Loading...
HomeMy WebLinkAboutR-2011-071 Carriage Hills Pump Station Decommissioning - Gravity Outfall Sewer Extension«ARKS c ( Ltxt ,er City of Y-9()"(li Engineering Division Carriage Hills Pump Station Decommissioning Gravity Outfall Sewer Extension City Project No. 2234 Construction Contract Specifications & Bid Documents City Project Number 2234 129 North Second Street Yakima. WA 98901 September 2011 Phone (509) 575-6111 Fax (509) 576-6314 DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT 129 North Second Street Yakima, Washington 98901 Phone: (509) 575-6113 • Fax (509) 576-6792 Michael Morales, Director ADDENDUM NO. 1 TO THE BID 'DOCUMENTS & SPECIFICATIONS FOR THE CITY OF YAKIMA, WA For Carriage Hills Pump Station Decommissioning Gravity Outfall Sewer Extension City Project No.: 2328 TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: The Bid & Contract Documents shall be modified as follows. ITEM 1. City Project Number The City Project Number is changed from 2234 to 2328. ITEM 2. Standard Specifications; Special Provisions Section 8-30 Section 8-30 is added as follows: 8-30 REPAIR OR REPLACEMENT (New Section) 8-30.1 Description The work shall consist of repair of any incidental damages to landscaping, fencing, private irrigation, top soil, turf, reconnection or realignment of side services to the new sanitary sewer trunkline, or other miscellaneous items within or adjacent to the project area This includes complete replacement of items that are beyond repair as determined by the Engineer 8-30.5 Payment Payment will be made for the following bid items "Repair or Replacement", by force account. For the purpose of providing a common proposal for all bidders, and for that purpose only, the City has estimated the force account for "Repair or Replacement", and has arbitrarily entered the amount for the pay item in the proposal to become a part of the total bid by the Contractor Code Administration 575-612/ • Engineering 575-6111 • Neighborhood Services 575-6/0/ • Planning 575-6183 Yakima ITEM 3. Proposal: Item Proposal Bid Sheet: Replace the Item Proposal Bid Sheet in the Construction Contract Specifications and Bid Documents with the attached Item Proposal Bid Sheet, labeled "Addendum No. 1" and dated "10/4/2011". The bid item "Repair or Replacement" has been added with a force account amount of $5,000. The quantity of the bid item "PVC Sanitary Sewer Pipe, 12 Inch Diameter has been increased to 85 linear feet. ITEM 4. Proposal Signature Sheet: Proposal Signature Sheet: Replace the Proposal Signature Sheet in the Construction Contract Specifications and Bid Documents with the attached Proposal Signature Sheet, labeled "Addendum No. 1" and dated "10/4/2011". The project number has been changed. ITEM 5. Plans: Plan Sheets: Replace sheet numbered 2 of 2 with the attached A 10 -foot length of 12 -inch PVC pipe shall be stubbed out of the new manhole. This ADDENDUM is to be considered as much a part of the contract provisions as if it were included in the body of the Plans and Specifications. All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior to bid opening. APPROVED: Brett H. Sheffield', .E. Chief Engineer END OF ADDENDUM NO. 1 • 10/41 1,4 Date Addendum 1 Page 2 of 4 10/4/11 ITEM PROPOSAL BID SHEET City of Yakima CARRIAGE HILLS PUMP STATION DECOMMISSIONING GRAVITY OUTFALL SEWER EXTENSION City Project No. 2234 ITEM NO. PROPOSAL ITEM PAYMENT SECTION QTY UNIT UNIT PRICE DOLLARS AMOUNT DOLLARS 1 MOBILIZATION 1-09 7 1 LS 2 STEEL CASING PIPE, 24 IN DIAM 7-08.5 50 LF 3 PVC SANITARY SEWER PIPE, 12 IN DIAM 7-17 5 75 LF 4 MANHOLE 48 IN DIAM., TYPE 1 7-05.5 1 EA 5 CONNECTION TO DRAINAGE STRUCTURE 7-05 5 1 EA 6 REPAIR OR REPLACEMENT 8-30.5 1 FA $5,000 $5,000 TOTAL Subtotal: Sales Tax (8.2%): Total: Addendum 1 Page 3 of 4 10/4/11 PROPOSAL CARRIAGE HILLS PUMP STATION DECOMMISSIONING GRAVITY OUTFALL SEWER EXTENSION City Project No. 2328 The bidder is hereby advised that by signature of this proposal he/she is deemed to have acknowledged all requirements and signed all certificates contained herein. A proposal guaranty in an amount of five percent (5%) of the total bid, based upon the approximate estimate of quantities at the above prices and in the form as indicated below, is attached hereto D CASH 'IN THE AMOUNT OF CASHIER'S CHECK DOLLARS 0 CERTIFIED CHECK ($ ) PAYABLE TO THE STATE TREASURER 0 PROPOSAL BOND IN THE AMOUNT OF 5% OF THE BID ** Receipt is hereby acknowledged of addendum(s) No (s) & SIGNATURE OF AUTHORIZED OFFICIAL(s) PROPOSAL MUST BE SIGNED—> PI -LONE NUMBER FIRM NAME (ADRESS) STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER X 1 1 1 1 1 1 1 1 Note FEDERAL ID No. WA STATE EMPLOYMENT SECURITY REFERENCE NO. (I) This proposal form is not transferable and any alteration of the firm's name entered hereon without prior permission from the Secretary of Transportation will be cause for considering the proposal irregular and subsequent rejection of the bid. (2) Please refer to section 1-02 6 of the standard specifications, re: "Preparation of Proposal," or "Article 4" of the Instructions to Bidders for building construction jobs. (3) Should it be necessary to modify this proposal either in writing or by electronic means, please make reference to the following proposal number in your communication Addendum 1 Page 4 of 4 10/4/11 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 PARCEL N0. 181315-32493 0 PARCEL N0. 181315-32494 —POOL - 5 CHAINLINK WOOD FENCE FENCE BARK C/IIS is Mt CD —12 HIGH ' EVERGREEN SHRUB.- — 1• —ROCK= R.R. TIE -GRAVEL CITY OF YAKIMA 1 10 TBA SET ON PP /151200. 600 SET ON NORTH SIDE OF POLE. ELEV. 1267.00' GUY GU�i SPP 181315-32495 5 ,-CRAVEL- —PLANTER— PARCEL N0. 1 81 315-3 3466 20 FEET SCALE 1' a 10' Horiz. 1280 = 5 Vert 1280 5' 00AR0 IS' So 10600 160 Avic W/LOCKED TIROL PANEL POLE CON P_ANTER- PARCEL N0. 181315-33479 12' SD 50—M4 RIO 1261.01 10 115211 I E. E 1251.91 5' CHAINLINK FENCE' -4LAN1iR— 7 c. 5' CHAINLINK FENCE / ..;61 6' CONC. 9 01) >,r —PLAN;ER— r / a E RRIO 1250 35 I2 10. S 1205.25 LE. 512+5:+5 PROPOSED SANITARY SEWER EASEMENT / ' i—WEEDS'- 6' CONC. / EDGE / ORA' \� C 1 05- /1 S X • / EEE\HENT PARCEL N0. 181315-32495 / . /' _ 10 LF..0F12 ' P V.C. SEWER STUB ®_B.00S.WMTH CAP *00 1275 1270 1265 1260 1255 1250 1245 1240 1235 1230 10+00 11+00 1275 1270 1265 1260 1255 1250 1245 1240 1235 1230 CONSTRUCTION NOTES 0 CONNECT TO EXISTING WET WELL. CORE WET WELL SIDEWALL TO ACCEPT SEWER PIPE. SEE DETAIL ON SHEET 1. CONTRACTOR TO VERIFY LOCATION AND DEPTH PRIOR TO CONSTRUCTION. 0 CONSTRUCT 12- PVC SEWER PIPE, ASTM 3034. O3 CONSTRUCT 24' STEEL CASING. BORE AND JACK IN PLACE. SEE DETAIL ON SHEET 1. 0 CONSTRUCT SANITARY SEWER MANHOLE PER CITY OF YAKIMA STANDARD DETAIL S1. GENERAL NOTES ® DENOTES CONSTRUCTION NOTE CALLOUT. UNDERGROUND FEATURES SHOWN HEREON REPRESENT BEST AVAILABLE INFORMATION AS OBTAINED FROM LOCAL RECORDS AND VISIBLE SURFACE EVIDENCE. THE CONTRACTOR 15 CAUTIONED TO VERIFY THE LOCATION AND DEPTH OF ALL UNDERGROUND FACILITIES; STATE LAW REQUIRES THAT ALL EXCAVATION WORK MUST BE PRECEDED BY NOTIFICATION TO- ALL OWNERS OF UNDERGROUND FACIUTES THROUGH A ONE NUMBER LOCATOR SERVICE 1-800-424-5555. INSTALL ALL WORK IN ACCORDANCE WITH THE 2008 EDITION OF THE SPECIFICATIONS FOR ROAD, BRIDGE. AND MUNICIPAL CONSTRUCTION PREPARED BY THE WASHINGTON STATE DEPARTMENT OF TRANSPORTATION. TBM SET ON PP #151200. 608 SET ON NORTH SIDE OF POLE HAVING AN ELEVATION OF 1267.00' REVISED DRAWING &@61C®QS DRAWING DAT® 05-28-1I PLSA ENGINEERING -SURVEYING -PLANNING YAKIMA, WASHINGTON (509) 575-6990 Tc 4 11 CARRIAGE HILLS PUMP STATION GRAVITY OUTFALL SEWER EXTENSION YAKIMA, WASHINGTON PRBPARBD FOR CITY OF YAKIMA, WASTEWATER DIVISION DRAWN 80 A.E.K. CHECKED eP D.R.N. REV. WE. 10/04/11 Joe No. 09206 NE 1/4, SW 1/4, SEC. 15. 5-13 N, R-18 E. W.M. 6NEET N0. 2 of 2 • • 5 6 8 o ^.oH —�w �,... rn W EX! NG GROUND / PRO LE \6 �_ r<-« .N1<iy o ---t O /F �` III ��� E. 1252.7 EX 15" STORM - - STAI5 10+1249.322 CONNECT TO E. WET _ 0/- -_ ——--T��T- WE AT AT ELEV. 1247.25 a 1 75 L.F •OF Tr PVC SANITARY 1`24" [= * CASING 10+55 DETAIL _ - ETM EtEV. - '� STEEL SEWER n7 S --D.UIUU tI/tI END CASING. STA 1/4' THICK, BLOCKING. SEE _ ON SHEET 1. 10+00 11+00 1275 1270 1265 1260 1255 1250 1245 1240 1235 1230 CONSTRUCTION NOTES 0 CONNECT TO EXISTING WET WELL. CORE WET WELL SIDEWALL TO ACCEPT SEWER PIPE. SEE DETAIL ON SHEET 1. CONTRACTOR TO VERIFY LOCATION AND DEPTH PRIOR TO CONSTRUCTION. 0 CONSTRUCT 12- PVC SEWER PIPE, ASTM 3034. O3 CONSTRUCT 24' STEEL CASING. BORE AND JACK IN PLACE. SEE DETAIL ON SHEET 1. 0 CONSTRUCT SANITARY SEWER MANHOLE PER CITY OF YAKIMA STANDARD DETAIL S1. GENERAL NOTES ® DENOTES CONSTRUCTION NOTE CALLOUT. UNDERGROUND FEATURES SHOWN HEREON REPRESENT BEST AVAILABLE INFORMATION AS OBTAINED FROM LOCAL RECORDS AND VISIBLE SURFACE EVIDENCE. THE CONTRACTOR 15 CAUTIONED TO VERIFY THE LOCATION AND DEPTH OF ALL UNDERGROUND FACILITIES; STATE LAW REQUIRES THAT ALL EXCAVATION WORK MUST BE PRECEDED BY NOTIFICATION TO- ALL OWNERS OF UNDERGROUND FACIUTES THROUGH A ONE NUMBER LOCATOR SERVICE 1-800-424-5555. INSTALL ALL WORK IN ACCORDANCE WITH THE 2008 EDITION OF THE SPECIFICATIONS FOR ROAD, BRIDGE. AND MUNICIPAL CONSTRUCTION PREPARED BY THE WASHINGTON STATE DEPARTMENT OF TRANSPORTATION. TBM SET ON PP #151200. 608 SET ON NORTH SIDE OF POLE HAVING AN ELEVATION OF 1267.00' REVISED DRAWING &@61C®QS DRAWING DAT® 05-28-1I PLSA ENGINEERING -SURVEYING -PLANNING YAKIMA, WASHINGTON (509) 575-6990 Tc 4 11 CARRIAGE HILLS PUMP STATION GRAVITY OUTFALL SEWER EXTENSION YAKIMA, WASHINGTON PRBPARBD FOR CITY OF YAKIMA, WASTEWATER DIVISION DRAWN 80 A.E.K. CHECKED eP D.R.N. REV. WE. 10/04/11 Joe No. 09206 NE 1/4, SW 1/4, SEC. 15. 5-13 N, R-18 E. W.M. 6NEET N0. 2 of 2 • • 5 6 8 CITY OF YAKIMA CARRIAGE HILLS PUMP STATION DECOMMISSIONING GRAVITY OUTFALL SEWER EXTENSION City Project No. 2234 Job #09206 Prepared by: PLSA Engineering & Surveying 1120 West Lincoln Avenue Yakima, WA 98902 CONTENTS CITY OF YAKIMA CARRIAGE HILLS PUMP STATION DECOMMISSIONING GRAVITY OUTFALL SEWER EXTENSION City Project No. 2234 SECTION PAGE INVITATION TO BID 5 STANDARD SPECIFICATIONS Standard Specifications 7 Amendments to the 2010 Standard Specifications 7 CONTRACT PROVISIONS Special Provisions 45 Description of Work 46 1-01 Definitions and Terms 46 1-02 Bid Procedures and Conditions 48 Compliance with Immigration and Naturalization Act 51 1-03 Award and Execution of Contract 52 1-04 Scope of Work 53 1-05 Control of Work 54 1-06 Control of Materials 58 1-07 Legal Relations and Responsibilities to the Public 60 1-08 Prosecution and Progress 68 1-09 Measurement and Payment 73 7-08 General Pipe Installation Requirements 74 Standard Plans 77 Contract Form 83 Performance Bond Form 85 Informational Certificate of Insurance 87 Informational Additional Insured Endorsement 88 Designated Construction Project General Aggregate Limit 89 Minimum Wage Affidavit Form 91 PREVAILING WAGE RATES Prevailing Wage Rates 93 PROPOSAL Proposal Form 95 Item Proposal Bid Sheet 97 Bid Bond Form 99 3 1 Non -Collusion Declaration 101 1 Non -Discrimination Provision 102 Women and Minority Business Enterprise Policy 103 I Council Resolution 104 Affirmative Action Plan 105 Bidders Certification 107 I Materially and Responsiveness 109 Proposal Signature Sheet 111 Bidders Check List 113 1 PLANS & DETAILS I Project Details Standard Details Construction Plans 1 INVITATION TO BID NOTICE IS HEREBY GIVEN that sealed bids will be received by the City Clerk of the City of Yakima, 129 North 2nd Street, Yakima, Washington, 98901 until 2:00 p.m. on October 6, 2011 and will then and there be opened and publicly read for the construction of CITY OF YAKIMA CARRIAGE HILLS PUMP STATION DECOMMISSIONING GRAVITY OUTFALL SEWER EXTENSION City Project No. 2234 This work shall consist of, but is not limited to, the installation of approximately 75 L.F. of 12" PVC sanitary sewer of which approximately 50 L.F. will be within a 24" steel casing to be bored and jacked in place. The 12" sanitary sewer shall be extended into the existing wet well of the Carriage Hills Pump Station and capped awaiting future use. The 12" sanitary sewer will terminate in a 4' diameter manhole; all in accordance with the plans and specifications as prepared by PLSA Engineering and Surveying; PLSA #09206. All bid proposals shall be accompanied by a bid proposal deposit in cash, certified check, cashier's check or surety bond in an amount equal to five percent (5%) of the amount of such bid proposal. Should the successful bidder fail to enter into such contract and furnish satisfactory performance bond within the time stated in the specifications, the bid proposal deposit shall be forfeited to the City of Yakima. Plans and specifications may be obtained at the Office of the City Engineer located at 129 North 2nd Street upon payment of the amount of $20.00 for each set, non refundable. Informational copies of maps, plans, and specifications are on file for inspection in the Office of the City Engineer of Yakima in Yakima, Washington. The City of Yakima in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000-4 and Title 49, Code of Federal Regulations, Department of Transportation, subtitle A, Office of the Secretary, Part 21, nondiscrimination in federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color or national origin in consideration for an award. The City reserves the right to reject any or all bids and proposals. DATED this 22"d day of September, 2011 PUBLISH: September 22, 2011 September 23, 2011 5 Deborah J. Kloster CITY CLERK STANDARD SPECIFICATIONS STANDARD SPECIFICATIONS The 2010 Standard Specifications for Road, Bridge, and Municipal Construction published by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, by this reference, are made a part of these Contract Documents. Except as may be amended, modified, or supplemented hereinafter, each section of the Standard Specifications shall be considered as much a part of these Contract Documents as if they were actually set forth herein. INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 2010 Standard Specifications for Road, Bridge, and Municipal Construction. AMENDMENTS TO THE STANDARD SPECIFICATIONS The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the latest date of revision. Each Amendment contains all current revisions to the applicable section of the Standard Specifications and may include references which do not apply to this particular project. SECTION 1-01, DEFINITIONS AND TERMS August 2, 2010 1-01.2(1) Associations and Miscellaneous The abbreviation and definition "AREA American Railway Engineering Association" is replaced with the following: AREMA American Railway Engineering and Maintenance Association SECTION 1-02, BID PROCEDURES AND CONDITIONS July 11, 2011 1-02.5 Proposal Forms The first paragraph is revised to read: At the request of a prequalified Bidder, the Contracting Agency will provide a physical Proposal Form for any project on which the Bidder is eligible to Bid. For certain projects selected at the sole discretion of the Contracting Agency, the Bidder may also be authorized to access an electronic Proposal Form for submittal via Trns•Port Expedite® software and BidExpress®. 1-02.6 Preparation of Proposal The first paragraph is revised to read: 7 The Contracting Agency will accept only those Proposals properly executed on physical forms it provides, or electronic forms that the bidder has been authorized to access. Unless it approves in wntmg, the Contracting Agency will not accept Proposals on forms attached to the Plans and stamped "Informational". The second paragraph is revised to read: All prices shall be in legible figures (not words) written in ink or typed, and expressed in U.S. dollars and cents. The Proposal shall include: 1. A unit price for each item (omitting digits more than four places to the right of the decimal point), 2. An extension for each unit price (omitting digits more than two places to the right of the decimal point), and 3. The total Contract price (the sum of all extensions). In the space provided on the signature sheet, the Bidder shall confirm that all Addenda have been received. The third paragraph is revised to read: The Bidder shall submit with the Bid a completed Disadvantaged Business Enterprises (DBE) Utilization Certification, when required by the Special Provisions. For each and every DBE firm listed on the Bidder's completed DBE Utilization Certification, the Bidder shall submit written confirmation from that DBE firm that the DBE is in agreement with the DBE participation commitment that the Bidder has made in the Bidders completed DBE Utilization Certification. WSDOT Form 422-031 EF (DBE Written Confirmation Document) is available for this purpose. Bidder must submit good faith effort documentation with the DBE Utilization Certification ONLY In The Event the bidder's efforts to solicit sufficient DBE participation have been unsuccessful. Directions for delivery of the DBE Written Confirmation Documents and DBE Good Faith Effort documentation are included in Section 1-02.9 Delivery of Proposal and Section 1-02.10 Withdrawing, Revising or Supplementing Proposal. 1-02.7 Bid Deposit This section is revised to read: A deposit of at least 5 -percent of the total Bid shall accompany each Bid. This deposit may be cash, certified check, cashier's check, or a proposal bond (Surety bond). For projects that are selected by the Contracting Agency to be bid electronically, the proposal bond may be in either a physical format, or an electronic format via Surety2000.com or Insurevision.com and BidExpress®. When a physical bid deposit or proposal bond is furnished to accompany an electronic Proposal Form, the Bid deposit shall be received by the Contracting Agency at 8 the location specified for receipt of bids prior to the time set for receipt of Bids. Any proposal bond shall be on a form acceptable to the Contracting Agency and shall be signed by the Bidder and the Surety. A proposal bond shall not be conditioned in any way to modify the minimum 5 -percent required. The Surety shall: (1) be registered with the Washington State Insurance Commissioner, and (2) appear on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner. The failure to furnish a Bid deposit of a minimum of 5 -percent with the Bid or as a physical supplement to the electronic Proposal Form shall make the Bid nonresponsive and shall cause the Bid to be rejected by the Contracting Agency. 1-02.8(2) Lobbying Certification The last paragraph is revised to read: The Certification for Federal -Aid Contracts (Form DOT 272-040) may be reproduced from the Proposal form. The disclosure form is available from the Washington State Department of Transportation's Contract Ad & Award Office, Transportation Building, Olympia, Washington 98504. 1-02.9 Delivery of Proposal This section is revised to read: For projects scheduled for bid opening in Olympia, each Proposal shall be sealed and submitted in the envelope provided with it, or electronically via Trns•Port Expedite® software and BidExpress® at the location and time identified in Section 1-02.12. The Bidder shall fill in all blanks on this envelope to ensure proper handling and delivery. For projects scheduled for bid opening in other locations, each Proposal shall be sealed and submitted in the envelope provided with it, at the location and time identified in Section 1- 02.12. The Bidder shall fill in all blanks on this envelope to ensure proper handling and delivery. The Contracting Agency will not open or consider any Proposal or any supplement to a Proposal that is received after the time specified for receipt of Proposals, or received in a location other than that specified for receipt of Proposals. NOTE: Certain documents that are required for an electronic Bid Proposal to be responsive CANNOT be submitted electronically via Trns•Port Expedite® software and BidExpress®. These documents include: 1. DBE Written Confirmation Documents; and, 2. Good Faith Effort Documentation; and, 3. Cash, certified checks, cashier's checks, or a proposal bond (Surety bond) in formats other than via Surety2000.com or Insurevision.com. 9 The Bidder shall provide all documents that are required for an electronic Bid Proposal to be responsive (but cannot be submitted electronically via Trns•Port Expedite® software and BidExpress®) as a supplement to their electronic Bid Proposal in one of the following methods: 1. Physically in a sealed envelope marked as "BID SUPPLEMENT" and bearing the Bidders company name, project title, Bid date, and description of contents (for example: DBE Written Confirmation, DBE Good Faith Efforts, Proposal Deposit, etc.); or, 2 Except for Item #3 above, by facsimile to the following FAX number: (360) 705- 6966. E-mailed submittals are not acceptable. The Contracting Agency is not responsible for delayed, partial, failed, illegible or partially legible FAX document transmissions, and such documents may be rejected as incomplete at the Bidder's risk. 1-02.10 Withdrawal or Revision of Proposal This section including title is revised to read: Withdrawing, Revising, or Supplementing Proposal After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may withdraw, revise, or supplement it if: 1. The Bidder submits a written request signed by an authorized person, and 2. The Contracting Agency receives the request before the time set for receipt of Proposals. The original physical Bid Proposal may be supplemented, or revised and resubmitted as the official Bid Proposal if the Contracting Agency receives it before the time set for receipt of Proposals. Faxed Bid revisions and supplements will be accepted only if they are submitted in accordance with the "Example Format for Facsimile Bid Changes" instructions posted on the WSDOT website at http://www.wsdot.wa.gov/biz/contaa/bulletin/. E-mailed requests to withdraw, revise or supplement a Proposal are not acceptable. The contracting Agency is not responsible for delayed, partial, failed, illegible or partially legible FAX document transmissions, and such documents may be rejected as incomplete at the Bidders risk. The Contracting Agency will not accept requests to revise or withdraw electronic Bid Proposals. Such requests shall be furnished directly to BidExpress® and in accordance with their terms and conditions. 1-02.13 Irregular Proposals In the first paragraph, Item h beneath item number 1 is revised to read: 10 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 h. The Bidder fails to submit or properly complete a Disadvantaged Business Enterprise Utilization Certification, if applicable, as required in Section 1-02.6; In the first paragraph, item I beneath item number 1 is revised to read: The Bidder fails to submit written confirmation from each DBE firm listed on the Bidder's completed DBE Utilization Certification that they are in agreement with the bidders DBE participation commitment, if applicable, as required in Section 1-02.6, or if the written confirmation that is submitted fails to meet the requirements of the Special Provisions; Item 1 in the first paragraph is supplemented with the following: J. The Bidder fails to submit DBE Good Faith Effort documentation, if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to demonstrate that a Good Faith Effort to meet the Condition of Award was made; or k. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation. SECTION 1-06, CONTROL OF MATERIALS January 3, 2011 1-06.1 Approval of Materials Prior to Use This section is supplemented with the following new sub -section: 1-06.1(4) Fabrication Inspection Expense In the event the Contractor elects to have items fabricated beyond 300 miles from Seattle, Washington the Contracting Agency will deduct from payment due the Contractor costs to perform fabrication inspection on the following items: • Steel Bridges and Steel Bridge components • Cantilever Sign Structures and Sign Bridges • Prestressed Concrete Girders and Precast Bridge Components • Cylindrical, Disc, Pin, and Spherical Bearings • Modular Expansion Joints • Epoxy Coated Reinforcing Steel • Painted and Powder Coated Luminaire and Signal Poles • Additional items as may be determined by the Engineer The deductions for fabrication inspection costs will be as shown in the Payment Table below. Zone Place of Fabrication Reduction in Payment 1 Within 300 airline miles None 11 *Note - An inspection day includes any calendar day or portion of a calendar day spent inspecting at or traveling to and from a place of fabrication. Where fabrication of an item takes place in more than one zone, the reduction in payment will be computed on the basis of the entire item being fabricated in the furthest of zones where any fabrication takes place on that item. The rates for Zone 2 and 3 shall be applied for the full duration time of all fabrication inspection activities to include but not limited to; plant approvals, prefabrication meetings, fabrication, coatings and final inspection. 1-06.2(2)A General Table 2 "Pay Factors" on page 1-39 is revised to read: Table 2 Pa v Factors PAY FACTOR from Seattle Category 2 Between 300 and 3,000 airline miles from Seattle $700.00 per *inspection day 3 Over 3,000 airline miles from Seattle $1,000 per *inspection day, but not less than $2,500 per trip *Note - An inspection day includes any calendar day or portion of a calendar day spent inspecting at or traveling to and from a place of fabrication. Where fabrication of an item takes place in more than one zone, the reduction in payment will be computed on the basis of the entire item being fabricated in the furthest of zones where any fabrication takes place on that item. The rates for Zone 2 and 3 shall be applied for the full duration time of all fabrication inspection activities to include but not limited to; plant approvals, prefabrication meetings, fabrication, coatings and final inspection. 1-06.2(2)A General Table 2 "Pay Factors" on page 1-39 is revised to read: Table 2 Pa v Factors PAY FACTOR Minimum Required Percent of Work Within Specification Limits fora Given Factor (PU + PL)— 100 Category n_3 n.4 n_5 n.6 n_7 n_8 n_9 n=10 to n.12 to n_15 to n_18 to n=23 to n=30 to n=43 to n_67 to n=11 n=14 n=17 n=22 n=29 n=42 n=66 1.05 100 100 100 100 100 100 100 100 100 100 104 100 99 97 95 96 96 96 97 97 97 97 1 03 100 98 96 94 92 93 93 94 95 95 96 96 1 02 99 97 94 91 89 90 91 92 93 93 94 94 1 01 100 100 100 98 95 92 89 87 88 89 90 91 92 92 93 1.00 69 75 78 80 82 83 84 85 86 87 88 89 90 91 92 0.99 66 72 76 78 80 81 82 83 84 85 86 87 89 90 91 0.98 64 70 74 76 78 79 80 81 82 84 85 86 87 88 90 097 63 68 72 74 76 77 78 79 81 82 83 84 86 87 88 096 61 67 70 72 74 75 76 78 79 81 82 83 84 86 87 0.95 59 65 68 71 72 74 75 76 78 79 80 82 83 84 86 0.94 58 63 67 69 71 72 73 75 76 78 79 80 82 83 85 0.93 57 62 65 67 69 71 72 73 75 76 78 79 80 82 84 0.92 55 60 63 66 68 69 70 72 73 75 76 78 79 81 82 0.91 54 59 62 64 66 68 69 70 72 74 75 76 78 79 81 0.90 53 57 61 63 65 66 67 69 71 72 74 75 77 78 80 0.89 51 56 59 62 63 65 66 68 69 71 72 74 75 77 79 0.88 50 55 58 60 62 64 65 66 68 70 71 73 74 76 78 0.87 49 53 57 59 61 62 63 65 67 68 70 71 73 75 77 0.86 48 52 55 58 59 61 62 64 66 67 69 70 72 74 76 ontinue 12 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Table 2 "Pay Factors" on page 1-40 is revised to read: Table 2 Pa v Factors (continued PAY FACTOR Minimum Required Percent of Work Within Specification Limits for a Given Factor (Pu + PI) -100 Category n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10 to n=12 to n=15 to n=18 to n=23 to n=30 to n=43 to n=67 to n=11 n=14 n=17 n=22 n=29 n=42 n=66 ^.. 0.85 46 51 54 56 58 60 61 62 64 66 67 69 71 72 75 0.84 45 49 53 55 57 58 60 61 63 65 66 68 70 71 73 0.83 44 48 51 54 56 57 58 60 62 64 65 67 69 70 72 0.82 43 47 50 53 54 56 57 59 61 62 64 66 67 69 71 0.81 41 46 49 51 53 55 56 58 59 61 63 64 66 68 70 0.80 40 44 48 50 52 54 55 56 58 60 62 63 65 67 69 0.79 39 43 46 49 51 52 54 55 57 59 61 62 64 66 68 0.78 38 42 45 48 50 51 52 54 56 58 59 61 63 65 67 0.77 36 41 44 46 48 50 51 53 55 57 58 60 62 64 66 0.76 35 39 43 45 47 49 50 52 54 56 57 59 61 63 65 0.75 33 38 42 44 46 48 49 51 53 54 56 58 60 62 64 REJECT Values Less Than Those Shown Above Reject Quality Levels Less Than Those Specified for a 0.75 Pay Factor Note: If the value of (Pu + PO - 100 does not correspond to a (Pu + Pi) - 100 value in this table, use the next smaller (Pu + PO - 100 value. SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC August 1, 2011 1-07.2 Sales Tax The third sentence in the first paragraph is revised to read: The Contractor shall contact the Contract Payment section of the Division of Accounting & Financial Services of the Department of Transportation, Olympia WA for questions on sales tax. The first sentence in the third paragraph is revised to read: The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the State Department of Revenue a certificate showing that all Contract -related taxes have been paid (RCW 60.28.051). 1-07.5(3) State Department of Ecology Item No. 4 in the first paragraph is revised to read: 4. Perform Work in such a manner that all materials and substances not specifically identified in the Contract documents to be placed in the water do not enter waters of the State, including wetlands. These include, but are not limited to, petroleum products, hydraulic fluid, fresh concrete, concrete wastewater, process wastewater, slurry materials and waste from shaft drilling, sediments, sediment -laden water, chemicals, paint, solvents, or other toxic or deleterious materials. 1-07.9(1) General The second sentence in the fourth paragraph is revised to read: 13 When the project involves highway Work, heavy Work and building Work, the Contract Provisions may list a Federal wage and fringe benefit rate for the highway Work, a separate Federal wage and fringe benefit rate for both the heavy Work and the building Work. 1-07.13(4) Repair of Damage The last sentence in the first paragraph is revised to read: For damage qualifying for relief under Sections 1-07.13(1), 1-07.13(2), 1-07.13(3), or 8- 17.5, payment will be made in accordance with Section 1-09.4 using the estimated bid item "Reimbursement for Third Party Damage". 1-07.14 Responsibility for Damage The third, fourth and fifth paragraphs are revised to read: Subject to the limitations in this section and RCW 4.24.115 the Contractor shall indemnify, defend, and save harmless the State, Governor, Commission, Secretary, and all officers and employees of the State from all claims, suits, or actions brought for injuries to, or death of, any persons or damages resulting from construction of the Work or in consequence of any negligence or breach of contract regarding the Work, or the use of any improper materials in the Work, caused in whole or in part by any act or omission by the Contractor or the agents or employees of the Contractor during performance or at any time before final acceptance. In addition to any remedy authorized by law, the State may retain so much of the money due the Contractor as deemed necessary by the Engineer to ensure indemnification until disposition has been made of such suits or claims. Subject to the limitations in this section and RCW 4.24.115, the Contractor shall indemnify, defend, and save harmless any county, city, or region, its officers, and employees connected with the Work, within the limits of which county, city, or region the Work is being performed, all in the same manner and to the same extent as provided above for the protection of the State, its officers and employees, provided that no retention of money due the Contractor be made by the State except as provided in RCW 60.28, pending disposition of suits or claims for damages brought against the county, city, or district. Pursuant to RCW 4.24.115, where such claims, suits, or actions result from the concurrent negligence of (a) the indemnitee or the indemnitee's agents or employees and (b) the Contractor or the Contractor's agent or employees, the indemnity provisions provided in the preceding paragraphs of this section shall be valid and enforceable only to the extent of the Contractor's negligence or the negligence of its agents and employees. This section is supplemented with the following: THE CONTRACTOR SPECIFICALLY ASSUMES ALL POTENTIAL LIABILITY FOR ACTIONS BROUGHT BY EMPLOYEES OF THE CONTRACTOR AND, SOLELY FOR THE PURPOSE OF ENFORCING THE DEFENSE AND INDEMNIFICATION OBLIGATIONS SET FORTH N SECTION 1-07.14, THE CONTRACTOR SPECIFICALLY WAIVES ANY IMMUNITY GRANTED UNDER THE STATE 14 INDUSTRIAL INSURANCE LAW, RCW TITLE 51. THIS WAIVER HAD BEEN MUTUALLY NEGOTIATED BY THE PARTIES. THE CONTRACTOR SHALL SIMILARLY REQUIRE THAT EACH SUBCONTRACTOR IT RETAINS IN CONNECTION WITH THE PROJECT COMPLY WITH THE TERMS OF THIS PARAGRAPH, WAIVE ANY IMMUNITY GRANTED UNDER RCW TITLE 51 AND ASSUME ALL LIABILITY FOR ACTIONS BROUGHT BY EMPLOYEES OF THE SUBCONTRACTOR. 1-07.15 Temporary Water Pollution/Erosion Control The fourth paragraph is deleted. 