No preview available
HomeMy WebLinkAbout2004-078 Sidewalk Improvements Agreement with Columbia Asphalt and Gravel, Inc. . `? > -" - tope r City of Yakima K Engineering Division 4oth AVE., LINCOLN AVE., 6TH ST. SIDEWALK IMPROVEMENTS City Project No. 2046 PSMP P- E- 180(PO1) -1 h1 e1 a� • t• Fly _ •••. •,emu Construction Contract Specifications & Bid Documents 129 North Second Street October 2006 Phone (509) 575 -6111 Yakima, WA 98901 Fax (509) 576 -6305 PUBLIC SERVICE ANNOUNCEMENT FOR IMMEDIATE RELEASE April 26, 2007 Construction Activities For April 30, 2007 thru May 4, 2007 Columbia Asphalt and Gravel Inc. will continue work on Lincoln Avenue Sidewalks Curb lane restrictions for West bound traffic will be in effect from 24 Avenue to 28 Avenue on Lincoln Avenue. Washington Avenue Median Reconstruction Work will continue with the placement of paving bricks in the median and lane restrictions will be in place. Working hours for these projects will be 7:00 AM to 5:00 PM. Detours will be in place and flaggers will help with traffic congestions. Motorists and Pedestrians are advised to be aware of heavy equipment in the areas and expect construction related delays, Please use alternate routes when you can. For further information contact: Bruce A. Floyd, Construction Supervisor (575 -6138) City of Yakima 129 N. 2nd Street Yakima, WA 98901 J PUBLIC SERVICE ANNOUNCEMENT FOR IMMEDIATE RELEASE April 13, 2007 Construction Activities For April 16, 2007 thru April 20, 2007 Columbia Asphalt and Gravel Inc. will continue work on Lincoln Avenue Sidewalks Curb lane restrictions for West bound traffic will be in effect from 24 Avenue to 28 Avenue on Lincoln Avenue. Working hours for this project will be 7:00 AM to 5:00 PM. Detours will be in place and flaggers will help with traffic congestions. Motorists and Pedestrians are advised to be aware of heavy equipment in the areas and expect construction related delays, Please use alternate routes when you can. For further information contact: Bruce A. Floyd, Construction Supervisor (575 -6138) City of Yakima 129 N. 2nd Street Yakima, WA 98901 FOR COUNCIL INFO ONLY -n ES DA1 L 7 --- BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. t For Meeting Of 10/2/07 ITEM TITLE: Final Contract Payment for 40 Ave., Lincoln Ave., 6 Street Sidewalk Improvements / Project No. 2046 SUBMITTED BY: Community and Economic Development — Engineering Division CONTACT PERSON /TELEPHONE: Brett Sheffield, Chief Engineer 576 -6797 SUMMARY EXPLANATION: This project consisted of the removal of 166 SY of existing sidewalk and the construction of 756 SY cement concrete sidewalk, relocation of 173 LF of chain link fence, removal of existing school flasher system and relocation of an existing solar school flasher system on W. Lincoln Ave., construction of 69 SY cement concrete sidewalk on N. 40 Ave., and the removal of and construction of 317 SY cement concrete sidewalk on E. 6 Street. Final inspection for this project was made and the recommendation is that the project be accepted. This Council action is to accept the project and approve the final construction cost. Contractor: Columbia Asphalt & Gravel Contract Award: 11/28/06 Contract Award Amount: $122,757.50 Final Contract Amount: $141,044.13 Amt. This Payment: -0- The above total contract cost is for construction only and does not include engineering and other costs. Resolution Ordinance X Other (Specify) Final Contract Payment Contract Mail to (name and address): Funding Source Arterial Street Fund APPROVED FOR SUBMITTAL: �- =� City Manager STAFF RECOMMENDATION: Accept the project and approve final construction cost. COUNCIL ACTION: Standard Motion V -B was adopted to accept the project and approve the final payment. CITY OF YAKIMA, WASHINGTON FILE NO. 2046 40th Avenue, Lincoln Ave. 6th Street 9/25/2007 CONTRACTOR: Columbia Asphalt & Gravel Sidewalk Improvements MADE BY WL PROGRESS ESTIMATE NO. 6 FINAL NO. ITEM UNIT QUANTITY UNIT AMOUNT % OF CONTRACT PRICE CONT AMOUNT 1 SPCC PLAN LS 100% $125.00 $125.00 100°% $125.00 2 MOBILIZATION LS 100% $3,500.00 $3,500.00 100% $3,500.00 3 TRAFFIC CONTROL SUPERVISOR HR 61 $36.00 $2,196.00 153% $1,440.00 4 CONSTRUCTION SIGNS CLASS A SF 41 $10.50 $430.50 100% $430.50 5 PROJECT TEMPPORARY TRAFFIC CONTROL LS 100% $6,000.00 $6,000.00 100% $6,000.00 6 CLEARING AND GRUBBING LS 100% $3,400.00 $3,400.00 100% $3,400.00 7 REMOVAL OF STRUCTURES AND OBSTRUCTIONS LS 100% $21,400.00 $21,400.00 100% $21,400.00 8 CEMENT CONC. TRAFFIC CURB & GUTTER LF 630 $22.00 $13,860.00 474% $2,926.00 9 COMMERCIAL DRIVEWAY APPROACHES EA 4 $2,200.00 $8,800.00 80% $11,000.00 10 CEMENT CONC. SIDEWALK 4" THICK SY 717 $27.00 $19,359.00 121% $16,065.00 11 CEMENT CONC. SIDEWALK 6" THICK SY 181 $38.00 $6,878.00 112% $6,118.00 12 CEMENT CONC. SIDEWALK 18" THICK SY 6 $115.00 $690.00 100% $690.00 13 CEMENT CONC. SIDEWALK RAMP TYPE 1 & TYPE 2 EA 13 $375.00 $4,875.00 130% $3,750.00 14 SIGN POST SOCKET EA 2 $75.00 $150.00 67% $225.00 15 REMOVING AND RESETTING SCHOOL CROSSING LIGHT LS 100% $3,200.00 $3,200.00 100% $3,200.00 16 REPAIR OR REPLACEMENT FA $17,420.63 $6,000.00 $17,420.63 290% $6,000.00 SUB TOTAL $112,284.13 $86,269.50 SECTION 2 (6TH St. SIDEWALK) 17 SPCC PLAN LS 100% $125.00 $125.00 100% $125.00 18 MOBILIZATION LS 100% $850.00 $850.00 100% $850.00 19 TRAFFIC CONTROL SUPERVISOR HR 0 $36.00 $0.00 0% $1,440.00 20 PROJECT EMPORARY TRAFFIC CONTROL LS 100% $2,000.00 $2,000.00 100% $2,000.00 21 CEMENT CONC. SIDEWALK 4" THICK SY 270 $27.00 $7,290.00 100% $7,290.00 22 REMOVAL OF STRUCTURES AND OBSTRUCTIONS LS 100% $4,540.00 $4,540.00 100% $4,540.00 23 CEMENT CONC. SIDEWALK 6" THICK SY 47 $38.00 $1,786.00 100% $1,786.00 24 CEMENT CONC SIDEWALK RAMP TYPE 1 EA 4 $375.00 $1,500.00 100% $1,500.00 25 REPLAIR OR REPLACEMENT FA 0 $2,000.00 $0.00 0% $2,000.00 SUB TOTAL $18,091.00 $21,531.00 SECTION 3 (LINCOLN AVE FENCE) NO. ITEM UNIT QUANTITY UNIT AMOUNT % OF CONTRACT PRICE CONT AMOUNT 26 SPCC PLAN LS 100% $125.00 $125.00 100% $125.00 27 MOBILIZATION LS 100% $150.00 $150.00 100% $150.00 28 TRAFFIC CONTROL SUPERVISOR HR 0 $36.00 $0.00 0% $288.00 29 PROJECT TEMPORARY TRAFFIC CONTROL LS 100% $2,000.00 $2,000.00 100% $2,000.00 30 REMOVE AND RESETTING FENCE LF 173 $22.00 $3,806.00 100% $3,806.00 31 REPAIR OR REPLACEMENT FA 0 $2,000.00 $0.00 0% $2,000.00 SUB TOTAL $6,081.00 $8,369.00 SECTION 4 (40TH AVE SIDEWALK) 32 SPCC PLAN LS 100% $125.00 $1:25.00 100% $125.00 33 MOBILIZATION LS 100% $850.00 $850.00 100% $850.00 34 TRAFFIC CONTROL SUPERVISOR HR 8 $36.00 $288.00 100% $288.00 35 PROJECT TEMPORARY TRAFFIC CONTROL LS 100% $2,000.00 $2,000.00 100% $2,000.00 36 CEMENT CONC. SIDEWALK 4" THICK SY 35 $27.00 $945.00 100% $945.00 37 CEMENT CONC. SIDEWALK 6" THICK SY 10 $38.00 $380.00 100% $380.00 38 REPAIR OR REPLACEMENT FA 0 $2,000.00 $0.00 0% $2,000.00 SUB TOTAL $4,588.00 $6,588.00 PREVIOUS PAYMENTS 1 $59,150.58 TOTAL $141,044.13 115% $122,757.50 2 $41,124.14 CHANGE ORDERS 3 $29,402.46 TOTAL AMT COMPLETE $141,044.13 4 $1,849.49 5 $2,465.25 LESS 5% RETAINAGE $7,052.21 LESS PREVIOUSLY PD $133,99:L.92 TOTAL DUE THIS PAYMENT $0.00 I certify that the above estimate is true and correct. 3 CITY ENGINEER BID SUMMARY SHEET City of Yakima 40TH AVE., LINCOLN AVE., & 6th ST. SIDEWALK IMPROVEMENTS ENGINEERS ESTIMATE COLUMBIA GRAVEL, ASPHALT I NC. HALT & SUPERIOR PAVING CO. City Project No. 2046 PSMP P- E- 180(PO1) -1 5% BID BOND I 5% BID BOND UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT ITEM NO. PROPOSAL ITEM PAYMENT SECTION QTY UNIT DOLLARS DOLLARS DOLLARS DOLLARS DOLLARS DOLLARS 1 SPCC PLAN 1 LS $200.00 $200.00 $125.00 $125.00 $500.00 $500.00 2 MOBILIZATION 1 LS $2,087.55 $2,087.55 $3,500.00 $3,500.00 $15,000.00 $15,000.00 3 TRAFFIC CONTROL SUPERVISOR 40 HR $35.00 $1,400.00 $36.00 $1,440.00 $36.50 $1,460.00 4 CONSTRUCTION SIGNS CLASS 'A' 41 SF $10.00 $410.00 $10.50 $430 50 $11.00 $451.00 5 PROJECT TEMPORARY TRAFFIC CONTROL (MIN. $6,000.00 BID) 1 LS $6,000.00 $6,000.00 $6,000.00 $6,000.00 $8,000.00 $8,000.00 6 CLEARING AND GRUBBING 1 LS $2,000.00 $2,000.00 $3,400.00 $3,400.00 $5,000.00 $5,000.00 7 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 1 LS $3,000.00 $3,000.00 521,400.00 $21,400.00 $12,500.00 $12,500.00 8 CEMENT CONC. TRAFFIC CURB & GUTTER 133 LF $10.00 $1,330.00 $22.00 $2,92.6.00 $20.00 $2,660.00 9 COMMERCIAL DRIVEWAY APPROACHES 5 EA $4,000.00 $20,000.00 $2,200.00 $11,000.00 $4,500.00 $22,500.00 10 CEMENT CONC. SIDEWALK 4" THICK 595 SY $25.00 $14,875.00 $27.00 $16,065.00 $20.00 $11,900.00 11 CEMENT CONC. SIDEWALK - 6 IN. THICK 161 SY $30.00 $4,830.00 $38.00 $6,118.00 $24.00 $3,864.00 12 CEMENT CONC. SIDEWALK- 18 IN. THICK 6 SY $50.00 $300.00 $115.00 $690.00 $85.00 $510.00 13 CEMENT CONC. SIDEWALK RAMP TYPE 1 10 EA $500.00 $5,000.00 $375.00 $3,750.00 $750.00 $7,500.00 14 SIGNPOST SOCKET 3 EA $80.00 $240.00 $75.00 $22.5.00 $65.00 $195.00 15 REMOVING AND RESETTING SCHOOL CROSSING LIGHT 1 LS $4,000.00 $4,000.00 $3,200.00 $3.200.00 $2,500.00 $2,500.00 16 REPAIR OR REPLACEMENT 1 FA $6,000.00 $6,000.00 $6,000.00 $6,000.00 $6,000.00 $6,000.00 Sub Total $71,672.55 S86,269.50 $100,540.00 N. N. SECTION 2 (6TH ST. SIDEWALK) ��� ����������������������������������������������������������� 17 SPCC PLAN 1 LS $500.00 $500.00 $125.00 $125.00 $150.00 $150.00 18 MOBILIZATION 1 LS $571.80 $571.80 $850.00 5850.00 $3,500.00 $3,500.00 19 TRAFFIC CONTROL SUPERVISOR 40 HR $35.00 $1,400.00 $36.00 $1,440.00 $36.50 $1,460.00 20 PROJECT TEMPORARY TRAFFIC CONTROL (MIN. $2,000.00 BID) 1 LS $2,000.00 $2,000.00 $2,000.00 $2,000.00 $3,000.00 $3,000.00 21 CEMENT CONC. SIDEWALK 4" THICK 270 SY $25.00 $6,750.00 $2.7.00 $7,290.00 $20.00 $5,400.00 22 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 1 LS $2,000.00 $2,000.00 54,540 00 S4,540.00 $4,000.00 $4,000.00 23 CEMENT CONC. SIDEWALK - 6 IN. THICK 47 SY $30.00 $1,410.00 $38 00 $1,786.00 $24.00 $1,128.00 24 CEMENT CONC. SIDEWALK RAMP TYPE 1 4 EA $500.00 $2,000.00 $375.00 51.500.00 $700.00 $2,800.00 25 REPAIR OR REPLACEMENT 1 FA $2,000.00 $2,000.00 $2,000.00 $2,000.00 $2,000.00 $2,000.00 Sub Total $18,631.80 $21,531.00 $23,438.00 N. N. SECTION 3 (LINCOLN AVE FENCE.) 26 SPCC PLAN 1 LS $200.00 $200.00 $125.00 $125.00 $150.00 $150.00 27 MOBILIZATION 1 LS $238.20 $238.20 $150.00 $150.00 $300.00 $300.00 28 TRAFFIC CONTROL SUPERVISOR 8 HR $35.00 $280.00 $36.00 $288.00 $36.00 $288.00 29 PROJECT TEMPORARY TRAFFIC CONTROL (MIN. $2,000.00 BID) 1 LS $2,000.00 $2,000.00 $2,000.00 $2,000.00 $2,500.00 $2,500.00 30 REMOVE AND RESETTING FENCE 173 LF $20.00 $3,460.00 $22.00 $3,806.00 $24.00 $4,152.00 31 REPAIR OR REPLACEMENT 1 FA $2,000.00 $2,000.00 $2,000.00 $2,000.00 $2,000.00 $2,000.00 Sub Total $8,178.20 $8,369.00 $9,390.00 N. N. SECTION 4 (40TH AVE.SIDEWALK) N �� ����������������������������� 32 SPCC PLAN 1 LS $200.00 $200.00 $125.00 5125.00 $150.00 $150.00 33 MOBILIZATION 1 LS $163.50 $163.50 $850.00 5850.00 $1,000.00 $1,000.00 34 TRAFFIC CONTROL SUPERVISOR 8 HR $35.00 $280.00 $36.00 $288.00 $36.50 $292.00 35 PROJECT TEMPORARY TRAFFIC CONTROL (MIN. $2,000.00 BID) 1 LS $2,000.00 $2,000.00 $2,000.00 $2,000.00 $2,500.00 $2,500.00 36 CEMENT CONC. SIDEWALK 4" THICK 35 SY $20.00 $700.00 $27.00 $945.00 $20.00 $700.00 37 CEMENT CONC. SIDEWALK - 6 IN. THICK 10 SY $27.00 $270.00 $38.00 $380.00 $24.00 $240.00 38 REPAIR OR REPLACEMENT 1 FA $2,000.00 $2,000.00 $2,000.00 $2,000.00 $2,000.00 $2,000.00 Sub Total $5,613.50 56,588.00 $6,882.00 TOTAL: $104,096.05 $12.2,757.50 $140,250.00 City of Yakima Engineering Division 40 AVE. LINCOLN AVE. 6 ST. SIDEWALK IMPROVEMENTS City Project No. 2046 PSMP P- E- 180(PO1) -1 Ifl -S ,<\0gER s o WAS glJ y C Q. T 39407 A 'ess> )) EGISTERE 9 � E� �� EXPIRES 10/13/2007 Construction Contract Specifications & Bid Documents October 2006 2 CONTENTS CITY OF YAKIMA SIDEWALK IMPROVEMENT PROJECT 40 AVE., LINCOLN AVE., 6 TH ST. SIDEWALK IMPROVEMENTS City Project No. 2046 PSMP P- E- 180(PO1) -1) SECTION PAGE INVITATION TO BID 5 STANDARD SPECIFICATIONS Standard Specifications 7 Amendments To The 2006 Standard Specifications 8 CONTRACT PROVISIONS CITY OF YAKIMA SPECIAL PROVISIONS 27 1 -02 BID PROCEDURES AND CONDITIONS 28 1 -06 CONTROL OF MATERIALS 28 1 -07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 29 1 -08 PROSECUTION AND PROGRESS 30 1 -10 TEMPORARY TRAFFIC CONTROL 32 2 -02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 32 8 -06 CEMENT CONCRETE DRIVEWAY ENTRANCES 33 8 -14 CEMENT CONCRETE SIDEWALKS 33 8 -30 REPAIR OR REPLACEMENT (NEW SECTION) 34 CONTRACT 35 PERFORMANCE BOND 37 INFORMATIONAL CERTIFICATE OF INSURANCE 39 INFORMATIONAL ADDITIONAL INSURED ENDORSEMENT 41 MINIMUM WAGE AFFIDAVIT 43 PREVAILING WAGE RATES PREVAILING WAGE RATES 45 PROPOSAL PROPOSAL 53 ITEM PROPOSAL BID SHEET 55 BID BOND FORM 57 NON - COLLUSION DECLARATION 59 NONDISCRIMINATION PROVISION 61 SUBCONTRACTOR LIST 63 WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY 65 COUNCIL RESOLUTION 67 AFFIRMATIVE ACTION PLAN 69 BIDDERS CERTIFICATION 73 SUBCONTRACTORS CERTIFICATION 75 BIDDER'S CHECK LIST 79 PLANS & DETAILS Standard Details Construction Plans 3 4 INVITATION TO BID NOTICE IS HEREBY GIVEN that sealed proposals will be received by the undersigned City Clerk of the City of Yakima, Washington, up to the hour of 2:00 p.m. on October 24, 2006, and then be opened and publicly read for the construction of: 40 AVE., LINCOLN AVE., 6 ST. SIDEWALK IMPROVEMENTS CITY OF YAKIMA PROJECT NO. 2044 PSMP P- E- 180(P01) -1 This project consists of the furnishing all labor, materials, and equipment required for the removal of 166 SY of existing sidewalk and the construction of 756 SY cement concrete sidewalk, relocation of 173 LF of chain link fence, removal of existing school flasher system and relocation of an existing solar school flasher system on W. Lincoln Ave., construction of 69 SY cement concrete sidewalk on N. 40 Ave., and the removal of and construction of 317 SY cement concrete sidewalk on E. 6 St. Plans, Specifications, and bid forms are available from THE OFFICE OF THE CITY ENGINEER located at 129 North 2 Street, Yakima, WA 98901, and may be obtained for a fee of $10.00 for each set, non- refundable. Informational copies of Plans and Specifications are on file for review at the office of the City Engineer in Yakima, WA, and at plan centers in Yakima and Kennewick, WA. 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. Each bid or proposal must be accompanied by cash, bond, or a certified check, payable to the order of the City Treasurer of the City of Yakima, for the sum of not less than 5% of said bid or proposal and none will be considered unless accompanied by such deposit, to be forfeited to the City of Yakima in the event the successful bidder shall fail or refuse to enter into a contract with the City for the making and construction of the aforesaid improvement. All bids or proposals must be in writing, sealed, and filed with the City Clerk on or before the day and hour mentioned. The City reserves the right to reject any or all bids and proposals. DATED this 9th day of October 2006. Debbie Moore City Clerk PUBLISH: October 9, 2006 October 16, 2006 5 6 STANDARD SPECIFICATIONS Standard Specifications Amendments to the 2006 Standard Specifications STANDARD SPECIFICATIONS The 2006 Standard Specifications for Road, Bridge, and Municipal Construction published by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association are, by this reference, made part of these Contract Documents. Except as may be amended, modified, or supplemented hereinafter, each section of the Standard Specifications shall be considered as much a part of these Contract Documents as if they were actually set forth herein. INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 2006 Standard Specifications for Road, Bridge, and Municipal Construction (English). 7 • AMENDMENTS TO THE 2006 STANDARD SPECIFICATIONS The following Amendments to the 2006 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 -04, SCOPE OF THE WORK April 3, 2006 1 -04.6 Variation in Estimated Quantities Tile paragraph beginning ....,;t1 ' F t1.. ,7:....t 1:...,.1 quantity f any items, , iiis. Y aia�iapii vL YYIL11 11 L11G au 11110.1 quantity quantity tUL� o t f 0.iiy Iwins� is revised to reau. if the adjusted final quantity of any item does not vary from the quantity shown in the proposal by more than 25 %, then the Contractor and the Contracting Agency agree that all work under that item will be performed at the original contract unit price. SECTION 1 -06, CONTROL OF MATERIAL April 3, 2006 1 -06.1 Approval of Materials Prior To Use The second sentence in the first paragraph is revised to read: The Contractor shall use the Qualified Product List (QPL), the Aggregate Source Approval (ASA) Database, or the Request for Approval of Material (RAM) form. Number 1 under the second paragraph is revised to read: 1. Shall be new, unless the Special Provisions or Standard Specifications permit otherwise; • 1 06.1(1) Qualified Products List (QPL) This section is supplemented with the following: The current QPL can be accessed on -line at www.wsdot .wa.qov /biz/mats /QPL/QPL.cfm The following new sub - section is inserted to follow 1- 06.1(2). 1 06.1(3) Aggregate Source Approval (ASA) Database The ASA is a database containing the results of WSDOT preliminary testing of aggregate sources. This database is used by the Contracting Agency to indicate the approval status of these aggregate sources for applications that require preliminary testing as defined in the contract. The ASA `Aggregate Source Approval Report' identifies the currently approved applications for each aggregate source listed. The acceptance and use of these aggregates is contingent upon additional job sampling and /or documentation. 8 Aggregates approved for applications on the ASA `Aggregate Source Approval Report' not conforming to the specifications, not fulfilling the acceptance requirements, or improperly handled or installed, shall be replaced at the Contractor's expense. For questions regarding the approval status of an aggregate source, contact the WSDOT Regional Materials Engineer for the Region the source is located in. The Contracting Agency reserves the right to make revisions to the ASA database at anytime. If there is a conflict between the ASA database and the contract, then the contract shall take precedence over the ASA database in accordance with Section 1 -04.2. The ASA database can be accessed on -line at www.wsdot.wa.gov /bizlmats /ASA 1 06.2(2)D Quality Level Analysis Item 9 under the first paragraph is revised to read: 9. Determine the Composite Pay Factor (CPF) for each lot. CPF = NPR) + f2(PF2) +•••+ fi(PFI) Ef i =1 to where: fi = price adjustment factor listed in these Specifications for the applicable material j = number of constituents being evaluated SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC August 7, 2006 1- 07.9(1) General The fifth paragraph is revised to read: If employing labor in a class not listed in the contract provisions on state funded projects only, the Contractor shall request a determination of the correct wage and benefits rate for that class and locality from the Industrial Statistician, Washington State Department of Labor and Industries (State L &I), and provide a copy of those determinations to the Engineer. The fifth paragraph is supplemented with the following new paragraph: If employing labor in a class not listed in the contract provisions on federally funded projects, the Contractor shall request a determination of the correct wage and benefits for that class and locality from the U. S. Secretary of Labor through the project engineer's office. Generally, the contractor initiates the request by preparing standard form 1444 and submitting it to the project engineers' office for further action. 1 - 07.10 Worker's Benefits The fourth paragraph is revised to read: The Public Works Contract Division of the Washington State Department of Labor and Industries will provide the Contractor with applicable industrial insurance and medical aid classification and premium rates. After receipt of Revenue Release from the Washington State Department of 9 Revenue, the contracting agency will verify through the Department of Labor and Industries that the Contractor is current with respect to the payments of industrial insurance and medical aid premiums. 1 - 07.15 Temporary Water Pollution /Erosion Control The first paragraph is revised to read: In an effort to prevent, control, and stop water pollution and erosion within the project, thereby protecting the work, nearby land, streams, and other bodies of water, the Contractor shall perform all work in strict accordance with all Federal, State, and local laws and regulations governing waters of the State, as well as permits acquired for the project. SECTION 1 -08, PROSECUTION AND PROGRESS August 7, 2006 1 -08.1 Subcontracting The eighth paragraph (beginning with - On all projects funded with both Contracting Agency funds and Federal assistance ...) is supplemented with the following: Or, the Contractor has the option of submitting actual MBE/WBE or DBE payment data to the contracting agency on a monthly basis using the Construction Management and Tracking System (CMATS). Use of CMATS will become a requirement for all contractors effective January 7, 2008. 1 - 08.3 Progress Schedule Section 1 - 08.3 and all subsections are deleted in their entirety and replaced with the following: 1 - 08.3 Progress Schedule 1- 08.3(1) General Requirements The Contractor shall submit Type A or Type B Progress Schedules and Schedule Updates to the Engineer for approval. Schedules shall show work that complies with all time and order of work requirements in the contract. Scheduling terms and practices shall conform to the standards established in Construction Planning and Scheduling, Second Edition, published by the Associated General Contractors of America. Except for Weekly Look -Ahead Schedules, all schedules shall meet these General Requirements, and provide the following information: 1. Include all activities necessary to physically complete the project. 2. Show the planned order of work activities in a logical sequence. 3. Show durations of work activities in working days as defined in Section 1 -08.5. 4. Show activities in durations that are reasonable for the intended work. 5. Define activity durations in sufficient detail to evaluate the progress of individual activities on a daily basis. 