Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout2008-021 2008 Public Works Complex Yard Reconstruction Project Agreement with Columbia Asphalt and Gravel, Inc.City of Yakima
Engineering Division
2008 Public Works Complex
Yard Reconstruction Project
Located at
Public Works Facility - 2301 Fruitvale Boulevard
Phase & 2
Construction Contract Specifications & Bid Documents
City Project No. 2184
129 North Second Street
Yakima, WA 98901
August 2008
hone (509) 575-6111
Fax (509) 576-6314
i lL:.ti&
E`..o e.
August 22, 2008
Columbia Asphalt & Gravel, Inc.
PO Box 9337
Yakima, WA 98909
ATTN: Larry Sali, President
89 (11
r i Yc. e
5-6305
Project: 2008 Public Works Complex Yard Reconstruction
City of Yakima Project No. 2184
Dear Mr. Sali:
Tl; Ci! -"'F1, G:
The City Manager of the City of Yakima has authorized award of the above referenced project to
your company on the basis of your low bid submitted on August 21, 2008, in the amount of
0535,706.50.
This letter is official notification of the award of the contract to your company by the City of
Yakima.
We have prepared three (3) copies of the Contract and performance bond along with certificate
of insurance information as well as one complete set of plans and specifications for your surety.
You have ten (10) days from this date to sign the three (3) copies, Furnish the required
Performance Bond and Certificate of Insurance and return them to our office. The complete
surety set is for you to send to your surety.
Your attention is directed to Section 1-07.18 Public Liability and Property Damage Insurance
(APWA only) of the APWA Supplement to the Standard Specifications for coverage limits,
additional insurance requirements and special ACORD form wording. When these items have
been approved, the City will execute the contract form and bind a signed contract, certificate, and
proposal into contract document books. The three completed books will be distributed to the City
Clerk, City Engineer, and Contractor.
Please contact Bruce Floyd, (509) 575-6138, within ten (10) days of this date, to schedule a pre -
construction conference and discuss various forms and documentation that must be completed
and turned in to him at that Conference. The Notice to Proceed will also be discussed at the Pre -
construction Conference.
For your information, we are enclosing a Liability Certificate Checklist and a copy of the bid
summary for this project.
Sincerely,
Brett Sheffield, P.E., Chief Engineer
cc: Bruce Floyd, Construction Supervisor
Wendy Leinan, Contract Specialist
City Clerk
Finance
File
Paoe 1 of 2
BID SUMMARY
Public Works Complex Yard Reconstruction
CITY PROJECT NO. 2184
ENGINEERS
ESTIMATE
`' 01 1iri'eI, In iai
? GI,vel, Inc.
(-',un?,-"',
Granite Northwest, Inc.
Yakima, WA
ITEM
Bid Security
NO.
ITEM
QTY
UNIT
UNIT PRICE
AMOUNT
UNIT PRICE
AMOUNT
UNIT PRICE
AMOUNT
UNIT PRICE
AMOUNT
UNIT PRICE
AMOUNT
1
SPCC PLAN
LS
1
$500.00
$500.00
171 10 00
0,125 00
500.00
500.00
2
MOBILIZATION
LS
1
$26,428.00
$26,428.00
$18,400 00
$18.000 00
18,028.00
18,028.00
3
PROJECT TEMPORARY TRAFFIC CONTROL
LS
1
$4,000.00
$4,000.00
$1 °110 0n
01,500 00
1,000.00
1,000.00
4
CLEARING AND GRUGGING
LS
1
$1,000.00
$1,000.00
5I 000 n!,
21.505 00
2,500.00
2,500.00
5
REMOVAL OF STRUCTURE AND OBSTRUCTION
LS1
$5,000.00
$5,000.00
S 14 ("011'1)
01.1,000 00
3,000 00
3,000 00
6
SAW CUT, PER INCH DEPTH
LF
1500
$1.50
$2,250.00
'67 1`-,
".02.0 On
0.50
750.00
7
ROADWAY EXCAVATION INCL. HAUL
CY
3800
$12 00
$45,600.00
5700
7/5,500,00
1650
62.700.00
8
CRUSHED SURFACING TOP COURSE
TON
100
$20.00
$2,000 00
$ Y5 On
52 500 00
20.00
2,000.00
9
CRUSHED SURFACING BASE COURSE
TON
3510
$13.00
$45,630.00
,515,00
1,5, ,100 00
20.00
70,200.00
10
WOVEN POLYPROPYLENE GEOTEXTILE FABRIC
SY
11400
$4.50
$51,300.00
') 77
554.150 00
3.70
42,180.00
11
ASPHALT TREATED BASE
TON
1950
$75.00
$146,250.00
007 75
51::1.007 50
65.00
126,750.00
12
HOT MIX ASPHALT CL. 3/4 IN. PG 64-28
TON
1950
$80.00
$156,000.00
01)7 0n
3155. 150 171
90.00
175,500.00
13
PAVEMENT REPAIR
SY
100
$180.00
$18,000.00
5.6 00
,2 500 00
39.00
3,900.00
14
CORRUGATED POLYETHYLENE STORM SEWER PIPE, 12 -INCH DIAM.
LF
70
$35 00
$2,450.00
027 00
5I 500 00
55 00
3,850.00
15
CATCH BASIN, TYPE 1
EA2
$1,500.00
$3,000.00
:*Ion 00
5070 00
325.00
650.00
16
VANED GRATES FOR CATCH BASIN TYPE 1
EA2
$300.00
3600.00
72: ..
5'150 00
250.00
500.00
17
CONNECTION TO EXISTING STRUCTURE
EA2
$600.00
$1,200.00
`130 00
52,10 00
45.00
90.00
18
ADJUST MANHOLE
EA2
$500 00
01,000.00
5351 011
11050 70
500.00
1,000.00
19
ADJSUT VALVE BOX
EA
10
$400.00
$4,000.00
:, 125 n4
51 200 00
525.00
5,250.00
20
COMMERCIAL DRIVEWAY APPROACH
EA
2
$5,000.00
$10,000.00
00 700 (u'
q;11.750 Or
6.000 00
12,000.00
21
END, GATE, CORNER AND PULL POST FOR CHAIN LINK FENCE
EA2
$800.00
$1,600.00
',1[1)115'
5,1 700 00
800.00
600 00
22
REMOVING AND RESETTING FENCE
LF
90
$20.00
51,800.00
0,3) nr
7,0 0)0 00
50 00
4,500 00
23
REMOVING AND RESETTING GATE
EA1
$1,500 00
$1,500.00
1,1. '2216 `5"
1;) JU4 (^
4,400.00
4,400.00
24
SINGLE CANTILIVERED SLIDE GATE, 44 FT. LENGTH
EA
1
$10,000.00
$10,000.00
,_:,' (^. (1
2'1000 0)'
25,100.00
25,100.00
25
REMOVING AND RESETTING BOLLARD
EA
12
$100 00
$1,200.00
0 )61) 411
Y,1 920 0('
1.00
12.00
26
CEMENT CONCRETE PAD, 6 -INCH DEPTH
SY
67
$40.00
$2,680.00
; 3 n
1,2 14/1 00
45.00
3,015.00
27
REPAIR OR REPLACEMENT
FA1
$10,000.00
$10,000.00
`,111 1 o0 0)
010,0011 01'
10,000.00
10,000.00
TOTALS
$ 554,998.00
5530 700.50
3579,975.00
CITY
ENGINEERS REPORT
COMPETITIVE BIDS WERE OPENED ON AUGUST 21, 2008. - 1, Y! CITY OF YAKIMA
ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE.
I RECOMMEND THE CONTRACT BE AWARDED T0: •t+0 '}
t FlibliC (Works Yard Reconstruct ail
,�+ 1
. r AWARD MADE BY CITY MANAGER
U`L11t?tvl ¢3j Asphalt Gravel, Inc.
&
_
' - L2-u'c`: +X', )-\ SY 9 -'L --_Q
t, .,..;; . _ ....;.;.",
r,
ly. 4�
CITY OF YAKIMA PROJECT NO. 2134
s;: )f '� �: �-
tt , - RAtEt)DATE August 21, 2008
DATE CHEIF ENGINEER C.Y, �1y ` . �._ DATE CITY MANAGER SHEET 1 of ����"'-"��0. FILE 2184 PW Yard Bid Sum pub 1
DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT
William R. Cook, Director
Engineering Division
129 North Second Street, 2❑d Floor
Yakima, Washington 98901
(509) 575-6111 - Fax (509) 576-6305
ADDENDUM NO. 1
TO THE BID DOCUMENTS & SPECIFICATIONS
FOR THE CITY OF YAKIMA, WA
for
2008 Public Works Complex Yard Reconstruction Project
Public Works Facility — 2301 Fruitvale Boulevard
CITY OF YAKIMA PROJECT NUMBER 2184
TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS:
The Bid & Contract Documents shall be modified as follows:
ITEM 1. Standard Specifications; Special Provisions Section 1-03:
Section 1-03 Award and Execution of Contract
1-03.2 Award of Contract
The first sentence of this section in the Construction Contract Specifications and Bid
Documents that supplemented the Standard Specifications for Road, Bridge and
Municipal Construction is deleted:
ITEM 2 Standard Specifications; Special Provisions Section 8-12:
Section 8-12 Chain Link Fence and Wire Fence
8-12.1 Description
This section of the Standard Specifications for Road, Bridge and Municipal
Construction is supplemented with the following which is added to the Construction
Contract Specifications and Bid Documents:
This work shall include removing and resetting existing chain link fence,
removing and resetting an electrically operated slide gate, furnishing and
installing an electrically operated single cantilevered sliding gate and removing
and resetting bollards.
Addendum 1 Page 1 of 6 8/19/2008
8-12.2 Material
This section of the Standard Specifications for Road, Bridge and Municipal
Construction is supplemented with the following which is added to the Construction
Contract Specifications and Bid Documents:
The single cantilevered sliding gate shall be as detailed on the attached drawing
4-1120B manufactured by Master Halco or an approved equal.
8-12.3 Construction Requirements
This section of the Standard Specifications for Road, Bridge and Municipal
Construction is supplemented with the following which is added to the Construction
Contract Specifications and Bid Documents:
Where shown in the plans, the existing chain link fence and slide gate shall be
removed and reset to match the lowered elevation of the entryway.
The electrically operated single cantilevered sliding gate shall be installed in the
northwest corner of the yard as shown in the plans and shall be 44 feet in length.
Where shown in the plans, the existing bollards shall be removed and reset.
8-12.4 Measurement
Add the following items to this section:
Removing and resetting chain link fence will be measured by the linear foot.
Removing and resetting gate will be measured per each.
Single cantilevered sliding gate 44 -foot length will be measured per each.
Removing and resetting bollard will be measured per each.
8-12.5 Payment
Add the following items to this section:
"Removing and Resetting Chain Link Fence", per linear foot.
The per linear foot contract price for removing and resetting chain link fence
shall be full pay for all labor and equipment required to remove and reset the
existing fence. If portions of the fence are damaged during removal or
placement, they shall be repaired or replaced by the Contractor at no cost to the
City.
"Removing and Resetting Gate", per each.
The per each unit contract price for removing and resetting the gate shall be full
pay for all labor and equipment required to remove and reset the gate. If
portions of the gate are damaged during removal or placement, they shall be
repaired or replaced by the Contractor at no cost to the City.
"Single Cantilevered Sliding Gate 44 Ft. Length", per each.
Addendum 1 Page 2 of 6 8/19/2008
The per each unit contract price for single cantilevered sliding gate shall be full
pay for labor material and equipment required for furnishing and installing the
electrically operated gate. The price shall include removing existing chain link
fence and all wire and conduit to connect to electricity.
"Removing and Resetting Bollard", per each.
The per each unit contract price for removing and resetting bollard shall be full
pay for all labor and equipment required to remove and reset the bollards. If
any of the bollards are damaged during removal or placement, they shall be
repaired or replaced by the Contractor at no cost to the City.
ITEM 3. Standard Specifications; Special Provisions Section 8-14:
8-14 Cement Concrete Sidewalks
8-14.5 Payment
The first paragraph of this section in the Construction Contract Specifications and
Bid Documents is deleted and replaced with the following:
"Cement Concrete Slab, 6 -Inch Depth, per square yard.
ITEM 4. Proposal:
Item Proposal Bid Sheets:
Remove all prior Item Proposal Bid Sheets and replace with the attached two (2)
pages of Item Proposal Bid Sheets, labeled "Addendum No. 1", dated "August 19,
2008". All of the attached Item Proposal Bid Sheets have been modified to reflect
modified bid items, updated quantities and construction clarification.
ITEM 17. Plans:
New Plan Sheets:
Remove sheets 2 and 3 and replace them with the new plan sheets 2 and 3.
The modified plan sheets show the location for removing and resetting fence,
removing and resetting gate, and removing and resetting bollards.
ITEM 18. Details:
Additional Details:
Add the three Detail Sheets labeled 4-1120B (sheet 1), 4-1120B (sheet 2) and AG -
00005 of this addendum to the Construction Contract Specifications & Bid
Documents.
Addendum 1 Page 3 of 6 8/19/2008
This ADDENDUM is to be considered as much a part of the contract provisions as
if it were included in the body of the Plans and Specifications.
All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form
prior to bid opening.
APPROVED:J19a-- l` - 0
Brett H. S `��_ -1d, P.E. Date
Chief Engineer
Addendum 1 Page 4 of 6 8/19/2008
ITEM PROPOSAL BID SHEET
City of Yakima
2008 Public Works Complex Yard
Reconstruction Project
Public Works Facility — 2301 Fruitvale Blvd.
City Project No. 2184
ITEM
NO.
PROPOSAL ITEM
PAYMENT SECTION
QTY.
UNIT
UNIT PRICE
DOLLARS
AMOUNT
DOLLARS
1
SPCC PLAN
1-07.15
1
LS
2
MOBILIZATION
1-09.7
1
LS
3
PROJECT TEMPORARY TRAFFIC CONTROL
1-10.5
1
LS
4
CLEARING AND GRUBBING
2-01.5
1
LS
5
REMOVAL OF STRUCTURE AND OBSTRUCTION
2-02.5
1
LS
6
SAW CUT. PER INCH DEPTH
2-02.5
1,500
LF
7
ROADWAY EXCAVTION INCL. HAUL
2-03.5
3,800
CY
8
CRUSHED SURFACING TOP COURSE
4-04.5
100
TON
9
CRUSHED SURFACING BASE COURSE
4-04.5
3,510
TON
10
WOVEN POLYPROPYLENE GEOTEXTILE FABRIC
4-04.5
11,400
SY
11
ASPHALT TREATED BASE
4-06.5
1,950
TON
12
HMA CL. 3/4 IN PG64-28
5-04.5
1,950
TON
13
PAVEMENT REPAIR
5-04.5
100
SY
14
CORRUGATED POLYETHYLENE STORM SEWER PIPE, 12 -IN. DIAM.
7-04.5
70
LF
15
CATCH BASIN, TYPE 1
7-05.5
2
EA
16
VANED GRATE FOR CATCH BASIN TYPE 1
7-05.5
2
EA
17
CONNECTION TO EXISTING STRUCTURE
7-05.5
2
EA
18
ADJUST MANHOLE
7-05.5
2
EA
19
ADJUST VALVE BOX
7-09.5
10
EA
20
COMMERCIAL DRIVEWAY APPROACH
8-06.5
2
EA
21
END, GATE, CORNER AND PULL POST FOR CHAIN LINK FENCE
8-12.5
2
EA
22
REMOVING AND RESETTING FENCE
8-12.5
90
LF
23
REMOVING AND RESETTING GATE
8-12.5
1
EA
24
SINGLE CANTILEVERED SLIDE GATE, 44 FT. LENGTH
8-12.5
1
EA
Addendum 1
Page 5 of 6
8/19/2008
25
REMOVING AND RESETTING BOLLARD
8-12.5
12
EA
26
CEMENT CONCRETE PAD, 6 N. DEPTH
8.14-5
67
SY
REPAIR OR REPLACEMENT
27
8-30.5
1
FA
$10,000
$10,000
Addendum 1
TOTAL:
$
• END OF ADDENDUM NO. 1 •
Page 6 of 6 8/19/2008
i
Q INSIDE (
(o) (0 )
1
1 'i
.,
N
ZZN
/
OUTSIDE
OJ
'
TO OPEN LINE OF FENCEl
O
JOPENING
1--
I
GATE PLAN
G
L (NOT TO SCALE)
FABRIC AREA
2" [50MM] (3) STRANDS OFPOST
OVERHANG
(OMIT FABRIC)
TOP
/
SQ ALUM BARBED WIRE, A�
UPRIGHT EA CONSISTING 4C)
��""
TYP (22) OF 2 STRAND
2" AMM] SQ
B/W ARM TYP
4"102MM
1'-1" [330MM]
1
PLCS
LINE WIRE W/
4 POINT BARBS
ALUM
OD DUAL
\
TRACK/RAIL
POSTS
`I
1 •
+TANDEM
I
+I+�
mo
TRUCK
_
51V
-
ASS'Y
H
I
'
om 't
KEEPER
TRUSS ROD
:•:V4.:•:•:•:•
••
%••%:::ROD
....M•X•,••
•o yi...
o:�':•:'
•
...:4:•,%4$•
:4:::+:,•)::.
•%•:,•:•:•:•:•:*
pp
....
X•01*:•:•:•):
.
1
AL,
FRAME
HT
AIL,
TRUSS
f
11 1 �— 2" [50MM] SQ TENSION ROD CHAIN LINK FABRIC I
I ALUM BOTTOM RAIL
U I I
I
1 TENSION ROD GUIDE ROLLER
U j CHAIN LINK FABRIC ASS'Y
I
I
1
I 1 13" [76MM] J
U
}
L __I 4" [102MM] OD DUAL POST L_J
L_J
POST TOP OPTIONS
GATE
4) STANDARD
DOMED
ELEVATION — (6) BAYS SHOWN
NOM HEIGHT (H)
SEE SHEET #2 FOR DIM'S, DETAILS & SECTIONS
7'—o" [2134MM] (6'+1')
NOTES:
8'-0" [2438MM] (7'+1')
1. METRIC DIMENSIONS ARE NOMINAL EQUIVALENTS TO U.S. DIMENSIONS.
2. SPECIFICATIONS SHOWN CAN BE CHANGED BY MASTER HALCO
9'-0" [2743MM] (8'+1')
ONLY.
3. FOOTING MIN DIM'S TO BE 48" X 18" X 42" [1219 X457 X1067MM] DEEP.
OPENING
M
4. GATES MAY BE MANUALLY OR ELECTRICALLY OPERATED. HARDWARE WILL
VARY FOR ELECTRICALLY OPERATED GATES.
5. DWGS FOR DOUBLE OPENING GATES AVAILABLE ON REQUEST.
41'-0" [12497MM)
THROUGH
50'-0" [15240MM]
.•._.•.
.;.•.!.;.
1
4
ANCHOR FENCE PRODUCTS
MJ&STER
® by Master Halco
H A LC 0 Orange, CA
SINGLE CANTILEVERED SLIDING GATE
BY: JRR
DWG
4-1120B
DATE: 11-17-95
ROUND POSTS, W/ BARBED WIRE
BOX FRAME
REV: D
LAYER: 1
SHEET 7
Phone No.: 800-229-5615
COMMIT © 2001-2006 MASTER HALCO, M.
ALL RIGHTS RESERVED. www.FenceOnline.com
REV DATE: 08-25-06
SCALE: 1" = 6'-0" (1:72)
OPENING
LENGTH (L)
GATE POSTS (G)
BAYS
OVERHANG
I/S POST
FACE TO I/S
POST FACE
0/S DIM OF
GATE LEAF
0/S POST
FACE TO 0/S
POST FACE
NUMBER OF
BAYS WITH
CHAIN LINK
NUMBER OF
BAYS W/0
CHAIN LINK
41'-0"
[12497MM]
62'-0"
[18898MM]
20'-0"
[6096MM]
(6) SIX
(4) FOUR
42'-0"
[12802MM]
63'-0"
[19202MM]
20'—O"
[6096MM]
(6) SIX
(4) FOUR
43'-0"
[13106MM]
64'-0"
[19507MM]
20'-0"
[6096MM]
(6) SIX
(4) FOUR
44'-0"
[13411MM]
65'-0"
[19812MM]
20'-0"
[6096MM]
(6) SIX
(4) FOUR
45'-0"
[13716MM]
71'-0"
[21641MM]
25'-0"
[7620MM]
(6) SIX
(4) FOUR
46'-0"
[14021MM]
72'-0"
[21946MM]
25'-0"
[7620MM]
(6) SIX
(4) FOUR
47'-0"
[14326MM]
73'-0"
[22250MM]
25'-0"
[7620MM]
(6) SIX
(4) FOUR
48'-0"
[14630MM]
74'-0"
[22555MM]
25'—O"
[7620MM]
(6) SIX
(4) FOUR
49'-0"
[14935MM]
75'-0"
[22860MM]
25'—O"
[7620MM]
(6) SIX
(4) FOUR
50'-0"
[15240MM]
76'-0"
[23165MM]
25'-0"
[7620MM]
(6) SIX
(4) FOUR
NOTES:
1. METRIC DIMENSIONS ARE NOMINAL EQUIVALENTS TO U.S. DIMENSIONS.
2. SPECIFICATIONS SHOWN CAN BE CHANGED BY MASTER NALCO ONLY.
SEE SHEET #1
FOR ELEV & PLAN
32" X 6" X 3/8" TIE PLATE
[813 X152 X1OMM
(2 PLCS)
BARBED WIRE
(OPTION)
CHAIN LINK
FABRIC
POST TOP
4" [102MM] 0
POST
ALUM TRACK/RAIL
TANDEM TRUCK
ASSEMBLY
2" [50MM] SQ
ALUM UPRIGHT
TRUSS ROD
GUIDE ROLLER
ASSEMBLY
I ^ N I 7 I
I I I
I I r —I I I
I I I 1 1 I
FOOTING
48" X 18" X 42" DEEP
[1219 X457 X1067MM]
SEC A (41' THRU 50' OPENINGS)
(3:1)
TIE PLATE
-J
MASTER ANCHOR FENCE PRODUCTS
by Master Halco
H A LC O ® Orange, CA
Phone No.: 800-229-5615
COMIC/if ©2001-2000 U SrER HALCO. INC.
ALL RIGHTS RESERVED.
www.FenceOnline.com
SINGLE CANTILEVERED SLIDING GATE
BY:
JRR
DATE:
11-17-95
DWG:
4-1120B
ROUND POSTS, W/ BARBED WIRE
BOX FRAME
REV:
D
LAYER:
2
SHEET
2
REV DATE: 08-25-06
SCALE:
1" = 6'-0" (1:72)
I
Il
��i
l
l
IIuII
il41111111111111
24" [610MM]
32"
[813MM]
POST TOP
4" [102MM] 0
POST
ALUM TRACK/RAIL
TANDEM TRUCK
ASSEMBLY
2" [50MM] SQ
ALUM UPRIGHT
TRUSS ROD
GUIDE ROLLER
ASSEMBLY
I ^ N I 7 I
I I I
I I r —I I I
I I I 1 1 I
FOOTING
48" X 18" X 42" DEEP
[1219 X457 X1067MM]
SEC A (41' THRU 50' OPENINGS)
(3:1)
TIE PLATE
-J
MASTER ANCHOR FENCE PRODUCTS
by Master Halco
H A LC O ® Orange, CA
Phone No.: 800-229-5615
COMIC/if ©2001-2000 U SrER HALCO. INC.
ALL RIGHTS RESERVED.
www.FenceOnline.com
SINGLE CANTILEVERED SLIDING GATE
BY:
JRR
DATE:
11-17-95
DWG:
4-1120B
ROUND POSTS, W/ BARBED WIRE
BOX FRAME
REV:
D
LAYER:
2
SHEET
2
REV DATE: 08-25-06
SCALE:
1" = 6'-0" (1:72)
TRUCK BRACKET NYLON GUIDE ROLLER
W/ OILITE BEARING
TRUCK ASS'Y
0
BOTTOM GATE
FRAME MEMBER
ALUM TRACK/FRAME UPPER
TRUCK ASSEMBLY MEMBER GUIDE ROLLER
ASSEMBLY
TRUCK BRKT
TOP TRACK/FRAME
MEMBER OF
GATE FRAME
U -BOLT
POST
5 1/2"
[1 40MM]
2" [51 MM] SQ
GATE FRAME
MEMBER
LOWER GUIDE
ROLLER ASS'Y
12" [305MM] MAX
ELEVATION END VIEW
UPPER & LOWER GUIDE ROLLER ASSEMBLY(S) UPPER & LOWER GUIDE ROLLER ASSEMBLY
ATTACHED TO POST ATTACHED TO POST & GATE
MASTER ANCHOR FENCE PRODUCTS
by Master Halco
H A LC O® Orange, CA
Phone No.: 800-229-5615
COPYRIGHT © 2001-2006 MASTER WLL.CO. INC.
ALL RIGHTS RESERVED.
www.FenceOnline.com
CANTILEVERED SLIDING GATE
BY:
JRR
DATE:
07-18-96
DWG:
AG -00005
DETAILS
REV:
C
LAYER:
REV DATE: 08-25-06
SCALE:
1 1/2" = 1'-0"
W
N
-Exio "tilt YF?A .Eot.o , oU RECTRFAG RNE SE TgBE
REMoV b pERB D SIGN SOP. REMOVED
ATERtA Q DISPOSEi OPOFlz SSITt
yoci ISTFR4GI' N St. RF cEAwD: PADsED .?ER
7#001)$#.09
S
EMOV \ND D
• irt8,1t
1'3R14:,i1t?:
REMOVE & RESET 60 LF
OF CHAIN LINK
FENCING. -
AREA TO_BE}GRADED AND
GRAVELED UTILIZING THE
CITY-,dF_YARIMA GRAVEL
PATCH STANDARD.
LAWN\
INSTALL NEW TYPE 1 CATCH BASIN
w/ FRAME & GRATE PER CITY STD.
CONNECT TO EXISTING DRAIN PIPE.
MODIFY CURB & GUTTER AS (ThNECESSARY.
V
'V WV
INSTALL NEW TYPE 1
CATCH BASIN w/ FRAME
& GRATE PER CITY STD.
0
CONNECT TO EXISTING
CATCH BASIN
/ PLANTER
-It`te
w
D
WM Ep
WV
(; HVAC
BUILDING
LAWN—L
00
D \
CONSTRUCTION NOTES:
1. ALL ASPHALT AND CONCRETE EDGES ARE TO BE
SAW CUT TO NEAT LINE.
2. FUEL PUMP ARE TO ACCESSIBLE AND USABLE AT
ALL TIMES UNLESS OTHERWISE APPROVED BY THE CITY ENGINEER.
3. CONTRACTOR TO ADJUST ALL UTILITY RISERS TO FINISHED GRADE
PER CITY STANDARDS.
` DATE
REVISION
FRUITVALE ENTRANCE -
DESIGN DETAILS - SEE SHEET
5 OF 5 THESE PLANS.
BY
City Of Yakima
Engineering Division
129 N.rtr, Seco,i Street 3Sirn3, 'N3Sh n,ren
Public Works Complex Yard Reconstruction
Public Works Facilities - Fruitvale Boulevard
PHASE 1 - FRUITVALE ENTRANCE & SOUTH LOT
City of Yakima Project No. 2184
D
w
z
J
d
LA
N
D
F'
,/
7
FF,
/71./''/
.
EXPIRES 10/13/2009
Project Eng: Dford
2
Horiz. Scale = 1"=30'
Vert. Scale = NONE
5
MATCH LINE B -B
4 -- 4 4- 4 -
DATE
REVISION
BY
City Of Yakima
Engineering Division
129 North Second Street falnn3. '9a5herat,n
CONSTRUCTION NOTES:
1. ALL ASPHALT AND CONCRETE EDGES ARE TO BE
SAW CUT TO NEAT LINE.
2. FUEL PUMP ARE TO ACCESSIBLE AND USABLE AT
ALL TIMES UNLESS OTHERWISE APPROVED BY THE CITY ENGINEER.
3. CONTRACTOR TO ADJUST ALL UTILITY RISERS TO FINISHED GRADE
PER CITY STANDARDS.
Public Works Complex Yard Reconstruction
Public Works Facilities - Fruitvale Boulevard
PHASE 1 - FRUITVALE ENTRANCE & SOUTH LOT
City of Yakima Project No. 2184
EXPIRES 10/13/2009
Project Eng: Dford
3
Horiz. Scale = 1"=30'
Vert. Scale = NONE
5
City Of Yakima
Public Works Complex
Yard Reconstruction
Public Works Facility — 2301 Fruitvale Blvd.
City Project No. 2184
EXPiREti 10/13/2009
1
2
CONTENTS
CITY OF YAKIMA
Public Works Complex Yard Reconstruction
Public Works Facility — 2301 Fruitvale Blvd.
City Project No. 2184
SECTION PAGE
INVITATION TO BID 5
STANDARD SPECIFICATIONS
Standard Specifications 7
Amendments to the 2006 Standard Specifications 7
CONTRACT PROVISIONS
General Special Provisions 19
Project Description 20
1-02 Bid Procedures and Conditions 21
1-03 Award and Execution of Contract 26
1-04 Scope of Work 28
1-05 Control of Work 29
1-06 Control of Materials 32
1-07 Legal Relations and Responsibilities to the Public 34
1-08 Prosecution and Progress 42
1-09 Measurement and Payment 45
1-10 Temporary Traffic Control 46
2-01 Clearing and Grubbing 48
2-02 Removal of Structures and Obstructions 48
2-03 Roadway Excavation and Embankment 49
2-07 Watering 49
4-04 Ballast and Crushed Surfacing 50
4-06 Asphalt Treated Base 52
5-04 Hot Mix Asphalt 53
7-05 Manholes, Inlets, Catch Basins, and Drywells 57
7-09 Water Mains 57
8-01 Erosion Control and Water Pollution Control 58
8-14 Cement Concrete Sidwalk 58
8-30 Repair or Replacement (New Section) 59
9-03 Aggregates 60
9-05 Drainage Structures, Culverts, and Conduits 60
STANDARD PLANS 61
Contract Form 67
Performance Bond Form 69
Informational Certificate of Insurance 71
Informational Additional Insured Endorsement 73
Minimum Wage Affidavit Form 75
PREVAILING WAGE RATES
Prevailing Wage Rates 77
(State Wage Rates attached as Supplements)
3
PROPOSAL
Proposal Form 79
Item Proposal Bid Sheet 81
Bid Bond Form 83
Non -Collusion Declaration 85
Non -Discrimination Provision 87
Subcontractor List 89
Women and Minority Business Enterprise Policy 91
Council Resolution 93
Affirmative Action Plan 95
Bidders Certification 97
Materially and Responsiveness 99
Proposal Signature Sheet 101
Bidders Check List 103
PLANS & DETAILS
Project Details
Standard Details
Traffic Control Plan
Construction Pians
4
STANDARD SPECIFICATIONS
Standard Specifications
Amendments to the 2008 Standard Specifications
INVITATION TO BID
NOTICE IS HEREBY GIVEN that sealed bids will be received by the City Clerk of the City of
Yakima, 129 North 2nd Street, Yakima, Washington, 98901 until 2:00 pm on August 21, 2008
and will then and there be opened and publicly read for the construction of
CITY OF YAKIMA
Public Works Complex Yard Reconstruction
Public Works Facility — 2301 Fruitvale Blvd.
City Project No. 2184
This project will consist of furnishing all labor, materials and equipment to remove and replace the
existing pavement surfacing, constructing new curb, gutter and sidewalk and install new chain link
fencing at the City of Yakima Public Works Complex located at 2301 Fruitvale Boulevard,
Yakima, WA. The work shall consist of approximately 3,800 cubic yards roadway excavation,
3,510 tons of crushed surfacing base course, 1,950 tons of asphalt treated base, 1,950 tons of
hot mix asphalt 3/4 inch, PG 64-28, 11,400 square yards of geotechnical fabric, two commercial
driveway approaches, and two catch basins type 1. All work is to be in accordance with the plans
and specifications as prepared by the chief engineer of the city of Yakima.
All bid proposals shall be accompanied by a bid proposal deposit in cash, certified check,
cashier's check or surety bond in an amount equal to five percent (5%) of the amount of such bid
proposal. Should the successful bidder fail to enter into such contract and furnish satisfactory
performance bond within the time stated in the specifications, the bid proposal deposit shall be
forfeited to the City of Yakima.
Plans and specifications may be obtained at the Office of the City Engineer located at 129 North
2nd Street upon payment of the amount of $20.00 for each set, non refundable.
Informational copies of maps, plans, and specifications are on file for inspection in the Office of
the City Engineer of Yakima in Yakima, Washington, and at Plan Centers in Yakima and
Kennewick, Washington.
The City reserves the right to reject any or all bids and proposals.
DATED this 6th day of August, 2008
(SEAL) Deborah J. Moore
CITY CLERK
PUBLISH: August 7, 2008
August 8, 2008
5
STANDARD SPECIFICATIONS
The 2008 Standard Specifications for Road, Bridge, and Municipal Construction
published by the Washington State Department of Transportation and the Washington
State Chapter of the American Public Works Association, by this reference, are made a
part of these Contract Documents. Except as may be amended, modified, or
supplemented hereinafter, each section of the Standard Specifications shall be
considered as much a part of these Contract Documents as if they were actually set
forth herein.