1-07.15(1) Spill Prevention, Control and Countermeasures Plan This section is deleted in its entirety and replaced with the following: The Contractor shall prepare and implement a project -specific spill prevention, control, and countermeasures plan (SPCC Plan) for the duration of the project. The Contractor shall submit the plan to the Project Engineer no later than the date of the preconstruction conference. No on-site construction activities may commence until the Contracting Agency accepts an SPCC Plan for the project. SPCC Plan template and guidance information is -available at: http://www.wsdot.wa. gov/Environment/HazMat/SpillPrevention.htm. The SPCC Plan shall address all fuels, petroleum products and hazardous materials, as defined in Chapter 447 of the WSDOT Environmental Procedures Manual (M 31-11). Occupational safety and health requirements that may pertain to SPCC Plan implementation are contained in, but not limited to, WAC 296-824 and WAC 296-843. The SPCC Plan shall address conditions that may be required by Section 3406 of the current International Fire _ Code, or as approved by the local Fire Marshal. Implementation Requirements The Contractor shall update the SPCC Plan throughout project construction so that the written plan reflects actual site conditions and practices. The Contractor shall update the SPCC Plan at least annually and maintain a copy of the updated SPCC Plan on the project site. The Contractor shall fully implement the SPCC Plan, as accepted and updated, at all times. SPCC Plan Element Requirements The SPCC Plan shall set forth the following information in the following order: 1. Responsible Personnel Identify the names, titles, and contact information for the personnel responsible for implementing and updating the plan and for responding to spills. 2. Spill Reporting List the names and telephone numbers of the Federal, State, and local agencies the Contractor shall notify in the event of a spill. 15 3. Project and Site Information Describe the following items: A. The project Work. B. The site location and boundaries. C. The drainage pathways from the site. D. Nearby waterways and sensitive areas and their distances from the site. 4. Potential Spill Sources Describe each of the following for all potentially hazardous materials brought or generated on-site (including materials used for equipment operation, refueling, maintenance, or cleaning): A. Name of material and its intended use. B. Estimated maximum amount on-site at any one time. C. Location(s) (including any equipment used below the ordinary high water line) where the material will be staged, used, and stored and the distance(s) from nearby waterways and sensitive areas. 5. Pre -Existing Contamination Describe any pre-existing contamination and contaminant sources (such as buried pipes or tanks) in the project area that are described in the Contract provisions and Plans. Identify equipment and work practices that shall be used to prevent the release of contamination. 6. Spill Prevention and Response Training Describe how and when all project personnel, including refueling personnel and other Subcontractors, shall be trained in spill prevention, containment, and response and in the location of spill response kits. 7. Spill Prevention Describe the following items: A. The contents and locations of spill response kits that the Contractor shall supply and maintain that are appropriately stocked, located in close proximity to hazardous materials and equipment, and immediately accessible. B. Security measures for potential spill sources to prevent accidental spills and vandalism. 16 C. Methods used to prevent stormwater from contacting hazardous materials. D. Secondary containment for each potential spill source listed in 4, above. Secondary containment structures shall be in accordance with Section S9.D.9 of Ecology's Construction Storm water General NPDES Permit, where secondary containment means placing tanks or containers within an impervious structure capable of containing 110% of the volume contained in the largest tank within the containment structure. Double - walled tanks do not require additional secondary containment. E. BMP Methods used to prevent discharges to ground or water during mixing and transfers of hazardous materials and fuel. Methods to control pollutants shall use BMPs in accordance with Ecology's Construction Stormwater General NPDES Permit. BMPs guidance is provided in Ecology's Stormwater Management Manuals, such as Volume II — Construction Stormwater Pollution Prevention, BMP C153 and Volume IV Source Control BMPs. F. Refueling procedures for equipment that cannot be moved from below the ordinary high water line. G Daily inspection and cleanup procedures that ensure all equipment used below the ordinary high water line is free of all external petroleum-based products. H. Routine equipment, storage area, and structure inspection and maintenance practices to prevent drips, leaks or failures of hoses, valves, fittings, containers, pumps, or other systems that contain or transfer hazardous materials. I. Site inspection procedures and frequency. 8. Spill Response Outline the response procedures the Contractor shall follow for each scenario listed below, indicating that if hazardous materials are encountered or spilled during construction, the Contractor shall do everything possible to control and contain the material until appropriate measures can be taken. Include a description of the actions the Contractor shall take and the specific on-site spill response equipment that shall be used to assess the spill, secure the area, contain and eliminate the spill source, clean up spilled material, decontaminate equipment, and dispose of spilled and contaminated material. A. A spill of each type of hazardous material at each location identified in 4, above. 17 B. Stormwater that has come into contact with hazardous materials. C. A release or spill of any pre-existing contamination and contaminant source described in 5, above. D. A release or spill of any unknown pre-existing contamination and contaminant sources (such as buried pipes or tanks) encountered during project Work. E. A spill occurring during Work with equipment used below the ordinary high water line. If the Contractor will use a Subcontractor for spill response, provide contact information for the Subcontractor under item 1 (above), identify when the Subcontractor shall be used, and describe actions the Contractor shall take while waiting for the Subcontractor to respond. 9. Project Site Map Provide a map showing the following items: A. Site location and boundaries. B. Site access roads. C. Drainage pathways from the site. D. Nearby waterways and sensitive areas. E. Hazardous materials, equipment, and decontamination areas identified in 4, above. F. Pre-existing contamination or contaminant sources described in 5, above. G. Spill prevention and response equipment described in 7 and 8, above. 10. Spill Report Forms Provide a copy of the spill report form(s) that the Contractor shall use in the event of a release or spill. Payment Payment will be made in accordance with Section 1-04.1 for the following bid item when it is included in the Proposal: "SPCC Plan," lump sum. When the written SPCC Plan is accepted by Contracting Agency, the Contractor shall receive 50 -percent of the lump sung Contract price for the plan. The remaining 50 -percent of 18 the lump sum price will be paid after the materials and equipment called for in the Plan are mobilized to the project. The lump sum payment for "SPCC Plan" shall be full pay for all costs associated with creating and updating the accepted SPCC Plan, all costs associated with the set up of prevention measures, and implementing the current SPCC Plan as required by this Specification. As to other costs associated with releases or spills, including restocking spill kits, the Contractor may request payment as provided for in the Contract. No payment shall be made if the release or spill was caused by or resulted from the Contractor's operations, negligence, or omissions. 1-07.16(2) Vegetation Protection and Restoration The second paragraph is revised to read: Damage which may require replacement of vegetation includes torn bark stripping, broken branches, exposed root systems, cut root systems, poisoned root systems, compaction of surface soil and roots, puncture wounds, drastic reduction of surface roots or leaf canopy, changes in grade greater than 6 -inches, or any other changes to the location that may jeopardize the survival or health of the vegetation to be preserved. The third paragraph is revised to read: When large roots of trees designated to be saved are exposed by the Contractor's operation, they shall be wrapped with heavy, moist material such as burlap or canvas for protection and to prevent excessive drying. The material shall be kept moist and securely fastened until the roots are covered to finish grade. All material and fastening material shall be removed from the roots before covering. All roots 1 -inch or larger in diameter, which are damaged, shall be pruned with a sharp saw or pruning shear. Damaged, torn, or ripped bark shall be removed as designated by the Engineer at no additional cost to the Contracting Agency. The fourth paragraph is revised to read: Any pruning activity required to complete the Work as specified shall be performed by a Certified Arborist as designated by the Engineer. 1-07.18 Public Liability and Property Damage Insurance This section is deleted in its entirety and replaced with the following: 1-07.18 Public Liability and Property Damage Insurance The Contractor shall obtain and keep in force the following policies of insurance. The policies shall be with companies or through sources approved by the State Insurance Commissioner pursuant to Chapter 48.05, RCW. Unless otherwise indicated below, the policies shall be kept in force from the execution date of the Contract until the date of acceptance by the Secretary (Section 1-05.12). 19 1. Owners and Contractors Protective (OCP) Insurance providing bodily injury and property damage liability coverage with limits of $3,000,000 per occurrence and, per project, in the aggregate for each policy period, written on Insurance Services Office (ISO) form CG0009 1204, together with Washington State Department of Transportation amendatory endorsement CG 2908 1195, specifying the Contracting Agency, the State, the Governor, the Commission, the Secretary , the Department and all officers and employees of the State as named insured. 2. Commercial General Liability (CGL) Insurance written under ISO Form CG0001 or its equivalent with minimum limits of $3,000,000 per occurrence and in the aggregate for each one year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and completed operations coverage shall be provided for a period of three years following Substantial Completion of the Work. 3. Commercial Automobile Liability Insurance providing bodily injury and property damage liability coverage for all owned and nonowned vehicles assigned to or used in the performance of the Work with a combined single limit of not less than $1,000, 000 each occurrence. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability lints of not less than $1,000,000 per occurrence with the State named as an additional insured or designated insured in connection with the Contractor's Performance of the Contract. If pollutants are to be transported, MCS 90 and CA 99 48 endorsements are required on the Commercial Automobile Liability insurance policy unless in -transit pollution risk is covered under a Pollution Liability insurance policy. 4. The Contractor shall be Named Insured and the Contracting Agency, the State, the Governor, the Commission, the Secretary, the Department, all officers and employees of the State, and their respective members, directors, officers, employees, agents and consultants (collectively the "Additional Insureds") shall be included as Additional Insureds for all policies and coverages specified in this Section, with the exception of the OCP policy. Said insurance coverage shall be primary and non-contributory insurance with respect to the insureds and the Additional Insureds. Any insurance or self-insurance beyond that specified in this Contract that is maintained by any Additional Insured shall be in excess of such insurance and shall not contribute with it. All insurance coverage required by this Section shall be written and provided by "occurrence -based" policy forms rather than by "claims made" fon-ns. All endorsements adding Additional Insureds to required policies shall be issued on (i) form CG 20 10 11 85 or a form deemed equivalent by the Contracting Agency, providing the Additional Insureds with all policies and coverages set forth in this Section, with the exception of the OCP and Commercial Auto policies or (ii) form CA 20 48 or forms deemed equivalent by Contracting Agency, providing the Additional Insureds with all coverage's required under the Commercial Automobile Liability. 20 5. The coverage limits to be provided by Contractor for itself and to the Contracting Agency and Additional Insureds pursuant to this section or any Special Provision, shall be on a "per project" aggregate basis with the minimum limits of liability as set forth herein for both general liability and products/completed operations claims. The additional insured coverage required under this Section for products/completed operations claims shall remain in full force and effect for not less than three years following Substantial Completion of the project. If the Contractor maintains, at any time, coverage limits for itself in excess of limits set forth in this Section 1-07.18 or any Special Provision, then those additional coverage limits shall also apply to the Contracting Agency and the Additional Insureds. This includes, but is not limited to, any coverage limits provided under any risk financing program of any description, whether such limits are primary, excess, contingent or otherwise. 6. All insurance policies and coverage's required under Section 1-07.18 and Section 1- 07.10 shall contain a waiver of subrogation against the Contracting Agency , the State, any Additional Insured and their respective departments, agencies, boards, and commissions and their respective officers, officials, agents, and employees for losses arising from Work performed by or on behalf of the Contractor. This waiver has been mutually negotiated by the parties. 7. Where applicable, the Contractor shall cause each Subcontractor to provide insurance that complies with all applicable requirements of the Contractor -provided insurance as set forth herein, in circumstances where the Subcontractor is not covered by the Contractor -provided insurance. The Contractor shall have sole responsibility for determining the limits of coverage required, if any, to be obtained by Subcontractors, which determination shall be made in accordance with reasonable and prudent business practices. In the event that a Subcontractor is required to add the Contractor as an additional insured pursuant to its contract for Work at the Project, then the Contractor shall also cause each Subcontractor to include the Contracting Agency and the Additional Insureds as additional insureds as well, for primary and non-contributory limits of liability under each Subcontractor's Commercial General Liability, Commercial Automobile Liability and, any other coverage's which may be required pursuant to a "Special Provision". 8. Unless specifically noted otherwise in the Contract Documents, the parties to this Contract do not intend by any of the provisions of this Contract to cause the public or any member thereof or any other Person to be a third party beneficiary of the Contract Documents. Nothing in this Contract authorizes anyone not a party to this Contract or a designated third party beneficiary to this Contract to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of this Contract. It is the further intent of the Contracting Agency and the Contractor in executing the Form of Contract that no individual, firm, corporation or any combination thereof which supplies materials, labor, services, or equipment to the Contractor for the performance of the Work shall become thereby a third party beneficiary of this Contract. 21 The Contract Documents shall not be construed to create a contractual relationship of any kind between the Contracting Agency and a Subcontractor or any other Person except the Contractor. 9. The Owners and Contractors Protective Insurance policy shall not be subject to a deductible or contain provisions for a deductible. The Commercial General Liability policy and the Commercial Automobile Liability Insurance policy may, at the discretion of the Contractor, contain such provisions. If a deductible applies to any claim under these policies, then payment of that deductible will be the responsibility of the Contractor, notwithstanding any claim of liability against the Contracting Agency. However in no event shall any provision for a deductible provide for a deductible in excess of $50,000.00. 10. With the exception of the Commercial Automobile liability coverage, no policies of insurance required under this Section shall contain an arbitration or alternative dispute resolution clause applicable to disputes between the insurer and its insureds. Any and all disputes concerning (i) terms and scope of insurance coverage afforded by the policies required hereunder and/or (ii) extra contractual remedies and relief which may be afforded policy holders in connection with coverage disputes, shall be resolved in Washington Superior Court, applying Washington law. 11. Prior to Contract execution, the Contractor shall file with the Department of Transportation, Contract Payment Section, P.O. Box 47420, Olympia, WA 98504-7420, ACORD Form Certificates of Insurance evidencing the minimum insurance coverages required under these Specifications. Within 30 days of being awarded a Contract, the Contractor shall provide the Department with complete copies, which may be electronic copies, of all insurance policies required under this section and any Special Provisions. 12. The Contractor shall provide written notice to the Engineer of any policy cancellations and provide the Department of Transportation, Contract Payment Section, P.O. Box 47420 Olympia, WA 98504-7420, by U.S Mail, notice of any policy cancellation within two business days of receipt of cancellation. 13. Failure on the part of the Contractor to maintain the insurance as required, or to not provide certification and copies of the insurance prior to the time specified in subsection 11 above, shall constitute a material breach of Contract upon which the Contracting Agency may, after giving 5 -business days notice to the Contractor to correct the breach, immediately terminate the Contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. All costs for insurance, including any payments of deductible amounts, shall be considered incidental to and included in the unit Contract prices and no additional payment will be made. 22 SECTION 1-08, PROSECUTION AND PROGRESS April 4, 2011 1-08.1 Subcontracting The second and third sentences in the eighth paragraph are revised to read: This Certification shall be submitted to the Project Engineer on WSDOT form 421-023, "Quarterly Report of Amounts Paid as MBE/WBE Participants", quarterly for the State fiscal quarters: January 1 through March 31, April 1 through June 30, July 1 through September 30, October 1 through December 31, and for any remaining portion of a quarter through Physical Completion of the Contract. The report is due 20 calendar days following the fiscal quarter end or 20 -calendar days after Physical Completion of the Contract. The first sentence in the ninth paragraph is revised to read: On all projects funded with both Contracting Agency funds and Federal assistance the Contractor shall submit a "Quarterly Report of Amounts Credited as DBE Participation" on a quarterly basis in which DBE work is accomplished, for every quarter in which the Contract is active or upon completion of the project, as appropriate. The last sentence in the ninth paragraph is revised to read: When required, this "Quarterly Report of Amounts Credited as DBE Participation" is in lieu of WSDOT form 421-023, "Quarterly Report of Amounts Paid as MBE/WBE Participants". 1-08.5 Time for Completion The last two sentences in the first paragraph are revised to read: When any of these holidays fall on a Sunday, the following Monday shall be counted a nonworking day. When the holiday falls on a Saturday, the preceding Friday shall be counted a nonworking day. The days between December 25 and January 1 will be classified as nonworking days. Item number 2.c. in the sixth paragraph is revised to read: c. Quarterly Reports of Amounts Paid as MBE/WBE Participants, or Quarterly Reports of Amounts Credited as DBE Participation, as required by the Contract Provisions. SECTION 1-09, MEASUREMENT AND PAYMENT August 1, 2011 1-09.2(1) General Requirement for Weighing Equipment This section is revised to read: Unless specified otherwise, any Highway or Bridge construction materials to be proportioned or measured and paid for by weight shall be weighed on a scale. 23 Scales Scales shall: 1. be accurate to within 0.5 -percent of the correct weight throughout the range of use; 2. not include spring balances; 3. include beams, dials, or other reliable readout equipment; 4. be built to prevent scale parts from binding, vibrating, or being displaced and to protect all working parts and; 5. be carefully maintained, with bunkers and platforms kept clear of accumulated materials that could cause errors. Scale Operations Contractor provided scale operations are defined as operations where a scale is set up by the Contractor specifically for the project and most, if not all, material weighed on the scale is utilized for Contract Work. In this situation, the Contractor shall provide a person to operate the project scale, write tickets, perform scale checks and prepare reports. Commercial scale operations include the use of established scales used to sell materials to the public on a regular basis. In addition, for the purposes of this specification, all batch, hopper, and belt scales are considered to be commercial scales. When a commercial scale is used as the project scale, the Contractor may utilize a commercial scale operator provided it is at no additional cost to the contracting agency. In addition, the Contractor shall ensure that: 1. the Engineer is allowed to observe the weighing operation and check the daily scale weight record; 2. scale verification checks are performed at the direction of the Contracting Agency (see Section 1-09.2(5)); 3. several times each day, the scale operator records and makes certain the platform scale balances and returns to zero when the load is removed; and 4. test results and scale weight records for each day's hauling operations are provided to the Engineer daily. Unless otherwise approved, reporting shall utilize form 422- 027, Scaleman's Daily Report. Trucks and Tickets Each truck to be weighed shall bear a unique identification number. This number shall be legible and in plain view of the scale operator. Each vehicle operator shall obtain a weigh or load ticket from the scale operator. The Contracting Agency will provide item quantity 24 tickets for scales that are not self -printing. The Contractor shall provide tickets for self - printing scales. All tickets shall, at a minimum, contain the following information: 1. date of haul; 2. contract number; 3. contract unit Bid item; 4. unit of measure; 5. identification number of hauling vehicle; and 6. weight delivered a. net weight in the case of batch and hopper scales b. gross weight, tare and net weight in the case of platform scales (tare may be omitted if a tare beam is used) c. approximate load out weight in the case of belt conveyor scales The vehicle operator shall deliver the ticket in legible condition to the material receiver at the material delivery point. The material delivery point is defined as the location where the material is incorporated into the permanent Work. 1-09.2(2) Specific Requirements for Batching Scales In the first paragraph, the last sentence is revised to read: Batching scales used for Portland Cement concrete or hot mix asphalt shall not be used for batching other materials. 1-09.2(3) Specific Requirements for Platform Scales In the first paragraph, the last sentence is revised to read: A tare weight shall be taken of each hauling vehicle at least once daily. The third paragraph is deleted. 1-09.2(5) Measurement This section is revised to read: Scale Verification Checks The Engineer will verify the accuracy of each batch, hopper or platform scale. The frequency of verification checks will be such that at least one test weekly is performed for each weighed contract item of work being performed during that week. 25 Verification checks may not be routinely conducted for weighed material, who's proposal quantity multiplied by the unit bid price, has a value less than $20,000. The verification will consist of one of the following methods and be at the Contractor's option: 1. Weigh a loaded truck on a separate certified platform scale designated by the Contractor, for the purpose of scale verification. 2. Weigh a vehicle that weighs at least 10,000 pounds on a separate certified scale and then check the project scale with it. 3. Establish a certified fixed load weighing at least 10,000 pounds as a check -weight. The certification shall consist of an affidavit affirming the correct weight of the fixed load. Should the scale verification check reveal a weight difference of more than 0.5 -percent, a second scale verification check shall be performed immediately. If the weight differences of both comparison checks exceed the 0.5 -percent limit and the scale has been over weighing, the Contractor shall immediately stop weighing and the scale shall be recertified at the Contractor's expense. If the weight difference of both comparison checks exceed the 0.5 - percent limit and the scale is under weighing, it shall be adjusted immediately. The Contractor will not be compensated for any loss from under weighing. Belt Scales To test the accuracy of a belt -conveyor scale, the Contractor shall weigh five or more payloads from sequential hauling units and compare these weights with weights of the same payloads taken on a separate certified platform scale. If the test results fluctuate, the Engineer may require more than five check loads. Conveyor weights will be based on tonnage values taken from the sealed odometer at the beginning and end of each check period. If scale verification checks show the scale has been under weighing, it shall be adjusted immediately. The Contractor will not be compensated for any loss from under weighing. If scale verification checks show the scale has been overweighing, its operation will cease immediately until adjusted. Minor Construction Items If the specifications and plans require weight measurement for minor construction items, the Contractor may request permission to convert volume to weight. If the Engineer approves, an agreed factor may be used to make this conversion and volume may be used to calculate the corresponding weight for payment. 1-09.2(6) Payment This section is revised to read: 26 Unless specified otherwise the Contracting Agency will pay for no materials received by weight unless they have been weighed as required in this section or as required by another method the Engineer has approved in writing. The Contractor shall not be compensated for any loss from under weighing that is revealed by scale verification checks. If scale verification checks reveal that the scale is over weighing, then payment for all material weighed since the last valid scale verification check will be adjusted. The contracting agency will calculate the combined weight of all materials weighed after the last verification check showing accurate results. This combined weight will then be reduced for payment by the percentage of scale error that exceeds 0.5 -percent unless the Contractor demonstrates to the satisfaction of the Engineer that the defect in the scale was present for a lesser period of time. Unit contract prices for the various pay items of the project cover all costs related to weighing and proportioning materials for payment. These costs include but are not limited to: • furnishing, installing, certifying, and maintaining scales; • providing a weigher to operate a Contractor provided scale; • providing a weigher to operate a commercial scale, if necessary; • providing self -printing tickets, if necessary; • rerouting a truck for verification weighing; • assisting the Engineer with scale verification checks; • any other related costs associated with meeting the requirements of this section. 1-09.9 Payments The first paragraph is revised to read: The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment. The Contractor shall submit a breakdown of the cost of lump sum Items to enable the Project Engineer to determine the Work performed on a monthly basis. Lump sum item breakdowns shall be submitted prior to the first progress payment that includes payment for the Bid Item in question. A breakdown is not required for lump sum items that include a basis for incremental payments as part of the respective Specification. Absent a lump sum breakdown the Project Engineer will make a determination based on information available. The Project Engineer's determination of the cost of work shall be final. 27 In the third paragraph, the second sentence is deleted. 1-09.11(1)A Disputes Review Board Membership This section is supplemented with the following new paragraph: The Contracting Agency and Contractor shall indemnify and hold harmless the Board Members from and against all claims, damages, losses and expenses, including but not limited to attorney's fees arising out of and resulting from the actions and recommendations of the Board. SECTION 1-10, TEMPORARY TRAFFIC CONTROL April 4, 2011 In Division 1-10, all references to "truck mounted" are revised to read "transportable". 1-10.1 General The following sentence is inserted at the beginning of this section: Temporary traffic control refers to the control of all types of traffic, including vehicles, bicyclists, and pedestrians (including pedestrians with disabilities). 1-10.2(1)A Traffic Control Management Item number 2 in the first paragraph is revised to read: 2. Providing the Contractor's designated TCS with approved Traffic Control Plans (TCPs) which are compatible with the Work operations and traffic control for which they will be implemented. Having the latest adopted edition of the Manual On Uniform Traffic Control Devices for Streets and Highways (MUTCD,) including the Washington State Modifications to the MUTCD, the most current edition of the Public Rights -Of -Way Accessibility Guidelines (PROWAG), and applicable standards and Specifications available at all times on the project. 1-10.2(1)B Traffic Control Supervisor Item number 1 in the third paragraph is revised to read: 1. Having a current set of approved traffic control plans (TCPs), applicable Contract Provisions as provided by the Contractor, the latest adopted edition of the MUTCD, including the Washington State Modifications to the MUTCD, the book Quality Guidelines for Temporary Work Zone Traffic Control Devices, the most current edition of the PROWAG, and applicable standards and Specifications. The third paragraph is supplemented with the following: 7. Ensuring that all pedestrian routes or access points, existing or temporary, are kept clear and free of obstructions and that all temporary pedestrian routes or access points are detectable and accessible to persons with disabilities as provided for in the approved Plans. 28 1-10.2(2) Traffic Control Plans The second paragraph is revised to read: When the Contractor's chosen method of performing the Work in the Contract requires some form of temporary traffic control for vehicles, bicyclists, or pedestrians, the Contractor shall either: (1.) designate and adopt, in writing, the traffic control plan or plans from the Contract documents that support that method; or (2.) submit a Contractor's plan that modifies, supplements or replaces a plan from the Contract documents. Any Contractor -proposed modification, supplement or replacement shall show the necessary construction signs, flaggers, spotters and other traffic control devices required to support the Work. Any Contractor -proposed traffic control plan shall conform to the established standards for plan development as shown in the MUTCD, Part 6 and the most current edition of the PROWAG The Contractor's submittal, either designating and adopting a traffic control plan from the Contract documents or proposing a Contractor -developed plan, shall be provided to the Engineer for approval at least 10 -calendar days in advance of the time the signs and other traffic control devices are scheduled to be installed and utilized. The Contractor shall be solely responsible for submitting any proposed traffic control plan or modification, obtaining the Engineer's approval and providing copies of the approved Traffic Control Plans to the Traffic Control Supervisor. 1-10.2(3) Conformance to Established Standards The reference "(TMA's)" in the paragraph that starts with "Category 3" is deleted. The first paragraph is revised to read: Flagging, signs, and all other traffic control devices and procedures furnished or provided shall conform to the standards established in the latest WSDOT adopted edition of the Manual On Uniform Traffic Control Devices for Streets and Highways (MUTCD,) published by the U.S. Department of Transportation and the Washington State Modifications to the MUTCD and the most current edition of the Public Rights -Of -Way Accessibility Guidelines (PROWAG). Judgment of the quality of devices furnished will be based upon Quality Guidelines for Temporary Traffic Control Devices, published by the American Traffic Safety Services Association. Copies of the MUTCD and Quality Guidelines for Temporary Control Devices may be purchased from the American Traffic Safety Services Association, 15 Riverside Parkway, Suite 100, Fredericksburg, Virginia 22406-1022. The Washington State Modifications to the MUTCD may be obtained from the Department of Transportation, Olympia, Washington 98504. The most current edition of the Public Rights - Of -Way Accessibility Guidelines (PROWAG) can be downloaded from the United States Access Board web site (www. access-board.gov). 