6. Show the physical completion of all work within the authorized contract time. The Contracting Agency allocates its resources to a contract based on the total time allowed in the contract. The Contracting Agency may accept a Progress Schedule indicating an early physical completion date but cannot guarantee the Contracting Agency's resources will be available to meet an accelerated schedule. No additional compensation will be allowed if the Contractor is not able to meet their accelerated schedule due to the unavailability of Contracting Agency's resources or for other reasons beyond the Contracting Agency's control. 10 If the Engineer determines that the Progress Schedule or any necessary Schedule Update does not provide the required information, then the schedule will be returned to the Contractor for correction and resubmittal. The Engineer's approval of any schedule shall not transfer any of the Contractor's responsibilities to the Contracting Agency. The Contractor alone shall remain responsible for adjusting forces, equipment, and work schedules to ensure completion of the work within the time(s) specified in the contract. 1- 08.3(2) Progress Schedule Types Type A Progress Schedules are required on all projects that do not contain the bid item for Type B Progress Schedule. Type B Progress Schedules are required on all projects that contain the bid item for Type B Progress Schedule. Weekly Look -Ahead Schedules and Schedule Updates are required on all projects. 1- 08.3(2)A Type A Progress Schedule The Contractor shall submit five copies of a Type A Progress Schedule no later than the first working day of the contract as defined in Section 1 -08.5. The schedule may be a critical path method (CPM) schedule, bar chart, or other standard schedule format. The Engineer will evaluate the Type A Progress Schedule and approve or return the schedule for corrections within 15 calendar days of receiving the submittal. 1- 08.3(2)B Type B Progress Schedule The Contractor shall submit a preliminary Type B Progress Schedule no later than five calendar days after the date the contract is executed. The preliminary Type B Progress Schedule shall comply with all of these requirements and the requirements of Section 1- 08.3(1), except that it may be limited to only those activities occurring within the first 60 working days of the project. The Contractor shall submit five copies of a Type B Progress Schedule no later than 30 calendar days after the date the contract is executed. The schedule shall be a critical path method (CPM) schedule developed by the Precedence Diagramming Method (PDM). Restraints may be utilized, but may not serve to change the logic of the network or the critical path. The schedule shall display at least the following information: Contract Number and Title Construction Start Date Critical Path Activity Description Milestone Description Activity Duration Predecessor Activities Successor Activities Early Start (ES) and Early Finish (EF) for each activity Late Start (LS) and Late Finish (LF) for each activity Total Float (TF) and Free Float (FF) for each activity Physical Completion Date Data Date The Engineer will evaluate the Type B Progress Schedule and approve or return the schedule for corrections within 15 calendar days of receiving the submittal. 1- 08.3(2)C Vacant 11 1- 08.3(2)D Weekly Look -Ahead Schedule Each week that work will be performed, the Contractor shall submit a Weekly Look -Ahead Schedule showing the Contractor's and all subcontractors' proposed work activities for the next two weeks. The Weekly Look -Ahead Schedule shall include the description, duration and sequence of work, along with the planned hours of work. This schedule may be a network schedule, bar chart, or other standard schedule format. The Weekly Look - Ahead Schedule shall be submitted to the Engineer by the midpoint of the week preceding the scheduled work or some other mutually agreed upon submittal time. 1- 08.3(3) Schedule Updates The Engineer may request a Schedule Update when any of the following events occur: 1. The project has experienced a change that affects the critical path. 2. The sequence of work is changed from that in the approved schedule. 3. The project is significantly delayed. 4. Upon ,t of contract time. Le receiving lg di 1 extension lI of C.LJI 1l1 Lila lil f iC. The Contractor shall submit five copies of a Type A or Type B Schedule Update within 15 calendar days of receiving a written request, or when an update is required by any other provision of the contract. A "significant" delay in time is defined as 10 working days or 10 percent of the original contract time, whichever is greater. In addition to the other requirements of this Section, Schedule Updates shall reflect the following information: 1. The actual duration and sequence of as- constructed work activities, including changed work. 2. Approved time extensions. 3. Any construction delays or other conditions that affect the progress of the work. 4. Any modifications to the as- planned sequence or duration of remaining activities. 5. The physical completion of all remaining work in the remaining contract time. Unresolved requests for time extensions shall be reflected in the Schedule Update by assuming no time extension will be granted, and by showing the effects to follow -on activities necessary to physically complete the project within the currently authorized time for completion. 1-08.3(4) Measurement No specific unit of measurement shall apply to the lump sum item for Type B Progress Schedule. 1- 08.3(5) Payment Payment will be made in accordance with Section 1 -04.1, for the following bid item when it is included in the proposal: "Type B Progress Schedule ", lump sum. The Lump Sum price shall be full pay for all costs for furnishing the Type B Progress Schedule and preliminary Type B Progress Schedule. 12 Payment of 80 percent of the lump sum price will be made upon approval of the Progress Schedule. Payment will be increased to 100 percent of the lump sum price upon completion of 80 percent of the original total contract award amount. All costs for providing Type A Progress Schedules and Weekly Look -Ahead Schedules are considered incidental to other items of work in the contract. No payment will be made for Schedule Updates that are required due to the Contractors operations. Schedule Updates required by events that are attributed to the actions of the Contracting Agency will be paid for in accordance with Section 1 -09.4. 1 - 08.4 Prosecution of Work The first sentence is revised to read: The Contractor shall begin work within 21 calendar days from the date of execution of the contract by the Contracting Agency, unless otherwise approved in writing. 1 Time for Completion This section is revised to read: The Contractor shall complete all physical contract work within the number of "working days" stated in the Contract Provisions or as extended by the Engineer in accordance with Section 1- 08.8. Every day will be counted as a "working day" unless it is a nonworking day or an Engineer determined unworkable day. A nonworking day is defined as a Saturday, a Sunday, a day on which the contract specifically suspends work, or one of these holidays: January 1, the third Monday of January, the third Monday of February, Memorial Day, July 4, Labor Day, November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. 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. An unworkable day is defined as a half or whole day the Engineer declares to be unworkable because of weather or conditions caused by the weather that prevents satisfactory and timely performance of the work shown on the critical path of the Contractor's approved progress schedule. Other conditions beyond the control of the Contractor may qualify for an extension of time in accordance with Section 1 -08.8. Contract time shall begin on the first working day following the 21st calendar day after the date the Contracting Agency executes the contract. If the Contractor starts work on the project at an earlier date, then contract time shall begin on the first working day when onsite work begins. The contract provisions may specify another starting date for contract time, in which case, time will begin on the starting date specified. 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 half 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 13 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. The Engineer will give the Contractor written notice of the physical completion date for all work the contract requires. That date shall constitute the physical completion date of the contract, but shall not imply the Secretary's acceptance of the work or the contract. 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 The Contractor ml st furnish ail rinrl Imentation rani �ireri by the contract and required by _ ... .... .-... ... .... _ . ........... . ,. ... ....... ..... ..... ..... ... .. ... .. .. . ... ... v. and iv u u �.� by lave, 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: Certified r .. . ..... (Federal -aid Projects) a. \.sCluiiCU rdywiiJ �r"CUCIdI-dIU rlujel:LJ) b. Material Acceptance Certification Documents c. Annual Report of Amounts Paid as MBENVBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. FHWA 47 (Federal -aid Projects) e. Final Contract Voucher Certification 1 - 08.8 Extensions of Time Section 1 -08.8 is revised to read: The Contractor shall submit any requests for time extensions to the Engineer in writing no later than 10 working days after the delay occurs. The requests for time extension shall be limited to the affect on the critical path of the Contractor's approved schedule attributable to the change or event giving rise to the request. To be considered by the Engineer, the request shall be in sufficient detail (as determined by the Engineer) to enable the Engineer to ascertain the basis and amount of the time requested. The request shall include an updated schedule that supports the request and demonstrates that the change or event: (1) had a specific impact on the critical path, and except in cases of concurrent delay, was the sole cause of such impact, and (2) could not have been avoided by resequencing of the work or by using other reasonable alternatives. If a request combined with previous extension requests, equals 20 percent or more of the original contract time then the Contractor's letter of request must bear consent of Surety. In evaluating any request, the Engineer will consider how well the Contractor used the time from contract execution up to the point of the delay and the effect the delay has on any completion times included in the special provisions. The Engineer will evaluate and respond within 15 calendar days of receiving the request. The authorized time for physical completion will be extended for a period equal to the time the Engineer determines the work was delayed because of: 1. Adverse weather causing the time requested to be unworkable, provided that the Engineer had not already declared the time to be unworkable and the Contractor has filed a written protest according to Section 1 -08.5. 2. Any action, neglect, or default of the Contracting Agency, its officers, or employees, or of any other contractor employed by the Contracting Agency. 14 3. Fire or other casualty for which the Contractor is not responsible. 4. Strikes. 5. Any other conditions for which these Specifications permit time extensions such as: a. In Section 1 -04.4 if a change increases the time to do any of the work including unchanged work. b. In Section 1 -04.5 if increased time is part of a protest that is found to be a valid protest. c. In Section 1 -04.7 if a changed condition is determined to exist that caused a delay in completing the contract. d. In Section 1 -05.3 if the Contracting Agency does not approve properly prepared and acceptable drawings within 30 calendar days. e. In Section 1 -07.13 if the performance of the work is delayed as a result of damage by others. f. In Section 1 -07.17 if the removal or the relocation of any utility by forces other than the Contractor caused a delay. g. In Section 1 -07.24 if a delay results from all the right of way necessary for the construction not being purchased and the special provisions does not make specific provisions regarding unpurchased right of way. h. In Section 1 -08.6 if the performance of the work is suspended, delayed, or interrupted for an unreasonable period of time that proves to be the responsibility of the Contracting Agency. i. In Section 1 -09.11 if a dispute or claim also involves a delay in completing the contract and the dispute or claim proves to be valid. j. In Section 1 -09.6 for work performed on a force account basis. 6. If the actual quantity of work performed for a bid item was more than the original plan quantity and increased the duration of a critical activity. Extensions of time will be limited to only that quantity exceeding the original plan quantity. 7. Exceptional causes not specifically identified in items 1 through 6, provided the request letter proves the Contractor had no control over the cause of the delay and could have done nothing to avoid or shorten it. Working days added to the contract by time extensions, when time has overran, shall only apply to days on which liquidated damages or direct engineering have been charged, such as the following: If substantial completion has been granted prior to all of the authorized working days being used, then the number of days in the time extension will eliminate an equal number of days on which direct engineering charges have accrued. If the substantial completion date is established after all of the authorized working days have been used, then the number of days in the time extension will eliminate an equal number of days on which liquidated damages or direct engineering charges have accrued. 15 The Engineer will not allow a time extension for any cause listed above if it resulted from the Contractor's default, collusion, action or inaction, or failure to comply with the contract. The Contracting Agency considers the time specified in the special provisions as sufficient to do all the work. For this reason, the Contracting Agency will not grant a time extension for: • Failure to obtain all materials and workers unless the failure was the result of exceptional causes as provided above in subsection 7; • Changes, protests, increased quantities, or changed conditions (Section 1 -04) that do not delay the completion of the contract or prove to be an invalid or inappropriate time extension request; • Delays caused by nonapproval of drawings or plans as provided in Section 1 -05.3; • Rejection of faulty or inappropriate equipment as provided in Section 1 -05.9; • Correction of thickness deficiency as provided in Section 5- 05.5(1)B. The Engineer will determine whether the time extension should be granted, the reasons for the extension, and the duration of the extension, if any. Such determination will be final as provided in Section 1 -05.1. SECTION 1 -09, MEASUREMENT AND PAYMENT January 3, 2006 1- 09.9(1) Retainage The fourth paragraph is revised to read: Release of the retainage will be made 60 days following the Completion Date (pursuant to RCW 39.12, and RCW 60.28) provided the following conditions are met: 1. On contracts totaling more than $20,000, a release has been obtained from the Washington State Department of Revenue. 2. Affidavits of Wages Paid for the Contractor and all Subcontractors are on file with the Contracting Agency (RCW 39.12.040). 3. A certificate of Payment of Contributions Penalties and Interest on Public Works Contract is received from the Washington State Employment Security Department. 4. Washington State Department of Labor and Industries (per section 1- 07.10) shows the Contractor is current with payments of industrial insurance and medical aid premiums. 5 i Al! claims, as provided by law, filed against the retainage have been resolved. In the V. All VIGIIIIJ, as provided by IG YY, filed against the retainage have been IGJVIVGV. In 1116 event claims are filed and provided the conditions of 1, 2, 3 and 4 are met, the Contractor will be paid such retained percentage less an amount sufficient to pay any such claims together with a sum determined by the Contracting Agency sufficient to pay the cost of foreclosing on claims and to cover attorney's fees. SECTION 2 -09, STRUCTURE EXCAVATION January 3, 2006 2- 09.3(1)E Backfilling Item 1 of the first paragraph under Compaction is revised to read: 16 1. Backfill supporting roadbed, roadway embankments, or structures, including backfill providing lateral support for noise barrier wall foundations, luminaire poles, traffic signal standards, and roadside and overhead sign structure foundations — placed in horizontal layers no more than 6 inches thick with each layer compacted to 95 percent of the maximum density determined by the Compaction Control Test, Section 2- 03.3(14)D. SECTION 6 -02, CONCRETE STRUCTURES August 7, 2006 6- 02.3(2) Proportioning Materials The third paragraph is revised to read: The use of fly ash is required for Class 4000D and 4000P concrete, except that ground granulated blast furnace slag may be substituted for fly ash at a 1:1 ratio. The use of fly ash and ground granulated blast furnace slag is optional for all other classes of concrete. 6 02.3(2)A Contractor Mix Design The first paragraph is revised to read: The Contractor shall provide a mix design in writing to the Engineer for all classes of concrete specified in the Plans except for those accepted based on a Certificate of Compliance. No concrete shall be placed until the Engineer has reviewed the mix design. The required average 28 day compressive strength shall be selected per ACI 318, Chapter 5, Section 5.3.2. ACI 211.1 and ACI 318 shall be used to determine proportions. The proposed mix for Class 4000P shall provide a minimum fly ash or ground granulated blast furnace slag content per cubic yard of 100 pounds, and a minimum cement content per cubic yard of 600 pounds. The proposed mix for Class 4000D shall provide a minimum fly ash or ground granulated blast furnace slag content per cubic yard of 75 pounds, and a minimum cement content per cubic yard of 660 pounds. All other concrete mix designs, except those for lean concrete and commercial concrete, shall have a minimum cementitious material content of 564 pounds per cubic yard of concrete. The following new sentence is inserted after the first sentence in the fourth paragraph. An alternate combined aggregate gradation conforming to Section 9- 03.1(5) may also be used. 6 02.3(4)A Qualification of Concrete Suppliers The first paragraph and the entire second paragraph (1 through 4) are deleted and replaced with the following: Batch Plant Prequalification may be obtained through one of the following methods: 1. Certification by the National Ready Mix Concrete Association (NRMCA). Information concerning NRMCA certification may be obtained from the NRMCA at 900 Spring Street, Silver Springs, MD 20910 or online at www.nrmca.org. The NRMCA certification shall be good for a two year period. When this method of certification is used the following documentation shall be submitted to the project engineer. a. A copy of the current NRMCA Certificate of Conformance, the concrete mix design(s) (WSDOT Form 350 -040), along with copies of the truck list, batch plant scale certification, admixture dispensing certification, and volumetric water batching devices (including water meters) verification. 17 2. Independent evaluation certified by a Professional Engineer using NRMCA checklist. The Professional Engineer shall be licensed under title 18 RCW, state of Washington, qualified in civil engineering. The independent certification using the NRMCA checklist shall be good for a two year period. When this method of certification is used the following documentation shall be submitted to the engineer. a. A copy of the Professional Engineer's stamped and sealed NRMCA Verification of Inspection and Application for Certificate page from the NRMCA checklist, the concrete mix design(s) (WSDOT Form 350 -040), along with copies of the truck list, batch plant scale certification, admixture dispensing certification, and volumetric water batching devices (including water meters) verification. 3. Inspection conducted by the Plant Manager, defined as the person directly responsible for the daily plant operation using the NRMC.A Plant Certification che The Plant Manager certification shall be done prior to the start of a project, and every six months throughout the life of the project, and meet the following requirements: a. The Agreement to Regularly Check Scales and Volumetric Batching Dispensers 4L... NRMCA P Certificati.... checklist shall L_ _ L.., the Plant page in the IVRIVILSft Plant Certification LIICLRIIJL JIIdll U bI IIICU J by LIIC P'IdIIL Manager and notarized. b. The signed and notarized Agreement to Regularly Check Scales and Volumetric Batching Dispensers page and a copy of the NRMCA Plant Certification checklist cover page showing the plant designation, address and Company operating plant shall all be submitted to the Project Engineer with the concrete mix design (WSDOT Form 350 -040), along with copies of the truck list, batch plant scale certification, admixture dispensing certification, and volumetric water batching devices (including water meters) verification. c. The NRMCA Plant Certification checklists shall be maintained by the Plant Manager and are subject to review at any time by the Contracting Agency. e. Volumetric water batching devices (including water meters) shall be verified every 90 days. 6 02.3(5)C Conformance to Mix Design Item 2 under the first paragraph is revised to read: 2. Fly ash and ground granulated blast furnace slag weight plus or minus 5 percent of that specified in the mix design. 