INTRODUCTION
The following Amendments and Special Provisions shall be used in conjunction with the
2008 Standard Specifications for Road, Bridge, and Municipal Construction.
AMENDMENTS TO THE STANDARD SPECIFICATIONS
The following Amendments to the Standard Specifications are made a part of this
contract and supersede any conflicting provisions of the Standard Specifications. For
informational purposes, the date following each Amendment title indicates the
implementation date of the Amendment or the latest date of revision.
Each Amendment contains all current revisions to the applicable section of the Standard
Specifications and may include references that do not apply to this particular project.
SECTION 1-03, AWARD AND EXECUTION OF CONTRACT
April 7, 2008
1-03.1 Consideration of Bids
This section is supplemented with the following new sub -section.
1-03.1(1) Tied Bids
After opening Bids, if two or more lowest responsive Bid totals are exactly equal,
then the tie-breaker will be determined by drawing as described in this Section.
Two or more slips of paper will be marked as follows: one marked 'Winner" and the
other(s) marked "unsuccessful". The slips will be folded to make the marking
unseen. The slips will be placed inside a box. One authorized representative of
each Bidder shall draw a slip from the box. Bidders shall draw in alphabetic order
by the name of the firm as registered with the Washington State Department of
Licensing. The slips shall be unfolded and the firm with the slip marked "Winner"
will be determined to be the successful Bidder and eligible for Award of the
Contract. Only those Bidders that submitted a Bid total that is exactly equal to the
lowest responsive Bid are eligible to draw.
7
SECTION 1-04, SCOPE OF THE WORK
April 7, 2008
1-04.4(1) Minor Changes
The first sentence in the first paragraph is revised to read:
Payments or credits for changes amounting to $15,000 or Tess may be made under
the bid item "Minor Change."
1-04.5 Procedure and Protest by the Contractor
In the second paragraph, number 2, the reference to 7 calendar days is revised to 14
calendar days.
The second sentence in the fifth paragraph is revised to read:
The determination will be provided within 14 -calendar days after receipt of the
Contractor's supplemental written statement (including any additional information
requested by the Project Engineer to support a continuing protest) described in item
2 above.
SECTION 1-05, CONTROL OF WORK
April 7, 2008
1-05.1 Authority of the Engineer
The fourth paragraph is revised to read:
At the Contractor's risk, the Project Engineer may suspend all or part of the Work
according to Section 1-08.6.
1-05.12 Final Acceptance
The second paragraph is revised to read:
The Contractor agrees that neither completion nor final acceptance shall relieve the
Contractor of the responsibility to indemnify, defend, and protect the Contracting
Agency against any claim or Toss resulting from the failure of the Contractor (or the
subcontractors or lower tier subcontractors) to pay all laborers, mechanics,
subcontractors, material -persons, or any other person who provides labor, supplies,
or provisions for carrying out the Work or for any payments required for
unemployment compensation under Title 50 RCW or for industrial insurance and
medical aid required under Title 51 RCW.
SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE
PUBLIC
April 7, 2008
1-07.2(2)
-A7.2(2) SL aLe Sales Tax_ ■VVo.k on State -Owned rI'Privaie Lang
The following new paragraph is inserted in front of the first paragraph:
State Department of, Revenue Rule 170 and its related rules apply for this section.
8
1-07.9(1) General
The following new paragraph is inserted to follow the sixth paragraph:
The Contractor shall ensure that any firm (Supplier, Manufacturer, or Fabricator)
that falls under the provisions of RCW 39.12 because of the definition "Contractor"
in WAC 296-127-010, complies with all the requirements of RCW 39.12.
1-07.15(1) Spill Prevention, Control and Countermeasures Plan
This section is revised to read:
The Contractor shall prepare a project -specific spill prevention, control, and
countermeasures plan (SPCC Plan) that will be used for the duration of the project.
The Contractor shall submit the plan to the Project Engineer no later than the date
of the preconstruction conference. No on-site construction activities may
commence until WSDOT accepts an SPCC Plan for the project.
The term "hazardous materials", as used in this Specification, is defined in Chapter
447 of the WSDOT Environmental Procedures Manual (M31-11). Occupational
safety and health requirements that may pertain to SPCC Plan implementation are
contained in but not limited to WAC 296-824 and WAC 296-843.
Implementation Requirements
The SPCC Plan shall be updated by the Contractor throughout project construction
so that the written plan reflects actual site conditions and practices. The Contractor
shall update the SPCC Plan at least annually and maintain a copy of the updated
SPCC Plan on the project site. All project employees shall be trained in spill
prevention and containment, and shall know where the SPCC Plan and spill
response kits are located and have immediate access to them.
If hazardous materials are encountered or spilled during construction, the
Contractor shall do everything possible to control and contain the material until
appropriate measures can be taken. The Contractor shall supply and maintain spill
response kits of appropriate size within close proximity to hazardous materials and
equipment.
The Contractor shall implement the spill prevention measures identified in the SPCC
Plan before performing any of the following:
1. Placing materials or equipment in staging or storage areas.
2. Refueling, washing, or maintaining equipment.
3. Stockpiling contaminated materials.
SPCC Plan Element Requirements
The SPCC Plan shall set forth the following information in the following order:
1. Responsible Personnel
Identify the name(s),, title(s), and contact information for the personnel
responsible for implementing and updating the plan, including all spill
responders.
2. Spill Reporting
9
List the names and telephone numbers of the federal, State, and local
agencies the Contractor shall notify in the event of a spill.
3. Project and Site Information
Describe the following items:
A. The project Work.
B. The site location and boundaries.
C. The drainage pathways from the site.
D. Nearby waterways and sensitive areas and their distances from
the site.
4. Potential Spill Sources
Describe each of the following for all potentially hazardous materials
brought or generated on-site (including materials used for equipment
operation, refueling, maintenance, or cleaning):
A. Name of material and its intended use.
B. Estimated maximum amount on-site at any one time.
C. Location(s) (including any equipment used below the ordinary
high water line) where the material will be staged, used, and
stored and the distance(s) from nearby waterways and sensitive
areas.
D. Decontamination location and procedure for equipment that
comes into contact with the material.
E. Disposal procedures.
5. Pre -Existing Contamination
Describe any pre-existing contamination and contaminant sources (such
as buried pipes or tanks) in the project area that are described in the
Contract documents. Identify equipment and work practices that will be
used to prevent the release of contamination.
6. Spill Prevention and Response Training
Describe how and when all personnel (including refueling contractors and
Subcontractors) will be trained in spill prevention, containment and
response in accordance with the Plan. Describe how and when all spill
responders will be trained in accordance with WAC 296-824.
7. Spill Prevention
Describe the following items:
A. Spill response kit contents and location(s).
B. Security measures for potential spill sources.
10
C. Secondary containment practices and structures for hazardous
materials.
D. Methods used to prevent stormwater from contacting hazardous
materials.
E. Site inspection procedures and frequency.
F. Equipment and structure maintenance practices.
G. Daily inspection and cleanup procedures that ensure all
equipment used below the ordinary high water line is free of all
external petroleum based products.
H. Refueling procedures for equipment that cannot be moved from
below the ordinary high water line.
8. Spill Response
Outline the response procedures the Contractor will follow for each
scenario listed below. Include a description of the actions the Contractor
shall take and the specific, on-site, spill response equipment that shall be
used to assess the spill, secure the area, contain and eliminate the spill
source, and clean up and dispose of spilled and contaminated material.
A. A spill of each type of hazardous material at each location
identified in 4, above.
B. Stormwater that has come into contact with hazardous materials.
C. A release or spill of any pre-existing contamination and
contaminant source described in 5, above.
D. A release or spill of any unknown pre-existing contamination and
contaminant sources (such as buried pipes or tanks) encountered
during project Work.
E. A spill occurring during Work with equipment used below the
ordinary high water line.
If the Contractor will use a Subcontractor for spill response, provide
contact information for the Subcontractor under item 1 (above), identify
when the Subcontractor will be used, and describe actions the Contractor
shall take while waiting for the Subcontractor to respond.
9. Project Site Map
Provide a map showing the following items:
A. Site location and boundaries.
B. Site access roads.
C. Drainage pathways from the site.
11
D. Nearby waterways and sensitive areas.
E. Hazardous materials, equipment, and decontamination areas
identified in 4, above.
F. Pre-existing contamination or contaminant sources described in
5, above.
G. Spill prevention and response equipment described in 7 and 8,
above.
10. Spill Report Forms
Provide a copy of the spill report form(s) that the Contractor will use in the
event of a release or spill.
Payment
Payment will be made in accordance with Section 1-04.1 for the following Bid item
when it is included in the Proposal:
"SPCC Plan", lump sum.
When the written SPCC is accepted by WSDOT, the Contractor shall receive 50 -
percent of the lump sum Contract price for the plan.
The remaining 50 -percent of the lump sum price will be paid after the materials and
equipment called for in the plan are mobilized to the project.
The lump sum payment for "SPCC Plan" shall be full pay for:
1. All costs associated with creating the accepted SPCC Plan.
2. All costs associated with providing and maintaining the on-site spill
prevention equipment described in the accepted SPCC Plan.
3. All costs associated with providing and maintaining the on-site standby
spill response equipment and materials described in the accepted SPCC
Plan.
4. All costs associated with implementing the spill prevention measures
identified in the accepted SPCC Plan.
5. All costs associated with updating the SPCC Plan as required by this
Specification.
As to other costs associated with releases or spills, the Contractor may request
payment as provided for in the Contract. No payment shall be made if the release
or spill was caused by or resulted from the Contractor's operations, negligence, or
omissions.
12
1-07.17(2) Utility Construction, Removal or Relocation by Others
The first sentence in the second paragraph is revised to read:
If the Contract provides notice that utility work (including furnishing, adjusting,
relocating, replacing, or constructing utilities) will be performed by others during the
prosecution of the Work, the Special Provisions will establish the utility owners
anticipated completion.
The first sentence in the third paragraph is revised to read:
When others delay the Work through late performance of utility work, the Contractor
shall adhere to the requirements of Section 1-04.5.
SECTION 1-08, PROSECUTION AND PROGRESS
August 4, 2008
1-08.1 Subcontracting
Item (2) in the first sentence of the seventh paragraph is revised to read:
(2) Delivery of these materials to the Work site in vehicles owned or operated by
such plants or by recognized independent or commercial hauling companies
hired by those commercial plants.
1-08.3(2)A Type A Progress Schedule
This section is revised to read:
The Contractor shall submit five copies of a Type A Progress Schedule no later than
10 days after the date the contract is executed, or some other mutually agreed upon
submittal time. The schedule may be a critical path method (CPM) schedule, bar
chart, or other standard schedule format. Regardless of which format used, the
schedule shall identify the critical path. 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.
1-08.5 Time for Completion
The third sentence in the first paragraph is revised to read:
A nonworking day is defined as a Saturday, a Sunday, a whole or half day on which
the Contract specifically prohibits Work on the critical path of the Contractor's
approved progress schedule, 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.
1-08.6 Suspension of Work
The first paragraph is revised to read:
The Engineer may order suspension of all or any part of the Work if:
1. Unsuitable weather that prevents satisfactory and timely performance of
the Work; or
2. The Contractor does not comply with the Contract: or
13
3. It is in the public interest.
1-08.7 Maintenance During Suspension
The first sentence in the fourth paragraph is revised to read:
If the Engineer determines that the Contractor has pursued the Work diligently
before the suspension, then the Contracting Agency will maintain the temporary
Roadway (and bear its cost).
The fifth paragraph is revised to read:
The Contractor shall protect and maintain all other Work in areas not used by traffic.
All costs associated with protecting and maintaining such Work shall be the
responsibility of the Contractor, except those costs associated with implementing
the TESC Plan according to Section 8-01.
The seventh paragraph is revised to read:
After any suspension, the Contractor shall resume all responsibilities the Contract
assigns for the Work.
SECTION 1-09, MEASUREMENT AND PAYMENT
April 7, 2008
1-09.9 Payments
The first paragraph is supplemented with the following:
For items Bid as lump sum, the Contractor shall submit a breakdown of their lump
sum price in sufficient detail for the Project Engineer to determine the value of the
Work performed on a monthly basis. Lump sum breakdowns shall be provided to
the Project Engineer no later than the date of the preconstruction meeting.
The second sentence in the third paragraph is revised to read:
Unless otherwise provided in the payment clause of the applicable Specifications,
partial payment for lump sum Bid items will be a percentage of the price in the
Proposal based on the Project Engineer's determination of the amount of Work
performed, with consideration given to but not exclusively based on the Contractors
lump sum breakdown.
The third paragraph is supplemented with the following:
The determination of payments under the contract will be final in accordance with
Section 1-05.1.
1-09.9(1) Retainage
in the fourth paragraph, number 1, the reference to $20,000 is revised to read $35,000.
14
SECTION 1-10, TEMPORARY TRAFFIC CONTROL
January 7, 2008
1-10.5(1) Lump Sum Bid for Project (No Unit Items)
This section is revised to read:
"Project Temporary Traffic Control", lump sum.
The lump sum Contract payment shall be full compensation for all costs incurred by
the Contractor in performing the Contract Work defined in Section 1-10, except for
costs compensated by Bid Proposal items inserted through Contract Provisions as
described in Section 1-10.4(3).
SECTION 2-01, CLEARING, GRUBBING, AND ROADSIDE CLEANUP
April 7, 2008
2-01.3(1) Clearing
Item 3 .is deleted.
The first sentence in Item 4. is revised to read:
Follow these requirements for all stumps that will be buried deeper than 5 -feet from
the top, side, or end surface of the embankment or any structure:
2-01.3(2) Grubbing
Item 2. e, is revised to read:
Upon which embankments will be placed except stumps may be close -cut or
trimmed as allowed in Section 2-01.3(1) item 4.
SECTION 2-02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS
April 7, 2008
2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters
The first sentence in 3. is supplemented with the following:
For removal of bituminous pavement, asphalt planing equipment may be used in
lieu of sawcutting provided that a clean vertical edge remains.
15
SECTION 5-04, HOT MIX ASPHALT
August 4, 2008
5-04.3(9) Spreading and Finishing
The nominal compacted depth for HMA Class 3/41 and HMA Class 1/21 listed under the
first paragraph is revised to read:
HMA Class 3/41 and HMA Class 1/2'
wearing course 0.30 -feet
other courses 0.35 -feet
5-04.3(12)B Longitudinal Joints
The first two paragraphs are revised to read:
The le lol lgitudil lnal joint in j any 1 course ski^all be offset from the course immediately
below by not more than 6 -inches nor Tess than 2 -inches. All longitudinal joints
constructed in the wearing course shall be located at a lane line or an edge line of
the Traveled Way. v v
On one -lane ramps a longitudinal joint may be constructed at the center of the traffic
lane, subject to approval by the Project Engineer, if:
1. The ramp must remain open to traffic, or
2. The ramp is closed to traffic and a hot -lap joint is constructed.
a. If a hot -lap joint is allowed at the center of the traffic lane, 2 paving
machines shall be used; a minimum compacted density in accordance
with Section 5-04.3(10)B shall be achieved throughout the traffic lane;
and construction equipment other than rollers shall not operate on any
uncompacted mix.
The reference to Standard Plan A-1 in the third paragraph is revised to read "Standard
Plan A40.10-00."
5-04.3(21) Asphalt Binder Revision
This section is revised to read:
When the Contracting Agency provides a source of aggregate, the expected
percentage content of asphalt binder in the resulting mix will be identified in the
Contract documents.
Should the percentage of asphalt binder shown in the job mix formula for Hot Mix
Asphalt produced with Agency -provided aggregate vary by more than plus or minus
0.3 -percent from the amount shown in the Contract documents, an adjustment in
payment will be made. The adjustment in payment (plus or minus) will be based on
the invoice unit cost, including shipping cost, without any markups. The quantity
L: 1 1 adjustment
L 11 L. 1L. J:21�..�.-_- L-1_.__._ the 1111r asphalt binder subject to an adjustment shall be he difference between the .Jrvrr asphalt binder
percentage and the contract document asphalt binder percentage except that the
first 0.3% of this difference shall not apply. No adjustment will be made when the
Contractor elects not to use a Contracting Agency -provided source, or when no
source is made available by the Contracting Agency.
16
SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL
April 7, 2008
8-01.3(1) General
The ninth paragraph is revised to read:
If the Engineer, under Section 1-08.6, orders the Work suspended, the Contractor
shall continue to control erosion, pollution, and runoff during the shutdown.
8-01.3(1)C Water Management
Item 2. "Process Water" is supplemented with the following. new first paragraph:
High pH process water or wastewater (non-stormwater) that is generated on-site,
including water generated during concrete grinding, rubblizing, washout, and
hydrodemolition activities, shall not be discharged to waters of the state. Water may
be infiltrated upon the approval of the Engineer. Off-site disposal of concrete
process water shall be in accordance with Standard Specification 5-01.3(11).
8-01.3(6)D Wattle Check Dam
The reference to Section 8-01.3(10) is revised to Section 9-14.5(5).
8-01.3(12) Compost Sock
The last paragraph is deleted.
8-01.3(13) Temporary Curb
The first paragraph is revised to read:
Temporary curbs may consist of asphalt, concrete, sand bags, compost socks,
wattles, or geotextile/plastic encased berms of sand or gravel, or as approved by
the Engineer.
SECTION 8-02, ROADSIDE RESTORATION
April 7, 2008
8-02.3(3) Planting Area Weed Control
The second paragraph is deleted.
This section is supplemented with the following:
Weed barrier mats shall be installed as shown in the Plans. Mats shall be 3 -feet
square and shall be secured by a minimum of 5 staples per mat. Mats and staples
shall be installed according to the manufacturer's recommendations.
17
SECTION 8-04, CURBS, GUTTERS, AND SPILLWAYS
December 4, 2006
8-04.3(2) Extruded Asphalt Concrete Curbs, and Gutters
The first paragraph is supplemented with the following:
Just prior to placing the curb, a tack coat of asphalt shall be applied to the existing
pavement surface at the rate ordered by the Engineer.
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.
18
CONTRACT PROVISIONS
General Special Provisions
Contract Form
Performance Bond Form
Informational Certificate of Insurance
Informational Additional Insured Endorsement
Minimum Wage Affidavit Form
SPECIAL PROVISIONS
The following Special Provisions are made a part of this contract and supersede any
conflicting provisions of the 2008 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.
(Regions' date) Region Special Provision
(BSP date) Bridges and Structures Special Provision
General Special Provisions are similar to Standard Specifications in that they typically
apply to many projects, usually in more than one Region. Usually, the only difference
from one project to another is the inclusion of variable project data, inserted as a "fill-in".
Region Special Provisions are commonly applicable within the designated Region.
Region designations are as follows:
Regions'
ER Eastern Region
NCR North Central Region
NWR Northwest Region
OR Olympic Region
SCR South Central Region
SWR Southwest Region
WSF Washington State Ferries Division
Bridges and Structures Special Provisions are similar to Standard Specifications in
that they typically apply to many projects, usually in more than one Region. Usually, the
only difference from one project to another is the inclusion of variable project data,
inserted as a "fill-in".
Project Specific Special Provisions normally appear only in the contract for which they
were developed.
19
DIVISION 1
GENERAL REQUIREMENTS
DESCRIPTION OF WORK
(March 13, 1995)
This contract provides for the improvement of *** the City of Yakima Public Works
Complex Yard located at 2301 Fruitvale Boulevard, Yakima, WA. The work shall
consist of approximately 3,800 cubic yards of roadway excavation, 3,510 tons of crushed
surfacing base course, 1,950 tons of asphalt treated base, 1,950 tons of hot mix asphalt
3/ inch, PG 64-28, 14,500 square yards of geotechnical fabric, two commercial driveway
approaches, two catch basins, type 1 and other work, all in accordance with the attached
Contract Plans, these Contract Provisions, and the Standard Specifications.
1-01.3 Definitions
(May 25, 2006 APWA GSP)
This Section is supplemented with the following:
All references in the Standard Specifications to the terms "State", "Department of
Transportation", "Washington State Transportation Commission", "Commission",
"Secretary of Transportation", "Secretary", "Headquarters", and "State Treasurer"
shall be revised to read "Contracting Agency".
All references to "State Materials Laboratory" shall be revised to read "Contracting
Agency designated location".
The venue of all causes of action arising from the advertisement, award, execution,
and performance of the contract shall be in the Superior Court of the County where
the Contracting Agency's headquarters are located.
Additive
A supplemental unit of work or group of bid items, identified separately in the
proposal, which may, at the discretion of the Contracting Agency, be awarded in
addition to the base bid.
Alternate
One of two or more units of work or groups of bid items, identified separately in the
proposal, from which the Contracting Agency may make a choice between different
methods or material of construction for performing the same work.
Contract Documents
See definition for "Contract".
Contract Time: the period of time established by the terms and conditions of the
contract within which the work must be physically completed.
Dates
Bid Opening Date
The date on which the Contracting Agency publicly opens and reads the bids.
2n
Award Date
The date of the formal decision of the Contracting Agency to accept the lowest
responsible and responsive bidder for the work.
Contract Execution Date
The date the Contracting Agency officially binds the agency to the contract.
Notice to Proceed Date
The date stated in the Notice to Proceed on which the contract time begins.
Substantial Completion Date
The day the Engineer determines the Contracting Agency has full and unrestricted
use and benefit of the facilities, both from the operational and safety standpoint, and
only minor incidental work, replacement of temporary substitute facilities, or
correction or repair remains for the physical completion of the total contract.
Physical Completion Date
The day all of the work is physically completed on the project. All documentation
required by the contract and required by law does not necessarily need to be
furnished by the Contractor by this date.
Completion Date
The day all the work specified in the contract is completed and all the obligations of
the Contractor under the contract are fulfilled by the Contractor. All documentation
required by the contract and required by law must be furnished by the Contractor
before establishment of this date.
Final Acceptance Date
The date on which the Contracting Agency accepts the work as complete.
Notice of Award
The written notice from the Contracting Agency to the successful bidder signifying
the Contracting Agency's acceptance of the bid.
Notice to Proceed
The written notice from the Contracting Agency or Engineer to the Contractor
authorizing and directing the Contractor to proceed with the work and establishing
the date on which the contract time begins.
Traffic
Both vehicular and non -vehicular traffic, such as pedestrians, bicyclists, wheelchairs,
and equestrian traffic.
BID PROCEDURES AND CONDITIONS
1-02.1 Prequalification of Bidders
Delete this Section and replace it with the following:
1-02.1 Qualifications of Bidder
(October 1, 2005 APWA GSP)
Bidders shall be qualified by experience, financing, equipment, and organization to
do the work called for in the Contract Documents. The Contracting Agency reserves
the right to take whatever action it deems necessary to ascertain the ability of the
bidder to perform the work satisfactorily.
21
1-02.2 Plans and Specifications
(October 1, 2005 APWA GSP)
Delete this section and replace it with the following:
Information as to where Bid Documents can be obtained or reviewed will be found in
the Call for Bids (Advertisement for Bids) for the work.
After award of the contract, plans and specifications will be issued to the Contractor
at no cost as detailed below:
To Prime Contractor No. of Sets Basis of Distribution
Reduced plans (11" x 17") 10 Furnished automatically
and Contract Provisions upon award.
Large plans (e.g., 22" x N/A Furnished only upon
34") and Contract request.
Provisions
Additional plans and Contract Provisions may be purchased by the Contractor by
payment of the cost stated in the Invitation to Bid.
1-02.4 Examination of Plans, Specifications and Site of Work
1-02.4(1) General
This section is supplemented with the following:
No pre-bid approval on any proposed substitute equipment shall be granted prior to
the bid opening unless specified otherwise in these Specifications.
1-02.5 Proposal Forms
(October 1, 2005 APWA GSP)
Delete this section and replace it with the following:
At the request of a bidder, the Contracting Agency will provide a proposal form for
any project on which the bidder is eligible to bid.
The proposal form will identify the project and its location and describe the work. It
will also list estimated quantities, units of measurement, the items of work, and the
materials to be furnished at the unit bid prices. The bidder shall complete spaces on
the proposal form that call for, but are not limited to, unit prices; extensions;
summations; the total bid amount; signatures; date; and, where applicable, retail
sales taxes and acknowledgment of addenda; the bidder's name, address, telephone
number, and signature; the bidder's D/M/WBE commitment, if applicable; a State of
Washington Contractor's Registration Number; and a Business License Number, if
applicable. Bids shall be completed by typing nr shall bre printed in ink by hanri,
preferably in black ink. The required certifications are included as part of the
proposal form.
The Contracting Agency reserves the right to arrange the proposal forms with
alternates and additives, if such be to the advantage of the Contracting Agency. The
22
bidder shall bid on all alternates and additives set forth in the proposal forms unless
otherwise specified.
Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed
by the signer of the bid. The bidder shall make no stipulation on the Bid Form, nor
qualify the bid in any manner.
A bid by a corporation shall be executed in the corporate name, by the president or a
vice president (or other corporate officer accompanied by evidence of authority to
sign).
A bid by a partnership shall be executed in the partnership name, and signed by a
partner. A copy of the partnership agreement shall be submitted with the Bid Form if
any D/M/WBE requirements are to be satisfied through such an agreement.
A bid by a joint venture shall be executed in the joint venture name and signed by a
member of the joint venture. A copy of the joint venture agreement shall be
submitted with the Bid Form if any D/W/MBE requirements are to be satisfied
through such an agreement.
1-02.6 Preparation of Proposal
(January 23, 2006 APWA GSP)
Supplement the second paragraph with the following:
4. If a minimum bid amount has been established for any item, the unit price must
equal or exceed the minimum amount stated.
1-02.7 Bid Deposit
(October 1, 2005 APWA GSP)
Supplement this section with the following:
Bid bonds shall contain the following:
1. Contracting Agency -assigned number for the project;
2. Name of the project;
3. The Contracting Agency named as obligee;
4. The amount of the bid bond stated either as a dollar figure or as a percentage,
which represents five percent of the maximum bid amount that could be
awarded;
5. Signature of the bidder's officer empowered to sign official statements. The
signature of the person authorized to submit the bid should agree with the
signature on the bond, and the title of the person must accompany the said
signature;
6. The signature of the surety's officer empowered to sign the bond and the power
of attorney.
If so stated in the Contract Provisions, bidder must use the bond form included in the
Contract Provisions.
23
1-02.9 Delivery of Proposal
(October 1, 2005 APWA GSP)
Revise the first paragraph to read:
Each proposal shall be submitted in a sealed envelope, with the Project Name and
Project Number as stated in the Advertisement for Bids clearly marked on the
outside of the envelope, or as otherwise stated in the Bid Documents, to ensure
proper handling and delivery.
(*****)
Public Opening Of Proposal
Section 1-02.12 is supplemented with the following:
Date Of Opening Bids
Sealed bids are to be received at the following locations prior to the time specified:
1. At the City Clerk's Office, City of Yakima, 129 N. Second Street, Yakima,
WA 98901 until 2:00 P.M. of the bid opening date.
The bid opening date for this project is as listed in the Invitation to Bid. Bids
received will be publicly opened and read after 2:00 P.M. on this date.
1-02.13 Irregular Proposals
(October 1, 2005 APWA GSP)
Revise item 1 to read:
1. A proposal will be considered irregular and will be rejected if:
a. The bidder is not prequalified when so required;
b. The authorized proposal form furnished by the Contracting Agency is not
used or is altered;
c. The completed proposal form contains any unauthorized additions, deletions,
alternate bids, or conditions;
d. The bidder adds provisions reserving the right to reject or accept the award,
or enter into the contract;
e. A price per unit cannot be determined from the bid proposal;
f. The proposal form is not properly executed;
g. The bidder fails to submit or properly complete a subcontractor list, if
applicable, as required in Section 1-02.6;
h. The bidder fails to submit or properly complete a Disadvantaged, Minority or
Women's Business Enterprise Certification, if applicable, as required in
Section 1-02.6; or
i. The bid proposal does not constitute a definite and unqualified offer to meet
the material terms of the bid invitation.
24
1-02.14 Disqualification of Bidders
(October 1, 2005 APWA GSP)
Revise this section to read:
A bidder may be deemed not responsible and the proposal rejected if:
1. More than one proposal is submitted for the same project from a bidder under the
same or different names;
2. Evidence of collusion exists with any other bidder or potential bidder. Participants
in collusion will be restricted from submitting further bids;
3. The bidder, in the opinion of the Contracting Agency, is not qualified for the work
or to the full extent of the bid, or to the extent that the bid exceeds the authorized
prequalification amount as may have been determined by a prequalification of
the bidder;
4. An unsatisfactory performance record exists based on past or current
Contracting Agency work or for work done for others, as judged from the
standpoint of conduct of the work; workmanship; progress; affirmative action;
equal employment opportunity practices; or Disadvantaged Business Enterprise,
Minority Business Enterprise, or Women's Business Enterprise utilization;
5. There is uncompleted work (Contracting Agency or otherwise) which might
hinder or prevent the prompt completion of the work bid upon;
6. The bidder failed to settle bills for labor or materials on past or current contracts;
7. The bidder has failed to complete a written public contract or has been convicted
of a crime arising from a previous public contract;
8. The bidder is unable, financially or otherwise, to perform the work;
9. A bidder is not authorized to do business in the State of Washington (not
registered in accordance with RCW 18.27);
10. There are any other reasons deemed proper by the Contracting Agency.
1-02.15 Pre Award Information
(October 1, 2005 APWA GSP)
Revise this section to read:
Before awarding any contract, the Contracting Agency may require one or more of
these items or actions of the apparent lowest responsible bidder:
1. A complete statement of the origin, composition, and manufacture of any or all
materials to be used,
2. Samples of these materials for quality and fitness tests,
3. A progress schedule (in a form the Contracting Agency requires) showing the
order of and time required for the various phases of the work,
4. A breakdown of costs assigned to any bid item,
5. Attendance at a conference with the Engineer or representatives of the Engineer,
6. Obtain, and furnish a copy of, a business license to do business in the city or
county where the work is located.
7. A copy of State of Washington Contractor's Registration, or
8. Any other information or action taken that is deemed necessary to ensure that
the bidder is the lowest responsible bidder.
25
AWARD AND EXECUTION OF CONTRACT
1-03.1 Consideration of Bids
(January 23, 2006 APWA GSP)
Revise the first paragraph to read:
After opening and reading proposals, the Contracting Agency will check them for
correctness of extensions of the prices per unit and the total price. If a discrepancy
exists between the price per unit and the extended amount of any bid item, the price
per unit will control. If a minimum bid amount has been established for any item and
the bidder's unit or lump sum price is less than the minimum specified amount, the
Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum
specified amount and recalculate the extension. The total of extensions, corrected
where necessary, including sales taxes where applicable and such additives and/or
alternates as selected by the Contracting Agency, will be used by the Contracting
Agency for award purposes and to fix the Awarded Contract Price amount and the
amount of the contract bond.
1-03.2 Award of Contract
This section is supplemented with the following:
Award of the contract will be to the lowest bidder of the two schedules combined.
1-03.3 Execution of Contract
(October 1, 2005 APWA GSP)
Revise this section to read:
Copies of the Contract Provisions, including the unsigned Form of Contract, will be
available for signature by the successful bidder on the first business day following
award. The number of copies to be executed by the Contractor will be determined by
the Contracting Agency.
Within Fourteen (14) calendar days after the award date, the successful bidder shall
return the signed Contracting Agency -prepared contract, an insurance certification as
required by Section 1-07.18, and a satisfactory bond as required by law and Section
1-03.4. Before execution of the contract by the Contracting Agency, the successful
bidder shall provide any pre -award information the Contracting Agency may require
under Section 1-02.15.
Until the Contracting Agency executes a contract, no proposal shall bind the
Contracting Agency nor shall any work begin within the project limits or within
Contracting Agency -furnished sites. The Contractor shall bear all risks for any work
begun outside such areas and for any materials ordered before the contract is
executed by the Contracting Agency.
If the bidder experiences circumstances beyond/ their control that prevents return of
the contract documents within the calendar days after the award date stated above,
the Contracting Agency may grant up to a maximum of Six (6) additional calendar
days for return of the documents, provided the Contracting Agency deems the
circumstances warrant it.
26
1-03.4 Contract Bond
(***** APWA GSP)
Revise the first paragraph to read:
The successful bidder shall provide an executed contract bond for the full contract
amount. This contract bond shall:
1. Be on a Contracting Agency -furnished form;
2. Be signed by an approved surety (or sureties) that:
a. Is registered with the Washington State Insurance Commissioner, and
b. Appears on the current Authorized Insurance List in the State of Washington
published by the Office of the Insurance Commissioner,
3. Be conditioned upon the faithful performance of the contract by the Contractor
within the prescribed time;
4. Guarantee that the surety shall indemnify, defend, and protect the Contracting
Agency against any claim of direct or indirect loss resulting from the failure:
a. Of the Contractor (or any of the employees, subcontractors, or lower tier
subcontractors of the Contractor) to faithfully perform the contract, or
b. Of the Contractor (or the subcontractors or lower tier subcontractors of the
Contractor) to pay all laborers, mechanics, subcontractors, lower tier
subcontractors, materialperson, or any other person who provides supplies or
provisions for carrying out the work;
5. Be accompanied by a power of attorney for the Surety's officer empowered to
sign the bond; and
6. Be signed by an officer of the Contractor empowered to sign official statements
(sole proprietor or partner). If the Contractor is a corporation, the bond must be
signed by the president or vice-president, unless accompanied by written proof of
the authority of the individual signing the bond to bind the corporation (i.e.,
corporate resolution, power of attorney or a letter to such effect by the president
or vice-president).