1-10.3(1) Traffic Control Labor The first paragraph is revised to read: The Contractor shall furnish all personnel for flagging, spotting, for the execution of all procedures related to temporary traffic control and for the setup, maintenance and removal 29 of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. 1-10.3(2)C Lane Closure Setup/Takedown Item number 1 in the first paragraph is revised to read: 1. If the Plans show a portable changeable message sign, it shall be established in advance of the operation; far enough back to provide warning of both the operation and any queue of traffic that has formed during the operation. In the second paragraph, the reference to "TMA/arrow board" is revised to read "transportable attenuator/arrow board". 1-10.3(3) Traffic Control Devices The following paragraph is inserted at the beginning of this section: Traffic control devices, including signs, furnished or provided shall conform to the standards established in the latest WSDOT adopted edition of the Manual On Uniform Traffic Control Devices for Streets and Highways (MUTCD,) published by the U.S. Department of Transportation and the Washington State Modifications to the MUTCD. Requirements for pedestrian traffic control devices are addressed in the MUTCD. 1-10.3(3)A Construction Signs In the fourth paragraph "height" is replaced with "top of the ballast". 1-10.3(3)J Truck Mounted Attenuator The title for this section is revised to read: 1-10.3(3)J Transportable Attenuator In the second and fourth paragraphs, the references to "TMA" are revised to read "Transportable Attenuator". In the first paragraph, the first sentence is revised to read: Where shown on an approved traffic control plan or where ordered by the Engineer, the Contractor shall provide, operate, and maintain transportable impact attenuators as required in Section 9-35.12. In the third paragraph, the reference to "truck's" is revised to read "host vehicle's". 1-10.4(2) Item Bids with Lump Sum for Incidentals All references to "Truck Mounted Impact Attenuator(s)" are revised to read "Transportable Attenuator(s)". In the eighth paragraph, the first sentence is revised to read: 30 "Transportable Attenuator" will be measured per each one time only for each host vehicle with mounted or attached impact attenuator used on the project. In the last sentence of the ninth paragraph, the reference to "TMA" is replaced with "transportable attenuator". This Section is supplemented with the following: No specific unit of measurement will apply to the lump sum item of "Pedestrian Traffic Control." 1-10.5(2) Item Bids with Lump Sum for Incidentals All references to "truck mounted impact attenuator(s)" are revised to read "transportable attenuator(s)". This Section is supplemented with the following: "Pedestrian Traffic Control", lump sum. The lump sum Contract payment shall be full compensation for all costs of labor and materials incurred by the Contractor in performing pedestrian traffic control Contract Work defined in Section 1-10. SECTION 2-02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS January 4, 2010 2-02.3 Construction Requirements The fourth paragraph is revised to read: The Contractor may dispose of waste material in Contracting Agency owned sites if the Special Provisions or the Engineer permits it. Otherwise, the Contractor shall arrange to dispose of waste at no expense to the Contracting Agency and the disposal shall meet the requirements of Section 2-03.3(7)C. SECTION 7-17, SANITARY SEWERS January 3, 2011 7-17.2 Materials The first paragraph is revised to read: Pipe used for sanitary sewers may be: Rigid Thermoplastic Concrete ABS Composite Vitrified Clay PVC (Polyvinyl Chloride) Ductile Iron Polypropylene The fourth paragraph is supplemented with the following item: 31 Polypropylene Sewer pipe 9-05.25 7-17.5 Payments The following bid item is inserted after the bid item "ABS Composite Sewer Pipe In. Diam": "Polypropylene Sewer Pipe In. Diam.", per linear foot. SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL August 1, 2011 8-01.2 Materials In the first paragraph, the following is inserted after the first sentence: Corrugated Polyethylene Drain Pipe 9-05.1(6) 8-01.3(1) General In the sixth paragraph, the first sentence is revised to read: When natural elements rut or erode the slope, the Contractor shall restore and repair the damage with the eroded material where possible, and remove and dispose of any remaining material found in ditches and culverts. In the seventh paragraph the first two sentences are deleted. The table in the seventh paragraph is revised to read: Western Washington (West of the Cascade Mountain crest) May 1 through September 30 17 Acres October 1 through April 30 5 Acres Eastern Washington (East of the Cascade Mountain crest.) April 1 through October 31 17 Acres November 1 through March 31 5 Acres The eighth paragraph is revised to read: The Engineer may increase or decrease the limits based on project conditions. The ninth paragraph is revised to read: Erodible earth is defined as any surface where soils, grindings, or other materials may be capable of being displaced and transported by rain, wind, or surface water runoff. The 10th paragraph is revised to read: Erodible earth not being worked, whether at final grade or not, shall be covered within the specified time period, (see the tables below) using an approved soil covering practice. 32 Western Washington (West of the Cascade Mountain crest) October 1 through April 30 2 -days maximum May 1 to September 307 -days maximum Eastern Washington (East of the Cascade Mountain crest.) October 1 through June 30 5 -days maximum July 1 through September 30 10 -days maximum 8-01.3(1)A Submittals This section is revised to read: When a Temporary Erosion and Sediment Control (TESC) Plan is included in the Plans, the Contractor shall either adopt or modify the existing TESC Plan. The Contractor shall provide a schedule for TESC Plan implementation and incorporate it into the Contractor's progress schedule. The Contractor shall obtain the Engineer's approval of the TESC Plan and schedule before any work begins. Modified TESC Plans shall meet all requirements of Chapter 6, Section 6-2 of the current edition of the WSDOT Highway Runoff Manual. The TESC Plan shall cover all areas the Contractor's Work may affect inside and outside the limits of the project (including all Contracting Agency provided sources, disposal sites, and haul roads, and all nearby land, streams, and other bodies of water). The Contractor shall allow at least 5 -working days for the Engineer to review any original or revised TESC Plan. Failure to approve all or part of any such Plan shall not make the Contracting Agency liable to the Contractor for any Work delays. 8-01.3(1)B Erosion and Sediment Control (ESC) Lead The first sentence in the third paragraph is revised to read: When a TESC Plan is included in the Contract Plans, the ESC Lead shall also inspect all areas disturbed by construction activities, all on-site erosion and sediment control BMP's, and all stormwater discharge points at least once every calendar week and within 24 -hours of runoff events in which stormwater discharges from the site. Inspections of temporarily stabilized, inactive sites may be reduced to once every calendar month. In the last paragraph, "Form Number 220-030 EF" is revised to read "WSDOT Form Number 220-030 EF". 8-01.3(1)C Water Management In number 2, the reference to "Standard Specification" is revised to read "Section". Number 3, is revised to read: 3. Offsite Water Prior to disruption of the normal watercourse, the Contractor shall intercept the offsite stormwater and pipe it either through or around the project site. This water shall not be 33 combined with onsite stormwater. It shall be discharged at its pre -construction outfall point in such a manner that there is no increase in erosion below the site. The method for performing this Work shall be submitted by the Contractor for the Engineer's approval. 8-01.3(1)D Dispersion/Infiltration This section is revised to read: Water shall be conveyed only to dispersion or infiltration areas designated in the TESC Plan or to sites approved by the Engineer. Water shall be conveyed to designated dispersion areas at a rate such that, when runoff leaves the area, and enters waters of the State, turbidity standards are achieved. Water shall be conveyed to designated infiltration areas at a rate that does not produce surface runoff. 8-01.3(2)B Seeding and Fertilizing The fourth paragraph is revised to read: The seed applied using a hydroseeder shall have a tracer added to visibly aid uniform application. This tracer shall not be harmful to plant, aquatic or animal life. If Short Term Mulch is used as a tracer, the application rate shall not exceed 250 -pounds per acre. In the fifth paragraph, "hydro seeder" is revised to read "hydroseeder". 8-01.3(2)D Mulching In the second paragraph, the second sentence is revised to read: Wood strand mulch shall be applied by hand or by straw blower on seeded areas. In the third paragraph, "1" is revised to read "a single" and "hydro seeder" is revised to read "hydroseeder". The fourth paragraph is revised to read: Temporary seed applied outside the application windows established in 8-01.3(2)F shall be covered with a mulch containing either Moderate Tenn Mulch or Long Term Mulch, as designated by the Engineer. 8-01.3(2)E Tacking Agent and Soil Binders The following new paragraph is inserted at the beginning of this Section: Tacking agent or soil binders applied using a hydroseeder shall have a mulch tracer added to visibly aid uniform application. This tracer shall not be harmful to plant, aquatic or animal life. If Short Term Mulch is used as a tracer, the application rate shall not exceed 250 - pounds per acre. 34 1 1 The third sentence in the first paragraph below "Soil Binding Using Polyacrylamide (PAM)" is revised to read: A minimum of 200 -pounds per acre of Short Term Mulch shall be applied with the dissolved PAM. In the second paragraph below "Soil Binding Using Polyacrylamide (PAM)", "within" is revised to read "after". 1 The paragraph "Soil Binding Using Bonded Fiber Matrix (BFM)" including title is revised to read: ISoil Binding Using Moderate Term Mulch The Moderate Term Mulch shall be hydraulically applied in accordance with the I manufacturer's installation instructions. The Moderate Term Mulch may require a 24 to 48 hour curing period to achieve maximum performance and shall not be applied when precipitation is predicted within 24 to 48 hours, or on saturated soils, as determined by the 1 Engineer. The last paragraph including titled is revised to read: ISoil Binding Using Long Term Mulch The Long Term Mulch shall be hydraulically applied in accordance with the manufacturer's 1 installation instructions and recommendations. 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch 1 The first paragraph is revised to read: 1 Unless otherwise approved by the Engineer, the final application of seeding, fertilizing, and mulching of slopes shall be performed during the following periods: Western Washington Eastern Washington I(West of the Cascade Mountain crest) (East of the Cascade Mountain crest) March 1 through May 15 October 1 through November 15 only ISeptember 1 through October 1 1 Where Contract timing is appropriate, seeding, fertilizing, and mulching shall be I accomplished during the fall period listed above. Written permission to seed after October 1 will only be given when Physical Completion of the project is imminent and the environmental conditions are conducive to satisfactory growth. 1 8-01.3(2)G Protection and Care of Seeded Areas The first paragraph is revised to read: 1 The Contractor shall be responsible to ensure a healthy stand of grass. The Contractor shall restore eroded areas, clean up and properly dispose of eroded materials, and reapply the 1 seed, fertilizer, and mulch, at no additional cost to the Contracting Agency. 1 35 In the second paragraph, number 1. is revised to read: 1. At the Contractor's expense, seed, fertilizer and mulch shall be reapplied in areas that have been damaged through any cause prior to final inspection, and reapplied to areas that have failed to receive a uniform application at the specified rate. 8-01.3(2)11 Inspection The first sentence is revised to read: Inspection of seeded areas will be made upon completion of seeding, temporary seeding, fertilizing, and mulching. The third sentence is revised to read: Areas that have not received a uniform application of seed, fertilizer, or mulch at the specified rate, as determined by the Engineer, shall be reseeded, refertilized, or remulched at the Contractor's expense prior to payment. 8-01.3(2)I Mowing In the first paragraph, the last sentence is revised to read: Trimming around traffic facilities, Structures, planting areas, or other features extending above ground shall be accomplished preceding or simultaneously with each mowing. 8-01.3(3) Placing Erosion Control Blanket In the first sentence, "Standard" is deleted. The second sentence is revised to read: Temporary erosion control blankets, having an open area of 60 -percent or greater, may be installed prior to seeding. 8-01.3(4) Placing Compost Blanket In the first paragraph, "before" is revised to read "pnor to". The last sentence is revised to read: Compost shall be Coarse Compost. 8-01.3(5) Placing Plastic Covering The first sentence is revised to read: Plastic shall be placed with at least a 12 -inch overlap of all seams. 8-01.3(6)A Geotextile-Encased Check Dam The first paragraph is deleted. 36 8-01.3(6)B Rock Check Dam This section including title is revised to read: 8-01.3(6)B Quarry Spall Check Dam The rock used to construct rock check dams shall meet the requirements for quarry spalls. 8-01.3(6)D Wattle Check Dam This section is revised to read: Wattle check dams shall be installed in accordance with the Plans. 8-01.3(6)E Coir Log This section is revised to read: Coir logs shall be installed in accordance with the Plans. 8-01.3(9)A Silt Fence In the second paragraph, the second sentence is revised to read: The strength of the wire or plastic mesh shall be equivalent to or greater than what is required in Section 9-33.2(1), Table 6 for unsupported geotextile (i.e., 180 lbs. grab tensile strength in the machine direction). 8-01.3(9)B Gravel Filter, Wood Chip or Compost Berm In the second paragraph, the last sentence is deleted. The third paragraph is revised to read: The Compost Berm shall be constructed in accordance with the detail in the Plans. Compost shall be Coarse Compost. 8-01.3(9)C Straw Bale Barrier This section is revised to read: Straw Bale Barriers shall be installed in accordance with the Plans. 8-01.3(9)D Inlet Protection The first three paragraphs are revised to read: Inlet protection shall be installed below or above, or as a prefabricated cover at each inlet grate, as shown in the Plans. Inlet protection devices shall be installed prior to beginning clearing, grubbing, or earthwork activities. Geotextile fabric in all prefabricated inlet protection devices shall meet or exceed the requirements of Section 9-33.2, Table 1 for Moderate Survivability, and the minimum filtration properties of Table 2. 37 When the depth of accumulated sediment and debris reaches approximately % the height of an internal device or '/3 the height of the external device (or less when so specified by the manufacturers) or as designated by the Engineer, the deposits shall be removed and stabilized on site in accordance with Section 8-01.3(16). 8-01.3(10) Wattles In the first paragraph, the third sentence is revised to read: Excavated matenal shall be spread evenly along the uphill slope and be compacted using hand tamping or other method approved by the Engineer. This section is supplemented with the following new paragraph: The Contractor shall exercise care when installing wattles to ensure that the method of installation minimizes disturbance of waterways and prevents sediment or pollutant discharge into waterbodies. 8-01.3(12) Compost Sock In the first paragraph, "sock" is revised to read "socks" and "streambed" is revised to read "waterbodies". In the second paragraph "bank" is revised to read "slope". In the third paragraph "and" is revised to read "or". This section is supplemented with the following new paragraph: Compost for Compost Socks shall be Coarse Compost. 8-01.3(14) Temporary Pipe Slope Drain The first paragraph is revised to read: Temporary pipe slope drain shall be Corrugated Polyethylene Drain Pipe and shall be constructed in accordance with the Plans The last paragraph is revised to read: Placement of outflow of the pipe shall not pond water on road surface." 8-01.3(15) Maintenance In the fourth paragraph, the last sentence is revised to read: Clean sediments may be stabilized on site using approved BMPs as approved by the Engineer. 8-01.3(16) Removal In the second paragraph, the last sentence is revised to read: 38 This may include, but is not limited to, ripping the soil, incorporating soil amendments, and seeding with the specified seed. 8-01.4 Measurement The eighth paragraph is revised to read: Silt fence, gravel filter, compost berms, and wood chip berms will be measured by the linear foot along the ground line of completed barrier. 8-01.5 Payment The following bid items are relocated after the bid item "Check Dam": "Inlet Protection", per each. "Gravel Filter Berm", per linear foot. The following new paragraph is inserted before the bid item "Stabilized Construction Entrance": The unit Contract price per linear foot for "Check Dam" and "Gravel Filter Berm" and per each for "Inlet Protection" shall be full pay for all equipment, labor and materials to perform the Work as specified, including installation, removal and disposal at an approved disposal site. The paragraph after the bid item "Temporary Curb" is revised to read: The unit Contract price per linear foot for "Temporary Curb" shall include all costs to install, maintain, remove, and dispose of the temporary curb. The following bid item is inserted after the bid item "Mulching with Pam": "Mulching with Short Term Mulch", per acre. The bid item "Mulching with BFM" is revised to read: "Mulching with Moderate Term Mulch" The bid item "Mulching with MBFM/FRM" is revised to read: "Mulching with Long Term Mulch" SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS August 1, 2011 9-05.2(8) Perforated Corrugated Polyethlene Underdraine Pipe (12 -inch through 60 -inch) This section including title is revised to read: 39 9-05.2(8) Perforated Corrugated Polyethylene Underdrain Pipe, Couplings and Fittings (12 -inch through 60 -inch) Perforated corrugated polyethylene underdrain pipe, couplings and fittings, 12 -inch through 60 -inch diameter maximum, shall meet the requirements of AASHTO M 294 Type CP or Type SP. Type CP shall be Type C pipe with Class 2 perforations and Type SP shall be Type S pipe with either Class 1 or Class 2 perforations. Additionally, Class 2 perforations shall be uniformly spaced along the length and circumference of the pipe. 9-05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and Solid Wall PVC Sanitary Sewer Pipe In this section, all references to "115 psi" are revised to read "46 psi". 9-05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC Storm Sewer Pipe, and Profile Wall PVC Sanitary Sewer Pipe In the fourth paragraph, the word "producer's" is revised to read "Manufacturer's". 9-05.13 Ductile Iron Sewer Pipe The second and third paragraphs are revised to read: Ductile iron pipe shall conform to ANSI A 21.51 or AWWA C151 and shall be cement mortar lined and have a 1- mil seal coat per AWWA C104, or a Ceramic Filled Amine cured Novalac Epoxy lining, as indicated on the Plans or in the Special Provisions. The ductile iron pipe shall be Special Thickness Class 50, Minimum Pressure Class 350, or the Class indicated on the Plans or in the Special Provisions. Nonrestrained joints shall be either rubber gasket type, push on type, or mechanical type meeting the requirements of AWWA C111. 9-05.19 Corrugated Polyethylene Culvert Pipe This sections title is revised to read: 9-05.19 Corrugated Polyethylene Culvert Pipe, Couplings, and Fittings The first paragraph is revised to read: Corrugated polyethylene culvert pipe, couplings, and fittings, shall meet the requirements of AASHTO M 294 Type S or D for pipe 12 -inch to 60 -inch diameter with silt -tight joints. 9-05.20 Corrugated Polyethylene Storm Sewer Pipe This sections title is revised to read: 9-05.20 Corrugated Polyethylene Storm Sewer Pipe, Couplings, and Fittings In the first paragraph, the first sentence is revised to read: Corrugated polyethylene storm sewer pipe, couplings, and fittings shall meet the requirements of AASHTO M 294 Type S or D. 40 Section 9-05 is supplemented with the following new sub -sections: 9-05.21 Steel Rib Reinforced Polyethylene Culvert Pipe Steel rib reinforced polyethylene culvert pipe shall meet the requirements of ASTM F2562 Class 1 for steel reinforced thermoplastic ribbed pipe and fittings for pipe 24 -inch to 60 -inch diameter with silt -tight joints. Silt -tight joints for steel reinforced polyethylene culvert pipe shall be made with a bell/bell or bell and spigot coupling and incorporate the use of a gasket conforming to the requirements of ASTM F 477. All gaskets shall be installed on the pipe by the manufacturer. Qualification for each manufacturer of steel reinforced polyethylene culvert pipe requires an approved joint system and a formal quality control plan for each plant proposed for consideration. A Manufacturer's Certificate of Compliance shall be required and shall accompany the materials delivered to the project. The certificate shall clearly identify production lots for all materials represented. The Contracting Agency may conduct verification tests of pipe stiffness or other properties as it deems appropriate. 9-05.22 Steel Rib Reinforced Polyethylene Storm Sewer Pipe Steel rib reinforced polyethylene storm sewer pipe shall meet the requirements of ASTM F2562 Class 1 for steel reinforced thermoplastic ribbed pipe and fittings. The maximum diameter for steel reinforced polyethylene storm sewer pipe shall be the diameter for which a manufacturer has submitted a qualified joint. Qualified manufacturers and approved joints are listed in the Qualified Products Lists. Fittings shall be rotationally molded, injection molded, or factory welded. All joints for steel reinforced polyethylene storm sewer pipe shall be made with a bell and spigot coupling and conform to ASTM D 3212 using elastomeric gaskets conforming to ASTM F 477. All gaskets shall be installed on the pipe by the manufacturer. Qualification for each manufacturer of steel reinforced polyethylene storm sewer pipe requires joint system conformance to ASTM D 3212 using elastomeric gaskets conforming to ASTM F 477 and a formal quality control plan for each plant proposed for consideration. A Manufacturer's Certificate of Compliance shall be required and shall accompany the materials delivered to the project. The certificate shall clearly identify production lots for all materials represented. The Contracting Agency may conduct verification tests of pipe stiffness or other properties as it deems appropriate. 9-05.23 High Density Polyethylene (HDPE) Pipe HDPE pipe shall be manufactured from resins meeting the requirements of ASTM D3350 with a cell classification of 345464C and a Plastic Pipe Institute (PPI) designation of PE 3408. The pipes shall have a minimum standard dimension ratio (SDR) of 32.5. 41 HDPE pipe shall be joined into a continuous length by an approved joining method. The joints shall not create an increase in the outside diameter of the pipe. The joints shall be fused, snap together or threaded. The joints shall be water tight, rubber gasketed if applicable, and pressure testable to the requirements of ASTM D 3212. Joints to be welded by butt fusion, shall meet the requirements of ASTM F 2620 and the manufacturer's recommendations. Fusion equipment used in the joining procedure shall be capable of meeting all conditions recommended by the pipe manufacturer, including but not limited to fusion temperature, alignment, and fusion pressure. All field welds shall be made with fusion equipment equipped with a Data Logger. Temperature, fusion pressure and a graphic representation of the fusion cycle shall be part of the Quality Control records. Electro fusion may be used for field closures as necessary. Joint strength shall be equal or greater than the tensile strength of the pipe. Fittings shall be manufactured from the same resins and Cell Classification as the pipe unless specified otherwise in the Plans or Specifications. Butt fusion fittings and Flanged or Mechanical joint adapters shall have a manufacturing standard of ASTM D3261. Electro fusion fittings shall have a manufacturing standard of ASTM F1055. HDPE pipe to be used as liner pipe shall meet the requirements of AASHTO M 326 and this specification. The supplier shall furnish a Manufacturer's Certification of Compliance stating the materials meet the requirements of ASTM D 3350 with the correct cell classification with the physical properties listed above. The supplier shall certify the dimensions meet the requirements of ASTM F 714 or as indicated in this Specification or the Plans. At the time of manufacture, each lot of pipe, liner, and fittings shall be inspected for defects and tested for Elevated Temperature Sustain Pressure in accordance with ASTM F 714. The Contractor shall not install any pipe that is more than 2 years old from the date of manufacture. At the time of delivery, the pipe shall be homogeneous throughout, uniform in color, free of cracks, holes, foreign materials, blisters, or deleterious faults. Pipe shall be marked at 5 foot intervals or less with a coded number which identifies the manufacturer, SDR, size, material, machine, and date on which the pipe was manufactured. 9-05.24 Polypropylene Culvert Pipe, Polypropylene Storm Sewer Pipe, and Polypropylene Sanitary Sewer Pipe Polypropylene Culvert Pipe, Polypropylene Storni Sewer Pipe and Polypropylene Sanitary Sewer pipe shall conform to the following requirements: 1. For pipe sizes up to 30 inches: ASTM F2736. 2. For pipe sizes from 30 to 60 inches: ASTM F2764. 42 3. Fittings shall be factory welded, injection molded or PVC. All joints for corrugated polypropylene pipe shall be made with a bell/bell or bell and spigot coupling and shall conform to ASTM D3212 using elastomeric gaskets conforming to ASTM F477. All gaskets shall be factory installed on the pipe in accordance with the producer's recommendations. Qualification for each producer of corrugated polypropylene storm sewer pipe requires joint system conformance to ASTM D3212 using elastomeric gaskets conforming to ASTM F477 and a formal quality control plan for each plant proposed for consideration. A Manufacturer's Certificate of Compliance shall be required and shall accompany the materials delivered to the project. The certificate shall clearly identify production lots for all materials represented. The Contracting Agency may conduct verification tests of pipe stiffness or other properties deems appropriate. 43 CONTRACT PROVISIONS SPECIAL PROVISIONS The following Special Provisions are made a part of this contract and supersede any conflicting provisions of the 2010 Standard Specifications for Road, Bridge and Municipal Construction, and the foregoing Amendments to the Standard Specifications. Several types of Special Provisions are included in this contract; General, Region, Bridges and Structures, and Project Specific. Special Provisions types are differentiated as follows: (date) (******) (Regions date) (BSP date) General Special Provision Notes a revision to a General Special Provision and also notes a Project Specific Special Provision. Region Special Provision Bridges and Structures Special Provision General Special Provisions are similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region. Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a "fill-in". Region Special Provisions are commonly applicable within the designated Region. Region designations are as follows: Regions ER Eastern Region NCR North Central Region NWR Northwest Region OR Olympic Region SCR South Central Region SWR Southwest Region WSF Washington State Ferries Division Bridges and Structures Special Provisions are similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region. Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a "fill-in". Project Specific Special Provisions normally appear only in the contract for which they were developed. 45 DIVISION 1 GENERAL REQUIREMENTS DESCRIPTION OF WORK This contract provides for the improvement of a gravity flow, 12' PVC sanitary sewer outfall pipe from the Carriage Hills pump station wet well partially encased in a 24" steel casing, bored and jacked in place and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. 1-01 DEFINITIONS AND TERMS 1-01.3 Definitions (September 12, 2008 APWA GSP) This Section is supplemented with the following: All references in the Standard Specifications to the terms "State", "Department of Transportation", "Washington State Transportation Commission", "Commission", "Secretary of Transportation", "Secretary", "Headquarters", and "State Treasurer" shall be revised to read "Contracting Agency". All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location". The venue of all causes of action arising from the advertisement, award, execution, and performance of the contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located. Additive A supplemental unit of work or group of bid items, identified separately in the proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Contract Documents See definition for "Contract". Contract Time The period of time established by the terms and conditions of the contract within which the work must be physically completed. 46 Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive bidder for the work. Contract Execution Date The date the Contracting Agency officially binds the agency to the contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, and only minor incidental work, replacement of temporary substitute facilities, or correction or repair remains for the physical completion of the total contract. Physical Completion Date The day all of the work is physically completed on the project. All documentation required by the contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the work specified in the contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the work as complete. Notice of Award The written notice from the Contracting Agency to the successful bidder signifying the Contracting Agency's acceptance of the bid. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the work and establishing the date on which the contract time begins. Traffic Both vehicular and non -vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. 47 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 Prequalification of Bidders Delete this Section and replace it with the following: 1-02.1 Qualifications of Bidder (January 24, 2011 APWA GSP) Before award of a public works contract, a bidder must meet at least the minimum qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to be awarded a public works project. 1-02.2 Plans and Specifications (June 27, 2011 APWA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed can be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Basis of Distribution Reduced plans (11" x 17") 5 Furnished automatically upon award. Contract Provisions 5 Furnished automatically upon award. Large plans (e.g., 22" x 34") N/A Furnished only upon request. Additional plans and Contract Provisions may be obtained by the Contractor from the source stated in the Call for Bids, at the Contractor's own expense. 1-02.5 Proposal Forms (June 27, 2011 APWA GSP) Delete this section and replace it with the following: The Proposal Form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal fonn that 48 1 1 1 1 1 1 1 1 f 1 1 1 1 1 1 1 call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone number, and signature; the bidder's D/M/WBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the Proposal Form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the Proposal Form unless otherwise specified. 1-02.6 Preparation of Proposal (June 27, 2011 APWA GSP) Supplement the second paragraph with the following: 4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated. 5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. Delete the last paragraph, and replace it with the following: The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W/MBE requirements are to be satisfied through such an agreement. 1-02.7 Bid Deposit (October 1, 2005 APWA GSP) Supplement this section with the following: Bid bonds shall contain the following: 1. Contracting Agency -assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; 49 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature; 6. The signature of the surety's officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. 