6 02.3(5)H Sampling and Testing for Compressive Strength This section including title is revised to read: 6 02.3(5)H Sampling and Testing for Compressive Strength and Initial Curing Acceptance testing for compressive strength shall be conducted at the same frequency as the acceptance tests for temperature, consistency, and air content. The Contractor shall provide, and maintain cure boxes for curing concrete cylinders. The Contractor shall also provide, maintain and operate all necessary power sources and connections needed to operate the curing box. Concrete cylinders shall be cured in a cure box in accordance with WSDOT FOP for AASHTO T 23. The cure boxes shall maintain a temperature between 60 °F and 80 °F for concrete with specified strengths less than 6000 psi and between 68 °F and 78 °F for concrete with specified strengths of 6000 psi and higher. A minimum /maximum thermometer shall . be installed to measure the internal temperature of the cure box. The thermometer shall be 18 readable from outside of the box and be capable of recording the high and low temperatures in a 24 -hour period. The cure boxes shall create an environment that prevents moisture loss from the concrete specimens. The top shall have a working lock and the interior shall be rustproof. A moisture -proof seal shall be provided between the lid and the box. The cure box shall be the appropriate size to accommodate the number of concrete acceptance cylinders necessary or the Contractor shall provide additional cure boxes. Once concrete cylinders are placed in the cure box, the cure box shall not be moved until the cylinders have been cured in accordance with these specifications. When concrete is placed at more than one location simultaneously, multiple cure boxes shall be provided. The Contractor shall protect concrete cylinders in cure boxes from excessive vibration and shock waves during the curing period in accordance with Section 6- 02.3(6)D. 6 02.3(6)D Protection Against Vibration The last sentence in the second paragraph is revised to read: See the Shaft Special Provision, and Section 6 -16 respectively for shaft installation, and soldier pile shaft installation operations. The first sentence in number 3 under Prescriptive Safe Distance Method is revised to read: (3) Equipment Class H (High Vibration) shall include pile drivers, machine operated impact tools, pavement breakers, and other large pieces of equipment. 6 02.3(16) Plans for Falsework and Formwork The address for FEDEX delivery following the fourth paragraph is revised to read: Washington State Department of Transportation Bridge and Structures Engineer 7345 Linderson Way SW Tumwater, WA 98501 -6504 6 02.3(16)A Nonpreapproved Falsework and Formwork Plans The address for FEDEX delivery following the first paragraph is revised to read: Washington State Department of Transportation Bridge and Structures Engineer 7345 Linderson Way SW Tumwater, WA 98501 -6504 6 02.3(16)B Preapproved Formwork Plans The address for FEDEX delivery following the second paragraph is revised to read: Washington State Department of Transportation Bridge and Structures Engineer 7345 Linderson Way SW Tumwater, WA 98501 -6504 6 02.3(24)C Placing and Fastening The 14th paragraph is revised to read: Clearances shall be at least: 19 4- inches between: Main bars and the top of any concrete masonry exposed to the action of salt or alkaline water. 3- inches between: Main bars and the top of any concrete deposited against earth without intervening forms. 2 inches between: Adjacent bars in a layer. Roadway slab bars and the top of the roadway slab. 2- inches between: Adjacent layers. Main bars and the surface of concrete exposed to earth or weather (except in roadway slabs). Reinforcing bars and the faces of forms for exposed aggregate finish. 11/2-inches b � between: AAnir. barn a nd the. serf.,.,.. ..F concrete not exposed a,.. earth .. v�.rlvv��i i. Iv IGU i bars and the surface of UUI IUI Gtc I IUL CA to CQI U 1 or weather. Slab bars and the top of the slab (except roadway slabs). Barrier and curb bars and the surface of the concrete. Stirrups and ties and the surface of the concrete exposed to earth or weather. 1-inch between: Slab bars and the bottom of the slab. Stirrups and ties and the surface of the concrete not exposed to earth or weather. 6- 02.3(26)A Shop Drawings The address f FEDEX delivery under Item 1 in the first paragraph is revised to read: Washington State Department of Transportation Bridge and Structures Engineer 7345 Linderson Way SW Tumwater, WA 98501 -6504 6- 02.3(28)A Shop Drawings The first paragraph is revised to read: Before casting the structural elements, the Contractor shall submit: 1. Seven sets of shop drawings for approval by the Department of Transportation Bridge and Structures Engineer, Construction Support, addressed as follows: US Postal Service P. O. Box 47340 Olympia, WA 98504 -7340 FedEx 7345 Linderson Way SW T umwater, WA 985n1 -65n4• and 2. Two sets of shop drawings to the Project Engineer. 6 -02.4 Measurement This section is supplemented with the following: No specific unit of measure will apply to the lump sum item for cure box. • 20 6-02.5 Payment This section is supplemented with the following: "Cure Box ", lump sum. The lump sum contract price for "Cure Box" shall be full pay for all costs for providing, operating, maintaining, moving and removing the cure boxes and providing, maintaining and operating all necessary power sources and connections needed to operate the curing boxes. SECTION 8 -01, EROSION CONTROL AND WATER POLLUTION CONTROL August 7, 2006 8- 01.3(1) General The eighth paragraph, beginning with "In western Washington, erodible soil ", is deleted and replaced with the following: Erodible soil not being worked, whether at final grade or not, shall be covered within the following time period, using an approved soil covering practice, unless authorized otherwise by the Engineer: In western Washington (west of the Cascade Mountain crest): October 1 through April 30 2 days maximum May 1 to September 30 7 days maximum In 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)B Erosion and Sediment Control (ESC) Lead This section is revised to read: The Contractor shall identify the ESC Lead at the preconstruction discussions and in the TESC plan. The ESC Lead shall have, for the life of the contract, a current Certificate of Training in Construction Site Erosion and Sediment Control from a course approved by the Washington State Department of Ecology. The ESC Lead shall be listed on the Emergency Contact List required under Section 1- 05.13(1). The ESC Lead shall implement the Temporary Erosion and Sediment Control (TESC) plan. Implementation shall include, but is not limited to: 1. Installing and maintaining all temporary erosion and sediment control Best Management Practices (BMPs) included in the TESC plan to assure continued performance of their intended function. Damaged or inadequate TESC BMPs shall be corrected immediately. 2. Updating the TESC plan to reflect current field conditions. When a TESC plan is included in the contract plans, the Contractor shall inspect all on -site erosion and sediment control BMPs 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. The Erosion and Sediment Control Inspection Form (Form Number 220 -030 EF) shall be completed for each inspection and a copy shall be submitted to the Engineer no later than the end of the next working day following the inspection. 21 8- 01.3(2)E Tacking Agent and Soil Binders The third paragraph, (PAM) is revised to read: Soil Binding Using Polyacrylamide (PAM) The PAM shall be applied on bare soil completely dissolved and mixed in water or applied as a dry powder. Dissolved PAM shall be applied at a rate of not more than 2/3 pound per 1,000 gallons of water per acre. A minimum of 200 pounds per acre of cellulose fiber mulch treated with a non -toxic dye shall be applied with the dissolved PAM. Dry powder applications may be at a rate of 5 pounds per acre using a hand -held fertilizer spreader or a tractor - mounted spreader. 8- 01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch The second paragraph under East of the summit of the Cascade Range, beginning with "The Contractor will be responsible ", is deleted. 8- 01.3(9)A Silt Fence The fifth paragraph is revised to read: Posts shall be either wood steel. posts shall have of 1 1 i. by Posts shall be c�Liecr wood or JLCCI. Wood posts Jlldll IidVe minimum dimensions UI 1 i /'} inches Dy 1 1/4 inches by the minimum length shown in the Plans. Steel posts shall have a minimum weight of 0.90 lbs/ft 8 -01.4 Measurement This section is supplemented nted ith the f ll � �uuu�ei l lel ncu vviLl l u le louvvinu. Coir log will be measured by the linear foot along the ground line of the completed installation. 8 -01.5 Payment The following bid item is inserted after "Compost Sock ", per linear foot: "Coir Log ", per linear foot SECTION 8 -04, CURBS, GUTTERS, AND SPILLWAYS January 3, 2006 8 -04.4 Measurement The first paragraph is revised to read: All curbs, gutters, and spillways will be measured by the linear foot along the line and slope of the completed curbs, gutters, or spillways, including bends. Measurement of cement concrete curb and cement concrete curb and gutter, when constructed across driveways or sidewalk ramps, will include the width of the driveway or sidewalk ramp. SECTION 8 -21, PERMANENT SIGNING January 3, 2006 8- 21.3(9)F Bases The second paragraph is revised to read: The excavation and backfill shall be in conformance with the requirements of Section 2- 09.3(1)E. The fifth paragraph is revised to read: 22 The bottom of concrete foundations shall rest on firm ground. If the portion of the foundation beneath the existing ground line is formed or cased instead of being cast against the existing soil forming the sides of the excavation, then all gaps between the existing soil and the completed foundation shall be backfilled and compacted in accordance with Section 2- 09.3(1)E. The fourteenth paragraph is revised to read: Both forms and ground which will be in contact with the concrete shall be thoroughly moistened before placing concrete; however, excess water in the foundation excavation will not be permitted. Forms shall not be removed until the concrete has set at least three days. All forms shall be removed, except when the Plans or Special Provisions specifically allow or require the forms or casing to remain. SECTION 9 -00, DEFINITIONS AND TESTS January 3, 2006 9 -00.8 Sand Equivalent The second paragraph is revised to read: For acceptance, there must be a clear line of demarcation. If no clear line of demarcation has formed at the end of a 30 minute sedimentation period, the material will be considered as failing to meet the minimum specified sand equivalent. SECTION 9 -02, BITUMINOUS MATERIALS January 3, 2006 9- 02.1(4) Asphalt Binders This section including title is revised to read: 9- 02.1(4) Performance Graded Asphalt Binder (PGAB) PGAB meeting the requirements of AASHTO M 320 Table 1 of the grades specified in the contract shall be used in the production of HMA. The Direct Tension Test (AASHTO T 314) of M 320 is not a specification requirement. 9 02.1(4)A Performance Graded Asphalt Binder This section including title is revised to read: 9 02.1(4)A Quality Control Plan The Asphalt Supplier of PGAB shall have a Quality Control Plan (QCP) in accordance with WSDOT QC 2 "Standard Practice for Asphalt Suppliers That Certify Performance Graded Asphalts ". The Asphalt Supplier's QCP shall be submitted and approved by the WSDOT State Materials Laboratory. Any change to the QCP will require a new QCP to be submitted. The Asphalt Supplier of PGAB shall certify through the Bill of Lading that PGAB meets the specification requirements of the contract. 9 02.1(6)A Polymerized Cationic Emulsified Asphalt CRS - 2P This section is revised to read: The asphalt CRS -2P shall be a polymerized cationic emulsified asphalt. The polymer shall be milled into the asphalt or emulsion during the manufacturing of the emulsion. The asphalt CRS -2P shall meet the following specifications: 23 AASHTO Test Specifications Method Minimum Maximum Viscosity @122 °F, SFS T 59 100 400 Storage Stability 1 day % T 59 - -- 1 Demulsibility 35 ml. 0.8% Dioctyl T 59 40 - -- Sodium Sulfosuccinate Particle Charge T 59 positive - -- Sieve Test % T 59 - -- 0.30 Distillation Oil distillate by vol. of emulsion % T 59nO 0 3 Residue I T 5 note 1 165 Test on the Residue Fro V Distillation Penetration @77 °F T 49 100 250 Torsional Recovery % note 18 or IT 1 oughnessrrenacity in-lbs no,e3 1 50/25 �- -- note 1 Distillation modified to use 300 grams of emulsion heated to 350 °F ± 9 °F and maintained for 20 minutes. note 2 The Torsional Recovery test shall be conducted according to the California Department of Transportation Test Method No. 332. The residue material for this test shall come from California Department of Transportation Test Method No. 331. note 3 Benson method of toughness and tenacity; Scott tester, inch - pounds at 77 °F, 20 in. per minute pull. Tension head 7 / 8 in. diameter. At the option of the supplier the Benson Toughness/Tenacity test can be used in lieu of Torsional Recovery based on type of modifier used. If the Benson Toughness/Tenacity method is used for acceptance the supplier must supply all test data verifying specification conformance. SECTION 9 -35, TEMPORARY TRAFFIC CONTROL MATERIALS April 3, 2006 9 J 5 . 2 CUn stri GLIOrl Si gns The first paragraph is supplemented with the following: Post mounted Class A construction signs shall conform to the requirements of this section and additionally shall conform to the requirements stated in section 9 -28. The second paragraph is revised to read: Aluminum sheeting shall be used to fabricate all construction signs. The signs shall have a minimum thickness of 0.080- inches and a maximum thickness of 0.125- inches. 24 The first sentence in the fourth paragraph is revised to read: The use of plywood, composite, fiberglass reinforced plastic, new fabric rollup signs, and any other previously approved sign materials except aluminum is prohibited. Any sign which otherwise meets the requirements of this section and was purchased prior to July 1, 2004, may be utilized until December 31, 2007. If a fabric sign is used, it shall have been fabricated with Type VI reflective sheeting. 25 26 CONTRACT PROVISIONS General Special Provisions City of Yakima Special Provisions Contract Form Performance Bond Form Informational Certificate of Insurance Informational Additional Insured Endorsement Minimum Wage Affidavit Form CITY OF YAKIMA SPECIAL PROVISIONS 40 AVE. LINCOLN AVE•, 6 ST SIDEWALK IMPROVEMENTS City Project No. 2046 PSMP P- E- 180(P01) -1 SPECIAL PROVISIONS The following Special Provisions are made a part of this contract and supersede any conflicting provisions of the 2006 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) General Special Provision ( * * * * * *) Notes a revision to a General Special Provision and also notes a Project Specific Special Provision. (Regionsl date) Region Special Provision (BSP date) Bridges and Structures Special Provision General Special Provisions are commonly applicable statewide. Region Special Provisions are commonly applicable within the designated Region. Region designations are as follows: Regionsl 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 commonly applicable statewide. Project Specific Special Provisions normally appear only in the contract for which they were developed. The following Special Provisions supersede any conflicting provisions of the 2006 Standard Specifications for Road, Bridge, and Municipal Construction, including the Division 1 APWA SUPPLEMENT, Section 1 -99, and are made a part of this Contract. 27 DESCRIPTION OF WORK (March 13, 1995) This project consists of the furnishing of all labor, materials, and equipment required for the removal of 166 SY of existing and construction of 756 SY cement concrete sidewalk and relocation of 173 LF of chain link fence, removal of existing school flasher system and relocation of existing solar school flasher system on W. Lincoln Ave., construction of 69 SY cement concrete sidewalk on N. 40 Ave., and the removal of and construction of 317 SY cement concrete sidewalk on E. 6 St. 1 =02 BID PROCEDURES AND CONDITIONS 1 -02.1 PREQUALIFICATION OF BIDDERS Supplement this section as follows: Pre- qualification is not required for this project. 1 -02.6 PREPARATION OF PROPOSAL (September 5, 1 QQ5) On this project, the bidder will not be required to submit with the bid a list of 1. Subcontractors, and 2. The work the subcontractors will perform. (November 20, 2000) 1 -02.12 PUBLIC OPENING OF PROPOSAL • Section 1 -02.12 is supplemented with the following: Sealed bids will be received at the following location before the specified time: City Clerk, City of Yakima, 129 North Second Street, Yakima, WA 98901, until the time and date set for the bid opening. 1 -06 CONTROL OF MATERIALS Foreign Made Materials Section 1 -06 is supplemented with the following: (March 13, 1995) The major quantities of steel and iron construction material that is permanently incorporated into the project shall consist of American -made materials only. The Contractor may utilize minor amounts of foreign steel and iron in this project provided the cost of the foreign material used does not exceed one -tenth of one percent of the total contract cost or $2,500.00 , whichever is greater. American -made material is defined as material having all manufacturing processes occur in the United States. The action of applying a coating to steel or iron is deemed a manufacturing process. Coating includes epoxy coating, galvanizing, aluminizing, painting, and any other coating that protects or enhances the value of steel or iron. Any process from the original reduction from ore to the finished product constitutes a manufacturing process for iron. The following are considered to be steel manufacturing processes: 28 1. Production of steel by any of the following processes: a. Open hearth furnace. b. Basic oxygen. c. Electric furnace. d. Direct reduction. 2. Rolling, heat treating, and any other similar processing. 3. Fabrication of the products. a. Spinning wire into cable or strand. b. Corrugating and rolling into culverts. c. Shop fabrication. A certification of materials origin will be required for any items comprised of, or containing, steel or iron construction materials prior to such items being incorporated into the permanent work. The certification shall be on DOT Form 350 -109 provided by the Engineer, or such other form the Contractor chooses, provided it contains the same information as DOT Form 350 -109. 1 -07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1 -07.1 LAWS TO BE OBSERVED Section 1 -07.1 is supplemented with the following: Prevention Of Environmental Pollution And Preservation Of Public Natural Resources The Contractor shall comply with the following environmental provisions which are made a part of the contract documents. A copy of the environmental provisions are available to the Contractor at the Project Engineer's office. If the Contractor's operations involve work outside the areas covered by the following environmental provisions, the Contractor shall advise the Engineer and request a list of all additional environmental provisions covering the area involved. A copy of all additional environmental provisions is also available to the Contractor at the Project Engineer's office. Regulations of Yakima Regional County Clean Air Authority 1 -07.5 FISH AND WILDLIFE AND ECOLOGY REGULATIONS 1 -07.6 PERMITS AND LICENSES Section 1 -07.6 is supplemented with the following: (March 13, 1995) No hydraulic permits are required for this project unless the Contractor's operations use, divert, obstruct, or change the natural flow or bed of any river or stream, or utilize any of the waters of the State or materials from gravel or sand bars, or from stream beds. 29 (February 5, 2001) 1 -07.17 Utilities And Similar Facilities Section 1 -07.17 is supplemented with the following: Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. 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 nrncari itinn of the xAinrtk for this project 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: Pacific Power Pacific � ���: 877- 548 -3768 Charter Communications 1005 N. 16th Ave., Yakima, WA 98902 (509) 452 -8960 Qwest Communications 8 South 2' Ave., Yakima, WA 98902 800- 573 -1311 City of Yakima 2410 Fruitvale Blvd., Yakima, WA 98902 (509) 575 -6204 Cascade Natural Gas 866- 412 -8829 1 -07.23 Public Convenience And Safety (April 5, 20004) The construction safety zone will be determined as follows: When the posted speed is 35 MPH or under, the safety zone will be 10 feet from the outside edge of traveled way or 2 feet beyond the outside edge of the sidewalk. When the posted speed is from 40 to 55 MPH the safety zone will be 15 feet from the outside edge of traveled way. When the posted speed is 60 MPH or over the safety zone will be 30 feet from the outside edge of traveled way. During nonworking hours equipment or materials shall not be within the safety zone unless it is protected by permanent guardrail or temporary concrete barrier. The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location. During the actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the safety zone and only construction vehicles absolutely necessary to construction shall be allowed within the safety zone or allowed to stop or park on the shoulder of the roadway. The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the safety zone at any time unless protected as described above. Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval. 1 -08 PROSECUTION AND PROGRESS 1 -08.1 Subcontracting Section 1 -08.1 is supplemented with the following: 30 (October 12, 1998) Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor shall submit to the Engineer a certification (WSDOT Form 420 -004) that a written agreement between the Contractor and the subcontractor or between the subcontractor and any lower tier subcontractor has been executed. This certification shall also guarantee that these subcontract agreements include all the documents required by the Special Provision Federal Agency Inspection. A subcontractor or lower tier subcontractor will not be permitted to perform any work under the contract until the following documents have been completed and submitted to the Engineer: 1. Request to Sublet Work (Form 421 -012), and 2. Contractor and Subcontractor or Lower Tier Subcontractor Certification for Federal -aid Projects (Form 420 -004). The Contractor's records pertaining to the requirements of this Special Provision shall be open to inspection or audit by representatives of the Contracting Agency during the life of the contract and for a period of not less than three years after the date of acceptance of the contract. The Contractor shall retain these records for that period. The Contractor shall also guarantee that these records of all subcontractors and lower tier subcontractors shall be available and open to similar inspection or audit for the same time period. 