Add the following:
The Contractor shall guarantee the material provided and workmanship performed
under the Contract for a period o one year from and after the final acceptance therof
by the Contracting Agency.
In addition to the requirements from the Contract Bond according to SECTION 1-
03.4 of the Standard Specifications, the Bond shall further indemnify and hold the
Contracting Agency, its employees, agents and elected or appointed officials
harmless from defects appearing or developing in the material or workmanship
provided or performed under the Contract within a period of one year after final
acceptance by the Contracting Agency. The Contract Bond shall be in the form of
the Contract Bond document bound in these Specifications.
1-03.7 Judicial Review
Delete the last sentence in its entirety and replace it with the following:
27
Such review, if any, shall be timely filed in the Superior Court of Yakima County,
Washington.
SCOPE OF THE WORK
1-04.2 Coordination of Contract Documents, Plans, Special Provisions,
Specifications, and Addenda
(October 1, 2005 APWA GSP)
Revise the second paragraph to read:
Any inconsistency in the parts of the contract shall be resolved by following this order
of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth):
1. Ada,
1lllA llVl dendIlA
2. Proposal Form,
Spatial Provisionsinchi iding APWA General Cnarial Provisions if they acre
included,
4. Contract Pians,
5. Amendments to the Standard Specifications,
6. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal
Construction,
7. Contracting Agency's Standard Plans (if any), and
8. WSDOT/APWA Standard Plans for Road, Bridge, and Municipal Construction.
1-04.11 Final Cleanup
This section is supplemented with the following:
The Contractor shall do partial cleanup when he determines it is necessary or when,
in the opinion of the Engineer, partial cleanup shall be done for public safety. The
cleanup work shall be done immediately upon notification from the Engineer and
other work shall not proceed until the partial cleanup is completed.
28
CONTROL OF WORK
1-05.1 Authority of the Engineer
Add the following:
Unless otherwise expressly provided in the Contract Drawings, Specifications, and
Addenda, the means and methods of construction shall be such as the Contractor
may choose; subject, however, to the Engineer's right to reject means and
methods proposed by the Contractor which (1) will constitute or create a hazard to
the work, or to persons or property; or (2) will not produce finished work in
accordance with the terms of the Contract. The Engineer's approval of the
Contractor's means and methods of construction or his failure to exercise his right
to reject such means or methods shall not relieve the Contractor of the obligation
to accomplish the result intended by the Contract; nor shall the exercise of such
right to reject create a cause for action for damages.
Conformity With And Deviations From Plans And Stakes
Section 1-05.4 is supplemented with the following:
The Contractor will establish the line and grade of proposed construction by offset
stakes and "blue top" hubs as defined below. The Contractor shall establish
grades from the stakes at suitable intervals in accordance with good practice and
which meet with the approval of the Engineer. Where any information on the Plans
is insufficient for establishing line and/or grade, the Contractor shall request
additional information from the Engineer. Where new construction adjoins existing
construction, the Contractor shall make such adjustments in grade as are directed
by the Engineer. The Contractor will perform all surveying necessary to check
compliance with the Specifications and as required for measuring the quantities of
work as specified. The Contractor shall furnish assistance to the Engineer in
checking depth and measuring quantities for payment purposes.
1-05.7 Removal of Defective and Unauthorized Work
(October 1, 2005 APWA GSP)
Supplement this section with the following:
If the Contractor fails to remedy defective or unauthorized work within the time
specified in a written notice from the Engineer, or fails to perform any part of the work
required by the Contract Documents, the Engineer may correct and remedy such
work as may be identified in the written notice, with Contracting Agency forces or by
such other means as the Contracting Agency may deem necessary.
If the Contractor fails to comply with a written order to remedy what the Engineer
determines to be an emergency situation, the Engineer may have the defective and
unauthorized work corrected immediately, have the rejected work removed and
replaced, or have work the Contractor refuses to perform completed by using
Contracting Agency or other forces. An emergency situation is any situation when, in
the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or
might cause serious risk of loss or damage to the public.
Direct or indirect costs incurred by the Contracting Agency attributable to correcting
and remedying defective or unauthorized work, or work the Contractor failed or
29
refused to perform, shall be paid by the Contractor. Payment will be deducted by the
Engineer from monies due, or to become due, the Contractor. Such direct and
indirect costs shall include in particular, but without limitation, compensation for
additional professional services required, and costs for repair and replacement of
work of others destroyed or damaged by correction, removal, or replacement of the
Contractor's unauthorized work.
No adjustment in contract time or compensation will be allowed because of the delay
in the performance of the work attributable to the exercise of the Contracting
Agency's rights
provided by thisis Section. ection.
The rights exercised under the provisions of this section shall not diminish the
Contracting Agency's right to pursue any other avenue for additional remedy or
damages with respect to the Contractor's failure to perform the work as required.
1-05.10(1) General Guaranty and Warranty (NEW SECTION)
The following new section shall be added to the Standard Specifications:
The ISt I1VVV1116� 11GVV section shall CJ' added to 611.s JLQI ILd Q1 L.1 Specifications:
IIILQLI%J11.7.
if, within one year after the date of Final Acceptance of the Work by the
Contracting Agency, defective and unauthorized work is discovered, the
Contractor shall promptly, upon written request by the Contracting Agency, return
and in accordance with the Engineer's instructions, either correct such work or, if
such work has been rejected by the Engineer, remove it from the Project Site and
replace it with non -defective and authorized work, all without cost to the
Contracting Agency. If the Contractor does not promptly comply with the written
request to correct defective and unauthorized work, or if an emergency exists, the
Contracting Agency reserves the right to have defective and unauthorized work
corrected or rejected, removed, and replaced pursuant to the provisions of
SECTION 1-05.7 of these Specifications.
The Contractor agrees the above one-year limitation shall not exclude nor diminish
the Contracting Agency's rights under any law to obtain damages and recover
costs resulting from defective and unauthorized work discovered after one year
but prior to the expiration of the legal time period set forth in RCW 9.16.040
limiting actions upon a contract in writing or liability, expressed or implied, arising
out of a written agreement.
1-05.11 Final Inspection
Delete this section and replace it with the following:
1-05.11 Final Inspections and Operational Testing
(October 1, 2005 APlivA G'Sri)
1-05.11(1) Substantial Completion Date
When the Contractor considers the work to be substantially complete, the Contractor
shall so notify the Engineer and request the Engineer establish the Substantial
Completion Date. The Contractor's request shall list the specific items of work that
remain to be completed in order to reach physical completion. The Engineer will
schedule an inspection of the work with the Contractor to determine the status of
30
completion. The Engineer may also establish the Substantial Completion Date
unilaterally.
If, after this inspection, the Engineer concurs with the Contractor that the work is
substantially complete and ready for its intended use, the Engineer, by written notice
to the Contractor, will set the Substantial Completion Date. If, after this inspection the
Engineer does not consider the work substantially complete and ready for its
intended use, the Engineer will, by written notice, so notify the Contractor giving the
reasons therefor.
Upon receipt of written notice concurring in or denying substantial completion,
whichever is applicable, the Contractor shall pursue vigorously, diligently and without
unauthorized interruption, the work necessary to reach Substantial and Physical
Completion. The Contractor shall provide the Engineer with a revised schedule
indicating when the Contractor expects to reach substantial and physical completion
of the work.
The above process shall be repeated until the Engineer establishes the Substantial
Completion Date and the Contractor considers the work physically complete and
ready for final inspection.
1-05.11(2) Final Inspection and Physical Completion Date
When the Contractor considers the work physically complete and ready for final
inspection, the Contractor by written notice, shall request the Engineer to schedule a
final inspection. The Engineer will set a date for final inspection. The Engineer and
the Contractor will then make a final inspection and the Engineer will notify the
Contractor in writing of all particulars in which the final inspection reveals the work
incomplete or unacceptable. The Contractor shall immediately take such corrective
measures as are necessary to remedy the listed deficiencies. Corrective work shall
be pursued vigorously, diligently, and without interruption until physical completion of
the listed deficiencies. This process will continue until the Engineer is satisfied the
listed deficiencies have been corrected.
If action to correct the listed deficiencies is not initiated within 7 days after receipt of
the written notice listing the deficiencies, the Engineer may, upon written notice to
the Contractor, take whatever steps are necessary to correct those deficiencies
pursuant to Section 1-05.7.
The Contractor will not be allowed an extension of contract time because of a delay
in the performance of the work attributable to the exercise of the Engineer's right
hereunder.
Upon correction of all deficiencies, the Engineer will notify the Contractor and the
Contracting Agency, in writing, of the date upon which the work was considered
physically complete. That date shall constitute the Physical Completion Date of the
contract, but shall not imply acceptance of the work or that all the obligations of the
Contractor under the contract have been fulfilled.
1-05.11(3) Operational Testing
It is the intent of the Contracting Agency to have at the Physical Completion Date a
complete and operable system. Therefore when the work involves the installation of
machinery or other mechanical equipment; street lighting, electrical distribution or
31
signal systems; irrigation systems; buildings; or other similar work it may be desirable
for the Engineer to have the Contractor operate and test the work for a period of time
after final inspection but prior to the physical completion date. Whenever items of
work are listed in the Contract Provisions for operational testing they shall be fully
tested under operating conditions for the time period specified to ensure their
acceptability prior to the Physical Completion Date. During and following the test
period, the Contractor shall correct any items of workmanship, materials, or
equipment which prove faulty, or that are not in first class operating condition.
Equipment, electrical controls, meters, or other devices and equipment to be tested
during this period shall be tested under the observation of the Engineer, so that the
Engineer may determine their suitability for the purpose for which they were installed.
The Physical Completion Date cannot be established until testing and corrections
have been completed to the satisfaction of the Engineer.
The costs for power, gas, labor, material, supplies, and everything else needed to
successfully complete operational testing, shall be included in the unit contract prices
related to the system being tested, unless specifically set forth otherwise in the
Operational and test periods, when required by the Engineer, shall not affect a
manufacturer's guaranties or warranties furnished under the terms of the contract.
1-05.13 Superintendents, Labor and Equipment of Contractor
(May 25, 2006 APWA GSP)
Revise the seventh paragraph to read:
Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant
to Section 1-02.1, it will take these performance reports into account.
Add the following new section:
1-05.16 Water and Power
(October 1, 2005 APWA GSP)
The Contractor shall make necessary arrangements, and shall bear the costs for
power and water necessary for the performance of the work, unless the contract
includes power and water as a pay item;
CONTROL OF MATERIAL
1-06.2 Acceptance of Materials
1-06.2(1) Samples and Tests for Acceptance
This section is supplemented with the following:
The Contractor shall be responsible for scheduling and paying for all material testing
required for this project. All testing services shall be performed by an independent,
certified testing firm and/or laboratory meeting the approval of the Engineer. The
Contractor shall submit information relating to the qualifications of the proposed
testing firm to the Engineer for review and approval prior to the preconstruction
conference. The testing frequencies listed below may be modified to assure
32
compliance with specifications. In each case, the Engineer may require additional
tests be performed at the Contractor's expense, if test results do not meet the
required densities and results.
Moisture density curves for each type of material encountered and copies of all test
results shall be submitted to the Engineer as construction progresses for Trench
Backfilling, Embankment Compaction, Subgrade Preparation, and Ballast and
Crushed Surfacing.
The sampling frequency is as follows:
Trench Backfillinq
Compaction tests shall be taken at a frequency and at depths sufficient to
document that the required density has been achieved. At a minimum, one (1)
compaction test shall be taken for each 100 linear feet of main pipeline trench
and one (1) test for each street crossing. At alternating 100 -foot locations
along the main trench line, tests shall be taken at 1 -foot, 2 -foot and 3 -foot
depths below finish grade.
Compaction shall conform to Section 7-08.3(3) or 7-10.3(11) as applicable to
the pipeline being constructed. At a minimum, compaction within the roadway
area shall be to at least 95% of maximum density as determined by ASTM D
1557 (Modified Proctor).
Embankment Construction
Compaction tests shall be taken at a frequency sufficient to document that the
required density has been achieved. At a minimum, one (1) compaction test
shall be taken for every 5000 square feet of surface area for each lift of
roadway embankment.
Roadway embankment compaction shall be as specified in Section 2-03.3(14).
Subgrade Preparation
Compaction tests shall be taken at a frequency sufficient to document that the
required density has been achieved. At a minimum, one (1) compaction test
shall be taken for every 5,000 square feet of surface area for each lift of
roadway subgrade.
Subgrade compaction shall be as specified in Section 2-06.3(2).
Ballast and Crushed Surfacing
Compaction tests shall be taken at a frequency sufficient to document that the
required density has been achieved. At a minimum, one (1) compaction test
shall be taken for every 5,000 square feet of surface area for each lift of ballast
or crushed surfacing.
Compaction of ballast and crushed surfacing shall be as specified in Section 4-
04.3(5).
Asphalt Concrete Pavement
Copies of the maximum Rice density test for each class of asphalt concrete
pavement and copies of all test results shall be provided to the Engineer as
construction progresses.
33
Density tests shall be taken at a frequency sufficient to document that the
required density has been achieved. At a minimum, one (1) compaction test
shall be taken for every 5000 square feet of surface area for each lift of asphalt
concrete pavement.
Compaction of asphalt concrete pavement shall be as specified in Section 5-
04.3(10) B of these Special Provisions.
Cement Concrete Curb, gutter and Sidewalk
One test shall be taken for every 500 cubic yards of concrete placed for curb,
gutter or sidewalk. The concrete shall be tested for temperature, air content,
slump and compressive strength.
LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
1-07.1 Laws to be Observed
(October 1, 2505 APVVA GSP)
Supplement this section with the following:
In cases of conflict between different safety regulations, the more stringent regulation
shall apply.
The Washington State Department of Labor and Industries shall be the sole and
paramount administrative agency responsible for the administration of the provisions
of the Washington Industrial Safety and Health Act of 1973 (WISHA).
The Contractor shall maintain at the project site office, or other well known place at
the project site, all articles necessary for providing first aid to the injured. The
Contractor shall establish, publish, and make known to all employees, procedures for
ensuring immediate removal to a hospital, or doctor's care, persons, including
employees, who may have been injured on the project site. Employees should not
be permitted to work on the project site before the Contractor has established and
made known procedures for removal of injured persons to a hospital or a doctor's
care.
The Contractor shall have sole responsibility for the safety, efficiency, and adequacy
of the Contractor's plant, appliances, and methods, and for any damage or injury
resulting from their failure, or improper maintenance, use, or operation. The
Contractor shall be solely and completely responsible for the conditions of the project
site, including safety for all persons and property in the performance of the work.
This requirement shall apply continuously, and not be limited to normal working
hours. The required or implied duty of the Engineer to conduct construction review
of the Contractor's performance does not, and shall not, be intended to include
review and adequacy of the Contractor's safety measures in, on, or near the project
site.
State Taxes
Section 1-07.2 is supplemented with the following:
(March 13, 1995)
34
The work on this contract is to be performed upon lands whose ownership obligates
the Contractor to pay Sales tax. The provisions of Section 1-07.2(1) apply.
Environmental Regulations
1-07.5(1) General
This section is supplemented with the following:
The Contractor shall be liable for the payment of all fines and penalties resulting from
failure to comply with the federal, state and local pollution control regulations.
1-07.5(4) Air Quality
This section is supplemented with the following:
The local air pollution authority is the Yakima Regional Clean Air Authority, (509)
574-1410.
Permits And Licenses -
Section 1-07.6 is supplemented with the following:
(*****)
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.
The Contractor shall have or obtain a valid City of Yakima Business License for the
duration of this project.
Contractor's Responsibility for Work
1-07.13(3) Relief of Responsibility for Damage by Public Traffic
Replace with the following:
When it is necessary for public and City staff traffic to utilize the street and
associated facilities during construction, the Contractor shall be responsible for
damages to permanent work. The Contractor shall provide all necessary
protection and temporary facilities to accommodate both vehicular and pedestrian
traffic during construction.
1-07.15 Temporary Water Pollution/Erosion Control
Replace the second paragraph with the following:
The Contractor shall perform all temporary water pollution/erosion control
measures shown in the Plans, specified in the Special Provisions or WSDOT
Storm Drainage manual, proposed by the Contractor and approved by the
Engineer, or ordered by the Engineer as work proceeds. Payment for all work
necessary to comply with Section 1-07.15 shall be included in other various bid
items, and no separate payment shall be made:
35
1-07.16 Protection and Restoration of Property
1-07.16(1) Private/Public Property
This section is supplemented with the following:
Stockpiling in City of Yakima right-of-way or on existing or new improvements shall
not occur unless approved by the Engineer. All temporary stockpile sites shall be
restored to their original condition or better.
The Contractor shall contact all property owners and tenants in the vicinity of this
project, via newsletter/mailing, a minimum of one (1) week prior to start of
construction.
The newsletter/mailing shall advise the owners and tenants of the construction
schedule and indicate the Contractor's name, contact person, and telephone
numbers.
(February 5, 2001)
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 prosecution of the work 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:
Qwest 8 W 2nd Ave, Room 304 Yakima, Washington 98902 509-575-7183
Charter Cable 1005 N 16th Avenue Yakima, Washington 98902 509-575-1697
City of Yakima Water Division 2301 Fruitvale Blvd. Yakima, Washington 98902 509-575-6154
City of Yakima Wastewater Division 2220 E. Viola, Yakima, Washington 98901 509-575-6077
Cascade Natural Gas Corporation 401 N 1st Street, Yakima, Washington 98901 509-457-5905
Pacific Power PO Box 1729 Yakima, Washington 98907 509-575-3146
Level 3 Communications Dale Smith 253-209-
3236
The Contractor shall notify the Upper Yakima Valley Utilities Coordinating
Council -Area 5, telephone number 1-800-553-4344, at least 72 hours prior to
start of excavation so that underground utilities may be marked.
It shall be the contractor's rcauviiaibiiitji to iiiivestivate the preaerwe dud
location of all utilities prior to bid opening and assess their impacts on his
construction activities.
36
Utilities, new or old, may be renewed, relocated, or adjusted for the proposed
construction. The Contractor shall, prior to beginning any work, meet with all
utility organizations (public and private) in the field to familiarize himself with
plans and schedules of the installations on new, relocated, or adjusted utilities.
Both public and private utility organizations may be doing utility installations
within the area. The proposed construction work must be coordinated with
these utility installations.
The Contractor shall coordinate his work with other contractors who may be
working in the project area and cooperate with them.
1-07.18 Public Liability and Property Damage Insurance
Delete this section in its entirety, and replace it with the following:
1-07.18 Public Liability and Property Damage Insurance
(***** APWA GSP)
1-07.18(1) General Requirements
The Contractor shall obtain and keep in force during the term of the contract and until
30 days after the physical completion date, unless otherwise indicated below, the
following insurance with insurance companies or through sources approved by the
State Insurance Commissioner pursuant to Title 48 RCW.
The insurance provided must be with an insurance company with a rating of A-: VII
or higher in the A.M. Best's Key Rating Guide, which is licensed to do business in the
state of Washington (or issued as a surplus line by a Washington Surplus lines
broker). The Contracting Agency reserves the right to approve the security of the
insurance provided, the company, terms and coverage, and the Certificate of
Insurance.
If any policy is written on a claims made form, the retroactive date shall be prior to or
coincident with the effective date of this contract. The policy shall state that
coverage is claims made, and state the retroactive date. Claims made form
coverage shall be maintained by the Contractor for a minimum of three years
following the expiration or earlier termination of this contract, and the Contractor shall
annually provide the Contracting Agency with proof of renewal. If renewal of the
claims made form of coverage becomes unavailable, or economically prohibitive, the
Contractor shall purchase an extended reporting period ("tail") or execute another
form of guarantee acceptable to the Contracting Agency to assure financial
responsibility for liability for services performed.
The policies of insurance shall contain a "cross liability" endorsement substantially as
follows:
The inclusion of more than one insured under this policy shall not affect the rights
of any insured as respects any claim, suit, or judgment made or brought by or for
any other insured or by or for any employee of any other insured. This policy
shall protect each insured in the same manner as though a separate policy had
been issued to each, except that nothing herein shall operate to increase the
company's liability beyond the amount or amounts for which the company would
have been liable had only one insured been named.
37
The policies of insurance for general, automobile, and pollution policies shall be
specifically endorsed to name the Contracting Agency and its officers, elected
officials, employees, agents and volunteers, and any other entity specifically required
by the Contract Provisions, as additional insured(s).
In addition, Contractor's insurance shall be primary as respects the Contracting
Agency, and any other insurance maintained by the Contracting Agency shall be
excess and not contributing insurance with the Contractor's insurance.
The Contracting Agency shall be given at least 45 days prior written notice of any
cancellation, reduction in coverage, or other material change in any insurance policy.
Insurance shall provide coverage to the Contractor, all subcontractors, and the
Contracting Agency. The coverage shall protect against claims for personal injuries,
including accidental death, as well as claims for property damages which may arise
from any act or omission of the Contractor or the subcontractor, or by anyone directly
or indirectly employed by either of them.
Contractor hereby assumes all risk of damage to its property, or injury to its officers,
directors, agents, contractors, or invitees, in or about the Property from any cause,
and hereby waives all claims against the Contracting Agency. The Contractor further
waives, with respect to the Contracting Agency only, its immunity under RCW Title
51, Industrial insurance.
The Contractor shall forward to the Contracting Agency the original policy, or
endorsement obtained, to a Contractor's policy currently in force. Including
specifically, the additional insured endorsement as requested in the Evidence of
Insurance Section.
The Contractor shall not begin work under the contract until the required insurance
has been obtained and approved by the Contracting Agency.
Failure on the part of the Contractor to maintain the insurance as required shall
constitute a material breach of contract upon which the Contracting Agency may,
after giving five working days notice to the Contractor to correct the breach,
immediately terminate the contract or, at its discretion, procure or renew such
insurance and pay any and all premiums in connection therewith, with any sums so
expended to be repaid to the Contracting Agency on demand, or at the sole
discretion of the Contracting Agency, offset against funds due the Contractor from
the Contracting Agency.
All costs for insurance shall be incidental to and included in the unit contract prices of
the contract and no additional payment will be made.
1-07.18(2) Coverages and Limits
The insurance shall provide the minimum coverages and limits set forth below.
Providing coverage in these stated minimum limits shall not be construed to relieve
the Contractor from liability in excess of such limits. All deductibles must be
disclosed and are subject to approval by the Contracting Agency. The cost of any
claim payments falling within the deductible shall be the responsibility of the
Contractor.
38
1. A policy of Commercial General Liability Insurance, written on an insurance
industry standard occurrence form: (CG 00 01) or equivalent, including all the
usual coverage known as:
Per project aggregate endorsement (CG2503)
Premises/Operations Liability
Products/Completed Operations — for a period of one year following final
acceptance of the work.
Personal/Advertising Injury
Contractual Liability
Independent Contractors Liability
Stop Gap or Employers Contingent Liability
Explosion, Collapse, or Underground (XCU), (as applicable)*
Liquor Liability/Host Liquor Liability (as applicable)*
Fire Damage Legal
Blasting (as applicable)*
* These coverage are only required when the Contractor's work under this
agreement includes exposures to which these specified coverage respond.
If the contract requires working over water, the following additional coverages are
required, if so stated in the Contract Provisions:
a. Watercraft, owned and non -owned
b. U.S. Harborworkers'/Longshoremen and Jones Act
If any structures are involved in the contract, the Contractor shall provide
property insurance under an "All Risk Builder's Risk" form in an amount equal to
the value of the structure. The structure shall have All Risk Builders Risk
Insurance inclusive of earthquake and flood subject to customary industry
deductibles.
Other additional coverages that may be required will be listed in the Contract
Provisions.
Such policy(ies) must provide the following minimum limits:
Bodily Injury and Property Damage
$1,000,000 General Aggregate
$1,000,000 Products & Completed Operations Aggregate
$1,000,000 Personal & Advertising Injury
$1,000,000 Each Occurrence
$ 50,000 Fire Damage
Stop Gap Employers Liability
$1,000,000 Each Accident
$1,000,000 Disease - Policy Limit
$1,000,000 Disease - Each Employee
2. Commercial Automobile Liability: as specified by Insurance Services Office, form
number CA 0001, Symbol 1 (any auto), with an MCS 90 endorsement and a CA
9948 endorsement attached if "pollutants" as defined in exclusion 11 of the
commercial auto policy are to be transported. Such policy(ies) must provide the
following minimum limit:
Bodily Injury and Property Damage
$1,000,000 combined single limit
39
3. Excess or Umbrella Liability
$1 millionper occurrence and aggregate
4. A Pollution Liability policy, required if so stated in the Contract Provisions,
providing coverage for claims involving remediation, disposal, or other handling
of pollutants arising out of: (1) Contractor's operations related to this project; (2)
transportation of hazardous materials to or from any site related to this project,
including, but not limited to, the project site and any other site, including those
owned by the Contractor or for which the Contractor is responsible; and (3)
remediation, abatement, repair, maintenance or other work with lead-based paint
or materials containing asbestos.
Such Pollution Liability policy shall provide the following minimum coverage for
Bodily Injury and Property Damage:
$1,000,000 per occurrence
G
Professional al 1 abilit Required if design
art _r the
_k t_
tea. 1vIc7JlonQl L.1C7ulIuy. I :�.gUI1 U 11 UCslg1l services are a FJdI1 of UIC NOOK, to cover
damages resulting from professional errors and omissions. Such policy must
provide the following minimum coverage:
$1,000,000 per claim and annual aggregate.
6. A policy of Worker's Compensation, as required by the industrial Insurance Laws
of the State of Washington. As respects Workers' Compensation insurance
in the state of Washington, Contractor shall secure its liability for industrial
injury to its employees in accordance with the provisions of RCW Title 51. If
Contractor is qualified as a self -insurer in accordance with RCW 51.14,
Contractor shall so certify by letter signed by a corporate officer indicating
that it is a qualified self insured, and setting forth the limits of any policy of
excess insurance covering its employees.
1-07.18(3) Subcontractors
Contractor shall include all subcontractors as insureds under its policies or shall
furnish separate evidence of insurance as stated above for each subcontractor. All
coverage for subcontractors shall be subject to all the requirements stated herein
and applicable to their profession.
1-07.18(4) Evidence of Insurance
When the Contractor delivers the executed contract for the work to the Contracting
Agency it shall be accompanied by a Certificate(s) of Insurance and endorsements
for each policy of insurance meeting the requirements set forth above. The
certificate must conform to the following requirements:
1. An ACORD certificate Form 25-S, showing the insuring company, policy effective
dates, limits of liability and the Schedule of Forms and Endorsements.
2. A copy of the endorsement naming Contracting Agency and any other entities
required by the Contract Provisions as Additional Insured(s), and stating that
coverage is primary and noncontributory, showing the policy number, and signed
by an authorized representative of the insurance company on Form CG2010
(ISO) or equivalent.
40
3. The certificate(s) shall not contain the following or similar wording regarding
cancellation notification to the Contracting Agency: "Failure to mail such notice
shall impose no obligation or liability of any kind upon the company."
4. The City of Yakima, its agents, employees, and elected or appointed officials
shall be named as additional insureds for Yakima DFI, Phase 2 Pedestrian
Streetside Improvemetns on ACORD certificate of Insurance and any
endorsements attached.
1-07.18(5) Self -Insurance
Should Contractor be self-insured for any liability coverage, a letter from the
Corporate Risk Manager, or appropriate Finance Officer, is acceptable—stipulating if
actuarially funded and fund limits; plus any excess declaration pages to meet the
contract requirements. Further, this letter shall advise how Contractor would protect
and defend the Contracting Agency as an Additional Insured in their Self -Insured
layer, and include claims -handling directions in the event of a claim.
1-07.23 Public Convenience and Safety
1-07.23(1) Construction Under Traffic
This Section shall be supplemented with the following:
Add the following to the sixth paragraph:
7. Open trenches and excavations shall be protected with proper barricades
and at night they shall be distinctively indicated by adequately placed lights.
1-07.28 Safety Standards (New Section)
The following new section shall be added to the Standard Specifications:
All work shall be performed in accordance with all applicable local, state, and
federal health and safety codes, standards, regulations, and/or accepted industry
standards. It shall be the responsibility of the Contractor to ensure that his work
force and the public are adequately protected against any hazards.
The Contracting Agency shall have the authority at all times to issue a stop work
order at no penalty to the Contracting Agency if, in its opinion, working conditions
present an undue hazard to the public, property, or the work force. Such authority
shall not, however, relieve the Contractor of responsibility for the maintenance of
safe working conditions or assess any responsibility to the Contracting Agency or
Engineer for the identification of any or all unsafe conditions.
41
1-08 PROSECUTION AND PROGRESS
Add the following new section:
1-08.0 Preliminary Matters
(May 25, 2006 APWA GSP)
Add the following new section:
1-08.0(1)
-no.u(4) r_econsa_uci- on Conference rence
(May 25, 2006 APWA GSP)
Prior to the Contractor beginning the work, a preconstruction conference will be held
between the Contractor, the Engineer and such other interested parties as may be
invited. The purpose of the preconstruction conference will be:
1. To review the initial progress schedule;
2. To establish a working understanding among the various parties associated
or affected by the work;
3. To establish and review procedures for progress payment, notifications,
approvals, submittals, etc.;
4. To establish normal working hours for the work;
5. To review safety standards and traffic control; and
6. To discuss such other related items as may be pertinent to the work.
The Contractor shall prepare and submit at the preconstruction meeting the
following:
1. A breakdown of all lump sum items;
2. A preliminary schedule of working drawing submittals; and
3. A list of material sources for approval if applicable.
1-08.1 Subcontracting
This section is supplemented with the following:
The Contractor shall use the Subcontractors List and Subcontractor Certification
Form included within these contract documents to comply with the specifications of
this section.
1-08.3 Progress Schedule
The first and second paragraphs of Section 1-08.3 are replaced with the following:
The Contractor shall prepare and submit to the Engineer a Construction Progress
and Completion Schedule using the Bar Graph or Critical Path Method. Items in the
Schedule shall be arranged in the order and sequence in which they will be
performed. The schedule shall conform to the working modification by the
Engineer. The schedule shall be drawn to a time scale, shown along the base of
the diagram, using an appropriate measurement per day with weekends and
holidays indicated. The Construction Progress Schedule shall be continuously
updated and, if necessary, redrawn upon the first working day of each month or
42
upon issuance of any Change Order, which substantially affects the scheduling.
Copies (2 prints or 1 reproducible of newly updated Schedules shall be forwarded to
the Engineer, as directed, immediately upon preparation.
Items in the Schedule shall be arranged in the order and sequence in which they
will be performed. The Schedule shall detail each city block front's work individually
from beginning to end. The Schedule shall conform to the working time and time of
completion established under the terms of the Contract and shall be subject to
modification by the Engineer. The Schedule shall be drawn to a time scale, shown
along the base of the diagram, using an appropriate measurement per day with
weekends and holidays indicated.
The Construction Progress Schedule shall be continuously updated and, if
necessary, redrawn upon the first working day of each month or upon issuance of
any Change Order which substantially affects the scheduling. Copies (2 prints or 1
reproducible) of newly updated Schedules shall be forwarded to the Engineer, as
directed, immediately upon preparation.
Seasonal weather conditions shall be considered in the planning and scheduling of
work influenced by high or low ambient temperature or precipitation to ensure the
completion of the work within the Contract Time. No time extensions will be granted
for the Contractor's failure to take into account such weather conditions for the
location of the work and for the period of time in which the work is to be
accomplished.
This section is supplemented with the following:
The Contractor shall submit a weekly activity schedule to the Construction Engineer
before 9:00 a.m. on the Friday prior to the week indicated on the schedule.
If the Contractor proceeds with work not indicated on this weekly activity schedule,
or in a sequence differing form the which he has shown on this schedule, the
Engineer may order the Contractor to delay unscheduled activities until they are
included on a subsequent weekly activity schedule.
Prosecution Of Work
Revise this section to read:
1-08.4 Notice to Proceed and Prosecution of the Work
(*****)
Notice to Proceed will be given after the contract has been executed and the contract
bond and evidence of insurance have been approved and filed by the Contracting
Agency. The Contractor shall not commence with the work until the Notice to
Proceed has been given by the Engineer. The Contractor shall diligently pursue the
work to the physical completion date within the time specified in the contract.
Voluntary shutdown or slowing of operations by the Contractor shall not relieve the
Contractor of the responsibility to complete the work within the time(s) specified in
the contract.
43
Time For Completion
(March 13, 1995)
Section 1-08.5 is supplemented with the following:
This project shall be physically completed within *** 40 *** working days.
