid item prices 41 or in any other contract amount. 42 43

Page 109: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 1-36

1-07.2(3) Services 1 2

The Contractor shall not collect retail sales tax from the Contracting 3 Agency on any contract wholly for professional or other services (as 4 defined in Washington State Department of Revenue Rules 138 and 244). 5

6 1-07.6 Permits and Licenses 7 (*****) 8 9 The Contractor shall obtain a business license from the City of Ephrata prior to 10 beginning work. The license can be obtained at the City of Ephrata, City Hall, 121 11 Alder Street SW, Ephrata, Washington 98823, (509) 754-4601. 12 13 1-07.7 Load Limits 14 (March 13, 1995) 15 16 This Section is supplemented with the following: 17 18

If the sources of materials provided by the Contractor necessitate hauling 19 over roads other than Contracting Agency roads, the Contractor shall, at the 20 Contractor’s expense, make all arrangements for the use of the haul routes. 21

22 1-07.13 Contractor’s Responsibility for Work 23 (March 31, 2010 G&O GSP) 24 25 1-07.13(1) General 26 27 Delete this Section in its entirety and replace it with the following: 28 29

All work and material for the contract, including any change order work, shall 30 be at the sole risk of the Contractor until the entire improvement has been 31 completed as determined by the Engineer and Contracting Agency, except 32 as provided in this Section. 33 34 The Contractor shall rebuild, repair, restore, and make good all damages to 35 any portion of the permanent or temporary work occurring before the 36 physical completion date and shall bear all the expense to do so. 37 38 If the performance of the work is delayed as a result of damage by others, 39 an extension of time will be evaluated in accordance with Section 1-08.8. 40 41 Nothing contained in this Section shall be construed as relieving the 42 Contractor of responsibility for, or damage resulting from, the Contractor’s 43 operations or negligence, nor shall the Contractor be relieved from full 44

Page 110: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 1-37

responsibility for making good any defective work or materials as provided 1 for under Section 1-05. 2 3

1-07.16 (1) Private/Public Property 4 (August 1, 2009 G&O GSP) 5 6 This Section is supplemented with the following: 7

8 The Contractor shall keep the Work site, staging areas, and Contractor’s 9 facilities clean and free from rubbish and debris. Materials and equipment 10 shall be removed from the site when they are no longer necessary. 11 12 Damage and Claims 13 14 Along the street to be improved there are privately owned improvements on 15 the properties abutting the right-of-way. Even though all reasonable 16 precaution is to be taken by the Contractor, these improvements may in 17 some instances be damaged. In the event such occurs, and claims for 18 damages are filed by the property owners, the Contracting Agency will 19 request the Contractor to provide evidence that the Contractor has 20 requested its insurance company to contact the claimant. Any settlement 21 for claims for damage to private property shall be by and between the 22 claimant, the Contractor, and the Contractor’s insurance company. 23 24

1-07.17 Utilities and Similar Facilities 25 (January 3, 2012) 26 27 This Section is supplemented with the following: 28 29

Locations and dimensions shown in the Plans for existing facilities are in 30 accordance with available information obtained without uncovering, 31 measuring, or other verification. 32 33 Utility Locations 34 35 The following addresses and telephone numbers of utility companies known 36 or suspected of having facilities within the project limits are supplied for the 37 Contractor’s convenience. 38

39

Page 111: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 1-38

Telephone Qwest Michael Hartzell 509-793-5025 1-800-603-6000

Water & Sewer City of Ephrata Bill Sangster 121 Alder Street SW Ephrata, WA 98823 509-754-4601

Power PUD No. 2 Grant County Matt Neilan, Expeditor 30 C Street SW Ephrata, WA 98823 509-754-0500 1-800-422-3199 (WA State only)

Cable Television Northland Cable Television Kim Svetich 801 Fairview Street NW Ephrata, WA 98823 509-754-4434

1 1-07.17(2) Utility Construction, Removal, or Relocation by Others 2 (February 15, 2008 G&O GSP) 3 4 Delete this Section in its entirety and replace with the following: 5

6 Any authorized agent of the Contracting Agency or utility owners may enter 7 the right-of-way to repair, rearrange, alter, or connect their equipment. The 8 Contractor shall cooperate with such effort and shall avoid creating delays 9 or hindrances to those doing the work. As needed, the Contractor shall 10 arrange to coordinate work schedules. 11 12 The Contractor shall carry out the Work in a way that will minimize 13 interference and delay for all forces involved. Any costs incurred prior to 14 the utility owners anticipated completion (or if no completion is specified, 15 within a reasonable period of time) that results from the coordination and 16 prosecution of the Work regarding utility adjustment, relocation, 17 replacement, or construction shall be at the Contractor’s expense as 18 provided in Section 1-05.14. 19 20 The Contractor shall coordinate all work with the various utility companies 21 and their Contractors. The Contractor, when scheduling his work crews, 22 shall use production rates that anticipate the need to provide block-outs 23 and/or gaps in the driveways, curb and gutter, and/or pavement sections 24 where existing utility structures currently exist, and then come back at a 25 later time to construct the missing sections after the utility has been 26 relocated or adjusted by the applicable utility. The Contractor shall assume 27 that the utilities will not be relocated prior to construction of this project nor 28 at his convenience during the course of construction. As such, the 29 Contractor shall assume such, and schedule his crews and his 30 subcontractors to remobilize to the various sites and temporarily relocate 31 his or his subcontractor’s crews to other areas of the project and complete 32

Page 112: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 1-39

other unaffected portions of the project in order to coordinate the relocation 1 of the utilities with the various utility companies. There shall be no additional 2 money or time due the Contractor for leaving gaps or for buck-out 3 construction, remobilization, demobilization, out of sequence construction, 4 relocation of work crews, and construction of curb, gutter, or driveway 5 patches after the utility has been relocated. It is the intent of these 6 Specifications that the Contractor diligently pursue other work on the site 7 when such conflicts occur and recognize and plan for the inherent 8 inefficiencies and impaired production rates. 9 10 Payment 11 12 All costs to comply with this Section and repair specified in this Section, 13 unless otherwise stated, are incidental to the Contract and are the 14 responsibility of the Contractor. The Contractor shall include all related 15 costs in the bid prices of the Contract. 16 17

1-07.18 Public Liability and Property Damage Insurance 18 (January 4, 2016 G&O GSP) 19 20 Delete this Section and replace it with the following: 21 22

1-07.18(1) General Requirements 23 24

A. The Contractor shall procure and maintain insurance 25 described in Exhibit A of the Agreement. The Contracting 26 Agency reserves the right to approve or reject the insurance 27 provided, based on the insurer (including financial condition), 28 terms and coverage, the Certificate of Insurance, and/or 29 endorsements. 30

31 1-07.18(5)E Builders Risk Insurance 32 33 The Contractor shall purchase and maintain Builders Risk insurance 34 covering interests of the Contracting Agency, the Contractor, 35 Subcontractors, and Sub-subcontractors in the work. Builders Risk shall be 36 required for all structures on the project. A structure is any equipment, 37 facility, building, bridge, retaining wall, or tank extending four feet or more 38 above adjacent grade; or any facility less than four feet above adjacent 39 grade, designed for human access, and containing more than $50,000 40 worth of electrical or mechanical equipment. Poles, light standards, or 41 antenna less than 50 feet in height and less than two feet in diameter shall 42 not be considered structures. Builders Risk insurance, when required, shall 43 be on an all-risk policy form and shall insure against the perils of fire and 44 extended coverage and physical loss or damage including flood, 45

Page 113: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 1-40

earthquake, theft, vandalism, malicious mischief and collapse. The Builders 1 Risk insurance, when required, shall include coverage for temporary 2 buildings, debris removal, and damage to materials in transit or stored off-3 site. Such insurance shall cover “soft costs” including but not limited to 4 design costs, licensing fees, and architect’s and engineer’s fees. Builders 5 Risk insurance shall be written in the amount of the completed value of the 6 applicable portions of the project, with no coinsurance provisions. 7 8 The Builders Risk insurance covering the Work shall have a deductible of 9 $5,000 for each occurrence, which will be the responsibility of the 10 Contractor. Higher deductibles for flood, earthquake and all other perils 11 may be accepted by the Contracting Agency upon written request by the 12 Contractor and written acceptance by the Contracting Agency. Any 13 increased deductibles accepted by the Contracting Agency will remain the 14 responsibility of the Contractor. 15 16 The Builders Risk insurance shall be maintained until the Physical 17 Completion Date. 18 19 The Contractor and the Contracting Agency waive all rights against each 20 other and any of their Subcontractors, Sub-subcontractors, agents and 21 employees, each of the other, for damages caused by fire or other perils to 22 the extent covered by Builders Risk insurance or other property insurance 23 applicable to the work. The policies shall provide such waivers by 24 endorsement or otherwise. 25

26 Liability for facilities not covered by Builders Risk shall remain the 27 responsibility of the contractor. 28

29 1-07.23 Public Convenience and Safety 30 31 1-07.23(1) Construction Under Traffic 32 (May 7, 2007 G&O GSP) 33 34 Delete the second paragraph of this Section and replace it with the following: 35 36

To disrupt public traffic as little as possible, the Contractor shall permit traffic 37 to pass through the Work with the least possible inconvenience or delay. 38 The Contractor shall maintain existing roads, streets, sidewalks, and paths 39 within the project limits, keeping them open, and in good, clean, safe 40 condition at all times. Deficiencies caused by the Contractor’s operations 41 shall be repaired at the Contractor’s expense. Deficiencies not caused by 42 the Contractor’s operations shall be repaired by the Contractor when 43 directed in writing by the Engineer, at the Contracting Agency’s expense. 44 The Contractor shall also maintain roads, streets, sidewalks, and paths 45

Page 114: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 1-41

adjacent to the project limits when affected by the Contractor’s operations. 1 Snow and ice control will be performed by the Contracting Agency or the 2 Project will be shutdown at the Contracting Agency’s discretion. The 3 Contractor shall perform the following: 4

5 1. Remove or repair any condition resulting from the Work that 6

might impede traffic or create a hazard. 7 8

2. Keep existing traffic signal and street lighting systems in 9 operation as the Work proceeds. 10 11

3. Maintain the striping on the roadway. 12 13

4. Maintain existing permanent signing. 14 15

5. Keep drainage systems clean and allow for unobstructed flow 16 of water. 17

18 (January 2, 2012) 19 This Section is supplemented with the following: 20 21

Work Zone Clear Zone 22 The Work Zone Clear Zone (WZCZ) applies during working and 23 nonworking hours. The WZCZ applies only to temporary roadside 24 objects introduced by the Contractor’s operations and does not apply 25 to preexisting conditions or permanent Work. Those work operations 26 that are actively in progress shall be in accordance with adopted and 27 approved Traffic Control Plans, and other contract requirements. 28 29 During nonworking hours equipment or materials shall not be within 30 the WZCZ unless they are protected by permanent guardrail or 31 temporary concrete barrier. The use of temporary concrete barrier 32 shall be permitted only if the Engineer approves the installation and 33 location. 34 35 During actual hours of work, unless protected as described above, 36 only materials absolutely necessary to construction shall be within the 37 WZCZ and only construction vehicles absolutely necessary to 38 construction shall be allowed within the WZCZ or allowed to stop or 39 park on the shoulder of the roadway. 40 41 The Contractor's nonessential vehicles and employees private 42 vehicles shall not be permitted to park within the WZCZ at any time 43 unless protected as described above. 44 45

Page 115: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 1-42

Deviation from the above requirements shall not occur unless the 1 Contractor has requested the deviation in writing and the Engineer 2 has provided written approval. 3 4 Minimum WZCZ distances are measured from the edge of traveled 5 way and will be determined as follows: 6

7

Regulatory Posted Speed

Distance From Traveled Way

(Feet) 35 mph or less 10* 40 mph 15 45 to 55 mph 20 60 mph or greater

30

*Or 2-feet beyond the outside edge of sidewalk 8 9 Minimum Work Zone Clear Zone Distance 10

11 (January 5, 2015 WSDOT GSP) 12 This Section is supplemented with the following: 13

14 If the Engineer determines the permitted closure hours adversely affect 15 traffic, the Engineer may adjust the hours accordingly. The Engineer will 16 notify the Contractor in writing of any change in the closure hours. 17 18 Lane closures are not allowed on any of the following: 19

20 1. A holiday, 21 22 2. A holiday weekend; holidays that occur on Friday, Saturday, 23

Sunday or Monday are considered a holiday weekend. A holiday 24 weekend includes Saturday, Sunday, and the holiday. 25

26 3. After 5:00 PM (local time) on the day prior to a holiday or holiday 27

weekend, and 28 29 4. Before 6:00 AM (local time) on the day after the holiday or holiday 30

weekend. 31 32 33

Page 116: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 1-43

1-07.24 Rights of Way 1 (November 30, 2015 G&O GSP) 2 3 Delete this section in its entirety, and replace it with the following: 4 5

Street right of way lines, limits of easements, and limits of construction 6 permits are indicated in the Plans. The Contractor’s construction activities 7 shall be confined within these limits, unless arrangements for use of private 8 property are made. 9 10 Generally, the Contracting Agency will have obtained, prior to bid opening, 11 all rights of way and easements, both permanent and temporary, necessary 12 for carrying out the work. Exceptions to this are noted in the Bid Documents 13 or will be brought to the Contractor’s attention by a duly issued Addendum. 14 15 Whenever any of the work is accomplished on or through property other 16 than public right of way, the Contractor shall meet and fulfill all covenants 17 and stipulations of any easement agreement obtained by the Contracting 18 Agency from the owner of the private property. Copies of the easement 19 agreements may be included in the Contract Provisions or made available 20 to the Contractor as soon as practical after they have been obtained by the 21 Engineer. 22

23 The Contractor shall not proceed with any portion of the work in areas where 24 right of way, easements or rights of entry have not been acquired until the 25 Engineer certifies to the Contractor that the right of way or easement is 26 available or that the right of entry has been received. 27 28 The Contractor shall be responsible for providing, without expense or 29 liability to the Contracting Agency, any additional land and access thereto 30 that the Contractor may desire for temporary construction facilities, storage 31 of materials, or other Contractor needs. However, before using any private 32 property, whether adjoining the work or not, the Contractor shall file with the 33 Engineer a written permission of the private property owner, and, upon 34 vacating the premises, a written release from the property owner of each 35 property disturbed or otherwise interfered with by reasons of construction 36 pursued under this contract. The statement shall be signed by the private 37 property owner, or proper authority acting for the owner of the private 38 property affected, stating that permission has been granted to use the 39 property and all necessary permits have been obtained or, in the case of a 40 release, that the restoration of the property has been satisfactorily 41 accomplished. The statement shall include the parcel number, address, 42 and date of signature. Written releases must be filed with the Engineer 43 before the Completion Date will be established. 44 45

Page 117: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 1-44

PUBLIC NOTIFICATION 1 2 Each property owner shall be given a minimum of 2 working days notice 3 prior to entry upon the owner’s property by the Contractor. This includes 4 entry onto easements and private property where private improvements 5 must be adjusted. 6 7 The Contractor shall notify all residents and businesses within 300 feet from 8 the edge of the Work area prior the performing any Work under this 9 Contract. 10

11 Notification shall be made to ensure that: 12 13

1. Parked vehicles are moved; 14 15

2. The public is aware that access may be temporarily impeded; 16 17

3. The public is aware that private improvements within the Work 18 area may be impacted. 19

20 Notification shall be as follows: 21

22 A. Pre-notification to residents, and businesses shall be provided 23

indicating the Contractor’s intended construction schedule. 24 This notification shall precede the work by a minimum of 10 25 calendar days. Wording shall be approved by the Contracting 26 Agency prior to the performance of any Work. 27 28

B. Final notification shall state the exact construction start date, 29 after which any private improvements that remain within the 30 right-of-way and/or easements will be subject to removal or 31 relocation by the Contractor as indicated on the Plans and 32 Section 1-07.16. This notification shall be made a minimum 33 of 2 working days in advance of the construction start date. 34

35 Any delay or shut down in the continuous prosecution of the Work, as 36 specified, shall require another notification as described herein. 37

38 Payment 39 40 All costs to comply with this Section are incidental to the Contract and are 41 the responsibility of the Contractor. The Contractor shall include all related 42 costs in the bid prices of the Contract. 43

44

Page 118: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 1-45

1-08 PROSECUTION AND PROGRESS 1 2 Add the following new section: 3 4

1-08.0 Preliminary Matters (New Section) 5 (May 25, 2006 APWA GSP) 6

7 1-08.0(1) Preconstruction Conference 8 (October 10, 2008 G&O GSP) 9 10 Prior to the Contractor beginning the Work, a preconstruction conference 11 will be held between the Contractor, the Contracting Agency, the Engineer 12 and such other persons as may be invited. The purpose of the 13 preconstruction conference will be: 14 15

1. To review the initial progress schedule; 16 17

2. To establish a working understanding among the various 18 persons associated with or affected by the Work; 19

20 3. To establish and review procedures for progress payment, 21

notifications, approvals, submittals, etc.; 22 23

4. To establish normal working hours for the Work; 24 25

5. To review traffic control; and 26 27

6. To discuss such other related items as may be pertinent to the 28 Work. 29

30 The Contractor shall prepare and submit the following to the Engineer at the 31 preconstruction meeting: 32

33 1. Breakdown of all lump sum items in the Proposal; 34

35 2. A preliminary schedule for working drawing submittals; and 36

37 3. A list of material sources for approval, if applicable. 38

39 40

Page 119: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 1-46

Add the following new section: 1 2 1-08.0(2) Hours of Work 3 (December 8, 2014 APWA GSP) 4 5 Except in the case of emergency or unless otherwise approved by the 6 Contracting Agency, the normal working hours for the Contract shall be any 7 consecutive 8-hour period between 7:00 a.m. and 6:00 p.m. Monday 8 through Friday, exclusive of a lunch break. If the Contractor desires different 9 than the normal working hours stated above, the request must be submitted 10 in writing prior to the preconstruction conference, subject to the provisions 11 below. The working hours for the Contract shall be established at or prior 12 to the preconstruction conference. 13 14

All working hours and days are also subject to local permit and ordinance 15 conditions (such as noise ordinances). 16 17 If the Contractor wishes to deviate from the established working hours, the 18 Contractor shall submit a written request to the Contracting Agency for 19 consideration. This request shall state what hours are being requested, and 20 why. Requests shall be submitted for review no later than 48 hours prior to 21 the day(s) the Contractor is requesting to change the hours. 22 23 If the Contracting Agency approves such a deviation, such approval may be 24 subject to certain other conditions, which will be detailed in writing. For 25 example: 26 27 1. On non-Federal aid projects, requiring the Contractor to reimburse 28

the Contracting Agency for the costs in excess of straight-time costs 29 for Contracting Agency representatives who worked during such 30 times. (The Engineer may require designated representatives to be 31 present during the work. Representatives who may be deemed 32 necessary by the Engineer include, but are not limited to: survey 33 crews; personnel from the Contracting Agency’s material testing lab; 34 inspectors; and other Contracting Agency employees or third party 35 consultants when, in the opinion of the Engineer, such work 36 necessitates their presence.) 37 38

2. Considering the work performed on Saturdays, Sundays, and 39 holidays as working days with regard to the contract time. 40

41 3. Considering multiple work shifts as multiple working days with 42

respect to contract time even though the multiple shifts occur in a 43 single 24-hour period. 44

Page 120: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 1-47

1 4. If a 4-10 work schedule is requested and approved the non working 2

day for the week will be charged as a working day. 3 4 5. If Davis Bacon wage rates apply to this Contract, all requirements 5

must be met and recorded properly on certified payroll 6 7 1-08.1 Subcontracting 8 (August 24, 2016 APWA GSP) 9 10 Delete the eighth paragraph and replace it with the following: 11 12

On all projects funded with federal assistance the Contractor shall submit 13 “Monthly Report of Amounts Credited as DBE Participation” (form 422-103 14 EF) on a monthly basis, in which DBE Work is accomplished, for every 15 month in which the Contract is active or upon completion of the project, as 16 appropriate. The monthly reports are due on the 20th of the month following 17 the end of the previous month. 18

19 1-08.3(2)A Type A Progress Schedule 20 (March 13, 2012 APWA GSP) 21 22 Revise this section to read: 23 24

The Contractor shall submit 5 copies of a Type A Progress Schedule no 25 later than at the preconstruction conference, or some other mutually agreed 26 upon submittal time. The schedule may be a critical path method (CPM) 27 schedule, bar chart, or other standard schedule format. Regardless of which 28 format used, the schedule shall identify the critical path. The Engineer will 29 evaluate the Type A Progress Schedule and approve or return the schedule 30 for corrections within 15 calendar days of receiving the submittal. 31

32 1-08.3(2)D Weekly Look Ahead Schedule 33 (August 2009 G&O GSP) 34 35 This Section is supplemented with the following: 36 37

The Contractor shall attend a weekly construction meeting with the 38 Contracting Agency. The meeting will include discussion of the weekly look 39 ahead schedule, status of the work, utility coordination, and traffic control. 40 The Contractor’s superintendent/foreman shall attend and participate in the 41 weekly construction meeting. 42

43 44

Page 121: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 1-48

1-08.4 Prosecution of Work 1 (February 15, 2008 G&O GSP) 2 3 Delete the first sentence of this Section and replace with the following: 4

5 The Contract time shall begin on the first working day following the 10th 6 calendar day after the issuance of the written notice to proceed or the first 7 day on which the Contractor begins to perform Work on the site, whichever 8 first occurs. 9

10 1-08.5 Time for Completion 11 (November 12, 2012 G&O GSP) 12 13 Delete this Section in its entirety and replace with the following: 14 15

The Contractor shall complete all Contract Work within the number of 16 “working days” stated in the Contract Provisions or as extended by the 17 Contracting Agency in accordance with Section 1-08.8. Every day will be 18 counted as a “working day” unless it is a nonworking day or an Engineer 19 determined unworkable day. A nonworking day is defined as a Saturday, a 20 Sunday, a day on which the Contract specifically suspends Work, or one of 21 these holidays: January 1, the third Monday of January, the third Monday 22 of February, Memorial Day, July 4, Labor Day, November 11, Thanksgiving, 23 the day after Thanksgiving, and Christmas Day. When any of these 24 holidays fall on a Sunday, the following Monday shall be counted a 25 nonworking day. When the holiday falls on a Saturday, the preceding Friday 26 shall be counted a nonworking day. The days between December 25 and 27 January 1 will be classified as nonworking days, provided the Contractor 28 actually suspends performance of the Work. 29 30 Any unworkable day is defined as a half or whole day the Contracting 31 Agency declares to be unworkable because of weather or conditions 32 caused by the weather that prevents satisfactory and timely performance of 33 the Work shown on the critical path of the Contractor’s approved progress 34 schedule. Other conditions beyond the control of the Contractor may qualify 35 for an extension of time in accordance with Section 1-08.8. 36 37 The Contract time shall begin on the first working day following the 10th 38 calendar day after the issuance of the written notice to proceed or the first 39 day on which the Contractor begins to perform Work on the site, whichever 40 first occurs. The Contract Provisions may specify another starting date for 41 the Contract time, in which case time will begin on the starting date 42 specified. 43 44

Page 122: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 1-49

Each working day shall be charged to the Contract as it occurs until the 1 Work is physically complete. If requested by the Contractor in writing, the 2 Engineer will provide the Contractor with a weekly statement that shows the 3 number of working days: (1) charged to the Contract the week before; (2) 4 specified for the substantial and physical completion of the Contract; and 5 (3) remaining for the substantial and physical completion of the Contract. 6 The statement will also show the nonworking days and any partial or whole 7 days that the Engineer determines to be unworkable. If the Contractor 8 disagrees with any statement issued by the Engineer, the Contractor shall 9 submit a written protest within 10 calendar days after the date of the 10 statement. The protest shall be sufficiently detailed to enable the Engineer 11 to ascertain the basis for the dispute and the amount of time disputed. Any 12 statement that is not protested by the Contractor as required in this Section 13 shall be deemed as having been accepted. If the Contractor elects to work 14 10 hours a day for four days a week (a 4-10 schedule), the fifth day of the 15 week of that week will be charged as a working day if that day would be 16 chargeable as a working day if the Contractor had not elected to utilize the 17 4-10 schedule. 18 19 The Engineer will give the Contractor written notice of the Completion Date 20 of the Contract after all of the Contractor’s obligations under the Contract 21 have been performed by the Contractor. The following events must occur 22 before the Completion Date will be established: 23

24 1. The physical Work on the project must be complete; and 25

26 2. The Contractor must furnish all documentation required by the 27

Contract and required by law, to allow the Contracting Agency 28 to process final acceptance of the Contract. The following 29 documents must be received by the Project Engineer prior to 30 establishing a Completion Date: 31

32 a. Certified payrolls (per Section 1-07.9(5)); 33

34 b. Material acceptance certification documents; 35

36 c. Final Contract voucher certification; 37

38 d. Property owner releases required by Section 1-07.24. 39

40 e. Affidavits of Wages Paid for the Contractor and all 41

subcontractors must be submitted to the Contracting 42 Agency. 43

44

Page 123: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 1-50

The Contractor shall note the Contracting Agency will not pay for any 1 additional and/or second mobilization and demobilization costs incurred 2 because of suspension of work due to unsuitable weather/winter shutdown. 3

4 1-08.8 Extension of Time 5 (February 15, 2008 G&O GSP) 6 7 Delete Item 6 of the third paragraph and replace it with the following: 8 9

6. If the actual quantity of Work performed for a bid item was more than 10 the original Plan quantity and increased the duration of a critical 11 activity, and if the total extended bid price for that item at time of 12 award was equal to or greater than 10 percent of the total Contract 13 price at time of award. Extensions of time will be limited to only those 14 bid items where the quantity exceeded the original Plan quantity by 15 25 percent or more. 16

17 1-08.9 Liquidated Damages 18 (June 16, 2006 G&O GSP) 19 20 Delete this Section and replace it with the following: 21 22

Time is of the essence of this Contract. All of the Work shall be completed 23 within the time limits set forth in the Contract, and the Contractor’s 24 unexcused failure to do so shall result in liquidated damages being 25 assessed as provided in the Contract Provisions. 26

27 a. The Contractor acknowledges that the Contracting Agency 28

will suffer monetary damages in the event of an unexcused 29 delay in the substantial completion and physical completion of 30 the Work. If the Contractor fails, without excuse under the 31 Contract, or otherwise refuses to complete the Work within the 32 Contract time, or any extension thereof granted by the 33 Contracting Agency, the Contractor agrees to pay to the 34 Contracting Agency the amount specified in the Contract 35 Provisions, not as a penalty, but as liquidated damages for 36 such breach of the Contract, for each and every calendar day 37 that the Contractor shall be in default after the time stipulated 38 in the Contract for substantial completion of the Work. 39 40

b. The amount of liquidated damages is fixed and agreed upon 41 by and between the Contractor and the Contracting Agency 42 because of the impracticability and extreme difficulty of 43 determining the actual damages that the Contracting Agency 44 would sustain. The amount of liquidated damages is 45

Page 124: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 1-51

specifically agreed to be a reasonable approximation of the 1 damages which the Contracting Agency would sustain as a 2 result of an unexcused delay in the substantial completion and 3 the physical completion of the Work. The Contracting Agency 4 may retain liquidated damages from progress payments that 5 otherwise would be due to the Contractor. 6

7 1-09 MEASUREMENT AND PAYMENT 8 9 1-09.2(1) General Requirements for Weighing Equipment 10 (July 23, 2015 APWA GSP, Option 2) 11 12 Revise item 4 of the fifth paragraph to read: 13

14 4. Test results and scale weight records for each day’s hauling 15

operations are provided to the Engineer daily. Reporting shall utilize 16 WSDOT form 422-027, Scaleman’s Daily Report, unless the printed 17 ticket contains the same information that is on the Scaleman’s Daily 18 Report Form. The scale operator must provide AM and/or PM tare 19 weights for each truck on the printed ticket. 20

21 1-09.6 Force Account 22 (June 16, 2006 G&O GSP) 23 24 Delete this Section and replace it with the following: 25 26

The cost to be included in the equitable adjustment for any changes directed 27 or approved in accordance with Section 1-04.4, will be determined by one 28 or more of the following methods: 29

30 a. Contract unit bid prices previously approved; or 31 32 b. If there are no unit bid prices, an agreed lump sum; or 33

34 c. If the amount of the adjustment cannot be agreed upon in 35

advance or in the manner provided in subparagraph a. or b. 36 above, the cost will be determined by the actual cost of: 37

38 1. Labor including working foremen. Labor rates will 39

include the basic wage and fringe benefits, current 40 rates for Federal Insurance Compensation Act (FICA), 41 Federal Unemployment Tax Act (FUTA) and State 42 Unemployment Tax Act (SUTA), and the company’s 43 present rates for medical aid and industrial insurance 44 premiums; 45

Page 125: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 1-52

1 2. Materials and equipment incorporated permanently 2

into the Work; 3 4 3. The ownership or rental cost of equipment during the 5

time of use on the extra Work. Equipment rates shall 6 be as set forth in the then current AGC/WSDOT 7 Equipment Rental Agreement. These rates shall be full 8 compensation for all costs incidental to furnishing and 9 operating the equipment. The Contractor shall submit 10 copies of applicable portions of the AGC/WSDOT 11 Equipment Rental Agreement to the Engineer; plus 12

13 4. Overhead and Profit as follows: 14

15 For Work performed by the Contractor, an amount to 16 be agreed upon but not to exceed 15 percent of the 17 labor, material, and equipment cost agreed to by the 18 Engineer as compensation for supervision, small tools, 19 provisions for safety, home office and field overhead, 20 profit and other general conditions expenses, 21 including, but not limited to, insurance, bonds and 22 business & occupation taxes. 23 24 For Subcontractor work, the Subcontractor will be 25 allowed an amount to be agreed upon but not to 26 exceed 15 percent of the labor, material, and 27 equipment cost agreed to by the Engineer as 28 compensation for supervision, small tools, provisions 29 for safety, home office and field overhead, profit and 30 other general conditions expenses, including, but not 31 limited to, insurance, bonds and business & occupation 32 taxes. The Contractor will be allowed an additional 33 markup of 10 percent to compensate the Contractor for 34 all administrative costs, including home office and field 35 overhead, profit, bonds, insurance, business & 36 occupation taxes and any other costs incurred. 37

38 In no case will the total fixed fee for the Contractor, all 39 Subcontractors of all tiers exceed 30 percent. 40

41 42

Page 126: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 1-53

1-09.7 Mobilization 1 (June 6, 2006, G&O GSP) 2 3 Delete the second and third paragraph of this Section. This Section is 4 supplemented with the following: 5 6

Throughout construction and until the Physical Completion Date, the 7 Contractor shall thoroughly comb and search the Work site and surrounding 8 area and remove any waste construction material, empty containers, litter 9 and other debris, whether or not deposited by the Contractor, and tidy up 10 the surrounding general area to make it neat in appearance. 11

12 ROUTINE CLEANING 13

14 A. General: 15

16 1. Maintain all stored materials and equipment in an orderly 17

fashion allowing maximum access, not impeding drainage, 18 pedestrian or vehicle traffic. 19

20 2. Do not allow the accumulation of scrap, waste material, used 21

containers, debris and other items not required for the Work. 22 23 3. At least once a week, and more often if necessary, completely 24

remove all scrap, debris, and waste material from the Work 25 site. 26

27 4. Provide adequate storage for all materials awaiting removal 28

from the Work site, observing all requirements for fire 29 protection and protection of the environment. 30 31

B. Site: 32 33

1. Daily, and more often if necessary, inspect the Work site and 34 pick up all scrap, debris, and waste material. Remove all such 35 items to the place designated for their storage until they can 36 be disposed of. 37

38 2. Weekly, and more often if necessary, inspect the arrangement 39

of all materials and equipment stored on the Work site, re-40 stack, tidy or otherwise rearrange them to meet the 41 requirements above. 42

43 3. Maintain the Work site at all times in a neat and orderly 44

condition meeting the approval of the Contracting Agency. 45

Page 127: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 1-54

1 FINAL CLEANING 2

3 A. General: 4

5 Prior to final inspection, remove from the Work site all tools, surplus 6 materials, equipment, scrap, debris and waste. The Contractor shall 7 thoroughly comb and search the surrounding area and remove any 8 debris of any kind and tidy up the general area to make it neat in 9 appearance, including removal of debris not deposited by the 10 Contractor’s operations. 11

12 Payment 13 14 “Mobilization and Demobilization,” lump sum. 15 16 The lump sum contract payment shall be full compensation for all costs 17 incurred by the Contractor in performing the Contract Work defined in this 18 Section. Payment for this item shall be made as follows: 19

20 1. Fifty percent of this item will be included in the first monthly 21

pay estimate after the Contractor is in full operation and 22 construction of the Work has began; 23 24

2. Forty percent of this item will be proportioned equally (based 25 on the number of working days in the Contract) and included 26 in each monthly pay estimate submitted by the Contractor. 27 The Contractor shall provide regular and ongoing cleanup. 28 Failure of the Contractor to provide regular ongoing cleanup 29 will be cause for permanent forfeiture of the monthly payment 30 for each month that the cleanup is not performed as required. 31 If cleanup is not performed during a monthly pay period, it 32 shall not be subject to reimbursement under any following 33 monthly pay estimate, and the lump sum amount due will be 34 adjusted accordingly. 35 36

3. Ten percent of this item will be included in the estimate issued 37 when the Physical Completion Date is achieved, including the 38 removal of all equipment from the Work site. 39

40 41

Page 128: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 1-55

1-09.8 Payment for Material on Hand 1 (June 16, 2006 G&O GSP) 2 3 Delete the first paragraph of this Section and replace it with the following: 4

5 The Contracting Agency may reimburse the Contractor for 90 percent of the 6 invoice amount of the material and equipment purchased before their 7 incorporation into the Work if they: 8

9 1. Meet the requirements of the Plans and Specifications; 10

11 2. Are delivered to or stockpiled near the Work site or to another 12

Engineer-approved storage site; and 13 14

3. Consist of: piping material, reinforcing steel, bronze plates, 15 structural steel; machinery; piling, timber and lumber (not 16 including forms and falsework), large signs unique to the 17 Work, prestressed concrete beams or girders, or other 18 material the Engineer may approve. 19

20 1-09.9 Payments 21 (June 27, 2011 G&O GSP) 22 23 Delete the fourth paragraph and replace it with the following: 24

25 Progress payments for completed work and material on hand will be 26 based upon progress estimates prepared by the Engineer. A progress 27 estimate cutoff date will be established at the preconstruction conference. 28 29 The initial progress estimate will be made not later than 30 days after the 30 Contractor commences the work, and successive progress estimates will 31 be made every month thereafter until the Completion Date. Progress 32 estimates made during progress of the work are tentative, and made only 33 for the purpose of determining progress payment. The progress estimates 34 are subject to change at any time prior to the calculation of the Final 35 Payment. 36 37 The value of the progress estimate will be the sum of the following: 38

39 1. Unit Price Items in the Bid Form — the approximate quantity of 40

acceptable units of work completed multiplied by the unit price. 41 42

2. Lump Sum Items in the Bid Form — based on the approved 43 Contractor’s lump sum breakdown for that item, or absent such a 44 breakdown, based on the Engineer’s determination. 45

Page 129: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 1-56

1 3. Materials on Hand — 90 percent of invoiced cost of material 2

delivered to Job site or other storage area approved by the 3 Engineer. 4

5 4. Change Orders — entitlement for approved extra cost or completed 6

extra work as determined by the Engineer. 7 8

Progress payments will be made in accordance with the progress estimate 9 less: 10 11 1. Retainage per Section 1-09.9(1), on non “FHWA funded” projects; 12

13 2. The amount of Progress Payments previously made; and 14 15 3. Funds withheld by the Contracting Agency for disbursement in 16

accordance with the Contract Documents. 17 18

Progress payments for work performed shall not be evidence of 19 acceptable performance or an admission by the Contracting Agency that 20 any work has been satisfactorily completed. The determination of 21 payments under the contract will be final in accordance with 22 Section 1-05.1. 23

24 1-09.11(3) Time Limitation and Jurisdiction 25 (July 23, 2015 APWA GSP) 26 27 Revise this section to read: 28

29 For the convenience of the parties to the Contract it is mutually agreed by 30 the parties that any claims or causes of action which the Contractor has 31 against the Contracting Agency arising from the Contract shall be brought 32 within 180 calendar days from the date of final acceptance 33 (Section 1-05.12) of the Contract by the Contracting Agency; and it is further 34 agreed that any such claims or causes of action shall be brought only in the 35 Superior Court of the county where the Contracting Agency headquarters 36 is located, provided that where an action is asserted against a county, RCW 37 36.01.05 shall control venue and jurisdiction. The parties understand and 38 agree that the Contractor’s failure to bring suit within the time period 39 provided, shall be a complete bar to any such claims or causes of action. It 40 is further mutually agreed by the parties that when any claims or causes of 41 action which the Contractor asserts against the Contracting Agency arising 42 from the Contract are filed with the Contracting Agency or initiated in court, 43 the Contractor shall permit the Contracting Agency to have timely access to 44