1 -08.3 PROGRESS SCHEDULE The first paragraph is revised to read: The Contractor shall prepare and submit to the City a Construction Progress and Completion Schedule using the Bar Graph or Critical Path Method. Items in the Schedule shall be arranged in the order and sequence in which they will be performed. The Schedule shall conform to the working time and time of completion established under the terms of the Contract and shall be subject to modification by the City. 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 City, as directed, immediately upon preparation. The section is supplemented with the following: The Contractor shall submit a weekly activity schedule to the City Construction Engineer before 9:00 a.m. on the Friday prior to the week indicated on the schedule. If the Contractor proceeds with work not indicated on his weekly activity schedule, or in a sequence differing from that which he has shown on his schedule, the City may order the Contractor to delay unscheduled activities until they are included on a subsequent weekly activity schedule. 1 -08.5 TIME FOR COMPLETION (APWA ONLY) Add the following: (March 13, 1995) Section 1 -08.5 is supplemented with the following: This project shall be physically completed within 30 working days 31 1 -10 TEMPORARY TRAFFIC CONTROL 1- 10.2(1)B TRAFFIC CONTROL SUPERVISOR Revise the first sentence to read: During work, a TCS shall be on the project whenever traffic control devices and /or flaggers are required to fulfill the requirements of the Contractor's approved Traffic Control Plan or as authorized by the Engineer. 1- 10.2(2) TRAFFIC CONTROL PLANS Delete the entire section and replace with the following: The Contractor shall prepare a signing plan showing the necessary Class A construction signing and barricades required for the project and submit it to the City of Yakima for review no later than the preconstruction conference date. When the Class B signing for a particular area will be providerd as rdetailed en one er mere of the figures included in the MUTCD w ith ou t mo difi ca ti on �. � .. ...+.. .-..+ ..+ . .. .,. .+ . .+ v e mere e v ve we e a e v.z ee evesa sa a.v in the MUTCD e V6.O Ytl1U 16JUi modification, evuee wateve e, the Contractor may reference the applicable MU T CD figure at the appropriate location on the Plan. When this procedure is used, variable distances such as minimum length of taper must be specified by the Contractor. The signing plan prepared by the Contractor shall provide for adequate warning within the limits o f th project and on all streets, alleys, and driveways entering the project so that approaching traffic may turn left or right onto existing undisturbed streets before reaching the project. All costs incurred by the Contractor in preparation of the Traffic Control Plan, including any revisions required by the City after review, shall be included in the unit contract prices for "Maintenance and Protection of Traffic," per lump sum. 1 -10.3 TRAFFIC CONTROL LABOR, PROCEDURES AND DEVICES 1- 10.3(3)A CONSTRUCTION SIGNS The first sentence of the first paragraph is revised to read: All signs, barricades, flashers, cones, traffic safety drums, and other traffic control devices required by the approved traffic control plan(s), as well as any other appropriate signs prescribed by the City or County, shall be furnished by the Contractor. 2 -02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 7 n7 O /O\ REMOVAL OF PAVEMENT, SIDEWALKS, 1/n /1111"11'1n w.e GUTTERS 2-02.3(3) REMOVAL OF PAV EMEN 1 , SIDEWALKS, CURBS, AND GUI I ERS Supplement this section with the following: This work shall consist of the removal of approximately 110 SY of 4 -inch thick, 113 SY of 6- inch thick, 10 SY of 18 -inch thick cement concrete sidewalk, and 58 LF of concrete cement curb and gutter on Lincoln Ave. The removal of approximately 269 SY of 4 -inch thick and 47 SY of 6 -inch thick cement concrete sidewalk including the removal of tree roots in the area of the construction new sidewalks on 6 Street. 32 DIVISION 8 - MISCELLANEOUS CONSTRUCTION 8 -06 CEMENT CONCRETE DRIVEWAY ENTRANCES 8 -06.1 Description Supplement this section with the following: The work shall include the installation of a commercial driveway approaches. 8 -06.3 Construction Requirements 8- 06.3(1) Cement Concrete Curbs, Gutters, and Spillways Supplement this section by with the following: Commercial Driveway approaches. Commercial Driveway Approaches shall be constructed as shown on the City of Yakima Standard Detail for Commercial Approach. The sidewalks and the ramps shown on each side of the approach detailed on the standard detail shall be paid for under Section 8 -14 of the Standard Specifications. 8 -06.4 Measurement Supplement this section by with the following: Commercial Driveway Approaches will be measured per each installed at the locations shown on the plans and in accordance with the standard detail. 8 -06.5 Payment Supplement this section by with the following: "Commercial Driveway Approaches ", per each. The payment for "Commercial Driveway Approaches ", per each, shall be full compensation for all work, equipment and materials and all other items necessary for the complete installation of the approaches at the locations shown on the plans and in accordance with the standard detail. 8 -14 CEMENT CONCRETE SIDEWALKS 8 -14.3 Construction Requirements 8- 14.3(3) Placing and Finishing Concrete. Add the following: All sidewalks not located in driveway approach areas shall be four (4) inches in thickness. All sidewalks located in a driveway approach area shall be six (6) inches in thickness within the driveway throat. Existing sidewalks at match lines shall be removed to the nearest convenient existing joint or sawcut in a neat vertical, straight transverse line at locations approved by the Engineer. Joint filler material to form a new expansion joint shall be placed as indicated on the Standard Detail for Sidewalk. At all driveway and handicap ramp depressions, the back of the sidewalk grade shall be depressed to maintain a 2 percent transverse grade from back of curb to back of sidewalk, unless otherwise noted on the plans. 33 Signpost Sockets shall be set 1/2 inch above the finished sidewalk and so that the erected signs will be plumb when installed. The Contractor shall correct any misaligned sockets at his own expense. The Contractor shall adjust Domestic Water Meter Lids to the sidewalk finish grade where they are located within the limits of the new sidewalk. The Contractor shall contact the City of Yakima Water Division to coordinate this work. The Contractor shall install detectable warning surfaces per WSDOT Standard plan F3 in all Handicap Ramps. 8 - 14.5 Payment Add the following: "Cement Conc. Sidewalk In. Thick per square Yard 8 -20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL 8 -20.1 DESCRIPTION Supplement this section by with the following This work also consists of removing and resetting a solar operated school crossing light. 8 -20.3 CONSTRUCTION Supplement this section by with the following: The school crossing light shall be removed from its existing location at Sta. 15 +96 (30' Lt.) and reset it at a location to be determined by the City of Yakima Traffic Engineering Department. (575 -6005) 8 -20.4 MEASUREMENT Add the following item to this section: Removing and resetting school crossing light will be measured per each for each school crossing light removed and reset. 8 -30.5 PAYMENT Add the following item to this section: "Removing and Resetting School Crossing Light ", per each. The unit contract price for removing and resetting school crossing light shall be full pay for all labor, equipment and material required to remove and reset the light. 8 -30 REPAIR OR REPLACEMENT (NEW SECTION) 8 -30.1 DESCRIPTION The work covered by this Section shall consist of repair or replacement of miscellaneous items such as sod for lawn, rockeries, private irrigation systems, shrubs, or other features within or adjacent to the project area, as designated and directed by the City. 8 -30.4 MEASUREMENT No specific unit of measurement shall apply to this item of work. For the purpose of providing a common proposal for all bidders, the City has estimated the Force Account amount for "Repair and 34 Replacement" and has entered the amount for the pay item in the proposal form to become a part of the total bid price by the Contractor. The Contractor is advised that this bid item may or may not be utilized in this project. 8 -30.5 PAYMENT "Repair or Replacement," by force account, as provided in Section 1 -09.6. 35 26 CONTRACT THIS AGREEMENT, made and entered into in triplicate, this f day of a , 2006, by and between the City of Yakima, hereinafter called the Owner, and Columbia Asphalt & Gravel, Inc. 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: $ 1)A,15 So , for 40th AVE., LINCOLN AVE.,AND 6TH ST SIDEWALKS Project No. 2046, PSMP P- E180(P01) -1, all in accordance with, and as described in the attached plans and specifications and the 2006 Standard Specifications for Road, Bridge, and Municipal Construction which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this contract and every part thereof. Work shall start within ten (10) days after the Notice to Proceed and shall be completed in Thirty (30) working days. The first chargeable working day shall be the 11th working day after the date on which the City issues the Notice to Proceed. If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in the Standard Specifications for each and every day said work remains uncompleted after expiration of the specified time, as liquidated damages. The Contractors shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima. II. The City of Yakima hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. III. The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor. IV. It is further provided that no liability shall attach to the City of Yakima by reason of entering into this contract, except as expressly provided herein. IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written. Countersigned: CITY OF YAKIMA } CONTRACTOR this Z8 day of 6Ve-,,h� 2006. j5 : LIA l�'t ASpat ravc.L., a L R Corporation Contrac City Managers By: Attest: L. --QL1 < ra L, "' (Print ) • t � _ ( . , � �� P nt Na . City Clerk g Its �"CM c vOr 1 `? (President, Owner, etc.) :t ! Address: t a ��Ox 37 38 BOND # 8811430 PERFORMANCE BOND BOND TO CITY OF YAKIMA KNOW ALL MEN BY THESE PRESENTS: ' That we, the undersigned, COLUMBIA ASPHALT & GRAVEL , INC . a WASHINGTON Corporation as Principal and FIDELITY & DEPOSIT COMPANY OF MARYLAND I - corporation organized and existing under the laws of the State of MARYLAND co as a surety co rpo g g ty rporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety, are jointly and severally held and firmly bound to the CITY OF YAKIMA in the penal sum of $122 , 757.50 -- for the payment of which sum on demand'we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinances of the CITY OF YAKIMA. DATED at Yakima, Washington, this 20Tg o f NOVEMBER , 2006. Never - the -less, the conditions of the above obligations are such that: WHEREAS, pursuant to action taken by the Yakima City Council on , the City Manager and City Clerk of the CITY OF YAKIMA • has let or is about to let to the said COLUMBIA ASPHALT & GRAVEL , IN . , the above bounded Principal, a certain contract, the said contract being numbered 2046 , and providing for4OTH AVE /LINCOLN /6TH ST SIDEW( contract is referred to herein and is made a part hereof as though attached hereto), and, WHEREAS, the said Principal has accepted, or is about to accept, the said contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW THEREFORE, if the said COLUMBIA ASPHALT & GRAVEL, INC . shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, sub - contractors and material men, and all persons who shall supply said principal or sub - contractors with provisions and supplies for the carrying on of said work, and shall hold said CITY OF YAKIMA, its employees, agents, and elected or appointed officials, harmless from any damage occasioned to any person or property by reason of any carelessness or negligence on the part of said L principal, or any sub -contractor in the performance of said work and shall indemnify and hold the CITY OF YAKIMA, its employees, agents, and elected or appointed officials, harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract within a period of one year after its acceptance thereof by the CITY OF YAKIMA, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. COLUMBIA ASPHALT & GRAVEL, INC. (Con ctor)' By: � ld. acv 7 -S<\. •- (Print Name) Approvgd as to form: , ' Its: ll (President, Owner, etc...) (CityAttomey) FIDELITY & DEPOSIT COMPANY OF MARYLAND t ,...(Surety) e TRACI SULLIVAN (Print Name) Its: ATTORNEY —TN —FACT 39 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary, in pursuance of authority granted by Article V1, Section 2, of the By -Laws of said Company, . are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date - e; .r= by nominate, constitute and appoint Don W. EMERICK, JR., Lissa M. SHIVELY, Traci SU t �.i4 • + y ' , + � KEE, all of Yakima, Washington, EACH its true and lawful agent and Attorney-' , . ?' - cu + W for, and on its behalf as surety, and as its act and deed: any and all bon • r : l a � gs . utir . sj ;e'o such bonds or undertakings in pursuance of these presents, shall be as b' • . �+ o . �/ 1 .1 • . sly, to all intents and purposes, as if they had been duly executed and ac .• ••. - + - ' e • le • •'= i ers of the Company at its office in Baltimore, Md., in their own proper pe malt. p. - • f ..0,.•3, � , � issued on behalf of Don W. EMERICK, JR., Carol KORN, Jana PERKINS, Lis :gi: i I t IAN, Tammy R. MCKEE, dated April 10, 2003. The said Assistant . w� :�; t t estes `tte eby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By- s . said Company, and is now in force. IN WITNESS WHEREOF, the said Vice - President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 28th day of February, A.D. 2005. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND 'gyp F 4 OEPos .i C• .J MME W � r 5 1M it *um By: Eric D. Barnes Assistant Secretary William J. Mills Vice President State of Maryland ss: City of Baltimore f On this 28th day of February, A.D. 2005, before the subscriber, a Notary Public of the State of Maryland, duly • commissioned and qualified, came WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. ■ Maria D. Adamski Notary Public My Commission Expires: July 8, 2007 POA -F 180 -3127 e I EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice - President, or any of the Senior Vice - Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice - Presidents and Attorneys -in -Fact as the business of the Company may require, or to • • authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the the Vi P who executed th s aid P ower o f Attorney was o f th additional Vice -Presidents s all au thoriz e d Vice-President SGJSLSGil! `TJ 11V G�I.eV ULGSS the said Power WGl VS Attorney `�^'aJ one of the additional Y SGSr-S SGJSVWii6al a p.,Na.. aa J Y u....�/ � --. —`- by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice - President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 20TH day of NOVEMBER , 2006 . Assistant Secretary ACORD. CERTIFICATE OF LIABILITY INSURANCE 11/28 /2 0 6 PRODUCER (509)965 -2090 FAX (509)966 -3454 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Conover Insurance, Inc. (Y) ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 125 N. 50th Ave. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P.O. Box 10088 Yakima, WA 98909 -1088 INSURERS AFFORDING COVERAGE NAIC # INSURED Columbia Asphalt & Gravel, Inc. INSURER A: Zurich American Ins. Co Columbia Ready -Mix, Inc. INSURER B: Zurich American Ins. Co. P.O. Box 9337 INSURER C: Ins. Co. of the State of PA Yakima, WA 98909 INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR DD'L TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS SRf! nATF /MM /nnrrn DATE (MM/nn/YY) GENERAL LIABILITY CP03697348 04/26/2006 04/26/2007 EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $ 300,000 PRFMI.SFS (Fa nrcurpnca) CLAIMS MADE I X I OCCUR MED EXP (Any one person) $ 10,000 A PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP /OP AGG $ 2,000,000 7 POLICY n Yr& n LOC AUTOMOBILE LIABILITY BAP3697349 04/26/2006 04/26/2007 COMBINED SINGLE LIMIT $ X ANY AUTO (Ea accident) 1,000,000 ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) B HIRED AUTOS BODILY INJURY $ NON -OWNED AUTOS (Per accident) PROPERTY DAMAGE (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESS /UMBRELLA LIABILITY 47063700 04/26/2006 04/26/2007 EACH OCCURRENCE $ 2,000,000 X I OCCUR CLAIMS MADE AGGREGATE $ 2,000,000 C $ DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION AND CP03697348 04/26/2006 04/26/2007 TCRY LIMITS I O ER EMPLOYERS' LIABILITY EMPLOYERS LIAB /STOP GAP E L. EACH ACCIDENT $ 1,000,000 A ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? E.L. DISEASE - EA EMPLOYEE $ 1,000,000 If yes, SPECIAL describe under W ORK COMP - STATUTORY E .L. DISEASE - POLICY LIMIT $ 1,000,000 SPECIAL PROVISIONS below OTHER DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS Re: Project # 2046 - 40th Avenue; Lincoln Avenue; 6th Street Sidewalk Improvement Project - Zity of Yakima, their agents, employees and elected or appointed officials are named as Additional Insured per form U -GL- 1175 -A CW 9/03 attached. REPLACES CERTIFICATE ISSUED 11/20/06. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL 1 XJ (65 MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, City of Yakima KOCXXXIOWXMOCXXIXX(XXXXXXXXXXiXXIMMXXXXXXO(XXXXXX 129 N. 2nd Street d XXXLXdAb XKX4 XMGX NrXXXEXXXXKX*XK 4X XXXXXXXXXX Yakima, WA 98901 AUTHORIZED REPRESENTATIVE David LaRiviere /TRACIS ACORD 25 (2001/08) ©ACORD CORPORATION 1988 i s IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the icgi jinn inci irar /c1 ai ithnri7arl ranracantativa nr nrnrii snar, and the certificate hnlrlar, nor rinac it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001/08) Additional Insured — Automatic - Owners, Lessees Or Contractors - Broad Form Policy No. Eff. Date of PoL Exp. Date of PoL Eff. Date of End. Producer Add'L Prem Return Prem. $ $ THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A. WHO IS AN INSURED (Section II) is amended to include as an insured any person or organization whom you are re- quired to add as an additional insured on this policy under a written contract or written agreement. B. The insurance provided to additional insureds applies only to "bodily injury ", "property damage" or "personal and adver- tising injury" covered under Section I, Coverage A, BODILY INJURY AND PROPERTY DAMAGE LIABILITY and Coverage B, PERSONAL AND ADVERTISING INJURY LIABILITY, but only if: 1. The "bodily injury' or "property damage" results from your negligence; and 2. The "bodily injury ", "property damage" or "personal and advertising injury" results directly from: a. Your ongoing operations; or b. "Your work" completed as included in the "products- completed operations hazard ", performed for the additional insured, which is the subject of the written contract or written agreement. C. However, regardless of the provisions of paragraphs A. and B. above: 1. We will not extend any insurance coverage to any additional insured person or organization: a. That is not provided to you in this policy; or b. That is any broader coverage than you are required to provide to the additional insured person or organization in the written contract or written agreement; and 2. We will not provide Limits of Insurance to any additional insured person or organization that exceed the lower of: a. The Limits of Insurance provided to you in this policy; or b. The Limits of Insurance you are required to provide in the written contract or written agreement. D. The insurance provided to the additional insured person or organization does not apply to: 1. "Bodily injury ", "property damage" or "personal and advertising injury" that results solely from negligence of the ad- ditional insured; or U -GL- 1175 -A CW (9/03) Page 1 of 2 Includes copyrighted material of Insurance Services Office, Inc. with its permission. AGENT COPY ■ 2. "Bodily injury ", "property damage" or "personal and advertising injury" arising out of the rendering or failure to render any professional architectural, engineering or surveying services including: a. The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and j b. Supervisory, inspection, architectural or engineering activities. E. The additional insured must see to it that: 1. We are notified as soon as practicable of an "occurrence" or offense that may result in a claim: 2. We receive written notice of a claim or "suit" as soon as practicable; and 3. A request for defense and indemnity of the claim or "suit" will promptly be brought against any policy issued by another insurer under which the additional insured also has rights as an insured or additional insured. F. The insurance provided by this endorsement is primary insurance and we will not seek contribution from any other insurance available to any additional insured person or organization unless the other insurance is provided by a con- tractor other than you for the same operations and job location. Then we will share with that other insurance by the method described in paragraph 4.c. of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS. Any provisions in this Coverage Part not changed by the terms and conditions of this endorsement continue to apply as written. U -GL- 1175 -A CW (9/03) Page 2 of 2 AGENT COPY 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 that 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 , 2006. Notary Public in and for the State of Washington residing 45 • 46 PREVAILING WAGE RATES Yakima County wage Rates Supplemental To Wage Rates Benefit Code Key PREVAILING WAGE RATES The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in the performance of any part of this Contract shall be in accordance with the following State Wage Rates. The rules and regulations of the Department of Labor and Industries and the schedule of prevailing wage rates for the locality or localities where this Contract will be performed as determined by the Industrial Statistician of the Washington State Department of Labor and Industries, are by reference made a part of this Contract. A schedule of both the federal and state prevailing wage rates is included in these Specifications. Inasmuch as the CONTRACTOR will be held responsible for paying the higher rate of these schedules of wages, it is imperative that all contractors and subcontractors familiarize themselves with the current wage rates before submitting bids based on these Specifications. Before any payment is made by the local government body of any sums due under this Contract, the local government body must receive from the CONTRACTOR and each subcontractor a copy of the "Statement of Intent to Pay Prevailing Wages" approved by the Washington State Department of Labor and Industries. Also following the acceptance of the project, the local government body must receive from the CONTRACTOR and each subcontractor a copy of "Affidavit of Wages Paid" and, in addition, from the prime contractor a copy of "Release for the Protection of Property Owners and General Con- tractor," all approved by the State Department of Labor and Industries. Forms may be obtained from the Department of Labor and Industries. The CONTRACTOR and each subcontractor shall pay all fees associated with and make all applications directly to the Department of Labor and Industries. These affidavits will be required before any funds retained, according to the provisions of RCW 60.28.010, are released to the CONTRACTOR. Payment by the CONTRACTOR and subcontractor of any fees shall be considered incidental to the construction and all costs shall be included in other pay items of the project. The Contractor and all Subcontractors shall be required to submit certified weekly payroll forms with an accompanying Statement of Compliance so that payment of prevailing wage rates and fringe benefits may be verified. The Contractor and all subcontractors shall also be required to submit Monthly Employment Utilization Reports in accordance with these Specifications. 