(October 1, 2005 APWA GSP)
Revise the fourth and fifth paragraphs to read:
Contract time shall begin on the first working day following the Notice to Proceed
Date. 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, beginning on the day
after the Notice to Proceed Date, unless otherwise provided in the Contract
Provisions, until the contract work is physically complete. If substantial completion
has been granted and ail the authorized working days have been used, charging of
working days will cease. Each week the Engineer will provide the Contractor a
statement that shows the number of working days: (1) charged to the contract the
week before; (2) specified for the physical completion of the contract; and (3)
remaining for the physical completion of the contract. The statement will also show
the nonworking days and any partial or whole day the Engineer declares as
unworkable. Within 10 calendar days after the date of each statement, the
Contractor shall file a written protest of any alleged discrepancies in it. To be
considered by the Engineer, the protest shall be in sufficient detail to enable the
Engineer to ascertain the basis and amount of time disputed. By not filing such
detailed protest in that period, the Contractor shall be deemed as having accepted
the statement as correct. If the Contractor elects to work 10 hours a day and 4 days
a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked
would ordinarily be charged as a working day then the fifth day of that week will be
charged as a working day whether or not the Contractor works on that day.
Revise the seventh paragraph to read:
The Engineer will give the Contractor written notice of the completion date of the
contract after all the Contractor's obligations under the contract have been performed
by the Contractor. The following events must occur before the Completion Date can
be established:
1. The physical work on the project must be complete; and
2. The Contractor must furnish all documentation required by the contract and
required by law, to allow the Contracting Agency to process final acceptance of
the contract. The following documents must be received by the Project Engineer
prior to establishing a completion date:
a. Certified Payrolls (Federal -aid Projects)
b. Material Acceptance Certification Documents
c. Annual Report of Amounts Paid as MBEi i IBE 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
44
f. Property owner releases per Section 1-07.24
1-08.7 Maintenance During Suspension
(October 1, 2005 APWA GSP)
Revise the second paragraph to read:
At no expense to the Contracting Agency, the Contractor shall provide through the
construction area a safe, smooth, and unobstructed roadway, sidewalk, and path for
public use during suspension (as required in Section 1-07.23 or the Special
Provisions). This may include a temporary road or detour.
1-09 MEASUREMENT AND PAYMENT
1-09.6 Force Account
(October 1, 2005 APWA GSP)
Supplement this Section with the following:
Owner has estimated and included in the Proposal, dollar amounts for all items to be
paid per force account, only to provide a common proposal for Bidders. All such
dollar amounts are to become a part of Contractor's total bid. However, Owner does
not warrant expressly or by implication, that the actual amount of work will
correspond with those estimates. Payment will be made on the basis of the amount
of work actually authorized by Engineer.
1-09.9 Payments
(October 1, 2005 APWA GSP)
Delete the third paragraph and replace it with the following:
Progress payments for completed work and material on hand will be based upon
progress estimates prepared by the Engineer. A progress estimate cutoff date will
be established at the preconstruction meeting.
The initial progress estimate will be made not later than 30 days after the Contractor
commences the work, and successive progress estimates will be made every month
thereafter until the Completion Date. Progress estimates made during progress of
the work are tentative, and made only for the purpose of determining progress
payment. The progress estimates are subject to change at any time prior to the
calculation of the Final Payment.
The value of the progress estimate will be the sum of the following:
1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units
of work completed multiplied by the unit price.
2. Lump Sum Items in the Bid Form — the estimated percentage complete
multiplied by the Bid Forms amount for each Lump Sum Item, or per the
schedule of values for that item.
3. Materials on Hand —100 percent of invoiced cost of material delivered to Job
site or other storage area approved by the Engineer.
45
4. Change Orders — entitlement for approved extra cost or completed extra work
as determined by the Engineer.
Progress payments will be made in accordance with the progress estimate Tess:
1. Retainage per Section 1-09.9(1);
2. The amount of Progress Payments previously made; and
3. Funds withheld by the Contracting Agency for disbursement in accordance with
the Contract Documents.
Progress payments for work performed shall not be evidence of acceptable
performance or an admission by the Contracting Agency that any work has been
satisfactorily completed.
Payments will be made by warrants, issued by the Contracting Agency's fiscal
officer, against appropriate fund source for the project. Payments received on
against the appropriate 11 IU source V G 1 Payments
account of work performed by a subcontractor are subject to the provisions of RCW
39.04.250.
1-09.13(3) Claims $250,000 or Less
(October 1, 2005 APWA GSP)
Delete this Section and replace it with the following:
The Contractor and the Contracting Agency mutually agree that those claims that
total $250,000 or less, submitted in accordance with Section 1-09.11 and not
resolved by nonbinding ADR processes, shall be resolved through litigation unless
the parties mutually agree in writing to resolve the claim through binding arbitration.
1-10 TEMPORARY TRAFFIC CONTROL
1-10.1(2) Description
(May 25, 2006 APWA GSP)
Revise the third paragraph to read:
The Contractor shall provide signs and other traffic control devices not otherwise
specified as being furnished by the Contracting Agency. The Contractor shall erect
and maintain all construction signs, warning signs, detour signs, and other traffic
control devices necessary to warn and protect the public at all times from injury or
damage as a result of the Contractor's operations which may occur on highways,
roads, streets, sidewalks, or paths. No work shall be done on or adjacent to any
traveled way until all necessary signs and traffic control devices are in place.
Traffic Control Management
General
(August 2, 2004)
Section 1-10.2(1) is supplemented with the following:
The Traffic Control Supervisor shall be certified by one of the following:
The Northwest Laborers -Employers Training Trust
46
27055 Ohio Ave.
Kingston, WA 98346
(360) 297-3035
Evergreen Safety Council
401 Pontius Ave. N.
Seattle, WA 98109
1-800-521-0778 or
(206) 382-4090
Flaggers and Spotters
Section 1-10.3(1)A is supplemented with the following:
Lighting Requirements for Hours of Darkness
During hours of darkness each required flagging station shall be illuminated.
Light plants shall be selected from any of the following models, or an approved
equal:
Ingersoll Rand Model L6 or L8
Genie Model TML -4000 or TML -4000N
Terex/Coleman Model RL 4000
Wacker Model LT4Z
BOSS Model BLK64MH
Measurement
(August 2, 2004)
Section 1-10.4(1) is supplemented with the following:
The proposal contains the item "Project Temporary Traffic Control," lump sum. The
provisions of Section 1-10.4(1) shall apply.
47
DIVISION 2
EARTHWORK
CLEARING, GRUBBING, AND ROADSIDE CLEANUP
Description
Section 2-01.1 is supplemented with the following:
(March 13, 1995)
Clearing and grubbing on this project shall be performed within the following limits:
The new parking area between the Public Works Office Building and the Water
and Irrigation Building, and the new sidewalk area north of Fruitvale Blvd.
REMOVAL OF STRUCTURES AND OBSTRUCTION'S
Description
Section 2-02.1 is supplemented with the following:
This VVor it shall consist of the removal and disposal of various existing irnpr ovemel its,
including but not limited to:
• 90 square yards of curb, gutter and asphalt removal.
• One each catch basin
Construction Requirements
Removal of Pavement, Sidewalks and Curbs
Section 2-02.3(3) is supplemented with the following:
In areas where asphalt pavement removal is required, the Contractor shall, prior
to excavation, saw cut the edge of the asphalt pavement with an approved
pavement cutter. During the course of the work, the Contractor shall take
precautions to preserve the integrity of this neat and clean pavement edge.
Should the pavement edge be damaged prior to asphalt paving activities, the
Contractor shall be required to trim the edge with an approved pavement cutter
as directed by the Engineer immediately prior to paving.
Measurement
Section 2-02.4 is supplemented with the following:
Saw Cut, Per Inch Depth will be measured by the linear foot per inch of depth.
Payment
Section 2-02.5 is
suupplerrienterl with the following:
"Saw Cut, Per Inch Depth", per linear foot.
48
ROADWAY EXCAVATION AND EMBANKMENT
2-03.3(7) Disposal of Surplus Materials
2-03.3(7)A General
Add the following:
Excavated material shall be hauled to a waste site. A waste site has not been
provided by the Contracting Agency for disposal of unsuitable material, asphalt,
concrete, debris, waste material, or any other objectionable material which is
directed to waste by the Engineer.
The Contractor shall comply with the State of Washington's regulations regarding
disposal of waste material as outlined in WAC 173-304, Subchapter 461.
2-07 WATERING
2-07.1 Description
Add the following:
The Contractor shall be solely responsible for dust control on this project and shall
protect motoring public, adjacent homes and businesses, orchards, crops, and
school yards from damage due to dust, by whatever means necessary. The
Contractor shall be responsible for any claims for damages and shall protect the
Contracting Agency, Yakima County, and the Consultant from any and all such
claims.
When directed by the Engineer, the Contractor shall provide water for dust control
within two hours of such order and have equipment and manpower available at all
times including weekends and holidays to respond to orders for dust control
measures.
2-07.3 Construction Requirements
Supplement this section with the following:
The Contractor shall secure permission from and comply with all requirements of
the water utility before obtaining water from fire hydrants. The Contractor shall
notify the Engineer as soon as such permission is granted.
The Contractor shall use hydrant wrenches only to open hydrants. While using
hydrants, the contractor shall make certain that the hydrant valve is fully open in
order to prevent damage to the hydrant valve. A metered hydrant connection
furnished by the water utility shall be used as an auxiliary valve on the outlet line for
control purposes. Fire hydrant valves shall be closed slowly to avoid a surge in the
system causing undue pressure on the water lines. The Contractor shall carefully
note the importance of following these directions.
If a hydrant is damaged due to the Contractor or an employee of the Contractor, the
Contractor shall immediately notify the water utility so that the damage can be
repaired as quickly as possible.
49
Upon completing the use of the hydrants, the Contractor shall notify the water utility
so that the hydrants may be inspected for possible damage. Any damage resulting
from the use of the hydrants by the Contractor will be repaired by the water utility,
and the cost thereof shall be withheld, if necessary, from the final payment to the
Contractor.
The Contractor shall furnish all equipment and tools, except the metered hydrant
connection, that may be necessary to meet the requirements of the water
distribution agency pertaining to hydrant us.
Violation of these requirements will result in fines and will lay the Contractor liable
for damage suits because of malfunctioning of damaged fire hydrants, in the event
of fire.
2-07.4 Measurement
This section is revised to read:
\11/_1_.....:111__ ._____...__J...:1L 11__ .__.1_.__I hydrant connection. _
'Water will be measured with the rnetereu hydrant connection.
2-07.5 Payment
This section is revised to read as follows:
Water will he furnishers by the water utility without charge, but thee Contractor shall
convey the water from the nearest convenient hydrant or other source at his
expense.
DIVISION 4
BASES
4-04 BALLAST AND CRUSHED SURFACING
4-04.1 Description
This section is supplemented with the following:
This work also consists of placing a woven polypropylene geotextile fabric
(geotextile) layer between the subgrade and crushed surfacing base course.
4-04.2 Materials
This section is supplemented with the following:
The geotextile shall be woven from high -tenacity long -chain synthetic polymers
composed of at least 95 percent by weight of polyolefins or polyesters. They shall
form a stable network such that the filaments or yarns retain their dimensional
stability relative to each other, including selvages.
The geotextile shall meet the requirements of Table 1. All numeric values in Table 1
except AOS represent MARV in the specified direction. Values for AOS represent
maximum average roll values.
50
TABLE 1 - SUBGRADE STABILIZATION GEOTEXTILE
Property
Test Method
Units
Reinforcement Properties
MD1
CD1
Ultimate Tensile Strength
ASTM D
4595
kN/m (lbs/ft)
70.0 (4800)
70.0 (4800)
Tensile Strength @ 2% Strain
ASTM D 4595
kN/m (lbs/ft)
14.0 (960)
19.3 (1320)
Tensile Strength @ 5% Strain
ASTM D 4595
kN/m (lbs/ft)
35.0 (2400)
35.0 (2400)
Coefficient of Interaction -Ci
(sand)
ASTM D
5321
0.8
Permittivity
ASTM D 4491
sec,
0.40
Apparent Opening Size
ASTM D
4751
mm (U.S. Sieve)
0.6 (30)
Sewn Seam Strength
4884M D
kN/m (lbs/ft)
43.8 (3000)
Survivability Index Values
Grab Tensile Strength
CD'
ASTM D
4632
N (lbs)
2120 (475)
1950
(440)
Tear Strength
ASTM D
4533
N (lbs)
800 (180)
800 (180)
Puncture Strength
ASTM D
4833
N (lbs)
870 (195)
Burst Strength
ASTM D
3786
kPa (psi)
8259 (1200)
Ultraviolet Stability (after 500
hrs)
ASTM D
4355
70
MD - Machine, or roll, direction; CD - Cross machine direction
2
When sewn seams are required.
A Certificate of Compliance for the geotextile used on the project shall be furnished by
the manufacturer to the engineer. The geotextile shall be wrapped with a material that
will protect the geotextile from damage due to shipment, water, sunlight and
contaminants. Mirafi HP570 or an approved equal geotextile shall be used. Mirafi
HP570 is available from MIRAF/ Construction Products, 800-685-9990 or 800-333-6205
4-04 Construction Requirements
4-04.3(7) Miscellaneous Requirements
This section is supplemented with the following:
The installation site shall be prepared by clearing, grubbing, and excavation or filling
the area to the design grade. This includes removal of topsoil and vegetation.
The geotextile shall be laid smooth without wrinkles or folds on the prepared
subgrade in the direction of construction traffic. Adjacent geotextile rolls shall be a
12 -inch overlap.
On curves, the geotextile may be folded or cut to conform to the curves. The fold or
overlap shall be in the direction of construction and held in place by pins, staples, or
51
piles of fill or rock.
Prior to covering, the geotextile shall be inspected by a certified inspector of the
Engineer to ensure that the geotextile has not been damaged during installation.
Damaged geotextiles, as identified by the Engineer, shall be repaired immediately.
Cover the damaged area with a geotextile patch which extends an amount equal to
the required overlap beyond the damaged area.
The subbase shall be placed by end dumping onto the geotextile from the edge
of the geotextile, or over previously placed subbase aggregate. Most rubber -
tired vehicles can be driven at slow speeds, less than 16 km/h (10 mph) and in
straight paths over the exposed geotextile without causing damage to the
geotextile. Sudden braking and sharp turning should be avoided. Tracked
construction equipment should not be operated directly upon the geotextile. A
minimum fill soil thickness of 15cm (6 in) is required prior to operation of tracked
vehicles over the geotextile. Turning of tracked vehicles should be kept to a
minimum to prevent tracks from displacing the fill and damaging the geotextile.
Turning vehicles shall not permitted the first lift above the geotextile
Turning a eee � of vehicles Vs� a3e eclee not be permitted 1 ULtGIA on the first eel! above the geotextile.
lL7AU1G.
Any ruts occurring during construction shall be filled with additional subbase material,
and compacted to the specified density.
!f placement of the backfill material causes damage to the geotextile, the damaged
area shall be repaired as previously described above. The placement procedure
shall then be modified to eliminate further damage from taking place.
4-04.4 Measurement
Add the following item to this section:
Woven polypropylene geotextile fabric will be measured by the square yard for the
area specified to receive the geotextile. No measurement will be made for the
overlapping material.
4-04.5 Payment
Add the following item to this section:
"Woven Polypropylene Geotextile Fabric", per square yard.
The per square yard payment for woven polypropylene geotextile fabric shall be full
pay for all labor, equipment and material required to furnish and place the geotextile
fabric layer.
4-06 ASPHALT TREATED BASE
Materials
Section 4-06.2 is supplemented with the following:
(October 25, 1999)
The grade of paving asphalt used in asphalt treated base shall be PG *** 64-28 ***
unless otherwise ordered by the Engineer.
52
DIVISION 5
SURFACE TREATMENTS AND PAVEMENTS
HOT MIX ASPHALT
5-04.3 Construction Requirements
5-04.3(5)E Pavement Repair
This section is supplemented with the following:
In areas where the new asphalt is to be placed against existing asphalt, the asphalt
shall be repaired as follows:
Six inches of crushed surfacing base course shall be placed and compacted to
within three inches of the finished grade. Then, the edges of the existing
pavement shall be painted with a hot asphalt tack coat, and hot mix asphalt shall
be placed and compacted with hand tampers and a patching roller.
The completed patch shall match the existing paved surface for texture, density
and uniformity of grade. The joint between the patch and existing pavement shall
then be painted with hot asphalt cement or asphalt emultion and shall be
immediately covered with dry paving sand before the asphalt cement solidifies.
5-04.3(7)A Mix Design
(May 25, 2006 APWA GSP)
Section is deleted and replaced with:
(*****)
1. General. Prior to the production of HMA, the Contractor shall determine a
design aggregate structure and asphalt binder content in accordance with
WSDOT Standard Operating Procedure 732. Once the design aggregate
structure and asphalt binder content have been determined, the Contractor shall
submit the HMA mix design on DOT form 350-042 demonstrating the design
meets the requirements of Sections 9-03.8(2) and 9-03.8(6). Verification of the
mix design by the Contracting Agency is not needed. The Project Engineer will
determine anti -strip requirements for the HMA.
The mix design will be the initial Job Mix Formula (JMF) for the class of mix. Any
additional adjustments to the JMF will require the approval of the Project
Engineer and may be made per Section 9-03.8(7).
2. Non Statistical Evaluation. Non statistical acceptance will apply to all HMA not
designated as Commercial HMA in the contract documents. Non statistical
acceptance testing will be conducted as outlined in 5-04.3(8)A.
3. Commercial Evaluation. Where Commercial HMA is allowed it can be
accepted by a Manufacturer's Certificate of Compliance stating the material
meets the requirements in the contract Special Provisions. Where HMA
Commercial is used for the traveled way, a minimum of one acceptance test to
verify gradation, fracture, sand equivalent, and oil content is required in addition
to the Manufacturer's Certificate of Compliance.
53
5-04.3(8)A, Acceptance Sampling and Testing — HMA Mixture
Items 1 & 2 are deleted and replaced with:
(*****)
1. General. Acceptance of HMA shall be as provided under nonstatisticai or
commercial evaluation.
Sampling of HMA for nonstatistical evaluation will be as discussed in WSDOT
Standard Specifications for Road, Bridge, and Municipal Construction, 2008
edition, section 5-04.3(8)A, sections 3 through 6.
Commercial evaluation will be used for Commercial HMA and other classes of
HMA as allowed by the contract. Commercial HMA may be used for amounts of
HMA less than 2500 tons in any application. Testing beyond that specified in 5-
04.3(7)A, item 3 for Commercial HMA will be at the discretion of the engineer.
Anti -strip additive, where required, will be verified and documented by the
engineer.
2. Aggregates. The acceptance criteria for aggregate properties of sand
equivalent, voids in mineral aggregate (VMA), fracture and gradation will be their
conformance to the requirements of Section 9-03.8(2) the Standard Specification,
2008 edition.
5-04.3(8)A, Acceptance Sampling and Testing —
Item 4, second paragraph is deleted.
5-04.3(8)A, Acceptance Sampling and Testing —
Item 7 is deleted.
HMA Mixture
HMA Mixture
5-04.3(13) Surface Smoothness
(January 5, 2004)
The second sentence of this section is revised to read:
The completed surface of the wearing course shall not vary more than 1/4 inch from
the lower edge of a 10 -foot straightedge placed on the surface parallel to centerline.
The last paragraph of this section is supplemented with the following:
When utility appurtenances such as manhole rings and covers and valve boxes are
encountered of are to be located within the HMA pavement area, these items are
either to be removed or not put in place until after the paving operation has been
completed. The location of each utility appurtenance and all Monuments shall be
referenced prior to the start of paving operations and a temporary covering shall be
placed over the appurtenances to facilitate the continuous paving operation. After
paving has been completed, the Contractor shall furnish, install and adjust new
castings on all new and existing public utility structures and new monument cases for
all monuments as shown on the plans.
Utility casting shall not be adjusted until the paving is complete. After which, the
center of each structure and each monument shall be relocated from the references
previously established by the Contractor.
54
The HMA shall be cut and removed to a neat circle, the diameter of which shall be
equal to the outside diameter of the rim plus two feet. The new rim shall be placed
on cement concrete or adjustment rings and wedged up to the desired grade. The
base materials shall be removed and Class 3000 cement concrete shall be placed
within the entire volume of the excavation up to, but not to exceed, 1-1/2 inches
below the finished pavement surface.
On the following day, the concrete, the edges of the HMA and the outer edge of the
casting shall be painted with a hot asphalt tack coat. HMA Class 3/8 In. shall then be
placed and compacted with hand tampers and a patching roller.
The completed patch shall match the existing paved surface for texture, density and
uniformity of grade. The joint between the patch and existing pavement shall then be
painted with hot asphalt cement or asphalt emulsion and shall be immediately
covered with dry paving sand before the asphalt cement solidifies.
5-04.3(15) HMA Road Approaches
This section is supplemented with the following:
Along the line of new work, it may be necessary to partially remove existing asphalt
roadway surfaces, driveways, alleys or other asphalt paved areas. These areas will
then be reconstructed to match the existing pavement section matching the new curb
and sidewalk or adjacent pavement grades.
Before excavating or trenching, these areas shall be cut or scored with an approved
pavement cutter, such as a concrete saw. Before patching, all edges and joints shall
be neatly trimmed to uniform line and a tack coat applied.
The asphalt driveways shall be constructed of HMA Class 3/8" PG 64-28 as specified
in the Standard Specifications.
5-04.5(1)A Price Adjustments for Quality of HMA Mixture
Section is deleted and replaced with:
(*****)
Statistical analysis of quality of gradation and asphalt content will be performed based
on Section 1-06.2 using the following price adjustment factors:
Table of Price Adjustment Factors
Constituent Factor "f"
All aggregate passing: 1 1/2", 1", 3/",
1/2", 3/8" and No. 4 sieves 2
All aggregate passing No. 8 15
All aggregate passing No. 200 sieve 20
Asphalt binder 52
5-04.4 Measurement
Add the following item to this section:
Pavement Repair will be measured by the square yard for the actual amount of
pavement repaired.
55
5-04.5 Payment
Add the following items to this section:
"Pavement Repair", per square yard.
5-04.5(1)A Price Adjustments for Quality of HMA Mixture
Items 1-3 are deleted and replaced with:
A pay factor will be calculated for sieves listed in Section 9-03.8(7) for the class of HMA
and for the asphalt binder.
1. Nonstatistical Evaluation. Each lot of HMA produced under
Nonstatisical Evaluation and having all constituents falling within the
tolerance limits of the job mix formula shall be accepted at the unit
contract price with no further evaluation. When one or more constituents
fall outside the nonstatistical acceptance tolerance limits in Section 9-
03.8(7), the lot shall be evaluated in accordance with Section 1-06.2 to
determine the appropriate CPF. The nonstatistical tolerance limits will be
used in the calculation of the CPF and the maximum CPF shall be 1.00.
Athens less than three subiots exist, backup samples of u ie existing
subiots or samples from the street shall be tested to provide a minimum of
three sets of results for evaluation.
2. Commercial Evaluation. If sampled and tested, HMA produced under
Commercial Evaluation and having all constituents falling within the
tolerance limits of the job mix formula shall be accepted at the unit
contract price with no further evaluation. When one or more constituents
fall outside the commercial acceptance tolerance limits in Section 9-
03.8(7), the lot shall be evaluated to determine the appropriate CPF. The
commercial tolerance limits will be used in the calculation of the CPF and
the maximum CPF shall be 1.00. When less than three subiots exist,
backup samples of the existing subiots or samples from the street shall be
tested to provide a minimum of three sets of results for evaluation.
For each lot of HMA produced under Nonstatistical or Commercial Evaluation when the
calculated CPF is Tess than 1.00, a Nonconforming Mix factor (NCMF) will be
determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by
60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product
of the NCMF, the quantity of HMA in the lot in tons, and the unit contract price per ton of
the mix.
If a constituent is not measured in accordance with these Specifications, its individual
pay factor will be considered 1.00 in calculating the composite pay factor.
5-04.5(1)B Price Adjustments for Quality of HMA Compaction
Section is deleted and replaced with:
The maximum CPF of a compaction lot is 1.00
For each compaction lot of HMA when the CPF is Tess than 1.00, a
Nonconforming Compaction Factor (NCCF) will be determined. THE NCCF
equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent.
The Compaction Price Adjustment will be calculated as the product of the
NCCF, the quantity of HMA in the lot in tons and the unit contract price per ton
of the mix.
56
DIVISION 7
DRAINAGE STRUCTURES, STORMSEWERS,
SANITARY SEWERS, WATER MAINS AND CONDUITS
MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS
7-05.3 Construction Requirements
This section is supplemented with the following:
The new drainage system will connect into the structures of the existing system.
Connections to the existing structure could include connecting into existing catch
basins and existing pipes.
7-05.4 Measurement
This section is supplemented with the following:
Connection to existing structure will be measured per each for each connection that
is made.
7-05.5 Payment
This section is supplemented with the following:
Connection to Existing Structure", per each.
The unit contract price per each for "Connection to Existing Structure" shall be full
pay for all material, equipment and labor required to connect the new irrigation
system to the existing system, including, but not limited to, cutting holes, grouting
around the new pipe, and constructing pipe collars for connecting into existing pipes.
7-05.3(1) Adjusting Manholes and Catch Basins to Grade
This section is supplemented with the following:
Manholes, inlets, catch basins, drywelis and similar structures shall be adjusted as
detailed in Section 5-04.3(13) of these contract Special Provisions.
7-09 WATER MAINS
7-09.1 Description
This section is supplemented with the following:
This work shall include adjusting valve boxes to the finished grade of the asphalt
concrete pavement or sidewalk.
7-09.3 Construction Requirements
This section is supplemented with the following:
Where existing valve boxes are located in the existing or proposed asphalt
roadway, they shall be adjusted as detailed in Section 5-04.3(13) of these Standard
Specifications.
57
Where existing valve boxes are located in the proposed sidewalk, they shall be
adjusted to finish grade prior to placing the concrete.
7-09.4 Measurement
The following item is added to this section:
Adjust valve box will be measured per each, for each valve box adjusted.
7-09.5 Payment
The following item is added to this section:
"Adjust Valve Box", per each.
The unit contract price per each for "Adjust Valve Box" shall be full pay for all labor,
equipment and material required to adjust the valve box.
DIVISION 8
MISCELLANEOUS CONSTRUCTION
8-01 EROSION CONTROL AND WATER POLLUTION CONTROL
8-01.3 Construction Requirements
8-01.3(1) General
Section 8-01.3(1) is supplemented with the following:
(April 3, 2006)
Erodible Soil Eastern Washington
The eighth paragraph of Section 8-01.3(1) is revised to read:
Erodible soil not being worked whether at final grade or not, shall be covered
within the following time period using an approved soil cover practice, unless
authorized by the Engineer:
July 1 through September 30
October 1 through June 30
8-14 CEMENT CONCRETE SIDEWALKS
8-14.1 Description
This section is supplemented with the following:
30 days
15 days
This work also consists of constructing a 6 -inch depth cement concrete slab.
8-14.3 Construction Requirements
This section is supplemented with the following:
58
Where shown in the plans, a 20 -foot by 30 -foot cement concrete slab, 6 -inch depth,
shall be constructed with class 3000 concrete. The slab shall be constructed over a
two-inch layer of crushed surfacing top course.
8-14.4 Measurement
Add the following item to this section:
Cement concrete slab, 6 -inch depth will be measured by the square yard of finished
surface.
8-14.5 Payment
Add the following item to this section:
"Cement Concrete Slab, 6 -Inch Depth,
8-30 REPAIR OR REPLACEMENT (New Section)
8-30.1 Description
The work shall consist of repair of any incidental damages to landscaping, fencing,
private irrigation, top soil, turf, reconnection or realignment of side services to the new
sanitary sewer trunkline, or other miscellaneous items within or adjacent to the project
area. This includes complete replacement of items that are beyond repair as determined
by the Engineer.
8-30.5 Payment
Payment will be made for the following bid items:
"Repair or Replacement", by force account.
For the purpose of providing a common proposal for all bidders, and for that
purpose only, the City has estimated the force account for "Repair or Replacement",
and has arbitrarily entered the amount for the pay item in the proposal to become a
part of the total bid by the Contractor.
59
DIVISION 9
MATERIALS
9-03 AGGREGATES
9-03.8 Aggregates for Asphalt Concrete
9-03.8(7) HMA Tolerances and Adjustments
(May 25, 2006 APWA GSP)
Item 1 is deleted and replaced with:
(*****)
1. Job Mix Formula Tolerances. After the JMF is determined as required in 5-
04.3(7)A, the constituents of the mixture at the time of acceptance shall conform to the
following tolerances:
Nonstatistical Commercial
Evaluation Evaluation
Aggregate, percent passing
1", 3/4", %2", and 3/8" sieves ±6% ±8%
U.S. No. 4 sieve ±6% ±8%
U.S. No. 8 sieve ±6% ±8%
U.S. No. 200 sieve ±2.0% ±3.0%
Asphalt Binder ±0.5% ±0.7%
These tolerance limits constitute the allowable limits as described in Section 1-06.2. The
tolerance limit for aggregate shall not exceed the limits of the control points section,
except the tolerance limits for sieves designated as 100% passing will be 99-100. The
tolerance limits on sieves shall only apply to sieves with control points.
9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS
9-05.15 Metal Castings
9-05.15(2) Metal Frame, Grate and Solid Metal Cover for Catch Basins or Inlets
This section is supplemented with the following:
Castings for the Catch Basins on this project shall be as shown on the City of
Yakima Standard Detail.
60
STANDARD PLANS
April 7, 2008
The State of Washington Standard Plans for Road, Bridge and Municipal Construction
M21-01 transmitted under Publications Transmittal No. PT 08-001, effective April 7,
2008 is made a part of this contract.
The Standard Plans are revised as follows:
All Standard Plans
All references in the Standard Plans to "Asphalt Concrete Pavement" shall be
revised to read "Hot Mix Asphalt".
All references in the Standard Plans to the abbreviation "ACP" shall be revised to
read "HMA".
C-1 Sheet 1
In the TYPE 1 ALTERNATIVE, the title of the first section view is revised to INITIAL
INSTALLATION
B-10.20 and B10.40
Substitute "step" in lieu of "handhold" on plan
C -la
In the TYPE 11, WOOD POST ASSEMBLY, the 18" long Button Head Bolts are
revised to 25" long.
C -lb
In the ANCHOR POST ASSEMBLY, the above ground 7 1/2" long bolt connecting
the Wood Breakaway Post to the Foundation Tube is revised to 10" long.
C -2s
Delete reference to Cross -Section A.
C-5
In the A CONNECTION, "Type 3 transition pay limit" is revised to "transition pay
limit".
C-8
END VIEW A, shows two dimensions at the connecting pin counterbore opening at
the top of the view, 1 %2" R. and below another dimension of 1 %2" R., the bottom
dimension should be 7/8" R.
C-10 (sheet 2 of 2)
COVER PLATE DETAIL, dimension of the 1" dia. holes, changes from 8" to 3"
C-11 b Sheets 1 and 2
In the PRECAST FOOTING, ELEVATION view (Sheet 1) and in the CAST -IN-
PLACE FOOTING, ELEVATION view (Sheet 2), COMMERCIAL CONCRETE is
revised to CONCRETE CLASS 4000.
61
In the BREAKAWAY ANCHOR ANGLE, ELEVATION view (Sheet 2), the welding
symbols are revised to indicate that the 1/4" Inside Gussets have 1/4" fillet weld
joints, and the 1/2" End Gussets have 1/2" fillet weld joints.
C-12
Note 1 is revised to read:
Approved inertial barrier systems (sand barrel arrays) are listed in the Qualified
Products List and shall be installed in accordance with the manufacturer's
recommendations. Products not listed on the Qualified Products List are considered
when submitted with a Request of Approval of Materials (RAM) form.
D -la through D -1f
Deleted.
F-40.12 through F-40.18
The following note is added to these five plans:
Note 7. To the maximum extent feasible, the ramp cross slope shall not exceed
2%.
K-80.30-00
In the NARROW BASE, END view, the reference to Std. Plan C -8e is revised to Std.
Pian K-80.35
M-1.60
COLLECTOR DISTRIBUTOR ROAD OFF- CONNECTION, taper dimensions of
225' MIN. is changed to 300' MIN.
The following are the Standard Plan numbers applicable at the time this project was
advertised. The date shown with each plan number is the publication approval date
shown in the lower right-hand corner of that plan. Standard Plans showing different
dates shall not be used in this contract.