Page 130: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 1-57

any records deemed necessary by the Contracting Agency to assist in 1 evaluating the claims or action. 2

3 1-10.2(1) General 4 (December 1, 2008) 5 6 This Section is supplemented with the following: 7 8

Only training with WSDOT TCS card and WSDOT training curriculum is 9 recognized in the State of Washington. The Traffic Control Supervisor shall 10 be certified by one of the following: 11 12

The Northwest Laborers-Employers Training Trust 13 27055 Ohio Avenue 14 Kingston, Washington 98346 15 (360) 297-3035 16 17 Evergreen Safety Council 18 401 Pontius Avenue North 19 Seattle, Washington 98109 20 1-800-521-0778 or 21 (206) 382-4090 22 23 The American Traffic Safety Services Association 24 15 Riverside Parkway, Suite 100 25 Federicksburg, Virginia 22406-1022 26 Training Department Toll Free (877) 642-4637 27 Phone (540) 368-1701 28

29 1-10.2(2) Traffic Control Plans 30 (March 31, 2016 G&O GSP) 31 32 This Section is supplemented with the following: 33 34

If traffic control plans are not included in the Contract Documents, the 35 Contractor shall submit traffic control plans for the Engineer’s review and 36 approval. 37

38 1-10.4(1) Lump Sum Bid for Project (No Unit Items) 39 (August 2, 2004) 40 41 This Section is supplemented with the following: 42 43

The proposal contains the item “Project Temporary Traffic Control,” lump 44 sum. The provisions of Section 1-10.4(1) shall apply. 45

Page 131: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

DIVISION 2

EARTHWORK

Page 132: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 2-1

2-01 CLEARING, GRUBBING AND ROADSIDE CLEANUP 1 2 2-01.2 Disposal of Usable Material and Debris 3 (December 7, 2006 G&O) 4 5 Delete the third paragraph of this Section and replace with the following: 6 7

Refuse and debris shall be loaded and hauled to a waste site secured by 8 the Contractor and shall be disposed of in such a manner as to meet all 9 requirements of state, county, and municipal regulations regarding health, 10 safety and public welfare, all at no additional cost to the Contracting 11 Agency. 12

13 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 14 15 2-02.1 Description 16 (November 24, 2010 G&O) 17 18 This Section is supplemented with the following: 19 20

This work also consists of removing, handling and disposing of deleterious 21 material or debris encountered during roadway, sidewalk, and trench 22 excavation or other work as indicated on the Plans within the Project site, 23 including, but not limited to, existing pipes, utility structures or 24 appurtenances, riprap, buried concrete including thrust blocks, concrete 25 footings and/or slabs, buried logs or debris, asphalt pavement, cement 26 concrete pavement, sidewalks, curb and gutter, fences, landscaping 27 items, rock walls, guardrail, signs and any and all other structures and 28 obstructions (unless a separate bid item has been provided for this work). 29 All salvageable items shall be removed and delivered to the Contracting 30 Agency unless indicated otherwise on the Plans. 31

32 2-02.3 Construction Requirements 33 (January 7, 2013 G&O) 34 35 This Section is supplemented with the following: 36 37

The removal of any existing improvements shall be conducted in such a 38 manner as not to damage utilities and any portion of the infrastructure that 39 is to remain in place. Any deviation in this matter will obligate the 40 Contractor at his own expense, to repair, replace or otherwise make 41 proper restoration to the satisfaction of the Contracting Agency. 42 43

Page 133: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 2-2

When sawing of concrete or combinations of materials is required, the 1 depth of cut shall be as required to accomplish the intended purpose, 2 without damaging surfaces to be left in place and will be determined in the 3 field to the satisfaction of the Engineer. 4 5 Where the Plans call for the removal of a portion of an existing fence, the 6 Contractor shall attach or extend the existing fence that is to remain to the 7 new fence end post. 8 9 Unless otherwise indicated on the Plans or in the Special Provisions, all 10 structures, castings, pipe and other material of recoverable value removed 11 from the Project site shall be carefully salvaged and delivered to the 12 Owner of said utility items in good condition and in such order of salvage 13 as the Contracting Agency may direct. Materials and other items deemed 14 of no value by the Contracting Agency shall be promptly removed, loaded 15 and wastehauled by the Contractor and becomes his property, to be 16 disposed of at his discretion, in compliance with regulatory requirements. 17 18 Waste materials shall be loaded and hauled to a waste site secured by the 19 Contractor and shall be disposed of in such a manner as to meet all 20 requirements of state, county and municipal regulations regarding health, 21 safety and public welfare. 22

23 2-02.3(3) Removal of Pavement, Sidewalks, Curbs and Gutters 24 (January 4, 2010 G&O) 25 26 This Section is supplemented with the following: 27 28

Existing cement concrete sidewalks, concrete slabs, roadway slabs, 29 curbs, and curbs and gutters shall be removed at the nearest construction 30 joint where possible, and removed and wastehauled as required for the 31 construction of this Project. Where agreed to with the Engineer, cement 32 concrete curbs or curb and gutter shall be saw-cut prior to removal. 33 Existing pavement shall be precut before commencing excavation and 34 shall be removed as required for the construction. 35 36 Where shown on the Plans or where agreed to in the field with the 37 Engineer, the Contractor shall make a neat vertical saw-cut at the 38 boundaries of the area to be removed. Care shall be taken during 39 sawcutting so as to prevent damage to the existing asphalt concrete, or 40 concrete, to remain in place. Any pavement or concrete damaged by the 41 Contractor outside the area scheduled for removal due to the Contractor’s 42 operations or negligence shall be repaired or replaced to the Contracting 43

Page 134: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 2-3

Agency’s satisfaction by the Contractor at no additional cost to the 1 Contracting Agency. 2 3 All cuts shall be continuous, full depth, and shall be made with saws 4 specifically equipped for this purpose. No skip cutting or jack hammering 5 will be allowed unless specifically approved otherwise in writing by the 6 Engineer. 7 8 Wheel cutting or jack hammering shall not be considered an acceptable 9 means of pavement “cutting,” unless pre-approved in writing by the 10 Engineer. However, even if pre-approved as a method of cutting, no 11 payment will be made for this type of work, and it shall be included in the 12 various unit contract and lump sum prices listed in the Proposal. 13 14 The location of all pavement cuts shall be pre-approved by the Engineer in 15 the field before cutting commences. 16 17 All water and slurry material resulting from sawcutting operations shall not 18 be allowed to enter the storm drainage or sanitary sewer system and shall 19 be removed from the site and disposed of in accordance with the 20 Washington State Department of Ecology regulations. 21 22

2-02.5 Payment 23 (November 24, 2010 G&O) 24 25 This Section is supplemented with the following: 26

27 All costs for sawcutting as indicated in the Plans and as may be 28 additionally necessary to construct the Project shall be included in the unit 29 contract and lump sum prices as listed in the Proposal. No additional or 30 separate payment will be made for sawcutting. 31 32

2-04 HAUL 33 (June 16, 2006 G&O) 34 35 This Section is supplemented with the following: 36 37

If the sources of materials provided by the Contractor necessitates hauling 38 over any public roads, the Contractor shall, at the Contractor’s expense, 39 make all arrangements for the use of the haul routes. No separate monies 40 will be due the Contractor for this work. 41

42

Page 135: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 2-4

2-07 WATERING 1 2 2-07.3 Construction Requirements 3 (November 24, 2010 G&O) 4 5 This Section is supplemented with the following: 6

7 During construction, the Contractor shall have dedicated to the Project a 8 suitable water truck that shall be operated as necessary to control dust. 9 Failure to have a water truck immediately accessible to the job and failure 10 to use a water truck for dust control shall be adequate reason for the 11 Contracting Agency to issue a suspension of work. 12 13 A hydrant permit will be required to be secured by the Contractor for any 14 necessary water. Water will be provided at the convenience of the 15 Contracting Agency which reserves the right to control the location and 16 use of water based on the Contracting Agency’s own needs. 17 18

2-07.5 Payment 19 (November 24, 2010 G&O) 20 21 This Section is supplemented with the following: 22 23

The cost for all water permit(s), and furnishing and placing water shall be 24 included in the unit contract and lump sum prices as listed in the Proposal. 25 No additional or separate payment will be made for watering. 26 27

2-09 STRUCTURE EXCAVATION 28 29 2-09.3(1) General Requirements 30 (August 1, 2009 G&O) 31 32 This Section is supplemented with the following: 33 34

When any Work is being considered by the Contractor in the vicinity of an 35 existing utility, the Contractor shall so inform an authority of the particular 36 utility in ample time so that the utility involved and the Contractor may take 37 any precautions necessary to facilitate construction in the vicinity of the 38 utility, and thereby protect that particular utility from damage. 39 40 Protecting and Maintaining Utility Service 41 42 The Contractor shall protect and maintain the operational service of 43 existing utility systems in a continuous manner as possible. The 44

Page 136: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 2-5

Contractor shall have the approval from the Engineer and notification shall 1 be given to the Contracting Agency before any disruptions of service in 2 existing utilities will be allowed. The Contractor shall comply with all the 3 conditions established by the Engineer and the Contracting Agency. The 4 Contractor shall give the utility owner a minimum notice of 48 hours before 5 disrupting any planned service interruption. No planned interruption to an 6 existing system shall be allowed on Fridays, weekends, or holidays, 7 unless specifically agreed to in writing by the Contracting Agency. Where 8 services are to be shut down, affected parties shall be notified in writing by 9 the Contractor (i.e., door hangers) at least 48 hours and not more than 72 10 hours in advance of the time and period of shut down. The Contractor 11 shall make every effort to keep shut down schedules to periods of 12 anticipated minimum usage and for the least period of time. 13 14 Where the construction crosses or is adjacent to existing utilities, the 15 Contractor shall exercise extreme care to protect such utilities from 16 damage. Additionally, the Contractor shall review the Plans, the project 17 site and familiarize himself with the various utilities and plan his 18 construction activities in recognition that the very close proximity of 19 existing utilities to the proposed work will adversely affect production rates 20 of installation of the various planned improvements. The Contractor is 21 hereby advised and cautioned that the location of existing utilities will be 22 cause for considerable and extreme care and due diligence on the part of 23 the Contractor. As such, work production rates are anticipated to be 24 significantly impacted by their presence and normal production rates 25 should not be anticipated, during construction by the Contractor for work in 26 these areas. The Contractor shall anticipate minor alignment adjustments 27 will also be required to accommodate the installation of utilities. 28

29 2-09.3(1)E Backfilling 30 (February 17, 2009 G&O) 31 32 This Section is supplemented with the following: 33 34

Where existing and/or proposed ground contours prevent a minimum of 35 24 inches of cover above “flexible” storm pipe or where utility crossings 36 necessitate, the Contracting Agency may direct the Contractor to install a 37 controlled density fill encasement for the pipe. The encasement shall be 38 constructed in accordance with the Plans and/or as directed in the field by 39 the Contracting Agency. Material for encasement shall be controlled 40 density fill per Section 2-09.3(1)E of the Standard Specifications. The 41 pipe shall be securely held in place until the material has “set.” Trenches 42 located within roadways/drives shall be protected with H-20 steel plates, 43 or Contracting Agency-approved equal, while the material sets. 44

Page 137: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 2-6

1 2-09.3(5) Locating Utilities 2 (March 3, 2011 G&O) 3 4 This Section is supplemented with the following: 5 6

A reasonable attempt has been made to locate known existing utilities; 7 however, the exact location, and/or depth is unknown in most instances. It 8 shall be the responsibility of the Contractor to locate existing utilities, to 9 include their respective depths. 10 11 The Contractor shall provide field exploration through vacuum excavation, 12 potholing or other suitable means to locate more precisely existing 13 underground utilities as to location and depth. The Contractor shall decide 14 on the difficulties to be encountered in constructing the project, and 15 determine therefrom the extent of exploration required to expedite the 16 construction to first prevent damage to those utilities, and secondly to 17 determine if the new construction is to go around, over or under the 18 existing utility. Where underground utilities are found to be in the way of 19 construction, such condition shall not be deemed to be a changed or 20 differing site condition, and if necessary, minor pipe alignment or grade will 21 be modified at no additional cost to the Contracting Agency. At a 22 minimum, potholing will be required at all utility interties prior to trench 23 excavation for connections and at all major utility crossings, and potential 24 conflicts noted by underground location notification as may be directed by 25 the Contracting Agency. See Contract Plans for additional specific 26 locations. 27 28

2-09.4 Measurement 29 (March 3, 2011 G&O) 30 31 This Section is supplemented with the following: 32 33

Measurement for Controlled Density Fill Material will be per cubic yard, 34 measured in place. 35 36 Measurement for Locate Existing Utilities will be per each. 37

38 39

Page 138: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 2-7

2-09.5 Payment 1 (March 3, 2011 G&O) 2 3 Delete all paragraphs under this Section and replace with the following: 4

5 Payment will be made in accordance with Section 1-04.1, for each of the 6 following bid items that are included in the Proposal. 7 8 “Controlled Density Fill Material,” per cubic yard. 9 10 The unit contract price per cubic yard for Controlled Density Fill Material 11 shall be full pay for furnishing all labor, tools, equipment, and materials to 12 furnish and install the placement of the controlled density fill as indicated 13 on the Plans and specified herein including, but not limited to, pipe 14 encasements, pipe plugging or trench backfill. 15 16 “Locate Existing Utilities,” per each. 17 18 The unit contract price per each for Locate Existing Utilities shall constitute 19 full compensation all labor, materials, tools, equipment, transportation, 20 supplies, and incidentals required to complete all work to furnish and 21 install this item, to pothole and locate existing utilities. Each locate shall 22 consist of a pothole that is plus or minus five feet from the one call utility 23 location mark and to the depth of one foot below the proposed bottom of 24 the crossing utility. The Contractor shall receive approval from the 25 Contracting Agency for each pothole location prior to beginning any work 26 on this bid item. 27

Page 139: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

DIVISION 3

AGGREGATE PRODUCTION AND ACCEPTANCE

Page 140: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 3-1

3-01 PRODUCTION FROM QUARRY AND PIT SITES 1 2 3-01.2 Material Sources, General Requirement 3 4 3-01.2(1) Approval of Source 5 (August 16, 2012 G&O) 6 7 This Section is supplemented with the following: 8 9

The Contractor is responsible for all costs associated with approval of the 10 material source. 11

Page 141: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

DIVISION 4

BASES

Page 142: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 4-1

4-04 BALLAST AND CRUSHED SURFACING 1 2 4-04.4 Measurement 3 (November 1, 2011 G&O) 4 5 Delete all paragraphs under this Section and replace with the following: 6 7

Measurement for Crushed Surfacing Repair will be per ton. 8 9

4-04.5 Payment 10 (November 1, 2011 G&O) 11 12 Delete all paragraphs under this Section and replace with the following: 13 14

Payment will be made in accordance with Section 1-04.1, for each of the 15 following bid items that are included in the Proposal: 16 17 “Crushed Surfacing Repair,” per ton. 18 19 The unit contract price per ton for Crushed Surfacing Repair shall include 20 shall include all costs for obtaining the materials, hauling the materials to 21 the site, stockpiling, spreading, grading, shaping, compacting, material 22 and compaction testing, furnishing the services of a Contracting Agency 23 approved testing laboratory to conduct compaction testing, and all other 24 incidentals, complete, in place to the compacted depth shown on the 25 Plans. Asphalt grindings are not subject to reimbursement under any of 26 these bid items. 27

Page 143: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

DIVISION 5

SURFACE TREATMENTS AND PAVEMENTS

Page 144: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 5-1

5-04 HOT MIX ASPHALT 1 2 5-04.2 Materials 3 (January 22, 2007 G&O) 4 5 This Section is supplemented with the following: 6 7

Asphalt for Tack Coat 8 9 Tack coat shall be emulsified asphalt grade CSS-1 conforming to Section 10 9-02.1(6). 11

12 5-04.3 Construction Requirements 13 (January 7, 2013 G&O) 14 15 This Section is supplemented with the following: 16 17 5-04.3(5)E Pavement Repair 18 (January 22, 2013 G&O) 19 20 This Section is supplemented with the following: 21 22

Any pavement that is damaged outside the allowable trench widths, as 23 shown on the Plans, shall be repaired entirely at the Contractor’s expense. 24 25 A tack coat consisting of CSS-1 emulsified asphalt shall be applied to the 26 top surface as well as all exposed edges of transverse and longitudinal 27 joints. 28 29 All cold joints shall be sealed with hot asphalt oil. After sealing, a sand 30 blanket shall be applied on top to help alleviate tracking. 31 32 Should existing pavement markings be removed during the course of 33 construction, the Contractor shall replace them upon completion of 34 pavement repair with new pavement markings matching the existing. 35

36 5-04.3(10)B Control 37 (January 22, 2007 G&O) 38 39 This Section is supplemented with the following: 40 41

The Contractor’s material suppliers shall be required to furnish certification 42 from a certified materials testing laboratory approved by the Contracting 43 Agency that the material is in conformance with these Specifications. The 44

Page 145: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 5-2

Contractor shall be required to test for compaction of HMA to ensure the 1 work is done in conformance with Section 1-06.2(1). The testing shall be 2 done by a Contracting Agency approved materials testing laboratory. 3 4 The minimum acceptable level of compaction shall be 91 percent of the 5 reference maximum density as determined by the AASHTO T-209 test 6 method. The Contractor shall be responsible for the control of the 7 compactive effort. 8 9 The level of compaction attained will be determined as the average of not 10 less than four nuclear density gauge readings taken at 900 to each other 11 within any given three-square-foot area. The four readings shall be 12 averaged to result in one “test” which shall be reported to the Engineer in 13 accordance with the Contract Provisions. Frequency of testing shall 14 conform to Section 1-06.2(1). The readings shall be taken in accordance 15 with ASTM test methods on the day the mix is placed, and after 16 completion of the finish rolling, at randomly selected locations within each 17 lot for each paving course. 18

19 5-04.4 Measurement 20 (January 7, 2013 G&O) 21 22 Delete this Section and replace with the following: 23 24

Measurement for HMA Pavement Repair (Basin Street), HMA Pavement 25 Repair (Basin Street Shoulders), and HMA Pavement Repair (Side 26 Streets) will be by the square yard. 27

28 5-04.5 Payment 29 (April 7, 2014 G&O) 30 31 Delete this Section and replace with the following: 32 33

Payment will be made in accordance with Section 1-04.1, for each of the 34 following bid items that are included in the Proposal: 35 36 “HMA Pavement Repair (Basin Street), HMA Pavement Repair (Basin 37 Street Shoulders), and HMA Pavement Repair (Side Streets),” per square 38 yard. 39 40 The unit contract price per square yard for HMA Pavement Repair (Basin 41 Street), HMA Pavement Repair (Basin Street Shoulders), and HMA 42 Pavement Repair (Side Streets) shall constitute full compensation for all 43 labor, materials, tools, equipment, transportation, supplies, and incidentals 44

Page 146: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 5-3

required to complete all work to furnish and install this item, to include, but 1 not be limited to, placing Commercial HMA, Cl. 1/2”, PG 64-28 hot mix 2 asphalt pavement, crushed surfacing base course, and crushed surfacing 3 top course to the compacted depths shown on the Plans, sawing and/or 4 cutting and wastehauling of existing asphalt concrete pavement, crushing, 5 loading, hauling, placing to the lines, cross sections, and grades in 6 accordance with the Plans, sealing all cold joints with hot asphalt oil (and 7 sand blanket to alleviate tracking), tack coat, wetting, drying, trimming, 8 compaction, material testing, furnishing the services of a Contracting 9 Agency approved testing laboratory to conduct compaction testing, 10 pavement markings, if any, and dealing with all other interferences, all as 11 shown on the Plans and as specified herein. 12

Page 147: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

DIVISION 7

DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS

Page 148: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 7-1

7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 1 2 7-05.3 Construction Requirements 3 (January 20, 2009 G&O) 4 5 This Section is supplemented with the following: 6 7

The Contractor shall construct all manholes and catch basins from precast 8 concrete bases and risers. Cast-in-place concrete bases shall only be 9 used for “straddle” of existing systems and shall be watertight. 10 11 In areas of new and existing pavement, the grate rim elevation shall be set 12 to promote drainage flow. In unimproved areas, the rim elevations shall 13 be set two-inch above finished grade unless otherwise shown on the 14 Plans. 15 16 Unless specifically noted herein or shown differently on the Plans, the 17 Contractor shall connect to the manhole with Kor-N-Seal connection 18 system, or equal. 19 20

7-05.4 Measurement 21 (November 1, 2011 G&O) 22 23 Delete all paragraphs under this Section and replace with the following: 24 25

Measurement of Manhole 48-Inch Diameter, Type 1 will be per each. 26 27

7-05.5 Payment 28 (November 1, 2011 G&O) 29 30 Delete all paragraphs under this Section and replace with the following: 31 32

Payment will be made in accordance with Section 1-04.1, for each of the 33 following bid items that are included in the Proposal: 34 35 “Manhole 48-Inch Diameter, Type 1”, per each. 36 37 The unit contract price per each Manhole 48-Inch Diameter, Type 1 shall 38 constitute full compensation for all labor, materials, tools, equipment, 39 transportation, supplies, and incidentals required to complete all work to 40 furnish and install this item, full height, to include, but not be limited to, 41 precast manhole structure, structure excavation, compacted bedding 42 material beneath the manhole, backfill with suitable native material, 43 compaction, material testing, furnishing the services of a Contracting 44

Page 149: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 7-2

Agency approved testing laboratory to conduct compaction testing, 1 concrete, reinforcing steel, frame and cover, concrete adjustment rings, 2 concrete manhole sections, steps, non-shrink grout, manhole adapters, 3 sanitary sewer pipe spools, couplings, removal and wastehaul of surplus 4 excavated material, dewatering, grading, adjusting to finished grade, and 5 dealing with all other interferences, all as shown on the Plans and as 6 specified herein. 7 8

7-09 WATER MAINS 9 10 7-09.2 Materials 11 (April 4, 2014 G&O) 12 13 This Section is supplemented with the following: 14 15

Bank Run Gravel for Trench Backfill 16 Bank Run Gravel for Trench Backfill shall meet the requirements of 17 Section 9-03.19. 18 19 Foundation Material 20 Foundation Material shall meet the requirements of Section 9-03.12(1). 21 22 Polyvinyl Chloride (PVC) Pipe (4 Inches to 12 Inches) 23 PVC Pipe shall meet the requirements of AWWA C900 and shall have a 24 minimum SDR of 18. 25 26 Polyvinyl Chloride (PVC) Pipe (14 Inches to 24 Inches) 27 PVC Pipe shall meet the requirements of AWWA C905 and shall have a 28 minimum SDR of 21. 29 30 Restrained Joints 31 The Contractor shall restrain all joints as noted on the Plans with GripRing 32 mechanical joint restraint system, MJ Field Lock by U.S. Pipe, or approved 33 equal. 34 35 Water Main Fittings 36 All fittings shall be short-bodied, ductile iron complying with applicable 37 AWWA C153 Standards. Joints shall be as shown on the Plans. All fittings 38 shall be cement lined and either mechanical joint or flanged, as indicated 39 on the Plans. 40 41

7-09.3(1) General 42 (January 22, 2007 G&O) 43 44

Page 150: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 7-3

This Section is supplemented with the following: 1 2

Minimum horizontal and vertical separation shall be maintained between 3 water and sewer utilities as required by the Washington State Department 4 of Ecology Criteria for Sewage Works Design (1998). If the minimum 5 separation cannot be obtained in the field as agreed to by the Engineer, 6 controlled density fill material shall be provided as pipe encasement that 7 conforms to Section 2-09.3(1)E. 8

9 7-09.3(5) Grade and Alignment 10 (June 16, 2006 G&O) 11 12 Delete the first sentence of the third paragraph under this Section and replace it 13 with the following: 14 15

The depth of trenching for water mains shall be such as to give a minimum 16 cover of 4’-0” over the top of the pipe unless otherwise specified on the 17 Plans. 18

19 This Section is supplemented with the following: 20 21

Except where necessary, in making connections with other lines and 22 unless authorized by the Contracting Agency, pipes shall be laid with bells 23 facing in the direction of laying. Bells shall be placed on the uphill side for 24 lines installed on an appreciable slope. 25 26 Water mains shall be laid on a continuous positive grade as shown on the 27 Plans to minimize the number of high or low points in the pipeline profile 28 unless approved by the Contracting Agency. The Contractor shall, based 29 on his review of the site and the Plans, note areas where additional depth 30 beyond the minimum pipe cover is required to avoid certain utility conflicts 31 and provide adequate bury at ditches, and adjust the pipeline profile 32 accordingly to maintain a continuous grade. 33 34 Use of a taut grade line for transferring the line and grade shall not be 35 allowed. 36 37

7-09.3(6) Existing Utilities 38 (April 24, 2009 G&O) 39 40 This Section is supplemented with the following: 41 42

Where shown on the Plans or where designated by the engineer, existing 43 pipes shall be plugged at all inlets for a distance of two diameters with 44

Page 151: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 7-4

commercial concrete. In addition the Contractor shall anticipate that all 1 inlets of existing pipes to be abandoned in place shall be plugged. Care 2 shall be used in placing the concrete in the pipe to see that the opening of 3 the pipe is completely filled and thoroughly plugged. 4

5 7-09.3(7) Trench Excavation 6 (January 4, 2010 G&O) 7 8 Delete the third paragraph under this Section and replace it with the following: 9 10

The length of trench excavation in advance of pipe laying shall be kept to 11 a maximum of 100 feet. Excavation shall either be closed up at the end of 12 the day or protected per Section 1.07.23(1). 13

14 This Section is supplemented with the following: 15 16

The Contractor shall limit his excavation to the limits of the maximum 17 payment width and depth shown on the Plans. If the Contractor purposely 18 or neglectfully excavates to a width or depth beyond the maximum 19 payment limit of the trench, as shown on the Plans, all expenses 20 associated with any additional trenching, wastehaul, trench backfill, 21 compaction, testing and surface restoration as a result of excavating 22 beyond the neat line payment limits shall be borne by the Contractor. 23 24 Trench excavation shall also include wastehauling to a Contracting 25 Agency approved site all excess and/or unsuitable material encountered 26 including, but not limited to, abandoned pipelines, concrete, asphalt, tree 27 stumps, trees, logs, abandoned rail ties, piling, and riprap. 28 29 The Contractor shall obtain approved grading and filling permits for all 30 spoils material sites, from the Contracting Agency, County, or both as 31 required. These permits shall be secured and paid for by the Contractor. 32 33 Existing asbestos cement pipes are located within the project limits at the 34 approximate locations noted on the Plans. It is the intent of this Contract 35 that the Contractor abandon existing asbestos cement pipe in place to the 36 limits indicated. The Contractor shall anticipate that the construction of 37 this project will require cutting of asbestos pipe and further require the 38 removal and disposal of asbestos cement pipe. All work shall be 39 performed in compliance with the requirements of the WAC 296-65, 40 National Emission Standards for Asbestos, Puget Sound Clean Air 41 Agency, Labor and Industries and all Local, State and Federal Agencies 42 having jurisdiction. All costs of this work shall be considered incidental to 43 the Project and as such merged in the various items bid. 44

Page 152: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 7-5

1 7-09.3(7)A Dewatering of Trench 2 (January 4, 2010 G&O) 3 4 This Section is supplemented with the following: 5 6

The Contractor shall furnish all equipment necessary to dewater the 7 excavation. Before operations begin, the Contractor shall have sufficient 8 pumping equipment and/or other machinery available on site to assure 9 that the operation of any dewatering system can be maintained. 10 11 The Contractor shall dispose of the water in such a manner as not to 12 cause a nuisance or menace to the public, and comply with all codes, 13 regulations, and ordinances of applicable governing authorities with regard 14 to drilling, dewatering, and erosion control. 15 16 The release of groundwater to its static level shall be performed in such a 17 manner as to maintain the undisturbed state of the natural foundation soil, 18 prevent disturbance of backfill and prevent movement of structures and 19 pipelines. 20 21 The dewatering system shall be installed and operated by the Contractor 22 so that the groundwater level outside the excavation is not reduced to the 23 extent that would damage or endanger adjacent structures or property. 24 Should settlement of the surrounding area and/or structures be observed, 25 the Contractor shall cease dewatering operations and implement 26 contingency plans. The cost of repairing any damage to adjacent 27 structures, underground facilities or utilities and satisfactory restoration of 28 above ground facilities to include fences, paving, concrete, etc., shall be 29 the responsibility of the Contractor. 30 31 The Contractor shall be required to comply with all conditions and 32 requirements mandated by the Department of Ecology for the 33 construction, operation, and decommissioning of dewatering facilities. 34

35 7-09.3(7)B Rock Excavation 36 (November 24, 2010 G&O) 37 38 This Section is supplemented with the following: 39 40

It is not anticipated that solid rock will be encountered. Should such 41 material be encountered, the excavation, removal and wastehaul will be 42 paid for by change order per Section 1-04.4. Boulders or broken rock less 43 than 2 cubic yards in volume, shall not be classified as rock, nor will so-44

Page 153: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 7-6

called “hard-pan” or cemented gravel, even though it may be 1 advantageous to use special equipment in its removal. 2 3 For the purposes of this Contract, rock excavation for payment shall be 4 defined as mineral matter in place and of such hardness and texture that, 5 when it is encountered, cannot be loosened by three passes of a ripper 6 tooth mounted on a Caterpillar 365 excavator (or equivalent). Where 7 rocks occur as boulders that are two cubic yards or less in volume, they 8 shall be considered incidental to excavation. 9

10 7-09.3(10) Backfilling Trenches 11 (January 4, 2010 G&O) 12 13 This Section is supplemented with the following: 14 15

It is the intent of these Specifications to utilize suitable excavated material 16 for trench backfill where available. The Contractor shall provide evidence 17 from a testing laboratory that any native material deemed suitable by the 18 Contractor meets the intent of these Specifications and can be compacted 19 to minimum requirements. Excavated material suitable for trench backfill 20 shall conform to the requirements of Section 9-03.15. However, the 21 presence and location of suitable material is not guaranteed and will be as 22 discovered in the field. Import material will be required and shall be 23 utilized when necessary, and as called out on the Plans and further 24 preapproved by the Contracting Agency. 25 26 Pipe zone backfill shall be gravel backfill for pipe zone bedding conforming 27 to the requirements of Section 9-03.12(3). 28 29 If pipe is being placed in non-paved areas, backfill above the pipe zone 30 shall be placed in horizontal layers no more than six inches thick and shall 31 be compacted to 95 percent maximum density of ASTM D1557. 32 33 Water settling of the trench shall not be allowed. 34

35 7-09.3(11) Compaction of Backfill 36 (June 16, 2006 G&O) 37 38 This Section is supplemented with the following: 39 40

The Contractor shall provide the services of a Contracting Agency 41 approved soils testing laboratory to conduct materials testing to determine 42 the maximum compaction values and in-situ density tests of the 43

Page 154: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 7-7

compacted materials used for backfilling trenches to ensure their 1 placement is in compliance with the Contract Documents. 2 3 An advance copy of any and all results obtained by the independent 4 testing laboratory onsite shall be given to the Contracting Agency prior to 5 the laboratory representative leaving the site. 6 7 This random testing is not intended to, nor shall it relieve the Contractor 8 from obtaining the necessary compaction results throughout the project, or 9 from providing continuous testing at his own expense for use in 10 compaction process control. Copies of all random and process control 11 test reports obtained by the Contractor shall be sent to the Contracting 12 Agency, at no additional cost to the Contracting Agency. 13 14 Retesting and reinspection required because of defective work and testing 15 performed for the convenience of the Contractor shall be the responsibility 16 of the Contractor at no additional cost to the Contracting Agency. Testing 17 shall not be cause for claims for delay by the Contractor. 18 19 Original reports shall be sent to the Contracting Agency. 20

21 7-09.3(13) Handling of Pipe 22 (June 16, 2006 G&O) 23 24 This Section is supplemented with the following: 25 26

Pipe shall be stacked in such a manner as to prevent damage to the pipe, 27 to prevent dirt and debris from entering the pipe, and to prevent any 28 movement of the pipe. Stacking layers shall be limited to the 29 recommendations in the DIP Installation Guide. 30 31 Pipe shall not be strung across driveways, in ditches, or within 10 feet of 32 the edge of the travel lane. 33 34 Use of a taut grade line for transferring the line and grade shall not be 35 allowed. 36

37 7-09.3(16) Cleaning and Assembling Joints 38 (June 16, 2006 G&O) 39 40 This Section is supplemented with the following: 41 42

All joints in the pipe, fittings, valves, flexible couplings, ductile iron sleeves, 43 etc., shall be fully seated with small clearances allowed for pipe 44

Page 155: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 7-8

expansion. Where flexible couplings and ductile iron sleeves are called 1 for, the space between pipe ends shall not exceed 1/4 inch, to prevent 2 pipe movement such as would possibly be caused by the resultant thrust 3 of a nearby closed valve. 4 5 When the space between pipe ends is excessive, a short section (1" to 2") 6 of pipe may be inserted as a spacer ring to limit such pipe movement 7 within the coupling (or sleeve), to obtain the 1/4 inch limitation stipulated 8 herein. 9 10

7-09.3(19)A Connections to Existing Mains 11 (June 16, 2006 G&O) 12 13 This Section is supplemented with the following: 14 15

The location, type, and size of existing facilities have been determined 16 from available records and are approximate. It is anticipated that 17 connections can be made, in general, as shown on the Plans. It shall be 18 the responsibility of the Contractor to determine the exact location and to 19 ascertain the type and size of the existing facilities prior to starting work on 20 each connection and to provide minor alternation as may be required at no 21 additional cost to the Contracting Agency. 22 23 If the connection to the existing system involves turning off the water, the 24 Contractor shall provide a minimum notice of five working days to the 25 Inspector, the Contracting Agency, and Fire Marshal, prior to scheduling 26 shutoff. The Contractor shall notify (i.e., by distributing door hangers) all 27 water customers affected by a scheduled shutdown. The notices shall be 28 hand delivered not less than 48 hours nor more than 72 hours before the 29 scheduled shutdown. The Contracting Agency will advise the Contractor 30 which property owners are to be notified, and provide door hangers that 31 the Contractor will be required to hang on each residential or commercial 32 service location. No service shall be shut down for more than 4 hours per 33 day without prior approval of the Contracting Agency. 34 35 The Contractor shall furnish, install and remove all temporary plugs, caps, 36 blowoffs, temporary blocking, and all other items of a temporary nature 37 required to construct the proposed facilities up to the point of connection 38 for the pressure and purity tests. 39

40 7-09.3(19)B Maintaining Service 41 (June 16, 2006 G&O) 42 43 This Section is supplemented with the following: 44

Page 156: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 7-9

1 No Contracting Agency owned utility service will be allowed to be shut 2 down for more than 4 hours per day without prior approval. 3

4 7-09.3(21) Concrete Thrust Blocking 5 (June 16, 2006 G&O) 6 7 This Section is supplemented with the following: 8 9

All fittings requiring a thrust or anchor concrete block shall first be covered 10 with 4-mil Visqueen plastic sheets, before concrete is poured. At no time 11 shall the concrete be allowed to cover joints, bolt heads, or nuts. 12 13 The poured in place concrete thrust and/or anchor blocks shall be in place 14 at least 24 hours before beginning the pressure test, to allow the concrete 15 to set. Longer durations may be required to ensure adequate curing has 16 been established to conduct the necessary testing. 17 18 The use of pre-cast concrete thrust blocks shall not be allowed. 19

20 7-09.3(23) Hydrostatic Pressure Test 21 (June 16, 2006 G&O) 22 23 This Section is supplemented with the following: 24 25

Testing pressure against closed butterfly valves shall not exceed 150 psi 26 differential between upstream and downstream pressures. 27 28 All water services lines shall be installed prior to testing the main lines. 29 30

Delete the ninth paragraph and replace it with the following: 31 32

There shall not be an appreciable or abrupt loss in pressure during the 33 2-hour test period. 34

35 7-09.3(24) Disinfection of Water Mains 36 (April 4, 2014 G&O) 37 38 This Section is supplemented with the following: 39 40

The disinfection process shall be in accordance with AWWA Standard 41 C651 and applicable requirements of the Washington State Department of 42 Health. 43 44