47 48 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Pcevalotg Wage Section - Telephone (35149M-S335 PO Scat 44540_ Olympia. WA 95504-454O Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES Fisted here irickede both the hourly wage rate and the hourly rate of fringe benefits. On public n+crks projects. workers' wage and benefit rates must add to not less than this total_ A brief descripiicn of overtime calculation requirements is provided on the Benefit Code Key_ YAKIMA COUNTY Effective 08 -31-05 ttrrrrtttrrtrrrmrrrtwr++ lima+. metrtrrrttrrr ttttrtitt errrr*i +rill- *****+rkttrfaa*ttrriAre (See BeneftCode Key) Over PREVAILING Tune Holiday Note Classification WAGE Cede Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $27.81 IN SD BORER/JAPERS JOURNEY LEVEL $48.32 IC 5N BRICK AND MARBLE MASONS JOURNEY LEVEL $3537 IM SA CABINET MAKERS (BN SHOP) JOURNEY LEVEL $10.24 1 CARPENTERS ACOUSTICAL WORKER $3270 IM 50 BRIDGE, DOCK AND WARF CARPENTERS $40.00 IM 5O CARPENTER $3270 iM SO CREOSOTED MATERIAL $3270 1M 50 DRYWALL APPLICATOR 332.70 IM SD FLOOR FINISI-ER 53270 I61 5D FLOOR LAYER $3270 134 so FLOOR SANDER $3270 lea 50 MILLWRIGHT $41.00 161 50 PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING 540.00 iM SD SAWFILER $32.70 1M 50 SNBNGLER $3270 1M 50 STATIONARY POWER SAW OPERATOR $32.70 1M 50 STATIONARY WOODWORKING TOOLS $32.70 141 SD CEMENT MASONS JOURNEY LEVEL $31.45 1?N 50 DRIERS & TENDERS DIVER $85.75 161 50 BA DIVER TENDER 54422 114 532 DREDGE WORKERS ASSISTANT ENGINEER $4202 IT 50 BL ASSISTANT MATE {DECKHAh'L2) $41.51 IT 50 M. BOATMEN 342.42 IT 50 BL ENGINEER WELDER 54207 IT 50 8L LEVERMAN, HYDRAULIC $43.134 IT so at. MALUTEMANCE 541.51 IT 51) 8L MATES $42.02 IT 50 8L OILER $41.$4 IT S12 BL DRYWALL TAPERS JOURNEY LEVEL $28.04 1P 5A ELECTRICIANS - INSIDE JOURNEY LEVEL $43.80 1E 5A ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER $5238 4A SA CERTIFIED IJIE WELDER 347.$8 4A 5A GROUNDPERSON $34.87 'A SA HEAD GROUNDPERSON • $35-75 4A 5A HEAVY LINE EQUIPMENT OPERATOR $47.88 4A SA JACIGNA AMER OPERATOR $38.75 4A SA JOURNEY LEVEL UTEPERSON $47.88 4A SA LINE EQUIPMENT OPERATOR 340-87 4 A SA POLE SPRAYER $47.88 4A 5A POWDERPERSON $38.75 4A SA ELECTRONIC TECHNICIANS Page 1 49 YAKIMA COUNTY Effective 03 -31-00 *i* * ** * ***t *** **** * *t001 * *t* tit***** iY***** tf** t****** H** t** H** f*************** *fffltt *f* * **t *!t * **i *** * *** *ti (See BenefL Cole Key) CVer PREVAILING Thee HcIICav Ne:e Classification WAGE Cvde Cie Cade • ELECTRONIC TECHNICIANS JOURNEY L_REI- 323.40 i ELEVATOR CONSTRUCTORS MECHANIC $5 4A 6Q MECHANIC IN CHARGE. 3P{i_50 4A EQ FENCE ERECTORS FENCE ERECTOR 321.£4 1 FLASGERS JOURNEY LEVEL 325.03 IN 4a GLAZIERS JOURNEY LEVEL $21.01 is Ed HEAT d FROST INSUI:ATORS AND ASBESTOS WORKERS MECHANIC 323.18 i HOD CARRIERS & MASON TENDERS JOURNEY LEVEL 328.29 IN ED INSULATION APPLICATORS JOURNEY LEVEL 332.91 1 IRONWORKERS JOURNEY LEVEL 3445 10 EA LABORERS ALL L..ASSIFICAT.ONS 318.12 LANDSCAPE CONSTRUCTION FR.RIGATICN OR LAWN SPRINKLER INSTALLERS 37 53 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $15.45 1 LANDSCAPING CR PLANTING LABORERS 37.53 i LATHERS JOURNEY LEVEL $32.70 1!*. ED PAINTERS JOURNEY LEVEL $20 05 i PLASTERERS • JOURNEY LEVEL 34123 IR EA PLUMBERS d PIPEI-r r i IRS JOURNEY LEVEL 351.05 1• EA POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $39.57 iT ED EL EACKHCE, EXCAVATOR, SHOVEL 13 YD & UNDER) 342.35 IT ED 8L BACKHOE, EXCAVATOR, SHOVEL !OVER 3 YD & UNDER 6 YD) 342.84 IT ED 8L BACKHOE, EXCAVATOR. SHOVEL (6 YD AND OVER ViI T H 343.30 iT ED 8L BACKHOES, (7S HP A UNDER) 341.93 IT SD EL BACKHQES, (OVER 75 HP) 342.35 IT ED EL BARRIER MACHINE (ZIPPER) 3 IT ED 8L BATCH PLANT OPERATOR, CONCRETE 34235 IT ED EL BELT LOADERS (ELEVATING TYPE) 341.03 IT ED EL BOBCAT {SKID STEER) 33$_57 iT SO EL BROOMS $39.57 IT ED EL BLA)P CUTTER 342.35 IT ED BL CABLEWAYS 34284 IT ED EL CHIPPER 342.35 IT ED 8L COMPRESSORS 339.57 IT ED EL CONCRETE FINISH MACHINE - LASER SCREED $39.57 iT ED EL CONCRETE PUMPS 341.93 IT ED EL CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $42.35 IT SD EL coN rzy)D S 341.03 iT ED BL CRANES, Ti-SRU 19 TONE, VIITH ATTACHMENTS $41.03 IT ED EL CRANES, 23 -44 TONS, WITH ATTACHM E TS 34235 IT ED EL CRANES, 45 TONS - 9.9 TCNS, UNDER 150 FT CF BOOM (INCLUDING 342.84 IT ED 8L JiS WITH ATACHMENTS) CRANES, 1O0 TONE., - 199 TONS, OR tEO FT CB BOOM (INCLUDING JIB 343.39 IT SD 8L WITH ATTACHMENTS) CRANES, 200 TONS TO 330 TONS, OR 250 FT OF BOOM (INCLUDING JIB $ 95 IT ED EL Page 2 50 YAKIMA COUNTY Effective 08- 31-07 t* et* et**r tt tr** rr* et*** r* rttrer* rtt* et* r* t** r *eet *rt**rt*rrtrtt**etrrt**et* eft* r * *rt **t***t*raere (See BenelttCode Key) Over PREVAJUNG Yore Holiday Note Classification WAGE Code Code Code • 1VITHATTACHMENTS) CRANES, A- FRAME. 10 TON AND UNDER 539-57 IT 513 at CRANES, A- FRAME. OVER 10 TON 341.93 IT so BL CRANES, OVER 300 TONS. OR 3C0' OF BOOT& INCLUCING JIB WITH 344.52 IT 50 at ATTACHMENTS CRANES, OVERHEAD. BRIDGE TYPE (23 - 44 TONS) $4235 IT 5D 81 CRANES, OVERHEAD. BRIDGE TYPE (45 - 99 TONS) $42.84 IT SD 81. CRANES, OVERHEAD. BRIDGE TYPE (100 TONS & OVER) 343.39 IT 50 8L CRANES, TOWER CRANE tin TO 175' IN HEIGHT, BASE TO BOOM $43.38 IT sD SL CRANES, TOWER CRANE OVER 175' IN HEIGHT. EASE TO BOOM $43.98 IT 50 8L CRUSHERS $42.35 IT 513 8L DECK ENGINEER/DECK WINCHES (POWER) $42.35 IT S0 81 DERRICK, BUILDING, 34284 IT 50 81 DOZERS. D-9 & UNDER 541.93 IT SD 81 DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $41.93 IT 50 8L DRILLING MACHINE 342.35 IT 50 at ELEVATOR AND MANUFT, PERMANENT AND SHAFT-TYPE $39.57 IT 50 at EOUIPAIENT SERVICE ENGINEER (OVER) $41. IT 50 8L FINISHING MACI ENE8BIDWE' L GAMACOAND SIMILAR EQUIP $4235 IT 50 8L FORK LETS. (3000 LBS AND OVER) $41.93 IT 50 8L FORK LIFTS, (UNDER 3000 LBS) $39.57 IT 50 8L GRADE ENGINEER $41.93 iT SD BL GRADECHECKER AND STAKEMAN 539.57 IT s0 81. GUARDRAIL PUNCH $4235 IT 50 81 HOISTS. OUTSIDE (ELEVATORS AND MANUFTS). AIR TUGGERS $41 iT SD 81 HCRIZCNTALIDIRECTICNAL DRILL LOCATOR $41.93 IT SD SL HORIZONTAL /DIRECsIONALDRILL OPERATOR $42.35 IT 50 81 HYDRA JFTS/900M TRUCKS (10 TON 3 UNDER) $39.57 IT 50 8L HYCRALIFTSISOOM TRUCKS (OVER 10 TON) $41.93 IT 50 8L LOADERS. OVERHEAD (6 YD UP TO 8 Y0) 542.84 IT SD 81 LOADERS. OVERHEAD (8 YD & OVER) $43.39 IT SD 81. LOADERS. OVERHEAD (UNDER 6 Y0), PLANT FEED $42.35 IT 5D 8L LOCOMOTIVES. ALL 342.35 IT sO at MECHANICS. ALL $42.84 IT SD at MFRS, ASPHALT PLANT $42.35 IT SO 8L MOTOR PATROL GRADER (FINISHING) $42.35 IT 50 8L MOTOR PATROL GRADER (NON-FINISHING) $41.93 IT 50 BL MUCKING MACHINE. MOLE. TUNNEL DRILL ANDICFI SHIELD 34284 IT 5D SL OIL Di5I.tIBUTORS. SLOWER DISTRIBUTION AND MULCH SEEDING 339.57 IT 50 8L OPERATOR PAVEMENT BREAKER 339.57 IT 50 8L PILEDRIVER (OTHER THAN CRANE MOUNT) $4235 IT 50 8L PLANT OILER (ASPHALT. CRUSHER) $41.93 IT 50 8l POSTHOLE DIGGER, MECHANICAL $39.57 IT 50 81 POWER PLANT $39.57 IT SD SL PUMPS, WATER $39.57 iT 59 8L QUAD 9. D AND HO-41 $42.84 IT 50 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $42.84 IT 50 8L EQUIP RIGGER AND BELLMAN $3,4.57 IT 5D 8L RCLLAGON $42.84 IT 50 81. ROLLER. OTHER THAN PLANT ROAD MIX 339 - IT 50 8L ROLLERS, PLANTMIX OR MULTiIFT MATERIALS $41.93 IT 50 8L ROTO -MILL, ROTO- GRINDER $42.35 IT 55 8L SAWS, CONCRETE $41.93 IT SD 81 SCRAPERS - SELF PROPELLED, HARD TM. END DUMP, ARTICULATING $42. IT 50 8L OFF -ROAD EQUIPMENT ( UNDER 45 Y0) SCRAPERS - SELF PROPELLED, HARD TAIL END OUP. , ARTICULATING $42.84 IT so 8l Page 3 51 YAKIMA COUNTY Effective 088 -31-05 *** * *i4 ** ** *** * *1.I*fR * *H ***mi RtHfi4RRt *tAtlRMift*Rftse tr fi r*R\ ittt*t*ftf i **** *tf **1Y *** *tt►*tf*****R *H *4* (See Beneet Code Key) . Over PREVAILING Time Flfnday Note Classification WAGE Code Code Code OFF -ROAD EQUIPNENT(45 YD AND OVER( SCRAPERS, CONCRETE AND CARRY ALL $41.83 IT 50 81. SCREED MAN $4235 IT 50 81- SHOTCRETE GUNITE $39.57 IT E0 8L SL€PFORM PAVERS 54284 IT SD 8L SPREADER TOPSIDE OPERATOR - SLAW KNOX 342.35 IT ED 81_ SUSGRADE TRIMMER $4235 IT 5D 81_ TONlFR RI_X_KF: FI EVATORS 311_23 IT 3M3! al. TRACTORS, (75 VP & UNDER) 341.93 IT 5D 8L TRACTORS, (OVER 75 HP) 54235 IT 5D 81. TRANSFER MATERIAL SERVICE MACHINE 342.35 IT SD 8L TRANSPORTERS, ALI. TRACK OR TRUCK TYPE 342.24 IT ED 8L TRENCHING MACHINES 541.83 IT 50 8L TRUCK CRANE OILER/DRIVER ( UNDER ICC TON) 541.23 IT 5O 81. TRUCK CRANE OILER/DRIVER MO TON & OVER) $42.35 IT 50 8L TRUCK „ "• i PCCR I LE COR E` ER 542.35 IT SD 8L WHEEL TRACTORS, FARNALL TYPE 339.57 1T ED 8L YO YO PAY DOZER $4235 IT SD 8L POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHA2tC -E 334.75 4A .A SPRAY PERSON $33.40 4A SA TREE EQUIPMENT OPERATOR $33.43 4A 5A TREE TRIMMER 331.10 4A SA TREE TRIMMER GROI.'VOPERSON $23.43 4A SA REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC 551.35 10 EA ROOFERS JOURNEY LEVEL 329.75 2P 84 USING IRRITABLEBITUMDIOUS MATERIALS $3275 2.? 51 SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) 540.51 15 SA SOFT FLOOR LAYERS JOUTINEY LEVEL $23.11 IN SA SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $ 7.53 1 SPRINKLER 11 i tRS (FIRE PROTECTION) JOURNEY LEVEL 341170 1R SO SURVEYORS CHAIN PERSON $9.25 1 INSTRUMENT PERSON 51205 1 PARTY CHIEF 315.05 1 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $20.00 I TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER 32914 23 `A HOLE OIGGERIC -ROUND PERSON 518.21 23 SA INSTALLER (REPAIRER) $2 8.88 23 SA JOURNEY LEVEL TELEPHONE UNEPEP .SOY $27.82 25 5A SPECIAL APPARATUS INSTALLER I $29.539 25 5A SPECIAL APPARATUS INSTALLER II 5 2g_3D 23 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $29_ 6g 23 SA TELEPHONE EQUIPMENT OPERATOR (LIGHT) 527_£2 25 SA TELEVISION GROUND 0 ERSON 515.98 25 SA TELEVISION UtiNEPERSOMIINSTALLER $21.17 0 5A TELEVISION SYSTEM TECHIO IAN 525.15 25 5A TELEVISION TECJIJPCIAN 522_134 25 5A TREE TRIMMER 52712 23 SA TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL 327.54 SM IA Page 4 52 YAKIMA COUNTY Effective 08 -31-08 t tort* itttHtit* tart H*ttttt***** t4ttf?tl fttwtt itttftttl YY3 Ore teHfr lri* tlttftt 4rtst #ttl4******tr**Ittttt (See Benent Code Key) Clef PREVAILING Time Holiday NCRe Classification WAGE Cale Cede Code TILE, MARBLE & TERRAZZO FINISHERS �� 5A FINISHER TRAFFIC comma. STRIPERS JOURNEY LEVEL 334.90 ix EA TRUCK DRIVERS ASPHALT MIX $14.19 I • DUMP TRUCK $30.93 2G Ed DUMP TRUCK & TRAILER $30.03 2G 61 OTHER TRUCO $30.93 2G 61 TRANSIT I.flXER $34.93 2G 64 WELL DRILLERS & IRRIGATION PUP INSTALLERS $1t_95 1 ER.RIGATICN PUMP INSTALLER OILER $9/0 1 WELL DRILLER $17.88 i Page 5 53 54 Washington State Department of Labor and Industries Policy Statement (Regarding the Production of Standard" or "Non standard" hems) Below is the department's (State LRl'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 shad 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 RCN 39.12. 1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to question 3. 3. Is the item fabricated in an assembly/fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not. go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39.12. If yes, go to question 6. 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. Any firm with questions regarding the policy, WSDOTs Predetermined List, or for determinations of covered and non - covered workers shall be directed to State L61 at (360) 9 02 -5330. Supplemental To Wage Rates Page 1 55 WSDOTs Predetermined List for Suppliers - Manufacturers - Fabricators Below is a list of potentially prefabricated hems, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non - s anda,d and therefore covered the prevailing wage lay, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non - standard and therefore covered by RCW 39.12. Items marked with an X in the NO column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L&I's policy statement. ITEM DESCRIPTION YES NO 1. Manhole Ring& Cover - manhole type 1, 2, 3, and 4. X i � For use nis .such Basin type c. The casting meet AASHTO- f -105, class 30 gray iron casting. See Std. Plan 8-30.10, X30.70, B- 30.80, and E-5. 2. Frame & Grate - frame and Grate for Catch Basin type X 1, 1 L. 1 P, 2, and Concrete Inlets. Cast frame may be grade 70-36 steel, class 30 gray cast iron or grade 803 -55-06 ductile iron, The cast grate may !. grade70 -36 steel or grade 80 -55-06 ductile iron. See Std. Plan B- 25.20, B- 30.20, 8- 30.30, 8- 30.40. and B- 30.50. 3. Grate Inlet & Drop Inlet Frame & Grate - Frame and X Grate for Grate Inlets Type 1 or 2 or Drop Inlets Type 1 or 2. Angle iron frame to be cast into top of inlet. See Std. Plan 8-35.20, B- 40.20, 8- 40.40, and B- 50.20. 4. Concrete Pipe - Plain Concrete pipe and reinforced X concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. 5. Concrete Pipe - Plain Concrete pipe and reinforced X concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. Supplemental To Wage Rates Page 2 56 YES NO 6. Corrugated Steel Pipe - Steel lock seam corrugated X pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, 1 thru 5. 7. Corrugated Aluminum Pipe- Aluminum lock seam X corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, #5. 8. Anchor Bolts & Nuts - Anchor Bolts and Nuts, for X mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. See Contract Plans and Std. Plans for size and material type. 9. Aluminum Pedestrian Handrail - Pedestrian handrail X conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be in accordance with Section 9- 28.14(3). 10. Major Structural Steel Fabrication - Fabrication of X major steel items such as trusses, beams, girders, etc., for bridg 11. Minor Structural Steel Fabrication - Fabrication of X minor steel items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cuttin unching and/or boring of holes. See Contact Plans for item description and shop drawings. 12. Aluminum Bridge Wailing Type BP- Metal bridge railing X conforming to tie type and material specifications set forth in the Contact Plans. Welding of aluminum shall be in accordance with Section 9- 28.14(3). Supplemental To Wage Rates Page 3 57 YES NO 13. Concrete Piling—Precast-Prestressed concrete piling for X use as 55 and ton concnete_piling. Concrete to conform to Section 9-19.1 of Std. Spec.. Shop dradvings for approval shall be provided per Section 6-05.3(3) of the Std. Spec. See Std. Plans E-4 and E-4a 14. Manhole Type 1, 2, 3 and 4 - Precast Manholes with risers X and flat top slab andfor cones. See Std. Plans B-15.20, B-15.40, and B-15.60. 15. Drywall - Drywall as specified in Section 9-12.7 . of the Std. Sec. See Std. Plan B-20.20, 8-20.40, and B-20.60. X 16. Catch Basin-Catch Basin type 1. 1L, 1P, and 2, X including risers, frames maybe cast into riser. See Std. Plans 8-5.20, B-5.40, B-5.60, 8-10.20, B-10.40, and B-10.60. 17. Precast Concrete inlet- Concrete inlet with risers, X frames may be cast into risers. See Std. Plan 8-25.60. 18. Drop Inlet Type 1 - Drop Inlet Typo 1 with support X angles and grate. See Std. Plans B-45.20. 19. Drop Inlet Type 2- Drop Inlet type 2 with support X angles and grate. See Std. Plans B-45.40. 20, Grate Inlet Type 2- Grate Inlet Type 2 with risers and X top unit with bearing angles. See Std. Plans B-35.40. 21. Precast Concrete Utility Vaults - Precast Concrete X utility vaults of various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction requirements. Shop drawings Supplemental To Wage Rates Page 4 58 YES NO are to be provided for approval prior to casting. 22. Vault Risers - For use with Valve Vaults and Utilities X Vaults. 23, Valve Vault - For use with underground utilities. X See Contract Plans for details. 24. Precast Concrete Barrier - Precast Concrete Barrier for X use as new barrier or may also be used as Temporary Concrete Barrier. Only new state approved barrier may be used as permanent barrier. 25. Reinforced Earth Wall Panels- Reinforced X Earth Wall Panels in size and shape as shown in the Plans. Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing. Fabrication at other locations may be approved, after facilities inspection, contact HO. Lab. 26. Precast Concrete Walls - Precast Concrete Walls - X tilt up waY panel in size and shape as shown in Plans. Fabrication plant has annual approval for methods and materials to be used. 27. Precast Railroad Crossings - Concrete Crossing Structure X Slabs. 28. 12, 18 and 26 inch Standard Precast Prestressed X Girder - Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)c. Supplemental To Wage Rates Page 5 59 YES NO 29. Prestressed Concrete Girder Series 4-14 - X Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used, Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)c. 30. Prestressed Tri -Beam Girder - Prestressed Tri -Beam X Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to oasurrg girders..�ee ato. Spec. Section 6- 02.3(25)c. 31. Prestressed Precast Hollow-Core Slab - Precast X Prestressed Hollow -core slab for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std, Spec. Section 6- 02.3(25)c. 32. Prestressed -Bulb Tee Girder- Bulb Tee Prestressed X Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders, See Std. Spec. Section 6- 02.3(26)A. 33. Monument Case and Cover - To meetAASHTO -M-105 class X • 30 gray iron casting. See Std, Plan H-7. 34, Cantilever Sign Structure- Cantilever Sign Structure X fabricated from steel tubing meeting AASHTO -M• -183. See Std. Plans G-3, G-3a, G -3b, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO-M -111. 35. Mono-tuba Sign Structures - Mono-tube Sign Bridge X fabricated to details shown in the Plans. Shop drawings for approval are required prior to fabrication. Supplemental To Wage Rates Page 6 60 YES NO 36. Steel Sign Bridges - Steel Sin Bridges fabricated X from steel tubing meeting A -M -138 for Aluminum Alloys. See Std. Plans G-2, G2a, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO -M -111. 37. Steel Sign Post - Fabricated steel sign posts as detailed X in Std. Plan C-Ba, G-8b, G-8c, G-8d, G-8e, G -8f. and G-89. Shop drawings for approval are to be provided prior to fabrication. 38. Light Standard - Prestressed- Spun, prestressed, hollow, X concrete piles. 39. Light Standards - Lighting Standards for use X on highway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Plan J-la. See Special Provisions for pre - approved drawings. 40. Traffic Signal Standards - Traffic Signal Standards for X use on highway andor street signal systems. Standards to be fabricated to conform with methods and material as specified on Std. Plans J-7a and J-7c. See Special Provisions for pre - approved drawings. 41. Traffic Curb. Type A or C Precast - Type A or C X Precast traffic curb, for use in construction of raised channalization, and other traffic delineation uses such as parking lots, rest areas. etc. NOTE: Acceptance based on inspection of Fabrication Plant and an advance sample of curb section to be submitted for approval by Engineer. Supplemental To Wage Rates Pagel 61 YES NO 42. Traffic Signs - Prior to approval of a Fabricator X X of Traffic Signs, the sources of the following custom std. materials must be submitted and approved msg msg for reflective sheeting, legend material, and aluminum sheeting. NOTE: "*". Fabrication inspection r, q.iired. Only signs tagged "Fabrication Approved" by WSDOT Sion Fabrication Inspector to be installed. 