1-02.9 Delivery of Proposal (January 24, 2011 APWA GSP) Delete this section and replace it with the following: Each proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Advertisement for Bids clearly marked on the outside of the envelope, or as otherwise required in the Bid Documents, to ensure proper handling and delivery. The Contracting Agency will not consider Proposals it receives after the time fixed for opening Bids in the call for Bids. 1-02.13 Irregular Proposals (March 25, 2009 APWA GSP) Revise item 1 to read: 1. A proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; c. The completed proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the Bid Proposal; f. The Proposal than is not properly executed; g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1-02.6; h. The Bidder fails to submit or properly complete a Disadvantaged, Minority or Women's Business Enterprise Certification, if applicable, as required in Section 1-02.6; i. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or 50 j. More than one proposal is submitted for the same project from a Bidder under the same or different names. 1-02.15 Pre Award Information (October 1, 2005 APWA GSP) Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2. Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7. A copy of State of Washington Contractor's Registration, or 8. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. Compliance with Immigration and Naturalization Act The City of Yakima supports the Federal Immigration, Reform and Control Act of 1986, as amended. The City requires that all contractors or business entities that contract with the City for the award of any City contract for public works in excess of Five Thousand Dollars ($5,000), or any other City contract in excess of Two Thousand Five Hundred Dollars ($2,500), enroll in the E -Verify program or its successor, and thereafter to verify its employees proof of citizenship and authorization to work in the United States. E -Verify will be used for newly hired employees during the term of the contract only; it is not to be used for existing employees. The Contractor must remain enrolled in the program for the duration of the contract and be responsible for verification of every applicable subcontractor. If the contractor has not previously filed an E -Verify Compliance Declaration with the City, the contractor must sign the attached E -Verify Compliance Declaration and submit it to the City prior to being awarded the contract. Failure to do so may be cause for rejection of the bid. 51 1-03 Award and Execution of Contract This section is supplemented with the following: 1-03.1 Consideration of Bids (Januafy 23, 2006 APWA GSP) Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder's unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and/or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. 1-03.3 Execution of Contract (October 1, 2005 APWA GSP) Revise this section to read: Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within Ten (10) calendar days after the award date, the successful bidder shall return the signed Contracting Agency -prepared contract, an insurance certification as required by Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre -award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency - furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of Twenty (20) additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. 52 1-03.4 Contract Bond (October 1, 2005 APWA GSP) Revise the first paragraph to read: The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall: 1 Be on a Contracting Agency -furnished form; 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Be conditioned upon the faithful performance of the contract by the Contractor within the prescribed time; 4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect loss resulting from the failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform the contract, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other person who provides supplies or provisions for carrying out the work; 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond must be signed by the president or vice-president, unless accompanied by written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or a letter to such effect by the president or vice-president). 1-03.7 Judicial Review Revise the last sentence to read: Such review, if any, shall be timely filed in the Superior Court of Yakima County, Washington. 1-04 SCOPE OF THE WORK 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (October 1, 2005 APWA GSP) Revise the second paragraph to read: 53 Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, including APWA General Special Provisions, if they are included, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6. WSDOT Standard Specifications for Road, Bridge and Municipal Construction, 7. Contracting Agency's Standard Plans (if any), and 8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 1-04.11 Final Cleanup This section is supplemented with the following: The Contractor shall do partial cleanup when he determines it is necessary or when, in the opinion of the Engineer, partial cleanup shall be done for public safety. The cleanup work shall be done immediately upon notification from the Engineer and other work shall not proceed until the partial cleanup is accomplished. 1-05 CONTROL OF WORK 1-05.1 Authority of the Engineer This section is supplemented with the following: Unless otherwise expressly provided in the Contract Drawings, Specifications and Addenda, the means and methods of construction shall be such as the Contractor may choose; subject, however, to the Engineer's right to reject means and methods proposed by the Contractor which (1) will constitute or create a hazard to the work, or to persons or property; or (2) will not produce finished work in accordance with the terms of the Contract. The Engineer's approval of the Contractor's means and methods of construction or his failure to exercise his right to reject such means or methods shall not relieve the Contractor of the obligation to accomplish the result intended by the Contract; nor shall the exercise of such right to reject create a cause for action for damages. The Contracting Agency shall have the authority at all times to issue a stop work order at no penalty to the Contracting Agency if, in its opinion, working conditions present an undue hazard to the public, property of the work force. Such authority shall not, however, relieve the Contractor of responsibility for the maintenance of safe working conditions or assess any responsibility to the Contracting Agency or Engineer for the identification of any or all unsafe conditions. 1-05.4 Conformity With And Deviations From Plans And Stakes This section is supplemented with the following: 54 The Contractor shall be responsible for all surveying required for this project. A Professional Surveyor, licensed in the State of Washington, shall be employed by the Contractor to perform all horizontal and vertical control work, and to do the construction staking, including setting offset points and grades. The Contractor shall protect all existing monuments within the construction limits from being disturbed or damaged in any way during construction. If any monuments are disturbed, damaged or removed during construction, the Licensed Surveyor shall replace such monuments in accordance with State Law including recording a Land Corner Record for each monument affected. All associated costs for the survey work shall be incidental to the other bid items of the project. 1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 55 1-05.11 Final Inspection Delete this section and replace it with the following: 1-05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefore. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the 56 Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1-05.11(3) Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the contract. 1-05.13 Superintendents, Labor and Equipment of Contractor (March 25, 2009 APWA GSP) Revise the seventh paragraph to read: Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1-02.14, it will take these performance reports into account. 57 1-05.15 Method of Serving Notices (March 25, 2009 APWA GSP) Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be in paper format, hand delivered or sent via mail delivery service to the Project Engineer's office. Electronic copies such as e-mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. Add the following new section: 1-05.16 Water and Power (October 1, 2005 APWA GSP) The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item. 1-06 CONTROL OF MATERIAL Section 1-06 is supplemented with the following: 1-06.2 Acceptance of Materials 1-06.2(1) Samples and Tests for Acceptance This section is supplemented with the following: The Contractor shall be responsible for scheduling and paying for all material testing required for this project. All testing services shall be performed by an independent, certified testing firm and/or laboratory meeting the approval of the Engineer. The Contractor shall submit information relating to the qualifications of the proposed testing firm to the Engineer for review and approval prior to the preconstruction conference. The testing frequencies listed below may be modified to assure compliance with specifications. In each case, the Engineer may require additional tests be performed at the Contractor's expense, if test results do not meet the required densities and results. Moisture density curves for each type of material encountered and copies of all test results shall be submitted to the Engineer as construction progresses for Trench Backfilling, Embankment Compaction, Subgrade Preparation, and Ballast and Crushed Surfacing. The sampling frequency is as follows: 58 Trench Backfilling Compaction tests shall be taken at a frequency and at depths sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for each 100 linear feet of main pipeline trench and one (1) test for each street crossing. At alternating 100 -foot locations along the main trench line, tests shall be taken at 1 -foot, 2 -foot and 3 -foot depths below finish grade. Compaction shall conform to Section 7-08.3(3) or 7-10.3(11) as applicable to the pipeline being constructed. At a minimum, compaction within the roadway area shall be to at least 95% of maximum density as determined by ASTM D 1557 (Modified Proctor). Embankment Construction Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5000 square feet of surface area for each lift of roadway embankment. Roadway embankment compaction shall be as specified in Section 2-03.3(14). Subgrade Preparation Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5,000 square feet of surface area for each lift of roadway subgrade. Subgrade compaction shall be as specified in Section 2-06.3(2). Ballast and Crushed Surfacing Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5,000 square feet of surface area for each lift of ballast or crushed surfacing. Compaction of ballast and crushed surfacing shall be as specified in Section 4-04.3(5). Asphalt Concrete Pavement Copies of the maximum Rice density test for each class of asphalt concrete pavement and copies of all test results shall be provided to the Engineer as construction progresses. Density tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5000 square feet of surface area for each lift of asphalt concrete pavement. 59 Compaction of asphalt concrete pavement shall be as specified in Section 5-04.3(10) B of these Special Provisions. Cement Concrete Curb, Gutter and Sidewalk One test shall be taken for every 500 cubic yards of concrete placed for curb, gutter or sidewalk. At least one test shall be taken for each day's pour. The concrete shall be tested for temperature, air content, slump and compressive strength. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. 60 1-07.2 State Taxes Delete this section, including its sub -sections, in its entirety and replace it with the following: 1-07.2 State Sales Tax (June 27, 2011 APWA GSP) The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor -paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1- 07.2(2) describes this exception. The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA-funded Project) only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract -related taxes have been paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(1) State Sales Tax — Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(2) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; 61 and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1-07.2(3) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). (March 13, 1995) The work on this contract is to be performed upon lands whose ownership obligates the Contractor to collect State sales tax from the Contracting Agency. The provisions of Section 1-07.2(2) apply. 1-07.5(4) Air Quality This section is supplemented with the following: The local air pollution authority is the Yakima Regional Clean Air Authority, (509) 574-1410. Permits And Licenses Section 1-07.6 is supplemented with the following: The Contractor shall have or obtain a valid City of Yakima Business license for the duration of this project. Utilities and Similar Facilities Section 1-07.17 is supplemented with the following: (*****) Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. 62 Public and private utilities, or their Contractors, will furnish all work necessary to adjust, relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these Special Provisions. Such adjustment, relocation, replacement, or construction will be done during the prosecution of the work for this project. It shall be the contractor's responsibility to investigate the presence and location of all utilities prior to bid opening and assess their impacts on his construction activities. The following addresses and telephone numbers of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience: QWEST 8 W. 2"d Ave., Room 304, Yakima, WA 98902 509-575-7183 Charter Communications 1005 N. 16`h Ave., Yakima, WA 98902 509-575-1697 City of Yakima Water Div. 2301 Fruitvale Blvd., Yakima, WA 98902 509-575-6154 City of Yakima Wastewater Div. 2220 E. Viola, Yakima, WA 98901 509-575-6077 Cascade Natural Gas Corp. 401 N. 151 Street, Yakima, WA 98901 509-457-5905 Pacific Power PO Box 1729, Yakima, WA 98907 509-575-3146 The Contractor shall notify the Upper Yakima Valley Utilities Coordinating Council -Area 5, telephone number 1-800-553-4344, at least 72 hours prior to start of excavation so that underground utilities may be marked. No excavation shall begin until all known facilities, in the vicinity of the excavation area, have been located and marked. Utilities, new or old, may be renewed, relocated, or adjusted for the proposed construction. The Contractor shall, prior to beginning any work, meet with all utility organizations (public and private) in the field to familiarize himself with plans and schedules of the installations on new, relocated, or adjusted utilities. Both public and private utility organizations may be doing utility installations within the area. The proposed construction work must be coordinated with these utility installations. The Contractor shall coordinate his work with other contractors who may be working in the project area and cooperate with them. 1-07.18 Public Liability and Property Damage Insurance Delete this section in its entirety, and replace it with the following: 1-07.18 Insurance (January 24, 2011 APWA GSP) 1-07.18(1) General Requirements A. The Contractor shall obtain the insurance described in this section from insurers approved by the State Insurance Commissioner pursuant to RCW Title 48. The insurance must be provided by an insurer with a rating of A-: VII or higher in the A.M. Best's Key Rating Guide, which is licensed to do business in the state of Washington (or issued as a surplus line by a Washington Surplus lines broker). The Contracting Agency reserves the right to 63 approve or reject the insurance provided, based on the insurer (including financial condition), terms and coverage, the Certificate of Insurance, and/or endorsements. B. The Contractor shall keep this insurance in force during the term of the contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated (see C. below). C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims -made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Final Completion or earlier termination of this contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period ("tail") or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. D. The insurance policies shall contain a "cross liability" provision. E. The Contractor's and all subcontractors' insurance coverage shall be primary and non- contributory insurance as respects the Contracting Agency's insurance, self-insurance, or insurance pool coverage. F. The Contractor shall provide the Contracting Agency and all Additional Insureds with written notice of any policy cancellation, within two business days of their receipt of such notice. G. Upon request, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). H. The Contractor shall not begin work under the contract until the required insurance has been obtained and approved by the Contracting Agency. I. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. J. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the contract and no additional payment will be made. 1-07.18(2) Additional Insured All insurance policies, with the exception of Professional Liability and Workers Compensation, shall name the following listed entities as additional insured(s): 64 the Contracting Agency and its officers, elected officials, employees, agents, and volunteers appointed officials The above -listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, whether primary, excess, contingent or otherwise, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(3) describes limits lower than those maintained by the Contractor. 1-07.18(3) Subcontractors Contractor shall ensure that each subcontractor of every tier obtains and maintains at a minimum the insurance coverages listed in 1-07.18(5)A and 1-07.18(5)B. Upon request of the Contracting Agency, the Contractor shall provide evidence of such insurance. 1-07.18(4) Evidence of Insurance The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. The certificate and endorsements must conform to the following requirements: 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1- 07.18(2) as Additional Insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. A statement of additional insured status on an ACORD Certificate of Insurance shall not satisfy this requirement. 3. Any other amendatory endorsements to show the coverage required herein. 1-07.18(5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Providing coverage in these stated minimum limits shall not be construed to relieve the Contractor from liability in excess of such limits. All deductibles and self-insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible shall be the responsibility of the Contractor. 1-07.18(5)A Commercial General Liability A policy of Commercial General Liability Insurance, including: Per project aggregate Premises/Operations Liability Products/Completed Operations — for a period of one year following final acceptance of the work. Personal/Advertising Injury Contractual Liability 65 Independent Contractors Liability Stop Gap / Employers' Liability Explosion, Collapse, or Underground Property Damage (XCU) Blasting (only required when the Contractor's work under this Contract includes exposures to which this specified coverage responds) Such policy must provide the following minimum limits: $1,000,000 Each Occurrence $2,000,000 General Aggregate $1,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury, each offence Stop Gap / Employers' Liability $1,000,000 $1,000,000 $1,000,000 Each Accident Disease - Policy Limit Disease - Each Employee 1-07.18(5)B Automobile Liability Automobile Liability for owned, non -owned, hired, and leased vehicles, with an MCS 90 endorsement and a CA 9948 endorsement attached if "pollutants" are to be transported. Such policy(ies) must provide the following minimum limit: $1,000,000 combined single limit 1-07.18(5)C Workers' Compensation The Contractor shall comply with Workers' Compensation coverage as required by the Industrial Insurance laws of the state of Washington. Public Convenience and Safety Construction Under Traffic Section 1-07.23(1) is supplemented with the following: (April 2, 2007) Work Zone Clear Zone The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours. The WZCZ applies only to temporary roadside objects introduced by the Contractor's operations and does not apply to preexisting conditions or permanent Work. Those work operations that are actively in progress shall be in accordance with adopted and approved Traffic Control Plans, and other contract requirements. During nonworking hours equipment or materials shall not be within the WZCZ unless they are protected by permanent guardrail or temporary concrete barrier. The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location. 66 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 During actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the WZCZ and only construction vehicles absolutely necessary to construction shall be allowed within the WZCZ or allowed to stop or park on the shoulder of the roadway. The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the WZCZ at any time unless protected as described above. Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval. Minimum WZCZ distances are measured from the edge of traveled way and will be determined as follows: �.� '-Posted#S eed<< .\ Y'�.3[. ."':i�%•_ _ _ N #%t .�. [raveled,' L Distance��From-::�'oY�,.�� _ -_ - _ vY.^.wS: .:-Ltn ^;„F.FhYk�`-z� Way 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 Minimum Work Zone Clear Zone Distance 1-07.24 Rights of Way (October 1, 2005 APWA GSP) Delete this section in its entirety, and replace it with the following: Street right of way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's attention by a duly issued Addendum. Whenever any of the work is accomplished on or through property other than public right of way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. 67 Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the nght of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice pnor to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1-08 PROSECUTION AND PROGRESS Add the following new section: 1-08.0 Preliminary Matters (May 25, 2006 APWA GSP) Add the following new section: 1-08.0(1) Preconstruction Conference (October 10, 2008 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule; 68 2. To establish a working understanding among the various parties associated or affected by the work; 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction conference the following: 1. A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. Add the following new section: 1-08.0(2) Hours of Work (June 27, 2011 APWA GSP) Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the contract shall be any consecutive 8 -hour period between 7:00 a.m. and 6:00 p.m. of a working day with a maximum 1 -hour lunch break and a 5 -day work week. The normal straight time 8 -hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing the work. Written permission from the Engineer is required, if a Contractor desires to perform work on holidays, Saturdays, or Sundays; before 7:00 a.m. or after 6:00 p.m. on any day; or longer than an 8 -hour period on any day. The Contractor shall apply in writing to the Engineer for such permission, no later than noon on the working day prior to the day for which the Contractor is requesting permission to work. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the Contracting Agency's noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. Permission to work Saturdays, Sundays, holidays, or other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or Engineer. These conditions may include but are not limited to: 69 o The Engineer may require designated representatives to be present during the work. Representatives who may be deemed necessary by the Engineer include, but are not limited to: survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees when in the opinion of the Engineer, such work necessitates their presence. o On non -Federal aid projects, requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight -time costs for Contracting Agency representatives who worked during such times. • Considering the work performed on Saturdays, Sundays, and holidays as working days with regard to the contract time. • Considering multiple work shifts as multiple working days with respect to contract time, even though the multiple shifts occur in a single 24-hour period. Add the following new section: 1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees (May 25, 2006 APWA GSP; may not be used on FHWA funded projects) Where the Contractor elects to work on a Saturday, Sunday, or holiday, or longer than an 8 -hour work shift on a regular working day, as defined in the Standard Specifications, such work shall be considered as overtime work. On all such overtime work an inspector will be present, and a survey crew may be required at the discretion of the Engineer. In such case, the Contracting Agency may deduct from amounts due or to become due to the Contractor for the costs in excess of the straight -time costs for employees of the Contracting Agency required to work overtime hours. The Contractor by these specifications does hereby authorize the Engineer to deduct such costs from the amount due or to become due to the Contractor. 1-08.1 Subcontracting - D/M/WBE Reporting (October 10, 2008 APWA GSP; may not be used on FHWA funded projects) Revise the eighth paragraph to read: On all projects funded with Contracting Agency funds only, the Contractor shall certify to the actual amounts paid Disadvantaged, Minority, or Women's Business Enterprise firms that were used as subcontractors, lower tier subcontractors, manufacturers, regular dealers, or service providers on the contract. This certification shall be submitted to the Engineer, on the form provided by the Engineer 20 calendar days after physical completion of the contract, whichever comes first. 70 1-08.3 Progress Schedule This section is supplemented with the following: The Contractor shall prepare and submit to the Engineer a Construction Progress and Completion Schedule using the Bar Graph or Critical Path Method. Items in the Schedule shall be arranged in the order and sequence in which they will be performed. The schedule shall conform to the working modification by the Engineer. The schedule shall be drawn to a time scale, shown along the base of the diagram, using an appropriate measurement per day with weekends and holidays indicated. The Construction Progress Schedule shall be continuously updated and, if necessary, redrawn upon the first working day of each month or upon issuance of any Change Order, which substantially affects the scheduling. Copies (2 prints or 1 reproducible of newly updated Schedules shall be forwarded to the Engineer, as directed, immediately upon preparation. If the Contractor proceeds with work not indicated on this weekly activity schedule, or in a sequence differing form the which he has shown on this schedule, the Engineer may order the Contractor to delay unscheduled activities until they are included on a subsequent weekly activity schedule. 1-08.4 Prosecution of Work Delete this section in its entirety, and replace it with the following: 1-08.4 Notice to Proceed and Prosecution of Work (June 27, 2011 APWA GSP) Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. When shown in the Plans, the first order of work shall be the installation of high visibility fencing to delineate all areas for protection or restoration, as described in the Contract. Installation of high visibility fencing adjacent to the roadway shall occur after the placement of all necessary signs and traffic control devices in accordance with 1-10.1(2). Upon construction of the fencing, the Contractor shall request the Engineer to inspect the fence. No other work shall be performed on the site until the Contracting Agency has accepted the installation of high visibility fencing, as described in the Contract. 1-08.5 Time for Completion This section is supplemented with the following: 71 (March 13, 1995) This project shall be physically completed within *** 15 *** working days. 1-08.5 Time for Completion (June 28, 2007 APWA GSP, Option A) Revise the third and fourth paragraphs to read: Contract time shall begin on the first working day following the Notice to Proceed Date. Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor elects to work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. Revise the sixth paragraph to read: The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (Federal -aid Projects) b. Material Acceptance Certification Documents c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. Final Contract Voucher Certification e. Property owner releases per Section 1-07.24 72 1-08.7 Maintenance During Suspension (October 1, 2005 APWA GSP) Revise the second paragraph to read: At no expense to the Contracting Agency, the Contractor shall provide through the construction area a safe, smooth, and unobstructed roadway, sidewalk, and path for public use during suspension (as required in Section 1-07.23 or the Special Provisions). This may include a temporary road or detour. 1-09 MEASUREMENT AND PAYMENT 1-09.6 Force Account (October 10, 2008 APWA GSP) Supplement this section with the following: The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. 1-09.9 Payments (June 27, 2011 APWA GSP, Option A) Supplement this section with the following: Lump sum item breakdowns are not required when the bid price for the lump sum item is less than $20,000. 1-09.9 Payments (June 27, 2011 APWA GSP, Option B) Delete the fourth paragraph and replace it with the following: Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction conference. The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payment. The progress estimates are subject to change at any time prior to the calculation of the Final Payment. 73 The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — based on the approved Contractor's lump sum breakdown for that item, or absent such a breakdown, based on the Engineer's determination. 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1-09.9(1), on non FHWA-funded projects; 2. The amount of Progress Payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. The detennination of payments under the contract will be final in accordance with Section 1-05.1. 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 7-08.1 Description This section is supplemented with the following: This work includes installing a 24 -inch diameter steel pipe to serve as a casing for the 12 - inch diameter PVC sanitary sewer pipe. 7-08.2 Materials This section is supplemented with the following: The steel casing pipe shall be manufactured for steel conforming to ASTM A252, Grade 2, with minimum yield strength of 35,000 psi. Pipe may be straight seam or spiral welded. A protective coat will not be required. The diameter and wall thickness of the casing pipe shall be as shown on the drawings. The thickness of the casing pipe noted shall be considered a minimum thickness. Actual thicknesses shall be deterniined by the casing installer based on an evaluation of the required jacking forces. Any buckling of the casing due to jacking forces shall be repaired at no additional cost to the contracting agency. 