Page 157: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 7-10

7-09.3(24)A Flushing 1 (June 16, 2006 G&O) 2 3 This Section is supplemented with the following: 4 5

The Contractor shall check the downstream capacity of the drainage 6 system proposed to facilitate disposal of flushing water prior to starting the 7 flushing process. 8 9 The Contracting Agency will furnish the water necessary to fill and flush 10 the pipelines for testing purposes at a time of day when sufficient 11 quantities of water are available for normal system operation. 12 13 The Contractor shall monitor the rate of disposal to prevent flooding of any 14 areas downstream of the contractor flushing operations. 15 16 All service lines shall be flushed. 17

18 7-09.3(24)J Preventing Reverse Flow 19 (June 16, 2006 G&O) 20 21 This Section is supplemented with the following: 22 23

The configuration of the installation of an approved backflow prevention 24 device shall be submitted to the Contracting Agency for review and 25 approval prior to the installation and use of the device and making the 26 connection. 27

28 7-09.3(24)N Final Flushing and Testing 29 (June 16, 2006 G&O) 30 31 Delete the third paragraph under this Section and replace with the following: 32 33

Before placing the line into service, a satisfactory report shall be received 34 on samples collected from representative points in the new system. 35 Samples will be collected and bacteriological tests obtained by the 36 Contractor. 37

38 This Section is supplemented with the following: 39 40

All water mains shall be flushed within 48 hours of chlorination. No 41 flushing will be allowed on weekends or on holidays. The Contracting 42 Agency shall be notified by the Contractor a minimum of 48 hours in 43 advance of any flushing or flow testing. 44

Page 158: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 7-11

1 7-09.3(24)O Repetition of Flushing and Testing 2 (May 1, 2006 G&O) 3 4 This Section is supplemented with the following: 5 6

The Contractor shall be responsible for payment of all repeat 7 bacteriological testing. Testing shall not be cause for claims for delay by 8 the Contractor and all expenses accruing there from shall be borne by the 9 Contractor. Re-testing and re-inspection required because of defective 10 work and testing performed for the convenience of the Contractor shall be 11 paid by the Contractor. 12

13 7-09.3(25) Temporary Blowoff Assemblies (New Section) 14 (June 16, 2006 G&O) 15 16 Any temporary blowoff assemblies required for the Project shall be furnished and 17 installed by the Contractor at no expense to the Contracting Agency. Blowoffs 18 shall be sized to provide a minimum pipe flow (scouring velocity) of 2.5 feet per 19 second. Only brass plugs will be allowed to be utilized to plug pipelines where 20 these temporary facilities were installed. 21 22 7-09.4 Measurement 23 (January 7, 2013 G&O) 24 25 Delete this Section and replace it with the following: 26 27

Measurement of pipe for water mains will be by the foot of pipe laid and 28 tested and shall be measured along the pipe through fittings, valves and 29 couplings at grade. 30 31 No measurement shall be made for extra trench excavation as defined in 32 Section 7-09.3(7)C. 33 34 Measurement for Foundation Material or Bank Run Gravel for Trench 35 Backfill, in lieu of native material, if any, will be per cubic yard. The 36 measurement shall be calculated in accordance with the trench details 37 shown on the Plans. 38 39 No specific unit of measure will apply to Trench Excavation Safety 40 Systems. 41 42 No specific unit of measure will apply to Water Main Fittings. 43 44

Page 159: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 7-12

Measurement for Additional Water Main Fittings will be per pound for the 1 weight of additional fittings required but not specifically shown on the 2 plans, including follower glands, bolts, gaskets and megalugs when used. 3 4 Measurement for Additional Concrete Thrust Blocks will be per cubic yard. 5 6 Measurement for Connection to Existing Water Main will be per each. 7 8 No measurement will be made for clearing and grubbing, removal of 9 existing street improvements, protection of existing utilities and services, 10 trench excavation, wastehauling of surplus excavated material, pipe zone 11 backfill, pipe zone bedding, and compaction of backfill. 12

13 7-09.5 Payment 14 (January 7, 2013 G&O) 15 16 Delete all paragraphs under this Section and replace with the following: 17 18

Payment will be made in accordance with Section 1-04.1 for each of the 19 following bid item(s): 20 21 “Trench Excavation Safety Systems,” lump sum. 22 23 The lump sum contract price for Trench Excavation Safety Systems shall 24 constitute full compensation for all labor, materials, tools, equipment, 25 transportation, supplies, and incidentals required to complete all work to 26 furnish and install this item, to include but not limited to furnishing, 27 installing, maintaining, and removing all shoring and cofferdams as 28 specified herein. This item of work shall be paid proportionate to the total 29 amount of pipe and structures, satisfactorily installed on the Project. 30 31 “Foundation Material,” per cubic yard. 32 33 The unit contract price per cubic yard for Foundation Material, if any, shall 34 include furnishing and placing the material in pipe trenches and under 35 structures, except as otherwise noted herein, and shall also include the 36 cost of the additional excavation required in order to provide space for this 37 material and wastehauling of native material. 38 39 “Bank Run Gravel for Trench Backfill,” per cubic yard. 40 41 The unit contract price per cubic yard for Bank Run Gravel for Trench 42 Backfill shall constitute full compensation for all labor, materials, tools, 43 equipment, transportation, supplies, and incidentals required to complete 44

Page 160: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 7-13

all work to furnish and install this item, to include but not be limited to 1 backfill trenches with bank run gravel, dewatering, excavation, loading, 2 and wastehaul of excess native material, and placing, shaping, 3 compacting, and testing the bank run gravel backfill material. 4 5 In the event the Contractor over-excavates the trench width and it 6 becomes wider than the pay limit shown on the Plans, all material placed 7 outside the excavation pay limit shall be at the Contractor’s sole expense. 8 9 “PVC Pipe for Water Main, ___-Inch Diameter, Including Bedding 10 Material,” per foot. 11 12 The unit contract price per foot for PVC Pipe for Water Main, ___-Inch 13 Diameter, Including Bedding Material, for the various types and sizes as 14 found in the Proposal, shall constitute full compensation for all labor, 15 materials, tools, equipment, transportation, supplies, and incidentals 16 required to complete all work to furnish and install this item, to include but 17 not be limited to excavation, pipe, pipe bedding material, controlled density 18 fill material as pipe bedding where called for, backfill with suitable native 19 material, compaction, removal and wastehaul of excess or unsuitable 20 trench excavation material, abandonment of asbestos cement pipe, 21 dewatering, fittings, connections, gaskets, bolts, marker tape, tracer wire, 22 restrained joint systems, gaskets, fittings, concrete blocking, installation 23 and removal of temporary blowoff assemblies, material and compaction 24 testing of suitable native backfill and pipe bedding material, furnishing the 25 services of a Contracting Agency approved testing laboratory to conduct 26 compaction testing, pressure testing, flushing, disinfection and disposal of 27 hypochlorinated water, concrete plugs for abandoned pipes, waste 28 hauling, grading, and dealing with all other interference, all as shown on 29 the Plans and as specified herein. 30 31 “PVC Pipe for Fire Hydrant, 6-Inch Diameter, Including Bedding Material,” 32 per foot. 33 34 The unit contract price per foot for PVC Pipe for Fire Hydrant, 6-Inch 35 Diameter, Including Bedding Material, shall constitute full compensation 36 for all labor, materials, tools, equipment, transportation, supplies, and 37 incidentals required to complete all work to furnish and install this item, to 38 include but not be limited to excavation, PVC C900 pipe, pipe bedding 39 material, backfill with suitable native material, compaction, removal and 40 wastehaul of excess or unsuitable trench excavation material, dewatering, 41 fittings, connections, gaskets, bolts, marker tape, tracer wire, restrained 42 joint systems, gaskets, fittings, concrete blocking, installation and removal 43 of temporary blowoff assemblies, material and compaction testing of 44

Page 161: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 7-14

suitable native backfill and pipe bedding material, furnishing the services 1 of a Contracting Agency approved testing laboratory to conduct 2 compaction testing, pressure testing, flushing, disinfection and disposal of 3 hypochlorinated water, concrete plugs for abandoned pipes, waste 4 hauling, grading, and dealing with all other interference, all as shown on 5 the Plans and as specified herein. 6 7 “Water Main Fittings,” lump sum. 8 9 The lump sum contract price for Water Main Fittings shall constitute full 10 compensation for all labor, materials, tools, equipment, transportation, 11 supplies, and incidentals required to complete all work to furnish and 12 install this item, to include but not be limited to excavation, backfill, 13 compaction, material testing, furnishing the services of a Contracting 14 Agency approved testing laboratory to conduct compaction testing, 15 removal and disposal of surplus excavated materials, dewatering, all 16 applicable pipe spools, pipe bedding material, elbows, couplings, joint 17 restraints, thrust blocking, flushing, testing, disinfecting, detectable 18 marking tape, tracer wire, waste hauling, grading, and dealing with all 19 other interferences, all as shown on the Plans and as specified herein. 20 21 “Additional Water Main Fittings,” per pound. 22 23 The unit contract price per pound for Additional Water Main Fittings shall 24 constitute full compensation for all labor, materials, tools, equipment, 25 transportation, supplies, and incidentals required to complete all work to 26 furnish and install this item, to include but not be limited to all costs of 27 furnishing and installing any fittings required in addition to those 28 specifically referenced on the Plans, forming for blocking, excavation, 29 compaction, testing, flushing, and disinfection. 30 31 If a fitting that is specified is not used and replaced with an alternate fitting, 32 then the Contracting Agency shall take the unused fitting and pay for the 33 replacement fitting at invoice cost plus 15 percent and freight. The same 34 shall apply to replacement couplings. 35 36 “Additional Concrete Thrust Blocks,” per cubic yard. 37 38 The unit contract price per cubic yard for Additional Concrete Thrust 39 Blocks shall constitute full compensation for all labor, materials, tools, 40 equipment, transportation, supplies, and incidentals required to complete 41 all work to furnish and install this item, to include but not be limited to the 42 additional concrete thrust blocks as herein specified for additional fittings 43

Page 162: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 7-15

not shown on Plans and for additional concrete encasement of pipes not 1 shown on the Plans. 2 3 “Connection to Existing Water Main,” per each. 4 5 The unit contract price per each for Connection to Existing Water Main 6 shall constitute full compensation for all labor, materials, tools, equipment, 7 transportation, supplies, and incidentals required to complete all work to 8 furnish and install this item, to include but not limited to pumps, hoses, 9 temporary blocking (and waste hauling of same), concrete plugs for 10 abandoned pipe, locating the existing main line, cutting into the main line, 11 dewatering, waste hauling existing pipe, miscellaneous fittings and 12 appurtenances as shown on the Plans, all temporary materials, including 13 temporary blowoffs, miscellaneous fittings and pipe, testing, flushing, 14 disinfection, and all work associated with making a complete connection. 15 Service connections or fire hydrant connections or reconnections shall not 16 be subject to payment under this bid item. 17 18 All work associated with providing temporary blowoff assemblies to include 19 the necessary valve, fittings, piping, thrust blocks, connection, and any 20 and all incidentals as required shall be merged into the price bid for the 21 various sizes of water mains. 22 23 All costs associated with plugging existing pipes shall be included in the 24 unit contract price for Controlled Density Fill Material, per Section 2-09. 25 26 All costs associated with furnishing and installing pipe bedding for the 27 various piping systems shall be included into the unit contract price for the 28 types and sizes of pipe installed. 29 30 All costs associated with excavation, stockpiling, backfilling, compacting, 31 and wastehauling of native material shall be included in the unit contract 32 price for the types and sizes of pipe installed. 33

34 7-12 VALVES FOR WATER MAINS 35 36 7-12.2 Materials 37 (January 7, 2013 G&O) 38 39 This Section is supplemented with the following: 40 41

Gate Valves 42 Gate valves shall be resilient wedge non-rising stem (NRS) and shall meet 43 the requirements of AWWA C509. Stem seals shall be O-ring type. 44

Page 163: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 7-16

Valves shall be M&H, Mueller, or equal. 1 2

7-12.3 Construction Requirements 3 (January 7, 2013 G&O) 4 5 This Section is supplemented with the following: 6 7

The required field inspection shall include operating the valve over the full 8 range of opening to closed to ensure the valve firmly seals and fully clears 9 the flow path. 10 11 Valve boxes shall be set such that the slots in the boxes and/or ears in the 12 valve box lid are in-line with the run of the pipe being installed. 13

14 7-12.4 Measurement 15 (January 7, 2013 G&O) 16 17 Delete this Section and replace it with the following: 18 19

Measurement for Gate Valve, ___-Inch Diameter will be per each. 20 21

7-12.5 Payment 22 (January 27, 2013 G&O) 23 24 Delete this Section and replace it with the following: 25 26 Payment will be made in accordance with Section 1-04.1 for each of the following 27 bid item(s): 28 29

“Gate Valve, ___-Inch Diameter,” per each. 30 31 The unit contract price per each Gate Valve, ___-Inch Diameter, for the 32 various sizes as found in the Proposal, shall constitute full compensation 33 for all labor, materials, tools, equipment, transportation, supplies, and 34 incidentals required to complete all work to furnish and install this item, to 35 include but not be limited to excavation, backfill, compaction, removal and 36 wastehaul of excess or unsuitable trench excavation material, dewatering, 37 pipe bedding material, valve box, valve box extension, valve stem 38 extension (if necessary), concrete pad around valve box, tracer wire, 39 testing, flushing, disinfection, final adjustment of the valve box to finished 40 grade, waste hauling, grading, and dealing with all other interferences, all 41 as shown on the Plans and as specified herein. 42 43

44

Page 164: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 7-17

7-14 HYDRANTS 1 2 7-14.1 Description 3 (February 14, 2017 G&O) 4 5 This Section is supplemented with the following: 6 7

Fire hydrant replacements, where shown on the Plans, shall include 8 removing existing fire hydrants and connecting the new fire hydrant to the 9 existing 6-inch fire hydrant pipe. 10 11 Upon successful installation of the new fire hydrant, the Contractor shall 12 salvage and deliver all existing fire hydrants to the Contracting Agency’s 13 Public Works Yard, 900 “A” Street SE, Ephrata, WA 98823. 14

15 7-14.2 Materials 16 (June 16, 2006 G&O) 17 18 This Section is supplemented with the following: 19 20

All fire hydrants shall be approved by the National Board of Fire 21 Underwriters and conform to AWWA Specification C502, break-away type, 22 in which the valve will remain closed if the barrel is broken. The hydrant 23 barrel shall have a diameter of not less than eight and one-half inches, 24 and the valve diameter shall be not less than five-and-one-quarter inches. 25 Each hydrant shall be equipped with two-and-one-half inch hose ports 26 (National Standard Thread), and one (1) four-and one-half-inch pumper 27 connection (National Standard Thread). Each hydrant shall be equipped 28 with a suitable positive acting drain valve and one-and-one-quarter-inch 29 pentagonal operating nut (counterclockwise opening). 30 31 Fire hydrants shall be M&H 129 S. 32

33 7-14.3(1) Setting Hydrants 34 (June 16, 2006 G&O) 35 36 Delete the first paragraph under this Section and replace it with the following: 37 38

Where shown in the Plans, hydrants shall be installed in accordance with 39 the detail provided on the Plans. In addition, a minimum 3-foot radius 40 unobstructed working area shall be provided around all hydrants. The 41 safety flange shall be set 2 inches above finished grade. 42

43 This Section is supplemented with the following: 44

Page 165: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 7-18

1 The Contractor shall furnish fire hydrants with the correct bury depth 2 (trench depth), in accordance with the specified pipe depth and special 3 conditions of the Project. The fire hydrants shall be installed to provide 4 the mounting height above finished grade as shown on the Plans. The 5 hydrant shall be installed plumb on the vertical axis. 6 7 Hydrants shall be equipped with one Storz pumper nozzle. The pumper 8 port shall be turned to face the street. 9 10 After installation, each hydrant shall receive two field coats of paint. The 11 first coat shall be thoroughly dried before applying the second coat. The 12 exact colors shall be per Contracting Agency’s current standards. 13

14 7-14.3(2) Hydrant Connections 15 (June 16, 2006 G&O) 16 17 Delete this Section and replace it with the following: 18 19

Hydrant laterals shall consist of one continuous section of 6-inch PVC pipe 20 from the main to the hydrant and shall include an auxiliary gate valve set 21 vertically and placed in accordance with the detail provided on the Plans. 22

23 7-14.3(2)A Hydrant Restraints 24 (June 16, 2006 G&O) 25 26 Delete the first sentence of the first paragraph under this Section and replace 27 with the following: 28 29

The thrust created in the hydrant lateral shall be restrained as shown on 30 the detail provided on the Plans. 31

32 7-14.4 Measurement 33 (November 24, 2010 G&O) 34 35 Delete this Section and replace it with the following: 36

37 Measurement for Fire Hydrant Assembly will be per each. 38 39 Measurement for Fire Hydrant Replacement will be per each. 40 41 No measurement will be made for hydrant extensions. 42

43 7-14.5 Payment 44

Page 166: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 7-19

(January 7, 2013 G&O) 1 2 Delete this Section and replace it with the following: 3

4 Payment will be made in accordance with Section 1-04.1 for each of the 5 following bid item(s): 6 7 “Fire Hydrant Assembly,” per each. 8 9 The unit contract price per each Fire Hydrant Assembly shall constitute full 10 compensation for all labor, materials, tools, equipment, transportation, 11 supplies, and incidentals required to complete all work to furnish and 12 install this item, to include but not limited to excavation, backfill with 13 suitable native material, material and compaction testing of suitable native 14 backfill, removal and wastehaul of excess or unsuitable trench excavation 15 material, dewatering, painting, blocking, fire hydrant assembly, restraint 16 systems, gate valve, main line tee, fittings, valve box, hydrant extensions, 17 Storz adaptors, fittings, gravel drywell, concrete pads, hillside barrier (if 18 any), turning the pumper port to face the street, testing, flushing, 19 disinfection, final adjustment of the valve box and fire hydrant to finished 20 grade, waste hauling, grading, salvaging and delivering all existing fire 21 hydrants to the Contracting Agency, and dealing with all other 22 interferences, all as shown on the Plans and as specified herein. 23 24 “Fire Hydrant Replacement,” per each. 25 26 The unit contract price per each Fire Hydrant Replacement shall constitute 27 full compensation for all labor, materials, tools, equipment, transportation, 28 supplies, and incidentals required to complete all work to furnish and 29 install this item, to include but not limited to excavation, backfill with 30 suitable native material, material and compaction testing of suitable native 31 backfill, removal and wastehaul of excess or unsuitable trench excavation 32 material, dewatering, connecting to the existing fire hydrant pipe, painting, 33 blocking, fire hydrant assembly, restraint systems, hydrant extensions, 34 Storz adaptors, fittings, gravel drywell, concrete pads, hillside barrier (if 35 any), turning the pumper port to face the street, testing, flushing, 36 disinfection, final adjustment of the valve box and fire hydrant to finished 37 grade, waste hauling, grading, salvaging and delivering all existing fire 38 hydrants to the Contracting Agency, and dealing with all other 39 interferences, all as shown on the Plans and as specified herein. 40 41 The Contractor shall note that payment for furnishing and installing the 6-42 inch fire hydrant pipe shall be paid for under its respective bid item as 43 found in the Proposal. 44

Page 167: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 7-20

1 7-15 SERVICE CONNECTIONS 2 3 7-15.3 Construction Requirements 4 (June 16, 2006 G&O) 5 6 This Section is supplemented with the following: 7 8

Service connections shall be constructed at the locations shown on the 9 Plans and in accordance with the detail provided on the Plans. 10 11 Service pipe shall be installed under existing pavement, curbs, and 12 sidewalk by boring methods rather than open cutting in accordance with 13 Section 7-15.3 of the WSDOT Standard Specifications. 14 15 All piping and fittings shall be left exposed until they have been inspected 16 by the Engineer and approval is given for backfilling. 17 18 Upon completion of each service pipe as indicated herein and as shown 19 on the Plans, the Contractor shall flush the service pipe to remove the 20 debris that may interfere with any future installation and further verify that 21 the service pipe has fully flowing capacity. 22 23 Water shall be flushed through each new service pipe after the service 24 pipe is connected to the corporation stop but before the service pipe is 25 connected to the curb stop. The Contractor shall flush for a minimum of 26 two minutes. 27 28

7-15.4 Measurement 29 (November 24, 2010 G&O) 30 31 Delete this Section and replace it with the following: 32 33

Measurement for Service Reconnection, ___-Inch Diameter will be per 34 each. 35 36 Measurement for Service Connection, ___-Inch Diameter will be per each. 37 38 Measurement for Service Pipe, ___-Inch Diameter, Including Bedding 39 Material will be per lineal foot, as measured on a horizontal plane. 40

41 7-15.5 Payment 42 (January 7, 2013 G&O) 43 44

Page 168: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 7-21

Delete this Section and replace it with the following: 1 2

Payment will be made in accordance with Section 1-04.1 for each of the 3 following bid item(s): 4 5 “Service Reconnection, ___-Inch Diameter,” per each. 6 7 The unit contract price per each Service Reconnection, ___-Inch 8 Diameter, shall constitute full compensation for all labor, materials, tools, 9 equipment, transportation, supplies, and incidentals required to complete 10 all work to furnish and install this item, to include but not be limited to 11 excavation, removal and wastehaul of excess or unsuitable trench 12 excavation material, backfill, compaction, material testing, furnishing the 13 services of a Contracting Agency approved testing laboratory to conduct 14 compaction testing, dewatering, fittings, valves, bushings, couplings, 15 corporation stop, curb stop, main line saddle, connecting the new service 16 pipe to the new main, bedding material, flushing, testing, disinfection, 17 tapping the main, installing a new water meter as supplied by the 18 Contracting Agency, reconnecting to the existing service pipe, removal of 19 the existing water service, salvaging the existing water meter to the 20 Contracting Agency, waste hauling, grading, and dealing with all other 21 interferences, all as shown on the Plans and as specified herein. 22 23 “Service Connection, ___-Inch Diameter,” per each. 24 25 The unit contract price per each Service Connection, ___-Inch Diameter, 26 shall constitute full compensation for all labor, materials, tools, equipment, 27 transportation, supplies, and incidentals required to complete all work to 28 furnish and install this item, to include but not be limited to excavation, 29 removal and wastehaul of excess or unsuitable trench excavation material, 30 backfill, compaction, material testing, furnishing the services of a 31 Contracting Agency approved testing laboratory to conduct compaction 32 testing, dewatering, fittings, valves, bushings, couplings, corporation stop, 33 curb stop, main line saddle, connecting the new service pipe to the new 34 main, bedding material, flushing, testing, disinfection, tapping the main, 35 waste hauling, grading, and dealing with all other interferences, all as 36 shown on the Plans and as specified herein. 37 38 “Service Pipe ___-Inch Diameter, Including Bedding Material,” per lineal 39 foot. 40 41 The unit contract price per lineal foot for Service Pipe ___-Inch Diameter, 42 Including Bedding Material shall constitute full compensation for all labor, 43 materials, tools, equipment, transportation, supplies, and incidentals 44

Page 169: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 7-22

required to complete all work to furnish and install this item, to include but 1 not be limited to excavation, backfill, compaction, material testing, 2 furnishing the services of a Contracting Agency approved testing 3 laboratory to conduct compaction testing, removal and wastehaul of 4 excess or unsuitable trench excavation material, pipe bedding material, 5 dewatering, flushing, testing, disinfection, detectable marking tape, tracer 6 wire, waste hauling, grading and dealing with all other interferences, all as 7 shown on the Plans and as specified herein. 8

Page 170: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

DIVISION 8

MISCELLANEOUS CONSTRUCTION

Page 171: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 8-1

8-01 EROSION CONTROL AND WATER POLLUTION CONTROL 1 2 8-01.1 Description 3 (November 24, 2010 G&O) 4 5 This Section is supplemented with the following: 6 7

This work also consists of preparing the Erosion Control Plan and 8 inspecting water pollution and erosion control items. 9

10 8-01.3 Construction Requirements 11 (November 24, 2010 G&O) 12 13 This Section is supplemented with the following: 14 15

The Contractor shall take all necessary precautions and utilize the 16 Department of Ecology’s (DOE) Best Management Practices to prevent 17 sediment and fugitive dust from construction activities from entering into 18 storm water systems, natural waterways, or environmentally sensitive 19 areas and from otherwise being carried away from the construction area 20 by stormwater or air. 21 22 Temporary erosion protection shall be furnished, installed, and maintained 23 for the duration of this Project to protect environmentally sensitive areas, 24 sloped surfaces, adjacent areas and/or water bodies or conveyance 25 systems. Temporary erosion protection may include the use of straw, jute 26 matting, wattles, heavy plastic sheeting, or other forms of ground cover on 27 areas disturbed by construction. Sloped surfaces shall be restored and 28 protected in such a manner that surface runoff does not erode the 29 embankments, slopes, or ground surfaces, nor create surface channels, or 30 ruts. 31 32

8-01.3(1)A Submittals 33 (January 7, 2013) 34 35 This Section is supplemented with the following: 36

37 The Contractor shall be required to prepare, maintain, and update the 38 Erosion Control Plan, as may be required during the course of the Project. 39 The Erosion Control Plan and details included are provided solely for the 40 establishment of basic erosion control measures and are not intended to 41 be a complete plan. 42 43

44

Page 172: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 8-2

8-01.3(9)D Inlet Protection 1 (January 7, 2013) 2 3 This Section is supplemented with the following: 4

5 All catch basins grates within the project limits and adjacent areas shall 6 have inlet protection installed to prevent sedimentation from entering the 7 storm system. The inlet protection shall be routinely cleaned of sediment 8 to prevent plugging. This sediment shall be regularly removed, loaded, 9 and hauled to waste whenever it presents a potential surface 10 accumulation problem or concern to the Contracting Agency. Any 11 damage caused by the Contractor’s failure to keep the erosion materials 12 maintained shall be borne by the Contractor alone. 13

14 8-01.4 Measurement 15 (January 7, 2013 G&O) 16 17 This Section is supplemented with the following: 18 19

No specific unit of measure will apply to Erosion/Water Pollution Control. 20 21

8-01.5 Payment 22 (November 24, 2010 G&O) 23 24 Delete all paragraphs under this Section and replace with the following: 25 26

Payments will be made in accordance with Section 1-04.1 for the following 27 Bid Item(s): 28 29 “Erosion/Water Pollution Control,” lump sum. 30 31 The lump sum contract price for Erosion/Water Pollution Control shall 32 include all costs for preparing an Erosion Control Plan, and all temporary 33 erosion control as stated herein and as further indicated on the Plans that 34 is not otherwise paid under separate contract items in the Proposal. 35 36

8-04 CURB, GUTTERS, AND SPILLWAYS 37 38 8-04.3 Construction Requirements 39 (November 21, 2009 G&O) 40 41 This Section is supplemented with the following: 42 43

Page 173: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 8-3

Any curb and gutter damaged, defaced, cracked, chipped, or determined 1 to be of poor workmanship, in the opinion of the Contracting Agency, shall 2 be removed, wastehauled and replaced by the Contractor, at the 3 Contractor’s expense. Sacking and grinding shall not be considered an 4 acceptable means for repairing unacceptable sections. The Contractor 5 shall further provide verbal and written notice (door hanger) to property 6 owners identifying restricted use of their driveways, sidewalks, etc. This 7 notice must be provided twice: at 1 week prior and again 1 day prior to 8 the work being performed. 9

10 8-04.4 Measurement 11 (January 7, 2013 G&O) 12 13 This Section is supplemented with the following: 14 15

Measurement for Cement Concrete Curb and Gutter Repair will be per 16 lineal foot. 17

18 8-04.5 Payment 19 (January 7, 2013 G&O) 20 21 This Section is supplemented with the following: 22

23 Payments will be made in accordance with Section 1-04.1 for the following 24 Bid Item(s): 25 26 “Cement Concrete Curb and Gutter Repair,” per lineal foot. 27 28 The unit contract price per lineal foot for Cement Concrete Curb and 29 Gutter Repair shall include all costs associated with furnishing labor, 30 material, tools, and equipment for the complete installation of these items 31 including but not limited to sawing and/or cutting and wastehauling of 32 existing concrete pavement and reinforcing steel, furnishing, placing, and 33 compacting fill material where required, excavation and subgrade 34 preparation, furnishing, placing, and compacting gravel materials beneath 35 the curb and gutter as shown on the Plans, forming, placing, block-outs, 36 joint filler, curing, barricades, reinforcing steel, material testing, furnishing 37 the services of a Contracting Agency approved testing laboratory to 38 conduct concrete testing, and any other items as shown on the Plans and 39 as required in the field for a complete installation. Additional concrete 40 testing as required as a result of failure to meet specified requirements will 41 be paid for by the Contractor at no additional cost to the Contracting 42 Agency. The bid item shall also include protecting all curb and gutters 43

Page 174: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 8-4

from vandalism and other damage until accepted by the Contracting 1 Agency. 2

3 8-14 CEMENT CONCRETE SIDEWALKS 4 5 8-14.3 Construction Requirements 6 (November 21, 2009 G&O) 7 8 This Section is supplemented with the following: 9 10

Commercial Concrete may be used in lieu of Class 3000 concrete subject 11 to the requirements of Section 6-02.3(2)B. 12 13 Any sidewalk damaged, defaced, cracked, chipped, or determined to be of 14 poor workmanship, in the opinion of the Contracting Agency, shall be 15 removed, wastehauled, and replaced by the Contractor at the Contractor’s 16 expense. Damaged sidewalk shall be removed at a construction or 17 expansion joint; sawcutting will not be allowed. Sacking, grinding, or spot 18 repaired shall not be considered an acceptable means for repairing 19 unacceptable sections. The Contractor shall further provide verbal and 20 written notice (door hanger) to property owners abutting the Project 21 identifying restricted use of these facilities, etc. This notice shall be 22 provided one week prior and again one day prior to the work being 23 performed. 24

25 8-14.4 Measurement 26 (December 14, 2016 G&O) 27 28 This Section is supplemented with the following: 29 30

Measurement of Cement Concrete Sidewalk Repair will be by the square 31 yard. 32

33 8-14.5 Payment 34 (January 4, 2010 G&O) 35 36 This Section is supplemented with the following: 37 38

Payments will be made in accordance with Section 1-04.1 for the following 39 Bid Item(s): 40 41 “Cement Concrete Sidewalk Repair,” per square yard. 42 43

Page 175: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 8-5

The unit contract price per square yard for Cement Concrete Sidewalk 1 Repair shall include all costs of furnishing all materials, labor, tools, and 2 equipment necessary for a complete installation including furnishing, 3 placing, and compacting fill material where required, excavation and 4 subgrade preparation, furnishing, placing, and compacting gravel 5 materials beneath the sidewalk as shown on the Plans, forming, forming, 6 furnishing and placing concrete, thickened edges, jointing and joint filler, 7 curing, material testing, furnishing the services of a Contracting Agency 8 approved testing laboratory to conduct concrete testing, temporary 9 barricades, reinforcing steel, and any other items required for a complete 10 installation in good working order and in accordance with the Plans, the 11 Specifications, and as required in the field. Additional concrete testing as 12 required as a result of failure to meet specified requirements will be paid 13 for by the Contractor at no additional cost to the Contracting Agency. It 14 shall also include protecting all sidewalks from damage until accepted by 15 the Contracting Agency. 16

17 PROJECT DOCUMENTATION 18 (November 24, 2010 G&O) 19 20 Description 21 22 The Work described in this section includes record drawings, photographs, and 23 property release forms. 24 25 Construction Requirements 26 27 Record Drawings 28 29 Record drawings and other documents are to be maintained and annotated by 30 the Contractor during construction as follows: (1) a neatly and legibly marked set 31 of Contract Plans showing the final location of piping, structures, paving limits, 32 curbs, gutters, sidewalks, relocated utility structures, monuments, channelization, 33 etc.; (2) additional documents such as schedules, lists, drawings, and 34 easement/permit forms included in the Specifications; and (3) Contractor layout 35 and installation drawings. 36

37 Unless otherwise specified, record drawings shall be full size and maintained in a 38 clean, dry, and legible condition. Record documents shall not be used for 39 construction purposes and shall be available for review by the Contracting 40 Agency during normal working hours at the Contractor’s field office. At the 41 completion of the Work and prior to final payment, all record drawings and 42 attachments shall be submitted to the Contracting Agency. 43 44

Page 176: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 8-6

The record drawings shall be prepared concurrently with the Work being 1 performed and shall be kept current at all times. Annotations to the record 2 documents shall be made with an erasable colored pencil conforming to the 3 following color code: 4 5

Additions - Red 6 Deletions - Green 7 Comments - Blue 8 Dimensions - Graphite 9

10 The record drawings shall identify all existing or abandoned utilities that were 11 found during construction and not shown on the original Contract Plans. 12 13 The Contractor will be provided with one set of Contract Plans for this purpose. 14 At the end of the project, each record drawing and other document shall be 15 stamped and signed by the Contractor, attesting to the accuracy of the drawing 16 or other document. 17 18 Photographs 19 20 The Contractor shall provide comprehensive pre- and post-construction 21 photographs of the entire Work site and adjoining properties. The photographs 22 shall provide complete coverage of all features. 23 24 Before construction starts, a complete set of preconstruction photos shall be 25 delivered to the Engineer. Photographs shall be taken in and along the project 26 limits, prior to construction. Special attention shall be provided to depict existing 27 conditions, edge of pavement, drainage facilities, and utility markers. The 28 photographs shall be digital quality and shall indicate the date, contract number, 29 name of project and the location and direction where the photograph was taken. 30 Photographs shall be provided on a compact disk or DVD. The Contractor shall 31 provide post-construction photographs from the same spot and angle as the pre-32 construction photographs. An electronic file of post-construction photos shall be 33 submitted; prints are not required. The Contractor shall provide one pre- and one 34 post-construction photograph of the Work site every 50 feet in and along the 35 pipeline route. 36 37 Property Release Forms 38 39 The Contractor shall be held responsible for acquiring signed property release 40 forms in the format provided in the Appendix, for all properties which have been 41 disturbed or damaged by the Contractor's operations, or utilized by the 42 Contractor for staging, storing, or stock piling of materials or equipment. 43 44

Page 177: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 8-7

This work shall include submitting the form(s), as further shown herein, by 1 certified mail to each property owner effected and further including therein a self 2 addressed stamped envelope for the property owner’s use. The enclosed self 3 addressed envelope shall be addressed to: City of Ephrata, 121 Alder Street 4 SW, Ephrata, WA 98823. Contractor shall provide a copy of all certified mailings 5 to the Contracting Agency. 6 7 Payment 8 9 All costs for the work as specified in this Section shall be included in the lump 10 sum contract price for Mobilization and Demobilization. The Contractor’s record 11 drawings will be reviewed monthly for completeness by the Contracting Agency. 12 If the record drawings do not reflect the work performed, payment for those items 13 of work not reflected on the record drawings shall not be included in the current 14 monthly progress estimate. 15 16 ORDER OF WORK 17 18 This Section is supplemented with the following: 19 20

The order of work except as may otherwise be outlined herein will be at 21 the Contractor’s option, in keeping with good construction practice. The 22 work shall be scheduled and constructed in accordance with the various 23 permits and franchise requirements and/or conditions. 24 25 Prior to starting construction, the Contractor shall furnish the Contracting 26 Agency with an Erosion Control Plan, a Spill Prevention Control and 27 Countermeasures Plan (SPCC Plan), Progress Schedule, and a Traffic 28 Control Plan. All plans shall be approved by the Contracting Agency prior 29 to commencing any construction operations. 30 31 As a first order of work, the Contractor shall attend a mandatory pre-32 construction meeting. 33 34 As a second order of work, the Contractor shall provide Public Notice to 35 property owners abutting the project limits. 36 37 As a third order of work, the Contractor shall provide material submittals. 38 The Contractor shall also provide a schedule of value for all lump sum bid 39 items. 40 41 As a fourth order of work, the Contractor shall call 1-CALL and have 42 utilities marked in the field by the various utility owners. 43 44

Page 178: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

SPECIAL PROVISIONS - Continued

City of Ephrata Basin Street (SR 28) Water Main Replacement - Rebid G&O #16050 8-8