43. Cutting & bending reinforcing steel X 44, Guardrail components X X custom standard end sect. sect. 45. Aggregates/Concrete mixes Covered by WAC 296-127-018 46. Asphalt Covered by WAC 296-1 27-0 18 47. Fiber fabrics X 48. Electrical wiring/components X 49, Treated or untreated timber piles X 50. Girder pads (elastomeric bearing) X Supplemental To Wage Rates Page 8 62 YES NO 51. Standard Dimension lumber X 52. Irrigation components X 53. Fencing materials X 54. Guido Posts X 55. Raised Pavement Markers 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 Page 9 63 WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 08+31106 METAL FABRICATION (IN SHOP) Over PREVAILING Time Hoiday Note • Classification WAGE Code Code Code Counties Covered: Adams, Asodn, Columbia, Etudes, Ferry, Franklin, Garfield Kittitas, Lincoln, Okanogan, Pend Oreille, Stevens, Walla Walla and Whitman Fitter 12.78 t Welder 12.78 1 Machine Operator 12.88 1 Painter 10.20 1 Laborer 8.13 1 Counties Covered: Banton Welder 18.70 1 Machine Operator 10.53 1 Painter 9.78 1 Counties Covered: Chelan Fitter 16.04 1 Welder 1224 1 Machine Operator 9.71 1 Painter 9.93 1 Laborer 9.10 1 Counties Covered: Clallam, Grays Harbor, Island, Jefferson, Lewis, Masan, Pacific, San Juan and Ska 71t Fitter 15.16 1 Welder 16.18 1 Machine Operator 10.66 1 Painter 1141 1 Laborer 11,13 1 Supplemental To Wage Rates Page 10 64 METAL FABRICATION (IN SHOP) 08/31106 Over PREVAILING Time Hotoay Note Classification WAGE .Q21. =it L212 Counties Covered: Clark Layerout 27.16 1J 6B Fitter 26.75 1J 6B Welder 26.14 iJ 6B Painter 2324 1J 6B Machine Operator 20.32 1J 68 Laborer 19,70 1J 6B Counties Cowered: Snohomish Fitter 15.38 1 Welder 15.38 1 Machine Operator 8.84 1 Painter 9.98 1 Laborer 9.79 1 Counties Covered: Spokane Fitter 12.59 1 Welder 10.80 1 Machine Operator 13.26 1 Painter 1027 1 Laborer 7.98 1 Counties Covered: Thurston Laferout 25.98 1R ST Fitter 23.90 1R 6T Welder 21.83 1R ST Machine Operator 18.72 1 R 6T Laborer 15.61 1R 6T Counties Covered: Whatcorn Fiter Welder 13,81 1 Machine Operator 13.81 1 Laborer 9.00 1 Supplemental To Wage Rates Page 11 65 METAL FABRICATION (IN SHOP) cer31, 06 Cher PREVAILING Time Hoidatr Nate Classificatbn ItiaE Zikt Lit42 L.212 Counties Covered: Yakima Fitter 12.00 1 Welder 11.32 1 Machine Operate 11.32 1 Painter 12.00 1 Laborer 10.31 1 Counties Covered: Cow lit Fitter 23.65 IB 6V W Briar 2365 1 R RV Machine Operator 23.65 1B 6V Counties Covered: Grant Fitter 10.79 1 Welder 10.79 1 Painter 7.63 1 Counties Covered: King Fitter 15.86 1 Welder 15.48 1 Machine Operate 13.04 1 Painter 11.10 1 Laborer 9.78 1 Counties Covered: Kitsap Fitter 26.96 1 Welder 13.83 1 Machine Operator 13133 1 Laborer 7.63 1 Supplemental To Wage Rates Page 12 66 METAL FABRICATION (IN SHOP) ce/31, 0s O er PREVAILING Time Hotdei r Nootte � CIsesificatlori, Vag. £aL2 Counties Coveted: Klidcitat, Skarnaria and W ahidakum FittertWelder 16.99 1 Machine Operator 1721 1 Painter 17.03 1 Laborer 1044 1 Counties Covered: Pierce Fitter 15.25 1 Welder 13.98 1 Machine Operator 13.96 1 Laborer 9.68 1 Supplemental To Wage Rates Page 13 67 WASHINGTON STATE PREVAILING WAGE RATES a EFFECTIVE 08131106 FABRICATED PRECAST CONCRETE PRODUCTS Oyer PREVAILING lima Ho[tla/ Note Classification WAGE Lade Cade Cole Counties Covered: Adams, Aaotin, Benton, Columbia, Douglas, Ferry, Garfield, Grant, Lincoln, Ckarxagan. Pend Oreille, Stevens, Walla Walla, and Whitman All Classifications 9,96 1 Counties Covered: Franklin All Classifications 11.50 1 Counties Covered: King All Classifications 12.30 2K 58 Counties Covered: Pierce All Classifications 9.28 1 Counties Covered: Chelan, Kittitas, Klickitat and Skamania All Classifications 8.61 1 Counties Covered: Clallam, Clark, Cowlitz, Graya Harbor, Island, Jefferson, 19tsap, Lewis, Mason, Pacific, San Juan, Skagit, Snohomish, Thurston, W ahkiaku m All Claasilications 13,60 1 Supplemental To Wane Rates Page 14 68 WASHINGTON STATE PREVAILING WAGE RATES- EFFECTIVE 08/31/06 FABRICATED PRECAST CONCRETE PRODUCTS 0+er PREVAILING Time Hoick/ Note Classification WAGE Code Code Code Counties Covered: Spokane All Classifications 20.23 1 Counties Covered: Yakima Craftsman 8.65 1 Laborer 7.63 1 Counties Covered: W hatcorn All Classifications 13.67 1 Supplemental To Wage Rates Page 15 69 Washington State Department of Labor andImJuwtriem Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt etc) The following two leuom from the State Department of Labor and Industries (State L&|) dated August 18\ |S9Z and June 1O. 1999, clatify tho intent and establish policy for administrating the i| of WAC 296+127-018 COVERAGE AND EXEMPTIONS OF WORKERS INVOLVED IN THE PRODUCTION AND DELIVERY OF GRAVEL, CONCRETE, ASPHAL1 OR SIMILAR l'tATERlALS. Any firm with questions regarding the policy. these letters, or for det .ntion of covered and non-covered workers shall be directed to State L&I at (360) 902-5330. Effective September 1, 1993 minimum evmU for all work wovened by WAC 296-127-018 for the production andtor delivery of materials to a public works contract will be found under the regular classification of work for Teamsters, Power Equipment Oporators etc. Supplemental To Wage Rates Page 16 70 ESAC DIVISION - TELEPHONE (206) 586 -6887 PO BOX 44540, OLYMPIA, WASHINGTON 985044540 August 18, 1992 TO: All Interested Parties FROM: Jim P. Christensen Acting Industrial Statistician SUBJECT: Materials Suppliers - WAC 296-127-018 This memo is intended to provide greater clarity regarding the application of WAC 296-127-018 to awarding agendas, contractors, subcontractors, material suppliers and other interested parties. The information contained herein should not be construed to cover all possible scenarios which might require the payment of prevailing wage. The absence of a particular activity under the heading WAGES ARE REQUIRED FOR" does not mean that the activity is not covered. Separate Material Supplier Equipment, Operator rates have been eliminated. For those cases where a production facility is set up for the specific purpose of supplying materials to a public works construction site, prevailing wage rates for operators of equipment such as crushers and batch plants can be found - under Power Equipment Operators. PREVAILING WAGES ARE REQUIRED FOR: 1. Hauling materials away from a public works project site, including excavated materials, demolished materials, etc. 2. Delivery of materials to a pubic works project site using a method that involves incorporation of the delivered materials into the project site, such as spreading, !eyeing, rolling. etc. 3. The production of materials at a facility that is established for the specific, but not necessarily exclusive, purpose of supplying materials for a public works project. 4. Delivery of the materials mentioned in #3 above, regardless of the method of delivery. PREVAILING WAGES ARE NOT REQUIRED FOR: 1. The production of materials by employees of an established materials suppier, in a permanent faciity, as well as the delivery of these materials, as long as delivery does not include incorporation of the materials into the job site. 2. Delivery of materials by a common or contract carrier, as long as delivery does not include incorporation of the materials into the job site. 3. Production of materials for unspecified future use. Supplemental To Wage Rates Page 17 71 STATE CF "NASSH't•IGT.^.N DEPARTMENT OF LABOR AND INDUSTRIES June 18. 1999 TO: Kerry S. Radcliff, Editor Washington State Register rnvrvt: Gary Moore, Director Department of Labor and industries SUBJECT: Notice re WAC 296- 127 -G18, Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials The department wishes to publish the following Notice in the next edition of the Washington State Register: NOTICE Under the current material supplier regulations, WAC 296- 127 -018, the depar ent takes the position that prevailing wages do not apply to the delivery of wet concrete to public works sites, unless the drivers do something more than just deliver the concrete. Drivers delivering concrete into a crane and bucket, hopper of a pump truck, or forms or footings, arc not entitled to prevailing wages unless they operate machinery or usa tools that screed, float, or put afinish on the concrete. This position applies only to the delivery of wet concrete. It does not extend to the delivery of asphalt, sand, gravel, crushed rock, or other similar materials covered under WAC 296 -127 -018. The department's position applies only to this regulation. If you need additional information regarding this matter, please contact Greg Mowat, Program Manager, Employment Standards, at P.O. Box 44510, Olympia, WA 98504 -4510, or call (360) 902 -5310. Please publish the above Notice in WSR 99-13. If you have questions or need additional information, please call Selwyn Walters at 902 -4206. Thank you. Cc: Selwyn Walters, Rules Coordinator Patrick Woods, Assistant Director Greg Ma■vat, Program Manager Supplemental to Wage Rates 18 72 • BENEFIT CODE KEY — EFFECTIVE 08 -31 -06 t•• w.*t♦.t tt a* * *t *tt.**St,* ** ** *t* *.tt*. ** *** ** t*t r* t****** t*.*****r*.r t. tt.. tt*.rt*.. ***** * ±rt•*** *********ttt ****** OVERTIME CODES OtiERTialE CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER ON PATRIC W PROJECTS. THE HOURLY RATE MUST BE NOT LESS THAN THE PREY_AILLNGR1TE OF WAGE ML\t5 THE HOURLY RATE OF1at. COST OF FRINGE BENEFITS ACTUALLYPROVTDED FOR THE WORKER. 1. ALL HOURS WCRIO D IN EXCESS OF EIGHT (I) HOURS PER DAY OR FORTY (40) HOURS PER WEEK WALL BE PAID AT ONE AND CN-HALF TIDES THE HOURLY RATE OF WAGE. A. ALL HOURS WORD ON SATURDAYS. SUNDAYS AND HOLIDAYS SHALL ALSO BE P TD AT ONE AND ONE -HALF TIES THE HOURLY RATE OF WAGE. B. ALL HOURS WORE= ON SATURDAYS SHAH. LIE PAID AT ONE AND CNE -HALF TINES THE HOURLY RATE OF WAGE ALL HOURS WORKED OWN SLr 2AYS AND HOLIDAYS SHALL BE PAID AT DOUBLE DE HOURLY RATE OF WAGE. C. THE EMT Iwo co . HOURS AFTER EIGHT (S) REGULAR- HOURS MONDAY THROUGH FRIDAY AND S E: FIRST TEN (W) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL • ODER. OVERTIME HOURS WORKED 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) FOUR WORM= DAY AND THE FIRST =HT (5) HOURS WORKED THE NEXT DAY AFTER EIDER V.DRKW F.& 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. REPAID AT DOUBLE THE HOURLY RATE OF WAGE. E. THE FIRST TWO (2) HOURS AFTER EIGHT (3) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (3) HOURS ON SAT 'FFDiAY SrAAI.L BE PAID AT ONE AND ONE-HALF 'IDES TIE HOURLY RATE CF WAGE. ALL ODE HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID ATDOUBLE TIE FIDURLY RATE OF WAGE. F. TIE FIRST TWO (2) SOURS AFTER EIGHT (5) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES ISIS HOURLY RATE OF WAGE ALL OTHER OVECIDE HOURS WORK , EXCEPT L.ABOB.DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT TIME 'TIES THE HOURLY RATE OF WAGE G. THE FEAST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR - ITN HOLE SCHFDUB, SHALL. BE PAID AT ONE AND ONE -HALF TIMES ME HOURLY RATE OF WAGE ALL HOURS WORKED LAN Et:ESS OF TE1(10 ) HOURS PLR DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAD) AT DOUBLE TEE HOURLY RATE OF WAGE. K ALL HOURS WORKED (IN SATURDAYS ( EXCEPT MAKEUP DAYS IF WORK LS LOST DUE TO DZIL.EMENT WEATHER CONDITIONS OR EQUMIIVT BREAKDOWN) SHALL BE PAID AT ONE AND ONE -HALF TIMES TEE HOURLYRAU OF WAGE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER T VENE (12) HDQRS AND ALL HOURS WORKED CN SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY FATE OF WAGE. J. THE FIRST TWO (2) HOURS AFTER El T (F) REGULAR HOURS MONDAY =DUCH FRIDAY AND THE FIRST TEc (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE£. ALL HOURS WORKED CAUL TEN (10) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE RID AT DOUBLE THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND € E -HALF IM ES'IHEHOURLY FATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAD) AT DOUBLE TIE HOURLY RATE OF WAGE L ALL HOURS WORD DT EXCESS OF TEN (10) HOURS MR DAY MONDAY TF FDIX3i SATURDAY AND ALL HOURS WORMED ON SUNDAYS ANTI HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY FATE OF WAGE_ M ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO DICIEMENT WEATHER CONDITIONS) SHALL BE PAID AT ONE AND C4X£ -HALF TIMES THE HOURLY FATE OF WAGE. AIL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WALE N. AIL FOURS WORKM ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AN) ONE-HALF TIMES TIE HOURLY RATE OF WAGE. ALL HOURS WORM) ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE TIE HOURLY RATE OF WAGE O. THE FIRST TEN (10) HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES TFB HOURLY FATE CF WAGE. ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY THROUGH FMAY, AND AFTER TEN (10) HOURS CN SATURDAY SHALL BE PAID AT DOUBLE THE HOUtLYRATE OF WAGE. P. ALL HOURS WORK_=D ON SATURDAYS (EXCEPTMAIOEL''PDAYS) AND SUNDAYS SHALL BE PAID AT CM ANTI CM- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 73 BENEFIT CODE KEY - EFFECTIVE 08-3I-06 -2- 1, Q. TIE FIRST TWO (2) HOURS AFTER Miff (3) REGLIAR FIOURS MONDAY TMOUGH FRIDAY AND T.)? TO TEN (10) HOURS WORKED ON SAT SHALL BE PAM AT ONE AND ONE-HALF 'MIS THE HOURLY FATE OF WA.0_, ALL HOURS WOE= DT EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUG MRDAY AND ALL HOURS WORKED ON SUNDAYS AM HOLDAYS (EXCEPT CMISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WOCRIEC ON CHRIST:VI-AS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE R ALL HOURS WORKED ON SUNDAYS AIM 1-11=AYS SHALL BE PAM AT TWO 73ES THE HOURLY RATE OF WAGE S. THE MST TIVO (2) HOURS AL= EIGHT (g) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (S)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF IDES TIE HOURLY RATE OF WAGE. ALL Luz= OliFATIME HOURS WORKM, EXCEPT LABOR. DAY. SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL MURS WORKED- ON LABOR DAY SHALL BE PAM .ATTTGILE IDIES THE HOURLY RATE OF WAGE T. ALL HOURS WORKED ON SATURDAYS, EXCEPT MAKE-LT? DAYS, SHALL BE PAID AT ONE AND ONE-HALF TNES THE HOURLY FATE OF WAGE ALL HOURS WORKED AFTER 6.301 SATURDAY TO 6,0CAM MONDAY AND ON HOLIDAYS SH.ALL.BE PAID AT DOUBLE THE HOURLY RATE OF WAGE U. ALL HOURS WORKED ON SATURDAYS MALL BE PAID AT ONE AM ONE-HALF 7DES THE HOURLY R.AM OF W A G E . AIL HOURS WO RKED O N S U N D A Y S AND HOLIDAYS Ccf LABOR DAY) SEMI. BE PAID AT TWO TIMIS THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES TIE HCORLYRATE OF WAC-E. V. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS (EXCDT THANE:SCUD* DAY AND CMS DAY) SHALL BE PAID AT ONE AND ONE-HALF ThE.S THE HOURLY RATE OF WAGE ALL HOURS WOK= ON TI-LANKT DAY AM CHRISTMAS DAY SHALL BE PAD AT DOUBLE HOURLY RATE OF WAGE. W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT ISLAM-UP DAYS) SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF Wm.-E. ALL HOURS WOK= ON HOLIDAYS SHALL RE PAID AT DOUBLE TM • HOURLY RATE OF WAGE 2. ALL HOURS WUtICD iN EXCESS OF EIGHT (3) HOURS PER DAY OR Kan (40) HOURS PER WEEK SHALL BE PAID AT ONE • DONE-HALF IDES THE HOURLY FATE OF WAGE. A. THE MST SD: (6) HOURS ON SATURDAY SHALL BE PAID AT ONE ANT ONE-HALF MfFS TIE HOURLY RATE OF WAGE. ALL HOURS WMDIN EXCESS OF SEX (5) HOURS ON SATURDAY AND ALL HOURS NVORKM ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TEES T.R. HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON HOLTIM SHALL BE PAM AT ONE AND ONE,I-TALR IDES ME HOURLY RATE OF WAGE. C. ALL HOURS WOE= ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TL\ES TIE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TINES TIE HOURLY RATE OF WAGE D. ALL IRDURS WORKED ON SATLIMAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. 'HE FIRST MGM (5) HOURS UDR= ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME iN ADDITION TO THE HOLIDAY PAY ALL HOLM WORKED IN KZ= OF EIGHT (S) HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF IDES TM HOURLY RAM OF WAGE E. ALL HOURS WORKED ON SATURDAYS OF. HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE- HALF IDES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT (3) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TM STRAIGHT HOURLY RATE OF WAGE IN ADDITION 113 TEE HOLIDAY PAY. ALL HOLM WORKED LV EXCESS OF EIGHT (S) HOURS ON HOLIDAYS SHALL BE PAM AT DOUBLE THE HOURLY BATE OF WAGE G. ALL HOLM WO= CAN SUNDAY SHALL BE PAID AT TWO TIMES TIE HOURLY FATE OF WAGE ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AM ONE-HALF TiMES THE HOURLY FATE OF WAGE NCI. D Ls* HOLEDAY PAY. H ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TAMS TM HOURLY RATE OF WAGE. ALL HOURS WARTED ON HOLIDAYS SHALL- BE PAD AT ONE AND ONE-HALF IDES TM HOURLY FATE OF WAGE. L ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS t.i.PT LABOR DAY) SHALL BE PAID AT ONE AND ONE- HALF TIMES TIE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. • ALL HOURS WORMED ON SUNDAYS SHALL BE PAID AT TWO TIMES TIE HOMY RATE OF WAGE ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF IDES THE HOURLY FATE OF WAGE, INCLUDING THE HOLIDAY PAY_ ALL HOURS WO= ON UNPAID HO7 Tn-1.1 SHALL BE PAD AT 1113 TI , CS THE HOURLY RATE OF WAGE_ • 74 BENEFTT CODE KEY - Yrr CTIVE 08 -31-06 -3- 2. K. ALL HOURS WOPXED ON HOLIDAYS SHALL BE PAID AT TWO IDES TEE HOURLY RATE CF WAGE 2IADDf11ON TO TIC HOLIDAY PAY. X ALL HOURS t4Y)RKE D ON SAIL SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WA 0. ALL HOLES WORKED ON SUNDAYS AND HOLIDAYS MALL BE PAID AT ONE AND ONE-HALF TUNES THE HOURLY RATE OF WAGE. P_ THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE- 11k... TIES TEE HOURLY RATE OF WAGE ALL HOURS WORKED IN EtiCESS OF EGHT 1) HOURS ON SATURDAY AND ALL HOURS AYDRIEED ON SLivZDAYS AND HC)LT'AYS SHALL REPAID AT MD 113 TIE HOURLY RATE OF WAGE A. ALL HOURS WORKED IK FDLC'ESS OF EGHT (S' HOURS PER DAY OR FORTY (40) HOURS PER WEE-.Y SHALL BE PAID AT DOUBLE IIDURLY RATE OF WAGE. ALL HOURS WORI{?D ON SATURDAYS, St DAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. HOLIDAY CODES 5. A. HOT MAYS: NEW YEAR'S DAY, NFMOR`.AL DAY, DIDEr .KENO DAY. LABOR DAY, THANKSGIVING DAY. FRIDAY APIR'UtIA. . CBMIG DAY, AND CHRISTMAS DAY (}. B. EM MAYS: NEW YEAR'S DAY. ISMIOR?AL DAY. LVIDEElDENCE DAY. LABOR. DAY. TIi.4, SIEVING DAY. FRIDAY AFTER. THANKSGIVING DAY, THE DAY BBORE CHRISTMAS, AND QBtISTNL4S DAY (S). C. HOLIDAYS: NEW YEAR'S DAY. PRMID S' DAY, MEMORIAL DAY, INDEPENDEKE DAY. LABOR. DAY. THANKSGIMO DAY, THE r' RID AY AFTER THANESCIVING AND CHRISTMAS DAY (S). D. Ht JDAYS: NEW YEAR'S DAY, MEMORIAL DAY. BIDEPENDENCE DAY, LABOR DAY, THLAN IEVOIG DAY. THE FRIDAY AND SAMRDAY AMER IHANKSGW]NG DAY, AND C"RIST LAS DAY (S). E. FIDLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MENORLAL DAY, DI:DEPENDENCE DAY, PRFSIDENI1AL ELEC DAY, THANIsSfr` VING DAY, THE FRIDAY AFTER THANhSGIVINGDAY, LNID CHRISTMAS DAY . F. HOLIDAYS: NEW YEARS DAY, MAR= LUTHER ICIG TR. DAY. PRMIDENTY DAY. MEb9DRI.AL DAY. MEPIENIDENCE DAY, LABOR DAY, VETERANS' DAY. THANKSGIVING LNG DAY, TIE FRIDAY AFTER 'HAMMING DAY, AND CHRIS'IMAS DAY (11). G. I L DAYS: NEW YEAR'S DAY, SSMIDRLAL DAY, I" OEM - DEUCE DAY, LABOR DAY. L iCEV NG DAY. THE LAST WORKDAY BEFORE C RISTVLAS DAY. AND CHRISTMAS DAY (T FL FLAYS: NEW YEARS DAY, MEMORIAL DAY. BIDEPENI DENCE DAY, ravacsoniNG DAY. THE DAY AFTER TFLAMSGISINODAY. AND CI tISTMAAS (6). L EFI I AYS: NEW YEARS DAY. M J1OP.I.AL DAY. 2IDEPE.NDENCE DAY. LABOR. DAY. TH.4NKSEVING DAY. AND CHRISTMAS DAY (6). 1. FsfT''AYS: NEW YEAR'S DAY: M V.OF.LAL DAY, L5 D_AY, TILANKSGLVTh G DAY, FRIDAY AFTER THAN DAY, C1 WAS EVE DAY. AND COMMAS DAY( . N. HAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, 'N MORI AL DAY, T1v EPEIIDEN'CE ILLY, LABOR DAY, VETERANS' DAY, TF.AN'KSC VING DAY. TEE FRIDAY AFFTrER TE?ANKSGI4DiG DAY, AND CHRISTMAS DAY (PI P- HOLIDAYS: NEW YEAR'S DAY. ME34ORIAL DAY. D DAY, LABOR DAY, THANKSIEVI G DAY, FRIDAY AND SATURDAY AFTER TH ANxsGIV PIG DAY, TI -EDAY BEFORE CHRISTMAS, AND COMMAS DAY (4). Q. PAID HOLIDAYS. NEW YEARS DAY, MEMORIAL DAY. MEPENDE3O DAY. LABOR DAY. THAI GIVING DAY. AND CIRISTSL4S DAY( . R PAID HOLIDAYS: NEW YEARS DAY, MEMORIAL DAY. MEPENDENCE DAY, LABOR DAY. TF.ANKSGIVI G DAY, DAY AFTER THAMGLVINGDAY. a E- HALFD_AY Fitt ORE CI•RISTh!AS DAY, AND CHRISTMAS DAY. (7 1)3} S PAID HOLIDAYS: NEW YEARS DAY, PRESIDENT'S' DAY. NfrIEORIAL DAY, I EPENDENCE DAY, LABOR DAY, TiL NKSQVLUGDAY. AND CHRISTMAS DAY (7). T. PAID HOLIDAYS: NEW YEAR'S DAY. WASHINGT NL'S BRTEIIDAY MIEERIAL DAY. MEPENDENCE DAY. LABOR DAY, THANKSGIVING DAY. DE FRIDAY AFTER THANKSGIVING DAY. CFRISLI+LAS DAY, AND 'HE DAY BEFORE OR. AFTER CHRISTMAS 75 BENEFIT CODE KEY - Ltk FCTIVE 48 -31 -06 - 4 - 5. V. PAID EOLEAYS: SLT (6) PAID HOLEA'Y'S_ W. PAID HOLIDAYS: S: NNE (9) PAM HO AY S_ X HOLIDAY'S: AFTER 520 HORS - NEW YEARS DAY. THAN ..50TH G DAY ANT) CHRISTMAS DAY. AFTER X8.0 HOTJB S - NEW YEARS DAY, WASIED.ZGTCNS 3IRTE) Y {. 2 EMORIrL. DAY. DiDEPEZENCE DAY, LABOR DAY TA — MGM.GDS.Y,CHRIS YASDAY AND AFLOAIPvGHOLIDAY (S). Y HOLIDAYS: NEW YEARS DAY, MET' ORLAL DAY. D DEPE` DE;CE DAY. LABOR DAY. SME TLAL ELECTION DAY, TFlAN KSCRVEi;GDAY, TO FRIDAY F OL LOWI G TILL {SCA - V NG DAY, AND CERLS1,AS DAY (S Z. HOLIDAYS: NEW YEARS DAY. SL 41C)RSAL DAY. I NDE:PENDENa DAY_ LABOR DAY, LETRAANS DAY, THANK:SC -MCC DAY. TIC FRIDAY AFTERTHANTSGIVDCG DAY. AND C•TRLSTMAS DAY (8). 6. A. PAID HOLIDAYS: NEW YEARS DAY, PRESIDENTS' DAY, l!✓VMORLAL DAY. DIDEPENDE*ICE DAY, LABOR DAY, THANESCAINGDAY . TIE FRIDAY AFTER THANES (R ING AND COSSTILASDAY (8). B PAID =TOT TnAyc. 'r1B YEARS F E rAy NE:I:'�..5 S nx," if 7T r,,ty 17.v ,�..� a� D ay TI.AN3.SC-I[•N Y' G DAY- TES FRIDAAFTER TH LN SC3lZ;G DAY, C?RISIMAS EVE'S DAY. AND amisT1tAS DAY (51, C HOEDAYS: NEW YEARS DAY. PRESIDENTS' DAY. -MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY. THATV'I:SC7TY1:YGDAY. THE DAY Aria. TFLANEcSC-BMCGDAY, TIE LAST WORK DAY BEFORE C SST1LAS DAY, Al'.D CHRITATA.S DAY (9), D. PAID HOLIDAYS: NEW YEARS DAY, PRESEE:7S' DAY. 3 1ICK-L DAY. INDEPENDENCE DAY, LABOR DAY, TFipocclf4lYC.DAY THEpyrr y �=TrR TNLNKCf VING r'L.- IST AS DA Ay r AFTER C lam.• ERISThASDAY(4i — - — -- --- . _ . __.. _ _.. .. .n. .. ....._. • F. PAID HOLIDAYS: NEW YEARS DAY, MA.RTN LUTHER KING Zi DAY. PRESIDENTS' DAY. MEMORIAL DAY, D DEPENDENCE DAY, LABOR DAY. VET .A.NS' DAY, I_-L4NKSS VING DAY. THE DAY AFTER IHANESGNITG D41', AND CFLRISTbLAS DAY(11). L PAID HOLIDAYS: NEW YEARS DAY, MEMORIAL DAY. INDEPEDEAr E DAY, LABOR DAY, THANKSGIVING • DAY. FRIDAY AFTER THLA_NKSGIVINGDAY. AND CHRISTMAS LS DAY (I L FOT 7n11 NEW YEARS DAY. 1LENTORLAL DAY_ D'GEPEN DENS DAY. TABOR DAY. THANESG5VINGD3Y. THE FRIDAY AFTER TF.ANESG VEIG DAY. THE LAST WORK G DAY BEFORE CHRISTMAS DAY, AND CHitL.,` D IAS DAY. () Q. PAID HOLIDAYS: NEW NEARS DAY. IvMMORLAL DAY, BIZEPENDE CE DAY, LABOR DAY, VETERANS DAY. THANK.TC -P 1NG DAY, DE DAY AFTER TFLA..TLSGIVLNGDAY AND C- LP_STJLAS DAY (S). UNPAID HOLIDAY. PR.ESID FS' DAY. T. PAID HOLIDAYS: NEW YEARS DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPEZENCE DAY, LABOR DAY, THA`II{SG31IN G DAY, TIE FRIDAY AFTER TI':AN KSGIVDTG DAY, DE LAST ILIOREM DAY BEFORE Chi, {AS DAY, AND CHRISTMAS DAY 19). U. HOLIDAYS& NEW YEARS DAY, DAY BEFORE NEW YEARS DAY, MEMORLAL DAY, DoIDEPENDENCE DAY, LABOR DAY. TH_ ANSSGIVLNG DAY. THE FRIDAY Ab1:I: THANKSGIVING DAY, TIC DAY BEFORE CI �_'S • tAS DAY, CHRISTMAS DAY (9). V. PAID HOLIDAYS: NEW Y EA.R'S DAY, NESIOR AL D.A.Y. INDEPENDENCE DAY. LABOR DAY. THAI' XSGIVI G DAY. DAY AFTER THANES GME "G DAY. CHRIST) AS EVE DAY. CHRISTMAS DAY AND ONE DAY OF DE EMPLOYEE'S Cana (9). • 1F_ PAID HOLIDAYS: NEW YEARS DAY, DAY BEFORE NEW YEAR'S DAY, PRES DE.N S DAY,1tID,1ORAL DAY. INDEPENDENCE DAY, LABOR DAY, II-:, NTZGIVE%DAY, DAY AFTER TIL SGIVD%Dil1Y. CHRISTMAS DAY. DAY BEFORE CI? AxL-? GEISIMAS DAY (10)- Jt PAID HOLIDAYS: NEW YEARS DAY. DAY BEFORE OR A:1:1c NEW YEARS DAY. PRESIDENTS DAY, MEMORIAL DAY, DiDEPENL` NCE DAY. LABOR DAY, TI- -LATK S, VLNG DAY, DAY A: l r! THANKSGIVING DAY. C-IHJSTMASD.AY, DAY BE EOR AFTER CH?JSDMS DAY, EMPLOYEES BIRTHDAY (1 I). NOTE CODES 8, A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE- ALF TINES `DE DIMS FATE OF PAY. IN ADDTTIONTO TIE HOL ?I Y WAGE AND FRIV 'i .3Etire_ TIE FOLLOWING DEPTH_ PREMIUMS APPLY TO DErPIHS OF FaTY YE:: I OR MORE: AV", 50' In 1f"_i1PA P 7RFOOT O rArAF O011-7q. T50 FEE1' ER OV 1130' TO 175' -5225 PER FOOT FOR. EACH ITCOT OVER 100 FEET 76 BENha- J.J. CODE KEY- EFFECTIVE 08-31-06 -5- OVER 175' TO - 55.50 PER FOOT FCREACH ?COT OV 175 .F 011E:1 - DIVERS JLAYNANET7.