A-10.10-00 8/07/07 A-30.15-00 11/08/07 A-40.50-00 11/08/07
A-10.20-00 10/05/07 A-30.30-00 11/08/07 A-60.10-00 10/05/07
A-10.30-00 10/05/07 A-30.35-00 10/12/07 A-60.20-00 10/05/07
A-20.10-00 8/31/07 A-40.10-00 10/05/07 A-60.30-00 11/08/07
A-30.10-00 11/08/07 A-40.20-00 9/20/07 A-60.40-00 8/31/07
B-5.20-00 6/01/06 B-30.50-00 6/01/06 B-75.20-00 6/01/06
B-5.40-00 6/01/06 B-30.70-01 8/31/07 B-75.50-00 6/08/06
B-5.60-00 6/01/06 B-30.80-00 6/08/06 B-75.60-00 6/08/06
B-10.20-00 6/01/06 B-30.90-01 9/20/07 B-80.20-00 6/08/06
B-10.40-00 6/01/06 B-35.20-00 6/08/06 B-80.40-00 6/01/06
B-10.60-00 6/08/06 B-35.40-00 6/08/06 B-82.20-00 6/01/06
B-15.20-00 ... ,. _ _ „ 6/01/06 B-40.20-00 6/01/06 B-85.10-00 6/01 /06
B-15.40-00 6/01/06 B-40.40-00 6/01/06 B-85.20-00 6/01/06
B-15.60-00 6/01/06 B-45.20-00 6/01/06 B-85.30-00........6/01/06
B-20.20-01 11/21/06 B-45.40-00 6/01/06 B-85.40-00 6/08/06
B-20.40-01 11/21/06 B-50.20-00 6/01/06 B-85.50-00 6/08/06
B-20.60-01 11/21/06 B-55.20-00 6/01/06 B-90.10-00 6/08/06
62
B-25.20-00 6/08/06 B-60.20-00 6/08/06 B-90.20-00 6/08/06
B-25.60-00 6/01/06 B-60.40-00 6/01/06 B-90.30-00 6/08/06
B-30.10-00 6/08/06 B-65.20-00 6/01/06 B-90.40-00 6/08/06
B-30.20-01 11/21/06 B-65.40-00 6/01/06 B-90.50-00 6/08/06
B-30.30-00 6/01/06 B-70.20-00 6/01/06 B-95.20-00 6/08/06
B-30.40-00 6/01/06 B-70.60-00 6/01/06 B-95.40-00 6/08/06
C-1 2/06/07 C -3b 10/04/05 C-13 4/16/99
C -la 7/31/98 C -3c 6/21/06 C -13a 4/16/99
C -lb 10/31/03 C -3d 3/03/05 C -13b 4/16/99
C -1c 5/30/97 C-4 2/21/07 C -14a 7/26/02
C -1d 10/31/03 C -4a 2/21/07 C -14b 7/26/02
C-2 1/06/00 C -4b 6/08/06 C -14c 7/26/02
C -2a 6/21/06 C -4e 2/20/03 C -14d 7/26/02
C -2b 6/21/06 C -4f 6/30/04 C -14e 7/26/02
C -2c 6/21/06 C-5 10/31/03 C -14f 9/02/05
C -2d 6/21/06 C-6 5/30/97 C -14g 11/21/06
C -2e 6/21/06 C -6a 3/14/97 C -14h 1/11/06
C -2f 3/14/97 C -6c 1/06/00 C -14i 12/02/03
C -2g 7/27/01 C -6d 5/30/97 C -14j 12/02/03
C -2h 3/28/97 C -6f 7/25/97 C -14k 1/11/06
C -2i 3/28/97 C-7 10/31/03 C -16a 11/08/05
C -2j 6/12/98 C -7a 10/31/03 C -16b 11/08/05
C -2k 7/27/01 C-8 4/27/04 C-20.14-00 2/06/07
C -2n 7/27/01 C -8a 7/25/97 C-20.40-00 2/06/07
C -2o 7/13/01 C -8b 1/11/06 C-22.40-01 10/05/07
C -2p 10/31/03 C -8e 2/21/07 C-23.60-00 2/06/07
C -2q 3/03/05 C -8f 6/30/04 C-25.18-01 9/20/07
C -2r 3/03/05 C-10 7/31/98 C-25.20-01 9/20/07
C -2s 3/03/05 C-11 5/20/04 C-25.22-01 10/05/07
C -2t 3/03/05 C-11 a 5/20/04 C-25.80-00 9/20/07
C-3 10/04/05 C-11 b 5/20/04 C-28.40-00 2/06/07
C -3a 10/04/05 C-12 7/27/01
D-2.02-00 11/10/05 D-2.36-01 11/08/07 D-2.80-00 11/10/05
D-2.04-00 11/10/05 D-2.38-00 11/10/05 D-2.82-00 11/10/05
D-2.06-00 11/10/05 D-2.40-00 11/10/05 D-2.84-00 11/10/05
D-2.08-00 11/10/05 D-2.42-00 11/10/05 D-2.86-00 11/10/05
D-2.10-00 11/10/05 D-2.44-00 11/10/05 D-2.88-00 11/10/05
D-2.12-00 11/10/05 D-2.46-00 11/10/05 D-2.92-00 11/10/05
D-2.14-00 11/10/05 D-2.48-00 11/10/05 D-3 7/13/05
D-2.16-00 11/10/05 D-2.60-00 11/10/05 D -3a 6/30/04
D-2.18-00 11/10/05 D-2.62-00 11/10/05 D -3b 6/30/04
D-2.20-00 11/10/05 D-2.64-00 11/10/05 D -3c 6/30/04
D-2.30-00 11/10/05 D-2.66-00 11/10/05 D-4 12/11/98
D-2.32-00 11/10/05 D-2.68-00 11/10/05 D-6 6/19/98
D-2.34-00 11/10/05 D-2.78-00 11/10/05
E-1 2/21/07 E-4 8/27/03
E-2 5/29/98 E -4a 8/27/03
F-10.12-00 12/20/06 F-30.10-00 1/23/07 F-40.18-00 2/07/07
F-10.16-00 12/20/06 F-40.10-01 10/05/07 F-40.16-00 2/07/07
63
F-10.40-00 1/23/07 F-40.12-00 2/07/07
F-10.42-00 1/23/07 F-40.14-00 2/07/07
F-10.62-01 9/05/07 F-40.15-00 2/07/07
F-10.64-01 10/05/07 F-40.16-00 2/07/07
G -9a 6/25/02 G-24.50-00 11/08/07
0-10.10-00 9/20/07 0-24.60-00 11/08/07
G-20.10-00 9/20/07 G-25.10-00 11/08/07
0-22.10-00 11/08/07 G-30.10-00 11/08/07
0-24.1n-00 11/08/07 G-50.10-00 11/08/07
G-24.20-00 11/08/07 G-60.10-00 8/31/07
G-24.30-00 11/08/07 0-60.20-00 8/31/07
G-24.40-00 11/08/07 G-60.30-00 8/31/07
H-30.10-00 10/12/07 H-60.20-00 9/05/07
H-32.10-00 9/20/07 H-70.10-00 9/05/07
H-60.10-00 9/05/07 H-70.20-00 9/05/07
1-10.10-00 8/31/07 i-30.50-00 11/14/07
1-30.10-00 9/20/07 1-40.10-00 9/20/07
1-30.20-00 9/20/07 1-40.20-00 9/20/07
1-30.30-00 9/20/07 1-50.10-00 9/20/07
1-30.40-00 10/12/07 1-50.20-00 8/31/07
J-lf 6/23/00 J -8b 5/20/04
J-3 8/01/97 J -8c 5/20/04
J -3b 3/04/05 J -8d 5/20/04
J -3c 6/24/02 J -9a 4/24/98
J -3d 11/05/03 J-10 7/18/97
J-5 8/01/97 J-11 a 10/12/07
J -6c 4/24/98 J-11 b 9/02/05
J -6f 4/24/98 J-11 c 6/21/06
J -6g 12/12/02 J-12 11/08/05
J -6h 4/24/98 J -15a 10/04/05
J -7a 9/12/01 J -15b 10/04/05
J -7c 6/19/98 J -16a 3/04/05
J -7d 4/24/98 J -16b 9/20/07
J -8a 5/20/04 J -16c 9/20/07
K-10.20-01 10/12/07 K-26.40-01 10/12/07
K-10.40-00 2/15/07 K-30.20-00 2/15/07
K-20.20-01 10/12/07 K-30.40-01 10/12/07
K-20.40-00 2/15/07 K-32.20-00 2/15/07
K-20.60-00 2/15/07 K-32.40-00 2/15/07
K-22.20-01 10/12/07 K-32.60-00 2/15/07
K-24.20-00 2/15/07 K-32.80-00 2/15/07
K-24.40-01 10/12/07 K-34.20-00 2/15/07
K-24.60-00 2/15/07 K-36.20-00 2/15/07
K-24.80-01 10/12/07 K-40.20-00 2/15/07
K-26.20-00 2/15/07 K-40.40-00 2/15/07
F-40.20-00 10/05/07
F-42.10-00 10/05/07
F-80.10-00 1/23/07
G-70.10-00 10/5/07
G-70.20-00 10/5/07
G-70.30-00 10/5/07
G-95.10-00 11/08/07
G-95.20-00 11/08/07
G-95.30-00 11/08/07
H-70.30-00 9/05/07
1-60.10-00 8/31/07
1-60.20-00 8/31/07
1-80.10-00 8/31/07
J-18 9/02/05
J-19 9/02/05
J-20 9/02/05
J-28.10-00 8/07/07
J-28.22-00 8/07/07
J-28.24-00 8/07/07
J-28.26-00 8/07/07
J-28.30-00 8/07/07
J-28.40-00 8/07/07
J-28.42-00 8/07/07
J-28.45-00 8/07/07
J-28.50-00 8/07/07
J-28.60-00 8/07/07
J-28.70-00 11/08/07
K-40.60-00 2/15/07
K-40.80-00 2/15/07
K-55.20-00 2/15/07
K-60.20-01 11/12/07
K-60.40-00 2/15/07
K-70.20-00 2/15/07
K-80.10-00 2/21/07
K-80.20-00 12/20/06
K-80.30-00 2/21/07
K-80.35-00 2/21/07
K-80.37-00 2/21/07
L-10.10-00 2/21/07 L-40.10-00 2/21/07 L-70.10-00 1/30/07
L-20.10-00 2/07/07 L-40.15-00 2/21/07 L-70.20-00 1/30/07
64
L-30.10-00 2/07/07 L-40.20-00 2/21/07
M-1.20-01 1/30/07 M-5.10-01 1/30/07 M-24.40-01 5/31/06
M-1.40-01 1/30/07 M-7.50-01 1/30/07 M-24.60-02 2/06/07
M-1.60-01 1/30/07 M-9.50-01 1/30/07 M-40.10-00 9/20/07
M-1.80-02 8/31/07 M-11.10-01 1/30/07 M-40.20-00 10/12/07
M-2.20-01 1/30/07 M-15.10-01 2/06/07 M-40.30-00 9/20/07
M-2.40-01 1/30/07 M-17.10-01 1/30/07 M-40.40-00 9/20/07
M-2.60-01 1/30/07 M-20.10-01 1/30/07 M-40.50-00 9/20/07
M-3.10-01 1/30/07 M-20.20-01 1/30/07 M-40.60-00 9/20/07
M-3.20-01 1/30/07 M-20.30-01 1/30/07 M-60.10-00 9/05/07
M-3.30-01 1/30/07 M-20.40-01 1/30/07 M-60.20-00 9/05/07
M-3.40-01 1/30/07 M-20.50-01 1/30/07 M-65.10-00 9/05/07
M-3.50-01 1/30/07 M-24.20-01 5/31/06
65
66
CONTRACT
THIS AGREEMENT, made and entered into in triplicate, this day of , 2008, by and between the City of Yakima,
hereinafter called the Owner, and Columbia Asphalt and Gravel, Inc. a 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:
$535,706.50, for City of Yakima — 2008 Public Works Complex Yard Reconstruction Project, Project No. 2184, all in
accordance with, and as described in the attached plans and specifications and the 2008 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 Forty (40) 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
°8 Sen
this day of°-• 2008.
Attest:
City Clerk
CONTRACTOR
rI�
),'��t , a LUt,'1 Corporation
By:
Contractor
Its
(President, Owner, etc.)
Address: �'� ii `"i >> 3` (
(Print Name)
(x c
BOND #8897327
PERFORMANCE BOND
BOND TO CITY OF YAKIMA
KNOW ALL MEN BY THESE PRESENTS:
That we, the undersigned,
a WASHINGTON
COLUMBIA ASPHALT & GRAVEL, INC.
Corporation as Principal and FIDELITY & DEPOSIT COMPANY OF MARYLAND
corporation organized and existing under the laws of the State of MARYLAND as a surety
corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal
corporations, as surety, are jointly and severally held and firmly bound to the CITY OF YAKIMA in the penal sum of
$ 535,706.50 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 3RD day of SEPTEMBER , 20 08.
Never -the -less, the conditions of the above obligations are such that: n
WHEREAS, pursuant to action taken by the Yakima City Council on Ata0 ST ZS , 20 ay, the City Manager and City Clerk
of the CITY OF YAKIMA has let or is about to let to the said
COLUMBIA ASPHALT & GRAVEL, INC . , the above bounded Principal, a certain contract, the
said contract being numbered 2184 , and providing for 2008 PUBLIC WORKS COMPLEX (which contract
is referred to herein and is made a part hereof as though attached hereto), and, YARD RECONSTRUCTION
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, their employees, agents, and elected or appointed officials, harmless from any damage
occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any sub-
contractor in the performance of said work and shall indemnify and hold the CITY OF YAKIMA, its 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.
(Cy}�itrtor)
By:
\\) (Print Name)
h4 Approved as to Its:
of't .� \1/4(\t,„ �<\\
(President, Owner, etc...)
(City Attorney FIDELITY & DEPOSIT COMPANY OF MARYLAND
t (Surety)
k
By: :4 a. yAE A...._
TRACI SULLIVAN
(Print Name)
its: ATTORNEY—IN—FACT
car '¢H'-"-€7
69
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, . rare set forth on the
reverse side hereof and are hereby certified to be in full force and effect on the date h e by nominate, constitute
and appoint Don W. EMERICK, JR., Lissa M. SHIVELY, Traci S a �jv it y disia: 4 '' KEE, all of Yakima,
Washington, EACH its true and lawful agent and Attorney -i • - . - as• •` , W- • ecu -1 .5 � :'�+ - , for, and on its behalf
as surety, and as its act and deed: any and all bon • .: • , : r `•. ; gs . +.� c �0 such bonds or undertakings in
pursuance of these presents, shall be as 160 A : om • • ,� • . ply, to all intents and purposes, as if they
had been duly executed and ac .,, �e+ , ' e re: o - i ers of the Company at its office in Baltimore, Md., in
their own proper pe . e • .' = p i+ — of ado r• - %Wilk -� . issued on behalf of Don W. EMERICK, JR., Carol KORN,
Jana PERKINS, Lis ' I � 4 "" 'AN, Tammy R. MCKEE, dated April 10, 2003.
The said Assistant ..:« - :�1.es a 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
U
By:
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.
POA -F 180-3127
Maria D. Adamski Notary Public
My Commission Expires: July 8, 2011
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 Vice -President who, executed the said P..e_,of <A,ttolrn„J one .f 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 facs'-^'1e 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 3RD day of SEPTEMBER 2008
Assistant Secretary
MI.:;+SB OF RETAINAGE BOND OF CONTRACTOR
FIDELITY AND DEPOSIT COMPANY OF HARY'L;la
Bond 8897328
KNOW Ar r. MEN EY THESE FFFEENTE ! COLUMBIA ASPHALT & GRAVEL, INC. (her-inafter
called Principal), as Principal, and Fidelity & Deposit Comnany of Maryland
a corporation organized and doing business under and by virtue of the laws cf
the Stat_ of Hartland. and duly licensed for the purpose,of making,
guaranteeing or becoming sole surety upon bonds or undertakings required or
authorized by the laws of the State of Washington. (hereinafter call Surety) ,
are held and firmly bound unto CITY OF YAKIMA xereinafter
called Obligee) In the jest and full sum of TWENTY—SIX THOUSAND SEVEN HUNDRED EIGHTY—
FIVE AND 337100 —($26,785.33) lawful money of the United States of Arica:
for the payment of which, well and truly to be made, we hereby bind ourselves.
our heirs, e tecstars, administrators, successors and assigns. joint'v, firmly,
by these presents.
THE CD fDITIoNs OF TltIS OBLIGATION IRE SUCH TH1I, Whereas, the said
Principal on the dny of entered into a written contract with
the said obligee for 2008 PUBLIC WORKS COMPLEX YARD RECONSTRUCTION — CITY OF
YAKIMA".:PROJECT;21,84hich said contract is hereby referred to and made a par; hereof
by reference.
WiERE8S, the above named Principal has requested release of Retained
percentage earned or which may be earned under said contract, and,
WED3REAS, the obligee is willing to release retained percentage in advance
contract terms relating co payment provided the principal shall file bend
Indemnify the obligee for all loss, cost or damages which the obligee may
sustain by reason of payment of retainage to the principal.
NOW, IOP. the condition of this obligation is such that if the principal
shall Irde.nri_`v the obligee for all loss, cost of damages which the oblig-e
may sustain bvreason of payment of retainage percentage to the principal then
this oblication shall be null and void otherwise to remain in full force and
effect.
of
to
IN WIhESS WHEREOF, said Principal and said Surety have caused these presents
to be duly signed and sealed this 3RD day of SEPTEMBER, 2008
COLUMBIA ASPHALT & GRAVEL, INC.
FIDFLT1l & DEPOSIT COMPANY OF ?G.RYL3ND
Eye /(Q �5��'La_
TRACI SULLIVAN, 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 VI, 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 h= era by nominate, constitute
and appoint Don W. EMERICK, JR., Lissa M. SHIVELY, Traci S �.� �` y +�� KEE, all of Yakima,
Washington, EACH its true and lawful agent and Attorney -i - .. -' - .ecu .1 � ::'i[�^ for, and on its behalf
as surety, and as its act and deed: any and all bon
i . • i ral .. i gs �osuch bonds or undertakings in
pursuance of these presents, shall be as b' 1,41.' u.: -omit ,� .. ply, to all intents and purposes, as if they
had been duly executed and ac •��.,,yyat :' e re; , o ers of the Company at its office in Baltimore, Md., in
their own proper pe .: r pa. - of o - . R Nair . issued on behalf of Don W. EMERICK, JR., Carol KORN,
Jana PERKINS, Lis* - I F:. +F+AN, Tammy R. MCKEE, dated April 10, 2003.
The said Assistant . :y.;:Sgese 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:
Eric D. Barnes
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
By: %
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.
POA -F 180-3127
Maria D. Adamski Notary Public
My Commission Expires: July 8, 2011
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
thA \Tice_President ‘who executeA the cai l Pow, -r of Attnr -y .:rac nne of the aA litinnal Vire-PrPci 1Pnte cnarially anthnri 'ed
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 facs�*n�1P 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 3RD day of SEPTEMBER , 2008 .
Assistant Secretary
ACORDM CERTIFICATE OF LIABILI
TY INSURANCE
DATE (MMIDDIYYYY)
09/03/2008
PRODUCER
(509)965-2090
FAX (509)966-3454
Conover Insurance, Inc.(Y)
125 N. 50th Ave.
P.O. Box 10088
Yakima, WA 98909-1088
INSURED Columbia Asphalt & Gravel, Inc.
Columbia Ready -Mix, Inc.
P.O. Box 9337
Yakima, WA 98909
THIS CERTIFICATE 1S ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERT FICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE
NAIC #
INSURER A: Zurich American Ins. Co
INSURERB: Zurich American Ins. Co.
INSURER C: Ins. Co. of the State of PA
INSURER D:
INSURER E:
GUV tKALitb
I 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.
1 INSR
ADD'L
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE (MMIDD/YY1
POLICY EXPIRATION
DATE IMM/DD(YYl
LIMITS
LTR INSRD
A
I
GENERAL
LIABILITY
COMMERCIAL GENERAL LIABILITY
CP03697348
04/26/2008
04/26/2009
EACH OCCURRENCE
$ 1,000,000
DAMAGE TO RENTED
PRFMISFS (Fa orrnrPnr.P)
$ 300,000
X
MED EXP (Any one person)
$ 10,000
CLAIMS MADE X OCCUR
PERSONAL & ADV INJURY
$ 1,000,000
GENERAL AGGREGATE
$ 2,000,000
PRODUCTS - COMP/OP AGG
$ 2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
POLICY X 578-i,LOC
I
B
INON
AUTOMOBILE
LIABILITY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
-OWNED AUTOS
BAP3697349
04/26/2008
04/26/2009
COMBINED SINGLE LIMIT
(Ea accident)
$
1,000,000
X
BODILY INJURY
(Per person)
$
BODILY INJURY
(Per accident)
$
PROPERTY DAMAGE
(Per accident)
$
I
GARAGE
LIABILITY
ANY AUTO
AUTO ONLY - EA ACCIDENT
$
OTHER THAN EA ACC
$
AUTO ONLY: AGG
$
C
EXCESS/UMBRELLA
LIABILITY
5687089
04/26/2008
04/26/2009
EACH OCCURRENCE
$ 2,000,000
AGGREGATE
$ 2,000,000
X
OCCUR CLAIMS MADE
$
DEDUCTIBLE
RETENTION $
$
A
WORKERS
EMPLOYERS'
ANY
OFFICER/MEMBER
If yes,
SPECIAL
PROPRIETOR/PARTNER/EXECUTIVE
describe
COMPENSATION AND
LIABILITY EMPLOYERS
EXCLUDED?
under
PROVISIONS below
CP03697348
LIAR/STOP GAP
WORK COMP -STATUTORY
04/26/2008
04/26/2009
WC STATU-
TORY IM TS OTH-
ER
E.L. EACH ACCIDENT
$ 1,000,000
E.L. DISEASE - EA EMPLOYEE
$ 1,000,000
E.L. DISEASE -POLICY LIMIT
$ 1, 000 , 000
OTHER
DESCRIPTION
Re:
Yakima,
per
OF OPERATIONS I LOCATIONS / VEHICLES 1 EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS
2008 Public Works Complex Yard Reconstruction - City of Yakima Project No. 2184 - City of
their agents, employees and elected or appointed officials are named as Additional Insured
form U -GL -1175-B CW 3/07 attached.
CERTIFICATE HOLDER
CANCELLATION
City of Yakima
129 N. 2nd Street
Yakima, WA 98901
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL `Xb MAIL
20 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
KIXTXXXXLVOKKAMIXKXWMXXXXXIIMINI4X16XXIQXXIMNICXX
XXX*X0915XMKKYaWatiCtXXXX*XXKX104XXXiXdOWIXXXXXXXXX
AUTHORIZED REPRESENTATIVE
David LaRiviere/TRACIS
ACORD 25 (2001/08)
©ACORD CORPORATION 1988
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 issuing insurer(s), authorized representative or producer, and the certificate holder, nor does 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
ZURICH
Contractors
Policy No.
Exp. Date of Pol.
Date of End.
Agency No,
Addl..Prem.
Return Prem.
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
Named Insured:
Address (including ZIP Code):
This endorsement modifies insurance provided under the:
Commercial General Liability Coverage Part
A. Section II — Who Is An Insured is amended to include as an insured any person or organization who you are re-
quired to add as an additional insured on this policy under a written contract or writtenagreement.
B. The insurance provided to the additional insured person or organization applies only to "bodily injury", "property
damage" or "personal and advertising injury" covered under SECTION I - Coverage A - Bodily Injury And Prop-
erty Damage Liability and Section I - Coverage B - Personal And Advertising Injury Liability, but only with
respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in
part, by:
1. Your acts or omissions; or
2. The acts or omissions of those acting on your behalf; and resulting directly from:
a. Your ongoing operations performed for the additional insured, which is the subject of the written contract or
written agreement; or
b. 'Your work" completed as included in the "products -completed operations hazard", performed for the addi-
tional 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 anyadditional 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 organiza-
tion 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 writtenagreement.
Includes copyrighted material of Insurance Services Office, Inc., with its permission U•GL-1175-B CW (31200'7)
Page 1 of 2
D. The insurance provided to the additional insured person or organization does not apply to:
„Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering or failure to ren-
der any professional architectural, engineering or surveying services including:
1. The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field
orders, change orders or drawings and specifications; and
2. 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 may be an insured in any capacity. This provision does not
apply to insurance on which the additional insured Ls a Named Insured, if the written contract or written agree-
ment requires that this coverage be primary and non contributory.
F. For the coverage provided by this endorsement
1. The following paragraph is added to Paragraph 4.a. of the Other Insurance Condition of Section IV — Com-
mercial General Liability Conditions:
This insurance is primary insurance as respects our coverage to the additional insured person or organization,
where the written contract or written agreement requires that this insurance be primary and non-contributory. In
that event, we will not seek contribution from any other insurance policy available to the additional insured on
which the additional insured person or organization is a Named Insured.
2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV — Com-
mercial General Liability Conditions:
This insurance is excess over:
Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional
insured, in which the additional insured onour policy is also covered as an additional insured by attachment of
an endorsement to another policy providing coverage for the same "occurrence", claim or "suit". This provision
does not apply to any policy in which the additional insured is a Named Insured on such other policy and where
our policy is required by written contract or written agreement to provide coverage to the additional insured on a
primary and non-contributory basis.
G. This endorsement does not apply to an additional insured which has been added to this policy by an endorsement
showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to
that identified additional insured.
Any provisions in this Coverage Part not changed by the terms and conditions of this endorsement continue to apply as
written.
Includes copyrighted material of Insurance Services Office, Inc., with its permission. LI -GL -I175 8 CW (3/2007)
Page 2 of 2
MINIMUM WAGE AFFIDAVIT
STATE OF WASHINGTON)
) ss
COUNTY OF YAKIMA )
I, the undersigned, having been duly sworn, depose, say and certify that in connection with the
performance of the work, payment for which this voucher is submitted, I have paid the following
rate per hour to each classification of laborers, workmen, or mechanics, as indicated upon the
attached list, now referred to and by such reference incorporated in and made an integral part
hereof, for all such employed in the performance of such work; and no laborer, workman or
mechanic so employed upon such work has been paid less than the prevailing rate of wage or
less than the minimum rate of wages as specified in the principal contract; that I have read the
above and foregoing statement and certificate, know the contents thereof and the substance as
set forth therein is true to my knowledge and belief.
Contractor
Subscribed and sworn to before me on this day of , 200
Notary Public in and for the State of
Washington residing at
75
76
PREVAILING WAGE RATES
Department of Labor and Industries Statement
Prevailing Wage Rates for Yakima County
(with Supplemental Wage Rates & Benefit Key Code)
PREVAILING WAGE RATES
The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in the
performance of any part of this contract shall be in accordance with the provisions of Chapter
39.12 RCW, as amended. The rules and regulations of the Department of Labor and Industries
are by reference made a part of this contract as though fully set forth herein. The current
schedule of prevailing wage rates for the locality or localities where this contract will be
performed, as determined by the Industrial Statistician of the Department of Labor and Industries,
are included in these contract documents.
Inasmuch as the contractor will be held responsible for paying the prevailing wages, it is
imperative that all contractors familiarize themselves with the current wage rates, as determined
by the Industrial Statistician of the Department of Labor and Industries, before submitting bids
based on these specifications.
In case any dispute arises as to what are the prevailing rates of wages for work of a similar nature
and such dispute cannot be adjusted by the parties in interest, including labor and management
representatives, the matter shall be referred for arbitration to the Director of the Department of
Labor and Industries of the State and his decision therein shall be final and conclusive and biding
on all parties involved in the dispute as provided for by RCW 39.12.060 as amended.
Current prevailing wage rules and data can be furnished by the Industrial Statistician upon
request. You may submit your request to:
Department of Labor and Industries
ESAC Division
PO Box 44540
Olympia, Washington 98504-4540
Telephone: 360-902-5335
77
State of Washington
DEPARTMENT OF LABOR AND INDUSTRIES
Prevailing Wage Section - Telephone (360) 902-5335
PO Box 44540, Olympia, WA 98504-4540
Washington State Prevailing Wage Rates For Public Works Contracts
The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits.
On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description
of overtime calculation requirements is provided on the Benefit Code Key.