As a fifth order of work, after the utilities have been marked, the 1 Contractor shall provide for the photographing of the entire project site. 2 This activity must be completed and the photographs and digital files 3 delivered to the Contracting Agency as required and further specified in 4 Section 8 prior to any excavation, asphalt cutting, mobilization, staging, or 5 any other work items being performed. 6 7 As a sixth order of work, the Contractor shall furnish and install all 8 temporary facilities, erosion control items, and signs/barricades for detour 9 routes, unless indicated otherwise on the Plans. 10 11 As a seventh order of work, the Contractor shall pothole existing utilities 12 as specifically noted on the Plans, as well as in other areas the Contractor 13 deems necessary. 14 15 The remaining order of work shall be at the Contractor’s option, in keeping 16 with generally accepted, good construction practice. However, the 17 Contractor shall coordinate work by others which will affect his production, 18 schedule, mobilization and demobilization efforts. 19 20 As a second to last order of work, the Contractor shall submit Property 21 Release Forms and Record Drawings. After all preliminary and final 22 “punch list” items have been satisfactorily completed, then, as a last order 23 of work, the Contractor shall provide post-construction photographs. 24 25 The Contractor shall conduct the order of work to allow all existing 26 facilities to remain operational except as noted herein during the 27 construction of this project, and to minimize disruption of any utility 28 service. The order of work for the Contract shall be so planned as to 29 complete all work within the time limits established within the Contract 30 Provisions. 31

Page 179: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

PART 5

AMENDMENTS TO THE STANDARD SPECIFICATIONS

Page 180: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18

INTRO.AP1 1 INTRODUCTION 2

The following Amendments and Special Provisions shall be used in conjunction with the 3 2018 Standard Specifications for Road, Bridge, and Municipal Construction. 4 5

AMENDMENTS TO THE STANDARD SPECIFICATIONS 6 7 The following Amendments to the Standard Specifications are made a part of this contract 8 and supersede any conflicting provisions of the Standard Specifications. For informational 9 purposes, the date following each Amendment title indicates the implementation date of the 10 Amendment or the latest date of revision. 11 12 Each Amendment contains all current revisions to the applicable section of the Standard 13 Specifications and may include references which do not apply to this particular project. 14 15 1-02.AP1 16 Section 1-02, Bid Procedures and Conditions 17 January 2, 2018 18

1-02.4(1) General 19 This section is supplemented with the following: 20 21

Prospective Bidders are advised that the Contracting Agency may include a partially 22 completed Washington State Department of Ecology (Ecology) Transfer of Coverage 23 (Ecology Form ECY 020-87a) for the Construction Stormwater General Permit 24 (CSWGP) as part of the Bid Documents. When the Contracting Agency requires the 25 transfer of coverage of the CSWGP to the Contractor, an informational copy of the 26 Transfer of Coverage and the associated CSWGP will be included in the appendices. 27 As a condition of Section 1-03.3, the Contractor is required to complete sections I, III, 28 and VIII of the Transfer of Coverage and return the form to the Contracting Agency. 29 30 The Contracting Agency is responsible for compliance with the CSWGP until the end of 31 day that the Contract is executed. Beginning on the day after the Contract is executed, 32 the Contractor shall assume complete legal responsibility for compliance with the 33 CSWGP and full implementation of all conditions of the CSWGP as they apply to the 34 Contract Work. 35

36 1-02.6 Preparation of Proposal 37 Item number 1 of the second paragraph is revised to read: 38 39

1. A unit price for each item (omitting digits more than two places to the right of the 40 decimal point), 41

42 The following new paragraph is inserted before the last paragraph: 43 44

The Bidder shall submit with their Bid a completed Contractor Certification Wage Law 45 Compliance form (WSDOT Form 272-009). Failure to return this certification as part of 46 the Bid Proposal package will make this Bid Nonresponsive and ineligible for Award. A 47 Contractor Certification of Wage Law Compliance form is included in the Proposal 48 Forms. 49

50

Page 181: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18

1-03.AP1 1 Section 1-03, Award and Execution of Contract 2 January 2, 2018 3

1-03.3 Execution of Contract 4 The first paragraph is revised to read: 5 6

Within 20 calendar days after the Award date, the successful Bidder shall return the 7 signed Contracting Agency-prepared Contract, an insurance certification as required by 8 Section 1-07.18, a satisfactory bond as required by law and Section 1-03.4, the Transfer 9 of Coverage form for the Construction Stormwater General Permit with sections I, III, 10 and VIII completed when provided, and shall be registered as a contractor in the state of 11 Washington. 12 13

1-03.5 Failure to Execute Contract 14 The first sentence is revised to read: 15 16

Failure to return the insurance certification and bond with the signed Contract as 17 required in Section 1-03.3, or failure to provide Disadvantaged, Minority or Women’s 18 Business Enterprise information if required in the Contract, or failure or refusal to sign 19 the Contract, or failure to register as a contractor in the state of Washington, or failure to 20 return the completed Transfer of Coverage for the Construction Stormwater General 21 Permit to the Contracting Agency when provided shall result in forfeiture of the proposal 22 bond or deposit of this Bidder. 23

24 1-06.AP1 25 Section 1-06, Control of Material 26 January 2, 2018 27

1-06.1(3) Aggregate Source Approval (ASA) Database 28 This section is supplemented with the following: 29 30

Regardless of status of the source, whether listed or not listed in the ASA database the 31 source owner may be asked to provide testing results for toxicity in accordance with 32 Section 9-03.21(1). 33

34 1-06.2(2)D Quality Level Analysis 35 This section is supplemented with the following new subsection: 36 37

1-06.2(2)D5 Quality Level Calculation – HMA Compaction 38 The procedures for determining the quality level and pay factor for HMA compaction are 39 as follows: 40 41

1. Determine the arithmetic mean, Xm, for compaction of the lot: 42 43

n

xX m

44

45 Where: 46 x = individual compaction test values for each sublot in the lot. 47 ∑x = summation of individual compaction test values 48

Page 182: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18

n = total number test values 1 2 2. Compute the sample standard deviation, “S”, for each constituent: 3 4

2

122

1

nn

xxnS 5

6 Where: 7 ∑x2 = summation of the squares of individual compaction test values 8 (∑x)2 = summation of the individual compaction test values squared 9 10

3. Compute the lower quality index (QL): 11 12

S

LSLXQ m

L

13

14 Where: 15 LSL = 91.5 16

17 4. Determine PL (the percent within the lower Specification limit which 18

corresponds to a given QL) from Table 1. For negative values of QL, PL is equal 19 to 100 minus the table PL. If the value of QL does not correspond exactly to a 20 figure in the table, use the next higher value. 21

22 5. Determine the quality level (the total percent within Specification limits): 23 24

Quality Level = PL 25 26 6. Using the quality level from step 5, determine the composite pay factor (CPF) 27

from Table 2. 28 29 7. If the CPF determined from step 6 is 1.00 or greater: use that CPF for the 30

compaction lot; however, the maximum HMA compaction CPF using an LSL = 31 91.5 shall be 1.05. 32

33 8. If the CPF from step 6 is not 1.00 or greater: repeat steps 3 through 6 using an 34

LSL = 91.0. The value thus determined shall be the HMA compaction CPF for 35 that lot; however, the maximum HMA compaction CPF using an LSL = 91.00 36 shall be 1.00. 37

38 1-06.2(2)D4 Quality Level Calculation 39 The first paragraph (excluding the numbered list) is revised to read: 40 41

The procedures for determining the quality level and pay factors for a material, other 42 than HMA compaction, are as follows: 43

44

Page 183: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18

1-07.AP1 1 Section 1-07, Legal Relations and Responsibilities to the Public 2 January 2, 2018 3

1-07.5(3) State Department of Ecology 4 This section is supplemented with the following: 5 6

9. When a violation of the CSWGP occurs, immediately notify the Engineer and fill out 7 WSDOT Form 422-011, Contractor ECAP Report, and submit the form to the 8 Engineer within 48 hours of the violation. 9

10 10. Once Physical Completion has been given, prepare a Notice of Termination 11

(Ecology Form ECY 020-87) and submit the Notice of Termination electronically to 12 the Engineer in a PDF format a minimum of 7 calendar days prior to submitting the 13 Notice of Termination to Ecology. 14

15 11. Transfer the CSWGP coverage to the Contracting Agency when Physical 16

Completion has been given and the Engineer has determined that the project site is 17 not stabilized from erosion. 18

19 12. Submit copies of all correspondence with Ecology electronically to the Engineer in 20

a PDF format within four calendar days. 21 22 1-07.7(1) General 23 The first sentence of the third paragraph is revised to read: 24 25

When the Contractor moves equipment or materials on or over Structures, culverts or 26 pipes, the Contractor may operate equipment with only the load-limit restrictions in 27 Section 1-07.7(2). 28

29 The first sentence of the last paragraph is revised to read: 30 31

Unit prices shall cover all costs for operating over Structures, culverts and pipes. 32 33 1-07.9(2) Posting Notices 34 The second sentence of the first paragraph (up until the colon) is revised to read: 35 36

The Contractor shall ensure the most current edition of the following are posted: 37 38 In items 1 through 10, the revision dates are deleted. 39 40 1-07.11(2) Contractual Requirements 41 In this section, “creed” is revised to read “religion”. 42 43 Item numbers 1 through 9 are revised to read 2 through 10, respectively. 44 45 After the preceding Amendment is applied, the following new item number 1 is inserted: 46 47

1. The Contractor shall maintain a Work site that is free of harassment, humiliation, 48 fear, hostility and intimidation at all times. Behaviors that violate this requirement 49 include but are not limited to: 50

51

Page 184: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18

a. Persistent conduct that is offensive and unwelcome. 1 2 b. Conduct that is considered to be hazing. 3 4 c. Jokes about race, gender, or sexuality that are offensive. 5 6 d. Unwelcome, unwanted, rude or offensive conduct or advances of a sexual 7

nature which interferes with a person’s ability to perform their job or creates an 8 intimidating, hostile, or offensive work environment. 9

10 e. Language or conduct that is offensive, threatening, intimidating or hostile 11

based on race, gender, or sexual orientation. 12 13 f. Repeating rumors about individuals in the Work Site that are considered to be 14

harassing or harmful to the individual’s reputation. 15 16 1-07.11(5) Sanctions 17 This section is supplemented with the following: 18 19

Immediately upon the Engineer’s request, the Contractor shall remove from the Work 20 site any employee engaging in behaviors that promote harassment, humiliation, fear or 21 intimidation including but not limited to those described in these specifications. 22

23 1-07.11(6) Incorporation of Provisions 24 The first sentence is revised to read: 25 26

The Contractor shall include the provisions of Section 1-07.11(2) Contractual 27 Requirements (1) through (5) and the Section 1-07.11(5) Sanctions in every subcontract 28 including procurement of materials and leases of equipment. 29

30 1-07.18 Public Liability and Property Damage Insurance 31 Item number 1 is supplemented with the following new sentence: 32 33

This policy shall be kept in force from the execution date of the Contract until the 34 Physical Completion Date. 35

36 1-08.AP1 37 Section 1-08, Prosecution and Progress 38 January 2, 2018 39

1-08.5 Time for Completion 40 Item number 2 of the sixth paragraph is supplemented with the following: 41 42

f. A copy of the Notice of Termination sent to the Washington State Department of 43 Ecology (Ecology); the elapse of 30 calendar days from the date of receipt of the 44 Notice of Termination by Ecology; and no rejection of the Notice of Termination by 45 Ecology. This requirement will not apply if the Construction Stormwater General 46 Permit is transferred back to the Contracting Agency in accordance with Section 8-47 01.3(16). 48

49 1-08.7 Maintenance During Suspension 50 The fifth paragraph is revised to read: 51

Page 185: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18

1 The Contractor shall protect and maintain all other Work in areas not used by traffic. All 2 costs associated with protecting and maintaining such Work shall be the responsibility 3 of the Contractor. 4

5 2-09.AP2 6 Section 2-09, Structure Excavation 7 January 2, 2018 8

2-09.3(3)D Shoring and Cofferdams 9 The first sentence of the sixth paragraph is revised to read: 10 11

Structural shoring and cofferdams shall be designed for conditions stated in this Section 12 using methods shown in Division I Section 5 of the AASHTO Standard Specifications for 13 Highway Bridges Seventeenth Edition – 2002 for allowable stress design, or the 14 AASHTO LRFD Bridge Design Specifications for load and resistance factor design. 15

16 5-04.AP5 17 Section 5-04, Hot Mix Asphalt 18 January 2, 2018 19

5-04.1 Description 20 The last sentence of the first paragraph is revised to read: 21 22

The manufacture of HMA may include additives or processes that reduce the optimum 23 mixing temperature (Warm Mix Asphalt) or serve as a compaction aid in accordance 24 with these Specifications. 25

26 5-04.2 Materials 27 The reference to “Warm Mix Asphalt Additive” is revised to read “HMA Additive”. 28 29 5-04.2(1) How to Get an HMA Mix Design on the QPL 30 The last bullet in the first paragraph is revised to read: 31 32

• Do not include HMA additives that reduce the optimum mixing temperature or serve 33 as a compaction aid when developing a mix design or submitting a mix design for 34 QPL evaluation. The use of HMA additives is not part of the process for obtaining 35 approval for listing a mix design on the QPL. Refer to Section 5-04.2(2)B. 36

37 In the table, “WSDOT Standard Practice QC-8” is revised to read “WSDOT Standard 38 Practice QC-8 located in the WSDOT Materials Manual M 46-01”. 39 40 5-04.2(1)C Mix Design Resubmittal for QPL Approval 41 Item number 3 of the first paragraph is revised to read: 42 43

3. Changes in modifiers used in the asphalt binder. 44 45 5-04.2(2)B Using Warm Mix Asphalt Processes 46 This section, including title, is revised to read: 47 48

Page 186: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18

5-04.2(2)B Using HMA Additives 1 The Contractor may, at the Contractor’s discretion, elect to use additives that reduce the 2 optimum mixing temperature or serve as a compaction aid for producing HMA. Additives 3 include organic additives, chemical additives and foaming processes. The use of 4 Additives is subject to the following: 5 6

• Do not use additives that reduce the mixing temperature in accordance with 7 Section 5-04.3(6) in the production of High RAP/Any RAS mixtures. 8

9 • Before using additives, obtain the Engineer’s approval using WSDOT Form 10

350-076 to describe the proposed additive and process. 11 12

5-04.3(3)A Mixing Plant 13 In item number 5 of the first paragraph, “WSDOT T 168” is revised to read “FOP for 14 AASHTO T 168”. 15 16 5-04.3(4) Preparation of Existing Paved Surfaces 17 The first sentence of the fourth paragraph is revised to read: 18 19

Unless otherwise approved by the Engineer, use cationic emulsified asphalt CSS-1, 20 CSS-1h, or Performance Graded (PG) asphalt for tack coat. 21

22 5-04.3(6) Mixing 23 The first paragraph is revised to read: 24 25

The asphalt supplier shall introduce recycling agent and anti-stripping additive, in the 26 amount designated on the QPL for the mix design, into the asphalt binder prior to 27 shipment to the asphalt mixing plant. 28 29

The seventh paragraph is revised to read: 30 31 Upon discharge from the mixer, ensure that the temperature of the HMA does not 32 exceed the optimum mixing temperature shown on the approved Mix Design Report by 33 more than 25°F, or as approved by the Engineer. When an additive is included in the 34 manufacture of HMA, do not heat the additive (at any stage of production including in 35 binder storage tanks) to a temperature higher than the maximum recommended by the 36 manufacturer of the additive. 37

38 5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA 39 The following new paragraph is inserted after the first paragraph: 40

41 The Contracting Agency’s combined aggregate bulk specific gravity (Gsb) blend as 42 shown on the HMA Mix Design will be used for VMA calculations until the Contractor 43 submits a written request for a Gsb test. The new Gsb will be used in the VMA 44 calculations for HMA from the date the Engineer receives the written request for a Gsb 45 retest. The Contractor may request aggregate specific gravity (Gsb) testing be 46 performed by the Contracting Agency twice per project. The Gsb blend of the combined 47 stockpiles will be used to calculate voids in mineral aggregate (VMA) of any HMA 48 produced after the new Gsb is determined. 49

50 5-04.3(9)A1 Test Section – When Required, When to Stop 51 The following new row is inserted after the second row in Table 9: 52

Page 187: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18

1 VMA Minimum PFi of 0.95

based on the criteria in Section 5-04.3(9)B42

None4

2 5-04.3(9)A2 Test Section – Evaluating the HMA Mixture in a Test Section 3 In Table 9a, the test property “Gradation, Asphalt Binder, and Va” is revised to read 4 “Gradation, Asphalt Binder, VMA, and Va“ 5 6 5-04.3(9)B3 Mixture Statistical Evaluation – Acceptance Testing 7 In Table 11, “Va” is revised to read “VMA and Va” 8 9 5-04.3(9)B5 Mixture Statistical Evaluation – Composite Pay Factors (CPF) 10 The following new row is inserted above the last row in Table 12: 11 12

Voids in Mineral Aggregate (VMA)

2

13 5-04.3(9)B7 Mixture Statistical Evaluation – Retests 14 The second to last sentence is revised to read: 15 16

The sample will be tested for a complete gradation analysis, asphalt binder content, 17 VMA and Va, and the results of the retest will be used for the acceptance of the HMA 18 mixture in place of the original mixture sublot sample test results. 19

20 5-04.3(10)C1 HMA Compaction Statistical Evaluation – Lots and Sublots 21 The bulleted item in the fourth paragraph is revised to read: 22 23

• For a compaction lot in progress with a compaction CPF less than 0.75 using an 24 LSL = 91.0, a new compaction lot will begin at the Contractor’s request after the 25 Engineer is satisfied that material conforming to the Specifications can be 26 produced. See also Section 5-04.3(11)F. 27

28 5-04.3(10)C2 HMA Compaction Statistical Evaluation – Acceptance Testing 29 In the table, “WSDOT FOP for AASHTO T 355” is revised to read “FOP for AASHTO T 355”. 30 31 5-04.3(10)C3 HMA Statistical Compaction – Price Adjustments 32 In the first paragraph, “WSDOT FOP for AASHTO T 355” is revised to read “FOP for 33 AASHTO T 355”. 34 35 5-04.3(10)C3 HMA Statistical Compaction – Price Adjustments 36 The first sentence in the second paragraph is revised to read: 37 38

For each HMA compaction lot (that is accepted by Statistical Evaluation) which does not 39 meet the criteria in the preceding paragraph, the compaction lot shall be evaluated in 40 accordance with Section 1-06.2(2)D5 to determine the appropriate Composite Pay 41 Factor (CPF). 42

43 The last two paragraphs are revised to read: 44 45

Page 188: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18

Determine the Compaction Price Adjustment (CPA) from the table below, selecting the 1 equation for CPA that corresponds to the value of CPF determined above. 2 3

Calculating HMA Compaction Price Adjustment (CPA) Value of CPF Equation for Calculating CPA

When CPF > 1.00 CPA = [0.80 x (CPF – 1.00)] x Q x UP

When CPF = 1.00 CPA = $0 When CPF < 1.0 CPA = [0.40 x (CPF – 1.00)] x Q x

UP 4

Where 5 CPA = Compaction Price Adjustment for the compaction lot ($) 6 CPF = Composite Pay Factor for the compaction lot (maximum is 1.05) 7 Q = Quantity in the compaction lot (tons) 8 UP = Unit price of the HMA in the compaction lot ($/ton) 9

10 6-01.AP6 11 Section 6-01, General Requirements for Structures 12 January 2, 2018 13

6-01.10 Utilities Supported by or Attached to Bridges 14 In the third paragraph, “Federal Standard 595” is revised to read “SAE AMS Standard 595”. 15 16 6-01.12 Final Cleanup 17 The second paragraph is deleted. 18 19 6-02.AP6 20 Section 6-02, Concrete Structures 21 January 2, 2018 22

6-02.3(2)A Contractor Mix Design 23 The last sentence of the last paragraph is revised to read: 24 25

For all other concrete, air content shall be a minimum of 4.5 percent and a maximum of 26 7.5 percent for all concrete placed above the finished ground line unless noted 27 otherwise. 28

29 6-02.3(2)A1 Contractor Mix Design for Concrete Class 4000D 30 Item number 5 of the first paragraph is deleted. 31 32 Item number 6 of the first paragraph (after the preceding Amendment is applied) is 33 renumbered to 5. 34 35 6-02.3(4)D Temperature and Time For Placement 36 The following is inserted after the first sentence of the first paragraph: 37 38

The upper temperature limit for placement for Class 4000D concrete may be increased 39 to a maximum of 80°F if allowed by the Engineer. 40

41

Page 189: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18

6-02.3(6)A1 Hot Weather Protection 1 The first paragraph is revised to read: 2 3

The Contractor shall provide concrete within the specified temperature limits. Cooling of 4 the coarse aggregate piles by sprinkling with water is permitted provided the moisture 5 content is monitored, the mixing water is adjusted for the free water in the aggregate 6 and the coarse aggregate is removed from at least 1 foot above the bottom of the pile. 7 Sprinkling of fine aggregate piles with water is not allowed. Refrigerating mixing water or 8 replacing all or part of the mixing water with crushed ice is permitted, provided the ice is 9 completely melted by placing time. 10

11 The second sentence of the second paragraph is revised to read: 12 13

These surfaces include forms, reinforcing steel, steel beam flanges, and any others that 14 touch the concrete. 15

16 6-02.3(10)D5 Bridge Deck Concrete Finishing and Texturing 17 In the third subparagraph of the first paragraph, the last sentence is revised to read: 18 19

The Contractor shall texture the bridge deck surface to within 3-inches minimum and 20 24-inches maximum of the edge of concrete at expansion joints, within 1-foot minimum 21 and 2-feet maximum of the curb line, and within 3-inches minimum and 9-inches 22 maximum of the perimeter of bridge drain assemblies. 23

24 6-02.3(13)A Strip Seal Expansion Joint System 25 In item number 3 of the third paragraph, “Federal Standard 595” is revised to read “SAE 26 AMS Standard 595”. 27 28 6-02.3(24)C Placing and Fastening 29 The fourth sentence of the second paragraph is revised to read: 30 31

All epoxy-coated bars in the top mat of the bridge deck shall be tied at all intersections, 32 however they may be tied at alternate intersections when spacing is less than 1 foot in 33 each direction and they are supported by continuous supports meeting all other 34 requirements of supports for epoxy-coated bars. 35

36 The sixth paragraph (excluding the numbered list) is revised to read: 37 38

Precast concrete supports (or other accepted devices) shall be used to maintain the 39 concrete coverage required by the Plans. The precast concrete supports shall: 40

41 Item number 2 of the sixth paragraph is revised to read: 42 43

2. Have a compressive strength equal to or greater than that of the concrete in which 44 they are embedded. 45

46 The first sentence of the seventh paragraph is revised to read: 47 48

In slabs, each precast concrete support shall have either: (1) a grooved top that will hold 49 the reinforcing bar in place, or (2) an embedded wire that protrudes and is tied to the 50 reinforcing steel. 51

52

Page 190: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18

The eighth paragraph is revised to read: 1 2

Precast concrete supports may be accepted based on a Manufacturer’s Certificate of 3 Compliance. 4

5 The ninth paragraph (excluding the numbered list) is revised to read: 6 7

In lieu of precast concrete supports, the Contractor may use metal or all-plastic supports 8 to hold uncoated bars. Any surface of a metal support that will not be covered by at 9 least ½ inch of concrete shall be one of the following: 10

11 The tenth paragraph is revised to read: 12 13

In lieu of precast concrete supports, epoxy-coated reinforcing bars may be supported by 14 one of the following: 15 16

1. Metal supports coated entirely with a dielectric material such as epoxy or 17 plastic, 18

19 2. Other epoxy-coated reinforcing bars, or 20 21 3. All-plastic supports. 22

23 The following new paragraph is inserted after the tenth paragraph: 24 25

Damaged coatings on metal bar supports shall be repaired prior to placing concrete. 26 27

The twelfth paragraph (after the preceding Amendment is applied) is revised to read: 28 29 All-plastic supports shall be lightweight, non-porous, and chemically inert in concrete. 30 All-plastic supports shall have rounded seatings, shall not deform under load during 31 normal temperatures, and shall not shatter or crack under impact loading in cold 32 weather. All-plastic supports shall be placed at spacings greater than 1 foot along the 33 bar and shall have at least 25 percent of their gross place area perforated to 34 compensate for the difference in the coefficient of thermal expansion between plastic 35 and concrete. The shape and configuration of all-plastic supports shall permit complete 36 concrete consolidation in and around the support. 37 38

The thirteenth paragraph (after the preceding Amendment is applied) is revised to read: 39 40 A “mat” is two adjacent and perpendicular layers of reinforcing steel. In bridge decks, 41 top and bottom mats shall be supported adequately enough to hold both in their proper 42 positions. If bar supports directly support, or are directly supported on No. 4 bars, they 43 shall be spaced at not more than 3-foot intervals (or not more than 4-foot intervals for 44 bars No. 5 and larger). Wire ties to girder stirrups shall not be considered as supports. 45 To provide a rigid mat, the Contractor shall add other supports and tie wires to the top 46 mat as needed. 47

48 49 6-02.3(28)D Contractors Control Strength 50 In the first paragraph, “WSDOT FOP for AASHTO T 23” is revised to read “FOP for AASHTO 51 T 23”. 52

Page 191: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18

1 6-05.AP6 2 Section 6-05, Piling 3 January 2, 2018 4

6-05.3(9)A Pile Driving Equipment Approval 5 The fourth sentence of the second paragraph is revised to read: 6 7

For prestressed concrete piles, the allowable driving stress in kips per square inch shall 8 be 0.095 ∙ ′ plus prestress in tension, and 0.85f’c minus prestress in compression, 9 where f’c is the concrete compressive strength in kips per square inch. 10

11 6-07.AP6 12 Section 6-07, Painting 13 January 2, 2018 14

6-07.3(6)A Paint Containers 15 In item number 2 of the first paragraph, “Federal Standard 595” is revised to read “SAE AMS 16 Standard 595”. 17 18 6-08.AP6 19 Section 6-08, Bituminous Surfacing on Structure Decks 20 January 2, 2018 21

6-08.3(7)A Concrete Deck Preparation 22 The first sentence of the first paragraph is revised to read: 23 24

The Contractor, with the Engineer, shall inspect the exposed concrete deck to establish 25 the extent of bridge deck repair in accordance with Section 6-09.3(6). 26

27 6-09.AP6 28 Section 6-09, Modified Concrete Overlays 29 January 2, 2018 30

6-09.3 Construction Requirements 31 This section is supplemented with the following new subsection: 32 33

6-09.3(15) Sealing and Texturing Concrete Overlay 34 After the requirements for checking for bond have been met, all joints and visible cracks 35 shall be filled and sealed with a high molecular weight methacrylate resin (HMWM). The 36 Contractor may use compressed air to accelerate drying of the deck surface for crack 37 identification and sealing. Cracks 1⁄16 inch and greater in width shall receive two 38 applications of HMWM. Immediately following the application of HMWM, the wetted 39 surface shall be coated with sand for abrasive finish. 40 41 After all cracks have been filled and sealed and the HMWM resin has cured, the 42 concrete overlay surface shall receive a longitudinally sawn texture in accordance with 43 Section 6-02.3(10)D5. 44 45

Page 192: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18

Traffic shall not be permitted on the finished concrete until it has reached a minimum 1 compressive strength of 3,000 psi as verified by rebound number determined in 2 accordance with ASTM C805 and the longitudinally sawn texture is completed. 3

4 6-09.3(1)B Rotary Milling Machines 5 This section is revised to read: 6 7

Rotary milling machines used to remove an upper layer of existing concrete overlay, 8 when present, shall have a maximum operating weight of 50,000 pounds and conform 9 to Section 6-08.3(5)B. 10

11 6-09.3(1)C Hydro-Demolition Machines 12 The first sentence of this section is revised to read: 13 14

Hydro-demolition machines shall consist of filtering and pumping units operating in 15 conjunction with a remote-controlled robotic device, using high-velocity water jets to 16 remove sound concrete to the nominal scarification depth shown in the Plans with a 17 single pass of the machine, and with the simultaneous removal of deteriorated concrete. 18

19 6-09.3(1)D Shot Blasting Machines 20 This section, including title, is revised to read: 21 22

6-09.3(1)D Vacant 23 24 6-09.3(2) Submittals 25 Item number 1 and 2 are revised to read: 26 27

1. A Type 1 Working Drawing consisting of catalog cuts and operating parameters of 28 the hydro-demolition machine selected by the Contractor for use in this project to 29 scarify concrete surfaces. 30

31 2. A Type 1 Working Drawing consisting of catalog cuts, operating parameters, axle 32

loads, and axle spacing of the rotary milling machine (if used to remove an upper 33 layer of existing concrete overlay when present). 34

35 The first sentence of item number 3 is revised to read: 36 37

A Type 2 Working Drawing of the Runoff Water Disposal Plan. 38 39 6-09.3(5)A General 40 The first sentence of the fourth paragraph is revised to read: 41 42

All areas of the deck that are inaccessible to the selected scarifying machine shall be 43 scarified to remove the concrete surface matrix to a maximum nominal scarification 44 depth shown in the Plans by a method acceptable to the Engineer. 45

46 This section is supplemented with the following: 47 48

Concrete process water generated by scarifying concrete surface and removing existing 49 concrete overlay operations shall be contained, collected, and disposed of in 50 accordance with Section 5-01.3(11) and Section 6-09.3(5)C, and the Section 6-09.3(2) 51 Runoff Water Disposal Plan. 52

Page 193: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18

1 6-09.3(5)B Testing of Hydro-Demolition and Shot Blasting Machines 2 This section’s title is revised to read: 3 4

Testing of Hydro-Demolition Machines 5 6 The second paragraph is revised to read: 7 8

In the “sound” area of concrete, the equipment shall be programmed to remove 9 concrete to the nominal scarification depth shown in the Plans with a single pass of the 10 machine. 11

12 6-09.3(5)D Shot Blasting 13 This section, including title, is revised to read: 14 15

6-09.3(5)D Vacant 16 17 6-09.3(5)E Rotomilling 18 This section, including title, is revised to read: 19 20

6-09.3(5)E Removing Existing Concrete Overlay Layer by Rotomilling 21 When the Contractor elects to remove the upper layer of existing concrete overlay, 22 when present, by rotomilling prior to final scarifying, the entire concrete surface of the 23 bridge deck shall be milled to remove the surface matrix to the depth specified in the 24 Plans with a tolerance as specified in Section 6-08.3(5)B. The operating parameters of 25 the rotary milling machine shall be monitored in order to prevent the unnecessary 26 removal of concrete below the specified removal depth. 27

28 6-09.3(6) Further Deck Preparation 29 The first paragraph is revised to read:: 30 31

Once the lane or strip being overlaid has been cleaned of debris from scarifying, the 32 Contractor, with the Engineer, shall perform a visual inspection of the scarified surface. 33 The Contractor shall mark those areas of the existing bridge deck that are authorized by 34 the Engineer for further deck preparation by the Contractor. 35

36 Item number 4 of the second paragraph is deleted. 37 38 The first sentence of the third paragraph is deleted. 39 40 6-09.3(6)A Equipment for Further Deck Preparation 41 This section is revised to read: 42 43

Further deck preparation shall be performed using either power driven hand tools 44 conforming to Section 6-09.3(1)A, or hydro-demolition machines conforming to Section 45 6-09.3(1)C. 46

47 6-09.3(6)B Deck Repair Preparation 48 The second paragraph is deleted. 49 50 The last sentence of the second paragraph (after the preceding Amendment is applied) is 51 revised to read: 52

Page 194: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18

1 In no case shall the depth of a sawn vertical cut exceed ¾ inch or to the top of the top 2 steel reinforcing bars, whichever is less. 3

4 The first sentence of the third to last paragraph is revised to read: 5 6

Where existing steel reinforcing bars inside deck repair areas show deterioration greater 7 than 20-percent section loss, the Contractor shall furnish and place steel reinforcing 8 bars alongside the deteriorated bars in accordance with the details shown in the 9 Standard Plans. 10

11 The last paragraph is deleted. 12 13 6-09.3(7) Surface Preparation for Concrete Overlay 14 The first seven paragraphs are deleted and replaced with the following: 15 16

Following the completion of any required further deck preparation the entire lane or strip 17 being overlaid shall be cleaned to be free from oil and grease, rust and other foreign 18 material that may still be present. These materials shall be removed by detergent-19 cleaning or other method accepted by the Engineer followed by sandblasting. 20 21 After detergent cleaning and sandblasting is completed, the entire lane or strip being 22 overlaid shall be swept clean in final preparation for placing concrete using either 23 compressed air or vacuum machines. 24 25 Hand tool chipping, sandblasting and cleaning in areas adjacent to a lane or strip being 26 cleaned in final preparation for placing concrete shall be discontinued when final 27 preparation is begun. Scarifying and hand tool chipping shall remain suspended until 28 the concrete has been placed and the requirement for curing time has been satisfied. 29 Sandblasting and cleaning shall remain suspended for the first 24 hours of curing time 30 after the completion of concrete placing. 31 32 Scarification, and removal of the upper layer of concrete overlay when present, may 33 proceed during the final cleaning and overlay placement phases of the Work on 34 adjacent portions of the Structure so long as the scarification and concrete overlay 35 removal operations are confined to areas which are a minimum of 100 feet away from 36 the defined limits of the final cleaning or overlay placement in progress. If the 37 scarification and concrete overlay removal impedes or interferes in any way with the 38 final cleaning or overlay placement as determined by the Engineer, the scarification and 39 concrete overlay removal Work shall be terminated immediately and the scarification 40 and concrete overlay removal equipment removed sufficiently away from the area being 41 prepared or overlaid to eliminate the conflict. If the grade is such that water and 42 contaminants from the scarification and concrete overlay removal operation will flow into 43 the area being prepared or overlaid, the scarification and concrete overlay removal 44 operation shall be terminated and shall remain suspended for the first 24 hours of curing 45 time after the completion of concrete placement. 46

47 6-09.3(12) Finishing Concrete Overlay 48 The third paragraph is deleted. 49 50 The last paragraph is deleted. 51 52

Page 195: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18

6-09.3(13) Curing Concrete Overlay 1 The first sentence of the first paragraph is revised to read: 2 3

As the finishing operation progresses, the concrete shall be immediately covered with a 4 single layer of clean, new or used, wet burlap. 5

6 The last sentence of the second paragraph is deleted. 7 8 The following two new paragraphs are inserted after the second paragraph: 9 10

As an alternative to the application of burlap and fog spraying described above, the 11 Contractor may propose a curing system using proprietary curing blankets specifically 12 manufactured for bridge deck curing. The Contractor shall submit a Type 2 Working 13 Drawing consisting of details of the proprietary curing blanket system, including product 14 literature and details of how the system is to be installed and maintained. 15 16 The wet curing regimen as described shall remain in place for a minimum of 42-hours. 17

18 The last paragraph is deleted. 19 20 6-09.3(14) Checking for Bond 21 The first sentence of the first paragraph is revised to read: 22 23

After the requirements for curing have been met, the entire overlaid surface shall be 24 sounded by the Contractor, in a manner accepted by and in the presence of the 25 Engineer, to ensure total bond of the concrete to the bridge deck. 26

27 The last sentence of the first paragraph is deleted. 28 29 The second paragraph is deleted. 30 31 6-18.AP6 32 Section 6-18, Shotcrete Facing 33 January 2, 2018 34

6-18.3(3) Testing 35 In the last sentence of the first paragraph, “AASHTO T 24” is revised to read “ASTM C1604”. 36 37 6-18.3(3)B Production Testing 38 In the last sentence, “AASHTO T 24” is revised to read “ASTM C1604”. 39 40 6-18.3(4) Qualifications of Contractor’s Personnel 41 In the last sentence of the second paragraph, “AASHTO T 24” is revised to read “ASTM 42 C1604”. 43 44

Page 196: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18

6-19.AP6 1 Section 6-19, Shafts 2 January 2, 2018 3

6-19.3(3)C Conduct of Shaft Casing Installation and Removal and Shaft 4 Excavation Operations 5 The first paragraph is supplemented with the following: 6 7

In no case shall shaft excavation and casing placement extend below the bottom of 8 shaft excavation as shown in the Plans. 9

10 6-19.3(6)E Thermal Wire and Thermal Access Point (TAPS) 11 The third sentence of the third paragraph is revised to read: 12 13

The thermal wire shall extend from the bottom of the reinforcement cage to the top of 14 the shaft, with a minimum of 5-feet of slack wire provided above the top of shaft. 15

16 The following new sentence is inserted after the third sentence of the third paragraph: 17 18

All thermal wires in a shaft shall be equal lengths. 19 20 7-02.AP7 21 Section 7-02, Culverts 22 January 2, 2018 23

7-02.3(6)A4 Excavation and Bedding Preparation 24 The first sentence of the third paragraph is revised to read: 25 26

The bedding course shall be a 6-inch minimum thickness layer of culvert bedding 27 material, defined as granular material either conforming to Section 9-03.12(3) or to 28 AASHTO Grading No. 57 as specified in Section 9-03.1(4)C. 29

30 8-01.AP8 31 Section 8-01, Erosion Control and Water Pollution Control 32 January 11, 2018 33