-1E2. on PROIMED IT IS NO LESS THAN TIE SCALE LIS=) FOR250 FEET C. TIE STAMBY RATE OF PAY FOR DIVERS SELL BE ONE-RALF :IVES tiE DIVERS RATE OF PAY. MAMMON TO TIE BOIJELY WAGE AM) RIME 3.24=. TFI FCLLOWECO1=1-1 PRP. p. HUMS APPLY TO DEPThS OF FEIY FEET OR MOM OVER 57 ro - 31.00 PEP-FOCrT FOR EAC-1 nor OVER 50 FEET OVER 100‘ TO 15 1' - 51.50 PER FOO T FOR EACH COT OVER. 100.1 OVER. 150' TO 269' - S200 PER FOOT FOR EACH FCOTOVEL 150 FEET OVER 207 - DIVERS MAY MINE TIEIR OWN PRICE D. WORMERS WORENG WITH SLIM= me; HAMIAT PROTECTS RECEVE )IN ADDITIONAL $110 PER HOUR 1 PDREIRS ON FLAaLAT PROJECTS RECEIVE ADDITIONAL HOURLY MEV:06 AS FOLLOWS - LEVEL k $0.75. LEVEL B: $00.50, AND LEV'EL C: $00_25. 14. WORKERS ON HADIIAT PROTECTS RECEIVE ADDITIONAL HOURLY Pit-cNIEUMS AS FOLLOWS: LEM S A & B: $1.10, LEVELS can: 50se. N. WORKERS ON HALVAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $1.M. Lan. B: 51175, LEVEL C: 5030, AND LEVEL D: 77 78 PROPOSAL Proposal Form Item Proposal Bid Sheet Bid Bond Form Non - Collusion Declaration Non - Discrimination Provision Women and Minority Business Enterprise Policy Council Resolution Affirmative Action Plan Bidders Certification Subcontractors Certification Proposal Signature Sheet Bidders Check List PROPOSAL To the City Clerk Yakima, Washington This certifies that the undersigned has examined the location of 40 AVE., LINCOLN AVE., 6 ST. SIDEWALK IMPROVEMENTS CITY OF YAKIMA PROJECT NO. 2046 PSMP P- E- (PO1) -1 and that the Plans, Specifications, and Contract governing the work embraced in this improvement, and the method by which payment will be made for said work, is understood. The undersigned hereby proposes to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available, in accordance with the said Plans, Specifications, and Contract, and the following schedule of rates and prices. NOTE: Unit prices for all items, all extensions, and total amount of bid shall be shown and shall 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. 79 80 ITEM PROPOSAL BID SHEET 40TH AVE. ,LINCOLN AVE. AND 6TH ST. SIDEWALK IMPROVEMENTS CITY OF YAKIMA PROJECT NO. 2044 FA. NO. 4579(010) ITTEM ITEM PAYMENT SECTION QTY UNIT UNIT PRICE AMOUNT NO. DOLLARS DOLLARS - SECTION 1 (LINCOLN AVE. SIDEWALK) 1 SPCC PLAN 1 LS p ) 66 1 -07.15 2 MOBILIZATION 1 LS l 5h.O> 3,5n, co 1 -09.7 3 TRAFFIC CONTROL SUPERVISOR 40 HR 1L, 1 -10.5 4 CONSTRUCTION SIGNS CLASS 'A' 41 SF lb. 5 1 7 1 30$5(, 1 -10.5 5 PROJECT TEMPORARY TRAFFIC CONTROL (MIN. $6,000.00 BID) 1 LS ( .CO 6,606.ov 1 -10.5 6 CLEARING AND GRUBBING 1 LS , -fCslob 3 2 -01.5 7 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 1 LS )1.(1U6.60 I,Lbl).O!) 2 -02.5 8 CEMENT CONC. TRAFFIC CURB & GUTTER 133 LF g9. 8 -04.5 9 COMMERCIAL DRIVEWAY APPROACHES 5 EA , It Otti ,W 8 -04.5 10 CEMENT CONC. SIDEWALK 4 IN THICK 595 SY Q ',. be I(r, j ,co 8 -14.5 11 CEMENT CONC. SIDEWALK - 6 IN. THICK 161 SY We() ( I,g, CC 8 -14.5 12 CEMENT CONC. SIDEWALK - 18 IN. THICK 6 SY 115. ( (,,9D. b) 8 -14.5 13 CEMENT CONC. SIDEWALK RAMP TYPE 1 10 EA 3'75:c 3,75 - >G 8 -14.5 14 SIGNPOST SOCKET 3 EA 1..� f)( 295, Coo 8 -14.5 15 REMOVING AND RESETTING SCHOOL CROSSING LIGHT 1 EA j (9jY),O(j 3 66 8 -20.5 16 REPAIR OR REPLACEMENT 1 FA $6,000.00 $6,000.00 8 -30.5 SUB TOTAL SECTION 1: $ � drop p SECTION 2 (6TH ST. SIDEWALK) 17 SPCC PLAN 1 LS I,25',00 LK, 0 0 1 -07.15 18 MOBILIZATION 1 LS SSA oo S`jlb,()O 1 -09.7 81 ITEM ITEM PAYMENT SECTION QTY UNIT UNIT PRICE AMOUNT • NO. DOLLARS DOLLARS 19 TRAFFIC CONTROL SUPERVISOR 40 HR 3 6,0c, ,yy6 (1) 1 -10.5 20 PROJECT TEMPORARY TRAFFIC CONTROL (MIN. $2,000.00 BID) 1 LS ,67TE 7,b[.;C,O 1 -10.5 21 CEMENT CONC. SIDEWALK 4" THICK 270 SY • 8 -14.5 � .w '7 ��/��,1�C 22 REMOVAL OF STRUCTURES AND OBSTRUCTIONS I 1 LS / 15N046 0 1 6 2 -02.5 23 CEMENT CONC. SIDEWALK - 6 IN. THICK 47 SY 3g,00 1 1 8 -14.5 2 CEM C EW A I K r MP T YPE e 1I ' GY L.GIVIGIV I LAJ1 JIUCVV/ rcrumr 1 1 rC I 4 EA ,'' 75,00 I ( .'!)`,). , OD I 8 -14.5 25 REPAIR OR REPLACEMENT 1 FA I $2,000.00 $2,000.00 8 -30.5 SUB TOTAL SECTION 2: $ '3 j/, 00 - I I SECTION 3 (LINCOLN AVE FENCE.) 26 SPCC PLAN 1 LS 0-,S:00 1 -07.15 27 MOBILIZATION 1 LS j 5'D ,( j 50.00 1 -09.7 I 28 TRAFFIC CONTROL SUPERVISOR 1 8 I HR I /In 1 1 -10.5 29 PROJECT TEMPORARY TRAFFIC CONTROL (MIN. $2,000.00 BID) 1 LS ,9 70L c� ,;40 a 00 1 -10.5 30 REMOVE AND RESETTING FENCE 173 LF �.;� t�0 b (, 00 8 -12.5 31 REPAIR OR REPLACEMENT 1 FA $2,000.00 $2,000.00 8 -30.5 SUB TOTAL SECTION 3: $ g,3 `J,)C SECTION 4 (40TH AVE.SIDEWALK) 32 SPCC PLAN 1 LS 0 iO /g15. 0c) 1 -07.15 33 MOBILIZATION 1 LS 1 -09.7 i. 34 TRAFFIC CONTROL SUPERVISOR 8 HR 5G' D ( � ,) ' Oo 1 -10.5 _ 35 PROJECT TEMPORARY TRAFFIC CONTROL (MIN. $2,000.00 BID) 1 LS , U(16,(10 ,(A' 60 1 -10.5 36 CEMENT CONC. SIDEWALK 4" THICK 35 SY )'J, do 9 , to 8 -14.5 37 CEMENT CONC. SIDEWALK - 6 IN. THICK 10 SY 3sik� "4W. 8 -14.5 38 REPAIR OR REPLACEMENT 1 FA $2,000.00 $2,000.00 8 -30.5 SUB TOTAL SECTION 4: $ Syy, 00 TOTAL: ALL SECTIONS 1+2+3+4 : $ 1,;!;47W 5O 82 • BID BOND FORM Herewith find deposit in the form of a certified check, cashiers check, cash, or bid bond in the amount of $ which amount is not less than five percent of the total bid. Sign Here ----------------------------------------------------------------- BID BOND KNOW ALL MEN BY THESE PRESENTS: That we, COLUMBIA ASPHALT & GRAVEL, INC. , as principal, and FIDELITY & DEPOSIT COMPANY OF MARYLAND , as Surety, are held and firmly bound unto the City of Yakima, as Obligee, in the penal sum of 5% OF AMOUNT OF BID Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for 40TH AVE; LINCOLN AVE; 6TH ST SIDEWALKS according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS 24TH DAY OFOCTOBB R 7 49 2006, COLUX ASPHAL & L 11AVEL, INC. a:‘ S cipal V (Qs FIDE & DEPOSIT CO' • OF MARYLAND TRACI SULLIVAN Surety ATTORNEY -IN -FACT ----------------------------------------------------------------- , 19 Received return of deposit in the sum of $ Bid Documents 4 05/10/99 1 • ' I Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary, in pursuance of authority granted by Article Vi, Section 2, of the By -Laws of said Company, : Y are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date 4, e i tl 4 d2s'! = - by nominate, constitute and appoint Don W. EMERICK, JR., Lissa M. SHIVELY, Traci SU 4. a � - y t ice' KEE, all of Yakima, Washington, EACH its true and lawful agent and Attorney -i a �?'��r y'� • ecu - - • ak�� a kt >" , for, and on its behalf as surety, and as its act and deed: any and all bon a. ; : k 1 �'�• gs . • s + = 111- 'o such bonds or undertakings in pursuance of these presents, shall be as b' . . ' „ . u.: Ta om . • t mfr•► ply, to all intents and purposes, as if they had been duly executed and ac •� .yy s e re: uttt t ont of the Company at its office in Baltimore, Md., in their own proper pe p 1t - of a a o,ar t •- j issued on behalf of Don W. EMERICK, JR., Carol KORN, KI Jana PERKINS, Lis .- . ITV + AN, Tammy R. MCKEE, dated April 10, 2003. The said Assistant . a .,., , yes lie eby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By- s . said Company, and is now in force. IN WITNESS WHEREOF, the said Vice - President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 28th day of February, A.D. 2005. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND � DEPp 'o C• O UM : �/7 r tJ By: 1 Eric D. Barnes Assistant Secretary William J. Mills Vice President State of Maryland ss: City of Baltimore On this 28th day of February, A.D. 2005, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Maria D. Adamski Notary Public My Commission Expires: July 8, 2007 POA -F 180 -3127 EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice - President, or any of the Senior Vice - Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice - Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages ,...and to affix e seal f t h e r e e " iL t v uuin the oak of LIIL '. aiipanj t u il.it �,w. CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice - President who executed the said Power of Attorney was one of the additional Vice - Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice - President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 24TH day of OCTOBER. 2006 Assistant Secretary NON- COLLUSION DECLARATION 1, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States, that the following statements are true and correct: 1. That the undersigned person(s), firm, association, or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, 1 am deemed to have signed and have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report bid rigging activities call: I - 800 - 424 -9071 The U.S. Department of Transportation (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. 85 • 86 NONDISCRIMINATION PROVISION During the performance of this contract, the contractor agrees as follow: The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. 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. 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. 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. 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. In the event of the Contractor's noncompliance with the nondiscrimination clauses of this Contract or with any such rules, regulation, 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. The Contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of 87 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. 88 SUBCONTRACTOR LIST Prepared in compliance with Chapter 378 Laws of 1993 To be Submitted with the Bid Proposal 40 AVE., LINCOLN AVE., 6 ST. SIDEWALK IMPROVEMENTS CITY PROJECT NO. 2044 FA. NO. 4579(010) The following listed bid items (listed in numerical order) for this project have been proposed for subcontracting to subcontractors as indicated for: Subcontractor Name A' t ; c- ec)ry -'e Item Numbers 2 �7 Subcontractor Name - d2X1�an) �} Item Numbers 3C) Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Bid item numbers to be performed by the prime contractor: ( � 4'5 h L kircLoeL .Ti ) Prime Co tractor Name Item Numbers 1_i`� 16- }-x,31 89 90 CITY OF YAKIMA WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY It is the policy of the City of Yakima that women and minority business enterprises shall have the maximum opportunity to participate in the performance of work relating to the City's activities. To this end, the City is committed to take all necessary and reasonable steps in accordance with state and federal rules and regulations to ensure women and minority business enterprises the maximum opportunity to compete for and to perform contracts. In order to enhance opportunities for women and minority businesses to participate in certain contractor opportunities with the City of Yakima, and as a recipient of federal and state financial assistance, the City is committed to a women and minority business enterprise utilization program. The City is determined to maximize women and minority business opportunities through participation in the competitive bidding process through women and minority business enterprise affirmative action programs administratively established by the City Manager and monitored and implemented in accordance with state and federal rules and regulations. All women and minority business enterprise programs shall include specific goals for participation of women and minority businesses in City projects of at least ten percent (10 %) of the total dollar value of City contract over $10,000. Goals shall be reviewed and updated annually by the City Manager for applicability and to ensure that the intent of this policy is accomplished. This statement of policy will be widely disseminated to all managers, supervisors, minorities, and women employed by the City of Yakima as well as to contractors, vendors, suppliers, minorities, and women who may seek the City's procurement and construction contracts related to the women and minority business enterprise programs. Contractors associations will be made aware of construction projects affected by this policy through all available avenues to assure that plans /specifications, bid forms and invitations to bid are as widely distributed as possible. 91 92 COUNCIL RESOLUTION D-4816 RESOLUTION NO. A RESOLUTION adopting a "Women And Minority Business Enterprise Policy" for the City of Yakima. WHEREAS, the City of Yakima is the recipient of federal and state assistance which assistance carries with it the obli- gation of contracting with Women And Minority Business Enter- prises for the performance of public works, and WHEREAS, it is the intention of the City of Yakima that Women And Minority Business Enterprises shall have the maximum practicable opportunity to participate in the performance of such public works, and WHEREAS, the City of Yakima is determined to maximize Women And Minority Business Enterprise opportunities for parti- cipation in its competitive bidding process through the adoption of the "Women And Minority Business Enterprise Policy" statement attached hereto, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Council hereby adopts the "Women And Minority Business Enterprise Policy ", a copy of which is attached hereto and by reference made a part hereof. ADOPTED BY THE CITY COUNCIL this .A$ Gfi. day of ,c-,t..t,r , 1983. ( ,,,.n . OrtA Mayor ATTEST: City Clerk 93 94 CITY OF YAKIMA AFFIRMATIVE ACTION PLAN The bidders, contractors, and subcontractors will not be eligible for award of a Contract under this Advertisement for Bids unless it certifies as prescribed, that it adopts the minimum goals and timetable of minority and women workforce utilization and specific affirmative action steps as set forth by the City of Yakima. This is directed at increasing minority and women workforce utilization by means of applying good faith efforts to carrying out such steps. However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet its goals within its timetables, but such contractor shall be given the opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified by the City of Yakima, and has made every good faith effort to make these steps work toward the attainment of its goals, all to the purpose of expanding minority and women workforce utilization on all of its projects in the City of Yakima, Washington. In all cases, the compliance of a bidder, contractor, or subcontractor will be determined in accordance with its respective obligations under the terms of these Bid Conditions. All bidders and all contractors and subcontractors performing or to perform work on projects subject to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the terms and requirements of these Bid Conditions, including the provisions relating to goals of minority and women employment and training. Specific Affirmative Action Steps Bidders, contractors, and subcontractors subject to this contract must engage in affirmative action directed at increasing minority and women workforce utilization, which is at least as extensive and as specific as the following steps: The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response. 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. The contractor shall promptly notify the City of Yakima Engineering Division and 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. 95 The contractor shall participate in training programs in the area, especially those funded by the Department of Labor. 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., b'' 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. The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources; by advertising in news media, specifically including minorit' news media; and by notifying and discussing it with all subcontractors and suppliers. The contractor shall make specific efforts and constant personal (both written and oral recruitment efforts directed at all minority or women organizations, schools with minority students, minority recruitment organizations and minority training organizations, within the contractor's recruitment areas. The contractor shall make specific efforts to encourage present minority employees tr recruit their friends and relatives. The contractor shall validate all man specifications; selection requirements, tests, etc. The contractor shall make every effort to promote after - school, summer and vacation employment to minority youth. 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 employe( needs consistent with its obligations under this bid. The contractor shall continually inventory and evaluate all minority and women personne' for promotion opportunities and encourage minority and women employees to seek such opportunities. The contractor shall make sure that seniority practices, job classifications, etc., do no have a discriminatory effect. The contractor shall make certain that all facilities and company activities are non -. segregated. The contractor shall continually monitor all personnel activities to ensure that his EEC policy is being carried out. 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. 96 Non - cooperation: In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreements, the contractor shall, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex or national origin, making full efforts to obtain qualified and /or qualifiable minorities and women. (The U.S. Department of Labor has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority or women employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246 and 23 CFR Part 230 as amended, and the Standard Specifications, such contractor shall immediately notify the City of Yakima Engineering Department or the City of Yakima Compliance Officer. 97 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: L b I,LtrilJ I1-1 1 45pria l 9 l ra(t J l certifies that: (BIDDER) 1. It intends to use the following listed construction trades in the work under the contract / r > J � , r C,pAni L0011(0°1 or Pe s nr� , t �� nC�dre� [/ h 0-4.1 and; as to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non- federal) in the Yakima, Washington area subject to these Bid Conditions, those trades being: no and; 2. It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any sub - contract under this contract the Subcontractor Certification required by these Bid Conditions. e- 9 (Snature of Authorized Representative of Bidder) 99 100 SUBCONTRACTORS CERTIFICATION Subcontractors' Certification is not required at the time of bid. This Certification must be completed by each subcontractor prior to award of any subcontract. certifies that: (SUBCONTRACTOR) 1. It intends to use the following listed construction trades in the work under the subcontract and; As to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non- federal) in Yakima, Washington, subject to these Bid Condition, those trades being: and; 2. It will obtain from each of its subcontractors prior to the award of any subcontract under this subcontract the Subcontractor Certification required by these Bid conditions. (Signature of Authorized Representative of Subcontractor) 101 • PROPOSAL SIGNATURE SHEET 40 AVE. LINCOLN AVE., 6 ST. SIDEWALK IMPROVEMENT PROJECT CITY OF YAKIMA PROJECT NO. 2044 FA. NO. 4579(010) The bidder is hereby advised that by signature of this proposal, he /she is deemed to have acknowledged all requirements and signed all certificates contained herein. A proposal guaranty in an amount of five percent (5 %) of the total bid, based upon the approximate estimate of quantities at the above prices and in the form as indicated below, is attached hereto: CASH 1 IN THE AMOUNT OF CASHIER'S CHECK DOLLARS CERTIFIED CHECK i ($ ) PAYABLE TO THE STATE TREASURER PROPOSAL BOND 1;` IN THE AMOUNT OF 5% OF THE BID ** Receipt is hereby acknowledged of addendum(s) No.(s) , , and SIGNATURE OF A THORIZED FFICIALS C./ FIRM NAME 1 am; G 01 i` - : a veL ,. c (ADDRESS) !`�� , q'0,koiyaa , 9' 0 9 PHONE NUMBER STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER � ,L A FEDERAL ID NO. � I - 1 )JrD - J ( c ( Note: (1) This proposal form is not transferable and any alteration of the firm's name entered hereon without prior permission from the Secretary of Transportation will be cause for considering the proposal irregular and subsequent rejection of the bid. (2) Please refer to Section 1 -02.6 of the Standard Specifications, re: "Preparation of Proposal," or "Article 4" of the Instructions to Bidders for building construction jobs. (3) Should it be necessary to modify this proposal either in writing or by electronic means, please make reference to the following proposal number in your communication. 103 104 ABLE_'SE OF REThINAGE BOND OF CONTRACTOR FIDELITY AND DEPOSIT COMPANY. OF MARYL:,Na Bond 8811431 XNO;i ALL KEN BY THEsE Fp9s'ENT5 : COLUMBIA ASPHALT & GRAVEL, INC. (hereinafter called Principal), as Principal, and Fidelitf & DeoasiC Como any of Maryland a corporation organized and doing business under and by virtue of the law of the state of Maryland, and duly licensed far the purpose of making, guaranteeing or beccminq sole surety upon bands ar undertakings required or authorized by the laws of the State of Washington. (hereinafter call Surety), are held and firmly bound unta CITY OF YAKIMA 2eTeinafter called Oblige_) In the just and full sum of SIX THOUSAND ONE HUNDRED THIRTY - SEVEN AND 88/100 lawful money of the United States of Aner'_ca. for the payment of which, well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors and assigns, joint' -y, flatly, by the presents. ZEE C DITIOAS OF TtIS OBLIGATION ARE SIICH THAT, Whereas, the said Principal on the day of enterod into a written contract with the said obligee for PROJECT # 2046; 40TH AVE /LINCOLN AVE /6TH ST SIDEWALK IMPROVEMENT PROTECT , which said contract is hereby referred to and made a par: hereof by reference. sxRRas, the above named Principal has requested release of Retained Percentage earned or which may be earned under said contract, and, NH$RBms, the obligee is wining to release retained percentage in advance of contract terms relating to payment provided the principal shall file bend to Indemnify the obligee for all lass, cast or damages which the oblige•_ may sustain by reason of payment of retainage to the principal. NOW, TREFORH th- condition of this obligation is such that if the principal shall Indeesnifv_ the oblige- for all loss, cost of damages which the obligee may sustain by reason of payment of retainage percentage to the principal then • this obligation shall be null and void otheridse to regain in full force and effect. IN WITNESS WHEREOF, said Principal and said Surety have caused the presents to be duly signed and sealed this 20THday of NOVEMBER, 2006 COLUMBIA ASPHALT & GRAVEL, INC. 67141 FIDELITY & DEPOSIT COMPANY OF MIR/LAND TRACI SUL ATTORNEY -IN -FACT Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary, in pursuance of authority granted by Article V1, Section 2, of the By -Laws of said Company, . : are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date e. dds - by nominate, constitute and appoint Don W. EMERICK, JR., Lissa M. SHIVELY, Traci S ifiv t y ; , ,y + ' KEE, all of Yakima, Washington, EACH its true and lawful agent and Attorney -i . - :�?