YAKIMA COUNTY
EFFECTIVE 03/02/08
**********************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
ASBESTOS ABATEMENT WORKERS
JOURNEY LEVEL $29.00 1H 5D
BOILERMAKERS
JOURNEY LEVEL $50.33 1C 5N
BRICK AND MARBLE MASONS
JOURNEY LEVEL $36.47 2M 5A
CABINET MAKERS (IN SHOP)
JOURNEY LEVEL $19.24 1
CARPENTERS
ACOUSTICAL WORKER $34.10 1M 5D
BRIDGE, DOCK AND WARF CARPENTERS $43.34 1M 5D
CARPENTER $34.10 1M 5D
CREOSOTED MATERIAL $34.10 1M 5D
DRYWALL APPLICATOR $34.10 1M 5D
FLOOR FINISHER $34.10 1M 5D
FLOOR LAYER $34.10 1M 5D
FLOOR SANDER $34.10 1M 5D
MILLWRIGHT $44.34 1M 5D
PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $43.54 1M 5D
SAWFILER $34.10 1M 5D
SHINGLER $34.10 1M 5D
STATIONARY POWER SAW OPERATOR $34.10 1M 5D
STATIONARY WOODWORKING TOOLS $34.10 1M 5D
CEMENT MASONS
JOURNEY LEVEL $32.59 1N 5D
DIVERS & TENDERS
DIVER $85.75 1M 5D 8A
DIVER TENDER $44.22 1M 5D
DREDGE WORKERS
ASSISTANT ENGINEER $44.59 1T 5D 8L
ASSISTANT MATE (DECKHAND) $44.08 1T 5D 8L
BOATMEN $44.59 1T 5D 8L
ENGINEER WELDER $44.64 1T 5D 8L
LEVERMAN, HYDRAULIC $46.21 1T 5D 8L
MAINTENANCE $44.08 1T 5D 8L
MATES $44.59 1T 5D 8L
OILER $44.21 1T 5D 8L
DRYWALL TAPERS
JOURNEY LEVEL $30.44 1P 5A
ELECTRICAL FIXTURE MAINTENANCE WORKERS
JOURNEY LEVEL $20.99 1
Page 1
YAKIMA COUNTY
EFFECTIVE 03/02/08
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
ELECTRICIANS - INSIDE
JOURNEY LEVEL $46.13 1E 5A
ELECTRICIANS - MOTOR SHOP
CRAFTSMAN $15.37 2A 6C
JOURNEY LEVEL $14.69 2A 6C
ELECTRICIANS - POWERLINE CONSTRUCTION
CABLE SPLICER $56.53 4A 5A
CERTIFIED LINE WELDER $51.64 4A 5A
GROUNDPERSON $37.15 4A 5A
HEAD GROUNDPERSON $39.19 4A 5A
HEAVY LINE EQUIPMENT OPERATOR
$51.x4 4A 5A
JACKHAMMER OPERATOR $39.19 4A 5A
JOURNEY LEVEL LINEPERSON $51.64 4A 5A
LINE EQUIPMENT OPERATOR $43.83 4A 5A
POLE SPRAYER $51.64 4A 5A
POWDERPERSON $39.19 4A 5A
ELECTRONIC TECHNICIANS
ELECTRONIC TECHNICIANS JOURNEY LEVEL $23.40 1
ELEVATOR CONSTRUCTORS
MECHANIC $60.85 4A 6Q
MECHANIC IN CHARGE $66.25 4A 6Q
FABRICATED PRECAST CONCRETE PRODUCTS
CRAFTSMAN $8.72 1
LABORER $8.07 1
FENCE ERECTORS
FENCE ERECTOR $21.64 1
FLAGGERS
JOURNEY LEVEL $27.20 1H 5D
GLAZIERS
JOURNEY LEVEL $22.43 1B 61
HEAT & FROST INSULATORS AND ASBESTOS WORKERS
MECHANIC $23.18 1
HEATING EQUIPMENT MECHANICS
MECHANIC $13.91 1
HOD CARRIERS & MASON TENDERS
JOURNEY LEVEL $29.50 1H 5D
INDUSTRIAL ENGINE AND MACHINE MECHANICS
MECHANIC $15.65 1
INDUSTRIAL POWER VACUUM CLEANER
JOURNEY LEVEL $9.24 1
INSPECTION/CLEANING/SEALING OF SEWER & WATER SYSTEMS BY
REMOTE CONTROL
CLEANER OPERATOR, FOAMER OPERATOR $9.73 1
GROUT TRUCK OPERATOR $11.48 1
HEAD OPERATOR $12.78 1
TECHNICIAN $8.07 1
TV TRUCK OPERATOR $10.53 1
INSULATION APPLICATORS
JOURNEY LEVEL $32.91 1
IRONWORKERS
JOURNEY LEVEL $44.52 10 5A
Page 2
YAKIMA COUNTY
EFFECTIVE 03/02/08
**********************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
LABORERS
ALL CLASSIFICATIONS $18.12 1
LABORERS - UNDERGROUND SEWER & WATER
GENERAL LABORER $29.00 1H 5D
PIPE LAYER $29.50 1H 5D
LANDSCAPE CONSTRUCTION
IRRIGATION OR LAWN SPRINKLER INSTALLERS $9.00 1
LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $15.45 1
LANDSCAPING OR PLANTING LABORERS $9.00 1
LATHERS
JOURNEY LEVEL $34.10 1M 5D
METAL FABRICATION (IN SHOP)
FITTER $12.00 1
LABORER $10.31 1
MACHINE OPERATOR $11.32 1
PAINTER $12.00 1
WELDER $11.32 1
MODULAR BUILDINGS
JOURNEY LEVEL $14.11 1
PAINTERS
JOURNEY LEVEL $20.05 1
PLASTERERS
JOURNEY LEVEL $43.10 1R 5B
PLAYGROUND & PARK EQUIPMENT INSTALLERS
JOURNEY LEVEL $8.07 1
PLUMBERS & PIPEFITTERS
JOURNEY LEVEL $54.24 1Q 5A
POWER EQUIPMENT OPERATORS
ASSISTANT ENGINEERS $42.14 1T 5D 8L
BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER) $44.92 1T 5D 8L
BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YD) $45.41 1T 5D 8L
BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH ATTACHMENTS) $45.96 1T 5D 8L
BACKHOES, (75 HP & UNDER) $44.50 1T 5D 8L
BACKHOES, (OVER 75 HP) $44.92 1T 5D 8L
BARRIER MACHINE (ZIPPER) $44.92 1T 5D 8L
BATCH PLANT OPERATOR, CONCRETE $44.92 1T 5D 8L
BELT LOADERS (ELEVATING TYPE) $44.50 1T 5D 8L
BOBCAT (SKID STEER) $42.14 1T 5D 8L
BROOMS $42.14 1T 5D 8L
BUMP CUTTER $44.92 1T 5D 8L
CABLEWAYS $45.41 1T 5D 8L
CHIPPER $44.92 1T 5D 8L
COMPRESSORS $42.14 1T 5D 8L
CONCRETE FINISH MACHINE - LASER SCREED $42.14 1T 5D 8L
CONCRETE PUMPS $44.50 1T 5D 8L
CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $44.92 1T 5D 8L
CONVEYORS $44.50 1T 5D 8L
CRANES, THRU 19 TONS, WITH ATTACHMENTS $44.50 1T 5D 8L
CRANES, 20 - 44 TONS, WITH ATTACHMENTS $44.92 1T 5D 8L
CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $45.41 1T 5D 8L
WITH ATACHMENTS)
Page 3
YAKIMA COUNTY
EFFECTIVE 03/02/08
**********************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $45.96 1T 5D 8L
WITH ATTACHMENTS)
CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $46.53 1T 5D 8L
WITH ATTACHMENTS)
CRANES, A -FRAME, 10 TON AND UNDER $42.14
21A 1T 5D 8L
CRANES, A -FRAME, OVER 10 TON $44.50 1T 5D 8L
CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $47.09 1T 5D 8L
ATTACHMENTS
CRANES, OVERHEAD, BRIDGE TYPE ( 20 - 44 TONS) $44.92 1T 5D 8L
CRANES, OVERHEAD, BRIDGE TYPE (45 - 99 TONS) $45.41 1T 5D 8L
CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $45.96 1T 5D 8L
CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $45.96 1T 5D 8L
CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $46.53 1T 50 8L
CRUSHERS $44.92 1T 5D 8L
DECK ENGINEER/DECK WINCHES (POWER) $44.92 1T 50 8L
DERRICK, BUILDING $45.41 1T 5D 8L
DOZERS, D-9 & UNDER $44.50 1T 5D 8L
DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $44.50 1T 5D 8L
DRILLING MACHINE $44.92 1T 5D 8L
ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $42.14 1T 50 8L
EQUIPMENT SERVICE ENGINEER (OILER) $44.50 1T 50 8L
FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $44.92 1T 5D 8L
FORK LIFTS, (3000 LBS AND OVER) $44.50 1T 5D 8L
FORK LIFTS, (UNDER 3000 LBS) $42.14 1T 5D 8L
GRADE ENGINEER $44.50 1T 5D 8L
GRADECHECKER AND STAKEMAN $42.14 1T 5D 8L
GUARDRAIL PUNCH $44.92 1T 5D 8L
HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $44.50 1T 5D 8L
HORIZONTAL/DIRECTIONAL DRILL LOCATOR $44.50 1T 50 8L
HORIZONTAL/DIRECTIONAL DRILL OPERATOR $44.92 1T 5D 8L
HYDRALIFTS/BOOM TRUCKS (10 TON & UNDER) $42.14 1T 5D 8L
HYDRALIFTS/BOOM TRUCKS (OVER 10 TON) $44.50 1T 5D 8L
LOADERS, OVERHEAD (6 YD UP TO 8 YD) $45.41 1T 5D 8L
LOADERS, OVERHEAD (8 YD & OVER) $45.96 1T 5D 8L
LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $44.92 1T 5D 8L
LOCOMOTIVES, ALL $44.92 1T 5D 8L
MECHANICS, ALL $45.41 1T 5D 8L
MIXERS, ASPHALT PLANT $44.92 1T 5D 8L
MOTOR PATROL GRADER (FINISHING) $44.92 1T 5D 8L
MOTOR PATROL GRADER (NON -FINISHING) $44.50 1T 5D 8L
MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD $45.41 1T 5D 8L
OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $42.14 1T 5D 8L
OPERATOR
PAVEMENT BREAKER $42.14 1T 5D 8L
PILEDRIVER (OTHER THAN CRANE MOUNT) $44.92 1T 5D 8L
PLANT OILER (ASPHALT, CRUSHER) $44.50 1T 5D 8L
POSTHOLE DIGGER, MECHANICAL $42.14 1T 5D 8L
POWER PLANT $42.14 1T 5D 8L
PUMPS, WATER $42.14 1T 5D 8L
QUAD 9, D-10, AND HD -41 $45.41 1T 5D 8L
REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $45.41 1T 5D 8L
EQUIP
RIGGERANDBELLMAN $42.14 1T 5D 8L
Page 4
YAKIMA COUNTY
EFFECTIVE 03/02/08
**********************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
ROLLAGON $45.41 1T 5D 8L
ROLLER, OTHER THAN PLANT ROAD MIX $42.14 1T 5D 8L
ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $44.50 1T 5D 8L
ROTO -MILL, ROTO -GRINDER $44.92 1T 5D 8L
SAWS, CONCRETE $44.50 1T 5D 8L
SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $44.92 1T 5D 8L
OFF-ROAD EQUIPMENT ( UNDER 45 YD)
SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $45.41 1T 5D 8L
OFF-ROAD EQUIPMENT (45 YD AND OVER)
SCRAPERS, CONCRETE AND CARRY ALL $44.50 1T 5D 8L
SCREED MAN $44.92 1T 5D 8L
SHOTCRETE GUNITE $42.14 1T 5D 8L
SLIPFORM PAVERS $45.41 1T 5D 8L
SPREADER, TOPSIDE OPERATOR- BLAW KNOX $44.92 1T 5D 8L
SUBGRADE TRIMMER $44.92 1T 5D 8L
TOWER BUCKET ELEVATORS $44.50 1T 5D 8L
TRACTORS, (75 HP & UNDER) $44.50 1T 5D 8L
TRACTORS, (OVER 75 HP) $44.92 1T 5D 8L
TRANSFER MATERIAL SERVICE MACHINE $44.92 1T 5D 8L
TRANSPORTERS, ALL TRACK OR TRUCK TYPE $45.41 1T 5D 8L
TRENCHING MACHINES $44.50 1T 5D 8L
TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $44.50 1T 5D 8L
TRUCK CRANE OILER/DRIVER (100 TON & OVER) $44.92 1T 5D 8L
TRUCK MOUNT PORTABLE CONVEYER $44.92 1T 5D 8L
WHEEL TRACTORS, FARMALL TYPE $42.14 1T 5D 8L
YO YO PAY DOZER $44.92 1T 5D 8L
POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & WATER
(SEE POWER EQUIPMENT OPERATORS)
POWER LINE CLEARANCE TREE TRIMMERS
JOURNEY LEVEL IN CHARGE $37.61 4A 5A
SPRAY PERSON $35.73 4A 5A
TREE EQUIPMENT OPERATOR $36.19 4A 5A
TREE TRIMMER $33.68 4A 5A
TREE TRIMMER GROUNDPERSON $25.43 4A 5A
REFRIGERATION & AIR CONDITIONING MECHANICS
MECHANIC $54.24 1Q 5A
RESIDENTIAL BRICK & MARBLE MASONS
JOURNEY LEVEL $29.00 1
RESIDENTIAL CARPENTERS
JOURNEY LEVEL $14.58 1
RESIDENTIAL CEMENT MASONS
JOURNEY LEVEL $11.86 1
RESIDENTIAL DRYWALL TAPERS
JOURNEY LEVEL $19.08 1
RESIDENTIAL ELECTRICIANS
JOURNEY LEVEL $21.98 1
RESIDENTIAL GLAZIERS
JOURNEY LEVEL $22.43 1B 61
RESIDENTIAL INSULATION APPLICATORS
JOURNEY LEVEL $10.00 1
RESIDENTIAL LABORERS
JOURNEY LEVEL $8.07 1
Page 5
YAKIMA COUNTY
EFFECTIVE 03/02/08
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
RESIDENTIAL PAINTERS
JOURNEY LEVEL $13.89 1
RESIDENTIAL PLUMBERS & PIPEFITTERS
JOURNEY LEVEL $15.56 1
RESIDENTIAL SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP) $30.87 1B 5A
RESIDENTIAL SOFT FLOOR LAYERS
JOURNEY LEVEL $17.55 1
RESIDENTIAL TERRAZZO/TILE FINISHERS
JOURNEY LEVEL $17.00 1
ROOFERS
JOURNEY LEVEL $30.18 2P 51
USING IRRITABLE BITUMINOUS MATERIALS $33.18 2P 51
SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP) $42.78 1B 5A
SIGN MAKERS & INSTALLERS (NON -ELECTRICAL)
JOURNEY LEVEL $14.65 1
SOFT FLOOR LAYERS
JOURNEY LEVEL $23.11 1N 5A
SOLAR CONTROLS FOR WINDOWS
JOURNEY LEVEL $8.07 1
SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL $43.50 1R 5Q
STAGE RIGGING MECHANICS (NON STRUCTURAL)
JOURNEY LEVEL $13.23 1
SURVEYORS
CHAIN PERSON $9.25 1
INSTRUMENT PERSON $12.05 1
PARTY CHIEF $15.05 1
TELECOMMUNICATION TECHNICIANS
TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $20.00 1
TELEPHONE LINE CONSTRUCTION - OUTSIDE
CABLE SPLICER $30.66 2B 5A
HOLE DIGGER/GROUND PERSON $17.19 2B 5A
INSTALLER (REPAIRER) $29.41 2B 5A
JOURNEY LEVEL TELEPHONE LINEPERSON $28.53 2B 5A
SPECIAL APPARATUS INSTALLER I $30.66 2B 5A
SPECIAL APPARATUS INSTALLER 11 $30.05 2B 5A
TELEPHONE EQUIPMENT OPERATOR (HEAVY) $30.66 2B 5A
TELEPHONE EQUIPMENT OPERATOR (LIGHT) $28.53 2B 5A
TELEVISION GROUND PERSON $16.31 2B 5A
TELEVISION LINEPERSON/INSTALLER $21.68 2B 5A
TELEVISION SYSTEM TECHNICIAN $25.78 2B 5A
TELEVISION TECHNICIAN $23.19 2B 5A
TREE TRIMMER $28.53 2B 5A
TERRAZZO WORKERS & TILE SETTERS
JOURNEY LEVEL $27.82 2M 5A
TILE, MARBLE & TERRAZZO FINISHERS
FINISHER $23.87 2M 5A
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL $36.40 1K 5A
Page 6
YAKIMA COUNTY
EFFECTIVE 03/02/08
**********************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING lime Holiday Note
Classification WAGE Code Code Code
TRUCK DRIVERS
ASPHALT MIX $14.19 1
DUMP TRUCK $31.56 2G 61
DUMP TRUCK & TRAILER $31.56 2G 61
OTHER TRUCKS $31.56 2G 61
TRANSIT MIXER $31.56 2G 61
WELL DRILLERS & IRRIGATION PUMP INSTALLERS
IRRIGATION PUMP INSTALLER $25.44 1
OILER $9.20 1
WELL DRILLER $18.00 1
Page 7
BENEFIT CODE KEY - EFFECTIVE 03-02-08
************************************************************************************************************************
OVERTIME CODES
OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC
WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE
HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER.
1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE
AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF
TIMES THE HOURLY RATE OF WAGE.
B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF
WAGE.
C. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN
(10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL
OTHER OVERTIME HOURS 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)
HOUR WORKWEEK DAY AND THE FIRST EIGHT (8) HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK
SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL ADDITIONAL HOURS WORKED
AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
E. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT
(8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL
OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND
HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
F. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN
(10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL
OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF
WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE.
G. THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH
CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE
HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH
SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY
RATE OF WAGE.
H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER
CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS
WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
J. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN
(10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL
HOURS WORKED OVER TEN (10) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE
PAID AT DOUBLE THE HOURLY RATE OF WAGE.
K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
L. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS
WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
M. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER
CONDITIONS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED
ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF TIMES
THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE
THE HOURLY RATE OF WAGE.
O. THE FIRST TEN (10) HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY
THROUGH FRIDAY, AND AFTER TEN (10) HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF
WAGE.
P. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) AND SUNDAYS
SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS
SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
1. Q.
BENEFIT CODE KEY - EFFECTIVE 03-02-08
-2-
THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10)
HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS
WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY
RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE
HOURLY RATE OF WAGE.
R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
S. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT
(8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL
OTHER OVERTIME HOURS WORKEDI EXCEPT LABOR DAY, Suer r BE PAID AT DOUBLE THE HOURLY RATE OF
WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE.
T. WORK PERFORMED IN EXCESS OF EIGHT (8) HOURS OF STRAIGHT TIME PER DAY, OR TEN (10) HOURS OF STRAIGHT
TIME PER DAY WHEN FOUR TEN (10) HOUR SHIFTS ARE ESTABLISHED, OR FORTY (40) HOURS OF STRAIGHT TIME
PER WEEK, MONDAY THROUGH FRIDAY, OR OUTSIDE THE NORMAL SHIFT, AND ALL WORK ON SATURDAYS
SHALL BE PAID AT TIME AND ONE-HALF THE STRAIGHT TIME RATE. HOURS WORKED OVER TWELVE HOURS (12)
IN A SINGLE SHIFT AND ALL WORK PERFORMED AFTER 6:00 PM SATURDAY TO 6:00 AM MONDAY AND HOLIDAYS
SHALL BE PAID AT DOUBLE THE STRAIGHT TIME RATE OF PAY. THE EMPLOYER SHALL HAVE THE SOLE
DISCRETION TO ASSIGN OVERTIME WORK TO EMPLOYEES. PRIMARY CONSIDERATION FOR OVERTIME WORK
SHALL BE GIVEN TO EMPLOYEES REGULARLY ASSIGNED TO THE WORK TO BE PERFORMED ON OVERTIME
SITUATIONS. AFTER AN EMPLOYEE HAS WORKED EIGHT (8) HOURS AT AN APPLICABLE OVERTIME RATE, ALL
ADDITIONAL HOURS SHALL BE AT THE APPLICABLE OVERTIME RATE UNTIL SUCH TIME AS THE EMPLOYEE HAS
HAD A BREAK OF EIGHT (8) HOURS OR MORE..
U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES
THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE
HOURLYRATE OF WAGE.
V. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS
DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON
THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE-UP DAYS DUE TO CONDITIONS BEYOND THE
CONTROL OF THE EMPLOYER)) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL
HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
X. THE FIRST FOUR (4) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST
TWELVE (12) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS
SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. WHEN HOLIDAY FALLS ON SATURDAY OR SUNDAY,
THE DAY BEFORE SATURDAY, FRIDAY, AND THE DAY AFTER SUNDAY, MONDAY, SHALL BE CONSIDERED THE
HOLIDAY AND ALL WORK PERFORMED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE
AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
A. THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS
AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOUR? Y RATE OF WAGE.
D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN
ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE-
HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE
PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
F. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE
IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL
BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
BENEFIT CODE KEY - EFFECTIVE 03-02-08
-3-
G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS
WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE
INCLUDING HOLIDAY PAY.
H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS
WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
2. I. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE-
HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE
PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS
WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE,
INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE
HOURLY RATE OF WAGE.
K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO
THE HOLIDAY PAY.
M. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE
OF WAGE.
O. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE.
P. THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SATURDAY AND ALL HOURS WORKED ON
SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
Q. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
4A. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT
DOUBLE
THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT
DOUBLE THE HOURLY RATE OF WAGE.
HOLIDAY CODES
5. A. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY
AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7).
B. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY
AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8).
C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8).
D. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE
FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8).
E. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL
ELECTION DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8).
F. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING
DAY, AND CHRISTMAS DAY (11).
G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE
LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7).
H. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER
THANKSGIVING DAY, AND CHRISTMAS (6).
I. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND
CHRISTMAS DAY (6).
J. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER
THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (7).
BENEFIT CODE KEY - EFFECTIVE 03-02-08
-4-
K. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY
(9).
L. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8).
M. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS AND CHRISTMAS
DAY (9).
N. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS'
DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9).
P. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY
AND SATURDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9).
^ PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,
AND CHRISTMAS DAY (6).
R PAID HOT_ITIAVC• NPW YPAR'C DAY, MPM(IRIAT DAY, TNflPPPNTWNCF DAV TAW P TIAV TT-TANKC(:TVTN( DAY,
DAY AFTER THANKSGIVING DAY, ONE-HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY.(7 1/2). v ..
5. S. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, AND CHRISTMAS DAY (7).
T. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY BEFORE OR
AFTER CHRISTMAS (10).
U. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (8).
V. PAID HOLIDAYS: SIX (6) PAID HOLIDAYS.
W. PAID HOLIDAYS: NINE (9) PAID HOLIDAYS.
X. HOLIDAYS: AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080
HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8).
Y. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION
DAY, THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8).
Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8).
6. A. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8).
B. PAID HOLIDAYS: NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE'S DAY, AND CHRISTMAS DAY (9).
C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND
CHRISTMAS DAY (9).
D. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY BEFORE OR THE DAY
AFTER CHRISTMAS DAY (9).
E. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL
DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS
DAY, AND A HALF-DAY ON CHRISTMAS EVE DAY. (9 1/2).
F. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY,
AND CHRISTMAS DAY (11).
BENEFIT CODE KEY - EFFECTIVE 03-02-08
-5-
G. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING
DAY, CHRISTMAS DAY, AND CHRISTMAS EVE DAY (I I).
H. PAID HOLIDAYS: NEW YEARS DAY, NEW YEAR'S EVE DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A
FLOATING HOLIDAY (10).
1. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING
DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7).
J. PAID HOLIDAYS: NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING
DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A
FLOATING HOLIDAY (9).
L. HOLIDAYS: NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,
THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND
CHRISTMAS DAY. (8)
Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY,
THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8). UNPAID HOLIDAY_
PRESIDENTS' DAY.
T. PAID HOLIDAYS: NEW YEARS DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE
CHRISTMAS DAY, AND CHRISTMAS DAY (9).
U. HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY,
LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE
CHRISTMAS DAY, CHRISTMAS DAY (9).
V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING
DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, AND ONE DAY OF THE
EMPLOYEE'S CHOICE (9).
W. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEARS DAY, PRESIDENTS DAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS
DAY, DAY BEFORE OR AFTER CHRISTMAS DAY (10).
X. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY,
MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING
DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (11).
NOTE CODES
8. A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO
THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET
OR MORE:
OVER 50' TO 100' - $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET
OVER 100' TO 175' - $2.25 PER FOOT FOR EACH FOOT OVER 100 FEET
OVER 175' TO 250' - $5.50 PER FOOT FOR EACH FOOT OVER 175 FEET
OVER 250' - DIVERS MAY NAME THEIR OWN PRICE, PROVIDED IT IS NO LESS THAN THE SCALE LISTED
FOR 250 FEET
C. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO
THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET
OR MORE:
OVER 50' TO 100' - $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET
OVER 100' TO 150' - $1.50 PER FOOT FOR EACH FOOT OVER 100 FEET
OVER 150' TO 200' - $2.00 PER FOOT FOR EACH FOOT OVER 150 FEET
OVER 200' - DIVERS MAY NAME THEIR OWN PRICE
D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL $1.00 PER HOUR.
L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $0.75,
LEVEL B: $0.50, AND LEVEL C: $0.25.
BENEFIT CODE KEY - EFFECTIVE 03-02-08
-6-
M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A & B: $1.00,
LEVELS C & D: $0.50.
N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $1.00,
LEVEL 13: $0.75, LEVEL C: $0.50, AND LEVEL D: $0.25.
9. A. SHIFT DIFFERENTIAL: SWING FROM 4:30 PM TO 1 AM IS WAGE PLUS 17.3%
GRAVEYARD FROM 12:30 AM TO 9:00 AM IS WAGE PLUS 31.4%
B. SHIFT DIFFERENTIAL: SWING FROM 4:30 PM TO 12:30 AM IS WAGE PLUS 10% FOR 7 %= HOURS WORKED
GRAVEYARD FROM 12:30 AM TO 9:00 AM IS WAGE PLUS 15% 7 HOURS WORKED
Washington State Department of Labor and Industries
Policy Statement
(Regarding the Production of "Standard" or "Non-standard" Items)
Below is the department's (State L&I's) list of criteria to be used in determining whether a
prefabricated item is "standard" or "non-standard". For items not appearing on
WSDOT's predetermined list, these criteria shall be used by the Contractor (and the
Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and
fabricators) to determine coverage under RCW 39.12. The production, in the State of
Washington, of non-standard items is covered by RCW 39.12, and the production of
standard items is not. The production of any item outside the State of Washington is not
covered by RCW 39.12.
1. Is the item fabricated for a public works project? If not, it is not subject to RCW
39.12. If it is, go to question 2.
2. Is the item fabricated on the public works jobsite? If it is, the work is covered under
RCW 39.12. If not, go to question 3.
3. Is the item fabricated in an assembly/fabrication plant set up for, and dedicated
primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not,
go to question 4.
4. Does the item require any assembly, cutting, modification or other fabrication by the
supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5.
5. Is the prefabricated item intended for the public works project typically an inventory
item which could reasonably be sold on the general market? If not, the work is covered
by RCW 39.12. If yes, go to question 6.
6. Does the specific prefabricated item, generally defined as standard, have any
unusual characteristics such as shape, type of material, strength requirements, finish,
etc? If yes, the work is covered under RCW 39.12.
Any firm with questions regarding the policy, WSDOT's Predetermined List, or for
determinations of covered and non -covered workers shall be directed to State L&I at
(360) 902-5330.
Supplemental to Wage Rates 1
WSDOT's
Predetermined List for
Suppliers - Manufactures - Fabricator
Below is a list of potentially prefabricated items, originally furnished by WSDOT to
Washington State Department of Labor and Industries, that may be considered non-
standard and therefore covered by the prevailing wage law, RCW 39.12. items marked
with an X in the "YES" column should be considered to be non-standard and therefore
covered by RCW 39.12. Items marked with an X in the "NO" column should be
considered to be standard and therefore not covered. Of course, exceptions to this
general list may occur, and in that case shall be evaluated according to the criteria
described in State and L&I's policy statement.
ITEM DESCRIPTION
YES NO
1.
Metal rectangular frames solid metal covers, herringbone grates,
and bi-directional vaned grates for Catch Basin
Types 1, 1 L, 1P, and 2 and Concrete Inlets. See Std. Plans
2.
Metal circular frames (rings) and covers, circular grates,
and prefabricated ladders for Manhole Types 1, 2, and 3,
Drywell Types 1, 2, and 3 and Catch Basin Type 2.
See Std. Plans
3.
Prefabricated steel grate supports and welded grates,
metal frames and dual vaned grates, and Type 1, 2, and
3 structural tubing grates for Drop Inlets. See Std. Plans.
4.
Concrete Pipe - Plain Concrete pipe and reinforced
concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter.
X
5.
Concrete Pipe - Plain Concrete pipe and reinforced
concrete pipe Class 2 to 5 sizes larger than 60 inch diameter.
X
6.
Corrugated Steel Pipe - Steel lock seam corrugated
pipe for culverts and storm sewers, sizes 30 inch
to 120 inches in diameter. May also be treated, 1 thru 5.
7.
Corrugated Aluminum Pipe - Aluminum lock seam corrugated pipe
for culverts and storm sewers, sizes 30 inch to 120 inches in
diameter. May also be treated, #5.
Supplemental to Wage Rates
L
WSDOT's
Predetermined List for
Suppliers - Manufactures - Fabricator
ITEM DESCRIPTION
YES NO
8. Anchor Bolts & Nuts - Anchor Bolts and Nuts, for
mounting sign structures, luminaries and other items, shall be
made from commercial bolt stock.
See Contract Plans and Std. Plans for size and material type.
X
9. Aluminum Pedestrian Handrail - Pedestrian handrail
conforming to the type and material specifications set forth in the
contract plans. Welding of aluminum shall be
in accordance with Section 9-28.14(3).
)(
10. Major Structural Steel Fabrication - Fabrication of major steel
items such as trusses, beams, girders, etc., for bridges.
X
11. Minor Structural Steel Fabrication - Fabrication of minor steel
Items such as special hangers, brackets, access doors for
structures, access ladders for irrigation boxes, bridge expansion
joint systems, etc., involving welding, cutting, punching and/or
boring of holes. See Contact Plans for item description and shop
drawings.
X
12. Aluminum Bridge Railing Type BP - Metal bridge railing
conforming to the type and material specifications set forth
in the Contract Plans. Welding of aluminum shall be in
accordance with Section 9-28.14(3).
X
13. Concrete Piling--Precast-Prestressed concrete piling for use as 55
and 70 ton concrete piling. Concrete to conform to
Section 9-19.1 of Std. Spec..
�(
14. Precast Manhole Types 1, 2, and 3 with cones, adjustment
sections and flat top slabs. See Std. Plans.
�(
15. Precast Drywell Types 1, 2, and with cones and adjustment
Sections.
See Std. Plans.
X
16. Precast Catch Basin - Catch Basin type 1, 1 L, 1P, and 2
With adjustment sections. See Std. Plans.
)(
Supplemental to Wage Rates
3
WSDOT's
Predetermined List for
Suppliers - Manufactures - Fabricator
ITEM DESCRIPTION
YES NO
17. Precast Concrete Inlet - with adjustment sections,
See Std. Plans
X
18. Precast Drop Inlet Type 1 and 2 with metal grate supports.
See Std. Plans.
X
1Q. Precast Grate Inlet Type 2 with extension and top units.
See Std. Plans
X
20. Metal frames, vaned grates, and hoods for Combination
inlets. See Std. Plans
21. Precast Concrete Utility Vaults - Precast Concrete utility vaults of
various sizes. Used for in ground storage of utility facilities and
controls. See Contract Pians for size and construction
requirements. Shop drawings are to be provided for approval
prior to casting
22. Vault Risers - For use with Valve Vaults and Utilities
Vaults.
X
23. Valve Vault - For use with underground utilities.
See Contract Plans for details.
24. Precast Concrete Barrier - Precast Concrete Barrier for
use as new barrier or may also be used as Temporary Concrete
Barrier. Only new state approved barrier may be used as
permanent barrier.
X
25. Reinforced Earth Wall Panels — Reinforced Earth Wall Panels in
size and shape as shown in the Plans. Fabrication plant has
annual approval for methods and materials to be used.
See Shop Drawing.
Fabrication at other locations may be approved, after facilities
inspection, contact HQ. Lab.
X
26. Precast Concrete Walls - Precast Concrete Walls - tilt -up wall
panel in size and shape as shown in Plans.
Fabrication plant has annual approval for methods and materials
to be used
Supplemental to Wage Rates
4
WSDOT's
Predetermined List for
Suppliers - Manufactures - Fabricator
ITEM DESCRIPTION
YES NO
27.
Precast Railroad Crossings - Concrete Crossing Structure
Slabs.
28.
12, 18 and 26 inch Standard Precast Prestressed Girder —
Standard Precast Prestressed Girder for use in structures.
Fabricator plant has annual approval of methods and materials to
be used. Shop Drawing to be provided for approval prior to
casting girders.
See Std. Spec. Section 6-02.3(25)A
29.
Prestressed Concrete Girder Series 4-14 - Prestressed Concrete
Girders for use in structures. Fabricator plant has annual approval
of methods and materials to be used. Shop Drawing to be
provided for approval prior to casting girders.
See Std. Spec. Section 6-02.3(25)A
30.
Prestressed Tri -Beam Girder - Prestressed Tri -Beam Girders for
use in structures. Fabricator plant has annual approval of
methods and materials to be used. Shop Drawing to be provided
for approval prior to casting girders.
See Std. Spec. Section 6-02.3(25)A
31.
Prestressed Precast Hollow -Core Slab — Precast Prestressed
Hollow -core slab for use in structures. Fabricator plant has annual
approval of methods and materials to be used. Shop Drawing to
be provided for approval prior to casting girders.
See Std. Spec. Section 6-02.3(25)A.
32.
Prestressed -Bulb Tee Girder - Bulb Tee Prestressed Girder for
use in structures. Fabricator plant has annual approval of
methods and materials to be used. Shop Drawing to be provided
for approval prior to casting girders.
See Std. Spec. Section 6-02.3(25)A
33.
Monument Case and Cover
See Std. Plan.
Supplemental to Wage Rates
5
WSDOT's
Predetermined List for
Suppliers - Manufactures - Fabricator
ITEM DESCRIPTION
YES NO
34. Cantilever Sign Structure - Cantilever Sign Structure
fabricated from steel tubing meeting AASHTO-M-183. See Std.
Plans, and Contract Plans for details. The steel structure
shall be galvanized after fabrication in accordance with
AASHTO-M-111.
35. Mono -tube Sign Structures - Mono -tube Sign Bridge
fabricated to details shown in the Plans. Shop drawings for
approval are required prior to fabrication.
X
36. Steel Sign Bridges - Steel Sign Bridges fabricated from steel
tubing meeting AASHTO-M-138 for Aluminum Alloys.
See Std. Plans, and Contract Plans for details. The steel
structure
shall be galvanized after fabrication in accordance
with AASHTO-M-111.
X
37. Steel Sign Post - Fabricated Steel Sign Posts as detailed in Std
Plans. Shop drawings for approval are to be provided prior to
fabrication
X
38. Light Standard -Prestressed - Spun, prestressed, hollow
concrete poles.
X
39. Light Standards - Lighting Standards for use on highway
illumination systems, poles to be fabricated to conform with
methods and materials as specified on Std. Plans. See Specia
Provisions for pre -approved drawings.
X
40. Traffic Signal Standards - Traffic Signal Standards for use on
highway and/or street signal systems. Standards to be fabricated
to conform with methods and material as specified on Std. Plans.
See Special Provisions for pre -approved drawings
X
X
41. Precast Concrete Sloped Mountable Curb (Single and DualFaced)
See Std. Plans.
Supplemental to Wage Rates
6
WSDOT's
Predetermined List for
Suppliers - Manufactures - Fabricator
ITEM DESCRIPTION
YES NO
42.
Traffic Signs - Prior to approval of a Fabricator of Traffic Signs,
the sources of the following materials must be submitted and
approved for reflective sheeting, legend material, and aluminum
sheeting.
NOTE: *** Fabrication inspection required. Only signs tagged
"Fabrication Approved" by WSDOT Sign Fabrication Inspector to
be installed
X X
Custom Std
g
Message MessaSigninge
43.
Cutting & bending reinforcing steel
X
44.
Guardrail components
X X
Custom s Standard
End Sec i Sec
45.
Aggregates/Concrete mixes
Covered by
WAC 296-127-018
46.
Asphalt
Covered by
WAC 296-127-018
47.
Fiber fabrics
X
48.
Electrical wiring/components
49.
treated or untreated timber pile
X
50.
Girder pads (elastomeric bearing)
X
51.
Standard Dimension lumber
X
52.
Irrigation components
X
Supplemental to Wage Rates 7
WSDOT's
Predetermined List for
Suppliers - Manufactures - Fabricator
ITEM DESCRIPTION
YES NO
53.
Fencing materials
54.
Guide Posts
55.
Traffic Buttons
56.
Epoxy
57.
Cribbing
58.
Water distribution materials
j
x
59.
Steel "H" piles
1-
60.
Steel pipe for concrete pile casings
X
61.
Steel pile tips, standard
�(
1
i
62.
Steel pile tips, custom
Supplemental to Wage Rates 8
State of Washington
Department of Labor and Industries
Prevailing Wage Section - Telephone (360) 902 -
PO Box 44540, Olympia, WA 98504-4540
Washington State Prevailing Wage
The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe
benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A
brief description of overtime calculation requirements is provided on the Benefit Code Key.