7-08.3 Construction Requirements This section is supplemented with the following: 74 1 1 The steel casing pipe shall be installed by horizontal directional boring or drilling where shown on the plans. All excavation required for the bore pit and backfilling thereof shall be Iincluded as part of the bid item for steel casing pipe. The boring pit shall be solid sheeted, braced and shored as necessary to provide a safe I operation. The contractor shall take all precautions and comply with all requirements as may be necessary to protect private or public property. I The contactor shall set the boring rig so that after the casing is installed, the 12 -inch sanitary sewer pipe shall be able to be installed to the line and grade as shown in the Plans. I Boring and jacking of the casing pipe shall be accomplished by the dry auger boring method without jetting, sluicing or wet boring. The hole shall be bored and cased through the soil by a cutting head on a continuous auger mounted inside the casing pipe. The boring of the hole I and installation of the casing pipe shall be simultaneous. Lengths of casing pipe shall be fully welded to the proceeding section in accordance with the AWS recommended procedure. Once the jacking procedure has begun, it shall be continued without stoppage until complete. INo excavation or trenching will be allowed within ten feet of the canal walls. The canal structure shall be protected from damage at all times. I7-08.4 Measurement This section is supplemented with the following: The length of steel casing pipe, 24 -inch diameter will be the number of linear feet of completed installation measured along the invert. I 7-08.5 Payment This section is supplemented with the following: I"Steel Casing Pipe, 24 In. Diam.", per linear foot. 1 The unit contract price per linear foot of steel casing pipe, 24 inch diameter, shall be full pay for furnishing, hauling, and assembling in place the completed installation including all labor, material and equipment required to bore and jack the steel casing pipe, and all excavation, bracing, shoring and backfilling required for the bore pit. I 7-17 SANITARY SEWERS 7-17.3 1 The 12-inchni sa tary sewer pipe shall extend into the existing wet well a minimum of twelve I inches and shall be capped. The PVC cap shall be of a mechanical compression type that is readily removable. Construction Requirements This section is supplemented with the following: 1 1 75 7-17.5 Payment This section is supplemented with the following: All costs required to furnish and install the PVC cap shall be included in the per linear foot unit bid price for PVC Sanitary Sewer Pipe, 12 In. Diam. 76 STANDARD PLANS August 1, 2011 The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21-01 transmitted under Publications Transmittal No. PT 09-013, effective August 1, 2011 is made a part of this contract. The Standard Plans are revised as follows: B-10.20 and B10.40 Substitute "step" in lieu of "handhold" on plan C -14a SECTION B, callout — 1W PVC CONDUIT (TYP.) is revised to read: 1'/4" PVC CONDUIT (TYP.) callout (mark) 8 #9 36" (TYP.) is revised to read: callout (mark) 8 #8 -- 36" (TYP.) EPDXY BAR EXPANSION JOINT DETAIL, callout (mark) W #9 (epoxy coated symbol) 36" (TYP.) is revised to read: callout (mark) 8 #8 (epoxy coated symbol) -- 36" (TYP.) C-23.60 Note 4. For anchor post assembly details, see Standard Plan C-1 b. Use detail on this plan for wood breakaway post. (No block on this post) Is revised as follows: Note 4. For anchor post assembly details, refer to standard plan C-1 b for Sim. Installation, with the exception of using the wood breakaway post detail, this plan. (No block on this post). Typical for both steel or wood guardrail runs. G-24.40 Existing callout - CORNER BOLT (TYP.) New callout - CORNER BOLT OR SHOULDER BOLT (TYP.) J -1f Note 2, reference to J -7d is revised to J-15.15 References to J -9a (3 instances) are revised to J-60.05 J -3b Sheet 2 of 2, Plan View of Service Cabinet, Boxed Note, "SEE STANDARD PLAN J -6C..." is revised to read: "SEE STANDARD PLAN J-10.10..." Sheet 2 of 2, Plan View of Service Cabinet Notes, references to Std. Plan J -9a are revised to J-60.05 (3 instances). J -7c Note 3, reference to J -7d is revised to J-15.15 J -16b Key Note 1, reference to J -16a is revised to J-40.36 J -16c Key Note 1, reference to J -16a is revised to J-40.36 77 J-20.10 Sheet 2, 2 -Way Mounting Angle Detail, Dimension 1.625" is revised to 1.8125" Dimension 2.375" is revised to 2.1875" J-75.40 Monotube Sign Structure, elevation, callout - EQUIPMENT GROUNDING CONDUCTOR - SIZE PER NEC. MINIMUM SIZE # 8 Is revised to read; EQUIPMENT GROUNDING CONDUCTOR - SIZE PER NEC minimum size # 4 AWG Detail C, callout- EQUIPMENT GROUNDING CONDUCTOR -- CLAMP TO STEEL REINFORCING BAR, SIZE PER NEC MIN. SIZE # 8 Is revised to read, EQUIPMENT GROUNDING CONDUCTOR -- CLAMP TO STEEL REINFORCING BAR, SIZE PER NEC minimum size # 4 AWG J-75.45 elevation, callout - EQUIPMENT GROUNDING CONDUCTOR - SIZE PER NEC. MINIMUM SIZE # 8 Is revised to read: EQUIPMENT GROUNDING CONDUCTOR - SIZE PER NEC minimum size # 4 AWG Detail D, callout- EQUIPMENT GROUNDING CONDUCTOR - CLAMP TO STEEL REINFORCING BAR, SIZE PER NEC. MIN. SIZE # 8 Is revised to read: EQUIPMENT GROUNDING CONDUCTOR -- CLAMP TO STEEL REINFORCING BAR, SIZE PER NEC minimum size # 4 AWG K-80.30 In the NARROW BASE, END view, the reference to Std. Plan C -8e is revised to Std. Plan K-80.35 The following are the Standard Plan numbers applicable at the time this project was advertised. The date shown with each plan number is the publication approval date shown in the lower right-hand corner of that plan. Standard Plans showing different dates shall not be used in this contract. A-10.10-00 8/07/07 A-10.20-00 10/05/07 A-10.30-00 10/05/07 A-20.10-00 .....8/31/07 A-30.10-00 11/08/07 A-30.15-00....11 /08/07 A-30.30-01 6/16/11 A-30.35-00 10/12/07 A-40.00-00 8/11/09 A-40.10- 02 6/2/11 A-40.15-00 .8/11/09 A-40.20-00 9/20/07 A-40.50- 01 6/2/11 A-50.10-00 11/17/08 78 A-50 20-01 9/22/09 A-50 30-00 11/17/08 A-50.40-0011/17/08 A-60.10-01 10/14/09 A-60.20- 02 6/2/11 A-60.30-00 11/08/07 A-60.40-00 8/31/07 B-5.20-01 6/16/11 B-30.50-00 6/01/06 B-5.40-01 6/16/11 B-30.70-02 6/16/11 B-5.60-01 6/16/11 B-30.80-00 6/08/06 B-10.20-00 6/01/06 B-30.90-01 9/20/07 B-10.40-00 6/01/06 B-35.20-00 6/08/06 B-10.60-00 6/08/06 B-35.40-00 6/08/06 B-15.20-00 6/01/06 B-40.20-00 6/01/06 B-15.40-00 6/01/06 B-40.40-01 6/16/10 B-15.60-00 6/01/06 B-45.20-00 6/01/06 B-20.20-01 11/21/06 B-45.40-00 6/01/06 B-20.40-02 6/10/08 B-50.20-00 6/01/06 B-20.60-02 6/10/08 B-55.20-00 6/01/06 B-25.20-00 6/08/06 B-60.20-00 6/08/06 B-25.60-00 6/01/06 B-60.40-00 6/01/06 B-30.10-00 6/08/06 B-65.20-00 6/01/06 B-30.20-01 11/21/06 B-65.40-00 6/01/06 B-30.30-00 6/01/06 B-70.20-00 6/01/06 B-30.40-00 6/01/06 B-70.60-00 6/01/06 B-75.20-01 6/10/08 B-75.50-01 6/10/08 B-75.60-00 6/08/06 B-80.20-00 6/08/06 B-80.40-00 6/01/06 B-82.20-00 6/01/06 B-85.10-01 6/10/08 B-85.20-00 6/01/06 B-85.30-00 6/01/06 B-85.40-00 6/08/06 B-85.50-01 6/10/08 B-90.10-00 6/08/06 B-90.20-00 6/08/06 B-90.30-00 6/08/06 B-90.40-00 6/08/06 B-90.50-00 6/08/06 B-95.20-01 2/03/09 B-95.40-00 6/08/06 C-1 6/16/11 C-6 5/30/97 C -la 10/14/09 C -6a 10/14/09 C-1 b ' 6/16/11 C -6c 1/06/00 C-1 c 5/30/97 C -6d 5/30/97 C-1 d 10/31/03 C -6f 7/25/97 C-2 1/06/00 C-7 6/16/11 C -2a 6/21/06 C -7a 6/16/11 C -2b 6/21/06 C-8 2/10/09 C -2c 6/21/06 C -8a 7/25/97 C -2d 6/21/06 C -8b 6/27/11 C -2e 6/21/06 C -8e 2/21/07 C -2f 3/14/97 C -8f 6/30/04 C -2g 7/27/01 C-10 6/3/10 C -2h 3/28/97 C-13 7/3/08 C -2i 3/28/97 C -13a 7/3/08 C -2j 6/12/98 C -13b 7/3/08 C -2k 7/27/01 C -13c 7/3/08 C -2n 7/27/01 C -14a 7/3/08 C -2o 7/13/01 C -14b 7/26/02 C -2p 10/31/03 C -14c 7/3/08 C-3 6/27/11 C -14d 7/3/08 C -3a 10/04/05 C -14e 7/3/08 C -3b 6/27/11 C -14h 2/10/09 C -3c 6/21/06 0-141 2/10/09 C -4b 6/08/06 C -14j 12/02/03 C -4b 6/08/06 C -14k 2/10/09 C -4e 2/20/03 C -15a 7/3/08 C -4f 6/16/11 C -15b 7/3/08 C-5 6/16/11 C -16a 6/3/10 C -16b 6/3/10 C-20.14-01 10/14/09 C-20.15-00 10/14/09 C-20.18-00 10/14/09 C-20.19-00 10/14/09 C-20.40-02 6/16/11 C-20.42-02 6/16/11 C-20.45.00 6/16/11 C-22.14-02 6/16/11 C-22.16-02 6/16/11 C-22.40-02 6/16/10 C-22.45.00 6/16/11 C-23.60-01 10/14/09 C-25.18-02 6/16/11 C-25.20-04 10/14/09 C-25.22-03 10/14/09 C-25.26-01 10/14/09 C-25.80-01 7/3/08 C-28.40-01 6/16/11 C-40.14-01 6/3/10 C-40.16-01 6/3/10 C-40.18-01 10/14/09 C-85.14-00 6/16/11 C-85.15-00 6/16/11 C-85.16-00 6/16/11 C-85-18-00 6/16/11 C-85.20-00 6/16/11 C-90.10-00 7/3/08 D-2.02-00 11/10/05 D-2.46-00.......11/10/05 D-3.15-00 6/16/11 79 D-2.04-00... . 11/10/05 D-2.06-01 1/06/09 D-2.08-00.....11/10/05 D-2 10-00 ... .11/10/05 D-2.12-00 11/10/05 D-2.14-00 11/10/05 D-2.16-00 11/10/05 D-2.18-0011/10/05 D-2.20-00 11/10/05 D-2.30-0011/10/05 D-2.32-00.. ..... 11/10/05 D-2.34-01. ....1 /06/09 D-2.36-02. 1/06/09 D-2.38-00 11/10/05 D-2 40-00.......11 /10/05 D-2.42-00.......11/10/05 D-2 44-00.......11/10/05 E-1 2/21/07 E-2 5/29/98 F-10.12-02 6/16/11 F-10 16-00 12/20/06 F-10.18-00 6/27/11 F-10.40-01 7/3/08 F-10.42-00 1/23/07 G-10 10-00. 9/20/07 G-20.10-00 9/20/07 G-22 10-01 7/3/08 G-24.10-00.....11 /08/07 G-24.20-00 11/08/07 G-24.30-00 11/08/07 G-24.40-01 12/02/08 G-24.50-00 11/08/07 H-10.10-00 7/3/08 H-10.15-00 7/3/08 H-30.10-00 10/12/07 1-10.10-01 ...... 8/11/09 1-30.10-01 8/11/09 1-30.15-00.. 8/11/09 1-30 20-00 9/20/07 1-30 30-00 9/20/07 J -1f D-2.48-00 D-2 60-00 D-2.62-00 D-2.64-01 D-2.66-00 D-2.68-00 D-2.78-00 D-2.80-00 D-2.82-00 D-2.84-00 D-2.86-00 D-2.88-00 D-2.92-00 D-3 D-3.10-00 D-2.46-00 D-3.11-00 11/10/05 D-3.16-00 6/16/11 11/10/05 D-3.17-00.....6/16/11 11/10/05 D -3b 6/30/04 1/06/09 D -3c 6/30/04 11/10/05 0-4 12/11/98 11/10/05 D-6 6/19/98 11/10/05 D-10.10-01 12/02/08 11/10/05 0-10.15-01 12/02/08 11/10/05 D-10.20-00 7/8/08 11/10/05 D-10.25-00 7/8/08 11/10/05 D-10.30-00 7/8/08 11/10/05 0-10.35-00 7/8/08 11/10/05 0-10.40-01 12/02/08 6/2/11 0-10.45-01 12/02/08 6/16/10 0-15.10-01 12/02/08 11/10/05 0-15.20-02 6/2/11 6/16/10 0-15.30-01 12/02/08 E-4. E -4a F-80.10-01 F-10.62-01 F-10.64-02 F-30.10-01 F-40.12-01 8/27/03 8/27/03 6/3/10 F-40.14-016/3/10 9/05/07 F-40.15-01 6/3/10 7/3/08 F-40.16-01... ....6/3/10 6/3/10 F-45.10-00 6/3/10 6/3/10 G-24 60-01 6/16/11 G-70.20-01....6/27/11 G-25.10- G-70.30-01 6/27/11 02 6/27/11 G-30.10-01 6/16/11 G-90.10-01.....5/11 /11 G-50.10-00 11/08/07 G-90.20-01.....6/27/11 G-60.10- G-90.30-01....6/2/11 01 6/27/11 G-60.20-01 6/27/11 G-90.40-01.....10/14/09 G-60 30-01 6/27/11 G-95.10-01 6/2/11 G-70.10-01 6/27/11 G-95.20-02 6/2/11 G-95 30-02 6/2/11 H-32.10-00 9/20/07 H-60.10-01 ...... 7/3/08 H-60.20-01 7/3/08 1-30.40-00 10/12/07 1-30.50-00 11/14/07 1-40.10-00 9/20/07 1-40 20-00 9/20/07 1-50.10-00.. 9/20/07 6/23/00 J-21.20-00 10/14/09 80 H-70.10-00 9/05/07 H-70.20-00 9/05/07 H-70.30-01 11/17/08 1-50.20-00.. 8/31/07 1-60.10-00.. ..8/31/07 1-60.20-00 8/31/07 1-80.10-01.. 8/11/09 J-40.30-02 5/11/11 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 J-3 8/01/97 J-22.15-00 10/14/09 J-40.36-00 6/3/10 J -3b 3/04/05 J-22.16-01 6/3/10 J-40.37-00 6/3/10 J -3c 6/24/02 J-26.10-01 6/27/11 J-40.38-00 6/16/11 J -3d 11/05/03 J-26.15-00 6/16/10 J-50.10-00 6/3/11 J -7c 6/19/98 J-28.10-01 5/11/11 J-50.11-00 6/3/11 J-10 7/18/97 J-28.22-00 8/07/07 J-50.12-00 6/3/11 J-10.10-01 5/11/11 J-28.24-00 8/07/07 J-50.15-00 6/3/11 J-12 2/10/09 J-28.26-01 12/02/08 J-50.16-00 6/3/11 J-15.15-00 6/16/10 J-28.30-02 6/27/11 J-50.20-00 6/3/11 J -16b 2/10/09 J-28.40-01 10/14/09 J-50.25-00 6/3/11 J -16c 2/10/09 J-28.42-00 8/07/07 J-50.30-00 6/3/11 J-20.10-00 10/14/09 J-28.45-01 6/27/11 J-60.05-00 6/16/11 J-20.15-00 10/14/09 J-28.50-02 6/2/11 J-60.13-00. 6/16/10 J-20.16-00 10/14/09 J-28.60-01 6/2/11 J-60.14-00 6/16/10 J-20.20-00 10/14/09 J-28.70-01 5/11/11 J-75.10-01 5/11/11 J-20.26-00 10/14/09 J-29.10-00 6/27/11 J-75.20-00 2/10/09 J-21.10-02 6/27/11 J-29.15-00 6/27/11 J-75.30-01 5/11/11 J-21.15-00 10/14/09 J-29.16-00 6/27/11 J-75.40-00 10/14/09 J-21.16-00 10/14/09 J-40.10-02 .5/11 /11 J-75.45-00 10/14/09 J-21.17-00 10/14/09 J-40.20-02......5/11 /11 J-90.10-01 6/27/11 J-90.20-01 6/27/11 K-10.20-01 10/12/07 K-26.40-01 10/12/07 K-40.60-00 2/15/07 K-10.40-00 2/15/07 K-30.20-00 2/15/07 K-40.80-00 2/15/07 K-20.20-01 10/12/07 K-30.40-01 10/12/07 K-55.20-00 2/15/07 K-20.40-00 2/15/07 K-32.20-00 2/15/07 K-60.20-02 7/3/08 K-20.60-00 2/15/07 K-32.40-00 2/15/07 K-60.40-00 2/15/07 K-22.20-01 10/12/07 K-32.60-00 2/15/07 K-70.20-00 2/15/07 K-24.20-00 2/15/07 K-32.80-00 2/15/07 K-80.10-00 2/21/07 K-24.40-01 10/12/07 K-34.20-00 2/15/07 K-80.20-00 12/20/06 K-24.60-00 2/15/07 K-36.20-00 2/15/07 K-80.30-00 2/21/07 K-24.80-01 10/12/07 K-40.20-00 2/15/07 K-80.35-00 2/21/07 K-26.20-00 2/15/07 K-40.40-00 2/15/07 K-80.37-00 2/21/07 L-10.10-01 6/16/11 L-40.10-01 6/16/11 L-70.10-01 5/21/08 L-20.10-01 6/16/11 L-40.15-01 6/16/11 L-70.20-01 5/21/08 L-30.10-01 6/16/11 L-40.20-01 6/16/11 M-1.20-02 6/3/11 M-9.60-00 2/10/09 M-40.10-02 5/11/11 M-1.40-02 6/3/11 M-11.10-01 1/30/07 M-40.20-00...10/12/07 M-1.60-02 6/3/11 M-15.10-01 2/06/07 M-40.30-00 9/20/07 M-1.80-03 6/3/11 M-17.10-02 7/3/08 M-40.40-00 9/20/07 M-2.20-02 6/3/11 M-20.10-02 6/3/11 M-40.50-00 9/20/07 M-3.10-03 6/3/11 M-20.20-01 1/30/07 M-40.60-00 9/20/07 M-3.20-02 6/3/11 M-20.30-02 10/14/09 M-60.10-01 6/3/11 M-3.30-03 6/3/11 M-20.40-02 6/3/11 M-60.20-02 6/27/11 M-3.40-03 6/3/11 M-20.50-02 6/3/11 M-65.10-02 5/11/11 M-3.50-02 6/3/11 M-24.20-01 5/31/06 M-80.10-01 6/3/11 M-5.10-02 6/3/11 M-24.40-01 5/31/06 M-80.20-00 6/10/08 M-7.50-01 1/30/07 M-24.50-00 6/16/11 M-80.30-00 6/10/08 M-9.50-01 1/30/07 M-24.60-03 5/11/11 81 CONTRACT THIS AGREEMENT, made and entered into in triplicate, this day of , 2011, by and between the City of Yakima, hereinafter called the Owner, and a Washington Corporation, hereinafter called the Contractor WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: I The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF $ 71,329.50, for City of Yakima — CARRIAGE HILLS PUMP STATION DECOMMISSIONING, GRAVITY OUTFALL SEWER EXTENSION, City Project No. 2328, all in accordance with, and as described in the attached plans and specifications and the 2010 Standard Specifications for Road, Bridge, and Municipal Construction which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this contract and every part thereof. Work shall start within ten (10) days after the Notice to Proceed and shall be completed in Fifteen (15) working days. If work has not commenced within the ten (10) days after the Notice to Proceed, the first chargeable working day shall be the 11`h day after the date on which the City issues the Notice to Proceed. If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in the Standard Specifications for each and every day said work remains uncompleted after expiration of the specified time, as liquidated damages. The Contractors shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima. I1 The City of Yakima hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. I11. INDEMNIFICATION The Contractor shall defend, indemnify, and hold harmless the City, its officers, elected officials, employees and agents from and against any and all claims, causes of action, damages, losses, and expenses of any kind or nature whatsoever, including but not limited to, attorney's fees and court costs, arising out of, relating to, or resulting from the Contractor's performance or non-performance of the services, duties and obligations required of it under this Agreement. IV The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor V It is further provided that no liability shall attach to the City of Yakima by reason of entering into this contract, except as expressly provided herein. IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written. Countersigned. CITY OF YAKIMA CONTRACTOR l� 4on actor By 4e. ,ti 44:-/A.(4447(1 (Print Name) EN l /� �yl/ `-/e a 5. Corporation Its vi' (President, Owner, etc.) Address: /1/7 tD Z74(4~ 79 PERFORMANCE 130NI) 130N}) TO CITY OF Y..KIM'\ 1:N0\\ ALL \1EN BY THESE PRESENTS he undersigned, Ken Leingang Excavating, Inc North American Specialty Corporation as Principal and Insurance Compaq Washington Bond No. 2143236 ccrpcir Broil organized anti existing tinder the laws of the Stan: of New Hampshire as :? st; et; :or;Yt,r:lti•in, and citlalit;:.:1 rierthe aws of the State of \Vst:It:y=in:l to become suieiv upon bombs of contractors with inunic:tpa; c:crpctrailo.~ surety, arc illi .r , and severally iic,d and .trn lv bound to the CITY OF YAK1MA in the penal ston of S 71,329 50* for the payment o; whicn sun• on demand we hind ourselves and vu- successors, heirs, nciministrators or De-sr?i ai representatives. as. the case may be. *Seventy One Thousand Three Hundred Twenty Nine and 50/100 Dollars c li_ o:on is cnteted into In t t:rcu ti::c o: the statutes of die Slate of Wasln:'kion, the Oidtri;ar::;ess of the CITY 01: YAKIh1 A. I)r\."1 E'D at Yakima, \A; asllinit,on, tilt; 1.7 day of r(0 _ , 20 7/, Neva. r•the-less. the ecin d.inoris of d;r: above J!,lisation s art, sash ti V\-: i'RiiA,`;, pursuant to milt, i .,_... ;he YaL n a Cit.., (r`:mci 0't 20 tIte City 'vir_nart- and t :iv Cieric of the CITY 00 Y:1K)'\LA ltd.,: let or is aooitt :o let to title said Ken Leinganq Excavating, Inc the altryt• bounded l':- nc?pat. e aa;t:t:n Santiaet, the said contract beim! numbered _ andyproviciin> for Carriage Hills Pum Station Decommissioningr,,,i;;cl: G, .r:t„tis _ :•._, C1 , 1 il;"etil ? ::l i= tnatle part t.e•ia�? LS ``lict:LzC _ Gravity,- Outfall • q�we,r, Ertension ,.,__ ____„ _ attached hereto), and, \Vi-3_.IiEAS, the said Principal ha, accepted, or is about :a accept, the said contract, and ulder:ak to perform the work theism provided for in the manner and :vith'n the :line set forth, NOW THEREFORE, if the said Ken Leinganq Excavating, Inc. , shat' ;ai:hhall`: perform all ri`' bw tv tarsier; 01 said contract in the manner and within the titre iherelr: Set forth, or within it:C'}l #;1:C:'lwOns 01 time as ma.) be un:cd t.rr ler said contact an, r;h is pa‘ all It:btorers, niceh. vias, sub-ao ctractr;os and :;lrt:t:`t.ai m ao, and all person:+ Wilt) shall supply sal:i principal or srrh-tiontractot s With pi ovisions and suppiies for the ctirryiog on of said wars, attd shall hold said CiT'Y 01 1'AKl.'\1 y. :heir employees, "agents, and elected or anpuiiind ()Metals, harmless C70:11 anis damage occasioned to any peersun or properly ov reason of any carelessness or lleglp Scree at the part of sad principal, or anv sub--mimic-Mr in the performance o' said work and shall indemnify and hold the CITY OF YAiKiMA, its employees, agents, and elected. or appointed of:iciaia. ha'na,ccs from any carnage. or axpense D. reason of failure of performance ice as specified in .said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract tvitii rl a period of one year aft sr its accctrta:rte thereof b•.:he CITY OF YA.KIM,A.:hen and in that event this ob ig aticln shall he void; hut othcrn-;se :1 shall he and ren=,ain to full lone and t..;ec.. Ken Lei gang Excavating, Inc 1 Approved a510 ford;: iii• Atto":tcj I45 (Conriactta (Print Name) (Plcsidtnn 0 vncr. e.i:.,.) North American Specialty Insurance Company rely) Lillian Ts (Por:t Name) Attorney in Fact s NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, TI -IAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester. New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg, Illinois, each does hereby make, constitute and appoint: STUART A. O'FARRELL, KAREN P DEVER, SUSAN B LARSON, LILLIAN TSE, SCOTT FISHER, JILL A. BOYLE,LI Cl DEANNA M MEYER, BENJAMIN L. WOLFE, ELIZABETI-1 R. HAI -IN, JANA M ROY and SCOTT McGILVRAY JOINTLY OR SEVERALLY Its true and lawful Attorney(s)-m-f act, to make. execute. seal and deliver, for and on its behalf and as its act and steed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of FIFTY MILLION ($50,000,000 00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company,' and Washington International Insurance Company at meetings duly called and held on the 24th of March, 2000• "RESOLVED, that any two oldie Presidents, any Managing Director, any Senior Vice President. any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary he, and each or any of therm hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution orally such Power of Attorney and to attach therein the seal of the Company: and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by Facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." 01111111110111 HSG/i : pPPON c, / C % SEAL n= ,a• 1973 / y'MP` • N'4N,a Ia Steven P Anderson, President & Chief Executive ()nicer of \Vashington International Insurance Company & Senior \ ice President of North American Specialtx Insurance Company' BV Dash! Al. Layman, Senior Vice President of Washington International Insurance Company & Vice President of North American Specialty Insurance Company IN WITNESS WHEREOF. North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 15th day of September 20 11 State of Illinois County of Cook ss. North American Specialty Insurance Company Washington International Insurance Company On this 15th day of September 20 1 1 . before me. a Notary Public personally appeared Steven P. Anderson . President and CEO of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M. Layman , Senior Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. OFFICIAL SEAL D JILL NELSON NOTARY PUBLIC - STATE OF ILLINOIS MY COMMISSION EXPIRES:08/03/12 D Jill Nelson, Notary Public I, James A. Carpenter . the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WI'INLSS WHEREOF'. I have set my hand and affixed the seals of the Companies this day of , 20 Janes A Carpenter. Vice President & Assistant Secretors of Washington International Insurance Company & North American Specialty Insurance Company 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ® A� D CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 10/17/2011 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Parker, Smith & Feek, Inc. 2233 112th Avenue NE Bellevue, WA 98004 CONTACT NAME: IC PHONEo Ext): 425-709-3600 ac, Nnt: 425-709-7460 E-MAIL ADDRESS: PRODUCER CUSTOMER ID #: INSURER(S) AFFORDING COVERAGE NAIC # INSURED Ken Leingang Excavating, Inc. 1117 N. 27th Ave. Yakima, WA 98902 INSURER A: Continental Insurance Co. OCCUR INSURER B : Continental Casualty Company INSURER C : 11/1/2010 INSURER 0 : EACH OCCURRENCE INSURER E : DAMAGE 10 REN FED PREMISES (Ea occurrence) INSURER F : X I CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADbL INSR SUBR WVD POUCY NUMBER POLICY EFF IMMIDD/YYYY) POLICY EXP (MMIDDIYYYYI LIMITS A GENERAL X UABIUTY COMMERCIAL GENERAL LIABILITY�I X OCCUR C2074847407 11/1/2010 11/1/2011 EACH OCCURRENCE $ 1.000.000 DAMAGE 10 REN FED PREMISES (Ea occurrence) 5 100,000 X I I X CLAIMS -MADE MED EXP (Any one person) $ 5.000 PERSONAL & ADV INJURY $ 1.000 000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: -7 POLICY X JE Q n LOC PRODUCTS - COMP/OP AGG $ 2.000,000 $ B AUTOMOBILEUABIUTY X X X ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS C2074847360 11/1/2010 11/1/2011 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 ' y 17 ' „� BODILY INJURY (Per person) 5 BODILY INJURY (Peracddent) 5 PROPERTY DAMAGE (Per accident) $ $ $ UMBRELLA UAB_ EXCESS LU1B OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ 1---, I ri ! "—$ DEDUCTIBLE RETENTION 5 $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y/ N OFFICER/MEMBER EXCLUDED? (Mandatory in NHJ f yes, describe Under SPFCIAI PRrwISIONshnInw NIA _I C207484740711/1/2010 " WA Stop Gap (Employers Liability) 11!1/2010 11/1/2011 CSTATU- X OTH- TORY LIMITS ER E.L. EACH ACCIDENT $ 1,000,000 E.L DISEASE- EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT 5 1,000,000 El Li DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (Attach ACORD 1 a1, Additional Remarks Schedule, If mom space is required) KLE Job Number 11-092 - Carriage Hills Pump Station Decommissioning Gravity Outfall Sewer Extension City Project #2328 - City of Yakima (Owner), their agents, employees, and elected and appointed officials shall be additional insureds under General Liability as per endorsement G -17957-G edition ... (See Attached Description) CANCELLATION i City of Yakima Dept of Community and Economic Development 128 North Second Street Yakima, WA 98901L. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POUCY PROVISIONS. AUTHORIZED REPRESENTATIVE \��� ACORD 25 (2009/09) 1 of 6 KENLEING (KE000) ©1988- 2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 of 6 KENLEING (KEUob 01/2001 (attached). Per Project Aggregate applies as per pages 5-6 of endorsement G -18652-H edition 01/06 (attached). Additional insured under Automobile Liability shall be as per policy terms and conditions. 10. SUPPLEMENTARY PAYMENTS A. Under Section 1 — Supplementary Payments — Coverages A and B, Paragraph 1.b., the limit of $250 shown for the cost of ball bonds is replaced by $2,500: B. In Paragraph 1.d., the limit of $250 shown for daily loss of earnings is replaced by $1,000. 11. LIQUOR LIABILITY Exclusion c. of Section 1— Coverage A is deleted. 12. NEWLY FORMED OR ACQUIRED ORGANIZATIONS Paragraph 3.a. of Section II — Who Is An Insured is deleted and replaced by the following: Coverage under this provision is afforded only until the end of the policy period or the next anniversary of this policy's effective data after you acquire or form the organization, whichever Is earlier. 13. LIBERALIZATION CLAUSE if we adopt a change In our forms or rules which would broaden coverage for contractors without an additional premium charge, your policy will automatically provide the additional coverages as of the date the revision is effective In your state. 14. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Based on our reliance on your representations as to existing hazards, if unintentionally you should fail to disclose all such hazards at the inception date of your policy, we will not deny coverage under this Coverage Part because of such failure. 15. NOTICE OF OCCURRENCE The following is added to paragraph 2. of Section IV — Commercial General Liability Conditions — Duties In The Event of Occurrence, Offense, Claim or Suit: Your rights under this Coverage Part will not be prejudiced if you fail to give us notice of an °occurrence', offense, claim or °suit" and that failure is solely due to your reasonable belief that the 'bodily Injury' or °property damage° Is not covered under this Coverage Part. However, you shall give written notice of thls °occurrence", offense, claim or "suit" to us as soon as you are aware that this insurance may apply to such °occurrence', offense claim or °suit°. 16. BROAD KNOWLEDGE OF OCCURRENCE The following is added to paragraph 2. of Section iV — Commercial General Liability Conditions — Duties in The Event of Occurrence, Offense, Claim or Suit: You must give us or our authorizeii representative notice of an °occurrence', offense, claim, or °suit° only G -18652-H (Ed. 01/06) 3 of 6 G -18652-H (Ed. 01/06) when the "occurrence', offense, claim or "suit° is known to: (1) You, if you are an individual; (2) A partner, If you are a partnership; (3) An executive officer or the employee designated by you to give such notice, If you are a corporation; or (4) A manager, if you are a limited liability company. 17. AGGREGATE LIMITS PER PROJECT A. For all sums which the insured becomes legally obligated to pay as damages caused by 'occurrences' under COVERAGE A (SECTION I), and for all medical expenses caused by accidents under COVERAGE C (SECTION I), which can be attributed only to ongoing operations ata single construction project away from premises owned by or rented to the insured: 1. A separate Single Construction Project General Aggregate Limit applies to each construction project away from premises owned by or rented to the insured, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2. The Single Construction Project General Aggregate Limit Is the most we will. pay for the sum of all damages under COVERAGE A, except damages because of °bodily injury" or 'property damage" included in the °products - completed operations hazard', and for medical expenses under COVERAGE C regardless of the number of: a. Insureds; b. Claims made or °sults" brought; or c. Persons or organizations making claims or bringing 'suits". 3. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the Single Construction Project General Aggregate Limit for that construction project away from premises owned by or rented to the insured. Such payments shall not reduce the General Aggregate Limit shown in thls Declarations nor shall they reduce any other Single Construction Project General Aggregate Limit for any other separate construction project away from premises owned by or rented to the insured. 4. The limits shown in the Declarations for Each Occurrence, Fire Damage and . Medical Expense continue 10 apply. However, instead Page 5 of 7 KENLEING (KE000) 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 G -18652-H 4 of 6 (Ed. 01/06) 1 18. 19. B. C. D. of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Single Construction Project General Aggregate Limit. For all sums which the insured becomes legally obligated to pay as damages caused by 'occurrences" under COVERAGE A (SECTION 1), and for all medical expenses caused by accidents under COVERAGE C (SECTION I), which cannot be attributed only to ongoing operations at a single construction project away from premises owned by or rented to the insured: 1. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products -Completed Operations Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Single Construction Project General Aggregate Limit When coverage for liability arising out of the "products -completed operations hazard" is provided, any payments for damages because of 'bodily injury" or °property damage° included in the "products -completed operations hazard' will reduce the Products -Completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Single Construction Project General Aggregate Limit. If a single construction project away from premises owned by or rented to the insured has been abandoned and then restarted, or If the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. E. The provisions of Limits of Insurance (SECTION 111) not otherwise modified by this endorsement shall continue to apply as stipulated. EXPANDED BODILY INJURY Section V — Definitions, the definition of 'bodily in]ury° Is changed to read: 'Bodily injury" means bodily injury, sickness or disease sustained by a person, including death, humiliation, shock, mental anguish or mental injury by that person at any time which results as a consequence of the bodily Injury, sickness or disease. EXPECTED OR INTENDED INJURY Exclusion a. of Section I — Coverage A — Bodily Injury and Property Damage Liability is replaced by the following: a. 'Bodily injury' or 'property damage" expected or intended from the standpoint G -18652-H (Ed. 01/06) of the insured. This exclusion does not apply to "bodily injury" or 'property damage" resulting from the use of reasonable force to protect persons or property. 20. OWNER CONTROLLED INSURANCE PROGRAM, CONTRACTOR CONTROLLED INSURANCE PROGRAM OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS The endorsement EXCLUSION — CONSTRUCTION WRAP-UP PROGRAM which is attached to this policy Is amended as follows: A. This exclusion does not apply to: 1. Coverage available to you under this policy which is broader in scope than coverage provided to you under a 'consolidated (wrap- up) insurance program' for a construction project in which you are involved; 2. Coverage for your interest only for ongoing operations in excess of all coverage available to you under a 'consolidated (wrap-up) insurance program° for a construction project in which you are Involved; and 3. Coverage for your interest only for operations included within the "products -completed operations hazard° in excess of all coverage available to you under a 'consolidated (wrap- up) insurance program° for a construction project in which you are or have bean involved. Paragraphs A.1., A.2. and A.3. above do not apply to any portion of a °consolidated (wrap-up) insurance program' involving a "residential structure." B. The following is added immediately after the first paragraph of provision b. Excess Insurance of Section IV — Commercial General Liability Conditions — Other Insurance: This Insurance Is excess, over any of the other insurance whether primary, excess, contingent or any other basis that is insurance available to you as a result of your being a participant In a "consolidated (wrap-up) insurance program", but only as respects your Involvement in that "consolidated (wrap-up) insurance program". C. The following is added to Section V — Deiinitions: 'Consolidated (wrap-up) insurance program' means a construction, erection or demolition project for which the prime contractor/project manager or owner of the construction project has secured general liability insurance covering some or all of the contractors or subcontractors involved in the project, otherwise referred to as an Owner Page6of7 KENLEING (KEU00) POLICY NUMBER: C2074847407 CNA G -17957-a :(Ed, 01/01) IMPORTANT: THIS ENDORSEMENT CONTAINS DUTIES THAT APPLY TO THE ADDITIONAL INSURED IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT. SEE PARAGRAPH C.1. OF THIS ENDORSEMENT FOR THESE DUTIES. ALSO, THIS ENDORSEMENT CHANGES THE CONTRACTUAL LIABILITY COVERAGE. WITH RESPECTS TO THE "BODILY INJURY" OR "PROPERTY DAMAGE" ARISING OUT OF THE "PRODUCTS -COMPLETED OPERATIONS HAZARD". SEE PARAGRAPH B.3. OF THIS ENDORSEMENT FOR THIS COVERAGE CHANGE. THIS:ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTOR'S SCHEDULED AND BLANKET ADDITIONAL INSURED ENDORSEMENT WITH LIMITED PRODUCTS -COMPLETED OPERATIONS COVERAGE Thls endorsement modifieS insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART •Nenie of Perkin or Organketion: SCHEDULE Designated Project; As per certificate on file with Underwriters. (Coverage 'under thie:OndOreereerit:IsOOt lithodted:1Avan eotty Or lack OtIontry in.41e.SobedOle ebovii) A. WHO IS AN-0164SW (Section. 11) is amended: to inolude.as. :an: insured any parson or .Otganizatiort, incInding: any person or organization shown in tErt. Acheddle„above, (called .additional Insured) whom :you :are required to .000:as..en :Additional insured an this policy .under a 'written, contract Of written agreernent; but theiwritten.contractpt :written:agreement. mUst be; 1.. Currently In:effect:or becorifing effective:during. the. terrn-Of this ipolicy;.and :2. Executed pilor to the. "bodily Injury' :"propetty damage,Ot-"paisonal end advertising.injOnt. B. Theinsurance proVided to the 'additional :insured is limited:as follows 1. That person Or :organization *LS .an addltlonal InsUtect:'sOlelY for liability due to your 'negligence. specifically. resulting from: your work" for The .*addlOonal ;insured WhiCh is the :subject of the Written 'contract .or written agreement. No coverageapplies to liability resulting from the sole negligent% of the additional:insured. i3 -17957-G (Ed, 01101) KENLEINMERT1 (ED2) 2. The Umits of 'Insurance :applicable:. to the: additional' insured " are those .speOlfied in the: written :pont:ad .or Written :agreement or in. the: Declarations' .of this :policy, whichever is less.. These Limits :of.: insurance. are inclusive. of,-and:not in:addition to,lhe:Limit,sof insurance:shown:inthe DeOlAratiOnS: :3, The :coverage provided to the .additional Insured by this. :endorsement. and paragraph f.. of the delinution .of insureti :contted" :Wider DEFINITIONE:;(Sedion V)do not. appy • to. ,''bodily njury" or •"property damage" .arising out of the "products -completed• operations hazard" unless :natitorail by the written contract or written agteern Mt. When beverage .does: apply le 1.