8-01.1 Description 34 This section is revised to read: 35 36

This Work consists of furnishing, installing, maintaining, removing and disposing of best 37 management practices (BMPs), as defined in the Washington Administrative Code 38 (WAC) 173-201A, to manage erosion and water quality in accordance with these 39 Specifications and as shown in the Plans or as designated by the Engineer. 40 41 The Contracting Agency may have a National Pollution Discharge Elimination System 42 Construction Stormwater General Permit (CSWGP) as identified in the Contract Special 43 Provisions. The Contracting Agency may or may not transfer coverage of the CSWGP 44 to the Contractor when a CSWGP has been obtained. The Contracting Agency may not 45 have a CSWGP for the project but may have another water quality related permit as 46 identified in the Contract Special Provisions or the Contracting Agency may not have 47

Page 197: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18

water quality related permits but the project is subject to applicable laws for the Work. 1 Section 8-01 covers all of these conditions. 2

3 8-01.2 Materials 4 The first paragraph is revised to read: 5 6

Materials shall meet the requirements of the following sections: 7 8

Corrugated Polyethylene Drain Pipe 9.05.1(6) 9 Quarry Spalls 9-13 10 Erosion Control and Roadside Planting 9-14 11 Construction Geotextile 9-33 12

13 8-01.3(1) General 14 This section is revised to read: 15 16

Adaptive management shall be employed throughout the duration of the project for the 17 implementation of erosion and water pollution control permit requirements for the 18 current condition of the project site. The adaptive management includes the selection 19 and utilization of BMPs, scheduling of activities, prohibiting unacceptable practices, 20 implementing maintenance procedures, and other managerial practices that when used 21 singularly or in combination, prevent or reduce the release of pollutants to waters of the 22 State. The adaptive management shall use the means and methods identified in this 23 section and means and methods identified in the Washington State Department of 24 Transportation’s Temporary Erosion and Sediment Control Manual or the Washington 25 State Department of Ecology’s Stormwater Management Manuals for construction 26 stormwater. 27 28 The Contractor shall install a high visibility fence along the site preservation lines shown 29 in the Plans or as instructed by the Engineer. 30 31 Throughout the life of the project, the Contractor shall preserve and protect the 32 delineated preservation area, acting immediately to repair or restore any fencing 33 damaged or removed. 34 35 All discharges to surface waters shall comply with surface water quality standards as 36 defined in Washington Administrative Code (WAC) Chapter 173-201A. All discharges to 37 the ground shall comply with groundwater quality standards WAC Chapter 173-200. 38 39 The Contractor shall comply with the CSWGP when the project is covered by the 40 CSWGP. Temporary Work, at a minimum, shall include the implementation of: 41 42

1. Sediment control measures prior to ground disturbing activities to ensure all 43 discharges from construction areas receive treatment prior to discharging from 44 the site. 45

46 2. Flow control measures to prevent erosive flows from developing. 47 48 3. Water management strategies and pollution prevention measures to prevent 49

contamination of waters that will be discharged to surface waters or the 50 ground. 51

52

Page 198: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18

4. Erosion control measures to stabilize erodible earth not being worked. 1 2 5. Maintenance of BMPs to ensure continued compliant performance. 3 4 6. Immediate corrective action if evidence suggests construction activity is not in 5

compliance. Evidence includes sampling data, olfactory or visual evidence 6 such as the presence of suspended sediment, turbidity, discoloration, or oil 7 sheen in discharges. 8

9 To the degree possible, the Contractor shall coordinate this temporary Work with 10 permanent drainage and erosion control Work the Contract requires. 11 12 Clearing, grubbing, excavation, borrow, or fill within the Right of Way shall never expose 13 more erodible earth than as listed below: 14 15

Western Washington (West of the Cascade

Mountain Crest)

Eastern Washington (East of the Cascade

Mountain Crest) May 1 through September 30

17 Acres April 1 through

October 31 17 Acres

October 1 through April

30 5 Acres

November 1 through March

31 5 Acres

16 The Engineer may increase or decrease the limits based on project conditions. 17 18 Erodible earth is defined as any surface where soils, grindings, or other materials may 19 be capable of being displaced and transported by rain, wind, or surface water runoff. 20 21 Erodible earth not being worked, whether at final grade or not, shall be covered within 22 the specified time period (see the table below), using BMPs for erosion control. 23 24

Western Washington (West of the Cascade

Mountain Crest)

Eastern Washington (East of the Cascade

Mountain Crest) October 1

through April 30

2 days maximum

October 1 through June

30

5 days maximum

May 1 to September 30

7 days maximum

November 1 through March

31

10 days maximum

25 When applicable, the Contractor shall be responsible for all Work required for 26 compliance with the CSWGP including annual permit fees. 27 28 If the Engineer, under Section 1-08.6, orders the Work suspended, the Contractor shall 29 continue to comply with this division during the suspension. 30 31 Nothing in this Section shall relieve the Contractor from complying with other Contract 32 requirements. 33

34

Page 199: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18

8-01.3(1)A Submittals 1 This section’s content is deleted. 2 3 This section is supplemented with the following new subsection: 4 5

8-01.3(1)A1 Temporary Erosion and Sediment Control 6 A Temporary Erosion and Sediment Control (TESC) plan consists of a narrative section 7 and plan sheets that meets the Washington State Department of Ecology’s Stormwater 8 Pollution Prevention Plan (SWPPP) requirement in the CSWGP. Abbreviated TESC 9 plans are used on small projects that disturb soil and have the potential to discharge but 10 are not covered by the CSWGP. The contract uses the term “TESC plan” to describe 11 both TESC plans and abbreviated TESC plans. When the Contracting Agency has 12 developed a TESC plan for a Contract, the narrative is included in the appendix to the 13 Special Provisions and the TESC plan sheets are included in the Contract Plans. The 14 Contracting Agency TESC plan will not include off-site areas used to directly support 15 construction activity. 16 17 The Contractor shall either adopt the TESC Plan in the Contract or develop a new 18 TESC Plan. If the Contractor adopts the Contracting Agency TESC Plan, the Contractor 19 shall modify the TESC Plan to meet the Contractor’s schedule, method of construction, 20 and to include off-site areas that will be used to directly support construction activity 21 such as equipment staging yards, material storage areas, or borrow areas. Contractor 22 TESC Plans shall include all high visibility fence delineation shown on the Contracting 23 Agency Contract Plans. All TESC Plans shall meet the requirements of the current 24 edition of the WSDOT Temporary Erosion and Sediment Control Manual M 3109 and be 25 adaptively managed as needed throughout construction based on site inspections and 26 discharge samples to maintain compliance with the CSWGP. The Contractor shall 27 develop a schedule for implementation of the TESC work and incorporate it into the 28 Contractor’s progress schedule. 29 30 The Contractor shall submit their TESC Plan (either the adopted plan or new plan) and 31 implementation schedule as Type 2 Working Drawings. At the request of the Engineer, 32 updated TESC Plans shall be submitted as Type 1 Working Drawings. 33

34 8-01.3(1)B Erosion and Sediment Control (ESC) Lead 35 This section is revised to read: 36 37

The Contractor shall identify the ESC Lead at the preconstruction discussions and in the 38 TESC Plan. The ESC Lead shall have, for the life of the Contract, a current Certificate 39 of Training in Construction Site Erosion and Sediment Control from a course approved 40 by the Washington State Department of Ecology. The ESC Lead must be onsite or on 41 call at all times throughout construction. The ESC Lead shall be listed on the 42 Emergency Contact List required under Section 1-05.13(1). 43 44 The ESC Lead shall implement the TESC Plan. Implementation shall include, but is not 45 limited to: 46 47

1. Installing, adaptively managing, and maintaining temporary erosion and 48 sediment control BMPs to assure continued performance of their intended 49 function. Damaged or inadequate BMPs shall be corrected immediately. 50

51 2. Updating the TESC Plan to reflect current field conditions. 52

Page 200: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18

1 3. Discharge sampling and submitting Discharge Monitoring Reports (DMRs) to 2

the Washington State Department of Ecology in accordance with the CSWGP. 3 4 4. Develop and maintain the Site Log Book as defined in the CSWGP. When the 5

Site Log Book or portion thereof is electronically developed, the electronic 6 documentation must be accessible onsite. As a part of the Site Log Book, the 7 Contractor shall develop and maintain a tracking table to show that identified 8 TESC compliance issues are fully resolved within 10 calendar days. The table 9 shall include the date an issue was identified, a description of how it was 10 resolved, and the date the issue was fully resolved. 11

12 The ESC Lead shall also inspect all areas disturbed by construction activities, all on-site 13 erosion and sediment control BMPs, and all stormwater discharge points at least once 14 every calendar week and within 24-hours of runoff events in which stormwater 15 discharges from the site. Inspections of temporarily stabilized, inactive sites may be 16 reduced to once every calendar month. The Washington State Department of Ecology’s 17 Erosion and Sediment Control Site Inspection Form, located at 18 http://www.ecy.wa.gov/programs/wq/stormwater/construction/InspectionForm.docx, 19 shall be completed for each inspection and a copy shall be submitted to the Engineer no 20 later than the end of the next working day following the inspection. 21

22 8-01.3(1)C Water Management 23 This section is supplemented with the following new subsections: 24 25

8-01.3(1)C5 Water Management for In-Water Work Below Ordinary High Water 26 Mark (OHWM) 27 Work over surface waters of the state (defined in WAC 173-201A-010) or below the 28 OHWM (defined in RCW 90.58.030) must comply with water quality standards for 29 surface waters of the state of Washington. 30 31 8-01.3(1)C6 Environmentally Acceptable Hydraulic Fluid 32 All equipment containing hydraulic fluid that operates over surface waters of the state or 33 below the OHWM, shall be equipped with an environmentally acceptable hydraulic fluid. 34 The fluid shall meet specific requirements for biodegradability, aquatic toxicity, and 35 bioaccumulation in accordance with the United States Environmental Protection Agency 36 (EPA) publication EPA800-R-11-002. Acceptance shall be in accordance with Section 37 1-06.3, Manufacturer’s Certification of Compliance. 38 39 The designation of environmentally acceptable hydraulic fluid does not mean fluid spills 40 are acceptable. The Contractor shall respond to spills to land or water in accordance 41 with the Contract. 42 43 8-01.3(1)C7 Turbidity Curtain 44 All Work for the turbidity curtain shall be in accordance with the manufacturer’s 45 recommendations for the site conditions. Removal procedures shall be developed and 46 used to minimize silt release and disturbance of silt. The Contractor shall submit a Type 47 2 Working Drawing, detailing product information, installation and removal procedures, 48 equipment and workforce needs, maintenance plans, and emergency 49 repair/replacement plans. 50 51

Page 201: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18

Turbidity curtain materials, installation, and maintenance shall be sufficient to comply 1 with water quality standards. 2 3 The Contractor shall notify the Engineer 10 days in advance of removing the turbidity 4 curtain. All components of the turbidity curtain shall be removed from the project. 5

6 8-01.3(1)C1 Disposal of Dewatering Water 7 This section is revised to read: 8 9

When uncontaminated groundwater is encountered in an excavation on a project it may 10 be infiltrated within vegetated areas of the right of way not designated as Sensitive 11 Areas or incorporated into an existing stormwater conveyance system at a rate that will 12 not cause erosion or flooding in any receiving surface water. 13 14 Alternatively, the Contractor may pursue independent disposal and treatment 15 alternatives that do not use the stormwater conveyance system provided it is in 16 compliance with the applicable WACs and permits. 17

18 8-01.3(1)C2 Process Wastewater 19 This section is revised to read: 20 21

Wastewater generated on-site as a byproduct of a construction process shall not be 22 discharged to surface waters of the State. Some sources of process wastewater may be 23 infiltrated in accordance with the CSWGP with concurrence from the Engineer. Some 24 sources of process wastewater may be disposed via independent disposal and 25 treatment alternatives in compliance with the applicable WACs and permits. 26

27 8-01.3(1)C3 Shaft Drilling Slurry Wastewater 28 This section is revised to read: 29 30

Wastewater generated on-site during shaft drilling activity shall be managed and 31 disposed of in accordance with the requirements below. No shaft drilling slurry 32 wastewater shall be discharged to surface waters of the State. Neither the sediment nor 33 liquid portions of the shaft drilling slurry wastewater shall be contaminated, as 34 detectable by visible or olfactory indication (e.g., chemical sheen or smell). 35 36

1. Water-only shaft drilling slurry or water slurry with approved flocculants may be 37 infiltrated on-site. Flocculants used shall meet the requirements of Section 9-38 14.5(1) or shall be chitosan products listed as General Use Level Designation 39 (GULD) on the Washington State Department of Ecology’s stormwater 40 treatment technologies webpage for construction treatment. Infiltration is 41 permitted if the following requirements are met: 42

43 a. Wastewater shall have a pH of 6.5 – 8.5 prior to discharge. 44 45 b. The amount of flocculant added to the slurry shall be kept to the minimum 46

needed to adequately settle out solids. The flocculant shall be thoroughly 47 mixed into the slurry. 48

49 c. The slurry removed from the shaft shall be contained in a leak proof cell or 50

tank for a minimum of 3 hours. 51 52

Page 202: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18

d. The infiltration rate shall be reduced if needed to prevent wastewater from 1 leaving the infiltration location. The infiltration site shall be monitored 2 regularly during infiltration activity. All wastewater discharged to the 3 ground shall fully infiltrate and discharges shall stop before the end of 4 each work day. 5

6 e. Drilling spoils and settled sediments remaining in the containment cell or 7

tank shall be disposed of in accordance with Section 6-19.3(4)F. 8 9 f. Infiltration locations shall be in upland areas at least 150 feet away from 10

surface waters, wells, on-site sewage systems, aquifer sensitive recharge 11 areas, sole source aquifers, well head protection areas, and shall be 12 marked on the plan sheets before the infiltration activity begins. 13

14 g. Prior to infiltration, the Contractor shall submit a Shaft Drilling Slurry 15

Wastewater Management and Infiltration Plan as a Type 2 Working 16 Drawing. This Plan shall be kept on-site, adapted if needed to meet the 17 construction requirements, and updated to reflect what is being done in 18 the field. The Working Drawing shall include, at a minimum, the following 19 information: 20

21 i. Plan sheet showing the proposed infiltration location and all surface 22

waters, wells, on-site sewage systems, aquifer-sensitive recharge 23 areas, sole source aquifers, and well-head protection areas within 24 150 feet. 25

26 ii. The proposed elevation of soil surface receiving the wastewater for 27

infiltration and the anticipated phreatic surface (i.e., saturated soil). 28 29 iii. The source of the water used to produce the slurry. 30 31 iv. The estimated total volume of wastewater to be infiltrated. 32 33 v. The approved flocculant to be used (if any). 34 35 vi. The controls or methods used to prevent surface wastewater runoff 36

from leaving the infiltration location. 37 38 vii. The strategy for removing slurry wastewater from the shaft and 39

containing the slurry wastewater once it has been removed from the 40 shaft. 41

42 viii. The strategy for monitoring infiltration activity and adapting methods 43

to ensure compliance. 44 45 ix. A contingency plan that can be implemented immediately if it 46

becomes evident that the controls in place or methods being used are 47 not adequate. 48

49 x. The strategy for cleaning up the infiltration location after the infiltration 50

activity is done. Cleanup shall include stabilizing any loose sediment 51 on the surface within the infiltration area generated as a byproduct of 52

Page 203: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18

suspended solids in the infiltrated wastewater or soil disturbance 1 associated with BMP placement and removal. 2

3 2. Shaft drilling mineral slurry, synthetic slurry, or slurry with polymer additives 4

not approved for infiltration shall be contained and disposed of by the 5 Contractor at an approved disposal facility in accordance with Section 2-6 03.3(7)C. Spoils that have come into contact with mineral slurry shall be 7 disposed of in accordance with Section 6-19.3(4)F. 8

9 8-01.3(1)C4 Management of Off-Site Water 10 This section is revised to read: 11 12

Prior to clearing and grubbing, the Contractor shall intercept all sources of off-site 13 surface water and overland flow that will run-on to the project. Off-site surface water 14 run-on shall be diverted through or around the project in a way that does not introduce 15 construction related pollution. It shall be diverted to its preconstruction discharge 16 location in a manner that does not increase preconstruction flow rate and velocity and 17 protects contiguous properties and waterways from erosion. The Contractor shall submit 18 a Type 2 Working Drawing consisting of the method for performing this Work. 19

20 8-01.3(1)E Detention/Retention Pond Construction 21 This section is revised to read: 22 23

Whether permanent or temporary, ponds shall be constructed before beginning other 24 grading and excavation Work in the area that drains into that pond. Detention/retention 25 ponds may be constructed concurrently with grading and excavation when allowed by 26 the Engineer. Temporary conveyances shall be installed concurrently with grading in 27 accordance with the TESC Plan so that newly graded areas drain to the pond as they 28 are exposed. 29

30 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch 31 In the table, the second column heading is revised to read: 32 33

Eastern Washington1 34 (East of the Cascade Mountain Crest) 35

36 Footnote 1 in the table is revised to read: 37 38

Seeding may be allowed outside these dates when allowed or directed by the Engineer. 39 40 8-01.3(5) Plastic Covering 41 The first sentence of the first paragraph is revised to read: 42 43

Erosion Control – Plastic coverings used to temporarily cover stockpiled materials, 44 slopes or bare soils shall be installed and maintained in a way that prevents water from 45 intruding under the plastic and prevents the plastic cover from being damaged by wind. 46

47 8-01.3(7) Stabilized Construction Entrance 48 The first paragraph is revised to read: 49 50

Temporary stabilized construction entrance shall be constructed in accordance with the 51 Standard Plans, prior to construction vehicles entering the roadway from locations that 52

Page 204: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18

generate sediment track out on the roadway. Material used for stabilized construction 1 entrance shall be free of extraneous materials that may cause or contribute to track out. 2

3 8-01.3(8) Street Cleaning 4 This section is revised to read: 5 6

Self-propelled pickup street sweepers shall be used to remove and collect dirt and other 7 debris from the Roadway. The street sweeper shall effectively collect these materials 8 and prevent them from being washed or blown off the Roadway or into waters of the 9 State. Street sweepers shall not generate fugitive dust and shall be designed and 10 operated in compliance with applicable air quality standards. Material collected by the 11 street sweeper shall be disposed of in accordance with Section 2-03.3(7)C. 12 13 When allowed by the Engineer, power broom sweepers may be used in non-14 environmentally sensitive areas. The broom sweeper shall sweep dirt and other debris 15 from the roadway into the work area. The swept material shall be prevented from 16 entering or washing into waters of the State. 17 18 Street washing with water will require the concurrence of the Engineer. 19

20 8-01.3(12) Compost Socks 21 The first two sentences of the first paragraph are revised to read: 22 23

Compost socks are used to disperse flow and sediment. Compost socks shall be 24 installed as soon as construction will allow but before flow conditions create erosive 25 flows or discharges from the site. Compost socks shall be installed prior to any mulching 26 or compost placement. 27

28 8-01.3(13) Temporary Curb 29 The second to last sentence of the second paragraph is revised to read: 30 31

Temporary curbs shall be a minimum of 4 inches in height. 32 33 8-01.3(14) Temporary Pipe Slope Drain 34 The third and fourth paragraphs are revised to read: 35 36

The pipe fittings shall be water tight and the pipe secured to the slope with metal posts, 37 wood stakes, sand bags, or as allowed by the Engineer. 38 39 The water shall be discharged to a stabilized conveyance, sediment trap, stormwater 40 pond, rock splash pad, or vegetated strip, in a manner to prevent erosion and maintain 41 water quality compliance. 42

43 The last paragraph is deleted. 44 45 8-01.3(15) Maintenance 46 This section is revised to read: 47 48

Erosion and sediment control BMPs shall be maintained or adaptively managed as 49 required by the CSWGP until the Engineer determines they are no longer needed. 50 When deficiencies in functional performance are identified, the deficiencies shall be 51 rectified immediately. 52

Page 205: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18

1 The BMPs shall be inspected on the schedule outlined in Section 8-01.3(1)B for 2 damage and sediment deposits. Damage to or undercutting of BMPs shall be repaired 3 immediately. 4 5 In areas where the Contractor’s activities have compromised the erosion control 6 functions of the existing grasses, the Contractor shall overseed at no additional cost to 7 the Contracting Agency. 8 9 The quarry spalls of construction entrances shall be refreshed, replaced, or screened to 10 maintain voids between the spalls for collecting mud and dirt. 11 12 Unless otherwise specified, when the depth of accumulated sediment and 13 debris reaches approximately ⅓ the height of the BMP the deposits shall be removed. 14 Debris or contaminated sediment shall be disposed of in accordance with Section 2-15 03.3(7)C. Clean sediments may be stabilized on-site using BMPs as allowed by the 16 Engineer. 17

18 8-01.3(16) Removal 19 This section is revised to read: 20 21

The Contractor shall remove all temporary BMPs, all associated hardware and 22 associated accumulated sediment deposition from the project limits prior to Physical 23 Completion unless otherwise allowed by the Engineer. When the temporary BMP 24 materials are made of natural plant fibers unaltered by synthetic materials the Engineer 25 may allow leaving the BMP in place. 26 27 The Contractor shall remove BMPs and associated hardware in a way that minimizes 28 soil disturbance. The Contractor shall permanently stabilize all bare and disturbed soil 29 after removal of BMPs. If the installation and use of the erosion control BMPs have 30 compacted or otherwise rendered the soil inhospitable to plant growth, such as 31 construction entrances, the Contractor shall take measures to rehabilitate the soil to 32 facilitate plant growth. This may include, but is not limited to, ripping the soil, 33 incorporating soil amendments, or seeding with the specified seed. 34 35 At the request of the Contractor and at the sole discretion of the Engineer the CSWGP 36 may be transferred back to the Contracting Agency. Approval of the Transfer of 37 Coverage request will require the following: 38 39

1. All other Work required for Contract Completion has been completed. 40 41 2. All Work required for compliance with the CSWGP has been completed to the 42

maximum extent possible. This includes removal of BMPs that are no longer 43 needed and the site has undergone all Stabilization identified for meeting the 44 requirements of Final Stabilization in the CSWGP. 45

46 3. An Equitable Adjustment change order for the cost of Work that has not been 47

completed by the Contractor. 48 49 4. Submittal of the Washington State Department of Ecology Transfer of 50

Coverage form (Ecology form ECY 020-87a) to the Engineer. 51 52

Page 206: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18

If the Engineer approves the transfer of coverage back to the Contracting Agency, the 1 requirement in Section 1-07.5(3) for the Contractor’s submittal of the Notice of 2 Termination form to the Washington State Department of Ecology will not apply. 3

4 8-01.4 Measurement 5 This section’s content is deleted and replaced with the following new subsections: 6 7

8-01.4(1) Lump Sum Bid for Project (No Unit Items) 8 When the Bid Proposal contains the item “Erosion Control and Water Pollution 9 Prevention” there will be no measurement of unit or force account items for Work 10 defined in Section 8-01 except as described in Sections 8-01.4(3) and 8-01.4(4). Also, 11 except as described in Section 8-01.4(3), all of Sections 8-01.4(2) and 8-01.5(2) are 12 deleted. 13 14 8-01.4(2) Item Bids 15 When the Proposal does not contain the items “Erosion Control and Water Pollution 16 Prevention”, Section 8-01.4(1) and 8-01.5(1) are deleted and the Bid Proposal will 17 contain some or all of the following items measured as noted. 18 19

ESC lead will be measured per day for each day that an inspection is made and a 20 report is filed. 21 22 Biodegradable erosion control blanket and plastic covering will be measured by the 23 square yard along the ground slope line of surface area covered and accepted. 24 25 Turbidity curtains will be measured by the linear foot along the ground line of the 26 installed curtain. 27 28 Check dams will be measured per linear foot one time only along the ground line of 29 the completed check dam. No additional measurement will be made for check 30 dams that are required to be rehabilitated or replaced due to wear. 31 32 Stabilized construction entrances will be measured by the square yard by ground 33 slope measurement for each entrance constructed. 34 35 Tire wash facilities will be measured per each for each tire wash installed. 36 37 Street cleaning will be measured by the hour for the actual time spent cleaning 38 pavement, refilling with water, dumping and transport to and from cleaning 39 locations within the project limits, as authorized by the Engineer. Time to mobilize 40 the equipment to or from the project limits on which street cleaning is required will 41 not be measured. 42 43 Inlet protections will be measured per each for each initial installation at a 44 drainage structure. 45 46 Silt fence, gravel filter, compost berms, and wood chip berms will be measured by 47 the linear foot along the ground line of the completed barrier. 48 49 Wattles and compost socks will be measured by the linear foot. 50 51

Page 207: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18

Temporary curbs will be measured by the linear foot along the ground line of the 1 completed installation. 2 3 Temporary pipe slope drains will be measured by the linear foot along the flow line 4 of the pipe. 5 6 Coir logs will be measured by the linear foot along the ground line of the completed 7 installation. 8 9 Outlet protections will be measured per each initial installation at an outlet location. 10 11 Tackifiers will be measure by the acre by ground slope measurement. 12

13 8-01.4(3) Reinstating Unit Items with Lump Sum Erosion Control and Water 14 Pollution Prevention 15 The Contract Provisions may establish the project as lump sum, in accordance with 16 Section 8-01.4(1) and also include one or more of the items included above in Section 17 8-01.4(2). When that occurs, the corresponding measurement provision in Section 8-18 01.4(2) is not deleted and the Work under that item will be measured as specified. 19 20 8-01.4(4) Items not included with Lump Sum Erosion Control and Water Pollution 21 Prevention 22 Compost blanket will be measured by the square yard by ground slope surface area 23 covered and accepted. 24 25 Mulching will be measured by the acre by ground slope surface area covered and 26 accepted. 27 28 Seeding, fertilizing, liming, mulching, and mowing, will be measured by the acre by 29 ground slope measurement. 30 31 Seeding and fertilizing by hand will be measured by the square yard by ground slope 32 measurement. No adjustment in area size will be made for the vegetation free zone 33 around each plant. 34 35 Fencing will be measured by the linear foot along the ground line of the completed 36 fence. 37

38 8-01.5 Payment 39 This section’s content is deleted and replaced with the following new subsections: 40 41

8-01.5(1) Lump Sum Bid for Project (No Unit Items) 42 Payment will be made for the following Bid item when it is included in the Proposal: 43 44

“Erosion Control and Water Pollution Prevention”, lump sum. 45 46 The lump sum Contract price for “Erosion Control and Water Pollution Prevention” 47 shall be full pay to perform the Work as described in Section 8-01 except for costs 48 compensated by Bid Proposal items inserted through Contract Provisions as 49 described in Section 8-01.4(2). Progress payments for the lump sum item “Erosion 50 Control and Water Pollution Prevention” will be made as follows: 51 52

Page 208: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18

1. The Contracting Agency will pay 15 percent of the bid amount for the 1 initial set up for the item. Initial set up includes the following: 2

3 a. Acceptance of the TESC Plan provided by the Contracting Agency or 4

submittal of a new TESC Plan, 5 6 b. Submittal of a schedule for the installation of the BMPs, and 7 8 c. Identifying water quality sampling locations. 9

10 2. 70 percent of the bid amount will be paid in accordance with Section 1-11

09.9. 12 13 3. Once the project is physically complete and copies of the all reports 14

submitted to the Washington State Department of Ecology have been 15 submitted to the Engineer, and, if applicable, transference of the CSWGP 16 back to the Contracting Agency is complete, the remaining 15 percent of 17 the bid amount shall be paid in accordance with Section 1-09.9. 18

19 8-01.5(2) Item Bids 20 “ESC Lead”, per day. 21 22 “Turbidity Curtain”, per linear foot. 23 24 “Biodegradable Erosion Control Blanket”, per square yard. 25 26 “Plastic Covering”, per square yard. 27 28 “Check Dam”, per linear foot. 29 30 “Inlet Protection”, per each. 31 32 “Gravel Filter Berm”, per linear foot. 33 34 “Stabilized Construction Entrance”, per square yard. 35 36 “Street Cleaning”, per hour. 37 38 “Silt Fence”, per linear foot. 39 40 “Wood Chip Berm”, per linear foot. 41 42 “Compost Berm”, per linear foot. 43 44 “Wattle”, per linear foot. 45 46 “Compost Sock”, per linear foot. 47 48 “Coir Log”, per linear foot. 49 50 “Temporary Curb”, per linear foot. 51 52

Page 209: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18

“Temporary Pipe Slope Drain”, per linear foot. 1 2 “Temporary Seeding”, per acre. 3 4 “Outlet Protection”, per each. 5 6 “Tackifier”, per acre. 7 8 “Erosion/Water Pollution Control”, by force account as provided in Section 1-09.6. 9 10 Maintenance and removal of erosion and water pollution control devices including 11 removal and disposal of sediment, stabilization and rehabilitation of soil disturbed 12 by these activities, and any additional Work deemed necessary by the Engineer to 13 control erosion and water pollution will be paid by force account in accordance with 14 Section 1-09.6. 15 16 To provide a common Proposal for all Bidders, the Contracting Agency has entered an 17 amount in the Proposal to become a part of the Contractor’s total Bid. 18 19 8-01.5(3) Reinstating Unit Items with Lump Sum Erosion Control and Water 20 Pollution Prevention 21 The Contract may establish the project as lump sum, in accordance with Section 8-22 01.4(1) and also reinstate the measurement of one or more of the items described in 23 Section 8-01.4(2), except for Erosion/Water Pollution Control, by force account. When 24 that occurs, the corresponding payment provision in Section 8-01.5(2) is not deleted 25 and the Work under that item will be paid as specified. 26 27 8-01.5(4) Items not included with Lump Sum Erosion Control and Water Pollution 28 Prevention 29 Payment will be made for each of the following Bid items when they are included in the 30 Proposal: 31 32

“Compost Blanket”, per square yard. 33 34 “Mulching”, per acre 35 36 “Mulching with PAM”, per acre 37 38 “Mulching with Short-Term Mulch”, per acre. 39 40 “Mulching with Moderate-Term Mulch”, per acre. 41 42 “Mulching with Long-Term Mulch”, per acre. 43 44 “Seeding, Fertilizing and Mulching”, per acre. 45 46 “Seeding and Fertilizing”, per acre. 47 48 “Seeding and Fertilizing by Hand”, per square yard. 49 50 “Second Application of Fertilizer”, per acre. 51 52

Page 210: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18

“Liming”, per acre. 1 2 “Mowing”, per acre. 3 4 “Seeding and Mulching”, per acre. 5 6 “High Visibility Fence”, per linear foot. 7

8 8-02.AP8 9 Section 8-02, Roadside Restoration 10 January 2, 2018 11

8-02.2 Materials 12 The reference to the material “Soil” is revised to read “Topsoil”. 13 14 8-02.5 Payment 15 The following new paragraph is inserted following the Bid item “Plant Selection ___”, per 16 each: 17 18

The unit Contract price for “Plant Selection ___”, per each shall be full pay for all Work 19 to perform the work as specified within the planting area prior to planting for weed 20 control, planting area preparation and installation of plants with initial watering. 21

22 The paragraph following the Bid item “PSIPE ___”, per each is revised to read: 23 24

The unit Contract price for “PSIPE ___”, per each, shall be full pay for all Work to 25 perform the work as specified within the planting area for weed control and planting 26 area preparation, planting, cleanup, and water necessary to complete planting 27 operations as specified to the end of first year plant establishment. 28

29 8-04.AP8 30 Section 8-04, Curbs, Gutters, and Spillways 31 January 2, 2018 32

8-04.3(1) Cement Concrete Curbs, Gutters, and Spillways 33 The first paragraph is supplemented with the following: 34 35

Roundabout truck apron cement concrete curb and gutter shall be constructed with air 36 entrained concrete Class 4000 conforming to the requirements of Section 6-02. 37

38 8-14.AP8 39 Section 8-14, Cement Concrete Sidewalks 40 January 2, 2018 41

8-14.2 Materials 42 In the second paragraph, each reference to “Federal Standard 595” is revised to read “SAE 43 AMS Standard 595”. 44 45

Page 211: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18

8-20.AP8 1 Section 8-20, Illumination, Traffic Signal Systems, Intelligent Transportation 2 Systems, and Electrical 3 January 2, 2018 4

8-20.1(1) Regulations and Code 5 The last paragraph is revised to read: 6 7

Persons performing electrical Work shall be certified in accordance with and supervised 8 as required by RCW 19.28.161. Proof of certification shall be worn at all times in 9 accordance with WAC 296-46B-942. Persons failing to meet these certification 10 requirements may not perform any electrical work, and shall stop any active electrical 11 work, until their certification is provided and worn in accordance with this Section. 12

13 8-20.3(4) Foundations 14 The second sentence of the first paragraph is revised to read: 15 16

Concrete for Type II, III, IV, V, and CCTV signal standards and light standard 17 foundations shall be Class 4000P and does not require air entrainment. 18

19 8-20.3(5)A General 20 The last two sentences of the last paragraph is deleted. 21 22 This section is supplemented with the following: 23 24

All conduits shall include a pull tape with the equipment grounding conductor. The pull 25 tape shall be attached to the conduit near the end bell or grounded end bushing, or to 26 duct plugs or caps if present, at both ends of the conduit. 27

28 8-20.3(8) Wiring 29 The seventeenth paragraph is supplemented with the following: 30 31

Pulling tape shall meet the requirements of Section 9-29.1(10). Pull string may not be 32 used. 33

34 8-21.AP8 35 Section 8-21, Permanent Signing 36 January 2, 2018 37

8-21.3(9)F Foundations 38 Item number 3 of the twelfth paragraph is supplemented with the following new sentence: 39 40

Class 4000P concrete for roadside sign structures does not require air entrainment. 41 42 9-02.AP9 43 Section 9-02, Bituminous Materials 44 January 2, 2018 45

9-02.1 Asphalt Material, General 46 The second paragraph is revised to read: 47 48

Page 212: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18

The Asphalt Supplier of Performance Graded (PG) asphalt binder and emulsified 1 asphalt shall have a Quality Control Plan (QCP) in accordance with WSDOT QC 2 2 “Standard Practice for Asphalt Suppliers That Certify Performance Graded and 3 Emulsified Asphalts”. The Asphalt Supplier’s QCP shall be submitted and receive the 4 acceptance of the WSDOT State Materials Laboratory. Once accepted, any change to 5 the QCP will require a new QCP to be submitted for acceptance. The Asphalt Supplier 6 of PG asphalt binder and emulsified asphalt shall certify through the Bill of Lading that 7 the PG asphalt binder or emulsified asphalt meets the Specification requirements of the 8 Contract. 9 10

9-02.1(4) Performance Graded Asphalt Binder (PGAB) 11 This section’s title is revised to read: 12 13

Performance Graded (PG) Asphalt Binder 14 15 The first paragraph is revised to read: 16 17

PG asphalt binder meeting the requirements of AASHTO M 332 Table 1 of the grades 18 specified in the Contract shall be used in the production of HMA. For HMA with greater 19 than 20 percent RAP by total weight of HMA, or any amount of RAS, the new asphalt 20 binder, recycling agent and recovered asphalt (RAP and/or RAS) when blended in the 21 proportions of the mix design shall meet the PG asphalt binder requirements of 22 AASHTO M 332 Table 1 for the grade of asphalt binder specified by the Contract. 23

24 The second paragraph, including the table, is revised to read: 25 26

In addition to AASHTO M 332 Table 1 specification requirements, PG asphalt binders 27 shall meet the following requirements: 28 29

Additional Requirements by

Performance Grade (PG) Asphalt Binders

Property Test

Method PG58H-22 PG58V-22 PG64H-28 PG64V-28

RTFO Residue: Average Percent

Recovery @ 3.2 kPa

AASHTO T 3501

30% Min. 25% Min. 30% Min.