METAL FABRICATION (IN SHOP)
EFFECTIVE 03-02-2008
******irk******************************************kAAAA*********irk**********************************
Classification Code
(See Benefit Code Key)
Prevailing Overtime Holiday
Wage Code Code
Counties Covered:
ADAMS, ASOTIN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, KITTITAS
LINCOLN, OKANOGAN, PEND ORIELLE, STEVENS, WALLA WALLA AND WHITMAN
FITTER/WELDER $12.76
LABORER $8.13
MACHINE OPERATOR $12.66
PAINTER $10.20
Counties Covered:
BENTON
1
1
1
1
MACHINE OPERATOR $10.53 1
PAINTER $9.76 1
WELDER $16.70 1
1
Counties Covered:
CHELAN
FITTER $15.04 1
LABORER $9.54 1
MACHINE OPERATOR $9.71 1
PAINTER $9.93 1
WELDER $12.24 1
Counties Covered:
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, LEWIS, MASON, PACIFIC
SAN JUAN AND SKAGIT
FITTER/WELDER $15.16 1
LABORER $11.13 1
MACHINE OPERATOR $10.66 1
PAINTER $11.41 1
Supplemental to Wage Rates 9
Classification Code
METAL FABRICATION (IN SHOP)
EFFECTIVE 03-02-2008
(See Benefit Code Key)
Prevailing Overtime Holiday
Wage Code Code
Counties Covered:
CLARK
FITTER $27.80
LABORER $19.52
MACHINE OPERATOR $29.08
PAINTER $25.62
WELDER $27.20
Counties Covered:
COWLITZ
1
1
1
1
1
MACHINE OPERATOR $24.46 1B 6V
PAINTER $24.46 1B 6V
WELDER $24.46 1B 6V
FITTER/WELDER
PAINTER
Counties Covered:
GRANT
$10.79 1
$8.07 1
Counties Covered:
KING
FITTER $15.86 1
LABORER $9.78 1
MACHINE OPERATOR $13.04 1
PAINTER $11.10 1
WELDER 15.48
Counties Covered:
KITSAP
FITTER $26.96 1
LABORER $8.07 1
MACHINE OPERATOR $13.83 1
WELDER $13.83 1
Supplemental to Wage Rates 10
METAL FABRICATION (IN SHOP)
EFFECTIVE 03-02-2008
***** ***** ****************** ****lrk*k**, ** ** **************** **************
Classification Code
(See Benefit Code Key)
Prevailing Overtime Holiday
Wage Code Code
Counties Covered:
KLICKITAT, SKAMANIA, WAHKIAKUM
FITTERMIELDER $16.99 1
LABORER $10.44 1
MACHINE OPERATOR $17.21 1
PAINTER $17.03 1
Counties Covered:
PIERCE
FITTER $15.25 1
LABORER $10.32 1
.MACHINE OPERATOR $13.98 1
WELDER $13.98 1
Counties Covered:
SNOHOMISH
FITTER/WELDER $15.38 1
LABORER $9.79 1
MACHINE OPERATOR $8.84 1
PAINTER $9.98 1
Counties Covered:
SPOKANE
FITTER $12.59 1
LABORER $8.07 1
MACHINE OPERATOR $13.26 1
PAINTER $10.27 1
WELDER $10.80 1
Supplemental to Wage Rates 11
METAL FABRICATION (IN SHOP)
EFFECTIVE 03-02-2008
***********************************AAAAAA***********************************************************
Classification Code
(See Benefit Code Key)
Prevailing Overtime Holiday
Wage Code Code
Counties Covered:
THURSTON
FITTER $24.88 1A 6T
LABORER $16.61 1A 6T
MACHINE OPERATOR $26.9._5 1A 6T
PAINTER $19.72 1A 6T
WELDER $22.81 1A 6T
Counties Covered:
WHATCOM
FITTER/WELDER $13.81 1
LABORER $9.00 1
MACHINE OPERATOR $13.81 1
Counties Covered:
YAKIMA
FITTER $12.00 1
LABORER $10.31 1
MACHINE OPERATOR $11.32 1
PAINTER $12.00 1
WELDER $11.32 1
Supplemental to Wage Rates 12
FABRICATED PRECAST CONCRETE PRODUCTS
EFFECTIVE 03-02-2008
******************************************AAA*******************************************************
Classification Code
(See Benefit Code Key)
Prevailing Overtime Holiday
Wage Code Code
Counties Covered:
ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, LINCOLN,
OKANOGAN, PEND OREILLE, STEVENS, WALLA WALLA AND WHITMAN
ALL CLASSIFICATIONS
ALL CLASSIFICATIONS
$9.96 1
Counties Covered:
CHELAN, KITTITAS, KLICKITAT AND SKAMANIA
8.61 1
Counties Covered:
CLALLAM, CLARK, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KITSAP,LEWIS, MASON,
PACIFIC, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WAHKIAKUM
ALL CLASSIFICATIONS $13.50 1
Counties Covered:
FRANKLIN
ALL CLASSIFICATIONS $11.50 1
Counties Covered:
KING
ALL CLASSIFICATIONS $13.50 2K 5B
Counties Covered:
PIERCE
ALL CLASSIFICATIONS $9.28 1
Counties Covered:
SPOKANE
ALL CLASSIFICATIONS $20.23 1
Counties Covered:
WHATCOM
ALL CLASSIFICATIONS $13.67 1
Counties Covered:
YAKIMA
CRAFTSMAN $8.72 1
LABORER $8.07 1
Supplemental to Wage Rates 13
WSDOT's List of State Occupations not applicable to Heavy and
Highway Construction Projects
This project is subject to the state hourly minimum rates for wages and fringe benefits in
the contract provisions, as provided by the state Department of Labor and Industries.
The following list of occupations, is comprised of those occupations that are not normally
used in the construction of heavy and highway projects.
When considering job classifications for use and / or payment when bidding on, or
building heavy and highway construction projects for, or administered by WSDOT, these
Occupations will be excepted from the included "Washington State Prevailing Wage
Rates For Public Work Contracts" documents.
• Electrical Fixture Maintenance Workers
• Electricians - Motor Shop
• Heating Equipment Mechanics
• Industrial Engine and Machine Mechanics
• Industrial Power Vacuum Cleaners
• Inspection, Cleaning, Sealing of Water Systems by Remote Control
• Laborers - Underground Sewer & Water
• Machinists (Hydroelectric Site Work)
• Modular Buildings
• Playground & Park Equipment Installers
• Power Equipment Operators - Underground Sewer & Water
• Residential *** ALL ASSOCIATED RATES ***
• Sign Makers and Installers (Non -Electrical)
• Sign Makers and Installers (Electrical)
• Stage Rigging Mechanics (Non Structural)
The following occupations may be used only as outlined in the preceding text concerning
"WSDOT's list for Suppliers - Manufacturers - Fabricators"
• Fabricated Precast Concrete Products
• Metal Fabrication (In Shop)
Definitions for the Scope of Work for prevailing wages may be found at the Washington
State Department of Labor and Industries web site and in WAC Chapter 296-127.
Supplemental to Wage Rates 14
Washington State Department of Labor and Industries
Policy Statements
(Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.)
The following two letters from the State Department of Labor and Industries (State L&I)
dated August 18, 1992 and June 18, 1999, clarify the intent and establish policy for
administrating the provisions of WAC 296-127-018 COVERAGE AND EXEMPTIONS OF
WORKERS INVOLVED IN THE PRODUCTION AND DELIVERY OF GRAVEL,
CONCRETE, ASPHALT, OR SIMILAR MATERIALS.
Any firm with questions regarding the policy, these letters, or for determinations of
covered and non -covered workers shall be directed to State L&I at (360) 902-5330.
Effective September 1, 1993, minimum prevailing wages for all work covered by WAC
296-127-018 for the production and/or delivery of materials to a public works contract will
be found under the regular classification of work for Teamsters, Power Equipment
Operators, etc.
Supplemental to Wage Rates 15
ESAC DIVISION - TELEPHONE (206) 586-6887
PO BOX 44540, OLYMPIA, WASHINGTON 98504-4540
August 18, 1992
TO: All Interested Parties
FROM: Jim P. Christensen
Acting Industrial Statistician
SUBJECT: Materials Suppliers - WAC 296-127-018
This memo is intended to provide greater clarity regarding the application of WAC 296-
127-018 to awarding agencies, contractors, subcontractors, material suppliers and other
interested parties. The information contained herein should not be construed to cover all
possible scenarios which might require the payment of prevailing wage. The absence of
a particular activity under the heading "PREVAILING WAGES ARE REQUIRED FOR"
does not mean that the activity is not covered.
Separate Material Supplier Equipment Operator rates have been eliminated. For those
cases where a production facility is set up for the specific purpose of supplying materials
to a public works construction site, prevailing wage rates for operators of equipment
such as crushers and batch plants can be found under Power Equipment Operators.
PREVAILING WAGES ARE REQUIRED FOR:
1. Hauling materials away from a public works project site, including excavated
materials, demolished materials, etc.
2. Delivery of materials to a public works project site using a method that involves
incorporation of the delivered materials into the project site, such as spreading,
leveling, rolling, etc.
3. The production of materials at a facility that is established for the specific, but not
necessarily exclusive, purpose of supplying materials for a public works project.
4. Delivery of the materials mentioned in #3 above, regardless of the method of
delivery.
PREVAILING WAGES ARE NOT REQUIRED FOR:
1. The production of materials by employees of an established materials supplier, in a
permanent facility, as well as the delivery of these materials, as long as delivery
does not include incorporation of the materials into the job site.
2. Delivery of materials by a common or contract carrier, as long as delivery does not
include incorporation of the materials into the job site.
3. Production of materials for unspecified future use.
Supplemental to Wage Rates 16
STATE OF WASHINGTON
DEPARTMENT OF LABOR AND INDUSTRIES
June 18, 1999
TO: Kerry S. Radcliff, Editor
Washington State Register
FROM: Gary Moore, Director
Department of Labor and Industries
SUBJECT: Notice re WAC 296-127-018, Coverage and exemptions of workers
involved in the production and delivery of gravel, concrete, asphalt,
or similar materials
The department wishes to publish the following Notice in the next edition of the
Washington State Register:
NOTICE
Under the current material supplier regulations, WAC 296-127-018, the
department takes the position that prevailing wages do not apply to the
delivery of wet concrete to public works sites, unless the drivers do
something more than just deliver the concrete. Drivers delivering
concrete into a crane and bucket, hopper of a pump truck, or forms or
footings, are not entitled to prevailing wages unless they operate
machinery or use tools that screed, float, or put a finish on the concrete.
This position applies only to the delivery of wet concrete. It does not
extend to the delivery of asphalt, sand, gravel, crushed rock, or other
similar materials covered under WAC 296-127-018. The department's
position applies only to this regulation.
If you need additional information regarding this matter, please contact
Greg Mowat, Program Manager, Employment Standards, at
P.O. Box 44510, Olympia, WA 98504-4510, or call (360) 902-5310.
Please publish the above Notice in WSR 99-13. If you have questions or need
additional information, please call Selwyn Walters at 902-4206. Thank you.
Cc: Selwyn Walters, Rules Coordinator
Patrick Woods, Assistant Director
Greg Mowat, Program Manager
Supplemental to Wage Rates 17
PROPOSAL
Proposal Form
Item Proposal Bid Sheet
Bid Bond Form
Non -Collusion Declaration
Non -Discrimination Provision
Subcontractor List
Women and Minority Business Enterprise Policy
Council Resolution
Affirmative Action Plan
Bidders Certification
Materially and Responsiveness
Proposal Signature Sheet
Bidders Check List
PROPOSAL
To the City Clerk
Yakima, Washington
This certifies that the undersigned has examined the location of:
City of Yakima
2008 Public Works Complex Yard
Reconstruction Project
Public Works Facility - 2301 Fruitvale Blvd.
City Project No. 2184
and that the plans, specifications and contract governing the work embraced in this improvement,
and the method by which payment will be made for said work, is understood. The undersigned
hereby proposes to undertake and complete the work embraced in this improvement, or as much
thereof as can be completed with the money available in accordance with the said plans,
specifications and contract, and the following schedule of rates and prices.
NOTE: Unit prices for all items, all extensions, and total amount of bid, shall be shown, and be
written in ink or typed. Show unit prices in figures only. Figures written to the right of the dot
(decimal) in the dollars column shall be considered as cents.
79
ITEM PROPOSAL BID SHEET
City of Yakima
2008 Public Works Complex Yard
Reconstruction Project
Public Works Facility - 2301 Fruitvale Blvd.
City Project No. 2184
ITEM
NO.
PROPOSAL ITEM
PAYMENT SECTION
QTY.
UNIT
UNIT PRICE
DOLLARS
AMOUNT
DOLLARS
1
SPCC PLAN
1-07.15
1
LS
I-05. Oc)
j-
2
1-09.7 MOBILIZATION
1
LS
i7,600.Lt
1 icco•c
3
PROJECT TEMPORARY TRAFFIC CONTROL
1-10.5
1
LS
}
i 506• Os
q0 �;`�
F� t C3 .�,
4
CLEARING AND GRUBBING
2-01.5
1
LS
!rye
/i
) 500,6-0
5
REMOVAL OF STRUCTURE AND OBSTRUCTION
2-02.5
1
LS
`
i41�•
''�(
1Lf )3O•Of)
6
SAW CUT. PER INCH DEPTH
2-02.5
1,500
LF
,. 55
iot a D. CCCp
iota
7
ROADWAY EXCAVTION INCL. HAUL
2-03.5
3,800
CY
�.
t T
SiGF16 Vo
8
CRUSHED SURFACING TOP COURSE
100
TON
a-,54-04.5
9
CRUSHED SURFACING BASE COURSE
4-04.5
3,510
TON
. u
- X9 i i 0 .00
10
WOVEN POLYPROPYLENE GEOTEXTILE FABRIC
4-04.5
1 1,400
SY
�
i4 , f-7 `�
{ �
E i 6.0D
11
ASPHALT
065ALT TREATED BASE
4-06.5
1,950
TON(A95
( i 5o
13
12
HMA CL. % IN PG64-28 5-04.51,950
TON
; `
9 ckyo
13
PAVEMENT REPAIR
5-04.5
100
SYS
,
79
Q
14
CORRUGATED POLYETHYLENE STORM SEWER PIPE, 12 -IN. DIAM.
7-04.5
70
LF
.V `i
6 q / .60
15
CATCH BASIN, TYPE 1
7-05.5
2
EA
Loo.0.3
3CD. et
16
VANED GRATE FOR CATCH BASIN TYPE 1�V
7-05.5
2
EA
S , 0
17
CONNECTION TO EXISTING STRUCTURE
7-05.5
2
EA
1
6.
ADJU18 7-05.5 ST MANHOLE
2
EA
D-5 ;
5
19
ADJUST VALVE BOX 7-09.5
10
EA
{ a ,a
la 53. 0
20
COMMERCIAL DRIVEWAY APPROACH
8-06.5
2
EA
55. (3D
1,16 L) • CO
21
END, GATE, CORNER AND PULL POST FOR CHAIN LINK FENCE
8-12.5
2
EA
tz 1,b. L.10
\. CO
22
REMOVING AND RESETTING FENCE
8-12.5
90
LF
r�
(3 Oo
5,00,6-e)
23
REMOVING AND RESETTING GATE
8-12.5
1
EA
� t
`7�,�jU
4t ,R,
24
SINGLE CANTILEVERED SLIDE GATE, 44 FT. LENGTH
8-12.5
1
EA
�}
c).S , ba),(-
�2 (3
Addendum 1
Page 5 of 6
8/19/2008
25
REMOVING AND RESETTING BOLLARD
8-12.5
12
EA
I`
11r% U
�
l s[ r t... 11,x}
26
CEMENT CONCRETE PAD, 6 IN. DEPTH
8.14-5
67
SY
39,0c).
`} f �t r
C7�, i `i'70i..,
27
REPAIR OR REPLACEMENT
8-30.5
1
FA
$10,000
$10,000
Addendum 1
TOTAL:
• END OF ADDENDUM NO. 1
$ 5355/ISo
Page 6 of 6 8/19/2008
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
PUBLIC WORKS COMPLEX YARD RECONSTRUCTION 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
21ST
DAY OF AUGUST , .Dgc 2008.
COLUMB SPHA GRAVEL, INC.
144,As k incipal 91-c-a,4�, z•-
FIDEL,y Y & DEPO T COMPANY OF MARYLAND
TRACI SULLIVAN Surety ATTORNEY-IN-FACT
Received return of deposit in the sum of $
,19
Bid Documents 4 05/10/99
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 h- ev . des 'T by nominate, constitute
and appoint Don W. EMERICK, JR., Lissa M. SHIVELY, Traci SKEE, all of Yakima,
Washington, EACH its true and lawful agent and Attorney -i.- .. :. ecu . . , for, and on its behalf
as surety, and as its act and deed: any and all bon ..4 ii °i , 1 ,�'ti`w gs E+.�.' • t o such bonds or undertakings in
pursuance of these presents, shall be as b • . _. �•'
• : om.: +4$ �1 :. mply, to all intents and purposes, as if they
had been duly executed and ac .41. � + „. - 0 �: e re • g: ori*i�ers of the Company at its office in Baltimore, Md., in
their own proper erse.� . , s of .. o,i i$.{ : issued on behalf of Don W. EMERICK, JR., Carol KORN,
Jana PERKINS, Lis ''I F + AN, Tammy R. MCKEE, dated April 10, 2003.
The said Assistant
es'Be eby certify that the extract set forth on the reverse side hereof is a true copy of Article VI,
Section 2, of the By- T 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
By:
Eric D. Barnes Assistant Secretary William J. Mills
Vice President
State of Maryland 1ss:
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.
POA -F 180-3127
,Q
Maria D. Adamski Notary Public
My Commission Expires: July 8, 2011
EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
"Article VI, Section 2. The Chaiiuian 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 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 21ST day of AUGUST L008
Assistant Secretary
NON -COLLUSION DECLARATION
I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the
United States that the following statements are true and correct:
1. That the undersigned person(s), firm, association or corporation has (have) not,
either directly or indirectly, entered into any agreement, participated in any collusion,
or otherwise taken any action in restraint of free competitive bidding in connection
with the project for which this proposal is submitted.
2. That by signing the signature page of this proposal, I am deemed to have signed and
have agreed to the provisions of this declaration.
NOTICE TO ALL BIDDERS
To report bid rigging activities call:
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
NON-DISCRIMINATION PROVISION
During the performance of this contract, the contractor agrees as follows:
(1) The contractor will not discriminate against any employee or applicant for employment
because of race, color, religion, sex, or national origin. The contractor will take affirmative action
to ensure that applicants are employed, and that employees are treated during employment,
without regard to their race, color, religion, sex or national origin. Such action shall include, but
not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or
recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and
selection for training, including apprenticeship. The contractor agrees to post in conspicuous
places, available to employees and applicants for employment, notices to be provided by the
contracting officer setting forth the provisions of this nondiscrimination clause.
*(2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf
of the contractor, state that all qualified applicants will receive consideration for employment
without regard to race, color, religion, sex or national origin.
*(3) The contractor will send to each labor union or representative of workers with which he has a
collective bargaining agreement or other contract or understanding, a notice, to be provided by
the agency contracting officer, advising the labor union or workers' representative of the
contractor's commitments under Section 202 of Executive Order No. 11246 of September 24,
1965, and shall post copies of the notice in conspicuous places available to employees and
applicants for employment.
"(4) The contractor will comply with all provisions of Executive Order No. 11246 of September 24,
1965, and of the rules, regulations, and relevant orders of the Secretary of Labor.
*(5) The contractor will furnish all information and reports required by Executive Order No. 11246
of September 24, 1965, and by the rules regulations, and orders of the Secretary of Labor, or
pursuant thereto, and will permit access to his books, records, and accounts by the contracting
agency and the Secretary of Labor for purposes of investigation to ascertain compliance with
such rules, regulations, and orders.
"(6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this
contract or with any such rules, regulations, or orders, this contract may be canceled, terminated,
or suspended in whole or in part and the contractor may be declared ineligible for further
Government contracts in accordance with procedures authorized in Executive Order No. 11246 of
September 24, 1965, and such other sanctions may be imposed and remedies involved as
provided in Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order of
the Secretary of Labor, or as otherwise provided by law.
"(7) The contractor will include the provisions of Paragraphs (1) through (7) in every subcontract
or purchase order unless exempted by rules, regulations, or orders 01 the Secretary of Labor
issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, so that
such provisions will be binding upon each subcontractor or vendor. The contractor will take such
action with respect to any subcontract or purchase order as the contracting agency may direct as
a means of enforcing such provisions including sanctions for noncompliance:
Provided however, that in the event the contractor becomes involved in, or is threatened with,
litigation with a subcontractor or vendor as a result of such direction by the contracting agency,
the contractor may request the United States to enter into such litigation to protect the interests of
the United States."
87
88
SUBCONTRACTOR LIST
Prepared in compliance with RCW 39.30.060 as amended
(To be submitted with the Bid Proposal)
Failure to list subcontractors who are proposed to perform the work of heating, ventilation and air
conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28
RCW will result in your bid being non-responsive and therefore void.
Subcontractor(s) that are proposed to perform the work of heating, ventilation and air conditioning, plumbing,
as described in Chapter18.106 RCW, and electrical as described in Chapter 19.28 RCW must be listed
below. The work to be performed is to be listed below the subcontractor(s) name.
If no subcontractor is listed below, the bidder acknowledges that it does not intend to use any
subcontractor to perform those items of work.
Subcontractor Name
Item Numbers
Subcontractor Name
Item Numbers
Subcontractor Name
Item Numbers
Subcontractor Name
Item Numbers
Subcontractor Name
Item Numbers
Bid Items to be performed by the Prime Contractor:
Prime Contractor Name ...Alk( k\Okt `r ,t_
Item Numbers I ,, 20 ,, 2 -�
89
90
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
A2
RESOLUTION NO. D - 4 8 1 6
A RESOLUTION adopting a "Women And Minority Business Enterprise
Policy" for the City of Yakima.
WHEREAS, the City of Yakima is the recipient of federal
and state assistance which assistance carries with it the obli-
gation of contracting with. Women And Minority Business Enter-
prises for the performance of public works, and
WHEREAS, it is the intention of the City of Yakima that
Women And Minority Business Enterprises shall have the maximum
practicable opportunity to participate in the performance of
such public works, and
WHEREAS, the City of Yakima is determined to maximize
Women And Minority Business Enterprise opportunities for parti-
cipation in its competitive bidding process through the adoption
of the "Women And Minority Business Enterprise Policy" statement
attached hereto, now, therefore,
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA:
The City Council hereby adopts the "Women And Minority
Business Enterprise Policy", a copy of which is attached hereto
and by reference made a part hereof. ,,Qn
ADOPTED BY THE CITY COUNCIL thisof
1983.
ATTEST:
City Clerk
93
• OatLiQ.
Mayor
AFFIRMATIVE ACTION PLAN
The bidders, contractors and subcontractors will not be eligible for award of a contract under this
Advertisement for Bids unless it certifies as prescribed, that it adopts the minimum goals and
timetable of minority and women workforce utilization and specific affirmative action steps as set
forth by the City of Yakima, This is directed at increasing minority and women workforce
utilization by means of applying good faith efforts to carrying out such steps.
However, no contractor or subcontractor shall be found to be in noncompliance solely on account
of its failure to meet its goals within its timetables, but such contractor shall be given the
opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified
by the City of Yakima, and has made every good faith effort to make these steps work toward the
attainment of its goals, all to the purpose of expanding minority and women workforce utilization
on all of its projects in the City of Yakima, Washington. In all cases, the compliance of a bidder,
contractor or subcontractor will be determined in accordance with its respective obligations under
the terms of these Bid Conditions.
All bidders and all contractors and subcontractors performing or to perform work on projects
subject to these Bid Conditions hereby agree to inform their subcontractors of their respective
obligations under the terms and requirements of these Bid Conditions, including the provisions
relating to goals of minority and women employment and training.
Specific Affirmative Action Steps
Bidders, contractors and subcontractors subject to this contract must engage in affirmative action
directed at increasing minority and women workforce utilization, which is at least as extensive and
as specific as the following steps:
a. The contractor shall notify community organizations that the contractor has
employment opportunities available and shall maintain records of the organizations'
response.
b. The contractor shall maintain a file of the names and addresses of each minority and
women worker referred to him and what action was taken with respect to each such
referred worker, and if the worker was not employed, the reasons therefore. If
suchworker was not sent to the union hiring hall for referral or if such worker was not
employed by the contractor, the contractor's file shall document this and the reasons
therefore.
c. The contractor shall promptly notify the City of Yakima Engineering Division an
Contract Compliance Officer when the union or unions with whom the contractor has
collective bargaining agreement has not referred to the contractor a minority or
woman worker sent by the contractor or the contractor has other information that the
union referral process has impeded him in his efforts to meet his goal.
d. The contractor shall participate in training programs in the area, especially those
funded by the Department of Labor.
e. The contractor shall disseminate his EEO policy within his own organization by
including it in any policy manual; by publicizing it in company newspapers, annual
reports, etc., by conducting staff, employee and union representatives' meetings to
explain and discuss the policy; by posting of the policy; and by specific review of the
policy with minority employees.
f. The contractor shall disseminate his EEO policy externally by informing and
discussing it with all recruitment sources; by advertising in news media, specifically
95
g.
including minority 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.
h. The contractor shall make specific efforts to encourage present minority employees
to recruit their friends and relatives.
i. The contractor shall validate all man specifications; selection requirements, tests, etc.
j.
The contractor shall make every effort to promote after school, summer and vacation
employment to minority youth.
k. The contractor shall develop on-the-job training opportunities and participate and
assist in any association or employer group training programs relevant to the
contractor's employee needs consistent with its obligations under this bid.
I. The contractor shall continually inventory and evaluate all minority and women
personnel for promotion opportunities and encourage minority and women
employees to seek such opportunities.
m. The contractor shall make sure that seniority practices, job classifications, etc., do not
have a discriminatory effect.
n. The contractor shall make certain that all facilities and company activities are non-
segregated.
o. The contractor shall continually monitor all personnel activities to ensure that his EEO
policy is being carried out.
p The contractor Shall solicit bids for subcontracts acts f r UI11 available i i Iii ioi ity and women
subcontractors, engaged in the trades covered by these Bid Conditions, including
circulation of minority and women contractor associations.
q.
Non cooperation: In the event the union is unable to provide the contractor with a
reasonable flow of minority and women referrals within the time limit set forth in the
collective bargaining agreements, the contractor shall, through independent
recruitment efforts, fill the employment vacancies without regard to race, color,
religion, sex or national origin, making full efforts to obtain qualified and/or qualifiable
minorities and women. (The U.S. Department of Labor has held that it shall be no
excuse that the union with which the contractor has a collective bargaining
agreement providing for exclusive referral failed to refer minority or women
employees.) In the event the union referral practice prevents the contractor from
meeting the obligations pursuant to Executive Order 11246 and 23 CFR Part 230 as
amended, and the Standard Specifications, such contractor shall immediately notify
the City of Yakima Engineering Department or the City of Yakima Compliance
Officer.
Q6
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:
&WA A-461,4 ra,YEL
•
(BIDER)
certifies that:
1. It intends to use the following listed construction trades in the work under the contract
Ckij �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:
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.
C--(8ignat "e`of Aut orized Representative of Bidder)
97
98
Materially and Responsiveness
The certification required to be made by the bidder pursuant to these Bid Conditions is material,
and will govern the bidder's performance on the project and will be made a part of his bid. Failure
to submit the certification will render the bid non responsive.
Compliance and Enforcement
Contractors are responsible for informing their subcontractor (regardless of tier) as to their
respective obligations under the conditions of the contract here (as applicable). Bidders,
contractors and subcontractors hereby agree to refrain from entering into any contract or contract
modification subject to Executive Order 11246, as amended on September 24, 1965, with a
contractor debarred from, or who is determined not to be a responsible' bidder for, government
contracts and federally assisted construction contracts pursuant to Executive Order. The bidder,
contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal
opportunity clause including suspension, termination and cancellation of existing subcontracts as
may be imposed or ordered by the administering agency, the contracting agency or the Office of
Federal Contract Compliance pursuant to the Executive Order. Any bidder, or contractor or
subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in
non-compliance with these Bid Conditions and Executive Order 11246, as amended.
Nothing herein is intended to relieve any contractor or subcontractor during the term of its
contract on this project from compliance with Executive Order 11246, as amended, and the Equal
Opportunity Clause of its contract.
Violation of any substantial requirement in the affirmative action plan by a contractor or
subcontractor covered by these Bid Conditions including the failure of such contractor or
subcontractor to make a good faith effort to meet it fair share of the trade's goals of minority and
women workforce utilization, and shall be grounds for imposition of the sanctions and penalties
provided at Section 209 (a) of Executive Order 11246, as amended.
Each agency shall review its contractors' and subcontractors' employment practices during the
performance of the contract. If the agency determines that the affirmative action plan no longer
represents effective affirmative action, it shall so notify the Office of Federal Contract Compliance
which shall be solely responsible for any final determination of that question and the
Consequences thereof.
In regard to these conditions, if the contractor or subcontractor meets its goals or if the contractor
or subcontractor can demonstrate that it has made every good faith effort to meet those goals,
the contractor of the subcontractor shall be presumed to be in compliance with Executive Order
11246, as amended, the implementing regulations and its obligations under these Bid Conditions
and no formal sanctions or proceedings leading toward sanctions shall be instituted unless the
agency otherwise determines that the contractor or subcontractor is not providing equal
employment opportunities. In judging whether a contractor or subcontractor has met its goals, the
agency will consider each contractors or subcontractor's minority and women workforce utilization
and will not take into consideration the minority and women workforce utilization of its
subcontractors. Where the agency finds that the contractor or subcontractor has failed to comply
with the requirement of Executive Order 11246, as amended, the implementing regulations and
its obligations under these Bid Conditions, the agency shall take such action and impose such
sanctions as may be appropriate under Executive Order and the regulations. When the agency
proceeds with such formal action, it has the burden of proving that the contractor has not met the
requirements of these Bid Conditions, but the contractor's failure to meet his goals shall shift to
him the requirement to come forward with evidence to show that he has met the "good faith"
requirements of these Bid Conditions by instituting at least the Specific Affirmative Action steps
listed above and by making every good faith effort to make those steps work toward the
attainment of its goals within its timetables. The pendency of such formal proceedings shall be
99
taken into consideration by Federal agencies in determining whether such contractor or
Subcontractor can comply with the requirements of Executive Order 11246, as amended, and is
therefore a "responsible prospective contractor" within the meaning of the Federal Procurement
Regulations.
It shall be no excuse that the union with which the contractor has a collective bargaining
agreement providing for exclusive referral failed to refer minority and women employees.
The procedures set forth in these conditions shall not apply to any contract when the head of the
contracting or administering agency determines that such contract is essential to the national
security and that its award without following such procedures is necessary to the national
security. Upon making such a determination, the agency head will notify, in writing, the Director of
the Office of Federal Contractor Compliance within thirty days.
Requests for exemptions from these Bid Conditions must be made in writing, with justification, to
the:
Director
Office of Federal Contractor Compliance
U.S. Department of Labor
Washington, D.C. 20210
and shall be forwarded through and with the endorsement of the agency head. Contractors and
subcontractors must keep such records and file such reports relating to the provisions of these
Bid Conditions as shall be required by the contracting or administering agency or the Office of
Federal Contractor Compliance.
100
PROPOSAL
2008 Public Works Complex Yard Reconstruction Project, Phases 1 & 2
City Project No. 2184
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 IN THE AMOUNT OF
CASHIER'S CHECK 0 DOLLARS
CERTIFIED CHECK
PROPOSAL BOND
❑ ($ ) PAYABLE TO THE STATE TREASURER
EA IN THE AMOUNT OF 5% OF THE BID
"Receipt is hereby acknowledged of addendum(s) No.(s)
5t -IFA "LifC5- 2-C)63
PHONE NUMBER
SIGNATURE OF AUTHORZ °� OFFICIAL(s)
f '
w . E ,✓j K>
FIRM NAME A-(*vA. )tt`\ i�, Y c bat.l`i'�
(ADRESS) k f`L- S t
.\C\
STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER e L.. 1 yL t
Note:
FEDERAL ID No.
ISI (i 1 D1316[14-IIoIti
WA STATE EMPLOYMENT SECURITY REFERENCE NO. 44\ - D2.2 OCA
(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.
101
102
BIDDER'S CHECK LIST
The bidder's attention is especially called to the following forms, which must be executed, as
required, and submitted on the form purchased from the City and bound in the Contract
Documents:
A. PROPOSAL
The unit prices, extensions and total amounts bid must be shown in the spaces
provided.
B. BID BOND ACCOMPANYING BID
This Bid Bond form is to be executed by the bidder and the surety company unless
bid is accompanied by a certified check. The amount of this bond shall be not less
than 5% of the total amount bid and may be shown in dollars or on a percentage
basis.
C. SUBCONTRACTOR LIST
The form must be filled in. Failure to provide this information at time of bid WILL NOT
render the bid non-responsive.
D. BIDDER'S CERTIFICATION
E. PROPOSAL SIGNATURE SHEET
Must be filled in and signed by the bidder.
F. MBE/WBE FORM
It is requested that The Bidder's Certification of the "Affirmative Action Profile" in the
MBE/WBE Form be filled in and signed by the bidder. 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 is to be executed by the successful bidder.
B. PERFORMANCE BOND
To be executed by the successful bidder and his/her surety company.
C. CERTIFICATE OF INSURANCE
Refer to attached Informational Certificate of Insurance and Additional Insured
Endorsement. Also refer to Section 1-07.18 (APWA) of the Standard Specifications
and Special Provisions.
D. DOT Form 420-004EF
Refer to Required Contract Provisions Federal -Aid Construction Contracts FHWA-
1273.
103
PLANS & DETAILS
Project Details
Standard Plans
Traffic Control Plan (Informational Copy)
Construction Plans
EXISTING PAVEMENT - DEPTH VARIES
ASPHALT CONCRETE PATCH
LIMITS
EXCAVATION UNE
APPLY CSS -1 & SAND TO
SEAL THE SURFACE JOINTS.
APPLY CSS -1 TO EDGES OF
REPAIR SECTION AND TO SURFACE
OF CONCRETE, IF OVERLAYED.