`tvdily injury" or "property damage' arising but of the products-compieted Operations hazard" such cOVerage 'will' not apply beypnd:' a, The period of. time :required by the written contract or written agreement; or Pagel of 2 5 of 6 KENLEING (KELMO) 1 1 1 1 1 1 1 4. b. 5 years:from thecornpletioft of ''your work' onE the. project ,Which :Is . the subject PI the 'written contract. or written .ag reams nt,, whichever is less. The inturancs:prOVIded.to :the additional insured; does not apply to Injury;! 41prpperty damage,1- :or -"personal; and advertising injunt arising out. '�f: an iarchitect's,. engineer's, or surveyors -rendering. cf; or failure to render' any professional services including;: a. b. The. preparing , approving, or to: prepare or -approve -maps,:.Shop .drawings, opinions, reportsusurveys, field orders, change -order* Or :drawingt:and -Spa CM ona;: and Supervisory; Orinspection activities;perfOrmed' as :pail- of: any ;related. .architectural .or engineering iactlyitiet.. I 't, Ap reoppis the :Coverage provided .under this endorsement; :SECTION W — COMMERCIAL GENERAL:LIABILITY :CO N DMONS, lire amended a.$ I follows; 1, The f c.4 ION 10 added to 410:Duties In The Event of Occurrence, Offense,ClaiM or Suit:Condition: 1 1 1 1 1 1 1 1 1 s, -+R additional .insured :underthiS endorsenient: WIllaa:Spon aspreCtiCable: G-17957-0 (Ed. 01/01) KENLEINICERT1 O(E02) ;0-17957-G (Ed. 01/01) .(1) .Give written -notice .of an:ocdurrence:pr an offense to -us. which-May:result:11n ;i1-;plairii or ''suir under thisInsurance; (2), Tender the -defense andindemnity;Of any - CI aim: or '''s It' to any Other- I nau re r Which ialtO 'haS Insurance:10r a loss we cover- under.thls Coverage:PO:11T! (3), Agree. to :make :available .any other :insurance which -the- .additional :insured .has 'for .a loss we. cover Armlet :this -C9v9Fa9O;PlAtt: it. We have. -no di* t� -defendPrindemnifY an additiOnat insured :under this endorsement. unt11-;we-recelve .writtenriace..61•0 or UsulrIrorn..ihe AdOtion011114)red. 2. :paragraph.4b. �f.the Other Insurance ;ConditiOnIS - deletedan dIrepi aced with the- tolloWing: 4. Other :I psyranc.0 b. E)6:04ti- Inautian66, ;This. insurance is. excess:pyre-any:Other Insurance naming the additional .insured as an insured whether Primary, :excess, contingent or .on; any -other basis unless is .wrItten contract or -written :agreement' :specihcally-reqUireathathisinSuranoe.be :Other prienarY .or -primary- :and .noncOntributing.: Page 2 of.2 2 6 of 6 KENLEING (KEU00) MINIMUM WAGE AFFIDAVIT STATE OF WASHINGTON) ) ss COUNTY OF YAKIMA ) I, the undersigned, having been duly sworn, depose, say and certify that in connection with the performance of the work, payment for which this voucher is submitted, I have paid the following rate per hour to each classification of laborers, workmen, or mechanics, as indicated upon the attached list, now referred to and by such reference incorporated in and made an integral part hereof, for all such employed in the performance of such work; and no laborer, workman or mechanic so employed upon such work has been paid less than the prevailing rate of wage or less than the minimum rate of wages as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. Contractor Subscribed and sworn to before me on this day of , 201 Notary Public in and for the State of Washington residing at 91 PREVAILING WAGE RATES PREVAILING WAGE RATES The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in the performance of any part of this contract shall be in accordance with the provisions of Chapter 39.12 RCW, as amended. The rules and regulations of the Department of Labor and Industnes are by reference made a part of this contract as though fully set forth herein. The current schedule of prevailing wage rates for the locality or localities where this contract will be performed, as determined by the Industrial Statistician of the Department of Labor and Industries, are included in these contract documents. Inasmuch as the contractor will be held responsible for paying the prevailing wages, it is imperative that all contractors familiarize themselves with the current wage rates, as determined by the Industrial Statistician of the Department of Labor and Industries, before submitting bids based on these specifications. In case any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be adjusted by the parties in interest, including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State and his decision therein shall be final and conclusive and biding on all parties involved in the dispute as provided for by RCW 39.12.060 as amended. Current prevailing wage rules and data can be furnished by the Industrial Statistician upon request. You may submit your request to: Department of Labor and Industries ESAC Division PO Box 44540 Olympia, Washington 98504-4540 Telephone: 360-902-5335 93 t 1 t 1 1 1 1 t Page 1 of 16 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: 9/14/2011 County Trade Job Classification Wage Holiday Overtime Note; :Yakima Asbestos Abatement Workers Journey Level $17.83 1 i 'Yakima Boilermakers Journey Level $57.99 5N 1C j :Yakima Brick Mason Journey Level $40.03 5A 1M Yakima Building Service Employees Janitor $8.67 1 :Yakima Building Service Employees Shampooer $11.14 1 'Yakima Building Service Employees Waxer $8.67 1 `Yakima Building Service Employees Window Cleaner $9.14 1 :Yakima Cabinet Makers (In Shop) Journey Level $16.35 1 :Yakima Carpenters Journey Levet $29.72 1 ;;Yakima Cement Masons Journey Level $36.50 7B 1N :Yakima Divers & Tenders Diver $100.28 5D 1M 8A Yakima Divers a Tenders Diver On Standby $56.68 5D 1M :Yakima Divers & Tenders Diver Tender $52.23 5D 1M :Yakima Divers &Tenders Surface Rcv & Rov Operator $52.23 5D 1M !Yakima Divers & Tenders Surface Rcv & Rov Operator Tender $48.67 5A 113 !Yakima Dredge Workers Assistant Engineer $49.57 5D 1T 8L ;Yakima Dredge Workers Assistant Mate(deckhand) $49.06 5D 1T 8L iYakima Dredge Workers Engineer Welder $49.62 5D 1T 8L , :Yakima Dredge Workers . Leverman, Hydraulic $51.19 5D 1T 8L :Yakima Dredge Workers Maintenance $49.06 5D 1T 8L ! !Yakima Dredge Workers Mates And Boatmen $49.57 5D 1T 8L !Yakima Dredge Workers Oiler $49.19 5D 1T 8L :Yakima Drywall Applicator Journey Level $37.85 5D 1M :Yakima Drywall Tapers Journey Level $31.79 7E 1P !Yakima i Electrical Fixture Maintenance Journey Levet $43.32 1 — t Workers :Yakima Electricians - Inside Cable Splicer $53.57 5A 1 E IN 11 e inn, 1 Page 2 of 16 Yakima Electricians - Inside Journey Level $51.72 5A 1 E "Yakima Electricians - Inside Welder $55.41 5A 1E Yakima Electricians - Motor Shoo Craftsman $15.37 1 Yakima Electricians - Motor Shop Journey Level $14.69 1 Yakima Electricians - Powertine Cable Splicer $63.04 5A 4A Construction Yakima Electricians - Powerline Certified Line Welder $57.61 5A 4A Construction Yakima Electricians - Powerline Groundperson $41.06 5A 4A Construction Yakima Electricians - Powerline Head Groundperson $43.33 5A 4A Construction Yakima Electricians - Powerline Heavy Line Equipment Operator $57.61 5A 4A Construction Yakima Electricians - Powerline Jackhammer Operator $43.33 5A 4A Construction :Yakima Electricians - Powerline Journey Level Lineperson $57.61 5A 4A Construction ;Yakima Electricians - Powerline Line Equipment Operator $48.64 5A 4A Construction ,Yakima Electricians - Powerline Pole Sprayer $57.61 5A 4A Construction Yakima Electricians - Powertine Powderperson $43.33 5A 4A Construction Yakima Electronic Techniciarrs Journey Level $23.40 1 Yakima Elevator Constructors Mechanic $72.01 7D 4A Yakima Elevator Constructors Mechanic In Charge $78.13 7D 4A :Yakima Fabricated Precast Concrete Craftsman - In -Factory Work Only $8.72 1 Products Yakima Fabricated Precast Concrete Journey Level - In -Factory Work Only $8.67 1 Products 'Yakima Fence Erectors Fence Erector $13.79 1 Yakima Ftaggers Journey Level $24.62 1 Yakima Glaziers Journey Level $22.43 61 1B Yakima Heat & Frost Insulators And Journey Level $25.32 1 Asbestos Workers Yakima Heating Equipment Mechanics Journey Level $34.85 1 "Yakima Hod Carriers & Mason Tenders Journey Level $33.05 7A 2Y Yakima Industrial Engine And Machine Journey Level $15.65 1 Mechanics Yakima Industrial Power Vacuum Journey Level $9.24 1 Cleaner Yakima Inland Boatmen Journey Level $8.67 1 Yakima InspectionrCleaning/Seating Of Cleaner Operator, Foamer Operator $9.73 1 Sewer E Water Systems By Remote Control Yakima inspection; Cleaning!Sealing Of Grout Truck Operator $11.48 1 Sewer Et Water Systems By !1/1 A /l1/l1 1 1 1 1 1 1 i t 1 1 Page 3 of 16 1ittrrc•//fnrtraoa rvo rtnrr/lr,i Remote Control Yakima Inspection/Cleaning/Seating Of Head Operator $12.78 1 Sewer a Water Systems By Remote Control Yakima # inspection/Cleaning/Seating Of Technician $8.67 1 Sewer Et Water Systems By Remote Control Yakima Inspection/Cleaning/Sealing Of Tv Truck Operator $10.53 1 Sewer & Water Systems By Remote Control ;Yakima Insulation Applicators Journey Levet $37.85 5D 1M Yakima Ironworkers Journeyman $50.94 7N 10 !Yakima 1 Laborers Air, Gas Or Electric Vibrating Screed $32.11 7A 2Y ;Yakima Laborers Airtrac Drill Operator $33.05 7A 2Y Yakima Laborers Ballast Regular Machine $32.11 7A2Y Yakima Laborers Batch Weighman $30.15 7A 2Y ;Yakima Laborers Brick Pavers $32.11 7A 2Y ;Yakima Laborers Brush Cutter $32.11 7A 2Y ;Yakima _Laborers Brush Hog Feeder $3241 --7A2Y iYakima Laborers Burner $32.11 7A 2Y !Yakima Laborers Caisson Worker $33.05 7A 2Y ;Yakima Laborers Carpenter Tender $32.11 7A 2Y ;Yakima Laborers Cement Dumper -paving $32.66 7A 2Y !Yakima Laborers Cement Finisher Tender $32.11 7A 2Y Yakima Laborers Change House Or Dry Shack $32.11 7A 2Y ;Yakima Laborers Chipping Gun (under 30 Lbs.) $32.11 7A 2Y !Yakima i Laborers Chipping Gun(30 Lbs. And Over) $32.66 7A 2Y °Yakima Laborers Choker Setter $32.11 7A 2Y iYakima Laborers Chuck Tender $32.11 7A 2Y !Yakima Laborers Clary Power Spreader $32.66 7A 2Y ;Yakima Laborers Clean-up Laborer $32.11 7A 2Y !Yakima Laborers Concrete Dumper/chute Operator $32.66 7A 2Y :Yakima Laborers Concrete Form Stripper $32.11 7A 2Y ;Yakima Laborers Concrete Placement Crew $32.66 7A 2Y !Yakima Laborers Concrete Saw Operator/core Driller $32.66 7A 2Y Yakima Laborers Crusher Feeder $30.15 7A 2Y ;Yakima Laborers Curing Laborer $32.11 7A 2Y Yakima ! Laborers Demolition: Wrecking Et Moving (incl. Charred Material) $32.11 7A 2Y /Yakima Laborers Ditch Digger gg $32.11 7A 2Y ;Yakima Laborers Diver $33.05 7A 2Y Yakima Laborers Drill Operator (hydraulic,diamond) $32.66 7A 2Y { 1ittrrc•//fnrtraoa rvo rtnrr/lr,i Page 4 of 16 Yakima Laborers Dry Stack Walls $32.11 7A 2Y Yakima Laborers Dump Person $32.11 7A 2Y Yakima Laborers Epoxy Technician $32.11 7A 2Y Yakima Laborers Erosion Control Worker $32.11 7A 2Y Yakima Laborers Faller Et Bucker Chain Saw $32.66 7A 2Y Yakima Laborers Fine Graders $32.11 7A 2Y Yakima Laborers Firewatch $30.15 7A 2Y Yakima Laborers Form Setter $32.11 7A 2Y Yakima Laborers Gabian Basket Builders $32.11 7A 2Y ;Yakima Laborers General Laborer $32.11 7A 2Y Yakima Laborers Grade Checker Et Transit Person $33.05 7,4 2Y Yakima Laborers Grinders $32.11 7A 2Y Yakima Laborers Grout Machine Tender $32.11 7A 2Y Yakima Laborers Groutmen (pressure)including Post Tension Beams $32.66 7A 2Y Yakima Laborers Guage and Lock Tender $33.15 7A 2Y ' Yakima Laborers Guardrail Erector $32.11 7A 2Y Yakima Laborers Hazardous Waste Worker (level A) $33.05 ' 7.4 -2Y Yakima Laborers Hazardous Waste Worker (level B) $32.66 7A 2Y Yakima Laborers Hazardous Waste Worker (level C) $32.11 7A 2Y Yakima Laborers High Scaler $33.05 7A 2Y Yakima Laborers Jackhammer $32.66 7A 2Y Yakima Laborers Laserbeam Operator $32.66 7A 2Y Yakima Laborers Maintenance Person $32.11 7A 2Y Yakima Laborers Manhole Builder-mudman $32.66 7A 2Y Yakima Laborers Material Yard Person $32.11 7A 2Y Yakima Laborers Motorman -dinky Locomotive $32.66 7A 2Y ;Yakima Laborers Nozzteman (concrete Pump, Green Cutter When Using Combination Of High Pressure Mr Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Bta $32.66 7A 2Y :Yakima Laborers Pavement Breaker $32.66 7A 2Y ,Yakima Laborers Pilot Car $30.15 7A 2Y :Yakima Laborers Pipe Layer(lead) $33.05 7A 2Y Yakima Laborers Pipe Layer/tailor $32.66 7A 2Y Yakima Laborers Pipe Pot Tender $32.66 7A 2Y `Yakima Laborers Pipe Reliner $32.66 7A 2Y 'Yakima Laborers Pipe Wrapper $32.66 7A 2Y Yakima Laborers Pot Tender $32.11 7A 2Y Yakima Laborers Powderman $33.05 7A 2Y 1,441,1,• ii .+,.o,.., 11,,1 ,.,.1,nr; /11,,,.a,1,.,11,11,,INY,,V17,, i _., . ,.,.••.. A/1 n i'ni 1 1 1 1 1 1 1 1 1 t 1 1 1 1 Page 5 of 16 Yakima Laborers Powderman's Helper $32.11 7A 2Y Yakima Laborers Power Jacks $32.66 7A 2Y Yakima Laborers Railroad Spike Puller - Power $32.66 7A 2Y Yakima Laborers Raker - Asphalt $33.05 7A 2Y Yakima Laborers Re-timberman $33.05 7A 2Y Yakima Laborers Remote Equipment Operator $32.66 7A 2Y 'Yakima Laborers Rigger/signal Person $32.66 7A 2Y Yakima Laborers Rip Rap Person $32.11 7A 2Y 'Yakima Laborers Rivet Buster $32.66 7A 2Y Yakima Laborers Rodder $32.66 7A 2Y ;Yakima Laborers Scaffold Erector $32.11 7A 2Y ,Yakima Laborers Scale Person $32.11 7A 2Y :Yakima Laborers Sloper (over 20") $32.66 7A 2Y Yakima Laborers Sloper Sprayer $32.11 7A 2Y ;Yakima Laborers Spreader (concrete) $32.66 7A 2Y Yakima Laborers Stake Hopper $32.11 7A 2Y 'Yakima Laborers Stock Piler $32.11 7A 2Y :Yakima Laborers Tamper a Similar Electric, Air Et Gas Operated Tools $32.66 7A 2Y Yakima Laborers Tamper (multiple Et Self- propelled) $32.66 7A 2Y :Yakima Laborers Timber Person - Sewer (lagger, Shorer Et Cribber) $32.66 7A 2Y Yakima Laborers Toolroom Person (at Jobsite) $32.11 7A 2Y Yakima Laborers Topper $32.11 7A 2Y ;Yakima Laborers Track Laborer $32.11 7A 2Y Yakima Laborers Track Liner (power) $32.66 7A 2Y Yakima Laborers Truck Spotter $32.11 7A 2Y Yakima Laborers Tugger Operator $32.66 7A 2Y SYakima Laborers Tunnel Work -Miner $33.15 7A 2Y 84 .Yakima Laborers Vibrator $32.66 7A 2Y Yakima Laborers Vinyl Seamer $32.11 7A 2Y xYakima Laborers Watchman $27.52 7A2Y !Yakima Laborers Welder $32.66 7A 2Y Yakima Laborers Well Point Laborer $32.66 7A 2Y !Yakima Laborers Window Washer/cleaner $27.52 7A 2Y Yakima { Laborers - Underground Sewer General Laborer Et Topman $32.11 7A 2Y Et Water ;Yakima I Laborers - Under2round Sewer Pipe Layer $32.66 7A 2Y ) Et Water `Yakima Landscape Construction Irrigation Or Lawn Sprinkler Installers $9.00- 1 ;Yakima Landscape Construction Landscape Equipment Operators Or Truck Drivers $15.45- 1 Yakima Landscape Construction Landscaping Or Planting Laborers $9.00- 1 �4tr.c• II-Fnrircoc ci r3 Page 6 of 16 Yakima Lathers Journey Level $37.85 5D 1M Yakima Marble Setters Journey Level $40.03 5A 1M Yakima Metal Fabrication (In Shoo) Fitter $12.00 1 Yakima Metal Fabrication (In Shop) Laborer $10.31 1 ;Yakima Metal Fabrication (In Shoo) Machine Operator $11.32 1 ;Yakima Metal Fabrication (In Shop) Painter $12.00 1 Yakima Metal Fabrication (In Shop) Welder $11.32 1 Yakima Millwric,ht Journey Level $26.05 1 Yakima Modular Buildings Journey Level $14.11 1 Yakima Painters Journeyman $28.12 6Z 1W Yakima Pile Driver Journey Level $48.19 5A 1M Yakima Plasterers Journey Levet $46.63 7Q 1R Yakima Playground a Park Equipment Journey Level $8.67 1 Installers ;Yakima Plumbers a Pipefitters Journey Level $28.75 1 Yakima Power Equipment Operators Asphalt Plant Operators $50.39 7A 1T 8P Yakima Power Equipment Operators Assistant Engineer $47.12 7A 11- 8P Yakima Power Equipment Operators Barrier Machine (zipper) $49.90 7A 1T 8P Yakima Power Equipment Operators Batch Plant Operator, Concrete $49.90 7A 1T 8P Yakima Power Equipment Operators Bobcat $47.12 7A 1T 8P Yakima Power Equioment Operators Brokk - Remote Demolition Equipment $47.12 7A 1T 8P Yakima Power Equipment Operators Brooms $47.12 7A 1T 8P Yakima Power Equipment Operators Bump Cutter $49.90 7A 1T 8P Yakima Power Equipment Operators Cableways $50.39 7A 1T 8P = ,Yakima Power Equipment Operators Chipper $49.90 7A 1T 8P Yakima Power Equipment Operators Compressor $47.12 7A 1T 8P Yakima Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Over 42 M $50.39 7A 1T 8P ;Yakima Power Equipment Operators Concrete Finish Machine -laser Screed $47.12 7A 1T 8P ;Yakima Power Equipment Operators Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $49.48 7A 1T 8P Yakima Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Up To 42m $49.90 7A 1T 8P Yakima Power Eauiornent Operators Conveyors $49.48 7A 1T 8P Yakima Power Equipment Operators Cranes: 20 Tons Through 44 Tons With Attachments Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $49.90 7A 1T 8P Yakima Power Equipment Operators Cranes: 100 Tons Through 199 Tons, or 150' of boom (including jib with attachments); Overhead, $50.94 7A 1T 8P C111 A /'n1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Page 7 of 16 _ /1 _ ' /-- - - - - 1 - - 1 TT bridge type, 100 tons and over; Tower crane up to 175' in height, base to boom. ;Yakima Power Equipment Operators Cranes: 200 Tons To 300 Tons, Or 250' Of Boom (including Jib With Attachments) $51.51 7,4 1T8P Yakima Power Equipment Operators Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $50.39 7A 1T 8P ,Yakima Power Equipment Operators Cranes: A -frame - 10 Tons And Under $47.12 7,4 1T 8P Yakima Power Equipment Operators Cranes: Friction 100 Tons Through 199 Tons $51.51 7A 1T 8P Yakima Power Equipment Operators Cranes: Friction Over 200 Tons $52.07 7A 1T 8P Yakima Power Equipment Operators Cranes: Over 300 Tons Or 300' Of Boom (including Jib With Attachments) $52.07 7A 1T 8P Yakima Power Equipment Operators Cranes: Through 19 Tons With Attachments A -frame Over 10 Tons $49.48 7,4 1T 8P Yakima Power Equipment Operators Crusher $49.90 7,4 1T8P Yakima Power Equipment Operators Deck Engineer/deck Winches (power) $49.90 74 1T 8P Yakima Power Equipment Operators Derricks, On Building Work $50.39 7A 1T 8P Yakima Power Equipment Operators Dozer Quad 9, HD 41, D10 and Over $50.39 7A 1T 8P Yakima Power Equipment Operators Dozers D-9 Et Under $49.48 7A 1T 8P Yakima Power Equipment Operators Drill Oilers: Auger Type, Truck Or Crane Mount $49.48 7A 1T 8P Yakima Power Equipment Operators Drilling Machine $49.90 7A 1T 8P Yakima Power Equipment Operators Elevator And Man -lift: Permanent And Shaft Type $47.12 7,4 1T 8P Yakima Power Equipment Operators Finishing Machine, Bidwell And Gamaco Et Similar Equipment $49.90 7A 1T 8P Yakima Power Equipment Operators Forklift: 3000 Lbs And Over With Attachments $49.48 7A 1T 8P .Yakima Power Equipment Operators Forklifts: Under 3000 Lbs. With Attachments $47.12 7A 1T 8P sYakima Power Equipment Operators Grade Engineer: Using Blue Prints, Cut Sheets, Etc $49.90 7A 1T 8P 'Yakima Power Equipment Operators Gradechecker/stakeman $47.12 7A 1T 8P ;Yakima Power Equipment Operators Guardrail Punch/Auger $49.90 7A 1T 8P Yakima Power Equipment Operators Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. Et Over $50.39 7A 1T 8P !Yakima Power Equipment Operators Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $49.90 7A 1T 8P `Yakima Power Equipment Operators Horizontal/directional Drill $49.48 7A1T 8P _ /1 _ ' /-- - - - - 1 - - 1 TT Page 8 of 16 ---/1.-: /1..: 0/1 A /101 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Locator Yakima Power Eau°ip,ment Operators Horizontal/directional Drill Operator $49.90 7A1T 8P Yakima Power Equipment Operators Hydralifts/boom Trucks Over 10 Tons $49.48 7A 1T8P Yakima Power Equipment Operators Hydralifts/boom Trucks, 10 Tons And Under $47.12 7A 1T 8P Yakima Power Equipment Operators Loader, Overhead 8 Yards. a Over $50.94 7A 1T 8P Yakima Power Equipment Operators Loader, Overhead, 6 Yards. But Not Including 8 Yards $50.39 7A 1T 8P Yakima Power Equipment Operators Loaders, Overhead Under 6 Yards $49.90 7A 1T 8P Yakima Power Equipment Operators Loaders, Plant Feed $49.90 7A 1T 8P Yakima Power Equipment Operators Loaders: Elevating Type Belt $49.48 7A 1T 8P Yakima Power Equipment Operators Locomotives, All $49.90 7A 1T 8P Yakima Power Equipment Operators Material Transfer Device $49.90 7A 1T 8P Yakima Power Equipment Operators Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $50.94 7A 1T 8P Yakima Power Equipment Operators Mixers: Asphalt Plant $49.90 7A 1T8P Yakima Power Equipment Operators Motor Patrol Grader - Non- finishing $49.48 7A 1T 8P Yakima Power Equipment Operators Motor Patrol Graders, Finishing $50.39 7A 1T 8P Yakima Power Equip???ent Operators Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $50.39 7A 1T 8P Yakima Power Equipment Operators Oil Distributors, Blower Distribution a Mulch Seeding Operator $47.12 7A 1T 8P Yakima Power Equipment Operators Outside Hoists (elevators And Mantifts), Air Tuggers,strato $49.48 7A 1T 8P Yakima Power Equipment Operators Overhead, Bridge Type: 45 Tons Through 99 Tons $50.39 7A 1T 8P Yakima Power Equipment Operators Pavement Breaker $47.12 7A 1T 8P Yakima Power Equipment Operators Pile Driver (other Than Crane Mount) $49.90 7A1T 8P Yakima Power Equjpment Operators Plant Oiler - Asphalt, Crusher $49.48 7A 1T8P Yakima Power Equipment Ooerators Posthote Digger, Mechanical $47.12 7A 1T 8P Yakima Power Equipment Operators Power Plant $47.12 7A 1T 8P Yakima Power Equipment Operators Pumps - Water $47.12 7A 1T 8P Yakima Power Equipment Operators Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $47.12 7A 1T 8P Yakima Power Equipment Operators Remote Control Operator On Rubber Tired Earth Moving Equipment $50.39 7A 1T 8P Yakima Power Equipment Operators Rigger And Bellman $47.12 7A 1T 8P Yakima Power Equipment Operators Rollagon $50.39 7A 1T 8P ---/1.-: /1..: 0/1 A /101 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Page 9 of 16 Yakima Power Equipment Operators Roller, Other Than Plant Mix $47.12 74 1T 8P Yakima Power Equipment Operators Roller, Plant Mix Or Multi -lift Materials $49.48 74 1T8P Yakima Power Equipment Operators Roto -mill, Roto -grinder $49.90 7A1T 8P Yakima Power Equipment Operators Saws - Concrete $49.48 7A 1T 8P Yakima Power Equipment Operators Scraper, Self Propelled Under 45 Yards $49.90 7A 1T 8P l Yakima Power Equipment Operators Scrapers - Concrete Et Carry All $49.48 7A 1T 8P Yakima Power Equipment Operators Scrapers, Self-propelled: 45 Yards And Over $50.39 74 1T 8P Yakima Power Equipment Operators Service Engineers - Equipment $49.48 7A 1T 8P :Yakima Power Equipment Operators Shotcrete/gunite Equipment $47.12 7A 1T 8P ,Yakima Power Equipment Operators Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. $49.48 7A 1T 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $50.39 7A 1T 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $49.90 7A 1T 8P ,Yakima Power Equipment Operators Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $50.94 7A , 1T 8P =Yakima Power Equipment Operators Shovel, Excavator, Backhoes: Over 90 Metric Tons $51.51 7A 1T 8P Yakima Power Equipment Operators Slipform Pavers $50.39 74 1T 8P ;Yakima Power Equipment Operators Spreader, Topsider Et Screedman $50.39 7A 1T 8P [Yakima Power Equipment Operators Subgrader Trimmer $49.90 7A 1T 8P ,Yakima Power Equipment Operators Tower Bucket Elevators $49.48 7A 1T 8P iYakima d Power Equipment Operators Tower Crane Over 175'in Height, Base To Boom $51.51 704 1T 8P 'Yakima Power Eauipment Operators Tower Crane Up To 175' In Height Base To Boom $50.94 74 1T 8P Yakima Power Equipment Operators Transporters, All Track Or Truck Type $50.39 7A 1T 8P Yakima Power Equipment Operators Trenching Machines $49.48 7A 1T 8P ;Yakima Power Equipment Operators Truck Crane Oiler/driver - 100 Tons And Over $49.90 7A 1T 8P Yakima Power Equipment Operators Truck Crane Oiler/driver Under 100 Tons $49.48 7A 1T 8P Yakima Power Equipment Operators Truck Mount Portable Conveyor $49.90 74 1T 8P ,Yakima Power Equipment Operators Welder $50.39 7A 1T 8P Yakima Power Eauipment Operators Wheel Tractors, Farman Type $47.12 7A 1T 8P ;Yakima Power Equipment Operators Yo Yo Pay Dozer $49.90 7A 1T 8P ,Yakima Power Equipment Operators- Asphalt Plant Operators $50.39 7A 1T 8P Underground Sewer Et Water Yakima Power Equipment Operators- Assistant Engineer $47.12 7A 1T 8P Underground Sewer Et Water ..," .117..,.,.1..,.1... !1 /1 A /,1 111 1 Page 10 of 16 Yakima Power Equipment Operators- Barrier Machine (zipper) $49.90 7A 1T 8P Underground Sewer a Water Yakima Power Equipment Operators- Batch Plant Operator, Concrete $49.90 7A 1T 8P Underground Sevier & Water Yakima Power Equipment Operators- Bobcat $47.12 7A 1T 8P Underground Sewer & Water ,Yakima Power Equipment Operators- Brokk - Remote Demolition Equipment $47.12 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Brooms $47.12 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Bump Cutter $49.90 7A 1T 8P Underground Sewer & Water ;Yakima Power Equipment Operators- Cableways $50.39 7A 1T 8P Underground Sewer & Water ,Yakima Power Equipment Operators- Chipper $49.90 7A 1T 8P , Underground Sewer & Water Yakima Power Equipment Operators- Compressor $47.12 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Concrete Pump: Truck Mount With Boom Attachment Over 42 $50.39 7A 11. 8P Underground Sewer & Water Yakima Power Equipment Operators- Concrete Finish Machine -laser Screed $47.12 7A 1T 8P Underground Sewer Et Water Yakima Power Equipment Operators- Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $49.48 7A 1T 8P Underground Sewer a Water Yakima Power Equipment Operators- Concrete Pump: Truck Mount With Boom Attachment Up To 42m $49.90 7A 1T 8P Underground Sewer a Water :Yakima . Power Equipment Operators- Conveyors $49.48 7A 1T 8P Underground Sewer a Water Yakima Power Equipment Operators- Cranes: 20 Tons Through 44 Tons With Attachments Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $49.90 7A 1T 8P Underground Sewer a Water .Yakima Power Equipment Operators- Cranes: 200 Tons To 300 Tons, Or 250' Of Boom (including Jib With Attachments) $51.51 7A 1T 8P Underground Sewer a Water ,Yakima Power Equipment Operators- Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $50.39 7A 1T 8P Underground Sewer a Water 'Yakima Power Equipment Operators- Cranes: A -frame - 10 Tons And Under $47.12 7A 1T 8P '. Underground Sewer & Water Yakima Power Equipment Operators- Cranes: Friction 100 Tons Through 199 Tons $51.51 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: Friction Over 200 Tons $52.07 7A 1T 8P Underground Sewer a Water Yakima Power Equipment Operators- Cranes: Over 300 Tons Or 300' Of Boom (including Jib With Attachments) $52.07 7A 1T 8P Underground Sewer a Water 1 11 ttn 0•I ifnrtYOOC 11 rn CI' nv/1n;IMO (1Plnnlrl lr/rr1,`UIo n -,..1, -snarl 1n a ory Oil A/"(111 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Page 11 of 16 :Yakima Power Equipment Operators- Cranes: Through 19 Tons With Attachments A -frame Over 10 Tons $49.48 7A 1T 8P Underground Sewer a Water Yakima Power Equipment Operators- Crusher $49.90 7A1T 8P 1 Underground Sewer a Water Yakima Power Equipment Operators- Deck Engineer/deck Winches (power) $49.90 7A 1T 8P Underground Sewer Et Water Yakima Power Equipment Operators- Derricks, On Building Work $50.39 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Dozer Quad 9, HD 41, D10 and Over $50.39 7A 1T8P Underground Sewer & Water Yakima Power Equipment Operators- Dozers D-9 & Under $49.48 7A 1T8P Underground Sewer & Water .Yakima Power Equipment Operators- Drill Oilers: Auger Type, Truck Or Crane Mount $49.48 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Drilling Machine $49.90 7A 1T 8P I Underground Sewer & Water 'Yakima Power Equipment Operators- Elevator And Man -lift: Permanent And Shaft Type $47.12 7A 1T 8P Underground Sewer & Water Yakima • - Power Equipment Operators- Finishing Machine, Bidwell And Gamaco & Similar Equipment $49.90 7A 1T 8P • Underground Sewer & Water • 3 #Yakima Power Equipment Operators- Forklift: 3000 Lbs And Over With Attachments $49.48 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Forklifts: Under 3000 Lbs. With Attachments $47.12 7A 1T 8P Underground Sewer & Water sYakima Power Equipment Operators- Grade Engineer: Using Blue Prints, Cut Sheets, Etc $49.90 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Gradechecker/stakeman $47.12 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Guardrail Punch/Auger $49.90 7A 1T 8P i Underground Sewer & Water ,Yakima Power Equipment Operators- Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. & Over $50.39 7A 1T 8P Underground Sewer & Water •Yakima Power Equipment Operators- Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $49.90 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Horizontal/directional Drill Locator $49.48 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Horizontal/directional Drill Operator $49.90 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Hydralifts/boom Trucks Over 10 Tons $49.48 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Hydralifts/boom Trucks, 10 Tons And Under $47.12 7A 1T 8P Underground Sewer & Water /Yakima d Power Equipment Operators- Loader, Overhead 8 Yards. & Over $50.94 7A1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Loader, Overhead, 6 Yards. But Not Including 8 Yards $50.39 7A 1T 8P Underground Sewer & Water :Yakima { Power Equipment Operators- Loaders, Overhead Under 6 $49.90 7A 1T 8P 11++,,c•//fnrf1.4.0 117,1 nnw/1r;/„roh.1"ra-,,.,/+...TTI 7,',ell....L,,......,..... n/1 A /1/11 1 Page 12 of 16 1ttr1c•//fnrtracc 1170 rrnI7/1ni/117 rralnnlrn.. ocr.v 0/14/1011 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Underground Sewer & Water Yards Yakima Power Equipment Operators- Loaders, Plant Feed $49.90 7A — 1T — 8P Underground Sewer & Water <Yakima Power Eouipment Operators- Loaders: Elevating Type Belt $49.48 7A 1T 8P Underground Sewer Et Water .Yakima Power Equipment Operators- Locomotives, All $49.90 7A 1T 8P Underground Sewer Et Water 'Yakima Power Equipment Operators- Material Transfer Device $49.90 7A 1T 8P Underground Sewer & Water -Yakima Power Equipment Operators- Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $50.94 7A 1T 8P Underground Sewer a Water Yakima Power Equipment Operators- Mixers: Asphalt Plant $49.90 7A 1T 8P Underground Sewer Et Water Yakima Power Equipment Operators- Motor Patrol Grader - Non- finishing $49.48 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Motor Patrol Graders, Finishing $50.39 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Mucking Machine, Mole, Tunnel Drill, Boring, Road Header ' And/or Shield $50.39 7A 1T 8P = Underground Sewer & Water 'Yakima Power EquidmentfOperato;s- ` Oil'Disfributors, Blower Distribution Et Mulch Seeding Operator ' $47.12 7A 11- 8P Underground Sewer Et Water Yakima Power Equipment Operators- Outside Hoists (elevators And Manlifts), Air Tuggers,strato $49.48 7A 1T 8P Underground Sewer & Water ;Yakima Power Equipment Operators- Overhead, Bridge Type: 45 Tons Through 99 Tons $50.39 7A 1T 8P Underground Sewer Et Water Yakima Power Equipment Operators- Pavement Breaker $47.12 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Pile Driver (other Than Crane Mount) $49.90 7A 1T 8P Underground Sewer Et Water .Yakima Power Equipment Operators- Plant Oiler - Asphalt, Crusher $49.48 7A 1T 8P Underground Sewer Et Water :Yakima Power Equipment Operators- Posthole Digger, Mechanical $47.12 7A 1T 8P Underground Sewer & Water .Yakima Power Equipment Operators- Power Plant $47.12 7A 1T 8P Underground Sewer Et Water Yakima Power Equipment Operators- Pumps - Water $47.12 7A 1T 8P i Underground Sewer Et Water Yakima Power Equipment Operators- Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $47.12 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Remote Control Operator On Rubber Tired Earth Moving Equipment $50.39 7A1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Rigger And Beliman $47.12 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Rollagon $50.39 7A1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Roller, Other Than Plant Mix $47.12 7A 1T 8P 1ttr1c•//fnrtracc 1170 rrnI7/1ni/117 rralnnlrn.. ocr.v 0/14/1011 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Page 13 of 16 1,14„0•// f.•one..,,.,.7...,/1.,;/,,,.,.,ol.,.,1r1111/111-,AI7.,...-.1 •,1,1••••• ese,••••Its nil a inns 1 Underground Sewer a Water :Yakima Power Equipment Operators- Roller, Plant Mix Or Multi -lift Materials $49.48 7A1T 8P Underground Sewer a Water zYakima Power Equipment Operators- Roto -mill, Roto -grinder $49.90 7A 1T 8P Underground Sewer Et Water Yakima Power Equipment Operators- Saws - Concrete $49.48 7A1T 8P Underground Sewer & Water ;Yakima Power Equipment Operators- Scraper, Self Propelled Under 45 Yards $49.90 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Scrapers - Concrete & Carry All $49.48 7A 1T 8P Underground Sewer &. Water sYakima Power Equipment Operators- Scrapers, Self-propelled: 45 Yards And Over $50.39 7A 1T 8P Underground Sewer & Water EYakima Power Equipment Operators- Service Engineers - Equipment $49.48 7A 1T 8P Underground Sewer & Water ,Yakima Power Equipment Operators- Shotcrete/gunite Equipment $47.12 7A1T 8P Underground Sewer &t Water Yakima i Power Equipment Operators- Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. $49.48 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $50.39 ' ' 7A 1T 8P Underground Sewer & Water =Yakima Power Equipment Operators- Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $49.90 7A 1T 8P Underground Sewer & Water ;Yakima Power Equipment Operators- Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $50.94 7A 1T 8P Underground Sewer & Water Yakima g Power Equipment Operators- Shovel, Excavator, Backhoes: Over 90 Metric Tons $51.51 7A 1T 8P ! Underground Sewer & Water Yakima Power Equipment Operators- Slipform Pavers $50.39 7A 1T 8P Underground Sewer & Water Yakima i Power Equipment Operators- Spreader, Topsider Et Screedman $50.39 7A 1T 8P 1 1 Underground Sewer Et Water {Yakima Power Equipment Operators- Subgrader Trimmer $49.90 7A 1T 8P Underground Sewer Et Water Yakima Power Equipment Operators- Tower Bucket Elevators $49.48 7A 1T 8P Underground Sewer Et Water Yakima Power Equipment Operators- Tower Crane Over 175'in Height, Base To Boom $51.51 7A 1T 8P Underground Sewer &t Water Yakima Power Equipment Operators- Tower Crane Up To 175' In Height Base To Boom $50.94 7A 1T 8P Underground Sewer Et Water Yakima Power Eauipment Operators- Transporters, All Track Or Truck Type $50.39 7A 1T 8P Underground Sewer & Water °Yakima 1 Power Equipment Operators- Trenching Machines $49.48 7A 1T 8P Underground Sewer &t Water ;Yakima Power Equipment Operators- Truck Crane Oiler/driver - 100 Tons And Over $49.90 7A 1T 8P i Underground Sewer Et Water ,Yakima Power Equipment Operators- Truck Crane Oiler/driver Under 100 Tons $49.48 7A 1T8P Underground Sewer Et Water Yakima Power Equipment Operators- Truck Mount Portable Conveyor $49.90 7A 1T 8P 1,14„0•// f.