�:`S% • ecu+ :'its" , for, and on its behalf as surety, and as its act and deed: any and all bon t = t + + . `r:� gs . 3' s�i - 'o such bonds or undertakings in ' pursuance of these presents, shall be as b' • f i , , om • • 0 -40. t!" ply, to all intents and purposes, as if they had been duly executed and ac • *, •• -+ ; : e re • �. offers of the Company at its office in Baltimore, Md., in their own proper pe F• , p.. of a o iir • issued on behalf of Don W. EMERICK, JR., Carol KORN, Jana PERKINS, Lis - II ire' • AN, Tammy R. MCKEE, dated April 10, 2003. The said Assistant +•z • Lee eby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By- . s .. Company, and is now in force. IN WITNESS WHEREOF, the said Vice - President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 28th day of February, A.D. 2005. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND a Wa � / / By: / Eric D. Barnes Assistant Secretary William J. Mills Vice President State of Maryland ss: City of Baltimore f On this 28th day of February, A.D. 2005, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. 1 • f i r s tic. 4 ti �� .. � • / l��ttt t t 11 +1t +� Maria D. Adamski Notary Public My Commission Expires: July 8, 2007 POA -F 180 -3127 EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice - President, or any of the Senior Vice - Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice- Presidents, Assistant Vice - Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE 1, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice - President who executed the said Power of Attorney was one of the additional Vice - Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice - President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 20TH day of NOVEMBER , 2006 Assistant Secretary BIDDER'S CHECK LIST The bidder's attention is especially called to the following forms which must be executed, as required, and submitted on the form bound in the Contract Documents: A. PROPOSAL The unit prices, extensions, and total amounts bid must be shown in the space provided. B. PROPOSAL SIGNATURE SHEET To be filled in and signed by the bidder. C. BOND ACCOMPANYING BID This bid form is to be executed by the bidder and 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. D. SUBCONTRACTOR LIST The form must be filled in. Failure to provide this information WILL NOT render the bid non- responsive. The following forms are to be executed after the Contract is awarded: A. CONTRACT This agreement 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. 105 PLANS & DETAILS Project Details Traffic Control Plan (Informational Copy) City Standard Plans WORK ZONE CONDITION (SEE CONDITION GUIDANCE) A - ALLOWED - CONSIDER USING A SPOTTER B - ALLOWED - SPOTTER AND /OR CHANNELIZING DEVICES RECOMMENDED, CONSIDER TMA AND /OR PCMS /ARROW CAUTION MODE. O C - ALLOWED - SPOTTER, CHANNELIZATION DEVICES AND PCMS /ARROW RECOMMENDED, CONSIDER TMA. 0 tn 1 ° Ps NOTES: 1. RESTRICTED SIGHT DISTANCE REQUIRES ADDITIONAL ADVANCE WARNING DEVICES OR SIGNS. SEE TCP 27 FOR SIGHT DISTANCE CHART. O 2. NARROW SHOULDERS THAT DO NOT PROVIDE FOR WORK OPERATIONS WITHOUT LANE ENCROACHMENT - 10' LANE MINIMUM, REQUIRES LANE CLOSURE, SEE TCP 14 OR 15. 1:.;3 3. REFER TO PAGE 17 FOR ROLL AHEAD AND BUFFER DATA INFORMATION. n p ** ROADWAY EXAMPLE REPRESENTS TYPICAL LOCATION. OPTIONAL LOCATION MAY BE - LEFT OR RIGHT SHOULDERS, MEDIAN OR GORE AREA E CA 101 141 lQl O 141 101 AR / / / / �� A ////////// LEGEND WORKERS SHOULDER �0 WORK VEHICLE W/ WARNING BEACON WORK SIGN LOCATION - (SEE NOTE 1) W21 -1 W21 - E2 CHANNELIZING DEVICE b 48'" x 48 "" OR 48" x 48" B/0 B/0 0 SPOTTER ,p OR OTHER APPROPRIATE U ADVANCE WARNING SIGN ARROW PANEL - TYPE " "B OR PCMS (CAUTION MODE) (OPTIONAL SEE NOTE 1) TYPICAL SHORT DURATION SHOULDER WORK TMA TRUCK MOUNTED ATTENUATOR TCP 16 %w� (RECOMMENDED) 5 1/2" 10" 1/2" R� 1" R 2 1/2" 5" f 2 1/2" ......-1" BATTER X1/2" R 1/2" R 1/2" R . is 1" R � - IN 6 1/2" «• _ .a 1 "R . 1 "R 1 ^t 5/8" REBAR ®10' O.C. � � . : } 18" .✓M' CEMENT CONCRETE BARRIER CURB CEMENT CONCRETE EXTRUDED CURB r__ ■ 1/2" R- FLOW 1 1 LINE -^1 . . . 25" 11" 6 1 /2" jj • n ! • •.�{: c° r 1/2" R 1/2" R 9/16" 18" I t-t .• CEMENT CONCRETE DEPRESSED CURB CEMENT CONCRETE VALLEY GUTTER FLOW 1/2" R LINE TAPER I 12" 16" R 6 TO ZERO 1 1/2" R--\ F 9/16" I I ,-1" R w . CEMENT CONCRETE SIDEWALK 19" R . ,.. • I to j EXPANSION JOINT di i . �J lo 13" 11" • - 36" • BOND BREAKER CEMENT CONCRETE ROLLED CURB CEMENT CONCRETE PEDESTRIAN CURB CURB TERMINAL END NOTES 1. WSDOT CLASS 3000 CONCRETE WITH COARSE AGGREGATE GRADING NO. 5. 2. EXCAVATION LIMITS ARE 6" BEHIND AND 6" IN FRONT FOR REMOVING AND REPLACING EXISTING CURB & GUTTER. 3. ROLLED CURB MAY BE PERMITTED ALONG RESIDENTIAL ROADWAYS ONLY AND MUST BE APPROVED BY THE CITY ENGINEER. APPROVED: 1.5.2005 CITY OF YAKIMA - STANDARD DETAIL I CEMENT CONCRETE CURB I R01 41/ 4/6 N 12 /2 0 4) / F'\ ( 0. q --4 — COLD JOINT 00f CURB &GUTTER ,,.•'`' � r 2" CSTC (COMPACTED DEPTH) 6" WSDOT CL 3000 CONCRETE W/ COARSE AGGREGATE GRADING NO. 5 DISTANCE VARIES — SEE PLAN _ _ YMC 8.64.070 N._ CONSTRUCTION JOINT CONSTRUCTION JOINT — ,7' APPROVED: 1.5.2005 CITY OF YAKIMA - STANDARD DETAIL IRESIDENTIAL DRWY APPROACH 1 R08 CONCRETE APRON 7' MIN. OR TO R/W LINE WIDTH PER YMC 8.64.070 (WHICHEVER IS GREATER) SEE PLANS RP -- - - - (MIN - -- A RP SEE PLAN :. ... .. SEE PLPN PREFERRED RAMP CONFIGURATION ALTERNATE RAMP --- ..... ................. ........... .... CONFIGURATION CONCRETE — ..... .. .:.. — �. — . — . — — = .:. — FLOW — ...... ,q L LINE To JOINT MATERIAL VALLEY GUTTER VALLEY GUTTER SURFACING 6" Erminnim d a MIN. 4" COMPACTED DEPTH TO FLOW LINE — 11" CRUSHED SURFACING, TOP COURSE -.I/ 3' _ VALLEY GUTTER SECTION A NOTES 1. CURB & GUTTER, VALLEY GUTTER, & CONCRETE APPROACH SHALL BE SEPARATED BY 3/8" THICK, FULL DEPTH, EXPANSION JOINT MATERIAL. 2. THIS DETAIL INDICATES GENERAL CONFIGURATION REQUIREMENTS FOR COMMERCIAL DRIVEWAY APPROACHES. STYLE AND LOCATION OF HANDICAP RAMPS WILL DEPEND UPON SITE CONDITIONS AND SHALL BE CONSTRUCTED ACCORDING TO THE SPECIFIC PROJECT SITE PLAN APPROVED BY THE CITY ENGINEER. 3. WSDOT CLASS 3000 CONCRETE WITH COARSE AGGREGATE GRADING NO. 5. APPROVED: 1.5.2005 CITY OF YAKIMA - STANDARD DETAIL COMMERCIAL APPROACH 1 R09 .......... . ....... • ••••.• ............ ............ . ....... ....... ............ ............ ....... ............ ..... FOR HANDICAP RAMP SIZE AND POSITION, • - • SEE APPLICABLE STANDARD DETAILS. THROUGH JOINTS ON EACH SIDE OF AND AROUND EACH UTILITY APPURTENANCE. .... NOTES 1. THROUGH JOINTS WITH 3/8" JOINT MATERIAL SHALL BE PLACED AT 20' INTERVALS OR MATCH EXISTING CURB JOINTS. 2. 1 -1/2" DEEP DUMMY JOINTS SHALL BE SCORED INTO '.'............ THE CONCRETE w/ "V" GROOVES AT 5' INTERVALS. • • • • • • 3 • ALL JOINTS, "V" GROOVES, AND EDGES SHALL BE FINISHED WITH AN EDGER HAVING A 1/4" RADIUS. 4- SEE PLANS FOR WIDTH AND POSITION OF SIDEWALK. APPROVED: 1.5.2005 CITY OF YAKIMA - STANDARD DETAIL I SIDEWALK JOINTING I R10 • RP iim CEHENT CONCRETE PEDESTRIAN CURB �i 1. RI P 11 CEMENT CONCRETE 11111 I , I I ► " / RAMP PEDESTRIAN CURB \IPA" ." JaNT EXPANSION J• I 3/e" EXPANSION ` OINT (TYP) EXPANSION JOINT XPA 'i v � RAMP - TYPE 1 RAMP - TYPE 2 RAMP - TYPE 3 11 5 5' 4' RAMP LANDING RAMP LAN 5' Y 2' w Ll 2' � _ 1111111........- CEMENT CONCRETE CEMENT CONCRETE PEDESTRIAN CURB SIDEWAUC CEMENT CONCRETE SIDEWALK DEPRESSED CURB CEMENT CONCRETE SIDEWALK DETECTABLE WARNING PATTERN DETECTABLE WARNING PATTERN SECTION DETECTABLE WARNING PATTERN DEPRESSED CURB DEPRESSED CURB (TRUNCATED DOMES) SECTION (TRUNCATED DOMES) (TRUNCATED DOMES) SECTION SECTION A SECTION B SECTION C w iiiii �\ �/ ISOMETRIC VIEW "^ -- ` J ISOMETRIC VIEW _ -. ��/ ISOMETRIC VIEW -„,-/ NOTES 1. THIS DETAIL INDICATES MINIMUM SIZE, SIDE SLOPE. AND PATTERN REQUIREMENTS FOR ACCEPTABLE HANDICAP ACCESS RAMPS. 3. AVOID PLACING DRAINAGE STRUCTURES, JUNCTION BOXES OR OTHER OBSTRUCTIONS IN FRONT STYLE, NUMBER, AND LOCATION OF RAMPS WILL DEPEND ON SITE CONDITIONS. (CROSSWALK SEPARATION, CURB RADIUS, ETC.) OF RAMP ACCESS AREAS. AND SHALL BE INSTALLED ACCORDING TO THE PROJECT SITE PLAN APPROVED BY THE CITY ENGINEER. 4. DETECTABLE WARNING PATTERNS SHALL BE CREATED AS SPECIFIED BY VANGUARD ADA SYSTEMS OF 2. CURB RAMPS MALL NOT BE POURED INTEGRAL WITH THE SIDEWALK OR CURB & GUTTER, AND SHALL BE ISOLATED BY EXPANSION AMERICA, SNOHOMISH, WA AND SHALL BE AS NON SKID AS THE SURROUNDING PEDESTRIAN SURFACES. JOINT MATERIAL ON ALL SIDES BUT NOT AT THE ENO OF THE RAMP ADJACENT TO THE CURB. 5. RAMP SLOPES SHALL NOT BE STEEPER THAN 12H:1V. APPROVED: 1.5.2005 CITY OF YAKIMA - ENGINEERING DIVISION 1 SIDEWALK RAMPS 1 RI 1 SEE PLANS COLD JOINT %� y S = -0.02 �1�� \� ` j \ / / \ . -. • • , �j\ %jai COMPACTED EARTH - 4" WSDOT CLASS 3000 CONCRETE WITH COARSE AGGREGATE GRADING NO. 5. 2" MINIMUM COMPACTED DEPTH CRUSHED SURFACING TOP COURSE 4" STANDARD SECTION SEE PLANS COLD JOINT -� \\, S = - 0.02 A COMPACTED EARTH 6" WSDOT CLASS 3000 CONCRETE WITH COARSE AGGREGATE GRADING NO. 5. 2" MINIMUM COMPACTED DEPTH CRUSHED SURFACING TOP COURSE 6" THICKENED SECTION APPROVED: 1.5.2005 CITY OF YAKIMA - STANDARD DETAIL I CEMENT CONCRETE SIDEWALK, R12 8.00 n . . .. I l v •d. a • . #4 © 12" 0. C. a •. ••e 6.00 • 4 e C • C • -4 • 3.69 R15.00 #4 © 12" 0. C. •EA d • • 0.75 z a • G 1.50 - 8.00 CITY OF YAKIMA — PROJECT DETAIL 18" CONC. SIDEWALK Existing turf (top of base to 1/2" PVC Conduit be even with for Ground W re/Rods existing grade 4 - 3/4" x 30" x 4" to be installed Fiber Board for maw edge) Anchor Bolts as per the NEC. Expansion Joint • = Existinngg or repoured - ! concrefe sidewalk ;i -!! - _I - u ii =s it -l; - ; • - Ii - 1,=11 - 3 - :: - Ii - - - 11=11=i1- • .. • _, d • 4 . lt= tt= 11-l1- lt= ;t- li= 11 =;I -:: • ^ +' 4_ _., • • • ` • ' e l I ' _J - • a - Horizontal Rebar ) ., :- Hoop .. a J Vertical Rebar . ' a• 1 : . Zo Vertical Rebar �{ • 4 . • . r . cf, Eight #4 Total , • ;-= ; _ ._.._ — -= . : • • • l � : : : Horizontal Rebar Hoop • { d Three #4 Total Horizontal : . 4 • • • % ._ • • Rebar ' • - •••• : ..• - a .. •: • HAP ; • • • ••.. • • {.f 2 ~ Offset a . :. — . _ - :—, .t ; (all 4 sides) I 4 11 24" p. -1 Detail Concrete Foundation for Flashing Beacon Poles • c / p u) 40th AVE., LINCOLN AVE., & 6TH ST. SIDEWALKS vw ►N g1 , , =, � iirall 1r�1,t1 cit P rojec t N u m ber 2046 E o �' - '� � — � m �� "' - a ' ►� � � = `�� - �' PSMP P — E -180 P01 -1 `'- � �L FM.. ' _ r �♦ —III ... • ® � ) o a •• � l m _ .Ill �ll • � • m- � lm m l i l � /!ilk` - - -1 ,_�= Iilllrii;- ���m���m��� , , - r_ Z E .: E " __. 11� - - OAr IK = IIIIII �� ll �a _.._ .. SHEET NO DRAWING INDEX SHEET DESCRIPTION c N r o ! P W - ll l • 41-% . U w � n AO i m� � N1 r Nigiiiii%—e—azgLis , 4 .. —__,_ .. ll1 �� l � � ll_�'� %IAA: � - ' te ,. �,, , �__`_, L�� �N ® � ��� r � Sh eet 1 Cover Sheet /Vicinity Map /Drawing Index ., + — 1.,„, ..� ' A i r ' �, � v � f - �� 1 Sheet 2 Construction Notes/Legend ,a �' i . � . � = =i � : - � !�-- � l l�' ��� ll® ( ' � I I' 1'�; i � T'� � ''� ` 1, �lll II Sheet 3 Sidewalk Plans Sta Lincoln Ave. 9 +65 to 14 +00 (Begin Section 1) a � ' ;�■ �_I_ �� I ► ��,� ��'' � � °1� 1 �lll�l 1� Ave. 14 +00 to 19 +50 -$, , i ' _ �%i1 ; C il� of a� -] . 1 ® �l� - •l o Q Sidewalk Plans Sta Lincoln Ave I : ��— ._��. =_ -' .,,- GI� „._. li t�.. n.„ll - Shee 4 l- c ? ,� l "''- ' tl �R l `" Sheet 5 Sidewalk Plans Sta Lincoln Ave. 19 +50 to 23 +60 (End Section 1) I I ; Ili , I i � ll llll . � l ' 15 1 llli'� •��i, l� Sidewalk Plans E. 6th Street (Section 2 X111 1 1 1 1■ml « �q i �`ll l ` 1!4ii i i - J I 11 �� ► ® �� � ll��l,. .12 ( ' i � I 1 Sheet 6 ( 2) 1. ,''� I 1 1 �� m-- � �\ 1 11111' ` 11111 1 � � I , I ..... �� . 1111111► _ • ..��1 D 11 111 I l I� ®=- ® Fence Relocate Plans for 1805, 1807 and 1809 W. Lincoln Ave. (Section 3) al I�� 1 InIun 7 ‘1111111111/= Sheet 7 :: 111 I i I` 1 ! 1111 11 1111111A 1 1111It11 u IlIlIuII �. _ N MI I i I . ' 1� �11��� : Sheet 8 Sidewalk Plans 40th Ave. (Section 4) i r { � } 4) i 1I L I : ::: : : : :::1: 11 �IIIIII� I f ' 1I �J 1 1 1fii11i1111 1 11 ! II . J o ,w. 11.:a -1 11�!11 _. 1 , TNi _ J o w • 1'�I 11 1 111111 __' 1 11111 I . p - � , i1 H� =� =a,� 11o1 m I 12.1111 1IN ■ I11 1 � , a • It „ `�! lliii = — 1 I mil■ -- ■ I ■�statisionsi' eL o —(./.) d- o 0_ a U to -s -04 CITY of YAKIMA �,BER sti, y� N57 co WAA�t. ,•• o z Z NO SCALE r ' - ) W N VICIN MAP ! t x > 3 ••. it o ° .t d 'IONAL ° EXPIRES 10/13/2007 1 CL I— W Li W PLAN DISCLAIMER O = UNDERGROUND FEATURES SHOWN HEREON REPRESENT U 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 PROCEEDED BY NOTIFICATION TO ALL OWNERS OF UNDERGROUND FACILITIES THROUGH A ONE NUMBER LOCATOR SERVICE: 1- 800 - 553 -4344 J LEGEND o CONSTRUCTION NOTES •( O CONSTRUCT NEW RESIDENTIAL DRIVEWAY. RETAIN AND MATCH LAND LINE a > E E THE EXISTING CURB AND GUTTER DRIVEWAY DEPRESSION. RIGHT -OF -WAY LINE - O2 CONSTRUCT NEW RESIDENTIAL DRIVEWAY AND NEW CURB • � AND GUTTER AT THE EXISTING DRIVEWAY CURB DEPRESSION. P/L - - PROPERTY LINE o Q) u o ' O3 CONSTRUCT NEW RESIDENTIAL DRIVEWAY AND NEW CURB I� IRRIGATION LINE c AND GUTTER •— � ® CONSTRUCT NEW COMERCIAL DRIVEWAY APPROACH. U �- TELEPHONE LINE W -"i> 0 REMOVE EXISTING CURB DEPRESSION AND REPLACE WITH 1 WITH NEW CEMENT CONCRETE BARRIER CURB AND GUTTER. w WATER LINE �� © REMOVE EXISTING CEMENT CONCRETE SIDEWALK. ^ WOOD FENCE.,, 07 REMOVE EXISTING CURB AND GUTTER AND CONSTRUCT ADA II HANDICAP RAMP TYPE 1. —�,, CHAINLINK FENCE ® SAW CUT OR REMOVE AT NEAREST JOINT, AS NEEDED, AND MATCH EXISTING. X— X— X X X — X — X — X WI RE FENCE 09 POUR 18 INCH THICK SIDEWALK SECTION PER PROJECT DETAIL. P P .4- 10 CONTACT CITY OF YAKIMA TRAFFIC ENGINEERING. (575 -6005) -�- POWER POLE Ai N FOR LOCATION TO RELOCATE SOLAR SCHOOL FLASHER TO. TP Y Z CL 1 1 REMOVE THE EXISTING CHAINLINK FENCE THAT IS PARALLEL - 0 - TELEPHONE POLE Z 3 4-. ° - TO LINCOLN AVE. AND REINSTALL IT 8.50 FEET BEHIND THE T w BACK OF CURB AS INDICATED ON THE PLANS. ) M ` W v YARD LIGHT z v n - j REMOVE 8.50 FEET OF THE EXSISTING CHAINLINK FENCE W WATER VALVE En E PERPENDICULAR TO LINCOLN AVE. AS INDICATED ON THE PLANS. SN - F .- a- Ei SIGN O' 4- V ° O a_ RESIDENTAL DRIVEWAY v GENERAL NOTES K /I /I /A /I/ //P / 4 NEW CONCERETE CURB /GUTTER 1. CITY FORCES WILL REPLACE EXISTING IRRIGATION SERVICES CONIFERIOUS TREE o Z Z C V W O PRIOR TO CONSTRUCTION 2. CITY FORCES WILL REPLACE EXISTING FIRE HYDRANTS AND DECIDUOUS TREE a o 0 DOMESTIC WATER METERS PRIOR TO CONSTRUCTION, UNLESS a OTHERWISE NOTED. 0 SHRUB 3. BACK OF CURB RADII FOR ALL COMMERCIAL DRIVEWAYS 10_ r- o� ❑TELR TELEPHONE RISER ARE 15 FEET. �gER s/y CT) '' 40'14* F� . IRRIGATION SPRINKLER W e lk ' 0 cc m , . l 0 ROSE BUSH z v Tsi 1 4 '3 i9 1 1 1 1 ( 1 BRICK WALL ' s g, .::.r :. . jONAL 111511111/111 . BRICK DRIVEWAY 2 Imutas 10/13/2007 8 • "; .:.' CONCRETE 1 1. W S - ®Lrs 0 cri -- .1 1 y � s � A. NOTE: WEST 1 1/16 CNR. NE1/4 S23 T13 R 18 E.W.M. 1 ■ m AT 32nd AVE. & LINCOLN AVE. IS STA.0 +00 ■ ` N� 2805 W. Lincoln Ave. �I , - •— o , y � +� NAL 4 O�,g' 4 �ST8iO • ' N rn o s ' `rI ONAL ' ' «3 ,_1 z J \ MMUS 10/13/2007 0 W N d 9 +65 RELOCATE 3/4" WATER METER © 104 / (TO BE DONE BY CITY FORCES) ( ° ti p : . "� - - R/W R/W = : w I�- R,- - - - -- R/W O a ' .. • . . 9 G . 4 Qa • . . a W M a a• G �. a • BEGIN SECTION 1 a a a • O a• - a• a STA. 9 +65 (25' LT.) LINCOLN AVE. . _ _ o W o ° o I 1---- > o M M M Lri N) < Y ¢ ,z}' O J i 0 9 +00 LAND LINE 10 +00 LI \ C0L\ AVE. o" zo ' I 1 1 11 00 v1 I Cl- wU) .0—.. D O i ZN 0- I > . o w Q> E0_ 1 Q c �'' J Z �" d 1 O J 4- (..r) 2705 W. Lincoln Ave. vo ° o- Z V T — JZ � i A --- J U ��` 0 /W /� 2807 W. Lincoln Ave. ) cz , 0 FZ i R/ VI -- 3 MH d N o ,— LL N II Q Z _ _ C W N �- RELOCATE 2" WATER METER Q d O ., o, 0 •I- Q+ (TO BE DONE BY CITY FORCES),' i (n . ' 3 N 0 11 +25 n , . + + rn . " o SN I 13 +03 13 +23' ` o 0 ® i •t SCHOOL READ 'BOARD : + } I O w w a o x> w w —•- , R /W' (W R /W, -. - _ - - - - - - --- . z = : : rrr ?i . : r: rrrii }::• •: :: : . r'p r:'. _ _ - J (n O w ... •:: Oc::: :::::::•.:::: r.:::::: •:::: SN•: }: `r ikim O . � - O - .:': p.:: r: rrr::. GO -:a � -a .........,• +'•' J • . ~ (n o o 0 0 o ROM TA. 12 + 82 < c Li z Q o• o 0 8. TO STA. 15 +22 b Q I M "y M M 1.C) I- "' M "' REMOVE OLD FLASHER STRUCTURE M M M + L \COL\ AVE. 12+00 ` 13+ LAND LINE 1 4 00 v i CITY TO ABANDON EXISTING CITY TO MODIFY TOP OF EXISTING 3/4" SERVICE 6 "X3" MASTER METER IN VAULT 8 MATCH LINE MATCH LINE STA. 14 +00 SEE THIS SHEET - SEE SHEET 3 OF 8 33.00 ' �:ra ' 1 C7r— .. • �' TIMM - 33.00' I . 16+90 �_ : '' 34.00' •'' 33.00 k" +94 'f' O ii o� --I 4\„t Z fi; O . ,.,,,.-7 r h . r'1,:-.1, Z m 131 ! :; J. 17 +4' � — :., •�– 33.10' 4 4fi.00' v ``� _ . '°;:? • / h; ' N (II © L,:,:,„ ' �t CO14,�Cc' O 33.00 saw , \ �}\ , 7 e C 0 U1 O ! 1 15 +0 t_ 1 / • C t� I— © . r at` s x� D ° Q , .... 0 ii ' O D .4 • 5 > _+ C . I • I' `► I . I- 0 1 • ,I ND • s D ; o 1 ._,,. _. E .;k ,\,'. 0 : I LI_ Z ,s ._ 0 Y t I o D • 33.00' n I.. 18+4 .4" < CD 4 34.00, i P/ L. > • 33.00' ►r 111 1; !. • w C I \ o m 1 1 I , . \ to an °z x o N) .• ; I .m ° 0 i` b.' w , \ i — G1, -•�- 33.00' , . \p a — ' A n • 34 D r O , • 33.00' 3 a 1> A ° O co �: Yi i 0 0 . n • � + 0 . � I - 77 . i , • A j f*1_.. - o: :_o- 45- o - ° - o - 0 m.o.., • m UI �} � i. • W r. y OcC m o o z f7) N 0) m ks 0 % * � Z- CO = > v 1 �-{ D JI • 1 "' .. 70 C 0 . ' I k o m C ® 33.00' ' ' o ► 19+38 , c 1 � e e 6 -+ 34.00' ! - 1 t9 +.42 33.00' a i .__.,.\ 4 D .. . 1 . i - ` 33.00' , r.. MATCH LINE STA. 19 +50 MATCH LINE SEE SHEET 5 OF 8 SEE THIS SHEET Project Eng. LHJ LINCOLN AVENUE SIDEWALK °4 Ir`�i , ' '' Drawing Scales City of Yakima PLAN W. LINCOLN AVE. 1705 .— 29TH AVE. Engineering Division \ Horizontal 1 " =20' City of Yakima Project N. 2046 • • 129 North Second Street STA 14+00 — 19+50 vertical NA PSMP P— E- 180(P01) -1 , Yakima, Washington 1 c C 0 I •> J 2505 W. Lincoln Ave. CD E 2507 W. Lincoln Ave. o 2511 W. Lincoln Ave. I � 0 os O ° No J x c :S 2601 .- Lincoln Ave P- REPLACE EXISTING 3/4" WATER METER 1 -+--' Z E 0 V; (TO BE DONE BY CITY FORCES) U W N� LC) i REPLACE EXISTING ILTRRIGAIIONLMETER LT - 1— •+ Q 4 1 REPLACE EXISTING 3/4 WAT ER METER B ONE BY ± " ?v i_ YT LI'EPL EXISTING 3 4 " WATER �yJ to 0 + J E CITY FORCES) O O BE DONE BY CITY FORCES) ME11.f2S z �yJ1Lt� (TO E D Li_ Q d ^—�— :: - Id N N WM = (f) p ) _ s ��JJ 1-- t w ii. • a•. a 11.1 W 7,////////7/7/1 ,- ... . , W W J (n - 81 m 0 0' • a o ° o ° o ° o (n > ei MMM MM M M Q d- LI COLN AVE. < � Q wN z� 20 +00 - 21 +00 LAND LINE 22 +00 � ° 1 . 1 1 1 I 1 0) L1_1 LO p O zN O >� p W ¢� E� I s � � S" Q o r Z: >- :3ER m z 2 03 W. Lincoln Ave. • 2 �N �' J \ 0_ ° Q_ END SECTION 1 ss1 oNAL cl STA. 23 +60 (26.26' LT.) m Z W ExpmES 10/13/2007 7 6 N o W - . C z N ' - u W REP LACE EXISTING 3/4" WATER METE' p% m 5 N = N co N a (TO DONE BY CITY FORCES) BE �' o o J + + a ` o i > 0 —3•' — • ro W i iiiiiiiiiiiJiiiiii r N W T - - Q o b 000 0 8 FRo,, I o 1 n M Ni M M M ST A ' 2? P M Id I O xgs � o © p_ + 23:01D L I` COL A V —. 24 +00 5— 1 11 _ 1 1 1 LAND LINE 1 2 00 i . 8 C 0 a: o_ a_ 0_ (r)_ o .> 1 ' , ° m - Q� m a..) C in Q_ #601 #603 # 605 #607 >- •L _n' eS 4— W mL V l - -- ° 0 N '''l O O ' c 00 Z o .- ▪ C p»C • �' 0 w :1 M :.4i000L�10.00'1 = a 1 : !: 6.00' 6 p = 0 II ` Q __ w BEGIN SECTI •N • I— w U O 6th Street YQ " ,_ _J < O z ^ wZ - O 0< NO V) 1-- F p co w Cl- w E. 6th STREET CONSTRUCTION NOTES cr v w i w E 1 i 1. The sidewalk grade between Race Street and Beech Street m :R. 11 O should follow a straight grade as close as possible with the 1- 0- existing ground grade and a 0.02 ft /ft cross slope toward 6th St" c0 0 2. The cost of removal of tree roots and other vegetation w o n- #609 #611 #613 #615 L_ during excavation for construction of the new sidewalk will be ! — FJ covered under the "Removal of Structures and Obstructions" w U o p V J lump sum pay item. � cD 3. The the six inch thick concrete sections should be centered o on the existing drive way approaches. J N U LEGEND °' •l Z 0 -0 o. 0 0 0 0 0 0 0 0 0 0 a o 0 0 0 0 0 0 0 0 0 0 0 o e o, o e o c ° C V / ■ / v FOUR INCH THICK CONCRETE w 0 a �_._,��_ ___._ -. ". is w 10 . 00' _ 0. 4 10.00' 10.00' I-. 10.00' � — 10.00' ��A © € 6.00' SIX INCH THICK CONCRETE _ _ a 0=> w w z = co ADA HANDICAP RAMP TYPE 3 J CHAIN LINK FENCE --0 0 CD I END SECTION 2 � �gER Sys I� -S -D Q OF Am t . Li! cc/ 4' 'QL CL I -. 6tn Street - m � '' . t ..... 99407 ONAL �' )1r7r//''' mamas 10/13/2007 8 ■ c 0 U) 0 > 1809 W. Lincoln Ave. 1807 W. Lincoln Ave. - E 1 1805 W. Lincoln Ave. 0-) , c (15c • � o2 0 \ oc Q - ,+- c r 1 — — - . 3 ' 1801 W. L incoln Ave >,'p, t d _ .. • U W ' sso ' R/ W 4.00 ' 01111.: ,,, 1 1,W - . o .: :_ M WM • -- _.: _..... -i -_- },: .- o- o- o- o- o -o -o -o 'o- o- o- o- o- o- o -o-o -o .- o- o- o- o- o- o- o- o- o -o-o -a . � ► - o- o- a- o- o- o- o-- o- o -o -o -o - - › ) BEGIN SECTION 3 O STA. 42 +65 30 LT. m 6 END SECTION 3 STA. 44 +31 30' LT. z co LI \COL\ AVE. � U N w ? 1 I CL J z 43 +00 44 +00 45 +00 a I I I 1 I za) • o � p 2 co 03 i zk3 Ew IJJ a ao m 4- V) Z _ ° 0_ J 0 U CO U CONSTRUCTION NOTES z _J t© Remove the existing chainlink fence that is parallel to Lincoln Ave. and reinstall it 8.50 feet behind the back of curb as indicated on the plans. ‘‘' s �g ER S�y� -, o csi © Remove 8.50 feet of the existing chainlink fence '� " n a $ aF� v perpendicular to Lincoln Ave. g �t� r� �- c w N w c. I.1 y 15 •; 1:1 U y \ ^ :+ •- L i ,, i a` o i > .�jO 99407 s T �- - ' " O Cs mmIItss 10/13/2007 z Q J 7 8 C c 0 1 +00 LAND LINE 2+00 :5 O , 40th AVE. '__ •_ 4— N 8` O N cno 0 TO LINCOLN AVE. _ v W N} N m N BEGIN SECTION 4 ,�a�: STA. 1 +00 (28.20' RT) END SECTION 4 1/ 4r- �' STA. 1 +68.96 (30.49 RT.) �1 o l .; 69.00' 4 p _ __ - _ co 4 Q •'• :: :: :: : : „ : : :: :. ::: 6 �; N 5.00' '�! ............ • —� ' ---.-- 1.90' •'•'•'�:;:;:� i�S:�•:;:i�i�jii: Luz R/W — — R/W 0 — R - - - R/W — — R/W — — R/W o o U O Lu _� EXISTING STREET LIGHT ZJ Z d O > E Q i i 0 =~ t p `— O,, 0 U I #307 . CONSTRUCT NEW CEMENT CONCRETE SIDEWALK BETWEEN - EXIS [1NG WALKS. o (WIDTH VARIES --I m i t v _ 4' 1- Z Q U C cn O m c 6 U C 0 U ) 3 N 6 0 Le 0 O O N , gER SHE , a , wAsg 4\ -<\ 4\ -<\ T f , co' ' am' cA °' x .94 ' °�. z R ,. r " 15 ' s94o SI J -co,s, Y'- ;mES 10/13/2007 . 8 8 J