1Specimen conditioned in accordance with AASHTO T 240 – RTFO. 30

The third paragraph is revised to read: 31 32

The RTFO Jnrdiff and the PAV direct tension specifications of AASHTO M 332 are not 33 required. 34

35 9-02.1(6) Cationic Emulsified Asphalt 36 This section is revised to read: 37 38

Cationic Emulsified Asphalt meeting the requirements of AASHTO M 208 Table 1 of the 39 grades specified in the Contract shall be used. 40

41

Page 213: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18

9-02.5 Warm Mix Asphalt (WMA) Additive 1 This section, including title, is revised to read: 2 3

9-02.5 HMA Additive 4 Additives for HMA shall be approved by the Engineer. 5

6 9-03.AP9 7 Section 9-03, Aggregates 8 January 2, 2018 9

9-03.1(1) General Requirements 10 The second paragraph (up until the colon) is revised to read: 11 12

Aggregates for Portland Cement Concrete shall meet the following test requirements: 13 14 9-03.1(5)B Grading 15 In the last paragraph, “WSDOT FOP for WAQTC/AASHTO T 27/T 11” is revised to read 16 “FOP for WAQTC/AASHTO T 27/T 11”. 17 18 9-03.4(1) General Requirements 19 The first paragraph (up until the colon) is revised to read: 20 21

Aggregate for bituminous surface treatment shall be manufactured from ledge rock, 22 talus, or gravel, in accordance with Section 3-01. Aggregates for Bituminous Surface 23 Treatment shall meet the following test requirements: 24

25 9-03.8(1) General Requirements 26 The first paragraph (up until the colon) is revised to read: 27 28

Aggregates for Hot Mix Asphalt shall meet the following test requirements: 29 30 9-03.8(7) HMA Tolerances and Adjustments 31 In the table in item number 1, the fifth row is revised to read: 32 33

Asphalt binder -0.4% to 0.5% 0.7% 34

In the table in item number 1, the following new row is inserted before the last row: 35 36

Voids in Mineral Aggregate, VMA

-1.5%

37 9-03.9(1) Ballast 38 The second paragraph (up until the colon) is revised to read: 39 40

Aggregates for ballast shall meet the following test requirements: 41 42

Page 214: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18

9-04.AP9 1 Section 9-04, Joint and Crack Sealing Materials 2 January 2, 2018 3

9-04.1(2) Premolded Joint Filler for Expansion Joints 4 In this section, each reference to “AASHTO T 42” is revised to read “ASTM D 545”. 5 6 9-04.2(1)A1 Hot Poured Sealant for Cement Concrete Pavement 7 This section is supplemented with the following: 8 9

Hot poured sealant for cement concrete pavement is acceptable for installations in joints 10 where cement concrete pavement abuts a bituminous pavement. 11

12 9-04.2(1)A2 Hot Poured Sealant for Bituminous Pavement 13 This section is supplemented with the following: 14 15

Hot poured sealant for bituminous pavement is acceptable for installations in joints 16 where cement concrete pavement abuts a bituminous pavement. 17

18 9-06.AP9 19 Section 9-06, Structural Steel and Related Materials 20 January 2, 2018 21

9-06.5 Bolts 22 This section’s title is revised to read: 23 24

Bolts and Rods 25 26 9-06.5(4) Anchor Bolts 27 This section, including title, is revised to read: 28 29

9-06.5(4) Anchor Bolts and Anchor Rods 30 Anchor bolts and anchor rods shall meet the requirements of ASTM F1554 and, unless 31 otherwise specified, shall be Grade 105 and shall conform to Supplemental 32 Requirements S2, S3, and S4. 33 34 Nuts for ASTM F1554 Grade 105 black anchor bolts and anchor rods shall conform to 35 ASTM A563, Grade D or DH. Nuts for ASTM F1554 Grade 105 galvanized anchor bolts 36 and anchor rods shall conform to either ASTM A563, Grade DH, or AASHTO M292, 37 Grade 2H, and shall conform to the overtapping, lubrication, and rotational testing 38 requirements in Section 9-06.5(3). Nuts for ASTM F1554 Grade 36 or 55 black or 39 galvanized anchor bolts and anchor rods shall conform to ASTM A563, Grade A or DH. 40 Washers shall conform to ASTM F436. 41 42 The bolts and rods shall be tested by the manufacturer in accordance with the 43 requirements of the pertinent Specification and as specified in these Specifications. 44 Anchor bolts, anchor rods, nuts, and washers shall be inspected prior to shipping to the 45 project site. The Contractor shall submit to the Engineer for acceptance a 46 Manufacturer’s Certificate of Compliance for the anchor bolts, anchor rods, nuts, and 47 washers, as defined in Section 1-06.3. If the Engineer deems it appropriate, the 48

Page 215: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18

Contractor shall provide a sample of the anchor bolt, anchor rod, nut, and washer for 1 testing. 2 3 All bolts, rods, nuts, and washers shall be marked and identified as required in the 4 pertinent Specification. 5

6 9-06.18 Metal Bridge Railing 7 The second sentence of the first paragraph is revised to read: 8 9

Steel used for metal railings, when galvanized after fabrication in accordance with 10 AASHTO M111, shall have a controlled silicon content of either 0.00 to 0.06 percent or 11 0.15 to 0.25 percent. 12

13 9-08.AP9 14 Section 9-08, Paints and Related Materials 15 January 2, 2018 16

9-08.1(2)K Orange Equipment Enamel 17 In the second sentence of the first paragraph, the reference to “Federal Standard 595” is 18 revised to read “SAE AMS Standard 595”. 19 20 9-08.1(8) Standard Colors 21 In the first paragraph, the reference to “Federal Standard 595” is revised to read “SAE AMS 22 Standard 595”. 23 24 9-13.AP9 25 Section 9-13, Riprap, Quarry Spalls, Slope Protection, and Rock for Erosion 26 and Scour Protection and Rock Walls 27 January 2, 2018 28

9-13.1(1) General 29 The last paragraph is revised to read: 30 31

Riprap and quarry spalls shall be free from segregation, seams, cracks, and other 32 defects tending to destroy its resistance to weather and shall meet the following test 33 requirements: 34

35 9-13.7(1) Rock for Rock Walls and Chinking Material 36 The first paragraph (up until the colon) is revised to read: 37 38

Rock for rock walls and chinking material shall be hard, sound and durable material, 39 free from seams, cracks, and other defects tending to destroy its resistance to weather, 40 and shall meet the following test requirements: 41

42 9-14.AP9 43 Section 9-14, Erosion Control and Roadside Planting 44 January 2, 2018 45

9-14.4(2) Hydraulically Applied Erosion Control Products (HECPs) 46 In the second column of Table 1, “ASTM D 586” is revised to read “AASHTO T 267”. 47 48

Page 216: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18

In Table 1, the second to last row is deleted. 1 2 9-20.AP9 3 Section 9-20, Concrete Patching Material, Grout, and Mortar 4 January 2, 2018 5

9-20.5 Bridge Deck Repair Material 6 Item number 3 of the first paragraph is revised to read: 7 8

3. Permeability of less than 2,000 coulombs at 28-days or more in accordance with 9 AASHTO T 277. 10

11 9-21.AP9 12 Section 9-21, Raised Pavement Markers (RPM) 13 January 2, 2018 14

9-21.2 Raised Pavement Markers Type 2 15 This section’s content is deleted. 16 17 9-21.2(1) Physical Properties 18 This section, including title, is revised to read: 19 20

9-21.2(1) Standard Raised Pavement Markers Type 2 21 The marker housing shall contain reflective faces as shown in the Plans to reflect 22 incident light from either a single or opposite directions and meet the requirements of 23 ASTM D 4280 including Flexural strength requirements. 24

25 9-21.2(2) Optical Requirements 26 This section, including title, is revised to read: 27 28

9-21.2(2) Abrasion Resistant Raised Markers Type 2 29 Abrasion Resistant Raised Markers Type 2 shall comply with Section 9-21.2(1) and 30 meet the requirements of ASTM D 4280 with the following additional requirement: The 31 coefficient of luminous intensity of the markers shall be measured after subjecting the 32 entire lens surface to the test described in ASTM D 4280 Section 9.5 using a sand drop 33 apparatus. After the exposure described above, retroreflected values shall not be less 34 than 0.5 times a nominal unblemished sample. 35

36 9-21.2(3) Strength Requirements 37 This section is deleted in its entirety. 38 39 9-28.AP9 40 Section 9-28, Signing Materials and Fabrication 41 January 2, 2018 42

9-28.11 Hardware 43 The last paragraph is revised to read: 44 45

All steel parts shall be galvanized in accordance with AASHTO M111. Steel bolts and 46 related connecting hardware shall be galvanized in accordance with ASTM F 2329. 47

48

Page 217: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18

9-28.14(2) Steel Structures and Posts 1 The first sentence of the third paragraph is revised to read: 2 3

Anchor rods for sign bridge and cantilever sign structure foundations shall conform to 4 Section 9-06.5(4), including Supplemental Requirement S4 tested at -20°F. 5

6 In the second sentence of the fourth paragraph, “AASHTO M232” is revised to read “ASTM 7 F 2329”. 8 9 The first sentence of the fifth paragraph is revised to read: 10 11

Except as otherwise noted, steel used for sign structures and posts shall have a 12 controlled silicon content of either 0.00 to 0.06 percent or 0.15 to 0.25 percent. 13

14 The last sentence of the last paragraph is revised to read: 15 16

If such modifications are contemplated, the Contractor shall submit a Type 2 Working 17 Drawing of the proposed modifications. 18

19 9-29.AP9 20 Section 9-29, Illumination, Signal, Electrical 21 January 2, 2018 22

9-29.1 Conduit, Innerduct, and Outerduct 23 This section is supplemented with the following new subsection: 24 25

9-29.1(10) Pull Tape 26 Pull tape shall be pre-lubricated polyester pulling tape. The pull tape shall have a 27 minimum width of ½-inch and a minimum tensile strength of 500 pounds. Pull tape may 28 have measurement marks. 29

30 9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes 31 In the table in the last paragraph, the fourth, fifth and sixth rows are revised to read: 32 33

Slip Resistant Lid ASTM A36 steel Frame ASTM A36 steel Slip Resistant Frame ASTM A36 steel

34 9-29.6 Light and Signal Standards 35 In the first sentence of the third paragraph, “AASHTO M232” is revised to read “ASTM F 36 2329”. 37 38 Item number 2 of the last paragraph is revised to read: 39 40

2. The steel light and signal standard fabricator’s shop drawing submittal, including 41 supporting design calculations, submitted as a Type 2E Working Drawing in 42 accordance with Section 8-20.2(1) and the Special Provisions. 43

44 9-29.6(1) Steel Light and Signal Standards 45 In the second paragraph, “AASHTO M232” is revised to read “ASTM F 2329”. 46 47

Page 218: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18

The first sentence of the last paragraph is revised to read: 1 2

Steel used for light and signal standards shall have a controlled silicon content of either 3 0.00 to 0.06 percent or 0.15 to 0.25 percent. 4

5 9-29.6(5) Foundation Hardware 6 In the last paragraph, “AASHTO M232” is revised to read “ASTM F 2329”. 7 8 9-29.10(1) Conventional Roadway Luminaires 9 This section is revised to read: 10 11

All conventional roadway luminaires shall meet 3G vibration requirements as described 12 in ANSI C136.31. 13 14 All luminaires shall have housings fabricated from aluminum. The housing shall be 15 painted flat gray, SAE AMS Standard 595 color chip No. 26280, unless otherwise 16 specified in the Contract. Painted housings shall withstand a 1,000 hour salt spray test 17 as specified in ASTM B117. 18 19 Each housing shall include a four bolt slip-fitter mount capable of accepting a nominal 2” 20 tenon and adjustable within +/- 5 degrees of the axis of the tenon. The clamping 21 bracket(s) and the cap screws shall not bottom out on the housing bosses when 22 adjusted within the +/- 5 degree range. No part of the slipfitter mounting brackets on the 23 luminaires shall develop a permanent set in excess of 0.2 inch when the cap screws 24 used for mounting are tightened to a torque of 32 foot-pounds. Each luminaire shall 25 include leveling reference points for both transverse and longitudinal adjustment. 26 27 All luminaires shall include shorting caps when shipped. The caps shall be removed and 28 provided to the Contracting Agency when an alternate control device is required to be 29 installed in the photocell socket. House side shields shall be included when required by 30 the Contract. Order codes shall be modified to the minimum extent necessary to include 31 the option for house side shields. 32

33 This section is supplemented with the following new subsections: 34 35

9-29.10(1)A High Pressure Sodium (HPS) Conventional Roadway Luminaires 36 HPS conventional roadway luminaires shall meet the following requirements: 37 38

1. General shape shall be “cobrahead” style, with flat glass lens and full cutoff 39 optics. 40

41 2. Light pattern distribution shall be IES Type III. 42 43 3. The reflector of all luminaires shall be of a snap-in design or secured with 44

screws. The reflector shall be polished aluminum or prismatic borosilicate 45 glass. 46

47 4. Flat lenses shall be formed from heat resistant, high-impact, molded 48

borosilicate or tempered glass. 49 50 5. The lens shall be mounted in a doorframe assembly, which shall be hinged to 51

the luminaire and secured in the closed position to the luminaire by means of 52

Page 219: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18

an automatic latch. The lens and doorframe assembly, when closed, shall 1 exert pressure against a gasket seat. The lens shall not allow any light output 2 above 90 degrees nadir. Gaskets shall be composed of material capable of 3 withstanding the temperatures involved and shall be securely held in place. 4

5 6. The ballast shall be mounted on a separate exterior door, which shall be 6

hinged to the luminaire and secured in the closed position to the luminaire 7 housing by means of an automatic type of latch (a combination hex/slot 8 stainless steel screw fastener may supplement the automatic-type latch). 9

10 7. Each luminaire shall be capable of accepting a 150, 200, 250, 310, or 400 watt 11

lamp complete and associated ballast. Lamps shall mount horizontally. 12 13 9-29.10(1)B Light Emitting Diode (LED) Conventional Roadway Luminaires 14 LED Conventional Roadway Luminaires are divided into classes based on their 15 equivalent High Pressure Sodium (HPS) luminaires. Current classes are 200W, 250W, 16 310W, and 400W. LED luminaires are required to be pre-approved in order to verify 17 their photometric output. To be considered for pre-approval, LED luminaires must meet 18 the requirements of this section. 19 20 LED luminaires shall include a removable access door, with tool-less entry, for access 21 to electronic components and the terminal block. The access door shall be removable, 22 but include positive retention such that it can hang freely without disconnecting from the 23 luminaire housing. LED drivers may be mounted either to the interior of the luminaire 24 housing or to the removable door itself. 25 26 LED drivers shall be removable for user replacement. All internal modular components 27 shall be connected by means of mechanical plug and socket type quick disconnects. 28 Wire nuts may not be used for any purpose. All external electrical connections to the 29 luminaire shall be made through the terminal block. 30 31 LED luminaires shall include a 7-pin NEMA photocell receptacle. The LED driver(s) 32 shall be dimmable from ten volts to zero volts. LED output shall have a Correlated Color 33 Temperature (CCT) of 4000K nominal (4000-4300K) and a Color Rendering Index (CRI) 34 of 70 or greater. LED output shall be a minimum of 85% at 75,000 hours at 25 degrees 35 Celsius. 36 37 LED luminaires shall be available for 120V, 240V, and 480V supply voltages. Voltages 38 refer to the supply voltages to the luminaires present in the field. LED power usage shall 39 not exceed the following maximum values for the applicable wattage class: 40 41

Class Max. Wattage 200W 110W 250W 165W 310W 210W 400W 275W

42 Only one brand of LED conventional roadway luminaire may be used on a Contract. 43 They do not necessarily have to be the same brand as any high-mast, underdeck, or 44 wall-mount luminaires when those types of luminaires are specified in the Contract. 45 LED luminaires shall include a standard 10 year manufacturer warranty. 46 47

Page 220: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18

The list of pre-approved LED Conventional Roadway Luminaires is available at 1 http://www.wsdot.wa.gov/Design/Traffic/ledluminaires.htm. 2

3 9-29.10(2) Decorative Luminaires 4 This section, including title, is revised to read: 5 6

9-29.10(2) Vacant 7 8 9-29.12 Electrical Splice Materials 9 This section is supplemented with the following new subsections: 10 11

9-29.12(3) Splice Enclosures 12 9-29.12(3)A Heat Shrink Splice Enclosure 13 Heat shrink splice enclosures shall be medium or heavy wall cross-linked 14 polyolefin, meeting the requirements of AMS-DTL-23053/15, with thermoplastic 15 adhesive sealant. Heat shrink splices used for “wye” connections require rubber 16 electrical mastic tape. 17 18 9-29.12(3)B Molded Splice Enclosure 19 Molded splice enclosures shall use epoxy resin in a clear rigid plastic mold. The 20 material used shall be compatible with the insulation material of the insulated 21 conductor or cable. The component materials of the resin insulation shall be 22 packaged ready for convenient mixing without removing from the package. 23 24

9-29.12(4) Re-Enterable Splice Enclosure 25 Re-enterable splice enclosures shall use either dielectric grease or a flexible resin 26 contained in a two-piece plastic mold. The mold shall either snap together or use 27 stainless steel hose clamps. 28 29 9-29.12(5) Vinyl Electrical Tape for Splices 30 Vinyl electrical tape in splicing applications shall meet the requirements of MIL-I-31 24391C. 32

33 9-29.12(1) Illumination Circuit Splices 34 This section is revised to read: 35 36

Underground illumination circuit splices shall be solderless crimped connections 37 capable of securely joining the wires, both mechanically and electrically, as defined in 38 Section 8-20.3(8). Aerial illumination splices shall be solderless crimp connectors or 39 split bolt vice-type connectors. 40

41 9-29.12(1)A Heat Shrink Splice Enclosure 42 This section is deleted in its entirety. 43 44 9-29.12(1)B Molded Splice Enclosure 45 This section is deleted in its entirety. 46 47 9-29.12(2) Traffic Signal Splice Material 48 This section is revised to read: 49 50

Induction loop splices and magnetometer splices shall use an uninsulated barrel-type 51 crimped connector capable of being soldered. 52

Page 221: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18

1 9-29.16(2)E Painting Signal Heads 2 In the first sentence, “Federal Standard 595” is revised to read “SAE AMS Standard 595”. 3 4 9-29.17 Signal Head Mounting Brackets and Fittings 5 In the first paragraph, item number 2 under Stainless Steel is revised to read: 6 7

2. Bands or cables for Type N mount. 8 9 9-29.20 Pedestrian Signals 10 In item 2C of the second paragraph, “Federal Standard 595” is revised to read “SAE AMS 11 Standard 595”. 12 13 9-34.AP9 14 Section 9-34, Pavement Marking Material 15 January 2, 2018 16

9-34.2(2) Color 17 Each reference to “Federal Standard 595” is revised to read “SAE AMS Standard 595”. 18 19 9-34.2(5) Low VOC Waterborne Paint 20 The heading “Standard Waterborne Paint” is supplemented with “Type 1 and 2”. 21 22 The heading “High-Build Waterborne Paint” is supplemented with “Type 4”. 23 24 The heading “Cold Weather Waterborne Paint” is supplemented with “Type 5”. 25 26 In the row beginning with “° @90°F”, each minimum value is revised to read “60”. 27 28 In the row beginning with “Fineness of Grind, (Hegman Scale)”, each minimum value is 29 revised to read “3”. 30 31 The last four rows are replaced with the following: 32 33

Vehicle Composition ASTM D 2621

100% acrylic emulsion 100% cross-linking acrylic4

100% acrylic emulsion

Freeze-Thaw Stability, KU

ASTM D 2243 and D 562

@ 5 cycles show no coagulation or change in viscosity greater than ± 10 KU

@ 5 cycles show no coagulation or change in viscosity greater than ± 10 KU

@ 3 cycles show no coagulation or change in viscosity greater than ± 10 KU

Heat Stability ASTM D 5622 ± 10 KU from the initial viscosity

± 10 KU from the initial viscosity

± 10 KU from the initial Viscosity

Low Temperature Film Formation

ASTM D 28053

No Cracks* No Cracks

Cold Flexibility5 ASTM D522 Pass at 0.5 in mandrel* Test Deck Durability6 ASTM D913 ≥70% paint retention in

wheel track*

Mud Cracking (See note 7) No Cracks No Cracks 34

After the preceding Amendments are applied, the following new column is inserted after the 35 “Standard Waterborne Paint Type 1 and 2” column: 36

37 Semi-Durable Waterborne Paint Type 3

Page 222: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18

White Yellow Min. Max. Min. Max.

Within ± 0.3 of qualification sample

80 95 80 95 60 60 77 77 65 65

43 43 1.25 1.25 3 3

0.98 0.96 88 50

100° 100° 9.5 9.5

10 10 100% acrylic emulsion

@ 5 cycles show no coagulation or change in viscosity greater than ± 10 KU

± 10 KU from the initial viscosity No Cracks

Pass at 0.25 in mandrel ≥70% paint retention in wheel track

No Cracks 1 The footnotes are supplemented with the following: 2 3

4Cross-linking acrylic shall meet the requirements of federal specification TT-P-1952F 4 Section 3.1.1. 5 6 5Cold Flexibility: The paint shall be applied to an aluminum panel at a wet film thickness 7 of 15 mils and allowed to dry under ambient conditions (50±10% RH and 72±5 ˚F) for 24 8 hours. A cylindrical mandrel apparatus (in accordance with ASTM D522 method B) shall 9 be put in a 40°F refrigerator when the paint is drawn down After 24 hours, the 10 aluminum panel with dry paint shall be put in the 40°F refrigerator with the mandrel 11 apparatus for 2 hours. After 2 hours, the panel and test apparatus shall be removed and 12 immediately tested to according to ASTM D522 to evaluate cold flexibility. Paint must 13 show no evidence of cracking, chipping or flaking when bent 180 degrees over a 14 mandrel bar of specified diameter. 15 16 6NTPEP test deck, or a test deck conforming to ASTM D713, shall be conducted for a 17 minimum of six months with the following additional requirements: it shall be applied at 18 15 wet mils to a test deck that is located at 40N latitude or higher with at least 10,000 19 ADT and which was applied during the months of September through November. 20 21 7Paint is applied to an approximately 4”x12” aluminum panel using a drawdown bar with 22 a 50 mil gap. The coated panel is allowed to dry under ambient conditions (50±10% RH 23 and 72±5 ˚F) for 24 hours. Visual evaluation of the dry film shall reveal no cracks. 24

25 9-34.3 Plastic 26 In the first sentence of the last paragraph, “Federal Standard 595” is revised to read “SAE 27 AMS Standard 595”. 28

Page 223: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18

1 9-34.3(2) Type B – Pre-Formed Fused Thermoplastic 2 In the last two paragraphs, each reference to “Federal Standard 595” is revised to read “SAE 3 AMS Standard 595”. 4 5 9-34.7(1) Requirements 6 The first paragraph is revised to read: 7 8

Field performance evaluation is required for low VOC solvent-based paint per Section 9-9 34.2(4), Type A – liquid hot applied thermoplastic per Section 9-34.3(1), Type B – 10 preformed fused thermoplastic per Section 9-34.3(2), Type C – cold applied preformed 11 tape per Section 9-34.3(3), and Type D – liquid applied methyl methacrylate per Section 12 9-34.3(4). 13

14 The last paragraph is deleted. 15 16 9-34.7(1)C Auto No-Track Time 17 The first paragraph is revised to read: 18 19

Auto No-Track Time will only be required for low VOC solvent-based paint in 20 accordance with Section 9-34.2(4). 21

22 The second and third sentences of the second paragraph are deleted. 23 24

Page 224: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

PART 6

WAGE RATES

Page 225: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

WASHINGTON STATE PREVAILING WAGE RATES

Page 226: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

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: 3/1/2018

County Trade Job Classification Wage Holiday Overtime NoteGrant Asbestos Abatement Workers Journey Level $20.79 1

Grant Boilermakers Journey Level $64.54 5N 1C

Grant Brick Mason Journey Level $47.64 5A 1M

Grant Building Service Employees Janitor $12.56 1

Grant Building Service Employees Shampooer $11.50 1

Grant Building Service Employees Waxer $11.50 1

Grant Building Service Employees Window Cleaner $11.50 1

Grant Cabinet Makers (In Shop) Journey Level $11.50 1

Grant Carpenters Carpenters $43.90 5A 1B 8N

Grant Cement Masons Journey Level $42.00 7B 1N

Grant Divers & Tenders Assistant Tender $50.55 5A 1B

Grant Divers & Tenders Dive Supervisor $92.80 5A 1B

Grant Divers & Tenders Diver $91.30 5A 1B 8V

Grant Divers & Tenders Diver on Standby $53.72 5A 1B

Grant Divers & Tenders Diver Tender $52.72 5A 1B

Grant Divers & Tenders Diving Master $62.74 5A 1B

Grant Divers & Tenders Manifold Operator $52.72 5A 1B

Grant Divers & Tenders Manifold Operator Mixed Gas $56.72 5A 1B

Grant Divers & Tenders Remote Operated Vehicle Operator

$52.72 5A 1B

Grant Divers & Tenders Remote Operated Vehicle Tender/Technician

$50.55 5A 1B

Grant Dredge Workers Assistant Engineer $56.44 5D 3F

Grant Dredge Workers Assistant Mate (Deckhand) $56.00 5D 3F

Grant Dredge Workers Boatmen $56.44 5D 3F

Grant Dredge Workers Engineer Welder $57.51 5D 3F

Grant Dredge Workers Leverman, Hydraulic $58.67 5D 3F

Grant Dredge Workers Mates $56.44 5D 3F

Grant Dredge Workers Oiler $56.00 5D 3F

Grant Drywall Applicator Journey Level $43.90 5A 1B 8N

Page 1 of 20

3/1/2018https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 227: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

Grant Drywall Tapers Journey Level $38.78 7E 1P

Grant Electrical Fixture Maintenance Workers

Journey Level $24.88 1

Grant Electricians - Inside Cable Splicer $64.92 7H 1E

Grant Electricians - Inside Construction Stock Person $33.86 7H 1D

Grant Electricians - Inside Journey Level $60.73 7H 1E

Grant Electricians - Motor Shop Craftsman $15.37 1

Grant Electricians - Motor Shop Journey Level $14.69 1

Grant Electricians - Powerline Construction

Cable Splicer $73.93 5A 4D

Grant Electricians - Powerline Construction

Certified Line Welder $67.60 5A 4D

Grant Electricians - Powerline Construction

Groundperson $45.49 5A 4D

Grant Electricians - Powerline Construction

Heavy Line Equipment Operator

$67.60 5A 4D

Grant Electricians - Powerline Construction

Journey Level Lineperson $67.60 5A 4D

Grant Electricians - Powerline Construction

Line Equipment Operator $57.02 5A 4D

Grant Electricians - Powerline Construction

Pole Sprayer $67.60 5A 4D

Grant Electricians - Powerline Construction

Powderperson $50.76 5A 4D

Grant Electronic Technicians Journey Level $17.31 1

Grant Elevator Constructors Mechanic $88.36 7D 4A

Grant Elevator Constructors Mechanic In Charge $95.41 7D 4A

Grant Fabricated Precast Concrete Products

Journey Level - In-Factory Work Only

$11.50 1

Grant Fence Erectors Fence Erector $13.80 1

Grant Fence Erectors Fence Laborer $11.60 1

Grant Flaggers Journey Level $36.06 7B 1M

Grant Glaziers Journey Level $24.39 7E 1K

Grant Heat & Frost Insulators And Asbestos Workers

Journey Level $45.77 1

Grant Heating Equipment Mechanics Journey Level $27.67 1

Grant Hod Carriers & Mason Tenders Journey Level $39.69 7B 1M

Grant Industrial Power Vacuum Cleaner

Journey Level $11.50 1

Grant Inland Boatmen Journey Level $11.50 1

Grant Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control

Cleaner Operator, Foamer Operator

$11.50 1

Grant Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control

Grout Truck Operator $11.50 1

Grant Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control

Head Operator $12.78 1

Page 2 of 20

3/1/2018https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 228: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

Grant Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control

Technician $11.50 1

Grant Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control

Tv Truck Operator $11.50 1

Grant Insulation Applicators Journey Level $43.90 5A 1B 8N

Grant Ironworkers Journeyman $59.40 7N 1O

Grant Laborers Air And Hydraulic Track Drill $38.70 7B 1M

Grant Laborers Asphalt Raker $38.70 7B 1M

Grant Laborers Asphalt Roller, Walking $38.43 7B 1M

Grant Laborers Brick Pavers $38.16 7B 1M

Grant Laborers Brush Hog Feeder $38.16 7B 1M

Grant Laborers Brush Machine $38.70 7B 1M

Grant Laborers Caisson Worker, Free Air $38.70 7B 1M

Grant Laborers Carpenter Tender $38.16 7B 1M

Grant Laborers Cement Finisher Tender $38.43 7B 1M

Grant Laborers Cement Handler $38.16 7B 1M

Grant Laborers Chain Saw Operator & Faller $38.70 7B 1M

Grant Laborers Clean-up Laborer $38.16 7B 1M

Grant Laborers Compaction Equipment $38.43 7B 1M

Grant Laborers Concrete Crewman $38.16 7B 1M

Grant Laborers Concrete Saw, Walking $38.43 7B 1M

Grant Laborers Concrete Signalman $38.16 7B 1M

Grant Laborers Concrete Stack $38.70 7B 1M

Grant Laborers Confined Space Attendant $38.16 7B 1M

Grant Laborers Crusher Feeder $38.16 7B 1M

Grant Laborers Demolition $38.16 7B 1M

Grant Laborers Demolition Torch $38.43 7B 1M

Grant Laborers Dope Pot Fireman, Non-mechanical

$38.43 7B 1M

Grant Laborers Driller Helper (when Required To Move & Position Machine)

$38.43 7B 1M

Grant Laborers Drills With Dual Masts $38.98 7B 1M

Grant Laborers Dry Stack Walls $38.16 7B 1M

Grant Laborers Dumpman $38.16 7B 1M

Grant Laborers Erosion Control Laborer $38.16 7B 1M

Grant Laborers Final Detail Cleanup (i.e., Dusting, Vacuuming, Window Cleaning; Not Construction Debris Cleanup)

$36.06 7B 1M

Grant Laborers Firewatch $38.16 7B 1M

Grant Laborers Form Cleaning Machine Feeder, Stacker

$38.16 7B 1M

Grant Laborers Form Setter, Paving $38.43 7B 1M

Grant Laborers General Laborer $38.16 7B 1M

Grant Laborers Grade Checker $40.69 7B 1M

Page 3 of 20

3/1/2018https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 229: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

Grant Laborers Grout Machine Header Tender $38.16 7B 1M

Grant Laborers Guard Rail $38.16 7B 1M

Grant Laborers Gunite $38.70 7B 1M

Grant Laborers Hazardous Waste Worker (level A)

$38.98 7B 1M

Grant Laborers Hazardous Waste Worker (level B)

$38.70 7B 1M

Grant Laborers Hazardous Waste Worker (level C)

$38.43 7B 1M

Grant Laborers Hazardous Waste Worker (level D)

$38.16 7B 1M

Grant Laborers Hdpe Or Similar Liner Installer $38.16 7B 1M

Grant Laborers High Scaler $38.70 7B 1M

Grant Laborers Jackhammer Operator Miner, Class "b"

$38.43 7B 1M

Grant Laborers Laser Beam Operator $38.70 7B 1M

Grant Laborers Miner, Class "a" $38.16 7B 1M

Grant Laborers Miner, Class "c" $38.70 7B 1M

Grant Laborers Miner, Class "d" $38.98 7B 1M

Grant Laborers Monitor Operator, Air Track Or Similar Mounting

$38.70 7B 1M

Grant Laborers Mortar Mixer $38.70 7B 1M

Grant Laborers Nipper $38.16 7B 1M

Grant Laborers Nozzleman $38.70 7B 1M

Grant Laborers Nozzleman, Water (to Include Fire Hose), Air Or Steam

$38.43 7B 1M

Grant Laborers Pavement Breaker, 90 Lbs. & Over

$38.70 7B 1M

Grant Laborers Pavement Breaker, Under 90 Lbs.

$38.43 7B 1M

Grant Laborers Pipelayer $38.70 7B 1M

Grant Laborers Pipelayer, Corrugated Metal Culvert And Multi-plate

$38.43 7B 1M

Grant Laborers Pipewrapper $38.70 7B 1M

Grant Laborers Plasterer Tenders $38.70 7B 1M

Grant Laborers Pot Tender $38.43 7B 1M

Grant Laborers Powderman $40.35 7B 1M

Grant Laborers Powderman Helper $38.43 7B 1M

Grant Laborers Power Buggy Operator $38.43 7B 1M

Grant Laborers Power Tool Operator, Gas, Electric, Pneumatic

$38.43 7B 1M

Grant Laborers Railroad Equipment, Power Driven, Except Dual Mobile

$38.43 7B 1M

Grant Laborers Railroad Power Spiker Or Puller, Dual Mobile

$38.43 7B 1M

Grant Laborers Remote Equipment Operator $38.98 7B 1M

Grant Laborers Remote Equipment Operator (i.e. Compaction And Demolition)

$38.43 7B 1M

Page 4 of 20

3/1/2018https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 230: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

Grant Laborers Rigger/signal Person $38.43 7B 1M

Grant Laborers Riprap Person $38.16 7B 1M

Grant Laborers Rodder & Spreader $38.43 7B 1M

Grant Laborers Sandblast Tailhoseman $38.16 7B 1M

Grant Laborers Scaffold Erector, Wood Or Steel

$38.16 7B 1M

Grant Laborers Stake Jumper $38.16 7B 1M

Grant Laborers Structural Mover $38.16 7B 1M

Grant Laborers Tailhoseman (water Nozzle) $38.16 7B 1M

Grant Laborers Timber Bucker & Faller (by Hand)

$38.16 7B 1M

Grant Laborers Track Laborer (rr) $38.16 7B 1M

Grant Laborers Traffic Control Laborer $36.06 7B 1M 8T

Grant Laborers Traffic Control Supervisor $37.06 7B 1M 8S

Grant Laborers Trencher, Shawnee $38.43 7B 1M

Grant Laborers Trenchless Technology Technician

$38.70 7B 1M

Grant Laborers Truck Loader $38.16 7B 1M

Grant Laborers Tugger Operator $38.43 7B 1M

Grant Laborers Vibrators, All $38.70 7B 1M

Grant Laborers Wagon Drills $38.43 7B 1M

Grant Laborers Water Pipe Liner $38.43 7B 1M

Grant Laborers Welder, Electric, Manual Or Automatic (hdpe Or Similar Pipe And Liner)

$38.98 7B 1M

Grant Laborers Well-point Person $38.16 7B 1M

Grant Laborers Wheelbarrow, Power Driven $38.43 7B 1M

Grant Laborers - Underground Sewer & Water

General Laborer & Topman $38.16 7B 1M

Grant Laborers - Underground Sewer & Water

Pipe Layer $38.70 7B 1M

Grant Landscape Construction Irrigation Or Lawn Sprinkler Installers

$11.50 1

Grant Landscape Construction Landscape Equipment Operators Or Truck Drivers

$11.50 1

Grant Landscape Construction Landscaping Or Planting Laborers

$11.50 1

Grant Lathers Journey Level $43.90 5A 1B 8N

Grant Marble Setters Journey Level $47.64 5A 1M

Grant Metal Fabrication (In Shop) Fitter $11.50 1

Grant Metal Fabrication (In Shop) Painter $11.50 1

Grant Metal Fabrication (In Shop) Welder $11.50 1

Grant Millwright Journey Level $61.86 5A 1B 8N

Grant Modular Buildings Journey Level $11.50 1

Grant Painters Journey Level $41.60 6Z 2B

Grant Pile Driver Journey Level $44.99 5A 1B 8N

Grant Plasterers Journey Level $11.50 1

Page 5 of 20

3/1/2018https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 231: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

Grant Playground & Park Equipment Installers

Journey Level $11.50 1

Grant Plumbers & Pipefitters Journey Level $78.33 6Z 1Q

Grant Power Equipment Operators A-frame Truck (2 Or More Drums)

$43.19 7B 1M 8D

Grant Power Equipment Operators A-frame Truck (single Drum) $42.58 7B 1M 8D

Grant Power Equipment Operators Asphalt Plant Operator $43.79 7B 1M 8D

Grant Power Equipment Operators Assistant Plant Operator, Fireman Or Pugmixer (asphalt)

$42.58 7B 1M 8D

Grant Power Equipment Operators Assistant Refrigeration Plant & Chiller Operator (over 1000 Ton)

$43.19 7B 1M 8D

Grant Power Equipment Operators Assistant Refrigeration Plant (under 1000 Ton)

$42.58 7B 1M 8D

Grant Power Equipment Operators Automatic Subgrader (ditches & Trimmers)

$43.79 7B 1M 8D

Grant Power Equipment Operators Backfillers (cleveland & Similar)

$43.19 7B 1M 8D

Grant Power Equipment Operators Backhoe & Hoe Ram (under 3/4 Yd.)

$43.51 7B 1M 8D

Grant Power Equipment Operators Backhoe (45,000 Gw & Under) $43.51 7B 1M 8D

Grant Power Equipment Operators Backhoe (45,000 Gw To 110,000 Gw)

$43.79 7B 1M 8D

Grant Power Equipment Operators Backhoe (over 110,000 Gw) $44.06 7B 1M 8D

Grant Power Equipment Operators Backhoes & Hoe Ram (3 Yds & Over)

$44.06 7B 1M 8D

Grant Power Equipment Operators Backhoes & Hoe Ram (3/4 Yd. To 3 Yd.)