•one..,,.,.7...,/1.,;/,,,.,.,ol.,.,1r1111/111-,AI7.,...-.1 •,1,1••••• ese,••••Its nil a inns 1 Page 14 of 16 in HNC •//inr4rac(Tr-117/1n; /x17a nnlri in acnx 9/14/x(111 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Underground Sewer & Water Yakima Power Equipment Operators- Welder $50.39 7A1T 8P Underground Sewer & Water _Yakima Power Equipment Operators- Wheel Tractors, Farmall Type $47.12 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Yo Yo Pay Dozer $49.90 7A 1T 8P Underground Sewer Et Water Yakima Power Line Clearance Tree Journey Level In Charge $41.95 5A4A - Trimmers- Yakima Power Line Clearance Tree Spray Person $39.83 5A 4A Trimmers Yakima Power Line Clearance Tree Tree Equipment Operator $40.36 5A 4A Trimmers Yakima Power Line Clearance Tree Tree Trimmer $37.53 5A 4A Trimmers ;Yakima Power Line Clearance Tree Tree Trimmer Groundperson $28.35 5A 4A Trimmers Yakima Refrigeration & Air Journey Level $28.11 1 Conditioning Mechanics Yakima Residential Brick Mason Journey Level $29.00 1 Yakima Residential Carpenters Journey Level $17.14 1 Yakima Residential Cement Masons Journey Level $11.86 1 Yakima Residential Drywall Applicators Journey Level $18.00 1 ;Yakima Residential Drywall Tapers Journey Level $17.00 1 Yakima Residential Electricians Journey Level $21.98 1 Yakima Residential Glaziers Journey Level $22.43 61 1B ,Yakima Residential Insutation Journey Levet $14.38 1 Appticators Yakima Residential Laborers Journey Level $11.02 1 ;Yakima Residential Marbte Setters Journey Level $29.00 1 :Yakima Residential Painters Journey Level $16.32 1 'Yakima Residential Plumbers & Journey Level $20.55 1 Pipefitters ,Yakima Residential Refrigeration a Air Journey Level $28.11 1 Conditioning; Mechanics Yakima Residential Sheet Metal Journey Level (Field or Shop) $36.25 5A 1X Workers ,Yakima Residential Soft Floor Lavers Journey Level $17.55 1 Yakima Residential Sprinkler Fitters Journey Level $8.67 1 (Fire Protection) Yakima Residential Stone Masons Journey Level $16.00 1 ;Yakima Residential Terrazzo Workers Journey Level $8.67 1 Yakima Residential Terrazzo/Tile Journey Level $17.00 1 Finishers ;Yakima Residential Tile Setters Journey Level $16.78 1 Yakima Roofers Journey Level $12.00 1 ;Yakima Sheet Metal Workers Journey Level (Field or Shop) $49.76 5A 1X Yakima Shipbuilding Et Ship Repair Journey Levet $8.67 1 in HNC •//inr4rac(Tr-117/1n; /x17a nnlri in acnx 9/14/x(111 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Page 15 of 16 Yakima Sign Makers a Installers Journey Level $14.65 1 (Electrical) Yakima Sign Makers a Installers (Non- Journey Level $14.65 1 Electrical) GYakima Soft Floor Layers Journey Level $23.11 5A 1N iYakima Solar Controls For Windows Journey Level $8.67 1 1Yakima E Sprinkler Fitters (Fire Journey Level $26.36 1 Protection) 'Yakima I Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural) :Yakima Stone Masons Journey Level $40.03 5A 1M rYakima Street And Parking Lot Journey Level $8.67 1 Sweeper Workers sYakima 6 Surveyors Assistant Construction Site Surveyor $49.48 7A 1T8P ;Yakima Surveyors Chainman $48.96 7A 1T 8P Yakima Surveyors Construction Site Surveyor $50.39 7A 1T 8P /Yakima Telecommunication Journey Level $20.00 1 Technicians ;Yakima Telephone Line Construction - Cable Splicer $34.20. 5A 2B Outside Yakima Telephone Line Construction - Hole Digger/Ground Person $18.72 5A 2B Outside 'Yakima Telephone Line Construction - Installer (Repairer) $32.78 5A 2B Outside !Yakima t Telephone Line Construction - Special Aparatus Installer I $34.20 5A 2B Outside Yakima Telephone Line Construction - Special Apparatus Installer II $33.51 5A 213 Outside :Yakima Telephone Line Construction - Telephone Equipment Operator (Heavy) $34.21 5A 2B Outside "Yakima 1 Telephone Line Construction - Telephone Equipment Operator (Light) $31.81 5A 2B Outside ;Yakima 1 Telephone Line Construction - Telephone Lineperson $31.81 5A 2B Outside #Yakima Telephone Line Construction - Television Groundperson $18.16 5A 2B Outside Yakima i Telephone Line Construction - Television Lineperson/Installer $24.09 5A 2B Outside Yakima Telephone Line Construction - Television System Technician $28.72 5A 2B Outside Yakima Telephone Line Construction - Television Technician $25.81 5A 2B Outside 'Yakima Telephone Line Construction - Tree Trimmer $31.82 5A 2B Outside iYakima Terrazzo Workers Journey Level $31.90 5A 1M ;Yakima Tile Setters Journey Level $31.90 5A 1M 'Yakima Tile. Marble Et Terrazzo Journey Level $27.82 5A 1M Finishers 11 11 A Irl 11 , 1 Page 16 of 16 Yakima Traffic Control Stripers Journey Level $39.90 7A 1K Yakima Truck Drivers Asphalt Mix $14.19 1 `Yakima Truck Drivers Dump Truck E Trailer(c.wa- 760) $36.06 61 2G Yakima Truck Drivers Dump Truck(c.wa-760) $36.06 61 2G Yakima Truck Drivers Mixer Trucks $36.06 61 2G Yakima Truck Drivers Other Trucks(c.wa-760) $36.06 61 2G Yakima Well Drillers E Irrigation Pump Irrigation Pump Installer $25.44 1 Installers Yakima Welt Drillers Fs irrigation Pump Oiler $9.20 1 Installers Yakima Well Drillers 8 irrigation Pump Well Driller $18.00 1 Installers /..—,1i7, ,.,.t,,,.t,...., n /1 n /mini 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BENEFIT CODE KEY - EFFECTIVE 08-31-2011 THRU 03-02-2012 ***************************************x*************************************************************** ****CRs********* 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 -w SUNDAYSANDHOLIDAYS SIIALL 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 TFIE 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-IIALF 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 ONE AND 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. L. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. BENEFIT CODE KEY - EFFECTIVE 08-31-2011 THRU 03-02-2012 -2- 0 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. 1 Q THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10) HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. S. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL 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. T WORK PERFORMED IN EXCESS OF EIGHT (8) HOURS OF STRAIGHT TIME PER DAY, OR TEN (10) HOURS OF STRAIGHT TIME PER DAY WHEN FOUR TEN (1:0) 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 THE EMPLOYER SHALL HAVE THE SOLE DISCRETION TO ASSIGN OVERTIME WORK TO EMPLOYEES PRIMARY CONSIDERATION FOR OVERTIME WORK SHALL BE GIVEN TO EMPLOYEES REGULARLY ASSIGNED TO THE WORK TO BE PERFORMED ON OVERTIME SITUATIONS AFTER AN EMPLOYEE HAS WORKED EIGHT (8) HOURS AT AN APPLICABLE OVERTIME RATE, ALL ADDITIONAL HOURS SHALL BE AT THE APPLICABLE OVERTIME RATE UNTIL SUCH TIME AS THE EMPLOYEE HAS HAD A BREAK OF EIGHT (8) HOURS OR MORE U ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. V ALL HOURS WORKED ON 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 APROVAL ON A SCHEDULED WORKDAY DURING THE WORKWEEK SHALL BE PAID AT THE STRAIGHT -TIME RATE UNTIL THEY HAVE WORKED 8 HOURS IN A DAY (10 IN A 4 X 10 WORKWEEK) OR 40 HOURS DURING THAT WORKWEEK.) ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. BENEFIT CODE KEY - EFFECTIVE 08-31-2011 THRU 03-02-2012 -3- 1. Z ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID THE STRAIGHT TIME RATE OF PAY IN ADDITION TO HOLIDAY PAY 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. 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. K. .r.. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE T-TOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY 0 ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. "2. 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. I ALT, HOTTRS 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. Y ALL HOURS WORKED ON SATURDAYS (EXCEPT FOR MAKE-UP DAYS) 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. Z. ALL HOURS WORKED MONDAY THROUGH FRIDAY BETWEEN THE HOURS OF 6.00 P.M. AND 6.00 A.M. AND ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, EXCEPT FOR COMMERCIAL, OCCUPIED BUILDINGS WHERE FLOOR COVERING WORK CANNOT BE PERFORMED IN THE REGULAR DAYTIME HOURS DUE TO OCCUPANCY. FOR SUCH OCCUPIED, COMMERCIAL BUILDINGS; THE EMPLOYEE MAY AGREE TO WORK BETWEEN THE HOURS OF 6.00 PM TO 6.00 AM MONDAY THROUGH SATURDAY MORNING AT 6:00 AM AT AN OVERTIME PAY RATE OF 10% OVER THE STRAIGHT TIME RATE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 3 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 BENEFIT CODE KEY - EFFECTIVE 08-31-2011 THRU 03-02-2012 -4- 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. 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 ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS) SI -TALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED MONDAY TI-IROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND ITOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. :HOLIDAY CODES 5 A. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY; AND CHRISTMAS DAY (7). B HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY. LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8) C. HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) D HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). 1T I-IOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY; INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS (6) 1 HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY. AND CHRISTMAS DAY (6). .1 HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY; CHRISTMAS EVE DAY, AND CHRISTMAS DAY (7). K. HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY. THE DAY BEFORE CHRISTMAS, AND CHRISTM.AS DAY (9). L. HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) N HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9) 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 R. PAID HOLIDAYS' NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, ONE-HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7 1/2) 5 S PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (7). 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BENEFIT CODE KEY - EFFECTIVE 08-31-2011 THRU 03-02-2012 -5- T PAID HOLIDAYS. NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY BEFORE OR AFTER CHRISTMAS (9). V PAID HOLIDAYS SIX (6) PAID HOLIDAYS Z. HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). 6. A. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). E. PAID HOLIDAYS NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND A HALF-DAY ON CHRISTMAS EVE DAY. (9 1/2). G. PAID HOLIDAYS- NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND CHRISTMAS EVE DAY (11). H. PAID HOLIDAYS• NEW YEAR'S DAY, NEW YEAR'S EVE DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A FLOATING HOLIDAY (10). I. PAID HOLIDAYS• NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7) 6 Q. PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8). UNPAID HOLIDAY_ PRESIDENTS' DAY T PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE EAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). Z HOLIDAYS• NEW YEARS 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 WI-IICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY D. PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERAN'S DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). UNPAID HOLIDAYS: PRESIDENT'S DAY. ANY PAID HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY PAID HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY E. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). ANY HOLIDAY WHICH FALLS ON A BENEFIT CODE KEY - EFFECTIVE 08-31-2011 THRU 03-02-2012 -6- 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 HOLIDAYS NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY AND CHRISTMAS DAY (8) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY G. HOLIDAYS: NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY H. HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, INDEPENDENCE DAY, MEMORIAL DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY AND CHRISTMAS DAY (9). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY HOLIDAYS NEW YEAR'S DAY, PRESIDENT'S DAY, INDEPENDENCE DAY, MEMORIAL DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY AND CHRISTMAS DAY (9). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY 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 SI -TALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY L. HOLIDAYS NEW YEARS 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 PAID I-IOLIDAYS NEW YEAR'S DAY, THE DAY AFTER OR BEFORE NEW YEAR'S DAY, PRESIDENT'S DAY, MEMORIAL, DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY AFTER OR BEFORE CHRISTMAS DAY 10) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A I-IOLIDAY 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 0 PAID HOLIDAYS NEW YEAR'S DAY, THE DAY AFTER OR BEFORE NEW YEAR'S DAY, PRESIDENT'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER OR BEFORE CHRISTMAS DAY, AND THE EMPLOYEES BIRTHDAY 11). 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 P. Q 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 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 BENEFIT CODE KEY - EFFECTIVE 08-31-2011 THRU 03-02-2012 -7- NOTE CODES 8 A. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50' TO 100' - $2.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150' - $3 00 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 220' - $4 00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 220' - $5 00 PER FOOT FOR EACH FOOT OVER 220 FEET C. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50' TO 100' - $1 00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150' - $1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 200' - $2.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200' - DIVERS MAY NAME THEIR OWN PRICE D WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL 51 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. - 4,,,. 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 8. 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 Washington State Department of Labor and Industries Policy Statement (Regarding the Production of "Standard" or "Non-standard" Items) Below is the department's (State L&I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non-standard". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39 12 The production, in the State of Washington, of non-standard items is covered by RCW 39 12, and the production of standard items is not The production of any item outside the State of Washington is not covered by RCW 39 12 1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39 12 If not, go to question 3 3 Is the item fabricated in an assembly/fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39` 12 If n'ot, go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39 12 If yes, go to question 5 5 Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39 12 If yes, go to question 6 6 Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39 12 Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non -covered workers shall be directed to State L&I at (360) 902-5330. Supplemental to Wage Rates 1 08/31/2011 Edition, Published August, 2011 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non- standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non-standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L&I's policy statement. ITEM DESCRIPTION YES NO 1 Metal rectangular frames, solid metal covers, herringbone grates, and bi-directional vaned grates for Catch Basin Types 1, 1 L, 1 P, and 2 and Concrete Inlets. See Std Plans X 2 Metal circular frames (rings) and covers, circular grates, and prefabricated ladders for Manhole Types 1, 2, and 3, Drywell Types 1, 2, and 3 and Catch Basin Type 2 See Std. Plans X 3, Prefabricated steel grate supports and welded grates, metal frames and dual vaned grates, and Type 1, 2, and 3 structural tubing grates for Drop Inlets. See Std Plans. X 4. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter X 5. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. X X 6. Corrugated Steel Pipe - Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, 1 thru 5. 7. Corrugated Aluminum Pipe - Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, #5. X Supplemental to Wage Rates 08/31/2011 Edition, Published August, 2011 2 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION, YES NO 8 Anchor Bolts & Nuts - Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. See Contract Plans and Std Plans for size and material type. X 9 Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be in accordance with Section 9-28 14(3). X 10 Major Structural Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc., for bridges. X 11 Minor Structural Steel Fabrication - Fabrication of minor steel . Items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc , involving welding, cutting, punching and/or boring of holes See Contact Plans for item description and shop drawings X , 12 Aluminum Bridge Railing Type BP - Metal bridge railing conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in accordance with Section 9-28 14(3) X 13 Concrete Piling--Precast-Prestressed concrete piling for use as 55 and 70 ton concrete piling Concrete to conform to Section 9-19.1 of Std. Spec. X 14 Precast Manhole Types 1, 2, and 3 with cones, adjustment sections and flat top slabs See Std Plans X 15 Precast Drywell Types 1, 2, and with cones and adjustment Sections See Std. Plans. X 16. Precast Catch Basin - Catch Basin type 1, 1 L, 1P, and 2 With adjustment sections See Std Plans. X Supplemental to Wage Rates 08/31/2011 Edition, Published August, 2011 3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 17. Precast Concrete Inlet - with adjustment sections, See Std. Plans X 18 Precast Drop Inlet Type 1 and 2 with metal grate supports. See Std Plans X 19. Precast Grate Inlet Type 2 with extension and top units. See Std Plans X 20 Metal frames, vaned grates, and hoods for Combination Inlets. See Std. Plans X 21. Precast Concrete Utility Vaults - Precast Concrete utility vaults of various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction requirements. Shop drawings are to be provided for approval prior to casting X 22 Vault Risers - For use with Valve Vaults and Utilities Vaults. X 23. Valve Vault - For use with underground utilities. See Contract Plans for details. X 24. Precast Concrete Barrier - Precast Concrete Barrier for use as new barrier or may also be used as Temporary Concrete Barrier. Only new state approved barrier may be used as permanent barrier. X 25. Reinforced Earth Wall Panels — Reinforced Earth Wall Panels in size and shape as shown in the Plans. Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing. Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab X 26. Precast Concrete Walls - Precast Concrete Walls - tilt -up wall panel in size and shape as shown in Plans. Fabrication plant has annual approval for methods and materials to be used X Supplemental to Wage Rates 08/31/2011 Edition, Published August, 2011 4 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 27 Precast Railroad Crossings - Concrete Crossing Structure Slabs. X 28 12, 18 and 26 inch Standard Precast Prestressed Girder — Standard Precast Prestressed Girder for use in structures Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders See Std Spec Section 6-02 3(25)A X 29 Prestressed Concrete Girder Series 4-14 - Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std Spec Section 6-02.3(25)A X 30. Prestressed Tri -Beam Girder - Prestressed Tri -Beam Girders for use in structures Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders See Std Spec Section 6-02 3(25)A X 31 Prestressed Precast Hollow -Core Slab — Precast Prestressed Hollow -core slab for use in structures Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec Section 6-02 3(25)A. X 32 Prestressed -Bulb Tee Girder - Bulb Tee Prestressed Girder for use in structures Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02 3(25)A X 33 Monument Case and Cover See Std Plan. X Supplemental to Wage Rates 08/31/2011 Edition, Published August, 2011 5 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 34. Cantilever Sign Structure - Cantilever Sign Structure fabricated from steel tubing meeting AASHTO-M-183. See Std. Plans, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111 X 35. Mono -tube Sign Structures - Mono -tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for approval are required prior to fabrication. X 36. Steel Sign Bridges - Steel Sign Bridges fabricated from steel tubing meeting AASHTO-M-138 for Aluminum Alloys. See Std. Plans, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111. X 37 Steel Sign Post - Fabricated Steel Sign Posts as detailed in Std Plans. Shop drawings for approval are to be provided prior to fabrication X 38. Light Standard -Prestressed - Spun, prestressed, hollow concrete poles. X 39. Light Standards - Lighting Standards for use on highway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Plans See Specia Provisions for pre -approved drawings. X 40. Traffic Signal Standards - Traffic Signal Standards for use on highway and/or street signal systems. Standards to be fabricated to conform with methods and material as specified on Std Plans. See Special Provisions for pre -approved drawings X 41. Precast Concrete Sloped Mountable Curb (Single and DualFaced) See Std Plans. X Supplemental to Wage Rates 08/31/2011 Edition, Published August, 2011 6 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 42. Traffic Signs - Prior to approval of a Fabricator of Traffic Signs, the sources of the following materials must be submitted and approved for reflective sheeting, legend material, and aluminum sheeting. NOTE: *** Fabrication inspection required Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed X X Custom Message Std Signing Message 43 Cutting & bending reinforcing steel X 44. Guardrail components X X Custom End Sec Standard Sec 45. Aggregates/Cbricrete mixes Covered by . WAC 296-127-018 46. Asphalt Covered by WAC 296-127-018 47. Fiber fabrics X 48 Electrical wiring/components X 49 treated or untreated timber pile X 50. Girder pads (elastomeric bearing) X 51 Standard Dimension lumber X 52. Irrigation components X Supplemental to Wage Rates 08/31/2011 Edition, Published August, 2011 7 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 53. Fencing materials X 54. Guide Posts X 55 Traffic Buttons X 56. Epoxy X 57. Cribbing X 58. Water distribution materials X 59. Steel "H" piles X 60. Steel pipe for concrete pile casings X 61. Steel pile tips, standard X 62. Steel pile tips, custom X Supplemental to Wage Rates 8 08/31/2011 Edition, Published August, 2011 State of Washington Department of Labor and Industries Prevailing Wage Section - Telephone (360) 902 - PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key METAL FABRICATION (IN SHOP) EFFECTIVE 08/31/2011 Classification Code (See Benefit Code Key) Prevailing Overtime Holiday Wage Code Code Counties Covered ADAMS FITTER $12 76 LABORER $8 67 MACHINE OPERATOR $12 66 PAINTER $10.20 1 1 1 1 Counties Covered. ASOTIN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, KITTITAS LINCOLN, OKANOGAN, PEND ORIELLE, STEVENS, WALLA WALLA AND WHITMAN FITTER $12 76 1 LABORER $8 67 1 MACHINE OPERATOR $12 66 1 PAINTER $10.20 1 WELDER $12 76 1 Counties Covered BENTON MACHINE OPERATOR $10 53 1 PAINTER $9 76 1 WELDER $16 70 1 1 Counties Covered CHELAN FITTER $15 04 1 LABORER $9 54 1 MACHINE OPERATOR $9 71 1 PAINTER $9 93 1 WELDER $12.24 1 Supplemental to Wage Rates 9 08/31/2011 Edition, Published August, 2011 Classification Code METAL FABRICATION (IN SHOP) EFFECTIVE 08/31/2011 (See Benefit Code Key) Prevailing Overtime Holiday Wage Code Code Counties Covered CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, LEWIS, MASON, PACIFIC SAN JUAN AND SKAGIT FITTERNVELDER $15 16 1 LABORER $11 13 1 MACHINE OPERATOR $10 66 1 PAINTER $11 41 1 Counties Covered. CLARK FITTER $31 77 1E 6H LABORER $21 91 1E 6H LAYEROUT $31 47 1E 6H MACHINE OPERATOR $31 47 1E 6H PAINTER $28 01 1E 6H WELDER $29 59 1 E 6H Counties Covered COWLITZ MACHINE OPERATOR $25 33 1B 2S FITTER $25 33 1B 2S WELDER $25 33 1B 2S FITTERNVELDER PAINTER Counties Covered GRANT $10 79 1 $8 67 1 Counties Covered. KING FITTER $15 86 1 LABORER $9 78 1 MACHINE OPERATOR $13 04 1 PAINTER $11.10 1 WELDER $15 48 Supplemental to Wage Rates 10 08/31/2011 Edition, Published August, 2011 Classification Code METAL FABRICATION (IN SHOP) EFFECTIVE 08/31/2011 (See Benefit Code Key) Prevailing Overtime Holiday Wage Code Code Counties Covered KITSAP FITTER $26 96 1 LABORER $8 67 1 MACHINE OPERATOR $13 83 1 WELDER $13 83 1 Counties Covered KLICKITAT, SKAMANIA, WAHKIAKUM FITTER $16 99 1 LABORER $10 44 1 MACHINE OPERATOR $17.21 1 PAINTER $17 03 1 WELDER $16 99 1 Counties Covered PIERCE FITTER $15.25 1 LABORER $10 32 1 MACHINE OPERATOR $13 98 1 WELDER $13 98 1 Counties Covered SNOHOMISH FITTERNVELDER $15 38 1 LABORER $9 79 1 MACHINE OPERATOR $8 84 1 PAINTER $9 98 1 Counties Covered SPOKANE FITTER $12.59 1 LABORER $8 67 1 MACHINE OPERATOR $13 26 1 PAINTER $10 27 1 WELDER $10 80 1 Supplemental to Wage Rates 11 08/31/2011 Edition, Published August, 2011 Classification Code METAL FABRICATION (IN SHOP) EFFECTIVE 08/31/2011 (See Benefit Code Key) Prevailing Overtime Holiday Wage Code Code Counties Covered• THURSTON FITTER $27.10 2U 6T LABORER $16 91 2U 6T LAYEROUT $30 63 2U 6T MACHINE OPERATOR $20 86 2U 6T WELDER $24 74 2U 6T Counties Covered: WHATCOM FITTERNVELDER $13.81 1 LABORER $9.00 1 MACHINE OPERATOR $13 81 1 Counties Covered YAKIMA FITTER $12.00 1 LABORER $10 31 1 MACHINE OPERATOR $11 32 1 PAINTER $12.00 1 WELDER $11 32 1 Supplemental to Wage Rates 12 08/31/2011 Edition, Published August, 2011 FABRICATED PRECAST CONCRETE PRODUCTS EFFECTIVE 08/31/2011 Classification Code (See Benefit Code Key) Prevailing Overtime Holiday Wage Code Code Counties Covered. ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, WALLA WALLA AND WHITMAN JOURNEY LEVEL JOURNEY LEVEL $9 96 1 Counties Covered CHELAN, KITTITAS, KLICKITAT AND SKAMANIA 8 67 1 Counties Covered CLALLAM, CLARK, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KITSAP,LEWIS, MASON, PACIFIC, SAN JUAN; SKAGIT, SNOHOMISH, THURSTON AND WAHKIAKUM JOURNEY LEVEL JOURNEY LEVEL ALL CLASSIFICATIONS JOURNEY LEVEL JOURNEY LEVEL JOURNEY LEVEL CRAFTSMAN JOURNEY LEVEL $13 50 1 Counties Covered FRANKLIN $11 50 1 Counties Covered KING $13 85 2K 5B Counties Covered PIERCE $9 28 1 Counties Covered SPOKANE $20.23 1 Counties Covered WHATCOM $13 67 1 Counties Covered YAKIMA $8 72 1 $8 67 1 Supplemental to Wage Rates 13 08/31/2011 Edition, Published August, 2011 WSDOT's List of State Occupations not applicable to Heavy and Highway Construction Projects This project is subject to the state hourly minimum rates for wages and fringe benefits in the contract provisions, as provided by the state Department of Labor and Industries. The following list of occupations, is comprised of those occupations that are not normally used in the construction of heavy and highway projects. When considering job classifications for use and / or payment when bidding on, or building heavy and highway construction projects for, or administered by WSDOT, these Occupations will be excepted from the included "Washington State Prevailing Wage Rates For Public Work Contracts" documents. • Electrical Fixture Maintenance Workers • Electricians - Motor Shop • Heating Equipment Mechanics • Industrial Engine and Machine Mechanics • Industrial Power Vacuum Cleaners • Inspection, Cleaning, Sealing of Water Systems by Remote Control • Laborers - Underground Sewer & Water • Machinists (Hydroelectric Site Work) .. • ..; „ • Modular Buildings • Playground & Park Equipment Installers • Power Equipment Operators - Underground Sewer & Water • Residential ***ALL ASSOCIATED RATES *** • Sign Makers and Installers (Non -Electrical) • Sign Makers and Installers (Electrical) • Stage Rigging Mechanics (Non Structural) The following occupations may be used only as outlined in the preceding text concerning "WSDOT's list for Suppliers - Manufacturers - Fabricators" • Fabricated Precast Concrete Products • Metal Fabrication (In Shop) Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296-127. Supplemental to Wage Rates 14 08/31/2011 Edition, Published August, 2011 Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) WAC 296-127-018 Agency filings affecting this section Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials. (1) The materials covered under this section include but are not limited to Sand, gravel, crushed rock, concrete, asphalt, or other similar materials (2) All workers, regardless of by whom employed, are subject to the provisions of chapter 39.12 RCW when they perform any or all of the following functions (a) They deliver or discharge any of the above -listed materials to a public works project site (i) At one or more point(s) directly upon the location where the material will be incorporated into the project; or " (ii) At multiple points at the project; or (iii) Adjacent to the location and coordinated with the incorporation of those materials. (b) They wait at or near a public works project site to perform any tasks subject to this section of the rule. (c) They remove any materials from a public works construction site pursuant to contract requirements or specifications (e g , excavated materials, materials from demolished structures, clean-up materials, etc ) (d) They work in a materials production facility (e g , batch plant, borrow pit, rock quarry, etc ,) which is established for a public works project for the specific, but not necessarily exclusive, purpose of supplying materials for the project. (e) They deliver concrete to a public works site regardless of the method of incorporation. (f) They assist or participate in the incorporation of any materials into the public works project. Supplemental to Wage Rates 15 08/31/2011 Edition, Published August, 2011 (3) All travel time that relates to the work covered under subsection (2) of this section requires the payment of prevailing wages. Travel time includes time spent waiting to Toad, loading, transporting, waiting to unload, and delivering materials. Travel time would include all time spent in travel in support of a public works project whether the vehicle is empty or full For example, travel time spent returning to a supply source to obtain another load of material for use on a public works site or returning to the public works site to obtain another load of excavated material is time spent in travel that is subject to prevailing wage. Travel to a supply source, including travel from a public works site, to obtain materials for use on a private project would not be travel subject to the prevailing wage (4) Workers are not subject to the provisions of chapter 39.12 RCW when they deliver materials to a stockpile (a) A "stockpile" is defined as materials delivered to a pile located away from the site of incorporation such that the stockpiled materials must be physically moved from the stockpile and transported to another location on the project site in order to be incorporated into the project. (b) A stockpile does not include any of the functions described in subsection (2)(a) through (f) of this section;. nor does a stockpile include materials delivered or distributed - to multiple locations upon the project site; nor does a stockpile include materials dumped at the place of incorporation, or adjacent to the location and coordinated with the incorporation. (5) The applicable prevailing wage rate shall be determined by the locality in which the work is performed. Workers subject to subsection (2)(d) of this section, who produce such materials at an off-site facility shall be paid the applicable prevailing wage rates for the county in which the off-site facility is located Workers subject to subsection (2) of this section, who deliver such materials to a public works project site shall be paid the applicable prevailing wage rates for the county in which the public works project is located. [Statutory Authority: Chapter 39.12 RCW, RCW 43 22.051 and 43 22.270. 08-24-101, § 296-127-018, filed 12/2/08, effective 1/2/09. Statutory Authority* Chapters 39 04 and 39.12 RCW and RCW 43.22.270. 