/
ALTERNATE BACK SLOPE AT CONTRACTORS
OPTION AND AT NO ADDITIONAL COST TO THE
CITY OF YAKIMA
HMA CLASS "A" 0 1.5 TIMES DEPTH OF EXISTING
ASPHALT. 3" MINIMUM COMPACTED DEPTH IN 2 EQUAL LIFTS.
(OR AS APPROVED BY THE CITY ENGINEER)
6" CSBC (COMPACTED DEPTH)
ASPHALT CONCRETE SURFACED
EXISTING SURFACE - DEPTH VARIES
GRAVEL SURFACE PATCH
1'-0"
LIMITS
EXCAVATION LINE
1,-0"
Q
1'-0"
(MIN)
/
2" CSTC (COMPACTED DEPTH)
GRAVEL SURFACED
UNSURFACED AREAS PATCH
/-\
vv
/(1ALTERNATE BACK SLOPE AT CONTRACTORS
f- OPTION AND AT NO ADDITIONAL COST TO THE
CITY OF YAKIMA
EXISTING GROUND
ALTERNATE BACK SLOPE AT CONTRACTORS
/�- OPTION AND AT NO ADDITIONAL COST TO THE
CITY OF YAKIMA
12" MINIMUM (COMPACTED DEPTH) NATIVE MATERIAL FREE FROM
ROCKS. STORE IN STOCKPILE WHEN REMOVED DURING TRENCHING.
UNSURFACED AREAS
NOTE
1. CONTRACTOR SHALL BE RESPONSIBLE FOR ALL SURFACE RESTORATION
INCLUDING WIDER REPAIR SECTIONS RESULTING FROM ALTERNATE BACK
SLOPE AT TRENCH SIDES.
APPROVED: 1.5.2005
CITY OF YAKIMA - STANDARD DETAIL
SURFACE REPAIR
R14
SEE DETAIL R24 FOR TRENCH PATCHING
EXCAVATION"
\<
PAYMENT LINE
FOR PIPES 15 INCHES AND UNDER
I.D. + 30 INCHES
•
ti
of
SUITABLE EARTH FOUNDATION
(SEE NOTE)
NATIVE MATERIAL SHALL BE USED FOR
BACKFILL UNLESS OTHERWISE DIRECTED
BY THE ENGINEER.
CRUSHED SURFACING TOP COURSE
SHALL BE USED FOR BEDDING MATERIAL
UNLESS OTHERWISE DIRECTED BY
THE ENGINEER.
UNSUITABLE FOUNDATION MATERIAL SHALL
BE REPLACED WITH GRAVEL BACKFILL FOR
FOUNDATIONS CLASS B.
TYPICAL TRENCH SECTION
City of Yakima — Engineering Division
APPROVED: 2.10.99
CITY OF YAKIMA - STANDARD DETAIL
TYPICAL TRENCH DETAIL
S4
CONCRETE APRON
7' MIN. OR TO R/W LINE
(WHICHEVER IS GREATER)
RP
-- 15(MIN) -
PREFERRED RAMP
CONFIGURATION
WIDTH PER YMC 8.64.070
SEE PLANS
A
.•.....................
RP
(')--
ALTERNATE RAMP
CONFIGURATION
.............................
CONCRETE
JOINT MATERIAL
VALLEY GUTTER
SURFACING
A
.......'..'.''..•..•.''''•'
• '''..'.......
FLOW LINE
VALLEY GUTTER
TO FLOW LINE
11" kill -
3'
VALLEY GUTTER
SECTION A
MIN. 4" COMPACTED DEPTH
CRUSHED SURFACING, TOP COURSE
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
R09
1/2" R
N
5 1/2"
v-1" R
—1" BATTER/1/2" R
:;:.
..m •
1" R
18"
CEMENT CONCRETE BARRIER CURB
1/2" R_
I 1
6 1/g
n
iv
18"
CEMENT CONCRETE DEPRESSED CURB
FLOW
1/2" R LINE
16" R
1/2" R I— 9/16"
0
f
CEMENT CONCRETE ROLLED CURB
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.
2 1/2" —.
1/2" R
1" R
5/8" REBAR ® 10' 0.0
10"
�-- 2 1/2"
1/2" R
CEMENT CONCRETE EXTRUDED CURB
25"
1/2" R
FLOW
LINE
■
11"
1/2" RA
r 9/16"
6"
CEMENT CONCRETE VALLEY GUTTER
R
CEMENT CONCRETE
in a SIDEWALK
l..
to
BOND BREAKER
CEMENT CONCRETE PEDESTRIAN CURB
CURB TERMINAL END
APPROVED: 1.5.2005
CITY OF YAKIMA - STANDARD DETAIL
CEMENT CONCRETE CURB
R01
RP
11'
CEMENT CONCRETE
PEDESTRIAN CURB
3/8" EXPANSION
JOINT (TYP)
L
RAMP - TYPE 1
11'
rr
DEPRESSED CURB
SECTION
CEMENT CONCRETE
SIDEWALK
DETECTABLE WARNING PATTERN
(TRUNCATED DOMES)
SECTION A
ISOMETRIC VIEW
NOTES
CEMENT CONCRETE
PEDESTRIAN CURB
RP
/I
3/8" EXPANSION
JOINT (TYP)
RAMP - TYPE 2
5'
DEPRESSED CURB
SECTION
CEMENT CONCRETE
PEDESTRIAN CURB
CEMENT CONCRETE SIDEWALK
DETECTABLE WARNING PATTERN
(TRUNCATED DOMES)
SECTION B
ISOMETRIC VIEW
1. THIS DETAIL INDICATES MINIMUM SIZE, SIDE SLOPE, AND PATTERN REQUIREMENTS FOR ACCEPTABLE HANDICAP ACCESS RAMPS.
STYLE, NUMBER, AND LOCATION OF RAMPS WILL DEPEND ON SITE CONDITIONS. (CROSSWALK SEPARATION, CURB RADIUS, ETC.)
AND SHALL BE INSTALLED ACCORDING TO THE PROJECT SITE PLAN APPROVED BY THE CITY ENGINEER.
2. CURB RAMPS WILL NOT BE POURED INTEGRAL WITH THE SIDEWALK OR CURB & GUTTER, AND SHALL BE ISOLATED BY EXPANSION
JOINT MATERIAL ON ALL SIDES BUT NOT AT THE END OF THE RAMP ADJACENT TO THE CURB.
RP
- - - -
` I 3/8" EXPANSION
JOINT (TYP)
mumw
r444
RAMP - TYPE 3
5'
4'
2'
rr
RAMP
1
LANDING
25
DEPRESSED CURB
SECTION
CEMENT CONCRETE SIDEWALK
DETECTABLE WARNING PATTERN
(TRUNCATED DOMES)
SECTION C
ISOMETRIC VIEW
3. AVOID PLACING DRAINAGE STRUCTURES, JUNCTION BOXES OR OTHER OBSTRUCTIONS IN FRONT
OF RAMP ACCESS AREAS.
4. DETECTABLE WARNING PATTERNS SHALL BE CREATED AS SPECIFIED BY VANGUARD ADA SYSTEMS OF
AMERICA, SNOHOMISH, WA AND SHALL BE AS NON SKID AS THE SURROUNDING PEDESTRIAN SURFACES.
5. RAMP SLOPES SHALL NOT BE STEEPER THAN 12H:1V.
APPROVED: 1.5.2005
CITY OF YAKIMA - ENGINEERING DIVISION
SIDEWALK RAMPS
R11
EXPIRES AUGUST 9. 2007
0
z
m
LONGITUDINAL BUFFER SPACE = B
POSTED SPEED (MPH)
25
30
35
40
45
50
55
80
LENGTH B (FEET)
155
200
250
305
360
425
495
570
BUFFER DATA
TYPICAL PROTECTIVE VEHICLE WITH TMA (SEE NOTE 1)
VEHICLE TYPE
LOADED WEIGHT
4 YARD DUMP TRUCK
SERVICE TRUCK,
FLAT BED, ETC.
MINIMUM WEIGHT 15,000 LBS.
(MAXIMUM WEIGHT SHALL BE
IN ACCORDANCE WITH MANU-
FACTURER RECOMMENDATION)
OROLL AHEAD STOPPING DISTANCE = 30 FEET MIN.
(DRY PAVEMENT ASSUMED)
END
ROAD WORK
MINIMUM TAPER LENGTH = L (FEET)
LANE WIDTH
(FEET)
25
30
POSTED
35
SPEED
40
45
MPH)
50
55
60
10
105
150
205
270
450
500
550
-
11
115
165
225
294
495
550
605
680
12
125
180
245
320
540
600
660
720
CHANNELIZING DEVICE SPACING
POSTED SPEED
IN TAPER
IN TANGENT
(MPH)
(FEET)
(FEET)
50 / 70
40
80
36 / 45
30
80
25 / 30
20
40
G20 -2A
OR
DOWNSTREAM TAPER TO
SHOW END OF WORK AREA - SEE NOTE 7
100'
SIGN SPACING = X (1)
RURAL HIGHWAYS 80/65 MPH
800't
RURAL ROADS 45 / 55 MPH
500' ±
RURAL ROADS & URBAN ARTERIALS 35 / 40 MPH
350' ±
RURAL ROADS, URBAN ARTERIALS, 25 / 30 MPH
RESIDENTIAL & BUSINESS DISTRICTS
200' t (2)
URBAN STREETS 25 MPH OR LESS
100' ± (2)
ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE
(1) ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE
RAMPS, AT -GRADE INTERSECTIONS, AND DRIVEWAYS.
(2) THIS SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT
ROADWAY CONDITIONS.
W20 -5R
W4 -2L
- COMPLIANCE DATE 1223/13
W20-1
L
x
SEE NOTE 5
SEE STANDARD PLAN K-24.20 FOR
ALTERNATE ENCROACHMENT
LEGEND
El QS ti
Eca
I PCMSI
h>>
SIGN LOCATION
CHANNELIZING DEVICES
PROTECTIVE VEHICLE - RECOMMENDED
PORTABLE CHANGEABLE MESSAGE SIGN
ARROW PANEL
PCMS
SAMPLE MESSAGE
1
2
LANE
CLOSED
ONE
MILE
AHEAD
1.5 SEC
1.5 SEC
F ELD LOCATE 1 MILE t, N
ADVANCE OF LANE CLOSURE
N
a
NOTES
1. A Protective Vehicle is recommended regardless if a Truck
Mounted Attenuator (TMA) is available; a work vehicle may
be used. When no TMA is used, the Protective Vehicle
shall be strategically located to shield workers, with no
specific Roll -Ahead distance.
2. Devices shall not encroach Into adjacent lanes,
3. Extend device taper (U3) across shoulder recommended.
4. Portable Changeable Message Sign (PCMS)
— recommended.
5. Use Transverse Devices in closed lane every 1000' ±
— recommended.
6. Traffic Safety Drums for all tapers on high speed roadway
— recommended.
7. Channelizing Device spacing for the downstream taper
option shall be 20' O.C.
8. For signs size refer to Manual on Uniform Traffic Control
Devices (MUTCD) and WSDOT Sign Fabrication Manual
M55-05.
FOR LOCAL AGENCY USE ONLY
NOT FOR USE ON STATE ROUTES
IIIA
!MI
SINGLE LANE CLOSURE
ON MULTILANE ROADWAY
STANDARD PLAN K-24.60-00
SHEET 1 OF 1 SHEET
APPROVED FOR PUBLICATION
Ken L. Smith 02-15-07
#TATE DE6roN ENa1NE. MTE
Waddnolan 555. D.pernn.nf or Tnnuporfallon
Tap Hinge 14" or 20'
1180° Swing)
♦♦oma.♦♦♦♦♦♦♦♦♦♦♦♦♦♦ i1� 1►
4i ‘♦♦�♦♦♦♦♦♦♦♦♦♦♦♦moi♦♦ I i► •
V*s_.• �i ���♦ '♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦iii♦♦♦�
41
♦♦♦♦♦♦�♦�o��♦�♦•j ii♦♦♦♦♦♦♦♦:♦: ♦♦♦♦♦♦♦♦♦♦♦•
♦♦.-
♦:♦:♦.♦.ice.♦:♦:♦:♦:♦:♦.�i !�♦-♦-♦-♦-♦
♦�_i�i�♦�♦�`I411 ♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦�♦�♦i �♦ F abr i c �♦♦♦ stretcher � ♦�♦i i ♦ ♦♦♦♦♦
I��♦♦♦♦♦♦♦♦♦♦ ��♦♦♦ Band ♦♦ Bar ♦♦♦� ♦� III ��.n�
11 II�♦♦♦♦ ,-I♦♦ ♦♦♦♦♦*♦♦♦•♦ ♦♦♦♦♦ Imo♦♦♦♦♦♦♦♦Q.♦♦♦♦♦ !II ►
4 . .♦♦♦♦♦.,*-• ♦♦♦♦♦♦♦♦�♦♦♦♦♦�•♦♦♦•♦ '♦♦♦♦j♦♦♦♦♦♦♦♦♦♦♦s,, ��
♦to �♦♦ fr
�:♦♦♦♦♦♦�♦♦:���♦♦:����♦♦:�•: 1 ♦♦♦ ♦:♦♦�♦♦:♦♦•♦:♦�♦�♦�♦�♦i♦♦:♦4,, 4". 6 a.
��41 � A: ur�rmut uru ur��rx> �,w -«� m.r �� A
lir �� n l 8"" I l l
1
< 12" Round Section
A
m
a
a
Bottom Hinge
1180° Swing)
12" Round Section
12" Round Section
Top Hinge
190° Swing)
MIAMI j I 10 VA r'♦-_�=�-� � 1, Taj �000041
4) ♦♦♦♦♦♦♦♦1�♦♦♦♦•I
,1 ,♦♦♦♦♦♦♦♦♦♦♦♦ ♦♦♦♦♦♦•II �t
4'—♦•►♦♦♦♦♦♦♦♦♦♦� ♦♦♦r' -,
< ♦ Stretcher
____0. * 14, _ Fabr i c Bor ... _ ...
�' •Band I '�Tm7d�=
♦♦♦♦♦♦1 `♦♦♦%,♦♦♦♦♦♦♦♦♦♦♦♦III
♦��•
. 4.X41=
Ill Bottom Hinge
li, -. I (90° Swing) 1:
I• I is
Il
12- Round Section
oa
0
a
T
Y
os
as
T
_ 3' - Types 1 & 3
2' - Types 4 & 6
•
NOTES:
1. Fence fabric shall be secured to gate
frames with knuckled selvage along top
edge for Types 4 & 6 chain link fence
installations.
2. Minimum post length:
Types 1 & 3 8'- 8"
v Types 4 & 6 8"- 6-
v
a
3' - Types 1 & 3
2' - Types 4 & 6
CHAIN LINK GATES
T LOCA TION
Public Works Complex Yard Reconstruction
Public Works Facilities - Fruitvale Boulevard
City of Yakima Project No. 2184
MINN
hie
gnu::1::,;::
w1"mmigo* %lkIikili"isei ELF-im iilli mum '1.21 `iii
II MI
h-tyG � ail u�u �u� wu ��YY!Y7
1�'suI IIIIIIIIJ� \ �t1ahl
"u°_'•ill �_'
`E\.1•
VICINITY MAP
NOT TO SCALE
Yakima
kre1231
All -America City
'1111'
1994
PLAN DISCLAIMER
W
z
W
1--
CV
0
z
UNDERGROUND FEATURES SHOWN HEREON REPRESENT
BEST AVAILABLE INFORMATION AS OBTAINED FROM LOCAL
RECORDS AND VIS/BLE SURFACE EVIDENCE. THE CONTRACTOR
IS CAUTIONED TO VERIFY THE LOCATION AND DEPTH OF ALL
UNDERGROUND FAC/LIT/ES. STATE LAW REQUIRES THAT ALL
EXCAVATION WORK MUST BE PROCEEDED BY NOTIFICATION TO
ALL OWNERS OF UNDERGROUND FACILITIES THROUGHA ONE
NUMBER LOCATOR SERVICE: 1-800-553-4344
•
'
EXPIRES 1 0/1 3/2009
City Of Yakima - Engineering Division
129 North Second Street Yakima, Washington
i
o
1
S
+ + y + r — + - AREA T® BE GR/CDED AND` Y + t A + - + + -
+. ++.- + .
f+++--GRAVEL'+EDIJTILIZINGTHE++t- 4- + �`+ �+
3 \- +. `+ +.
LTi'+O`F+`7'AKhMA_RAVELt_+ f+ _yf��DA : t
+
P:TCH-SANDARD
++.
+ + r ++++ + 4- +
\ - . + - + ++ +
—4. + ++ y+
+'�+ 4- + + . + + + ++
+> ++
+
_ ++ 't '+-'+ .
++— + — +— .++ : + + —r
+ + 4- -4- + - + + + +
-
— +�. +— + + T
—TS
\++ f
—
WV
INSTALL NEW TYPE 1
CATCH BASIN w/ FRAME
& GRATE PER CITY STD.
LA
N
INSTALL NEW TYPE 1 CATCH BASIN
w/ FRAME & GRATE PER CITY STD.
CONNECT TO EXISTING DRAIN PIPE.
MODIFY CURB & GUTTER AS
NECESSARY.
PLANTER
BUILDING
CONNECT TO EXISTING
CATCH BASIN
CONSTRUCTION NOTES:
LAWN
e
1. ALL ASPHALT AND CONCRETE EDGES ARE TO BE
SAW CUT TO NEAT LINE.
2. FUEL PUMP ARE TO ACCESSIBLE AND USABLE AT
ALL TIMES UNLESS OTHERWISE APPROVED BY THE CITY ENGINEER.
3. CONTRACTOR TO ADJUST ALL UTILITY RISERS TO FINISHED GRADE
PER CITY STANDARDS.
DATE
REVISION
FRUITVALE ENTRANCE -
DESIGN DETAILS - SEE SHEET
5 OF 5 THESE PLANS.
BY
City Of Yakima
Engineering Division
129 North Second Street r aLee , Washington
Public Works Complex Yard Reconstruction
Public Works Facilities - Fruitvale Boulevard
PHASE 1 - FRUITVALE ENTRANCE & SOUTH LOT
City of Yakima Project No. 2184
EXPIRES 10/13/2009
Project Eng: Dford
2
Horiz. Scale = 1"=30'
Vert. Scale = NONE
5
MATCH LINE B -B
N
•
+ — + -t
+ -
+ + + + . 4- + —
4-+ — + + — + + + + +
CONSTRUCTION NOTES:
1. ALL ASPHALT AND CONCRETE EDGES ARE TO BE
SAW CUT TO NEAT LINE.
2. FUEL PUMP ARE TO ACCESSIBLE AND USABLE AT
ALL TIMES UNLESS OTHERWISE APPROVED BY THE CITY ENGINEER.
3. CONTRACTOR TO ADJUST ALL UTILITY RISERS TO FINISHED GRADE
PER CITY STANDARDS.
$-1-a°.)
EXPIRES 10/13/2009
DATE
REVISION
BY
City Of Yakima
Engineering Division
129 North Second Street Yakima. Wash ngton
Public Works Complex Yard Reconstruction
Public Works Facilities - Fruitvale Boulevard
PHASE 1 - FRUITVALE ENTRANCE & SOUTH LOT
City of Yakima Project No. 2184
Project Eng: Dford
Horiz. Scale = 1"=30'
Vert. Scale = NONE
3
5
l
MATCH LINE B -B
tqbi
1
00
_ _
W
CONSTRUCT COMMERCIAL
DRIVEWAY APPROACH PER
CITY OF YAKIMA STANDARDS
D
Z
_N
CONSTRUCTION NOTES:
1. ALL ASPHALT AND CONCRETE EDGES ARE TO BE
SAW CUT TO NEAT LINE.
2. FUEL PUMP ARE TO ACCESSIBLE AND USABLE AT
ALL TIMES UNLESS OTHERWISE APPROVED BY THE CITY ENGINEER.
3. CONTRACTOR TO ADJUST ALL UTILITY RISERS TO FINISHED GRADE
PER CITY STANDARDS.
HSVM
INSTALL SECURE LOCKING
PERMANENT GATE PER CITY
ENGINEERS APPROVAL.
X
EXPIRES 10/13/2009
SAW CUT AND PATCH
EXISTING ASPHALT TO
MATCH.
yk DATE
REVISION
BY
City Of Yakima
Engineering Division
129 North Second Street r akin a. Washington
Public Works Complex Yard Reconstruction
Public Works Facilities - Fruitvale Boulevard
PHASE 1 - FRUITVALE ENTRANCE & SOUTH LOT
City of Yakima Project No. 2184
Project Eng: Dford
4
Horiz. Scale= 1"=30'
Vert. Scale = NONE
5
TC EL
97.16
SAW CUT AND PATCH
EXISTING ASPHALT TO
MATCH.
TC EL
96Q85 TC EL
off► 196.54
CONSTRUCT COMMERCIAL
DRIVEWAY APPROACH PER
CITY OF YAKIMA STANDARDS
5
,ATC EL
96.23
TC EL
96.44
5
x
L
x--x�
INSTALL NEW TYPE 1 CATCH BASIN
w/ FRAME & GRATE PER CITY STD,
TC EL: 96.31
RIM EL: 96.81
IE OUT: 95.00
100
90
CONNECT TO EXISTING
CATCH BASIN
1—
c/ -J
30'
VC
0)
tri
N
LO
O
N
t0
0)
w
z
0)
N
to
to
f%)
0
t0
to
0)
FINISHED GRADE
2.
0
Li)
0)
O
W
z
L
PVI STA
PVI ELEV
5+40.29
= 95.60
LOW POINT STA=5+44.91, EL=95.84
5+00
6+00
100
90
• • •a• • t t
wow. wo
I,teat� t ei; 4*/ViOA! e•
) . ..�.' OAVO •. • ,•��C
1/ -
WOVEN PC YPPOPYLENE GEOT XTU FABRIC
3" H01 MIX ASPHALT (HMA) 3/ 4" PG 64-28 (COMPACTED MP11-I)
3" A5P1-1ALT1EEA1El7 DASE (COMPACTED DEPTH)
6" CRU5FW 5111:FACING CASE Carse (COMPACTED DEP1H)
1 ICA. I MOVE & 5C -110N
EXPIRES 10/13/2009
CONSTRUCTION NOTES:
1. ALL ASPHALT AND CONCRETE EDGES ARE TO BE
SAW CUT TO NEAT LINE.
2. FUEL PUMP ARE TO ACCESSIBLE AND USABLE AT
ALL TIMES UNLESS OTHERWISE APPROVED BY THE CITY ENGINEER.
3. CONTRACTOR TO ADJUST ALL UTILITY RISERS TO FINISHED GRADE
PER CITY STANDARDS.
DATE
REVISION
BY
City Of Yakima
Engineering Division
129 Ibrth Second Street Yakrrna, Washmdtcn
Public Works Complex Yard Reconstruction
Public Works Facilities - Fruitvale Boulevard
FRUITVALE ENTRANCE / PROJECT DETAILS
City of Yakima Project No. 2184
Project Eng: Dford
5
Horiz. Scale = 1"=30'
Vert. Scale = 1"=6'
5
CITM
G 1�
Construction Contract Specifications &
Bid Documents
2010 MASS TRANSIT
FACILITY IMPROVEMENTS
akima
129 North Second Street
"Makin:a, WA 98901
Engineering Department Phone
(5.09)575-6111
Engineering Construction FAX
(509)576.-6383.
Engineering Design FAX
(509)576-6305
City of Yakima No. 2184
This project combines needed safety and functionality im-
provements to the Mass Transit Facilities Complex.
The improvements include the replacement of the concrete
floor in the transit facility building with revised floor drains.
The wash drains will be separated and directed to the sani-
tary sewer system for proper treatment. A Targe on-site
storm water system" will be added which will keep and treat
all on-site storm water.
Repairs and Improvements will-allow,for the uninterrupted
operations providing services to the citizens of Yakima.
City Of Yakima
Engineering Division
129 North Second Street
Yakima, Washington
BID SUMMARY
2010 MASS TRANSIT FACILITY IMPROVEMENTS
CITY PROJECT NO. 2184
ENGINEERS
ESTIMATE
Tri Valley Construction
Yakima, WA
Road Construction
Northwest
Renton, WA
Western Engineering
Constructors
Ellensburg, WA
West Coast Construction
Co.
Woodinville, WA
AIIstar Construction Group,
Inc.
Richland, WA
ITEM
Bid Security
NO.
ITEM
QTY
UNIT
UNIT PRICE
AMOUNT
UNIT PRICE
AMOUNT
UNIT PRICE
AMOUNT
UNIT PRICE
AMOUNT
UNIT PRICE
AMOUNT
UNIT PRICE
AMOUNT
1
SPCC PLAN
1
LS
$1,000.00
51,000.00
$250.00
$250 00
5650.00
$650.06
$500.00
$500.00
51.00
51.00
$1,165.30
51,165.30
2
MOBILIZATION
1
LS
57,253.30
57,253.30
016.934.00
$16.934 OG
523,000.00
523,000.00 530,000.00
530,000.00 531,000.00
$31,000.00
57290.75
57,290.75
3
PROJECT TEMPORARY TRAFFIC CONTROL
1
LS
55,000.00
$5,000.00
53,000.00
53,000,00
53,500,00
53,500.00 55,000.00
55,000.00 53,650.00
$3,650.00
$1,179.70
51,179.70
4
REMOVAL OF STRUCTURE AND OBSTRUCTION
1
LS
515,000.00
$15,000.00
55,234.00
05,234.00
57,500.00
57,500.00 515,000.00
515,000.00 518,700.00
518,700.00
523,644.52
523,644.52
5
SAW CUT, PER INCH DEPTH
1500
LF
$1.00
51,500.00
01.55
02 325.00
$0.50
5750.00 51.00
$1,500.00 50.20
5300.00
51.42
52,130.00
6
UNSUITABLE FOUNDATION EXCAVATION INCL. HAUL
165
CY
525.00
54,125.00
520.48
53.375.20
518.00
52970.00 521.00
53,465.00 $1.00
5165.00
$56.87
$9,383.55
7
CONSTRUCTION GEOTEXTILE FOR SEPARATION
538
SY
57.00
53,766.00
01.10
$59180
$3.00
51,614.00 $1.80
$968.40 51.00
5538.00
$7.29
53,922.02
8
CRUSHED SURFACING TOP COURSE (FOR Trench Backfill)
80
TON
520.00
$1,606.62
022.75
S0.020.00
520.00
51,600.00 526.00
52,080.00 518.00
$1,440.00
585.77
56,861.60
9
CRUSHED SURFACING TOP COURSE
54
TON
520.00
$1,082.40
531.55
51,703.75
520.00
51,080.00 526.00
51,404.00 525.00
$1,350.00
586.04
84,646.16
10
CRUSHED SURFACING BASE COURSE
442
TON
520.00
$8,840.00
$23.20' 510,254.49
520.00
58,840.00 528.00
$12,376.00 522.00
59,724.06
$57.82
525,556.44
11
PAVEMENT REPAIR
617
SY
550.00
$30,838.89
$37.90 523.415.15
520.00
$12,340.00 620.00
$12,340.00 $18.00
$11,106.00
528.80
517,769.60
12
CEMENT CONCRETE SLAB, 8 IN. DEPTH WITH DOWEL BARS
245
SY
$50.00
512,255.5E
01594 039,151.09
$85.00
$20,825.00 $100.00
524,500.00 $47.00
511,515.00
5139.38
$34,148.10
13
314' - 2" CRUSHED WASHED STONE
220
CY
525.00
55,500.00
037 90 08 338 OC
528.00
56,160.00 550.00
511,000.00 545.00
$9,900.0C
580.23
517,650.60
14
CONNECTION TO DRAINAGE STRUCTURE
2
EA
5150.00
$300.00
0110.00 0220 00
$900.00
51,800.00 5500.00
51,000.00 5500.00
51,000.00
$575.10
$1,150.20
15
SOLID WALL PVC STORM SEWER PIPE 12 IN. DIAM.
60
LF
$30.00
$1,800.00
030 00 $1,800 OC
563.00
53,780.00 $45.00
$2,700.00 545.00
52,700.00
$47.94
$2,876.40
16
CLASS IV REINFORCED CONC. CULV. PIPE 12 IN. DIAM.
248
LF
$50.00
512,400.00
049.50 $12.276.00
550.00
$12,400.00 570.00
517,360.00 543.00
510,664.00
$81.92
520,316.16
17
(2ETENTION AND INFILTRATION SYSTEM
50
EA
$400.00
$20,000.00
$450.00 022,500 00
5850.00
542,500.00 5450.00
522,500.00 5660.00
533,000.00
$595.10
529,755.00
18
STORMWATER TREATMENT SYSTEM NO. 1
1
EA
510,000.00
$10,000.00
014,701 00 $11.701.01;
59,000.00
$9,000.00 515,000.00
515,000.00 510,000.00
510.000.00
540,561.90
540,561.90
19
STORMWATER TREATMENT SYSTEM NO. 2
1
EA
$45,000.00
$45,000.00
542 694.00 542,694.00
549,000.00
549,000.00 556,000.00
556,000.00 548,500.00
$48,500.00
543,393.75
$43,393.7
20
SELF FORMING TRENCH PANS
2
EA
51,000.00
52,000.00
5950.00 51,900.09
$600.00
51,200.00 5900.00
$1,800.00 54,400.00
$8,800.00
52,194.40
54,388.80
21
HEAVY DUTY TRENCH
1
LS
56,500.00
56,500.00
59,839 00 09,039 09
57,000.00
57,000.00 55,000.00
$5,000.00 $8,250.00
58,250.00
57,757.90
57,757.90
22
PRECAST CONCRETE WASH VAULT
1
EA
525,000.00
525,000.00
$22,575 00 $22 575 00
526,000.00
526,000.00 515,000.00
$15,000.00 529,300.00
529,300.00
517,345.00
517,345.00
23
PRECAST CONCRETE 01UWATER SEPARATOR
1
EA
$3,000.00
53,000.00
05,200.00 55.200.00
$5,000.00
$5,000.00 $4,700.00
$4,700.00 $6,500.00
$6,500.00
$1,439.58
$1,439.58
24
SAMPLING MANHOLE
1
EA
53,000.00
53,000.00
$2,750 09 52,750.00
53,000.00
53,000.00 51,300.00
51,300.00 52,000.00
52,000.00
$3,324.85
53,324.85
25
DUCTILE IRON PIPE FOR INLET TRENCH. 8" DIAM.
40
LF
550.00
$2.000.00
052.50 02.100,00
559.00
$2,360.00 $58.00
$2,320.00 540.00
51.600.00
581.92
53,276.80
26
MANHOLE, 484NCH-DIAM., TYPE 1
1
EA
$3,000.00
53,000.00
93,500 00 53,500 00.
$3,500.0
$3,500.00 53,600.00
$3,600.00 $5,000.00
$5,000.00
$7,351.65
87,351.65
27
CATCH BASIN TYPE 248 IN. DIAM. W/SOLID METAL COVER
2
EA
$3,000.00
56,000.00
03.420.00 06.840.00
53,000.00
$6,000.00 $1,000.00
52,000.00 52,200.00
54,400.00
53,657.50
$7,315.00
28
STRUCTURE EXCAVATION CLASS B INCL. HAUL
1,223
CY
$12.00
514,676.00
S6 00 57,338.00
$8.00
59,784.00 $16.00
519,568.00 510.00
512,230.00
525.02
530,599.46
29
SHORING OR EXTRA EXCAVATION CLASS B
82
SF
$1.00
$82.00
5010 0500 2C
530.00
$2,460.00 $28.00
52,296.00 522.00
51,804.00
$87.73
57,193.86
30
PLUGGING EXISTING PIPE
3
EA
550.00
5150.00
0200.00 9000.00
5300.00
$900.00 $300.00
5900.00 $100.00
5300.00
$117.85
5353.55
31
PVC SANITARY SEWER PIPE - 8IN. DIAM.
240
LF
$50.00
512,000.00
524.90. 05.976.00
545.00
510,800.00 538.00
59,120.00 573.00
$17,520.00
530.71
57,370.40
32
REPAIR OR REPLACEMENT
1
FA
$5,000.00
$5,000.00
$5,000.00 55,003.30
$5,000.00
55,000.00 55,000.00
55,000.00 $5,000.00
55,000.00
55,000.00
55,000.00
TOTALS:
S 269,675.76
5284,705.40
$292,313.00
5307,297.40
8307,957.00
5396,118.60
CITY ENGINEERS REPORT �
COMPETITIVE BIDS WERE OPENED ON SEPTEMBER 8, 2010. i 1' V. by CITY OF YAKIMA
ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE.
IRECOMMENDTHECONTRACTBEAWARDEDTO. A•,'"' r 2010 MASS TRANSIT FACILITY IMPROVEMENTS
-
.
AWARDVIADE BY CITY MANAGER
II Jjl
Tri Valley Construction, Inc. , , ;
I G i c 4 Vii,
`'%i,� ��
-
CITY OF YAKIMA PROJECT NO. 2184
��� v Sir ��
HATE September8, 2010
DAT CITY ENGIN :R `o,, 'a DATE CITY MANAGER
FILE: 2010 PW Transit Bid Sum.pub SHEET 1 of 1