$43.79 7B 1M 8D

Grant Power Equipment Operators Bagley Or Stationary Scraper $42.58 7B 1M 8D

Grant Power Equipment Operators Batch & Wet Mix Operator (multiple Units, 2 & Incl. 4)

$43.79 7B 1M 8D

Grant Power Equipment Operators Batch Plant & Wet Mix Operator, Single Unit (concrete)

$43.19 7B 1M 8D

Grant Power Equipment Operators Batch Plant (over 4 Units) $43.79 7B 1M 8D

Grant Power Equipment Operators Belt Finishing Machine $42.58 7B 1M 8D

Grant Power Equipment Operators Belt Loader (kocal Or Similar) $43.19 7B 1M 8D

Grant Power Equipment Operators Belt-crete Conveyors With Power Pack Or Similar

$43.19 7B 1M 8D

Grant Power Equipment Operators Bending Machine $43.19 7B 1M 8D

Grant Power Equipment Operators Bit Grinders $42.26 7B 1M 8D

Grant Power Equipment Operators Blade (finish & Bluetop), Automatic, Cmi, Abc, Finish Athey & Huber & Similar When Used As Automatic

$44.06 7B 1M 8D

Grant Power Equipment Operators Blade Operator (motor Patrol & Attachments)

$43.79 7B 1M 8D

Grant Power Equipment Operators Blower Operator (cement) $42.58 7B 1M 8D

Grant Power Equipment Operators Boat Operator $42.26 7B 1M 8D

Grant Power Equipment Operators Bob Cat (skid Steer) $43.19 7B 1M 8D

Page 6 of 20

3/1/2018https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 232: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

Grant Power Equipment Operators Bolt Threading Machine $42.26 7B 1M 8D

Grant Power Equipment Operators Boom Cats (side) $43.79 7B 1M 8D

Grant Power Equipment Operators Boring Machine (earth) $43.19 7B 1M 8D

Grant Power Equipment Operators Boring Machine (Rock Under 8 inch Bit - Quarry Master, Joy Or Similar)

$43.19 7B 1M 8D

Grant Power Equipment Operators Bump Cutter (wayne, Saginau Or Similar)

$43.19 7B 1M 8D

Grant Power Equipment Operators Cableway Controller (dispatcher)

$43.79 7B 1M 8D

Grant Power Equipment Operators Cableway Operators $44.06 7B 1M 8D

Grant Power Equipment Operators Canal Lining Machine (concrete)

$43.19 7B 1M 8D

Grant Power Equipment Operators Carrydeck & Boom Truck (under 25 Tons)

$43.51 7B 1M 8D

Grant Power Equipment Operators Cement Hog $42.58 7B 1M 8D

Grant Power Equipment Operators Chipper (without Crane) Cleaning & Doping Machine (pipeline)

$43.19 7B 1M 8D

Grant Power Equipment Operators Clamshell, Dragline $45.16 7B 1M 8D

Grant Power Equipment Operators Compactor (self-propelled With Blade)

$43.79 7B 1M 8D

Grant Power Equipment Operators Compressor (2000 Cfm Or Over, 2 Or More, Gas Diesel Or Electric Power)

$42.58 7B 1M 8D

Grant Power Equipment Operators Compressors (under 2000 Cfm, Gas, Diesel Or Electric Power)

$42.26 7B 1M 8D

Grant Power Equipment Operators Concrete Cleaning / Decontamination Machine Operator

$44.06 7B 1M 8D

Grant Power Equipment Operators Concrete Pump Boon Truck $43.79 7B 1M 8D

Grant Power Equipment Operators Concrete Pumps (squeeze-crete, Flow-crete, Whitman & Similar)

$43.35 7B 1M 8D

Grant Power Equipment Operators Concrete Saw (multiple Cut) $42.58 7B 1M 8D

Grant Power Equipment Operators Concrete Slip Form Paver $43.79 7B 1M 8D

Grant Power Equipment Operators Conveyor Aggregate Delivery Systems (c.a.d.)

$43.79 7B 1M 8D

Grant Power Equipment Operators Crane Oiler- Driver (cdl Required) & Cable Tender, Mucking Machine

$42.26 7B 1M 8D

Grant Power Equipment Operators Cranes (25 Tons & Under), All Attachments Incl. Clamshell, Dragline

$43.51 7B 1M 8D

Grant Power Equipment Operators Cranes (25 Tons To And Including 45 Tons), All Attachments Incl. Clamshell, Dragline

$43.79 7B 1M 8D

Grant Power Equipment Operators Cranes (45 Tons To 85 Tons), All Attachments Incl. Clamshell And Dragline

$44.06 7B 1M 8D

Page 7 of 20

3/1/2018https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 233: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

Grant Power Equipment Operators Cranes (85 Tons & Over) And All Climbing, Overhead, Rail & Tower. All Attachments Incl.

$45.16 7B 1M 8D

Grant Power Equipment Operators Crusher Feeder $42.26 7B 1M 8D

Grant Power Equipment Operators Crusher, Grizzle & Screening Plant Operator

$43.79 7B 1M 8D

Grant Power Equipment Operators Curb Extruder (asphalt Or Concrete)

$43.35 7B 1M 8D

Grant Power Equipment Operators Deck Engineer $43.19 7B 1M 8D

Grant Power Equipment Operators Deck Hand $42.26 7B 1M 8D

Grant Power Equipment Operators Derricks & Stifflegs (65 Tons & Over)

$44.06 7B 1M 8D

Grant Power Equipment Operators Derricks & Stifflegs (under 65 Tons)

$43.51 7B 1M 8D

Grant Power Equipment Operators Distributor Leverman $42.58 7B 1M 8D

Grant Power Equipment Operators Ditch Witch Or Similar $42.58 7B 1M 8D

Grant Power Equipment Operators Dope Pots (power Agitated $42.58 7B 1M 8D

Grant Power Equipment Operators Dozer / Tractor (up To D-6 Or Equivalent) And Traxcavator

$43.19 7B 1M 8D

Grant Power Equipment Operators Dozer / Tractors (d-6 & Equivalent & Over)

$43.79 7B 1M 8D

Grant Power Equipment Operators Dozer, 834 R/t & Similar $43.79 7B 1M 8D

Grant Power Equipment Operators Drill Doctor $43.79 7B 1M 8D

Grant Power Equipment Operators Driller Licensed $45.16 7B 1M 8D

Grant Power Equipment Operators Drillers Helper $42.26 7B 1M 8D

Grant Power Equipment Operators Drilling Equipment (8 inch Bit & Over - Robbins, Reverse Circulation & Similar)

$43.51 7B 1M 8D

Grant Power Equipment Operators Drills (churn, Core, Calyx Or Diamond)

$43.35 7B 1M 8D

Grant Power Equipment Operators Elevating Belt (holland Type) $44.06 7B 1M 8D

Grant Power Equipment Operators Elevating Belt-type Loader (euclid, Barber Green & Similar)

$43.19 7B 1M 8D

Grant Power Equipment Operators Elevating Grader-type Loader (dumor, Adams Or Similar)

$43.19 7B 1M 8D

Grant Power Equipment Operators Elevator Hoisting Materials $42.58 7B 1M 8D

Grant Power Equipment Operators Equipment Serviceman, Greaser & Oiler

$43.35 7B 1M 8D

Grant Power Equipment Operators Fireman & Heater Tender $42.26 7B 1M 8D

Grant Power Equipment Operators Fork Lift Or Lumber Stacker, Hydra-life & Similar

$42.58 7B 1M 8D

Grant Power Equipment Operators Generator Plant Engineers (diesel Or Electric)

$43.19 7B 1M 8D

Grant Power Equipment Operators Gin Trucks (pipeline) $42.58 7B 1M 8D

Grant Power Equipment Operators Grade Checker $43.51 7B 1M 8D

Grant Power Equipment Operators Gunite Combination Mixer & Compressor

$43.19 7B 1M 8D

Grant Power Equipment Operators H.d. Mechanic $44.06 7B 1M 8D

Page 8 of 20

3/1/2018https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 234: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

Grant Power Equipment Operators H.d. Welder $44.06 7B 1M 8D

Grant Power Equipment Operators Heavy Equipment Robotics Operator

$44.06 7B 1M 8D

Grant Power Equipment Operators Helicopter Pilot $45.16 7B 1M 8D

Grant Power Equipment Operators Helper, Mechanic Or Welder, H.D

$42.26 7B 1M 8D

Grant Power Equipment Operators Hoe Ram $43.51 7B 1M 8D

Grant Power Equipment Operators Hoist (2 Or More Drums Or Tower Hoist)

$43.35 7B 1M 8D

Grant Power Equipment Operators Hoist, Single Drum $42.58 7B 1M 8D

Grant Power Equipment Operators Hydraulic Platform Trailers (goldhofer, Shaurerly And Similar)

$44.06 7B 1M 8D

Grant Power Equipment Operators Hydro-seeder, Mulcher, Nozzleman

$42.26 7B 1M 8D

Grant Power Equipment Operators Lime Batch Tank Operator (recycle Train)

$43.79 7B 1M 8D

Grant Power Equipment Operators Lime Brain Operator (recycle Train)

$43.79 7B 1M 8D

Grant Power Equipment Operators Loader (360 Degrees Revolving Koehring Scooper Or Similar)

$44.06 7B 1M 8D

Grant Power Equipment Operators Loader Operator (front-end & Overhead, 4 Yds. Incl. 8 Yds.)

$43.79 7B 1M 8D

Grant Power Equipment Operators Loaders (bucket Elevators And Conveyors)

$42.58 7B 1M 8D

Grant Power Equipment Operators Loaders (overhead & Front-end, Over 8 Yds. To 10 Yds.)

$44.06 7B 1M 8D

Grant Power Equipment Operators Loaders (overhead & Front-end, Under 4 Yds.. R/t)

$43.35 7B 1M 8D

Grant Power Equipment Operators Loaders (overhead And Front-end, 10 Yds. & Over)

$45.16 7B 1M 8D

Grant Power Equipment Operators Locomotive Engineer $43.19 7B 1M 8D

Grant Power Equipment Operators Longitudinal Float $42.58 7B 1M 8D

Grant Power Equipment Operators Master Environmental Maintenance Technician

$44.06 7B 1M 8D

Grant Power Equipment Operators Mixer (portable - Concrete) $42.58 7B 1M 8D

Grant Power Equipment Operators Mixermobile $43.19 7B 1M 8D

Grant Power Equipment Operators Mobile Crusher Operator (recycle Train)

$43.79 7B 1M 8D

Grant Power Equipment Operators Mucking Machine $43.19 7B 1M 8D

Grant Power Equipment Operators Multiple Dozer Units With Single Blade

$43.79 7B 1M 8D

Grant Power Equipment Operators Pavement Breaker, Hydra-hammer & Similar

$42.58 7B 1M 8D

Grant Power Equipment Operators Paving (dual Drum) $43.51 7B 1M 8D

Grant Power Equipment Operators Paving Machine (asphalt And Concrete)

$43.79 7B 1M 8D

Grant Power Equipment Operators Piledriving Engineers $43.51 7B 1M 8D

Grant Power Equipment Operators Plant Oiler $42.26 7B 1M 8D

Grant Power Equipment Operators Posthole Auger Or Punch $43.19 7B 1M 8D

Page 9 of 20

3/1/2018https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 235: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

Grant Power Equipment Operators Power Broom $42.58 7B 1M 8D

Grant Power Equipment Operators Pump (grout Or Jet) $43.19 7B 1M 8D

Grant Power Equipment Operators Pumpman $42.26 7B 1M 8D

Grant Power Equipment Operators Quad-track Or Similar Equipment

$43.79 7B 1M 8D

Grant Power Equipment Operators Railroad Ballast Regulation Operator (self-propelled)

$42.58 7B 1M 8D

Grant Power Equipment Operators Railroad Power Tamper Operator (self-propelled)

$42.58 7B 1M 8D

Grant Power Equipment Operators Railroad Tamper Jack Operator (self-propelled)

$42.58 7B 1M 8D

Grant Power Equipment Operators Railroad Track Liner Operator (self-propelled)

$43.51 7B 1M 8D

Grant Power Equipment Operators Refrigeration Plant Engineer (1000 Tons & Over)

$43.51 7B 1M 8D

Grant Power Equipment Operators Refrigeration Plant Engineer (under 1000 Ton)

$43.35 7B 1M 8D

Grant Power Equipment Operators Rollerman (finishing Asphalt Pavement)

$43.79 7B 1M 8D

Grant Power Equipment Operators Rollers, All Types On Subgrade, Including Seal And Chip Coating (farm Type, Case, John Deere And Similar,or Compacting Vibrator), Except When Pulled B

$42.26 7B 1M 8D

Grant Power Equipment Operators Roto Mill (pavement Grinder) $43.79 7B 1M 8D

Grant Power Equipment Operators Rotomill Groundsman $43.35 7B 1M 8D

Grant Power Equipment Operators Rubber-tired Scrapers (multiple Engine With Three Or More Scrapers)

$44.06 7B 1M 8D

Grant Power Equipment Operators Rubber-tired Skidders (r/t With Or Without Attachments)

$43.35 7B 1M 8D

Grant Power Equipment Operators Scrapers, All, Rubber-tired $43.79 7B 1M 8D

Grant Power Equipment Operators Screed Operator $43.79 7B 1M 8D

Grant Power Equipment Operators Shovels (3 Yds. & Over) $44.06 7B 1M 8D

Grant Power Equipment Operators Shovels (under 3 Yds.) $43.79 7B 1M 8D

Grant Power Equipment Operators Signalman (whirleys, Highline, Hammerheads Or Similar)

$43.51 7B 1M 8D

Grant Power Equipment Operators Soil Stabilizer (p & H Or Similar)

$43.19 7B 1M 8D

Grant Power Equipment Operators Spray Curing Machine (concrete)

$42.58 7B 1M 8D

Grant Power Equipment Operators Spreader Box (self-propelled) $42.58 7B 1M 8D

Grant Power Equipment Operators Spreader Machine $43.19 7B 1M 8D

Grant Power Equipment Operators Steam Cleaner $42.26 7B 1M 8D

Grant Power Equipment Operators Straddle Buggy (ross & Similar On Construction Job Only)

$42.58 7B 1M 8D

Grant Power Equipment Operators Surface Heater & Planer Machine

$43.35 7B 1M 8D

Page 10 of 20

3/1/2018https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 236: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

Grant Power Equipment Operators Tractor (farm Type R/t With Attachments, Except Backhoe)

$42.58 7B 1M 8D

Grant Power Equipment Operators Traverse Finish Machine $43.19 7B 1M 8D

Grant Power Equipment Operators Trenching Machines (7 Ft. Depth & Over)

$43.79 7B 1M 8D

Grant Power Equipment Operators Trenching Machines (under 7 Ft. Depth Capacity)

$43.35 7B 1M 8D

Grant Power Equipment Operators Tug Boat Operator $43.79 7B 1M 8D

Grant Power Equipment Operators Tugger Operator $42.58 7B 1M 8D

Grant Power Equipment Operators Turnhead (with Re-screening) $43.35 7B 1M 8D

Grant Power Equipment Operators Turnhead Operator $43.19 7B 1M 8D

Grant Power Equipment Operators Ultra High Pressure Wateriet Cutting Tool System Operator, (30,000 Psi)

$44.06 7B 1M 8D

Grant Power Equipment Operators Vactor Guzzler, Super Sucker $43.79 7B 1M 8D

Grant Power Equipment Operators Vacuum Blasting Machine Operator

$44.06 7B 1M 8D

Grant Power Equipment Operators Vacuum Drill (reverse Circulation Drill Under 8" Bit)

$43.35 7B 1M 8D

Grant Power Equipment Operators Welding Machine $42.26 7B 1M 8D

Grant Power Equipment Operators Whirleys & Hammerheads, All $44.06 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

A-frame Truck (2 Or More Drums)

$43.19 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

A-frame Truck (single Drum) $42.58 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Asphalt Plant Operator $43.79 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Assistant Plant Operator, Fireman Or Pugmixer (asphalt)

$42.58 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Assistant Refrigeration Plant & Chiller Operator (over 1000 Ton)

$43.19 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Assistant Refrigeration Plant (under 1000 Ton)

$42.58 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Automatic Subgrader (ditches & Trimmers)

$43.79 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Backfillers (cleveland & Similar)

$43.19 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Backhoe & Hoe Ram (under 3/4 Yd.)

$43.51 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Backhoe (45,000 Gw & Under) $43.51 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Backhoe (45,000 Gw To 110,000 Gw)

$43.79 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Backhoe (over 110,000 Gw) $44.06 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Backhoes & Hoe Ram (3 Yds & Over)

$44.06 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Backhoes & Hoe Ram (3/4 Yd. To 3 Yd.)

$43.79 7B 1M 8D

Page 11 of 20

3/1/2018https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 237: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

Grant Power Equipment Operators- Underground Sewer & Water

Bagley Or Stationary Scraper $42.58 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Batch & Wet Mix Operator (multiple Units, 2 & Incl. 4)

$43.79 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Batch Plant & Wet Mix Operator, Single Unit (concrete)

$43.19 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Batch Plant (over 4 Units) $43.79 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Belt Finishing Machine $42.58 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Belt Loader (kocal Or Similar) $43.19 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Belt-crete Conveyors With Power Pack Or Similar

$43.19 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Bending Machine $43.19 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Bit Grinders $42.26 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Blade (finish & Bluetop), Automatic, Cmi, Abc, Finish Athey & Huber & Similar When Used As Automatic

$44.06 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Blade Operator (motor Patrol & Attachments)

$43.79 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Blower Operator (cement) $42.58 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Boat Operator $42.26 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Bob Cat (skid Steer) $43.19 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Bolt Threading Machine $42.26 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Boom Cats (side) $43.79 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Boring Machine (earth) $43.19 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Boring Machine (Rock Under 8 inch Bit - Quarry Master, Joy Or Similar)

$43.19 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Bump Cutter (wayne, Saginau Or Similar)

$43.19 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Cableway Controller (dispatcher)

$43.79 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Cableway Operators $44.06 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Canal Lining Machine (concrete)

$43.19 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Carrydeck & Boom Truck (under 25 Tons)

$43.51 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Cement Hog $42.58 7B 1M 8D

Page 12 of 20

3/1/2018https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 238: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

Grant Power Equipment Operators- Underground Sewer & Water

Chipper (without Crane) Cleaning & Doping Machine (pipeline)

$43.19 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Clamshell, Dragline $45.16 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Compactor (self-propelled With Blade)

$43.79 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Compressor (2000 Cfm Or Over, 2 Or More, Gas Diesel Or Electric Power)

$42.58 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Compressors (under 2000 Cfm, Gas, Diesel Or Electric Power)

$42.26 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Concrete Cleaning / Decontamination Machine Operator

$44.06 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Concrete Pump Boon Truck $43.79 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Concrete Pumps (squeeze-crete, Flow-crete, Whitman & Similar)

$43.35 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Concrete Saw (multiple Cut) $42.58 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Concrete Slip Form Paver $43.79 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Conveyor Aggregate Delivery Systems (c.a.d.)

$43.79 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Crane Oiler- Driver (cdl Required) & Cable Tender, Mucking Machine

$42.26 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Cranes (25 Tons & Under), All Attachments Incl. Clamshell, Dragline

$43.51 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Cranes (25 Tons To And Including 45 Tons), All Attachments Incl. Clamshell, Dragline

$43.79 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Cranes (45 Tons To 85 Tons), All Attachments Incl. Clamshell And Dragline

$44.06 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Cranes (85 Tons & Over) And All Climbing, Overhead, Rail & Tower. All Attachments Incl.

$45.16 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Crusher Feeder $42.26 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Crusher, Grizzle & Screening Plant Operator

$43.79 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Curb Extruder (asphalt Or Concrete)

$43.35 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Deck Engineer $43.19 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Deck Hand $42.26 7B 1M 8D

Page 13 of 20

3/1/2018https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 239: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

Grant Power Equipment Operators- Underground Sewer & Water

Derricks & Stifflegs (65 Tons & Over)

$44.06 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Derricks & Stifflegs (under 65 Tons)

$43.51 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Distributor Leverman $42.58 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Ditch Witch Or Similar $42.58 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Dope Pots (power Agitated $42.58 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Dozer / Tractor (up To D-6 Or Equivalent) And Traxcavator

$43.19 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Dozer / Tractors (d-6 & Equivalent & Over)

$43.79 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Dozer, 834 R/t & Similar $43.79 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Drill Doctor $43.79 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Driller Licensed $45.16 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Drillers Helper $42.26 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Drilling Equipment (8 inch Bit & Over - Robbins, Reverse Circulation & Similar)

$43.51 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Drills (churn, Core, Calyx Or Diamond)

$43.35 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Elevating Belt (holland Type) $44.06 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Elevating Belt-type Loader (euclid, Barber Green & Similar)

$43.19 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Elevating Grader-type Loader (dumor, Adams Or Similar)

$43.19 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Elevator Hoisting Materials $42.58 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Equipment Serviceman, Greaser & Oiler

$43.35 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Fireman & Heater Tender $42.26 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Fork Lift Or Lumber Stacker, Hydra-life & Similar

$42.58 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Generator Plant Engineers (diesel Or Electric)

$43.19 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Gin Trucks (pipeline) $42.58 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Grade Checker $43.51 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Gunite Combination Mixer & Compressor

$43.19 7B 1M 8D

Grant H.d. Mechanic $44.06 7B 1M 8D

Page 14 of 20

3/1/2018https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 240: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

Power Equipment Operators- Underground Sewer & Water

Grant Power Equipment Operators- Underground Sewer & Water

H.d. Welder $44.06 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Heavy Equipment Robotics Operator

$44.06 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Helicopter Pilot $45.16 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Helper, Mechanic Or Welder, H.D

$42.26 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Hoe Ram $43.51 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Hoist (2 Or More Drums Or Tower Hoist)

$43.35 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Hoist, Single Drum $42.58 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Hydraulic Platform Trailers (goldhofer, Shaurerly And Similar)

$44.06 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Hydro-seeder, Mulcher, Nozzleman

$42.26 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Lime Batch Tank Operator (recycle Train)

$43.79 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Lime Brain Operator (recycle Train)

$43.79 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Loader (360 Degrees Revolving Koehring Scooper Or Similar)

$44.06 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Loader Operator (front-end & Overhead, 4 Yds. Incl. 8 Yds.)

$43.79 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Loaders (bucket Elevators And Conveyors)

$42.58 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Loaders (overhead & Front-end, Over 8 Yds. To 10 Yds.)

$44.06 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Loaders (overhead & Front-end, Under 4 Yds.. R/t)

$43.35 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Loaders (overhead And Front-end, 10 Yds. & Over)

$45.16 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Locomotive Engineer $43.19 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Longitudinal Float $42.58 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Master Environmental Maintenance Technician

$44.06 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Mixer (portable - Concrete) $42.58 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Mixermobile $43.19 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Mobile Crusher Operator (recycle Train)

$43.79 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Mucking Machine $43.19 7B 1M 8D

Page 15 of 20

3/1/2018https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 241: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

Grant Power Equipment Operators- Underground Sewer & Water

Multiple Dozer Units With Single Blade

$43.79 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Pavement Breaker, Hydra-hammer & Similar

$42.58 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Paving (dual Drum) $43.51 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Paving Machine (asphalt And Concrete)

$43.79 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Piledriving Engineers $43.51 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Plant Oiler $42.26 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Posthole Auger Or Punch $43.19 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Power Broom $42.58 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Pump (grout Or Jet) $43.19 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Pumpman $42.26 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Quad-track Or Similar Equipment

$43.79 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Railroad Ballast Regulation Operator (self-propelled)

$42.58 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Railroad Power Tamper Operator (self-propelled)

$42.58 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Railroad Tamper Jack Operator (self-propelled)

$42.58 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Railroad Track Liner Operator (self-propelled)

$43.51 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Refrigeration Plant Engineer (1000 Tons & Over)

$43.51 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Refrigeration Plant Engineer (under 1000 Ton)

$43.35 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Rollerman (finishing Asphalt Pavement)

$43.79 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Rollers, All Types On Subgrade, Including Seal And Chip Coating (farm Type, Case, John Deere And Similar,or Compacting Vibrator), Except When Pulled B

$42.26 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Roto Mill (pavement Grinder) $43.79 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Rotomill Groundsman $43.35 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Rubber-tired Scrapers (multiple Engine With Three Or More Scrapers)

$44.06 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Rubber-tired Skidders (r/t With Or Without Attachments)

$43.35 7B 1M 8D

Page 16 of 20

3/1/2018https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 242: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

Grant Power Equipment Operators- Underground Sewer & Water

Scrapers, All, Rubber-tired $43.79 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Screed Operator $43.79 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Shovels (3 Yds. & Over) $44.06 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Shovels (under 3 Yds.) $43.79 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Signalman (whirleys, Highline, Hammerheads Or Similar)

$43.51 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Soil Stabilizer (p & H Or Similar)

$43.19 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Spray Curing Machine (concrete)

$42.58 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Spreader Box (self-propelled) $42.58 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Spreader Machine $43.19 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Steam Cleaner $42.26 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Straddle Buggy (ross & Similar On Construction Job Only)

$42.58 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Surface Heater & Planer Machine

$43.35 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Tractor (farm Type R/t With Attachments, Except Backhoe)

$42.58 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Traverse Finish Machine $43.19 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Trenching Machines (7 Ft. Depth & Over)

$43.79 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Trenching Machines (under 7 Ft. Depth Capacity)

$43.35 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Tug Boat Operator $43.79 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Tugger Operator $42.58 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Turnhead (with Re-screening) $43.35 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Turnhead Operator $43.19 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Ultra High Pressure Wateriet Cutting Tool System Operator, (30,000 Psi)

$44.06 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Vactor Guzzler, Super Sucker $43.79 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Vacuum Blasting Machine Operator

$44.06 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Vacuum Drill (reverse Circulation Drill Under 8" Bit)

$43.35 7B 1M 8D

Grant Power Equipment Operators- Underground Sewer & Water

Welding Machine $42.26 7B 1M 8D

Page 17 of 20

3/1/2018https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 243: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

Grant Power Equipment Operators- Underground Sewer & Water

Whirleys & Hammerheads, All $44.06 7B 1M 8D

Grant Power Line Clearance Tree Trimmers

Journey Level In Charge $48.54 5A 4A

Grant Power Line Clearance Tree Trimmers

Spray Person $46.03 5A 4A

Grant Power Line Clearance Tree Trimmers

Tree Equipment Operator $48.54 5A 4A

Grant Power Line Clearance Tree Trimmers

Tree Trimmer $43.32 5A 4A

Grant Power Line Clearance Tree Trimmers

Tree Trimmer Groundperson $32.68 5A 4A

Grant Refrigeration & Air Conditioning Mechanics

Journey Level $27.67 1

Grant Residential Brick Mason Journey Level $47.64 5A 1M

Grant Residential Carpenters Journey Level $13.86 1

Grant Residential Cement Masons Journey Level $11.50 1

Grant Residential Drywall Applicators

Journey Level $17.49 1

Grant Residential Drywall Tapers Journey Level $14.00 1

Grant Residential Electricians Journey Level $22.95 1

Grant Residential Glaziers Journey Level $13.80 1

Grant Residential Insulation Applicators

Journey Level $11.50 1

Grant Residential Laborers Journey Level $11.50 1

Grant Residential Marble Setters Journey Level $47.64 5A 1M

Grant Residential Painters Journey Level $13.52 1

Grant Residential Plumbers & Pipefitters

Journey Level $21.17 1

Grant Residential Refrigeration & Air Conditioning Mechanics

Journey Level $21.17 1

Grant Residential Sheet Metal Workers

Journey Level (Field or Shop) $26.53 1

Grant Residential Soft Floor Layers Journey Level $22.77 1

Grant Residential Sprinkler Fitters (Fire Protection)

Journey Level $16.84 1

Grant Residential Stone Masons Journey Level $47.64 5A 1M

Grant Residential Terrazzo Workers Journey Level $11.50 1

Grant Residential Terrazzo/Tile Finishers

Journey Level $17.00 1

Grant Residential Tile Setters Journey Level $11.50 1

Grant Roofers Journey Level $26.11 1

Grant Sheet Metal Workers Journey Level (Field or Shop) $52.46 6Z 1B

Grant Sign Makers & Installers (Electrical)

Journey Level $62.96 7F 1E

Grant Sign Makers & Installers (Non-Electrical)

Journey Level $14.65 1

Grant Soft Floor Layers Journey Level $22.77 1

Grant Solar Controls For Windows Journey Level $11.50 1

Page 18 of 20

3/1/2018https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 244: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

Grant Sprinkler Fitters (Fire Protection)

Journey Level $53.00 7J 1R

Grant Stage Rigging Mechanics (Non Structural)

Journey Level $13.23 1

Grant Stone Masons Journey Level $47.64 5A 1M

Grant Street And Parking Lot Sweeper Workers

Journey Level $14.00 1

Grant Surveyors All Classifications $28.57 Null 1

Grant Telecommunication Technicians

Journey Level $17.65 1

Grant Telephone Line Construction - Outside

Cable Splicer $38.84 5A 2B

Grant Telephone Line Construction - Outside

Hole Digger/Ground Person $21.45 5A 2B

Grant Telephone Line Construction - Outside

Installer (Repairer) $37.21 5A 2B

Grant Telephone Line Construction - Outside

Special Aparatus Installer I $38.84 5A 2B

Grant Telephone Line Construction - Outside

Special Apparatus Installer II $38.03 5A 2B

Grant Telephone Line Construction - Outside

Telephone Equipment Operator (Heavy)

$38.84 5A 2B

Grant Telephone Line Construction - Outside

Telephone Equipment Operator (Light)

$36.09 5A 2B

Grant Telephone Line Construction - Outside

Telephone Lineperson $36.09 5A 2B

Grant Telephone Line Construction - Outside

Television Groundperson $20.33 5A 2B

Grant Telephone Line Construction - Outside

Television Lineperson/Installer

$27.21 5A 2B

Grant Telephone Line Construction - Outside

Television System Technician $32.55 5A 2B

Grant Telephone Line Construction - Outside

Television Technician $29.18 5A 2B

Grant Telephone Line Construction - Outside

Tree Trimmer $36.09 5A 2B

Grant Terrazzo Workers Journey Level $40.90 5A 1M

Grant Tile Setters Journey Level $40.90 5A 1M

Grant Tile, Marble & Terrazzo Finishers

Journey Level $33.33 5A 1M

Grant Traffic Control Stripers Journey Level $44.93 7A 1K

Grant Truck Drivers Dump Truck $26.09 1

Grant Truck Drivers Dump Truck And Trailer $26.09 1

Grant Truck Drivers Other Trucks $27.84 1

Grant Truck Drivers Transit Mixer $11.50 1

Grant Well Drillers & Irrigation Pump Installers

Irrigation Pump Installer $13.61 1

Grant Well Drillers & Irrigation Pump Installers

Oiler $11.50 1

Grant Well Driller $18.00 1

Page 19 of 20

3/1/2018https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 245: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

Well Drillers & Irrigation Pump Installers

Page 20 of 20

3/1/2018https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 246: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

************************************************************************************************************ Overtime Codes

Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects, the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker.

1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE

PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.

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 first two (2) hours before or after a five-eight (8) hour workweek day or a four-ten (10) hour workweek day and

the first eight (8) hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage.

E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday

shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.

F. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday

shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage.

G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four-

ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.

H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment

breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.

I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage.

J. 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 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.

Page 247: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

Overtime Codes Continued

1. O. The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours

worked on Sundays, holidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on Saturday shall be paid at double the hourly rate of wage.

P. All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and

one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage.

Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day) shall be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage.

R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. S. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday

shall be paid at one and one-half times the hourly rate of wage. All 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 first twelve (12) hours on Saturday

shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage.

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.

Page 248: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

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 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 first 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.

3. 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 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. The employer shall have the sole discretion to assign overtime work to employees. Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more.

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.

Page 249: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

Overtime Codes Continued

3. D. 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 15% over the hourly rate of wage. All other hours worked after 6:00 am 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.

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.

F. 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.

I. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. In the event the job is down due to weather conditions during a five day work week (Monday through Friday,) or a four day-ten hour work week (Tuesday through Friday,) 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 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.

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 first 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.

Page 250: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

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 (1½) 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.

F. 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.

Holiday Codes 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after

Thanksgiving Day, and Christmas Day (7).

B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas, and Christmas Day (8).

C. ay, Thanksgiving Day, the

Friday after Thanksgiving Day, And Christmas Day (8).

Page 251: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

Holiday Codes Continued 5. 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).

I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day

(6). J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day,

Christmas Eve Day, And Christmas Day (7). K. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,

Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). L. , Memorial Day, Independence Day, Labor Day, Thanksgiving

Day, Friday after Thanksgiving Day, And Christmas Day (8).

N. Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (9).

P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday

After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday.

Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas

Day (6).

R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, One-Half Day Before Christmas Day, And Christmas Day. (7 1/2).

S. And Christmas Day (7).

T. 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.

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 Ho

Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Christmas Eve Day (11).

Page 252: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

Holiday Codes Continued

6. H.

Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday (10). I. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday

After Thanksgiving Day, And Christmas Day (7). T.

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.

7. A. 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. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day.

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

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.

F. 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.

Page 253: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

Holiday Codes Continued 7. I.

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.

J. 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.

M.

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.

P. 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. 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.

Page 254: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

Holiday Codes Continued T. Paid Holidays: New Year's Day, the Day after o

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.

Note Codes 8. D. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And

Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D:

$0.50. N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level

C: $0.50, And Level D: $0.25.

P. 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.

R. 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 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. These classifications are only effective on or after August 31, 2012.

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.

T. 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.

Page 255: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

Note Codes Continued 8. 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 performing 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

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 150' - $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 dis - - -

Page 256: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

FEDERAL WAGE RATES

Page 257: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

General Decision Number: WA180070 02/23/2018 WA70

Superseded General Decision Number: WA20170070

State: Washington

Construction Type: Heavy including water and sewer line construction

County: Grant County in Washington.

HEAVY CONSTRUCTION PROJECTS (including sewer/water construction).

Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.35 for calendar year 2018 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.35 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2018. The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts.

Modification Number Publication Date 0 01/05/2018 1 02/23/2018

CARP0001-007 06/01/2017

Rates Fringes

CARPENTER (Including Form Work)............................$ 32.32 16.14

ZONE PAY: ZONE 1 0-40 MILES FREE ZONE 2 41-65 MILES $2.25/PER HOUR ZONE 3 66-100 MILES $3.25/PER HOUR ZONE 4 OVER 100 MILES $4.75/PER HOUR

DISPATCH POINTS: CARPENTERS/MILLWRIGHTS: PASCO (2819 W. SYLVESTER) or Main Post Office of established residence of employee (Whichever is closest to the worksite).

CARPENTERS: SPOKANE (127 E. AUGUSTA AVE.) or Main Post Office of established residence of employee (Whichever is closest to the worksite).

Page 1 of 8

3/1/2018https://wdol.gov/wdol/scafiles/davisbacon/wa70.dvb

Page 258: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

CARPENTERS: WENATCHEE (27 N. CHELAN) or Main Post Office of established residence of employee (Whichever is closest to the worksite).

CARPENTERS: COEUR D' ALENE (1839 N. GOVERNMENT WAY) or Main Post Office of established residence of employee (Whichever is closest to the worksite).

CARPENTERS: MOSCOW (302 N. JACKSON) or Main Post Office of established residence of employee (Whichever is closest to the worksite).

HAZMAT PROJECTS:

Anyone working on a HAZMAT job (task, where HAZMAT certification is required, shall be compensated at a premium, in addition to the classification working in as follows:

LEVEL D+ $.25 per hour - This is the lowest level of proection. No respirator is used and skin proection is minimal.

LEVEL C+ $.50 per hour - This level uses an air purifying respirator or additional protective clothing.

LEVEL B+ $.75 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical "splash suit."

LEVEL A+ $1.00 per hour - This level utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line.

---------------------------------------------------------------- CARP0001-015 06/01/2017

Rates Fringes

MILLWRIGHT.......................$ 43.42 18.44

ZONE PAY: ZONE 1 0-40 MILES FREE ZONE 2 41-65 MILES $2.25/PER HOUR ZONE 3 66-100 MILES $3.25/PER HOUR ZONE 4 OVER 100 MILES $4.75/PER HOUR

DISPATCH POINTS: CARPENTERS/MILLWRIGHTS: PASCO (515 N. Neel Street) or Main Post Office of established residence of employee (Whichever is closest to the worksite).

CARPENTERS: SPOKANE (127 E. AUGUSTA AVE.) or Main Post Office of established residence of employee (Whichever is closest to the worksite).