92-01-104 and 92-08-101, § 296-127-018, filed 12/18/91 and 4/1/92, effective 8/31/92.] Supplemental to Wage Rates 16 08/31/2011 Edition, Published August, 2011 PROPOSAL PROPOSAL To the City Clerk Yakima, Washington This certifies that the undersigned has examined the location of: City of Yakima CARRIAGE HILLS PUMP STATION DECOMMISSIONING GRAVITY OUTFALL SEWER EXTENSION City Project No. 2234 and that the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, is understood. The undersigned hereby proposes to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available in accordance with the said plans, specifications and contract, and the following schedule of rates and prices. NOTE. Unit prices for all items, all extensions, and total amount of bid, shall be shown, and be written in ink or typed. Show unit prices in figures only. Figures written to the right of the dot (decimal) in the dollars column shall be considered as cents. 95 ITEM PROPOSAL BII) SHEET City of Yakima CARRIAGE HILLS PUP STATION DECOMMISSIONING GRAVITY OUTFALL SEWER EXTENSION City Project No. 2234 Z3245 ITEM NO. PROPOSAL ITEM PAYMENT SECTION QTY IJNI'I UNIT PRICE DOLLARS AMOUNT DOLLARS 1 MOI3I1.ILA PION 1-09 7 1 is 24:lGri -r ZA-�-- 2 STEEL CASINGPIPE, 24 IN DIAM. 7-08.5 50 1 P - qo7 w NS,3SO ' PVC SANITARY SEWER PIPE, 12 IN DIAM. 7-17.5 7-17.5 $5 Li '9 g, 22.4- 4 MANI IOLE 48 IN DIAM., TYPE I 7-05.5 1 I;ACYj d. a.., 2ae8 ' 5 T CONNECION TO DRAINAGE smucTuRi 7-05.5 I EA 4 3S0 �. Z,3 Sa 6 REPAIR OR REPLACEMENT 8-10.5 1 FA $5,000 $5,000 TOTA L Y lOs , / Z Addendum 1 Subtotal: 924 Sales Tax (8.2%): .5•YO& Total: '7/, 330 Page 3 of 4 10/4/11 BID BOND FORM Herewith find deposit in the form of a certified check, cashiers check, or cash in the amount of which amount is not less than. five percent of the total bid. Sign Here BID BOND KNOW ALL MEN BY THESE PRESENTS: That We, Ken Leingang Excavating, Incas principal, and North American Specialty Insurance Company, as Surety, are held and firmly bound unto the City of Yakima, as Obligee, in the penal sum ofFive Percent (S%) of Total Amt BidD011aIs, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, lomtly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal forCarriage Hills Pump Station Decommissioning Gravity Outfall* , according to the terms of the proposal or bid made by the Principal therefore, and the Principal shall duly make and enter into a contract with the Obligee m accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surcty or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified ui the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. *Sewer Extension, City Project No 2234 SIGNED, SEALED AND DATED THIS 6th DAY OF October Lein ang Excavati�nc Principal North Fyrperican_Specialty Insurance Company 20 11 Surety Lillian Tse, Attorney in Fact Receivedreturn of deposit m the sum of $ 99 , 20 ) NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN 13Y THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, Ncw Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws ofthe State of New Hampshire and having its principal office in the City of Schaumburg, Illinois. each does hereby make, constitute and appoint. STUART A O'FARRELL, KAREN P DEVER, SUSAN 13 LARSON, LILLIAN TSE, SCOTT FISHER, JILL A. BOYLE,❑ ❑ DEANNA M. MEYER, BENJAMIN L. WOLFE, ELIZABETH R. HAHN, JANA M. ROY and SCOTT McGILVRAY JOINTLY OR SEVERALLY Its true and lawful Attorney(s)-in-Fact, to slake, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies. as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of FIFTY MILLION (S50,000,000 00) DOLLARS This Power of'Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 241h of March. 2000 - "RESOLVED. that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President. any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds. undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company: and it is FURTHER RESOLVED. that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate hearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." By Steven N Anderson, President & Chief Executive Officer of N ashington International Insurance Company & Senior ' ice President of North American Specialty Insurance Company --- B f David SI. Layman, Senior Vire President of Washington International Insurance Company & Vice President of Ninth American Specialty Insurance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to he hereunto affixed, and these presents to he signed by their authorized officers this 15th day of September 20 1 1 State of Illinois County of'Cook ss: North American Specialty Insurance Company Washington International insurance Company On this 15th day of September 20 1 1 . before me. a Notary Public personally appeared Steven P. Anderson . President and CEO of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M Layman , Senior Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me. who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. OFFICIAL SEAL O JILL NELSON NOTARY PUBLIC • STATE OF ILLINOIS MY COMMSSION EXPIRES:OB/03112 D Jill Nelson, Notary Public 1. James A. Carpenter , the duly elected Assistant Secre ary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF. 1 have set my hand and affixed the seals of the Companies this 6th day of October , 20 11 James A Carpenter. Vice President & Assistant Secretars of Washington intemanonal Insurance Compam & North American Specially Insurance Compans NON -COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding m connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report bid rigging activities call: I -800-424-9071 The U.S. Depaltnient of Transportation (USDOT) operates the above toll-free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., Eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. 101 NON-DISCRIMINATION PROVISION During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated durmg employment, without regard to their race, color, religion, sex or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination, rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. *(2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin. *(3) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under Section 202 of Executive Order No 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. "(4) The contractor will comply with all provisions of Executive Order No. 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor *(5) The contractor will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, and by the rules regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. "(6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any such rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of September 24, 1965, and such other sanctions may be imposed and remedies involved as provided in Executive Order No 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. "(7) The contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders 01 the Secretary of Labor issued pursuant to Section 204 of Executive Order No 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor The contractor will take such action with respect to any subcontract or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance Provided however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States." 102 WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY It is the policy of the City of Yakima that women and minority business enterprises shall have the maximum opportunity to participate in the performance of work relating to the City's activities. To this end, the City is committed to take all necessary and reasonable steps in accordance with state and federal rules and regulations to ensure women and minority business enterprises the maximum opportunity to compete for and to perform contracts. In order to enhance opportunities for women and minority businesses to participate in certain contractor opportunities with the City of Yakima, and as a recipient of federal and state financial assistance, the City is committed to a women and minority business enterprise utilization program. The City is determined to maximize women and minority business opportunities through participation in the competitive bidding process through women and minority business enterprise affirmative action programs administratively established by the City Manager and monitored and implemented in accordance with state and federal rules and regulations. All women and minority business enterprise programs shall include specific goals for participation of women and minority businesses in City projects of at least ten percent (10%) of the total dollar value of City contract over $10,000. Goals shall be reviewed and updated annually by the City Manager for applicability and to ensure that the intent of this policy is accomplished. This statement of policy will be widely disseminated to all managers, supervisors, minorities and women employed by the City of Yakima as well as to contractors, vendors, suppliers, minorities and women who may seek the City's procurement and construction contracts related to the women and minority business enterpnse programs. Contractors associations will be made aware of construction projects affected by this policy through all available avenues to assure that plans/specifications, bid forms, and invitations to bid are as widely distributed as possible. 103 RESOLUTION NO. D - 4 8 1 6 A RESOLUTION adopting a "Women And Minority Business Enterprise Policy" for the City of Yakima. WHEREAS, the City of Yakima is the recipient of federal and state assistance which assistance carries with it the obli- gation of contracting with Women And Minority Business Enter- prises for the performance of public works, and WHEREAS, it is the intention of the City of Yakima that Women And Minority Business Enterprises shall have the maximum practicable opportunity to participate in the performance of such public works, and WHEREAS, the City of Yakima is determined to maximize Women And Minority Business Enterprise opportunities for parti- cipation in its competitive bidding process through the adoption of the "Women And Minority Business Enterprise Policy" statement attached hereto, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Council hereby adopts the "Women And Minority Business Enterprise Policy", a copy of which is attached hereto and by reference made a part hereof. �Q ADOPTED BY THE CITY COUNCIL this. 4 Lh day of 1983. ATTEST: 7 - City Clerk 104 NA c)., Mayor AFFIRMATIVE ACTION PLAN The bidders, contractors and subcontractors will not be eligible for award of a contract under this Advertisement for Bids unless it certifies as prescribed, that it adopts the mimmum goals and timetable of minority and women workforce utilization and specific affirmative action steps as set forth by the City of Yakima, This is directed at increasing minonty and women workforce utilization by means of applying good faith efforts to carrying out such steps. However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet its goals within its timetables, but such contractor shall be given the opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified by the City of Yakima, and has made every good faith effort to make these steps work toward the attainment of its goals, all to the purpose of expanding minority and women workforce utilization on all of its projects in the City of Yakima, Washington. In all cases, the compliance of a bidder, contractor or subcontractor will be determined in accordance with its respective obligations under the terms of these Bid Conditions. All bidders and all contractors and subcontractors performing or to perform work on projects subject to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the terms and requirements of these Bid Conditions, including the provisions relating to goals of minority and women employment and training. Specific Affirmative Action Steps Bidders, contractors and subcontractors subject to this contract must engage in affirmative action directed at increasing minority and women workforce utilization, which is at least as extensive and as specific as the following steps: a. The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response. b. The contractor shall maintain a file of the names and addresses of each minority and women worker referred to him and what action was taken with respect to each such referred worker, and if the worker was not employed, the reasons therefore. If such worker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefore. c. The contractor shall promptly notify the City of Yakima Engineering Division an Contract Compliance Officer when the union or unions with whom the contractor has collective bargaining agreement has not referred to the contractor a minority or woman worker sent by the contractor or the contractor has other information that the union referral process has impeded him in his efforts to meet his goal. d. The contractor shall participate in training programs in the area, especially those funded by the Depai tinent of Labor. e. The contractor shall disseminate his EEO policy within his own organization by including it in any policy manual; by publicizing it in company newspapers, annual reports, etc., by conducting staff, employee and union representatives' meetings to explain and discuss the policy; by posting of the policy; and by specific review of the policy with minority employees. f. The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources; by advertising in news media, specifically including minority news media; and by notifying and discussing it with all subcontractors and suppliers. g. The contractor shall make specific efforts and constant personal (both written and oral) recruitment efforts directed at all minority or women organizations, schools with minority students, minority 105 recruitment organizations and mmonty training organizations, within the contractor's recruitment areas. h. The contractor shall make specific efforts to encourage present minority employees to recruit their friends and relatives. 1. The contractor shall validate all man specifications; selection requirements, tests, etc. J The contractor shall make every effort to promote after school, summer and vacation employment to minority youth. k. The contractor shall develop on-the-job training opportunities and participate and assist in any association or employer group training programs relevant to the contractor's employee needs consistent with its obligations under this bid. 1. The contractor shall continually inventory and evaluate all minority and women personnel for promotion opportunities and encourage minority and women employees to seek such opportunities. m. The contractor shall make sure that seniority practices, job classifications, etc., do not have a discriminatory effect. n. The contractor shall make certain that all facilities and company activities are non -segregated. o The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carred out. p. The contractor shall solicit bids for subcontracts from available minority and women subcontractors, engaged in the trades covered by these Bid Conditions, including circulation of minority and women contractor associations. q. Non cooperation. In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreements, the contractor shall, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex or national origin, making full efforts to obtam qualified and/or qualifiable minorities and women. (The U.S Department of Labor has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority or women employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246 and 23 CFR Part 230 as amended, and the Standard Specifications, such contractor shall immediately notify the City of Yakima Engineering Department or the City of Yakima Compliance Officer. 106 BIDDERS CERTIFICATION A bidder will not be eligible for award of a contract under this invitation for bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract. VE - Cei�yAi LKCF� t'P T�M(1 _LK! C. (BIDDER) certifies that: 1. It intends to use the following listed construction trades in the work under the contract L xe-a.vok-'rocr—1 "Oce 4(.061)T -et IL and; as to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non-federal) m the Yakima, Washington area subject to these Bid Conditions, those trades being: and; 2. It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any sub -contract under this contract the Subcontractor Certification required by these Bid Conditions. (Signature of Autho + ed Repr= entative of Bidder) Materially and Responsiveness The certification required to be made by the bidder pursuant to these Bid Conditions is material, and will govern the bidder's performance on the project and will be made a part of his bid. Failure to submit the certification will render the bid non responsive Compliance and Enforcement Contractors are responsible for informing their subcontractor (regardless of tier) as to their respective obligations under the conditions of the contract here (as applicable). Bidders, contractors and subcontractors hereby agree to refrain from entering into any contract or contract modification subject to Executive Order 11246, as amended on September 24, 1965, with a contractor debarred from, or who is determined not to be a responsible' bidder for, government contracts and federally assisted construction contracts pursuant to Executive Order. The bidder, contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal opportunity clause including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered by the administering agency, the contracting agency or the Office of Federal Contract Compliance pursuant to the Executive Order. Any bidder, or contractor or subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in non-compliance with these Bid Conditions and Executive Order 11246, as amended. Nothing herein is intended to relieve any contractor or subcontractor during the term of its contract on this project from compliance with Executive Order 11246, as amended, and the Equal Opportunity Clause of its contract. Violation of any substantial requirement in the affirmative action plan by a contractor or subcontractor covered by these Bid Conditions including the failure of such contractor or subcontractor to make a good faith effort to meet it fair share of the trade's goals of minority and women workforce utilization, and shall be grounds for imposition of the sanctions and penalties provided at Section 209 (a) of Executive Order 11246, as amended. Each agency shall review its contractors' and subcontractors' employment practices during the performance of the contract. If the agency determines that the affirmative action plan no longer represents effective affirmative action, it shall so notify the Office of Federal Contract Compliance which shall be solely responsible for any final determination of that question and the Consequences thereof. In regard to these conditions, if the contractor or subcontractor meets its goals or if the contractor or subcontractor can demonstrate that it has made every good faith effort to meet those goals, the contractor of the subcontractor shall be presumed to be in compliance with Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions and no formal sanctions or proceedings leading toward sanctions shall be instituted unless the agency otherwise determines that the contractor or subcontractor is not providing equal employment opportunities. In judging whether a contractor or subcontractor has met its goals, the agency will consider each contractors or subcontractor's minority and women workforce utilization and will not take into consideration the minority and women workforce utilization of its subcontractors. Where the agency finds that the contractor or subcontractor has failed to comply with the requirement of Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions, the agency shall take such action and impose such sanctions as may be appropriate under Executive Order and the regulations. When the agency proceeds with such formal action, it has the burden of proving that the contractor has not met the requirements of these Bid Conditions, but the contractor's failure to meet his goals shall shift to him the requirement to come forward with evidence to show that he has met the "good faith" requirements of these Bid Conditions by instituting at least the Specific Affirmative Action steps listed above and by making every good faith effort to make those steps work toward the attainment of its goals within its timetables. The pendency of such formal proceedings shall be taken into consideration by Federal agencies m determining whether such contractor or Subcontractor can comply with the requirements of Executive Order 11246, as amended, and is therefore a "responsible prospective contractor" within the meaning of the Federal Procurement Regulations. It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority and women employees. 109 The procedures set forth in these conditions shall not apply to any contract when the head of the contracting or administering agency determines that such contract is essential to the national security and that its award without followmg such procedures is necessary to the national security Upon making such a determination, the agency head will notify, in writing, the Director of the Office of Federal Contractor Compliance within thirty days. Requests for exemptions from these Bid Conditions must be made in wnting, with Justification, to the. Director Office of Federal Contractor Compliance U.S. Department of Labor Washington, D.C. 20210 and shall be forwarded through and with the endorsement of the agency head. Contractors and subcontractors must keep such records and file such reports relating to the provisions of these Bid Conditions as shall be required by the contractmg or administering agency or the Office of Federal Contractor Compliance. 110 PROPOSAL CARRIAGE HILLS PUMP STATION DECOMMISSIONING GRAVITY OUTFALL SEWER EXTENSION City Project No. 2328 The bidder is hereby advised that by signature of this proposal he/she is deemed 10 have acknowledged all requirements and signed all curt ilicates contained herein. A proposal guaranty in an amount of live percent (5%) of the total bid, based upon the approximate estimate of quantities a the above prices and in the form as indicated below. is attached hereto. CASH IN THE AMOUNT OF CASHIER'S CIIECK DOLLARS CERTIFIED CHECK ($ ) PAYABLE TO THE STATE TREASURER IN THE AMOUNT OF 5% OF THE BID PROPOSAL BOND ** Receipt is hereby acknowledged of addendum(s) Nu.(s) 1 SIGNATURE OF AUTHORIZED OFFIC(AL(s) PROPOSAL MUST BE SIGNED--+ 5�s-ssa�7 Pl-IONL NUMBER FIRM NAME /C.--4-"-//GEA/409-.vim, axe, z,ve. (ADRESS) / /17 /1/o, 277.‘ 4vv /4&//I/!4 v ffe. 9.e z STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER KEN (.£E Zo 10D 1g1/1/11 '121214131 Note. FEDERAL Ill No. WA STATE EMPLOYMENT SECURITY REFERENCE NO. 47'9155a' - 0- (I ) (1) This proposal form is not transferable and any alteration of the firm's name entered hereon without prior permission from the Secretary of Transportation will he cause for considering the proposal irregular and subsequent rejection of the hid. (2) Please refer to section l-02.6 of the standard specifications. re: "Preparation of Proposal." or "Article 4" of the Instructions w Binders for building construction. jobs. (3) Should it he necessary to modify this proposal either in writing or by electronic means. please make reference to the following proposal number in your communication. Addendum 1 Pace 4 of 4 I0/4.'I1 BIDDER'S CHECK LIST The bidder's attention is especially called to the following forms, which must be executed, as required, and submitted on the form purchased from the City and bound in the Contract Documents: A. PROPOSAL The unit prices, extensions and total amounts bid must be shown in the spaces provided. B. BID BOND ACCOMPANYING BID This Bid Bond form is to be executed by the bidder and the surety company unless bid is accompanied by a certified check. The amount of this bond shall be not less than 5% of the total amount bid and may be shown in dollars or on a percentage basis. C. SUBCONTRACTOR LIST (required for contracts greater than $1,000,000) The form must be filled in for the specific trades listed. Failure to provide a complete subcontractor list at time of bid WILL NOT render the bid non-responsive, except for specific trades listed. D. BIDDER'S CERTIFICATION E. PROPOSAL SIGNATURE SHEET Must be filled in and signed by the bidder. The following forms are to be executed after the contract is awarded: A. CONTRACT This agreement is to be executed by the successful bidder. B. PERFORMANCE BOND To be executed by the successful bidder and his/her surety company. C. CERTIFICATE OF INSURANCE Refer to attached Informational Certificate of Insurance and Additional Insured Endorsement. Also refer to Section 1-07.18 (APWA) of the Standard Specifications and Special Provisions. 113 The City of Yakima supports the Federal Immigration, Reform and Control Act of 1986, as amended. The City requires that all contractors or business entities that contract with the City for the award of any City contract for public works in excess of Five Thousand Dollars ($5,000), or any other city contract in excess of Two Thousand Five Hundred Dollars ($2,500), enroll in the E -Verify program or its successor, and thereafter to verify its employees' proof of citizenship and authorization to work in the United States. E -Verify will be used for newly hired employees during the term of the contract ONLY: it is NOT to be used for existing employees. The Contractor must remain enrolled in the program for the duration of the contract and be responsible for verification of every applicable subcontractor. The contractor shall sign and return with their bid response the E -Verify Declaration below. Failure to do so may be cause for rejection of bid. E -VERIFY COMPLIANCE DECLARATION The undersigned declares, under penalty of perjury under the laws of Washington State that: 1. By submitting this Declaration, I certify that I do not and will not, during the performance of this contract, employ illegal alien workers, or otherwise violate the provisions of the Federal Immigration Reform and Control Act of 1986. 2. I agree to enroll in E -Verify prior to the start date of any contract issued by the City of Yakima to ensure that my workforce is legal to work in the United States of America. I agree to use E -Verify for all newly hired employees during the length of the contract. 3. I certify that I am duly authorized to sign this declaration on behalf of my company. 4. I acknowledge that the City of Yakima reserves the right to require evidence of enrollment of the E -Verify program at any time and that non-compliance could lead to suspension of this contract. Firm Name: VEL (-E i MG q xC-- �.1--C Dated this day of Ce, , 20 i( Signature: Printed Name: (��7 - -/ Ger,u4,1--"/ ?hone#: ��5 =SSo7 Email ail Address: da" -'"'e' Gt<Gei.?C• cow Homeland Security'Web dress h t`� vv s ��'e�1 Q i5 it l .%%\h,� V+'.�;`l� Completed declarations can be malted to City of Yakima Purchasm;_ 129 No Street, Yakima, WA 95901, faxed to 509-576-6394 or scanned and emaileO to so«n]by(a c, , PLANS AND DETAILS 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 B PLAN VIEW PLACE MANHOLE OPENING OVER STEPS 6' AND OVER NOTES: 1 PRECAST ADJUSTMENT SECTIONS SHALL BE LEVELED WITH GROUT ONLY SECTIONS SHALL BE FINISH GROUTED INSIDE AND OUT AND SHALL BE INSPECTED BY THE CITY ENGINEER PRIOR TO BACKFILL. NO WOOD SHIMS SHALL BE ALLOWED. 2. PIPES TO BE GROUTED IN PLACE. GROUT SHALL BE NON -GYPSUM TYPE GROUT AS APPROVED BY THE CITY ENGINEER. 3. NO PRIVATE LINE CONNECTIONS SHALL BE MADE INTO MANHOLES. 4 BASE IS TO BE CAST -IN-PLACE UTILIZING CL 4000 CONCRETE. SECTION A -A SECTION B -B CAST-IRON FRAME & COVER PER SPECIFICATIONS ADJUSTMENT SECTION(S) SHALL BE GROUTED PRECAST ECCENTRIC CONE SECTION PRECAST SECTION PRECAST SECTION BASE 0.10' DROP IN CHANNELS ACROSS MANHOLE City Of Yakima Engineering Division 129 North Second Street Yakima, Washington City of Yakima - Standard Detail SANITARY SEWER MANHOLE S1 NOT TO SCALE Revision 05-2010 CITY OF YAKIMA - WASTEWATER DIVISION CARRIAGE HILLS PUMP STATION DECOMMISSIONING GRAVITY OUTFALL SEWER EXTENSION CONCRETE FlIJET 8Y OTHERS ELEV 1244.5' E% MET NELL CENTERING DEVICE BY CALPICO INC OR APPROVED EQUAL AT 6'* SPACING (2 PER PIPE LENGTH) 24 STEEL CASING. 1/4' WICK REMOVABLE PVC PLUG 12!7.25' BTM EX MET WELL 3/e MARINE PLYWOOD SEAT PIPE IN PLACE W1111 NON -SHRINK GROUT OR RUBBER SEAL PUMP SUCTION PIPE TO BE ABANDONED IN PLACE: PLUG W1T4 CONCRETE (NOT IN CONTRACT) WET WELL CONNECTION NO SCALE YAKIMA, WASHINGTON INSTALL SEALS AT BORT END OF PIPE AS MANUFACTURED BY CALPICO INC OR APPROVED EQUAL. LEGEND EXISTING FEATURES PROPOSED FEATURES SANITARY SEWER STORM DRAIN -•— OVERHEAD POWER FENCE PROPERTY/RIGHT OF WAY UNE SEWER PIPE BLOCKING NO SCALE PREPARED FOR SD ® MH STORM DRAIN MANHOLE -0- POWER POLE GUY 1' CONTOURS 5 CONTOURS L-1 CONCRETE CENTERING DEVICE BY CALPICO INC OR APPROVED EQUAL • SANITARY SEWER SEWER MANHOLE A ) M 1O 111101 A -A 16110.11 M AR MANHCRE DWAQ bW QTY Of Y/ MA - STANDARD ORM 1 SEMIS AWl1DTE 1 51 CITY OF YAKIMA, WASTEWATER DIVISION 2220 EAST VIOLA AVENUE, YAKIMA, WASHINGTON 98901 (509) 575-6077 VICINITY MAP NO SCALE SHEET INDEX SHEET 1 • COVER SHEET & DETAILS SHEET 2 - PLAN & PROFILE ikl.......... TBM SET ON PP /151200. 60d SET ON NORTH SIDE OF POLE HAVING AN ELEVATION OF 1267.00' g-0-11 REVISED DRAWING O W®i0®E8 DOIAMMG DATED OW -28-D PLSA ENGINEERING -SURVEYING -PLANNING 1120 WEST LINCOLN YAKIMA, WASHINGTON (509) 575-6990 PLSA JOB NO. 09206 DATE. 09-22-10 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1280 1275 1270 1265 1260 1255 1250 1245 1240 1235 1230 PARCEL NO. 181315-32493 D z' -5 CHAINUNK FENCE -BARK PLANTER- __ _ - `91"60 PARCEL NO. 181315-32494 WOOD FENCE -LAWN- 5 CHAINLINK� FENCE -PIAN TERM- / DE -WEA. 6' coNC EDGE / ' TEA/ PARCEL N0. 181315-32495 7.7 • 1E\ 5 CHAINUNK FENCE W5 0 10 GRAVEL+ CITYOFYAKIMA e Gu IBM SET ON PP /15 200 60d SET ON NORTH 900 OF POLE. ELEV 1267 00' 181315-32495 —PLANIEP- PARCEL NO. 181315-33466 20 FEET SCALE 1' = 10' Hertz. 1' = 5 Vert. `5' BOARD FENCE ,rso POLE W/LOCKED CONTROL PANEL -PLANTER- - _t PARCEL NO. 181315-33479 SD -MH -/ RIM 1261 01 1E. W 1252 11 I.E. E 1251.91 E \ / / / \\ 7 y/ PROPOSED SANITARY SEWER EASEMENT 10+00 11+00 1280 1275 1270 1265 1260 1255 1250 1245 1240 1235 CONSTRUCTION NOTES O1 CONNECT TO EXISTING WET WELL CORE WET WELL SIDEWALL TO ACCEPT SEWER PIPE. SEE DETAIL ON SHEET 1. CONTRACTOR TO VERIFY LOCATION AND DEPTH PRIOR TO CONSTRUCTION. O2 CONSTRUCT 12 PVC SEWER PIPE. ASTM 3034. 0 CONSTRUCT 24- STEEL CASING. BORE AND JACK IN PLACE SEE DETAIL ON SHEET 1. 04 CONSTRUCT SANITARY SEWER MANHOLE PER CITY OF YAKIMA STANDARD DETAIL Sl. GENERAL NOTES © DENOTES CONSTRUCTION NOTE CALLOUT. UNDERGROUND FEATURES SHOWN HEREON REPRESENT BEST AVAILABLE INFORMATION AS OBTAINED FROM LOCAL RECORDS AND VISIBLE SURFACE EVIDENCE. THE CONTRACTOR IS CAUTIONED TO VERIFY THE LOCATION AND DEPTH OF ALL UNDERGROUND FACILITIES; STATE LAW REQUIRES THAT ALL EXCAVATION WORK MUST BE PRECEDED BY NOTIFICATION TO ALL OWNERS OF UNDERGROUND FACIIJRES THROUGH A ONE NUMBER LOCATOR SERVICE: 1-800-424-5555. INSTALL ALL WORK IN ACCORDANCE WITH THE 2008 EDITION OF THE SPECIFICATIONS FOR ROAD. BRIDGE, AND MUNICIPAL CONSTRUCTION PREPARED BY THE WASHINGTON STATE DEPARTMENT OF TRANSPORTATION. IBM SET ON PP /151200. 604 SET ON NORTH SIDE OF POLE HAVING AN ELEVATION OF 1267.00' REVISED DRAWING DRAWi18 DAT) 0828.11 PLS A ENGINEERING -SURVEYING -PLANNING YAKIMA, WASHINGTON (509) 575-6990 1230 CARRIAGE HILLS PUMP STATION GRAVITY OUTFALL SEWER EXTENSION YAKIMA, WASHINGTON PREPARED FOR CITY OF YAKIMA, WASTEWATER DIVISION DRA•N 60: A.E.K. 0900 101: D.R.N. DATE 09/22/10 108 60. 09206 NE 1/4, SW 1/4, SEC. 15. 0-13 N, R-18 E W.M. SHEET NM 2 Or 2 V`-'2--;.; N N D Y .` —`. 6 Fe F EXIST J PROFILE NG GROUND - \ .. .. 0 + .7- N 1,4a nno , / /� r EX. -STA _z / Z � � � -, EL 1252.1 N. ` �,�t / I5'STORM 1 CONNECT TO EX. WET of X12 40+2 - 9.32 ....-1.1.-,.. .... .. - ...LI-- • —,--,-,—,T— -.11-- 1, 11 - • --.1—L_ WELL AT ELEV. 1247.25 r • PVC SANITARY • 75 LF. OF 12- . - - - -- BTA, EaJ. 1244.30 424 CASING, 1/-4 STEEL THICK. . BLOCKING. ON'SHEET END STo SEE 1. CASING 10+55 DETAIL - 10+00 11+00 1280 1275 1270 1265 1260 1255 1250 1245 1240 1235 CONSTRUCTION NOTES O1 CONNECT TO EXISTING WET WELL CORE WET WELL SIDEWALL TO ACCEPT SEWER PIPE. SEE DETAIL ON SHEET 1. CONTRACTOR TO VERIFY LOCATION AND DEPTH PRIOR TO CONSTRUCTION. O2 CONSTRUCT 12 PVC SEWER PIPE. ASTM 3034. 0 CONSTRUCT 24- STEEL CASING. BORE AND JACK IN PLACE SEE DETAIL ON SHEET 1. 04 CONSTRUCT SANITARY SEWER MANHOLE PER CITY OF YAKIMA STANDARD DETAIL Sl. GENERAL NOTES © DENOTES CONSTRUCTION NOTE CALLOUT. UNDERGROUND FEATURES SHOWN HEREON REPRESENT BEST AVAILABLE INFORMATION AS OBTAINED FROM LOCAL RECORDS AND VISIBLE SURFACE EVIDENCE. THE CONTRACTOR IS CAUTIONED TO VERIFY THE LOCATION AND DEPTH OF ALL UNDERGROUND FACILITIES; STATE LAW REQUIRES THAT ALL EXCAVATION WORK MUST BE PRECEDED BY NOTIFICATION TO ALL OWNERS OF UNDERGROUND FACIIJRES THROUGH A ONE NUMBER LOCATOR SERVICE: 1-800-424-5555. INSTALL ALL WORK IN ACCORDANCE WITH THE 2008 EDITION OF THE SPECIFICATIONS FOR ROAD. BRIDGE, AND MUNICIPAL CONSTRUCTION PREPARED BY THE WASHINGTON STATE DEPARTMENT OF TRANSPORTATION. IBM SET ON PP /151200. 604 SET ON NORTH SIDE OF POLE HAVING AN ELEVATION OF 1267.00' REVISED DRAWING DRAWi18 DAT) 0828.11 PLS A ENGINEERING -SURVEYING -PLANNING YAKIMA, WASHINGTON (509) 575-6990 1230 CARRIAGE HILLS PUMP STATION GRAVITY OUTFALL SEWER EXTENSION YAKIMA, WASHINGTON PREPARED FOR CITY OF YAKIMA, WASTEWATER DIVISION DRA•N 60: A.E.K. 0900 101: D.R.N. DATE 09/22/10 108 60. 09206 NE 1/4, SW 1/4, SEC. 15. 0-13 N, R-18 E W.M. SHEET NM 2 Or 2