CARPENTERS: WENATCHEE (27 N. CHELAN) or Main Post Office of established residence of employee (Whichever is closest to the worksite).

Page 2 of 8

3/1/2018https://wdol.gov/wdol/scafiles/davisbacon/wa70.dvb

Page 259: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

CARPENTERS: COEUR D' ALENE (1839 N. GOVERNMENT WAY) or Main Post Office of established residence of employee (Whichever is closest to the worksite).

CARPENTERS: MOSCOW (302 N. JACKSON) or Main Post Office of established residence of employee (Whichever is closest to the worksite).

HAZMAT PROJECTS:

Anyone working on a HAZMAT job (task, where HAZMAT certification is required, shall be compensated at a premium, in addition to the classification working in as follows:

LEVEL D+ $.25 per hour - This is the lowest level of proection. No respirator is used and skin proection is minimal.

LEVEL C+ $.50 per hour - This level uses an air purifying respirator or additional protective clothing.

LEVEL B+ $.75 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical "splash suit."

LEVEL A+ $1.00 per hour - This level utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line.

---------------------------------------------------------------- ELEC0077-001 02/01/2013

Rates Fringes

Line Construction: LINEMEN.....................$ 45.62 4%+12.90 ---------------------------------------------------------------- ELEC0191-015 06/01/2017

Rates Fringes

ELECTRICIAN......................$ 40.65 19.59 ---------------------------------------------------------------- * ENGI0370-004 06/01/2017

Rates Fringes

POWER EQUIPMENT OPERATOR GROUP 1.....................$ 27.11 15.20 GROUP 2.....................$ 27.43 15.20 GROUP 3.....................$ 28.04 15.20 GROUP 4.....................$ 28.20 15.20 GROUP 5.....................$ 28.36 15.20 GROUP 6.....................$ 28.64 15.20 GROUP 7.....................$ 28.91 15.20 GROUP 8.....................$ 30.01 15.20

ZONE DIFFERENTIAL (Add to Zone 1 rate): Zone 2 - $2.00

Page 3 of 8

3/1/2018https://wdol.gov/wdol/scafiles/davisbacon/wa70.dvb

Page 260: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

Zone 1: Within 45 mile radius of Spokane, Pasco, Washington; Lewiston, Idaho

Zone 2: Outside 45 mile radius of Spokane, Pasco, Washington; Lewiston, Idaho

POWER EQUIPMENT OPERATORS CLASSIFICATIONS

GROUP 1: Rollers, all types on subgrade, including seal and chip coatings

GROUP 2: Fork Lift

GROUP 3: Bulldozer (up to D-6 or equivalent)

GROUP 4: Loaders (overhead & front-end, under 4 yds. R/T); Oiler

GROUP 5: Backhoe (Under 45,000 gw); Trackhoe/Excavator (under 3/4 yd.); Cranes (25 tons & under); Boom Truck (Under 25 tons)

GROUP 6: Asphalt Roller; Backhoe (45,000 gw and over to 110,000 gw); Trackhoe/Excavator (3/4 yd. to 3 yd.); Cranes (over 25 tons, to and including 45 tons), Bulldozer, 834 R/T & similar; Loader Operator (front-end & overhead, 4 yds. incl. 8 yds.); Mechanic

GROUP 7: Backhoe (Over 110,000); Trackhoe/Excavator (3 yds & over); Cranes (over 45 tons to but not including 85 tons); Loaders (overhead & front-end, over 8 yds. to 10 yds.); Grader/Blade

GROUP 8: Cranes (85 tons and over, and all climbing, overhead,rail and tower); Loaders (overhead and front-end, 10 yards and over)

BOOM PAY: (All Cranes, Including Tower) 180 ft to 250 ft $ .50 over scale Over 250 ft $ .80 over scale

NOTE: In computing the length of the boom on Tower Cranes, they shall be measured from the base of the Tower to the point of the boom.

HAZMAT: Anyone working on HAZMAT jobs, working with supplied air shall receive $1.00 an hour above classification.

---------------------------------------------------------------- IRON0014-001 07/01/2016

Rates Fringes

IRONWORKER (Reinforcing and Structural)......................$ 32.89 24.56 ----------------------------------------------------------------

Page 4 of 8

3/1/2018https://wdol.gov/wdol/scafiles/davisbacon/wa70.dvb

Page 261: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

LABO0238-003 06/01/2017

Rates Fringes

LABORER GROUP 1.....................$ 24.66 11.30 GROUP 3.....................$ 27.03 11.30 GROUP 4.....................$ 27.30 11.30

Zone Differential (Add to Zone 1 rates): Zone 2 - $2.00

BASE POINTS: Pasco

Zone 1: 0-45 radius miles from the main post office. Zone 2: 45 radius miles and over from the main post office

LABORERS CLASSIFICATIONS

GROUP 1: Flagger

GROUP 3: Mason Tender-Cement/Concrete; Pipelayer; Chipping Guns

GROUP 4: Grade Checker

---------------------------------------------------------------- LABO0238-007 06/01/2017

Rates Fringes

Laborer, Mason Tender Brick......$ 26.76 11.30 ---------------------------------------------------------------- PAIN0005-003 07/01/2017

Rates Fringes

PAINTER (Brush, Roller, and Spray.)..........................$ 25.19 11.10 ---------------------------------------------------------------- SUWA2009-036 08/07/2009

Rates Fringes

CEMENT MASON/CONCRETE FINISHER...$ 17.21 0.00

LABORER: Common or General......$ 22.68 0.00

LABORER: Landscape..............$ 14.67 0.00

OPERATOR: Drill.................$ 28.15 8.20

PIPEFITTER.......................$ 25.98 3.98

TRUCK DRIVER: Dump Truck........$ 19.67 0.00

TRUCK DRIVER: Water Truck.......$ 24.36 8.30

TRUCK DRIVER: 10 Yard Truck.....$ 24.61 8.34 ----------------------------------------------------------------

Page 5 of 8

3/1/2018https://wdol.gov/wdol/scafiles/davisbacon/wa70.dvb

Page 262: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental.

================================================================

Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts.

Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)).

----------------------------------------------------------------

The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate).

Union Rate Identifiers

A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014.

Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate.

Page 6 of 8

3/1/2018https://wdol.gov/wdol/scafiles/davisbacon/wa70.dvb

Page 263: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

Survey Rate Identifiers

Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier.

Survey wage rates are not updated and remain in effect until a new survey is conducted.

Union Average Rate Identifiers

Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier.

A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based.

----------------------------------------------------------------

WAGE DETERMINATION APPEALS PROCESS

1.) Has there been an initial decision in the matter? This can be:

* an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling

On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed.

Page 7 of 8

3/1/2018https://wdol.gov/wdol/scafiles/davisbacon/wa70.dvb

Page 264: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to:

Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:

Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue.

3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to:

Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

4.) All decisions by the Administrative Review Board are final.

================================================================

END OF GENERAL DECISION

Page 8 of 8

3/1/2018https://wdol.gov/wdol/scafiles/davisbacon/wa70.dvb

Page 265: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

PART 7

APPENDIX

Page 266: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

APPENDIX A

PROPERTY RELEASE

Page 267: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

PROPERTY RELEASE

________________________________________________ (Owner's Name)

________________________________________________

(Property Address)

________________________________________________ DATE:_____________________________________ I, __________________________________, owner of ____________ (Property Owner's Name) (Property __________________________________, hereby release (Description or Address) _________________________________, from any property (Contractor's Name) damage or personal injury resulting from construction adjacent to or on my property located at ___________________________________, (Property Address)

during construction of the BASIN STREET (SR 28) WATER MAIN

REPLACEMENT - REBID. My signature below is my acknowledgment and

acceptance that my property, as identified above, was returned to a satisfactory

condition. Name: ______________________________ Signed: ______________________________ Address: ______________________________ ______________________________ Phone: ______________________________

Page 268: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

APPENDIX B

DWSRF FORMS

Page 269: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

Washington State Department of Commerce

PUBLIC WORKS BOARD

DRINKING WATER STATE REVOLVING FUND LABOR STANDARDS CERTIFICATION

Legal Name

Contract Number

Invoice Voucher Request #

CERTIFICATION I hereby certify that all certified payrolls for the period supported by the attached invoice voucher have been reviewed to ensure that all laborers and mechanics are being paid at least the higher of the wage rates contained in the applicable federal or state wage decisions for the type of work performed. Borrowers Signature: ______________________________________________ Print Name: ______________________________________________ Title: ______________________________________________ Date: ______________________________________________

Page 270: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

Washington State Department of Commerce

PUBLIC WORKS BOARD DRINKING WATER STATE REVOLVING FUND

AMERICAN IRON and STEEL CERTIFICATION

Legal Name:

Project Name:

Contract Number: Invoice Voucher Request #

I hereby certify that all of the iron and steel products used and referenced in the attached Invoice Voucher for cost reimbursement are in full compliance with the American Iron and Steel requirements as mandated in Part 1: Special Terms and Conditions; Paragraph 1.37 (Municipal Borrowers) or Paragraph 1.42 (Non-municipal Borrowers) of the loan agreement with Commerce.

“Iron and steel products” means the following products made primarily of iron and steel; lined or unlined pipes and fittings, manhole covers and other municipal castings, hydrants, tanks, flanges, pipe clamps and restraints, valves, structural steel, reinforced precast concrete, and construction materials (as defined in Part 1.; 1.1 Definitions).

I further certify that the costs of all of the iron and steel products produced in the United States were incurred while undertaking and administering approved project activities in accordance with Attachment I: Scope of Work and Attachment V: DWSRF Eligible Project Costs of the loan agreement. Signature: ______________________________________________ Print Name: ______________________________________________ Title: ______________________________________________ Date: ______________________________________________

Page 271: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

APPENDIX C

BUY AMERICAN CERTIFICATION

Page 272: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

BUY AMERICAN CERTIFICATION Project Owner: CITY OF EPHRATA Project Name: BASIN STREET (SR 28) WATER MAIN

REPLACEMENT - REBID DWSRD Contract Number: DM16-952-039 Progress Estimate No. _________ The Contractor acknowledges to and for the benefit of the Project Owner and the State of Washington that it understands the goods and services under this Agreement are being funded with monies made available by the Water Pollution Control Revolving Fund which contains provisions commonly known as “American Iron and Steel;” that requires all of the iron and steel products used in the project be produced in the United States (“American Iron and Steel Requirements”) including iron and steel products provided by the Contactor pursuant to this Agreement. “Iron and Steel products” means the following products made primarily of iron or steel: lined or unlined pipes and fittings, manhole covers and other municipal castings, hydrants, tanks, flanges, pipe clamps and restraints, valves, structural steel, reinforced precast concrete, and construction materials. I hereby certify that all of the iron and steel products used and referenced in the attached Progress Estimate are in full compliance with the American Iron and Steel requirements. CONTRACTOR: Signature: Print Name: Title: Date:

Page 273: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

APPENDIX D

INADVERTANT DISCOVERY PLAN AND PROCEDURES OF CULTURAL RESOURCES AND HUMAN SKELETAL

REMAINS

Page 274: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

1

INADVERTENT DISCOVERY PLAN AND PROCEDURES OF CULTURAL RESOURCES AND HUMAN SKELETAL REMAINS

CITY OF EPHRATA BASIN STREET WATER MAIN REPLACEMENT PROJECT

GRANT COUNTY, WASHINGTON

1. INTRODUCTION The City of Ephrata plans to construct the Basin Street Water Main Replacement Project. The purpose of this project is to replace the existing water main and appurtenances in and along Basin Street (State Route 28) from approximately 2297 Basin Street SW to 3rd Avenue SW and from 3rd Avenue NW to 15th Avenue NW, including parts of 14th Avenue NW and Alder Street NW. The water main is located in the center of the City’s water system (DOH Water System ID #23650A). The project will include a new 12-inch water main pipe, fire hydrants, valves, water services, and appurtenances. The following Monitoring Plan and Inadvertent Discovery Plan (IDP) outlines procedures to follow, in accordance with state and federal laws, if archaeological materials or human remains are discovered. 2. MONITORING PLAN Monitoring of a percentage of the project excavations by a professional archaeologist has been proposed to help ensure that if buried cultural materials or human remains are encountered, they are treated in an appropriate manner, and to help with a timely determination of their significance. This Monitoring Plan has been prepared by Plateau Archaeological Investigations, LLC (PAI), and included within an IDP that was prepared by the Washington State Department of Health (DOH). Since a professional archaeologist will be onsite for a portion of the excavation work, this Monitoring Plan and IDP is intended to help determine the protocol in the event of a discovery, whether a PAI archaeologist is present, or not present. Prior to ground disturbing work on the Basin Street Water Main Replacement Project, PAI will provide onsite training to the construction crew to help explain the purpose of the archaeological monitoring, to describe some of the types of artifacts and features that could be of interest, and to help explain the procedures if cultural materials or human remains are encountered. The training may be informal and could be incorporated in a safety tailgate meeting or other meeting that best meets the needs of the City of Ephrata and the construction company. This training can be repeated as necessary during the project if there is a notable change in construction personnel. Approximately 25% of the length of the excavations for the water main will be monitored by a professional archaeologist. The specific locations of monitoring will be determined partly

Page 275: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

2

by field conditions. The archaeologist will be more interested in monitoring fine-grained sedimentary materials than sediments consisting predominately of cobbles and/or boulders. As the project continues and observations of the sediments provide additional information, the specifics of this Monitoring Plan may be changed to better address the field conditions and relative potential for previously unidentified cultural materials. Four specific areas will be monitored based on ethnographic information and recommendations provided by the Colville Confederated Tribes (CCT) Tribal Historic Preservation Officer (THPO), and the Department of Archaeology and Historic Preservation’s (DAHP) Statewide Predictive Model (SPM). From north to south, the four areas include:

North of 11th Ave NW; 35% of this segment will be monitored 5th Ave NW to 3rd Ave NW; 75% of this segment will be monitored 3rd Ave SW to 5th Ave SW; 75% of this segment will be monitored South of 18th Ave SW; 25% of this segment will be monitored

The four areas identified for initial monitoring, considering the percentages outlined above, constitute approximately 19% of the project length. This will allow the professional archaeologist discretion to determine other areas to monitor based on the presence or absence of cultural materials, depositional factors, and other environmental conditions. 3. RECOGNIZING CULTURAL RESOURCES A cultural resource discovery could be prehistoric or historic. Examples include, but are not limited to:

• An accumulation of shell, burned rocks, or other food related materials, • Bones or small pieces of bone, • An area of charcoal or very dark stained soil with artifacts, • Stone tools or waste flakes (i.e. an arrowhead, or stone chips), • Clusters of tin cans or bottles, logging or agricultural equipment that appears to be

older than 50 years, • Buried railroad tracks, decking, or other industrial materials. • Identifiable building materials or remains, foundations, or rock alignments.

When in doubt, assume the material is a cultural resource.

4. ON-SITE RESPONSIBILITIES STEP 1: STOP WORK. If any City of Ephrata employee, contractor, subcontractor, or PAI archaeologist believes that he or she has uncovered a cultural resource at any point in the project, all work adjacent to the discovery must stop. The discovery location should be secured at all times.

Page 276: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

3

If human remains are encountered, treat them with dignity and respect at all times. Cover the remains with a tarp, landscape fabric, or other similar materials (not soil or rocks) for temporary protection in place and to shield them from being photographed. Do not call 911. Do not speak to the media. Remind other people on the project to refrain from discussing the find with anyone. STEP 2: NOTIFY MONITOR. If a PAI archaeological monitor is present on the project area, notify that person. If a PAI archaeologist is not on the project area, notify the City of Ephrata’s CR Program Manager, and follow the protective measures of this IDP to the best ability capable until the CR Program Manager or the PAI archaeologist is present. The CR Program Manager and PAI archaeologist will follow the provisions of this IDP. STEP 3: NOTIFY PROJECT MANAGEMENT AND CULTURAL RESOURCES PROGRAM. Contact the Project Manager and the Cultural Resources (CR) Program Manager: Project Manager: Bill Sangster City of Ephrata Public Works Director (509) 754-4601 [email protected]

CR Program Manager: Bill Sangster City of Ephrata Public Works Director (509) 754-4601 [email protected]

If you can’t reach the CR Program manager, contact your project’s assigned Cultural Resources Specialist or an alternate: Assigned CR Specialist: Bill Sangster City of Ephrata Public Works Director (509) 754-4601 [email protected]

Alternate CR Specialist: Leslie Trachsler City of Ephrata City Clerk (509) 754-4601 [email protected]

The Project Manager or the Cultural Resources Program Manager will make all other calls and notifications. Plateau Archaeological Investigations, LLC David Harder, Archaeologist (509) 332-3830 (voice / fax) 509 336-1525 (cell) [email protected] 5. FURTHER CONTACTS AND CONSULTATION A. Project Manager’s Responsibilities:

Page 277: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

4

• Protect Find: The Project Manager is responsible for taking appropriate steps to protect the discovery site. All work will stop in an area adequate to provide for the total security, protection, and integrity of the resource. Vehicles, equipment, and unauthorized personnel will not be permitted to traverse the discovery site. Work in the immediate area will not resume until treatment of the discovery has been completed following provisions for treating archaeological/cultural material as set forth in this document.

• Direct Construction Elsewhere On-site: The Project Manager may direct construction

away from cultural resources to work in other areas prior to contacting the concerned parties.

• Contact CR Manager: If the CR Program Manager has not yet been contacted, the

Project Manager will do so.

B. CR Program Manager’s Responsibilities:

• Identify Find: The CR Program Manager (or a CR Specialist if so delegated), will ensure that a qualified professional archaeologist examines the find to determine if it is archaeological. o If it is determined not archaeological, work may proceed with no further delay.

o If it is determined to be archaeological, the CR Manager or CR Specialist will

continue with notification.

o If the find may be human remains or funerary objects, the CR Manager or CR Specialist will ensure that a qualified physical anthropologist examines the find. If it is determined to be human remains, the procedure described in Section 5 will be followed.

• Notify DAHP: The CR Program Manager (or a CR Specialist if so delegated) will contact the involved federal agencies, including the Department of Health, Drinking Water State Revolving Fund (DOH, DWSRF) and the Department of Archaeology and Historic Preservation (DAHP).

• Notify Tribes: If the discovery may relate to Native American interests, the Manager or Specialist will also contact the project’s Tribal Liaison, or, if the project is not assigned a Liaison, the Executive Tribal Liaison. Federal and State Agencies:

Agency: The Department of Health Heather Walker DWSRF Project Manager (360) 236-3106 [email protected]

Page 278: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

5

Department of Archaeology and Historic Preservation: Dr. Allyson Brooks State Historic Preservation Officer (360) 586-3066 [email protected]

or Dr. Rob Whitlam State Archaeologist (360) 586-3080 [email protected]

Tribal Liaisons: Project Tribal Liaison Bill Sangster City of Ephrata Public Works Director (509) 754-4601 [email protected]

Executive Tribal Liaison Leslie Trachsler City of Ephrata City Clerk (509) 754-4601 [email protected]

The Tribal Liaison, or CR Program Manager or Specialist, will contact the interested and affected Tribes. Tribes consulted on this project are: Confederated Tribes of the Colville Reservation: Contact Name, Title: Michael Marchand, Chairman Phone: (509) 634-2219 Email: [email protected] Contact Name, Title: Guy Moura, THPO Phone: (509) 634-2695 Email: [email protected] Confederated Tribes and Bands of the Yakama: Contact Name, Title: JoDe L. Goudy, Chairman Phone: (509) 865-5121 Email: [email protected] Contact Name, Title: Johnson Meninick Phone: (509) 865-5121 x4737 Email: [email protected]

C. Further Activities

• Archaeological discoveries will be documented as described in Section 7. • Construction in the discovery area may resume as described in Section 8.

Page 279: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

6

6. SPECIAL PROCEDURES FOR THE DISCOVERY OF HUMAN SKELETAL MATERIAL Any human skeletal remains, regardless of antiquity or ethnic origin, will at all times be treated with dignity and respect. If the project occurs on federal lands (e.g., national forest or park, military reservation) the provisions of the Native American Graves Protection and Repatriation Act of 1990 apply, and the responsible federal agency will follow its provisions. Note that state highways that cross federal lands are on an easement and are not owned by the state. [DH1] If the project occurs on non-federal lands, the City of Ephrata will comply with applicable state and federal laws, and the following procedure: A. Notify Law Enforcement Agency or Coroner’s Office:

In addition to the actions described in Sections 3 and 4, the Project Manager will immediately notify the local law enforcement agency or coroner’s office. The coroner (with assistance of law enforcement personnel) will determine if the remains are human, whether the discovery site constitutes a crime scene, and will notify DAHP. Agency: Ephrata Police Department Phone: (509) 754-2491 Fax: (509) 754-1294 Agency: Grant County Coroner Phone: (509) 765-7601 Fax: (509) 766-8318

B. Participate in Consultation: Per RCW 27.44.055, RCW 68.50, and RCW 68.60, DAHP will have jurisdiction over non-forensic human remains. City of Ephrata personnel will participate in consultation.

C. Further Activities: • Documentation of human skeletal remains and funerary objects will be agreed upon

through the consultation process described in RCW 27.44.055, RCW 68.50, and RCW 68.60.

• When consultation and documentation activities are complete, construction in the

discovery area may resume as described in Section 7.

Page 280: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

7

7. DOCUMENTATION OF ARCHAEOLOGICAL MATERIALS Archaeological deposits discovered during construction will be assumed eligible for inclusion in the National Register of Historic Places under Criterion D until a formal Determination of Eligibility is made. Cultural Resources Program staff will ensure the proper documentation and assessment of any discovered cultural resources in cooperation with the federal agencies, including the DOH, DWSRF, DAHP, affected tribes, and PAI. All prehistoric and historic cultural material discovered during project construction will be recorded by a professional archaeologist from PAI on State of Washington cultural resource site or isolate form using standard techniques. Site overviews, features, and artifacts will be photographed; stratigraphic profiles and soil/sediment descriptions will be prepared for subsurface exposures. Discovery locations will be documented on scaled site plans and site location maps. Cultural features, horizons and artifacts detected in buried sediments may require further evaluation using hand-dug Shovel Probes. Shovel Probes may be dug in controlled fashion to expose features, collect samples from undisturbed contexts, identify the presence or absence of cultural materials, or interpret complex stratigraphy. Spatial information, depth of excavation levels, natural and cultural stratigraphy, presence or absence of cultural material, and depth to sterile soil, regolith, or bedrock will be recorded for each Shovel Probe on a standard form. A Test Excavation Unit or small trench might also be used to determine if an intact occupation surface is present. Test Excavation Units will be used only when necessary to gather information on the nature, extent, and integrity of subsurface cultural deposits to evaluate the site’s significance. Test Excavation Units will be recorded on unit-level forms, which include plan maps for each excavated level, and material type, number, and vertical and horizontal provenience (depth below surface and stratum association where applicable) for all artifacts recovered from the level. A stratigraphic profile will be drawn for at least one wall of each test excavation unit. All Shovel Probe and Test Excavation Units (or trenches) will be conducted using state-of-the-art techniques for controlling provenience. Sediments excavated for the purposes of cultural resources investigation will be screened through ⅛-inch mesh, unless soil conditions warrant ¼-inch mesh. All precontact and historic-era artifacts collected from the surface, Shovel Probes, and Test Excavation Units will be analyzed, catalogued, and temporarily curated. Ultimate disposition of cultural materials will be determined in consultation with the federal agencies, DAHP, and the affected tribes.

Page 281: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

8

Within 90 days of concluding fieldwork, PAI will prepare a technical report describing any and all monitoring and resultant archaeological excavations, providing that report to the Project Manager, who will forward the report to the DOH DWSRF program for review and delivery to the federal agencies (if any), DAHP, and the affected tribe(s). If assessment activity exposes human remains (burials, isolated teeth, or bones), the process described in Section 6 above will be followed. 8. PROCEEDING WITH CONSTRUCTION Project construction outside the discovery location may continue while documentation and assessment of the cultural resources proceed. An immediate buffer zone of at least 100’ is to be implemented until the CR Specialist and PAI in consultation with DOH determines the boundaries of the discovery location. In consultation with DAHP and affected tribes, Project Manager, Cultural Resources Program staff, and PAI will determine the appropriate level of documentation and treatment of the resource. If federal agencies are involved, the agencies will make the final determinations about treatment and documentation. Construction may continue at the discovery location only after the process outlined in this plan is followed and DOH, DWSRF (and the federal agencies, if any) determine that compliance with state and federal laws is complete.

Page 282: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

APPENDIX E

TRAFFIC CONTROL PLANS

Page 283: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

LEGEND

(1) ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE

INTERSECTIONS AND DRIVEWAYS.

(2) THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT

ROADWAY CONDITIONS.

URBAN STREETS

35 / 40 MPH

25 / 30 MPH

45 / 55 MPH

60 / 65 MPH

50/65

TAPER TANGENT

10 TO 20

NOTES:

1.

MPH

CHANNELIZATION DEVICE

SPACING (FEET)

35/45

25/30

10 TO 20

10 TO 20 40

60

80

SIGN SPACING = X (1)

RURAL HIGHWAYS

RURAL ROADS

RURAL ROADS & URBAN ARTERIALS

RURAL ROADS, URBAN ARTERIALS,

RESIDENTIAL & BUSINESS DISTRICTS

25 MPH OR LESS 100' (2)

200' (2)

350'

500'

800'

2.

3.

4.

ONE-LANE, TWO-WAY TRAFFIC CONTROL

(WITH FLAGGERS)

(MODIFIED WSDOT TC-1)

W20-7B (OPTIONAL IF

40 MPH OR LESS)

W20-7B (OPTIONAL IF

40 MPH OR LESS)

FLAGGING STATION

TEMPORARY SIGN LOCATION

CHANNELIZING DEVICES

PROTECTIVE VEHICLE

50' TO

300'

WORK

AREA

50' TO 100'

6 DEVICE

MIN.

50' TO 100'

6 DEVICE

MIN.

SPEED (MPH) 25 30 35 40 4550

55 60 65 70

LENGTH (feet) 250 305 360 425 495 570 645 730155 200

TRANSPORTABLE ATTENUATOR ROLL AHEAD DISTANCE = R

HOST VEHICLE WEIGHT

9,900 TO 22,000 lbs.

HOST VEHICLE WEIGHT

> 22,000 lbs.

PROTECTIVE VEHICLE (WORK VEHICLE) = R

ALL SIGNS ARE BLACK ON ORANGE.

EXTENDING THE CHANNELIZING DEVICE TAPER ACROSS

SHOULDER IS RECOMMENDED.

NIGHT WORK REQUIRES ADDITIONAL ROADWAY LIGHTING AT

FLAGGING STATIONS. SEE THE STANDARD SPECIFICATIONS

FOR ADDITIONAL DETAILS.

SEE SPECIAL PROVISIONS FOR WORK HOUR RESTRICTIONS.

L:\EPHRATA\16050 - BASIN ST WATER MAIN\PLANSET\DESIGN SUPPORT\TRAFFIC CONTROL PLANS

Page 284: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

WORK AREA

MPH

50/60

35/45

25/30

TAPER TANGENT

40

30

20

80

60

40

RURAL ROADS & URBAN ARTERIALS 35 / 40 MPH 350'

45 / 55 MPHRURAL ROADS 500'

60 / 65 MPH 800' RURAL HIGHWAYS

25 / 30 MPH 200' (2)

URBAN STREETS 25 MPH OR LESS 100' (2)

2530

35

40

45 50 55

10

12

550

605

660

60

11

105

125

150205 270 450

500

165 225

295 495

550

180

245

320540

600

115

65 70

-

780

-

- -

-

-

660

720

TMA

(1) ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE

RAMPS, AT-GRADE INTERSECTIONS AND DRIVEWAYS.

(2) THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT

ROADWAY CONDITIONS.

LANE

WIDTH

(feet)

CHANNELIZATION DEVICE

SPACING (feet)

LANE SHIFT - THREE LANE ROADWAY

(MODIFIED WSDOT TC-12)

1.

2.

3.

4.

R4-7B

B/W

SEE SPECIAL PROVISIONS FOR WORK HOUR RESTRICTIONS.

FOR SPEED LIMIT OF 30 MPH OR LESS, USE SIGN W1-3 IN LIEU OF SIGN W1-4.

RECOMMENDED EXTENDING DEVICE TAPER (L/3) ACROSS SHOULDER.

ALL SIGNS ARE BLACK ON ORANGE UNLESS OTHERWISE DESIGNATED.

RURAL ROADS & URBAN ARTERIALS

RESIDENTAL & BUSINESS DISTRICTS

SPEED (MPH) 2530 35 40 45

5055 60 65 70

LENGTH (feet) 250 305 360 425 495 570 645 730155 200

TRANSPORTABLE ATTENUATOR ROLL AHEAD DISTANCE = R

HOST VEHICLE WEIGHT

9,900 TO 22,000 lbs.

HOST VEHICLE WEIGHT

> 22,000 lbs.

PROTECTIVE VEHICLE (WORK VEHICLE) = R

TRAFFIC SAFETY DRUM

TEMPORARY SIGN LOCATION

SEQUENTIAL ARROW SIGN

TRANSPORTABLE ATTENUATOR

TEMPORARY SIGN LOCATION (5' (FT) MOUNTING HEIGHT)

LEGEND

L:\EPHRATA\16050 - BASIN ST WATER MAIN\PLANSET\DESIGN SUPPORT\TRAFFIC CONTROL PLANS

Page 285: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

MPH

50/70

35/45

25/30

TAPER TANGENT

40

30

20

80

60

40

RURAL ROADS & URBAN ARTERIALS 35 / 40 MPH 350'

45 / 55 MPHRURAL ROADS 500'

60 / 65 MPH 800' RURAL HIGHWAYS

25 / 30 MPH 200' (2)

URBAN STREETS 25 MPH OR LESS 100' (2)

2530

35

40

45 50 55

10

12

550

605

660

60

11

105

125

150205 270 450

500

165 225

295 495

550

180

245

320540

600

115

65 70

-

-

- -

-

720

660

- -

INTERSECTION LANE CLOSURE - THREE LANE ROADWAY

(NO FLAGGERS)

(MODIFIED WSDOT TC-14)

1.

2.

3.

4.

5.

LEGEND

FLAGGING STATION

TEMPORARY SIGN LOCATION

CHANNELIZING DEVICES

PROTECTIVE VEHICLE - RECOMMENDED

TEMPORARY SIGN LOCATION (5' MOUNTING HEIGHT)

(1) ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE

RAMPS, AT-GRADE INTERSECTIONS AND DRIVEWAYS.

(2) THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT

ROADWAY CONDITIONS.

RURAL ROADS & URBAN ARTERIALS

RESIDENTAL & BUSINESS DISTRICTS

LANE

WIDTH

(feet)

CHANNELIZATION DEVICE

SPACING (feet)

RECOMMEND EXTENDING DEVICE TAPER (L/3) ACROSS SHOULDER.

IF A SIGNAL IS PRESENT, IT SHALL BE SET TO "RED FLASH MODE"

OR TURNED OFF DURING FLAGGING OPERATIONS.

FOR SPEED LIMIT OF 30 MPH OR LESS USE SIGN W1-3 IN LIEU OF

SIGN W1-4.

MAINTAIN A MINIMUM OF ONE ACCESS POINT FOR EACH BUSINESS

WITHIN WORK AREA LIMITS.

ALL SIGNS ARE BLACK ON ORANGE UNLESS OTHERWISE DESIGNATED.

SPEED (MPH) 25 30 35 40 4550

55 60 65 70

LENGTH (feet) 250 305 360 425 495 570 645 730155 200

TRANSPORTABLE ATTENUATOR ROLL AHEAD DISTANCE = R

HOST VEHICLE WEIGHT

9,900 TO 22,000 lbs.

HOST VEHICLE WEIGHT

> 22,000 lbs.

PROTECTIVE VEHICLE (WORK VEHICLE) = R

L:\EPHRATA\16050 - BASIN ST WATER MAIN\PLANSET\DESIGN SUPPORT\TRAFFIC CONTROL PLANS

Page 286: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

OPTIONAL IF 40 MPH OR LESS

MPH

50/70

35/45

25/30

TAPER TANGENT

40

30

20

80

60

40

RURAL ROADS & URBAN ARTERIALS 35 / 40 MPH 350'

45 / 55 MPHRURAL ROADS 500'

60 / 65 MPH 800' RURAL HIGHWAYS

25 / 30 MPH 200' (2)

URBAN STREETS 25 MPH OR LESS 100' (2)

2530

35

40

45 50 55

10

12

550

605

660

60

11

105

125

150205 270 450

500

165 225

295 495

550

180

245

320540

600

115

65 70

-

-

- -

-

720

660

- -

INTERSECTION LANE CLOSURE - THREE LANE ROADWAY

(MODIFIED WSDOT TC-14)

1.

2.

3.

4.

5.

LEGEND

FLAGGING STATION

TEMPORARY SIGN LOCATION

CHANNELIZING DEVICES

PROTECTIVE VEHICLE - RECOMMENDED

TEMPORARY SIGN LOCATION (5' MOUNTING HEIGHT)

(1) ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE

RAMPS, AT-GRADE INTERSECTIONS AND DRIVEWAYS.

(2) THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT

ROADWAY CONDITIONS.

RURAL ROADS & URBAN ARTERIALS

RESIDENTAL & BUSINESS DISTRICTS

LANE

WIDTH

(feet)

CHANNELIZATION DEVICE

SPACING (feet)

WORK

AREA

RECOMMEND EXTENDING DEVICE TAPER (L/3) ACROSS SHOULDER.

IF A SIGNAL IS PRESENT, IT SHALL BE SET TO "RED FLASH MODE"

OR TURNED OFF DURING FLAGGING OPERATIONS.

FOR SPEED LIMIT OF 30 MPH OR LESS USE SIGN W1-3 IN LIEU OF

SIGN W1-4.

MAINTAIN A MINIMUM OF ONE ACCESS POINT FOR EACH BUSINESS

WITHIN WORK AREA LIMITS.

ALL SIGNS ARE BLACK ON ORANGE UNLESS OTHERWISE DESIGNATED.

SPEED (MPH) 25 30 35 40 4550

55 60 65 70

LENGTH (feet) 250 305 360 425 495 570 645 730155 200

TRANSPORTABLE ATTENUATOR ROLL AHEAD DISTANCE = R

HOST VEHICLE WEIGHT

9,900 TO 22,000 lbs.

HOST VEHICLE WEIGHT

> 22,000 lbs.

PROTECTIVE VEHICLE (WORK VEHICLE) = R

L:\EPHRATA\16050 - BASIN ST WATER MAIN\PLANSET\DESIGN SUPPORT\TRAFFIC CONTROL PLANS

Page 287: CITY OF EPHRATA...CB-2 Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the “City of Ephrata”

WORK AREA

FREEWAYS & EXPRESSWAYS

RURAL ROADS 45 / 55 MPH 500'

800'

55 / 70 MPH

60 / 65 MPH

RURAL HIGHWAYS

MPH

50/70

35/45

TAPER TANGENT

40

30

80

60

2530

35

40

45 50 55

10'

60

8'

65 70

SHOULDER

WIDTH

(feet)

160

200 220

170 190

240

150

190

130

170

120

150

USE A MINIMUM 3 DEVICES TAPER FOR SHOULDER LESS THAN 8'.

1500'

LEGEND

TEMPORARY SIGN LOCATION

TRAFFIC SAFETY DRUM

TRANSPORTABLE ATTENUATOR

SHOULDER CLOSURE - HIGH SPEED

(MODIFIED WSDOT TC-6)

NOTES:

1.

3.

2.

SIGN SPACING = X (1)

(1) ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE

RAMPS, AT-GRADE INTERSECTIONS AND DRIVEWAYS.

CHANNELIZATION DEVICE

SPACING (feet)

-- -

-

--

--

NO ENCROACHMENT IN TRAVELED LANE. IF ENCROACHMENT IS

NECESSARY, LANE SHALL BE CLOSED.

DEVICE SPACING FOR THE DOWNSTREAM TAPER SHALL BE

20' (FT) O.C.

ALL SIGNS ARE BLACK ON ORANGE.

SPEED (MPH) 25 30 35 40 4550

55 60 65 70

LENGTH (feet) 250 305 360 425 495 570 645 730155 200

TRANSPORTABLE ATTENUATOR ROLL AHEAD DISTANCE = R

HOST VEHICLE WEIGHT

9,900 TO 22,000 lbs.

HOST VEHICLE WEIGHT

> 22,000 lbs.

L:\EPHRATA\16050 - BASIN ST WATER MAIN\PLANSET\DESIGN SUPPORT\TRAFFIC CONTROL PLANS